Finance and Administrative Services Department PURCHASING DIViSION 115 S. Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6066 • FAX 954-357-8535

MEMORANDUM

February 8, 2016

TO: Board of County Commissioners

Diglllal!y signed by BOB THRU: Robert R. Miracle, CPA, CFO/Director \rl0 · MIRACLE 1 , """"-.)'•-, Date: 2016.02.0813:58:14 Finance and Administrative Services Department -QS'OO'

Oig!QltJl!gllc.db)>ll~)_lliling!!ey FROM: Brenda J. Billingsley, Director BrendaJ. Dk:'I<>fitendiJ,fllllngtii)'.OdlrDVJatd CWn~Y,.ou=Purd\.ulngDMiiflf!. Purchasing Division ~~lllngsl~wttillg.(.::l!S Billingsley Date: llll6J.iUIS l: 1;49::4l•OS'O

The prices reflected in changed Motion represents the reductions based on the Best and Anal Offer. The vendor increased prices on multiple lines of the price sheet, which is not allowed in the Best and Final Process.

Revision to Motion to Award:

Currently Reads: MOTION TO AWARD fixed contract to low bidder, Layne Heavy Civil, Inc., for FLL East Perimeter Road Water Main Improvements, Bid No. Z1326601C1, in the amount of $1,891,9611, which includes allowances in the amount of $210,000...

Should Read: MOTION TO AWARD fixed contract to low bidder, Layne Heavy Civil, Inc., for FLL East Perimeter Road Water Main Improvements, Bid No. Z1326601C1, in the amount of $1.800,492,which includes allowances in the amount of $210,000...

Please note the following revision to the fifth paragraph, third sentence of the Summary Explanation/Background

Currently reads: The price, exclusive of allowance amount, was reduced to $1,681,961, total reduction of $17,188 (Exhibit 2).

Should Read: The price, exclusive of allowance amount, was reduced to $1.590.492, a total reduction of $108.657 (Exhibit 2).

Attached is the revised Exhibit 2, Bid Tabulation Best and Final Offer, which specifically contains revised line items for 30, 38, 45, 46, 47, 48, and 53.

Attachment

BJB/cm/hmm c: Bertha Henry, County Administrator Kent George, Director, Aviation Department Evan Lukic, County Auditor Joni Armstrong Coffey, County Attorney

Broward County Board of County Commissioners Mark D. Bogen • Beam Furr • Dale V.C. Holness • Marty Kiar • Olip LaMarca· Stacy Ritter • Tim Ryan • Barbara Sharief • Lois Wexler www.broward.org ~ ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE {MMIDDIYYYY) ~ 811/2016 I 2/23/2016 THIS CERTlFICATE IS ISSUED AS A MATTER OF INFORMATlON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTlFICATE DOES NOT AFFIRMATlVELY OR NEGATlVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERllFICATE OF INSURANCE DOES NOT CONSTlTUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATlVE OR PRODUCER, AND THE CERllFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITlONAliNSURED, the policy(ies) must endorsed. If SUBROGA TlON IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such enclorsement(s). PRODUCER lock!OO Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 ~~~~·t~'------~~~r,r~~·~No~l::______~ (816} 960-9000 INSURER S AFFORDING COVERAGE NAICII_ INSURER A: Catlin Specialty Insurance Company 15989 INSURED LAYNE HEAVY CIVIL, INC. INSURERB: 4797 4520 N. STATE ROAD 37 ORLEANS IN 47452 INSURERC NSUR~RD·

INSURERE: i INSURERF: COVERAGElUAYlN.Ol CERTIFICATE NUMBER: _13921475 REVIS!rul.NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ~~f: TYPE OF INSURANCE -m~ W/M POLICY NUMBER ~~~bcv EFF POLICY EXP LIMITS COMMERCIAL GENERAL LIABILITY NOT APPLICABLE ~-ro.ls~X=X=XX~X:=-'X:=-'X'-1 =PCLAIMS-MADED OCCUR ~ lsXXXXXXX MED EXP (Any one porson) $ XXXXXXX PERSONAL&ADVINJURY $ XXXXXXX 'GfiN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ xxxxxxx hPOLICYD j~8J: D LOC PRODUCTS· COMPIOP AGG $ XXXXXXX OoTHER $ ~TOMOBILE LIABILITY lfg~~~r;;;1 siNGLELIMIT $ XXXXXXX NOT APPLICABLE ANY AUTO BODILY INJURY (Per person) $ XXXXXXX r-- ALL OWNED rJ SCHEDULED r-- AUTOS i--j AUTOS BODILY INJURY (Per accident $ XXXXXXX r-- HIRED AUTOS rl~8-lt~WNED f~~Z~t£AMAGE s XXXXXXX

UMBRELLA LIAB L !occuR EACH OCCURRENCE $ xxxxxxx NOT APPLICABLE I 1-- EXCESS LIAB ncLAIMS·MADE AGGREGATE $ xxxxxxx ~ON$ /\ $ 0 0 YIN Hl%ure I I J~· 'ANoe~PEovE.~R~•• ~L~~~~l..r.•r~N,y NOT APPLICABLE ANY PROPRJETOR/PARTNER.IEXECUTIVE N I A .L EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCUJOEO? D (Mandatory In NH) \ E.L DISEASE· EA EMPLOYEE XXXXXXX ~l~~rpsrr~ ~#6PERATIONS below L DISEASE· POUCY UMlT XXXXXXX A CONTRACTOR'S N CPL-6& "' ~ 8/1/2016 ~O,OOO.EACHOCC;$1,000,000 N ~, REGATE POLLUTION LIABILITY '-.._____ I "' _ ..

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Add! RE: EVIDENCE OF lNSliRANCE ,._,....

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

13921475 AUTHORIZED REPRESENT A TlVE Broward County ATTN: CIP 2200 SW 45th Street, Suite 101 Dania Beach FL 3312 / j;_ "'~ ~ ~ ACORD 25 (2014/01) ©1988-2014ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD ACORD' DATE (MMJDDNYYY) CERTIFICATE OF LIABILITY INSURANCE 2123/2() 16 ~-- 8·1,2016 I ,­ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must he endorsed. If SUBROGATION IS WAIVED, aubject to the terms and condition& of the policy, certain policiea may require an endorsement A sutement on this certificate does not confer righta to the certificate holder in lieu of 10uch endorsement(&). PROOUCER lockton Comrrrnies 444 W. 47th tree!, Suite 900 JI.VC ~: Kansas C~ MO 64112-1906 (816) 960· 000 ~ ""'' IC<'>Vt;RAt\1" JIAllLL INSURER A: Zurich American Insurance CoffiJl'II!Y 16D5 INSURED LAYNE HEAVY CIVIL, INC. INSURER B : American Zurich Insurance Co~v 4014'> 1376181 4520 N. STATE ROAD 37 19417 ORLEANS IN 47452 INSURER c : Lexim!lon Insuran~ CQllll!mlV ~ll: American Guarantee and Liab. Ins. Co. 26247 IWSURERE · INSURERF: COVERAGESLAYIN4520 C~RTIF!CATE NUMBER: l1798271 REVISION ~MBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSlONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. '~if TYPE OF INSURANCE ~ tW POLICY NUMBER LP.QY!;Y.m LIMITS A rX COMMERCIAL GENERAL UABIIJiY y N GLO 5817438-02 81/:!015 8T'2016 Ls.2 000.000 p CLAIMS-MADE [X] OCCUR 1.000.000 i-­ ~ X !:Qllll.Et!.!::Il '.:II MEDEXP~one.l>'!nlO!ll_ ls. 10.000 X ::; ,. I i !:(lYEB.6!.:1!: PERSONAL & AOV IIIIJURY $2.000.000 ? ~'L AGGReGATE WMIT APP~IES GENERAL AGGR~ $ 5.000.000 [X PaucYri ~~8-r D Loc PRODUCT;;,. COM!'!QI> AGG $ 5.000.000 !OTHER I $ A ~TOMOBILE LIABILITY y N BAP 5817437-02 8'1;20!5 &'1':!016 ~5,000.000 X ANYAuTO xxxxxxx f-'.!. ALL O'NNED r- SCHO~ULED 1-­ AUTOS t--- ~ur. er XXXXXX..X ! tR:EfOft!PAQti'>.€R~o1iO.,~ ·vto sst7440-03 rwr1 8 l 2015 8 1N I' / t l O'SE SE- PC'LICY UMf'r Ls,5.000.000 E<)l IP\IF'\ T Ft.OA lER N 11~615979~ 8 1 ~015 AllLE\SED, OWNED OR RENTED \C N EQl'IPMENT. $5,()1)(),000 UMIT PER I 817 OCC'l'RRENC'E I DESCRIPTION OF OPERATIONS I LOCATIONS I veHICLES (Attach ACORD 101;ft~rm•rl<• -du!e, may b

I ~~::::.~~~~!~d. dc=tx, I ~..)K~ ou=Organl,.tlon, ou=OCC, ou=RM, ou>=ll•ers, 'I"'I"' ed: // A •H<>tinn 2016.02.23 14o10o07 ~s~ CERT!FICATE HOLDER -·~·~·~· ':r.;."',...'' "'• Risk'In THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Contra ATE THEREOF, NoTicE WILL BE oeLM!Reo '" I WITH n!E POLICY PROVISIONS.

1 13798273 viZED REPRESENTATlVE L_ ATTN:BROWARD CIP COU

FORM GC-11-1: PAYMENT BOND

BV THIS BON0 We Layne Heavy Civil, Inc. 1 as Principal, hereinafter called CONTRACTOR, located at:

Business Address: 4520 N. State Road 37

Orleans, IN 47452

Phone: (812)865-3,-"'2=32"'---~----- Travelers Casualty and Surety Company of America AND And UbertyJY!_utuallnsurance Compar:'y ___. as Surety, located at:

Construction Services, Business Address: Travelers Bond & Financial Products 175 Berkeley Street One Tower Square Hartford, CT 06183 Boston, MA 02116

Phone: (860)277-0111 (617)357-9500

106399541 -Travelers under the assigned Bond Number 674024593 -liberty and pursuant to Section 255.05, Florida Statutes, are bound to BROWARD COUNTY, FLORIDA, as Obligee, hereinafter called County, in the f O~e Million, Eight Hundred Thousand, Four Hundred D II r ($1 800 492 00------) f h amount 0 Nmetv-Iwo DoUacs and Zero Cents------:···------0 a s ' I ' or t e payment whereof CONTRACTOR and Surety b1hd themselves, their heirs, executors, administrators, successors and ass1gns, jointly and severally.

WHEREAS, CONTRACTOR has by written agreement dated the-~- day of~· _, 20______, entered into a Contract, Bid/Contract No.: Z132601Cl with County, for construction of Fll East Perimeter Road Water Main Improvements located at Fort lauderdale, Florida which Contract Documents are by reference incorporated herein, and for the purposes of this Bond are hereafter referred to as the "Contract"; fi-if c6Ni5ifi6N OF tHIS BOND is that if Contractor:

1) Performs the Contract between Contractor and County, in the time and manner prescribed in the Contract; and,

2) Promptly makes payments to all claimants as defined by Section 255.05(1) Florida Statutes for aJI labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract;

THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL~. FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: I \

I I' a) Any notices provided under this Bond must be in accordance with the notice pro · lon' fJ prescribed in Section 255.05(2), Florida Statutes. . { }

b) A claimant, except a laborer, who is not in privity with Co tr 6~.-.~~ V commencing or not later than forty-five (45) days after comme~·~~;t\ . w~ ~~\'a~i ""e'i 'ce~- Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements ~~~ ~g BCF #170AV (Rev. 02.17.15) QOfi BOND NO.: 106399541- TRAVELERS 674024593- UBERTY

materials, or supplies for the prosecution of the work, furnish the Contractor with a wr'rtten nofrce that he or she 'mtends to look to the bond for protecflon.

c) A claimant who is not in pr'rvrty with Contractor and who has not rece·tved payment for its labor, mater'rals, or supplies shall, no earlier than 45 days, or no later than ninety (90) days after final furn'1shing of the labor or after complete delivery of the materials or suppl'les, serve notice to Contractor and to the Surety, of the performance of the labor or delivery of the materials or supplies and of the nonpayment.

d) No act·ron for the labor, materials, or supplies may be instituted aga·mst Contractor or the Surety unless the notkes stated under the preced'mg conditions have been given.

e} Any action under th1s Bond must be instituted ·rn accordance with the time limitations prescribed in Section 255.05(10), Florida Statutes.

The Surety hereby wa·rves notice of and agrees that any changes in or under the Contract Documents and compliance or noncomp1'1ance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond.

Signed and sealed this ___ day ______, 20__ .

CONTRACTOR:

layne Heavy Civil, Inc. (Name of Cent~ By(Sig~~'--'it=le_.,)'------

M. Paul Burton, Vice President (Type Name and Title Signed Above)

>· .: ,, ' ,",~ ~;. Deborah A. Yates WilliarrLA. Kantle~h,_n,e!.J.r-"11"--1_____ ~:1NIU~iam A. Kantlehr\~, lil {Print/Type Name) .fPrint/Jype N~mek··' .:c . ,• <" . c t''.., :t,.· ,"';: Garrett-Stotz Company ·~6imett"Stot~ CQ~~~~ ·. Address: 1601 Aliiant Avenue 100.1 Alliariit;Av~nue Signature \ (Street) ,' - '(st?f!··~et7l ....,,.;_·"-­ louisville, KY 40299-6338 Louisville;·KY 40299-6338 (City/St te/Zip Code) (City/State/Zip Code)

Deborah A. Yates Robert Corley clend Robert Corley Mclendon (Print Name) Fisher-Brown, Inc. Fisher·Brown, Inc. 144 Harrison Avenue 144 Harrison Avenue Panama City, Fl 32401 Panama City, Fl 32401 Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 93 of96 B~"F #170AV

(Print Name) WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED

' ~ POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company

Attorney-In Fact No. 228860 Certificate No. 006402763

KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint

Dehorah A. Yates. Steven M. Garrett. William A. Kantlehner Ill. Thomas J. Mitchell. Jeffrey A. Brown. Diane L. Phelps, S. Annette Mullet, Roger A. Neal, Stuart P. Peterson, Andrea Cortes. Ryan P Mitchell. and Andrew G. Windhorst. Jr.

of the City State , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of July ~~~~~~ , ~~---· •

Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company I

State of Connecticut By: City of Hartford ss.

On this the 6 th day of July , ~~ , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

In Witness Whereof, I hereunto set my hand and official seal. 11\Wl!. j~. My Cormnission expires the 30th day of June, 2016. "'Marie C. Tetreault, Notary Public

58440-8-12 Printed in .S.A.

WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER THIQ POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those ·named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 719222!5_ American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company

POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire &Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Uberty Mutual Insurance Company is acorporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is acorporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andrea Cortes; Andrew G. Windhorst, Jr.; Christopher E. von Allmen; Deborah A. Yates; DianeL Pheles; Jeffrey A. Brown; Roger A. Neal; Ryan P. Mitchell; Steven M. Garrett; Thomas J. Mitchell; William A. Kantlehner, Ill

all of the city of Louisville , state of KY each individually if there be more than one named, its true and lawful attorney-in~fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.

American Fire and Casualty Company The Ohio Casualty Insurance Company Uberty Mutual Insurance Company

IIi By: 2meri~an Insurance Co::~~~--­ _::s=­ !!! and subject to such limitations as the chairman or the president rnay prescribe, shall appoint such attomeys-in-fact. as may be necessary to act in behalf of the Company to make, execute, 0 5 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z U respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation- The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in· fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings; bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Uberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is afull, true and correct copy of the Power of Attorney executed by said Companies, is in lull force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20___.

By: --:~---'+.,.---:--~.LP-.._--""'--::--:---­Gregory W. Davenport, Assistant Secretary

176 of 300 LMS_12873_122013 FORM GC-11-2: CERTIFICATE AS TO CORPORATE PRINCIPAL

(Select Secretary or Authorized RepresentafJve)

SECRETARY

I, ------__, certify that 1 am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond; that -----··------' who signed the Bond on behalf of the Principal, was then ------of said corporatron; that 1 know his/her signature; and his/her signature thereto is genuine; and that said Bond was (were) duly s·rgned, sealed and attested to on behalf of sa·Jd corporation by authority of its governing body.

{Seal) as Secretary of

(Name of Corporation) (SEAL}

AUTHORIZED REPRESENTATIVE

I, certify that l am the Authorized Representative of the entity named as Principal in the foregoing Performance and Payment Bond; and that pursuant to the power of attorney attached hereto, I executed said Bond on behalf of said entity by authority of its governing body.

as Authorized Representative

Layne Heavy Civil, Inc. (Name of Contractor)

KENTUCKY STATE OF FLORIDA ) ss. JEFFERSON County OF BRO'•'\IARD

Before me, a Notary Public duly commissiOned, qualified and acting personally, appeared William A. Kantlehner, Ill to me well known, who being by me first duly sworn upon oath says that he/sl:te-has been authonZ.ed to execute the foregoing Performance and Payment Bond on behalf of CONTRACTOR named theret"n 1h favor of County.

Subscribed and Sworn to before me this

My commission exp1res:

June 6, 2016 Bonded by

Construction Bid Zl32601Cl/Fll East Perimeter Road Water Main Improvements BCF lf170AV (Rev. 02 17.15) BOND NO.: 106399541- TRAVELERS INSTR # 674024593 LIBERTY 113532045 Recorded 02123/16 03:45:51 PM Broward County Commission Deputy Clerk 3265 #2, 4 Pages

FORM GC-10: PERFORMANCE BOND BY THIS BOND, Wa~ele~atd~~a~i:,Yc¥s~:~l~ ~~ipauy of America ANO as Principal, hereinafter called Contractor and liberty Mutual insurance Company as Surety, undertbe.. ass,!@ed. 6.!J!I

WHEREAS, Contractor has by written agreement dated the day of ______, 20______, entered into a Contract, Bid/Contract No.: Z132601C1 with County, for construction of FLL East Perimeter Road Water Main Improvements , which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for Liquidated Damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract";

THE CONDITION OF THJS BOND is that if Contractor:

1} Performs the Contract between Contractor and County in the time and manner prescribed in the Contract; and,

2) Pays County all losses, Liquidated Damages, expenses, costs and attorney's fees including appellate proceedings, that County sustains as a result of default by Contractor under the Contract; and,

3) Performs the guaranties 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 AND EFFECT.

Whenever Contractor shall be, and declared by County to be, !11 default under the Contract, County having performed County obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

a) Complete the Project in accordance with the terms and conditions of the Contract Documents; or

b) Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if County elects, upon determination by County and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and County, and make available as work progresses {even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph} sufficient funds to pay the cost of completion less the b lance of the Contract Price; but not exceeding, including other costs and damages for. which the Surety may be liable hereunder, the amount set forth in the first paragraph ereof. The term "balance of the Contract Price," as used in this paragraph, shall n the total amount payable by County to Contractor under the Contract and a y me ,....,_._. ... thereto, less the amount properly paid by County to Contractor. . ~'(C (\\

No right of action shall accrue on this bond to or for the use of an ~o"'s ~~.. ~oeQ € 1/J · than County named herein. \'1"~~\(lsu1 ~0.(1 ?-:\Sco" 11. 10-c,'I.S 1 Construction Bid Zl32501C1/FLL East Perimeter Road Water Main Improvements. Page ~.. of BCF #170AV (Rev. 02.17.15) BOND NO.: 106399541- TRAVELERS 674024593 -LIBERTY

The Surety hereby warves notice of and agrees that any changes 'rn or under the Contract Documents and compliance or noncompliance wrth any formalities connected with the CONTRACT or the changes does not affect Surety's oblrgation under tnrs Bond.

Signed and sealed this ___ day ______.; 20__.

CONTRACTOR:

Layne Heavy Civil, Inc. (Name of Contractor}

M. Paul Burt9n1 Vice President (Type Name and Title Signed Above)

Deborah A. Yates William A. Kantlehner, Ill

(Print Name) (Print/Type Name}

Garrertt-Stotz Company Address: ~16~0:=.1~A~IIi~anc..':t~A:.:cve:!.!n~"-----­ (Street)

Diane L. Phe.l!lL...... _.~------___ Louisville, KY 40299-63~L ... Louisville, ~Y 4029_9:_6338_ .~--­ (City/State Zip Code) (Print Name) (City/State/Zip Code)

(502)415-7000 Telephone No.; (S02l415-7ooo

(Printt:·'-, Name) '- . ,-), J\.r.._M ~ iitL Signature ~,,,~~ Fisher-Brown, Inc. 144 Harrison Avenue Diane L. Phelps Panama City, FL 32401 (Print Name)

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 91 of96 BCF #170AV (Rev. 02.17.15) WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

~ POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company

Attorney-In Fact No. 228860 Certificate No. 0 0 6 4 0 2 7 6 2

KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint

Deborah A. Yates, Steven M. Garrell, William A. Kantlehner Ill, Thomas J. Mitchell, Jeffrey A. Brown, Diane L. Phelps. S. Annelle Mullet, Roger A. Neal. Stuart P. Peterson, Andreu Cortes, Ryan P Mitchell, and Andrew G. Windhorst. Jr.

of the City of __J.:-ouisville ---~·~·-·~~-~--• State of Kentu~~--~~--- , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required OJ permitted in any actions or proceedings allowed by law. Not limited to a specilic dollar amount.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed. this --~---6~t_h__~--~~--~ day of July .~--.~-~·' 2015 .

Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 0 ~

State of Connecticut By: City of Hartford ss.

6 On this the th day of_ July 20l5 , before me personally appeared Robert L Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

In Witness Whereof, I hereunto set my hand and official seal. ---~~~ e. j~~ My Commission expires the 30th day of June, 2016. Marie C. Tetreault, Notary Public

58440·8·12 Printed in U.S.A

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID

This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:

RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is

FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is

FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is

FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.

I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company ofAmerica, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.

IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _____ day of ______, 20 -·

To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached.

WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BO~=

POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is acorporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andrea Cortes; Andrew G. Windhorst, Jr.; Christopher E. von Allman; Deborah A. Yates; Diane L. Phelps; Jeffrey A. Brown; Roger A. Neal; Ryan P. Mitchell; Steven M. Garrett; Thomas J. Mitchell; William A. Kantlehner, Ill

-=:.::;==---·state of KY each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bends, recognizances and other surety obligations, in. pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.

American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company

Q)~ By:~~~·~~------·~-~--~-----~­David M. Care ,Assistant Secretary -c STATE OF PENNSYLVANIA ss ...;e COUNTY OF MONTGOMERY =a~ j!!C) On this~ day of December , 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and UQ) Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o-=._CII Q)> ..!~=­ c·-~"C cvlll _gl!! G)'S o.ac cv This Power ofAttorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance G).:: Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: C)UI Cll I!! ARTICLE IV-OFFICERS- Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject ~,! to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make. execute, seal, 0 .5 acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective E Q) powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so S(! executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under .:; >- the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ::; g ARTICLE XIII- Execution of Contracts- SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ! I!! and subject to such limitations as the chairman or the president may prescribe. shall appoint such attorneys-in-fact. as may be necessary to act in behalf of the Company to make, execute, 0 9 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their ·Z <.> respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation- The President of the Company, acting pursuant to the Bylaws ofthe Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in­ fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is afull, true and correct copy ofthe Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20___ .

By:--:~---'+:------L---:----­Gregory W. Davenport, Assistant Secretary

175 of 300 LMS_12873_122013 B~~~gp ..•.•....•~". \.- ,. '-" '1 ' , '

CONSTRUCTION CONTRACT DOCUMENTS

FOR THE FOLLOWING PROJECT(S);

FLL East Perimeter Road Water Main Improvements

for the Aviation Department

BROWARD COUNTY, FLORIDA

through its

BOARD OF COUNTY COMMISSIONERS

of

BROWARD County, FLORIDA

BID/CONTRACT NO.: Z132601C1 TABLE OF CONTENTS TABLE OF CONTENTS ...... 2 SECTION 1 - CONTRACT EXECUTION ...... 5 SECTION 2- SUMMARY OF TERMS AND CONDITIONS ...... 6 SECTION 3 -GENERAL CONDITIONS ...... 7 Article 1: Contract Definitions ...... 7 Article 2: Intention of County ...... 10 Article 3: Separate Contracts ...... 10 Article 4: Interpretation of the Contract ...... 10 Article 5: Contract Time ...... 11 Article 6: Contract Documents ...... 13 Article 7: Contractor to Check Plans, Specifications, and Data ...... 13 Article 8: Prosecution of the Work ...... 13 Article 9: Supervision ...... 14 Article 10: Labor and Materials ...... 14 Article 11: Temporary Offsite Facilities ...... 14 Article 12: Maintenance of Traffic ...... 14 Article 13: Location and Damage to Existing Utilities ...... 14 Article 14: Safety and Protection ...... 15 Article 15: Substitutions...... 16 Article 16: Shop Drawings ...... 17 Article 17: Field Layout of the Work ...... iS Article 18: Project Records, Audit Rights and Retention of Records ...... 18 Article 19: Assignment and Performance ...... 19 Article 20: Subcontracts...... 20 Article 21: Progress Payments ...... 20 Article 22: Changes in the Work or Terms of Contract Documents ...... 22 Article 23: Field Orders ...... 22 Article 24: Allowance Accounts ...... 22 Article 25: Change Orders and CPEAMs ...... 24 Article 26: Value of Changed Work...... 24 Article 27: No Damages for Delay, Non-Excusable And Excusable Delays ...... 27 Article 28: Severe Weather ...... 29 Article 29: Notification and Claim for Change of Contract Time or Amount...... 29

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 2 of 96 BCF #170AV (Rev. 02.17.15) Article 30: Inspection and Testing ...... 30 Article 31: Defective Work and Non-Conforming Work...... 31 Article 32: Beneficial Occupancy ...... 32 Article 33: Partial Substantial Completion ...... 32 Article 34: Substantial Completion ...... 33 Article 35: Guarantees And Warranties ...... 33 Article 36: Clean Up ...... 34 Article 37: Final Acceptance and Final Payment ...... 34 Article 38: Performance Bond and Payment Bond ...... 34 Article 39: Indemnification ...... 34 Article 40: Suspension of Work ...... 35 Article 41: Termination ...... 35 Article 42: Compliance With Laws ...... 36 Article 43: Permits and Fees ...... 36 Article 44: Royalties and Patents ...... 37 Article 45: Applicable Law, Jurisdiction, Venue, and Waiver of Jury Trial ...... 37 Article 46: EEO and OESBD Compliance ...... 37 Article 47: Notices ...... 38 SECTION 4- SPECIAL PROVISIONS ...... 39 SPECIAL PROVISION 1A: COUNTY BUSINESS ENTERPRISE (CBE) COMPLIANCE ...... 40 SPECIAL PROVISION 1B: DISADVANTAGED BUSINESS ENTERPRISE (DBE) COMPLIANCE ...... 42 SPECIAL PROVISION 1C: WORKFORCE INVESTMENT PROGRAM ...... 43 SPECIAL PROVISION 2A: PREVAILING WAGE RATES ...... 44 SPECIAL PROVISION 2B: DAVIS-BACON WAGE RATES ...... 46 SPECIAL PROVISION 3: DOMESTIC PARTNERSHIP REQUIREMENT ...... 47 SPECIAL PROVISION 4A: INSURANCE REQUIREMENTS ...... 48 SPECIAL PROVISION 4B: INSURANCE REQUIREMENTS- OCIP ...... 51 SPECIAL PROVISION 5: BUILDING INFORMATION MODELING (BIM} ...... 52 SPECIAL PROVISION 6: LEED AND SUSTAINABLE BUILDINGS ...... 53 SPECIAL PROVISION 7A: DISPUTE AVOIDANCE Panel...... 54 SPECIAL PROVISION 7B: DISPUTE AVOIDANCE Panel WITH CONSTRUCTION MANAGER FOR [TERMINAL MODERNIZATION PROGRAM OR OTHER PROJECTS/PROGRAMS EXCLUDING THE RUNWAY EXPANSION PROGRAM AND TERMINAL 4 EXPANSION] ...... 55

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 3 of 96 BCF #170AV (Rev. 02.17.15) SECTION 1 - CONTRACT EXECUTION

CONTRACTOR hereby agrees to furnish all of the labor, materials, equipment, services, and incidentals necessary to perform all of the Work described in the Contract Documents for the Project for the Contract Base Amount and within the Contract Time. IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the respective dates under each signature: Broward County, Florida through its Board of County Commissioners, signing by and through its Mayor or Vice-Mayor, authorized to execute same by Board action on the 9th day of February, 2016, and Contractor, signing by and through its authorized representative, duly authorized to execute same.

County ADMINISTRATOR ATIEST: County Administrator and Ex-Officio Clerk of the B unty Commissioners /'- 3·-3-t6 Date

Bertha Henry Print Name

County RISK MANAGER:

Burton, Vice President Print Name and Title of Signer Date

Print Name: Lisa R Parker 26 Day of February 20~

Construction Bid Z132601Cl/Fll East Perimeter Road Water Main Improvements Page 5 of 96 BCF 11170AV (Rev. 02.17.15) SECTION 2 - SUMMARY OF TERMS AND CONDITIONS NOTE: THIS SUMMARY OF TERMS AND CONDITIONS LISTED BELOW ARE A PART OF THE CONTRACT AND INTENDED TO BE READ TOGETHER WITH THE ARTICLES REFERENCED. IN THE EVENT OF A DISCREPANCY THE SUMMARY OF TERMS AND CONDITIONS SHALL GOVERN.

Article Description Unit 5.2.1 ~ Preconstruction Work _35_Days from pt NTP _114_Days from the Project Initiation I 5.3.2 Substantial Completion I Date in the 2nd NTP

5.3.4 1 Final Completion _30_Days from Substantial Completion L.lqUI 'd a t ed Damages ~or eachlddca ar ay aftf er 1me i 5.2.1 $_ 438.50_per day : specified in First Notice to Proceed j i Liquidated Damages for each calendar day after time 1 5.3.3 $_1,312.28 per day specified for Substantial Completion I ! Liquidated Damages for each calendar day after time ls.3.4 $_925.28_per day specified for Final Completion Liquidated Damages for each calendar day after time Interim Milestone #1 $N/A per day 5.3.5 I ... · specified for interim Milestones (or phase): Technical i Interim Milestone #2 $ N/A per day . DIVISIOn 1 I Specification Package Interim Milestone #3 $ N/A per day

I 20.6 Contractor self-performing percent of Contract Price _50_% Compensable Delay for each calendar day of Compensable $ 741 51 per day 27.6 -- I Excusable Delay beyond the Contract Time. For County: Marc Gambrill, P.E., Director of Capital Improvement Projects ­ Airport Development 2200 SW 45th Street, Suite #101, Dania The parties designate the following as the respective places 47 Beach, Fl33312 for giving of notice: For Contractor: les Archer, President layne Heavy Civil, Inc. 1117 NW 5510 Street i Fort lauderdale, Fl33309 j rg]county Business Enterprise (CBE) commitment SP-lA As awarded 0Dis~dvantaged Business Enterprise (DBE) goal 1 SP-lB 24.911% % 1 commitment (check box) - --- 1 LEED Category N/A or Certified, Gold, or Platinum ITB, Form 2: Contract Base Amount [Incorporate Schedule of Prices Bid . Schedule of $1,590,491.70 here] 1 Prices Bid $ 55,000.00 Allowance Account 1: Dewatering Activities $15,000.00 Allowance Account 2: Subsurface Utility Exploration $25,000.00 Allowance Account 3: Utility Allowance ITB, Section $ 5,000.00 Allowance Account 4: Storm Water Pollution Prevention Article 24 $10,000.00 Allowance Account 5: Permit Fee $50,000.00 Allowance Account 6: Unsuitable Soils of and Surface strata $50,000.00 i Allowance Account 7: Contaminated Soils

Notice of Contract Price (TBD after Notice of Award) $1,800,491.70 1 Award Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 6 of96 BCF #170AV (Rev. 02.17.15) SECTION 3 - GENERAL CONDITIONS

Article 1: Contract Definitions

For purposes of this Contract, reference to one gender shall include the other, use of the plural shall include the singular, and use of the singular shall include the plural. The following definitions and identifications set forth below apply unless the context in which the word or phrase is used requires a different definition. Whenever the following terms or pronouns in place of them appear in the Contract Documents, the intent and meaning shall be interpreted as follows:

1.1 Allowance Account: Account(s) in which stated dollar amount(s) are included in the Contract for the purpose of funding portions of the Work for specific tasks which were not included at the time of execution of the Contract, or for permitting costs, extra Work due to unforeseen conditions, construction changes, adjustments of quantities, dispute avoidance and resolution, Work deemed desirable by the County to be incorporated into the Contract, and other items and tasks as specified in the Contract Documents. Performance of work, if any, under Allowance Account(s) will be authorized by written CPEAM(s).

1.2 Beneficial Occupancy: Occupancy by the County in its sole discretion of any portion of the Work prior to Substantial Completion of the Work. Such occupancy will not relieve the CONTRACTOR of its obligation to fully complete the Work in accordance with the Contract Documents.

1.3 Change Order: A written document ordering a change in the Contract Price, Contract Time, or a material change in the Work, issued in accordance with Broward County procurement procedures.

1.4 Claim: A request for additional compensation or time which has been rejected by the County and resubmitted by the CONTRACTOR for evaluation in accordance with the Contract Documents.

1.5 Consultant: Architect, Engineer, Program Manager, or Project Manager which has contracted with County, or County employee designated to perform professional services, on this Project. County will identify the Project Consultant(s) at the Preconstruction Meeting, or during the progress of the Work.

1.6 Contract Base Amount: That portion of the Contract Price which excludes unexpended portions of Allowance Accounts. The Contract Base Amount may be increased or decreased by the issuance of a CPEAM or a Change Order.

1.7 Contract Administrator: The Director of the Broward County Aviation Department, or designee, pursuant to written delegation by the Director of the Broward County Aviation Department, or some other employee expressly designated as Contract Administrator in writing by the County Administrator. In the administration of this Agreement, as contrasted with matters of policy, all parties may rely upon instructions or determinations made by the Contract Administrator; provided, however, that such instructions and determinations do not change the Scope of Services.

1.8 Contract Documents or Contract: The official documents setting forth the requirements and contractual obligations for the Project, including the Summary of Terms and Conditions, General Conditions, Special Provisions, Plans, Technical Specifications 1 through the end, Invitation to Bid, Addenda, Approved Shop Drawings, Bid Sheets, Bonds, Notice of Award, Notices(s) to Proceed, representations and certifications submitted prior to award and accepted by the County, Project Forms, Change Order(s), CPEAMs, Field Orders, and any additional documents required by this Project.

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 7 of 96 BCF#170AV (Rev. 02.17.15) 1.9 Contract Price: The original amount established in the award by County, inclusive of Allowance Accounts, as may be amended by Change Order.

1.10 Contract Price Element Adjustment Memorandum (CPEAM): A written document executed by the Contract Administrator ordering a change in the Contract Work, Contract Base Amount, or Contract Time to be paid from an Allowance Account.

1.11 Contract Time: The original time between the Project Initiation Date in the Second Notice to Proceed and Substantial Completion including any Milestone dates established in this Contract, as may be amended by Change Order or CPEAM. Contract obligations may survive Contract Time.

1.12 Contractor: The entity with whom Broward County has contracted and which is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of CONTRACTOR shall be deemed to be a reference to Contractor. CONTRACTOR is an independent contractor, and neither CONTRACTOR nor its agents are employees or agents of the County. This Contract shall not create a partnership or joint venture.

1.13 Cost of Work: Where no lump sum or unit price is provided within the Contract Documents, work may be authorized by Change Order or CPEAM to be performed by the CONTRACTOR with payment to be made for material, equipment, and labor furnished, plus the contractually-established fee for Overhead and Profit, up to the maximum amount established in the Change Order or CPEAM.

1.14 County or Owner: Broward County, Florida; provided however, in the event County exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to County's regulatory authority as a governmental body and shall not be attributable in any manner to County as a party to this Contract.

1.15 County Representative: An authorized representative of the County identified in a written notice to Contractor.

1.16 .!22Y.W: Shall mean a calendar day.

1.17 Delay: An event which extends the Contract Time. A delay to a task which does not extend the Contract Time is not considered a Delay event.

1.18 Drawings: The official graphic representations of this Project which are a part of the Contract Documents.

1.19 Field Order: A written order which orders clarifications or minor changes in the Work which does not involve a change in the Contract Base Amount or Contract Time.

1.20 Final Completion: The date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by County; any other documents required to be provided by Contractor have been received by County; and the Work has been fully completed in accordance with the Contract Documents.

1.21 First Notice to Proceed (First NTP): The written notice to Contractor authorizing preconstruction Work, which includes submission of applications for construction permits to applicable permitting Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 8 of 96 BCF #170AV (Rev. 02.17.15) authorities and completion of all other documents or activities required for permitting; submission of a project schedule, schedule of values, submittals, submittal schedule, topographical or physical features surveys, and all warranty forms; and performance of Work that does not require permits.

1.22 LEED (Leadership in Energy and Environmental Design): The rating system for green building practices created by the United States Green Building Council {USGBC).

1.23 Materials: Materials incorporated in this Project.

1.24 Milestone: An element of the Work as described in the Contract Documents with associated Liquidated Damages.

1.25 Notice(s) to Proceed (NTP): Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents.

1.26 Overhead and Profit: All Contractor's costs associated with insurance premiums, supervision, coordination, superintendents, foremen, consultants, schedulers, estimators, cost controllers, accountants, office administrative personnel, time keepers, clerks, secretaries, watch persons, small tools, equipment or machinery, utilities, office rent, storage rental costs, telephones, facsimile machines, computers, printers, plotters, computer software, all expendable items, job site and general office expenses, profit, extended jobsite general conditions, interest on monies retained by the County, escalated costs of materials and labor, home office expenses or any cost incurred that may be allocated from offices of the Contractor or any of its Subcontractors, loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute claims, costs of legal and accounting work, costs spent to achieve compliance with applicable laws and ordinances, loss of projects not bid upon, and all other expenses not specifically identified as Cost of Work.

1.27 Project: The construction project described in the Contract Documents, including the Work described therein.

1.28 Project Initiation Date: The date upon which the Contract Time commences, as established by Second NTP.

1.29 Public Art: Artwork created under The Public Art and Design Program {"Public Art Program") established and codified in Section 1-88 of the Broward County Code of Ordinances, as amended.

1.30 Second Notice to Proceed: The written notice of Contractor authorizing commencement of construction Work. Except for the reimbursement of permit application fees as may be provided in the Contract Documents, Contractor shall not be entitled to compensation of any kind until issuance of the Second Notice to Proceed. The Contract Time shall commence on the Project Initiation Date stipulated in the Second Notice to Proceed. Delivery of all items and completion of all activities required by the First Notice to Proceed shall be a condition precedent to the issuance of the Second Notice to Proceed.

1.31 Subcontractor: A person, firm or corporation having a direct contract with Contractor to perform a portion of the Work, including any persons, firms or corporations having a direct contract with any Subcontractor at any tier, and including their employees.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 9 of 96 BCF #170AV (Rev. 02.17.15) 1.32 Substantial Completion: That date, as certified in writing by Consultant and as finally determined by County in its sole discretion, the Work is at a level of completion in substantial compliance with the Contract Documents such that all conditions of permits and regulatory agencies have been satisfied and the County can use or operate the Project for its intended purpose. A Final Certificate of Completion or other permit closures by the authority having jurisdiction must be issued for Substantial Completion to be achieved; however, the issuance of a Final Certificate of Completion does not determine Substantial Completion.

1.33 Surety: The entity which is bound by the performance bond and payment bond with and for Contractor in accordance with Section 255.05, Florida Statutes.

1.34 Work: The construction and services required by the Contract Documents, including all labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project.

Article 2: Intention of County

It is the intent of County to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith unless otherwise provided in the Contract Documents. County shall have no duties other than those duties and obligations expressly set forth within the Contract Documents.

Article 3: Separate Contracts

3.1. County reserves the right to let other contracts in connection with or adjacent to this Project. Contractor shall afford other contractors reasonable access to the site for the execution of their work. Contractor shall conduct its work so as not to interfere with or hinder the progress of completion of the construction performed by other Contractors. Contractors working on the same Project shall cooperate with each other as directed by the County Representative. Coordination with other contractors shall not be grounds for excusable delay.

3.2. If any part of Contractor's Work depends upon the work of others, Contractor shall inspect and promptly report to County any defects in such Work that render it unsuitable. Contractor's failure to report defects shall constitute a waiver ofthose defects, except as to latent defects.

Article 4: Interpretation of the Contract

4.1. The Contract is made up solely of the Contract Documents. The Contract Documents must be read as a whole, and anything in one such document must be read as included in all other documents, unless the context requires otherwise.

4.2. Where there is a conflict between any prov1s1on in the Contract Documents and a more stringent state or federal provision that is applicable to this Project, the more stringent state or federal Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 10 of 96 BCF #170AV (Rev. 02.17.15) provision shall prevail.

4.3. This Agreement and its preparation has been a joint effort of both parties to express their mutual intent. No rule of strict construction shall be applied against either party hereto.

4.4. In the event any part of this Agreement is found to be unenforceable by any court of competent jurisdiction, that part shall be deemed severed from this Agreement and the balance of this Agreement shall remain in full force and effect.

Article 5: Contract Time

5.1. Contractor shall be instructed to commence the Work by written instruction in the form of a Purchase Order issued by the County or Notices to Proceed issued by the County. The First Notice to Proceed and Purchase Order will not be issued until Contractor's submission to County of all required documents and after execution of the Contract by both parties.

5.2. First Notice to Proceed.

5.2.1. Preconstruction Work shall be commenced within ten (10) calendar days after the issuance of the First Notice to Proceed. Contractor shall have ten {10) days after receipt of signed and sealed Contract drawings to apply for all construction permits to the applicable permitting authority. Failure to complete the tasks authorized by the First Notice to Proceed within the time specified in these Contract Documents shall be grounds to terminate the Contract for cause. Alternatively, County may assess Liquidated Damages. The liquidated amount is set forth in the Summary of Terms and Conditions.

5.2.2. After issuance of the First Notice to Proceed, and before the County issues a Second Notice to Proceed, Contractor shall submit to County all of the following items for County's approval:

5.2.2.1. A project schedule in compliance with the requirements of Division 1. Additionally, at the request of the County, Contractor shall also provide a cost loaded schedule for review and approval.

5.2.2.2. A preliminary schedule of planned Shop Drawing and submittal submissions;

5.2.2.3. A preliminary schedule of values in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work.

5.2.2.4. Utility coordination schedule: Contractor shall be responsible to meet and coordinate with all utility owners as it relates to the Work and secure from them a schedule of utility relocation, as applicable. County shall not be responsible for the nonperformance by the utility owners.

5.2.2.5. All permits required by authorities having jurisdiction for all portions of the Work, unless otherwise provided by the Contract Documents.

5.2.2.6. Airport Utility Registration Application, if applicable.

5.2.3. Preconstruction Meeting: After receipt of all items identified above, a Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 11 of 96 BCF #170AV (Rev. 02.17.15) Preconstruction Meeting will be held to discuss procedures for conducting the Work, including but not limited to designating individuals to receive communications; for required submissions, inspections and approvals; for processing Applications for Payment; and to establish a working understanding among the parties as to the Work.

5.3. Second Notice to Proceed.

5.3.1. After the Preconstruction Meeting, Contractor may begin to perform the balance of the Work on the Project Initiation Date specified in the Second Notice to Proceed.

5.3.2. Time is of the essence throughout this Contract. The Work s ha II be substantially completed within the time set forth in the Summary of Terms and Conditions, specified in the Second Notice to Proceed.

5.3.3. Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, County shall deduct from monies otherwise due the Contractor a liquidated amount assessed daily until Substantial Completion. The liquidated amount is set forth in the Summary ofTerms and Conditions.

5.3.4. After Substantial Completion, should Contractor fail to complete the remaining Work within the time specified for Final Completion, County II deduct from monies otherwise due the Contractor a liquidated amount assessed daily until Final Completion. The liquidated amount is set forth in the Summary of Terms and Conditions.

5.3.5. Failure to meet interim Milestones shall also be cause for the County to deduct from monies otherwise due the Contractor a liquidated amount assessed daily as set forth in the Summary of Terms and Conditions.

5.4. The liquidated amounts are not penalties but are Liquidated Damages to County for costs incurred due to Contractor's untimely performance. Liquidated Damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by County as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. By submitting a bid, Contractor acknowledges that the amounts established for Liquidated Damages for preconstruction Work, Substantial Completion, Final Completion, and any intermediate Milestones are fair and reasonable. Such Liquidated Damages shall apply separately to each portion of the Project for which a time for completion is given. Contractor waives any and all challenges and legal defenses to the validity of any Liquidated Damages established in the Contract Documents, including that the Liquidated Damages are void as penalties or are not reasonably related to the actual damages sustained by the County as a result of Contractor's untimely performance.

5.5. Liquidated Damages shall be deducted from monies otherwise due Contractor until Final Completion, whether or not the County terminates Contractor for cause and whether or not Surety completes the project after a default by Contractor.

5.6. Contractor, in addition to being responsible to County for Liquidated Damages for untimely performance, shall reimburse County for all costs incurred by County to repair, restore, or complete the Work and for all costs incurred in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. All such costs shall be deducted from the monies

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 12 of 96 BCF #170AV (Rev. 02.17.15) due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by County as costs are incurred by County.

Article 6: Contract Documents

6.1. The Contract Documents shall be followed in strict accordance as to work, performance, material, and dimensions.

6.2. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant.

6.3. Contractor shall be furnished, free of charge, the number of copies of the Contract Documents established in Division 1, two (2) of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives on the Project site. Additional copies of the Contract Documents may be obtained from County at the cost of reproduction.

6.4. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings and other Contract Documents. These record documents, together with all approved samples and a counterpart of all approved Shop Drawings, shall be available at all times to County for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the County.

6.5. This Contract incorporates, includes, and supersedes all prior negotiations, correspondence, conversations, agreements, and understandings, and there are no commitments, agreements or understandings that are not contained in this Contract. This Contract is the entire agreement between the parties, and no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written.

Article 7: Contractor to Check Plans, Specifications, and Data

Contractor shall inspect conditions under which Work is to be performed and verify all dimensions, quantities and details shown on the plans, specifications or other data received from County, and shall notify County of all errors, omissions and discrepancies found therein prior to the County's issuance of the Second Notice to Proceed. Failure to notify County of reasonably identifiable errors, omissions, or discrepancies prior to issuance of the Second Notice to Proceed shall preclude Claims for Compensable Excusable Delay associated with such items. The Contract Base Amount shall be deemed to include the most expensive or comprehensive material or system so as to deliver a complete and functional facility.

Article 8: Prosecution of the Work

8.1. The Contractor shall furnish sufficient forces, offices, facilities and equipment, and shall work such hours, including night shift and overtime operations, as necessary to ensure the prosecution of the work in accordance with the current monthly updated progress schedule. If, in the opinion of the County Representative, the Contractor, due to its own action, falls behind in meeting the baseline schedule as presented in the current monthly updated progress schedule, the Contractor shall take such steps as may be necessary to improve its progress, and the County Representative may require the Contractor to increase the hours of work, the number of shifts, the amount of supervision, overtime operations or the amount of construction equipment without additional cost to the County.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 13 of 96 BCF #170AV (Rev. 02.17.15) 8.2. Contractor shall be responsible for coordination of Work. All architectural, civil, structural, mechanical, electrical and other subcontractors shall be responsible for coordination of their portions of the Work with Contractor and with each affected trade.

Article 9: Supervision

9.1. Contractor shall employ on the Project during its progress a full-time competent English speaking superintendent satisfactory to County. The superintendent shall not be changed except with the written consent of County, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ.

9.2. Contractor shall supervise the Work, using best practices and industry standards. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction.

9.3. If Contractor finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Contract Documents, Contractor shall immediately inform County, in writing.

Article 10: Labor and Materials

10.1. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work.

10.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the Work to which they are assigned.

Article 11: Temporary Offsite Facilities

Contractor shall provide, at Contractor's own expense and without liability to County, any additional land or facilities that may be required for temporary construction facilities, or for storage of materials.

Article 12: Maintenance of Traffic

Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with pedestrian, vehicular, marine or air traffic without the written consent of the proper authorities. All Maintenance of Traffic plans shall be submitted for approval prior to the start of work related to the MOT.

Article 13: Location and Damage to Existing Utilities

13.1. County does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities or structures that may be shown on the Drawings or encountered in the Work. Contractor shall identify and locate all underground and overhead utility lines, facilities, structures, or equipment affecting or affected by the Project. Any inaccuracy or omission in such information will not relieve the Contractor of its responsibility to protect such existing features.

13.2. The Contractor shall notify each utility, facility, structure, or equipment company involved at

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 14 of 96 BCF #170AV (Rev. 02.17.15) least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility, facility, structure, or equipment which may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by companies for temporary support of their utilities, facility, structure, or equipment shall be paid for by the Contractor. All costs of permanent relocation to avoid conflict shall be the responsibility of the company involved. All relocations are to be approved by the respective owner prior to backfilling.

13.3. The Contractor shall schedule the Work in such a manner that the Work is not delayed by the utility, facility, structure, or equipment owners' relocation or support of their utilities. The Contractor shall coordinate its activities with any and all public and private owners occupying the Project site. No compensation will be paid to the Contractor for any loss of time or delay caused by private utility owners.

13.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. Should the Contractor damage or interrupt the operation of a utility service or facility, Contractor shall immediately notify the proper utility service or facility owner and the County Representative. Contractor shall take all reasonable measures to prevent further damage or interruption of service.

13.5. The Contractor shall immediately repair all utilities, cables and other facilities that are damaged by its workers, equipment, or Work at its own expense with appropriate new material by skilled workers. Prior approval of the appropriate utility service and/or facility owner shall be obtained from the County Representative for the materials, workers, time of day or night, method of repairs, and any temporary or permanent repairs the Contractor may propose to any cables or utility service damaged by the Contractor during the course of the Work. The County may remedy such damage by ordering outside parties to make repairs at the expense of the Contractor. All damaged utilities must be replaced or fully repaired to the satisfaction ofthe utility or facility owner. The Contractor, in such events, shall cooperate with the utility service or facility owner and the County Representative continuously until such damage has been repaired and service restored to the satisfaction of the utility service or facility.

Article 14: Safety and Protection

14.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project.

14.2. Contractor shall protect the Work against all loss or damage sustained until Beneficial Occupancy by County or Substantial Completion, whichever comes first, and shall promptly repair any damage.

14.3. The Contractor shall not be responsible for normal wear resulting from the County's use of the Work after Beneficial Occupancy or Substantial Completion. However, any defect in the Work not attributable to normal wear resulting from the County's use shall be repaired by the Contractor at no additional cost to the County.

14.4. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to herein, caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor.

14.5. Contractor shall designate a responsible member of its organization at the Work site whose

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 15 of 96 BCF #170AV (Rev. 02.17.15) duty shall be the prevention of unsafe activities or practices which may lead to accidents.

14.6. In the event of an emergency constituting an immediate hazard to the health or safety of employees, property, lessees, or the general public, the County may undertake, at the Contractor's expense without prior notice, all work necessary to correct such hazardous condition when it was caused by work of the Contractor not being in accordance with the requirements ofthis Contract.

Article 15: Substitutions

15.1. Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to County in writing. No substitute will be allowed without a Change Order or CPEAM that adjusts the Contract Price or Contract Time. Contractor agrees to pay all County's expenses related to County's review of the request for substitution. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including County expenses for review. County may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract.

15.2. Requests for substitutions of products will be considered prior to the County's issuance of the Second Notice To Proceed. Subsequent requests will only be considered upon submittal of substantiated evidence of product unavailability, or that there is some unreasonable difficulty in obtaining it.

15.3. Substitutions will not be considered when indicated on shop drawings or product data submittals without a separate formal request, when requested directly by Subcontractor or supplier, or when acceptance will require substantial revision of the Contract Documents.

15.4. Substitute products shall not be installed without prior written approval of County.

15.5. The County shall limit selections to products with warranties that comply with requirements of the Contract Documents.

15.6. Requests For Substitutions

15.6.1. Submit separate request for each substitution. Document each request with complete data substantiating compliance of proposed substitution with requirements of Contract Documents.

15.6.2. Identify product by Specifications section and Article numbers. Provide manufacturer's name and address, trade name of product, and model or catalog number. List fabricators and suppliers as appropriate.

15.6.3. List similar projects using product, dates of installation, and names of the owner and consultant.

15.6.4. Give itemized comparison of proposed substitution with specified product, listing variations, and reference to Specifications section and Article numbers.

15.6.5. Substitutions will not be approved if the cost to provide and install the substitutions causes the Contract Price to be exceeded.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 16 of 96 BCF #170AV (Rev. 02.17.15) 15.6.6. List availability of maintenance services and replacement materials.

15.6.7. State effects of substitution on construction schedule, and changes required in other work or products.

15.7. Contractor Representations

15.7.1. Request for substitution constitutes a representation that the Contractor has investigated proposed product and has determined that it is equal to or superior in all respects to specified product.

15.7 .2. Contractor will provide the same warranty or better for substitution as for specified product.

15.7 .3. Contractor will coordinate installation of approved substitute, including making such changes as may be required for Work to be complete in all respects.

15.7.4. Contractor certifies that cost data presented is complete and includes all related costs under this Contract.

15.7.5. Contractor waives claims for additional costs related to substitution, which may later become apparent.

Article 16: Shop Drawings

16.1. Contractor shall submit Shop Drawings as required by the Contract Documents. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents.

16.2. By the date specified in the First Notice to Proceed, Contractor shall submit to County a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list shall not relieve Contractor from submitting complete Shop Drawings, in accordance with the Contract Documents.

16.3. Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers.

16.4. Contractor shall thoroughly review and check the Shop Drawings and each copy shall show this approval.

16.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents.

16.6. County's review of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents and not indicated on the Drawings. No Work called for by Shop Drawings shall be performed until the said Drawings have been reviewed.

16.7. No review will be given to partial submittals of Shop Drawings for items which interconnect

Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 17 of 96 BCF #170AV (Rev. 02.17.15) and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to County along with its comments as to compliance, noncompliance, or features requiring special attention.

16.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be noted.

16.9. Contractor shall submit the number of copies required by the Contract Documents. Resubmissions of Shop Drawings shall be made in the same quantity.

16.10. Contractor shall keep one set of approved Shop Drawings at the job site at all times.

Article 17: Field Layout of the Work

Contractor shall maintain lines and grades in the field. Contractor shall maintain accurate records of the location and elevation of all foundations, slabs, pipe lines, conduits, structures, maintenance access structures, hand holes, fittings and the like, and shall prepare "as-built" drawings of the same which are sealed by a surveyor registered by the State of Florida. Contractor shall deliver these records in good order to County as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All "as-built" drawings shall be made on electronic format and shall be submitted with each monthly pay application; once "as-builts" are completed and accepted, no further submittals will be required.

Article 18: Project Records, Audit Rights and Retention of Records

18.1 County is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statutes, Contractor and all its subcontractors shall comply with Florida's Public Records Law. To the extent Contractor is a contractor acting on behalf of the County pursuant to Section 119.0701, Florida Statutes, Contractor and its subcontractors shall:

18.1.2 Keep and maintain public records that ordinarily and necessarily would be required by County in order to perform the service;

18.1.3 Provide the public with access to such public records on the same terms and conditions that County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law;

18.1.4 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and,

18.1.5 Meet all requirements for retaining public records and transfer to County, at no cost, all public records in its possession upon termination of the applicable contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to County in a format that is compatible with the information technology systems of County.

The failure of Contractor to comply with the provisions set forth in this Article shall constitute a default and breach of this Agreement, and County shall enforce the default in accordance with the provisions set forth in Article 41.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 18 of 96 BCF #170AV (Rev. 02.17.15) 18.2 Contractor shall preserve all Contract Records (as defined below) for a minimum period of three (3) years after expiration or termination of this Agreement or until resolution of any audit findings, whichever is longer. Contract Records shall, upon reasonable notice, be open to County inspection and subject to audit and reproduction during normal business hours. County audits and inspections pursuant to this Section may be performed by any County representative (including any outside representative engaged by County). County may conduct audits or inspections at any time during the term of this Agreement and for a period of three years after the expiration or termination of the Agreement (or longer if required by law). County may, without limitation, verify information, payroll distribution, and amounts through interviews, written affirmations, and on-site inspection with Contractor's employees, Subcontractors, vendors, or other labor.

18.2.1 Contract Records include any and all information, materials and data of every kind and character, including without limitation, records, books, papers, documents, subscriptions, recordings, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, drawings, receipts, vouchers and memoranda, and any and all other documents that pertain to rights, duties, obligations or performance under this Agreement. Contract Records include hard copy and electronic records, written policies and procedures, time sheets, payroll records and registers, cancelled payroll checks, estimating work sheets, correspondence, invoices and related payment documentation, general ledgers, insurance rebates and dividends, and any other records pertaining to rights, duties, obligations or performance under this Agreement, whether by Contractor or Subcontractors.

18.2.2 County shall have the right to audit, review, examine, inspect, analyze, and make copies of all Contract Records at a location within Broward County. County reserves the right to conduct such audit or review at Contractor's place of business, if deemed appropriate by County, with seventy-two (72) hours' advance notice. Contractor agrees to provide adequate and appropriate work space. Contractor shall provide County with reasonable access to the Contractor's facilities, and County shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement.

18.2.3 Contractor shall, by written contract, require its Subcontractors to agree to the requirements and obligations of this Section.

18.3 Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for County's disallowance and recovery of any payment reliant upon such entry. If an audit or inspection in accordance with this Section discloses overpricing or overcharges to County of any nature by the Contractor or its Subcontractors in excess of five percent (5%) of the total contract billings reviewed by County, the reasonable actual cost of the County's audit shall be reimbursed to the County by the Contractor in addition to making adjustments for the overcharges. Any adjustments and/or payments due as a result of such audit or inspection shall be made within thirty (30) days from presentation of County's findings to Contractor.

Article 19: Assignment and Performance

Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without prior written approval of County.

Construction Bid Z132601Cl/Fll East Perimeter Road Water Main Improvements Page 19 of 96 BCF #170AV (Rev. 02.17.15) Article 20: Subcontracts

20.1. Contractor shall have a continuing obligation to notify County of any change in Subcontractors. Upon request, Contractor shall provide County copies of subcontractor agreements.

20.2. Each Subcontractor must possess certificates of competency and licenses required by law.

20.3. Contractor shall not employ any Subcontractor debarred under County procedures.

20.4. Contractor shall be fully responsible for all acts or omissions of Subcontractors in connection with the Work. Nothing in the Contract Documents shall create any contractual relationship between any Subcontractor and County, or any obligation on the part of County to pay any Subcontractor.

20.5. Contractor agrees to bind every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of County.

20.6. Contractor shall perform the Work with its own organization, amounting to not less than the percent shown on in the Summary ofTerms and Conditions.

20.7 Third-Party Beneficiaries: Except as otherwise expressly provided by these Contract Documents, neither Contractor nor County intends to directly or substantially benefit a third party by this Contract.

Article 21: Progress Payments

21.1. Contractor may submit applications for payment not more frequently than monthly for Work completed. No payment will be made in advance of work being completed. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by County Representative.

21.2. Each application for payment shall include but not be limited to the following documents:

21.2.1. An. updated progress schedule acceptable to County as required by the Contract Documents;

21.2.2. A Certification of Payments to Subcontractors Form accompanied by a copy of the notification sent to each Subcontractor, explaining the good cause why payment has not been made;

21.2.3. A release of claims from each Subcontractor and from Contractor relative to the Work which was the subject of previous pay applications;

21.2.4. A Consent of Surety form relative to Work which is the subject of the pending pay application;

21.2.5. A completed Statement of Wage Compliance Form;

21.2.6. A Monthly Utilization Report Form;

21.2.7. Updated as-built information for Work performed during the payment period;

21.2.8. Certified payroll records as required by the Contract Documents;

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 20 of96 BCF #170AV (Rev. 02.17.15) 21.2.9. Executed subcontracts if requested by County;

21.2.10. If this Project has been assigned a LEED category, a LEED certification status report; and

21.2.11. If this Project has been assigned a LEED category, documentation of compliance with specifications for Work items that have been designated as intended to support the County's application for LEED certification.

21.3. Applications for Payment shall be subject to approval by County. Failure to furnish supporting evidence for amounts invoiced shall result in a reduction of the amount otherwise due to Contractor. Incomplete pay applications will not be processed.

21.4. Retainage

21.4.1. The County shall withhold ten percent (10%} retainage from each progress payment to the Contractor until fifty percent (50%) of the Work has been completed. Thereafter, the County shall reduce to five percent (5%), the amount of retainage withheld from each subsequent progress payment made to the Contractor. Any reduction in retainage below five percent (5%} shall be at the sole discretion of the County after written request by Contractor.

21.4.2. After fifty percent (SO%) completion of the Work, the Contractor may request the release of up to one-half of the retainage then being held. County will promptly make payment to Contractor to release retainage unless grounds exist under 21.4.5 not to.

21.4.3. If payment of retainage to the Contractor is made and is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers.

21.4.4. After Substantial Completion and after completion of all items on the punch list, the Contractor may submit a payment request for all remaining retainage. It shall be the County's sole determination as to whether any ofthe punch list items have been completed. For items deemed not to have been completed, the County may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of County.

21.4.5. County shall not be required to pay or release any amounts that are the subject of a good faith dispute, the subject of a claim brought pursuant to section 255.05 F.S., or otherwise the subject of a claim or demand by the County or Contractor.

21.5. County may withhold, in whole or in part, payment to such extent as may be necessary to protect itselffrom loss on account of:

21.5.1. Defective work not remedied.

21.5.2. Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or County because of Contractor's performance.

21.5.3. Failure of Contractor to make payments properly to Subcontractors or for materials or labor.

21.5.4. Damage to another contractor not remedied or damage to other County property not

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 21 of96 BCF #170AV (Rev. 02.17.15) remedied.

21.5.5. liquidated Damages and costs incurred by County for extended construction administration.

21.5.6. Failure of Contractor to provide any and all documents required by the Contract Documents.

21.5.7. Failure to perform Contract requirements.

21.6. Stored Materials and Equipment (on site): Contractor may store materials and equipment at the Project site only on locations designated on the plans. Payment shall be made only for installed materials.

Article 22: Changes in the Work or Terms of Contract Documents

22.1. County may increase, decrease or otherwise modify the character or quantity of the Work or Contract Time. Any extra or additional Work or time within the scope of this Project must be accomplished by means of Change Orders or CPEAMs.

22.2. No modification, amendment, revision or alteration to the terms or conditions of this Contract shall be effective unless contained in a written document executed with the same formality as this Contract, or pursuant to the terms herein, or as expressly authorized in the Procurement Code.

22.3. County may propose a change in the Work or may ask Contractor for a price for a potential change in the Work. Such requests are informational and are not authorizations or instructions to execute the changes or stop the Work in progress.

22.4. Contractor shall submit an estimate within 14 calendar days after receipt of the proposal request. Contractor shall provide sufficient documentation to allow evaluation of the estimate, as well as a time impact analysis for any estimate that includes a proposed extension of the Contract Time. At a minimum, Contractor shall provide data in connection with the items included in "Cost of Work" in the Article, "Value of Changed Work."

22.5. The Contractor shall maintain its price quote for acceptance by the County for a minimum of 120 calendar days after submittal. The cost or credit to the County for any change in the work shall be determined in accordance with the provisions of the Contract Documents. The Contractor shall not be compensated for efforts expended in preparing and submitting price quotes.

Article 23: Field Orders

The County may issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change to the Contract Base Amount or to the Contract Time.

Article Z4: Allowance Accounts

24.1. Certain portions of Work which may be required to be performed by the Contractor under this Contract are either unforeseeable or have not yet been designed, and the value of such work, if any, is included in the Contract as a specific line item(s) entitled "Allowance Account(s)."

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 22 of96 BCF #170AV (Rev. 02.17.15) 24.1.1. Allowance Accounts shall be used to reimburse the Contractor for the actual costs of permit fees, license fees, impact fees and inspection fees paid to any governmental entity in connection with the construction of the Project; for furnishing all labor, materials, equipment and services necessary for modifications or extra Work required to complete the Project because of unforeseeable conditions; for performing minor construction changes required to resolve or address oversight in design, County oversight, unforeseen conditions, revised regulations, technological and product development, operational changes, schedule requirements, program interface, emergencies and delays, and dispute avoidance and resolution; and for making final adjustments to estimated quantities shown on the Schedule of Prices Bid in the Bid Form to conform to actual quantities installed.

24.1.2. Other Allowance Account(s) may be used as specified in the Contract Documents.

24.1.3. The values for Allowance Accounts, if any, are included in the awarded Contract Price, but are not chargeable against the Contract Price unless and until the Contractor is directed to perform work contemplated in the Allowance Account(s) by a written CPEAM(s) issued by the Contract Administrator.

24.1.4. CPEAMs shall require the same documented support as Change Orders.

24.2. At such time as Work is to be performed under the Allowance Account(s}, the Work shall be incorporated into the Construction Schedule and the Schedule of Values, and shall in all respects be integrated into the construction as a part of the Contract as awarded.

24.3. The CPEAM for the required Work will be issued by the County upon receipt from the Contractor of a satisfactory proposal for performance of the Work, and the acceptance thereof by the County.

24.4. County may require the Contractor to solicit competitive bids from appropriate Subcontractors and materials suppliers for performance of the Work.

24.5. The amount of an Allowance Account may be increased by a Change Order. No CPEAMs shall be issued against an Allowance Account if such CPEAMs, in the aggregate, exceed the authorized amount of that Allowance Account, until that excess has been authorized by appropriate Change Order.

24.6. In the event that County and Contractor cannot agree on a price or time adjustment for proposed Work, a CPEAM may be issued using the undisputed value or time, and the Contractor may reserve a claim for the disputed amount and time. Any reserved claim must identify the scope of Work, the maximum amount to be claimed, and the maximum number of days claimed for each item of Work. Any claim not expressly reserved in this manner is waived. Any amount reserved by the Contractor will encumber the remaining balance in the Allowance Account until the claim is resolved. Any proposed Work item having a reserved claim that exceeds the remaining balance in an Allowance Account cannot be authorized by CPEAM, but must be authorized by Change Order.

24.7. At Final Acceptance, the Contract Price shall be decreased by Change Order to credit unexpended amounts under the Allowance Accounts.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 23 of 96 BCF #170AV {Rev. 02.17.15) Article 25: Change Orders and CPEAMs

25.1. Changes in the Contract Price shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the Broward County Procurement Code, as amended from time to time.

25.2. Changes in the quantity or character of the Work within the scope of the Project, including all changes resulting in changes in the Contract Base Amount, or changes in the Contract Time, may be authorized by Change Orders or CPEAMs approved in advance.

25.3. Contractor shall not start work on any changes requiring an increase in the Contract Base Amount, Contract Price or the Contract Time until a Change Order or CPEAM setting forth the adjustments is approved by the County or as otherwise directed by County in writing. Upon receipt of a Change Order or CPEAM approved by County, Contractor shall promptly proceed with the change in the Work involved.

25.4. No Change Order shall take effect until Contractor delivers a Consent of Surety increasing the Payment and Performance Bonds by the amount of the Change Order.

25.5. Under circumstances determined necessary by County, Change Orders may be issued unilaterally by County directing a change in the work. In such event, Contractor is obligated to proceed with the Work, even though there has not been an agreement reached on the terms of the Change Order.

Article 26: Value of Changed Work

26.1. The value of any changed Work covered by a Change Order or CPEAM shall be determined in one of the following ways:

26.1.1. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. Unit prices are understood to include a component for overhead and profit.

26.1.2. By mutual acceptance of a lump sum which Contractor and County acknowledge contains a component for overhead and profit.

26.1.3. On the basis of the "Cost of Work," plus the Contractor's fee for Overhead and Profit.

26.2. Unit Price Calculation:

26.2.1. When unit prices are included in the Contract, County shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the Schedule of Prices Bid. The number of units contained in the bid is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Contract Documents, as may be amended by Change Order or CPEAM. Unit prices shall be full compensation for all costs, including overhead and profit, associated with completion of the Unit in full conformity with the requirements as stated in the Contract Documents.

26.2.2. Unit prices shall be those described in the Contract Documents. To be compensable, units must be measured daily by the Contractor and approved in writing by the County.

26.2.3. In no event shall the Contractor be entitled to compensation greater than the aggregate amount of the unit price times the original bid quantity of Work shown in the Bid Form unless Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 24 of 96 BCF #170AV (Rev. 02.17.15) authorized by Change Order or CPEAM.

26.2.4. The Contractor shall not be entitled to any additional compensation if actual quantities of Work performed are less than the estimated quantities shown in the Bid Form.

26.2.5. All final measurements for unit price work shall be performed by the County which shall afford the Contractor an opportunity to witness or to participate in the calculation of measurements and to review all calculations.

26.3. Lump Sum Calculation:

Lump sum price Change Orders or CPEAMs shall be based on the County's proposal request, Contractor's responsive estimate, and mutual agreement between the County and the Contractor. In cases where the County and the Contractor cannot mutually agree, the extra Work will be performed on a "Cost of Work" basis.

26.4. Cost of Work Calculation:

26.4.1. The term "Cost of the Work" shall mean the sum of those allowed direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order or CPEAM. Except as otherwise may be agreed to in writing by County, such costs shall include only the following items:

26.4.1.1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work described in the Change Order or CPEAM; pay r o II costs for employees not employed full time on the changed Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include salaries or wages at straight or overtime rates plus the cost of applicable fringe benefits which shall include social security contributions, unemployment and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and holiday pay. Employees shall not include superintendents and forepersons at the site. Overtime shall be included in the above only to the extent previously authorized by County in writing.

26.4.1.2. Cost of all materials and equipment furnished and incorporated in the changed Work including costs of transportation and storage. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment, shall accrue to County.

26.4.1.3. The rental cost of any equipment used exclusively for the changed Work, if the equipment is not used for any other part of the Work.

26.4.1.4. Payments made by Contractor to Subcontractors for work performed by Subcontractors. County may direct Contractor to obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to County.

26.4.1.5. Sales and use taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority.

26.4.1.6. Royalty payments and fees for permits and licenses for changed Work when the permit or license is issued in the name of County.

Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 25 of 96 BCF #170AV (Rev. 02.17.15) 26.4.1.7. Cost of premiums for additional bonds required because of changes in the Work, provided that no markup or fee will be paid on these costs.

26.4.2. The term "Cost of Work" shall not include Overhead and Profit or any of the following:

26.4.2.1. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable.

26.4.2.2. Costs to correct defective Work, disposal of materials or equipment wrongly supplied, and restoring any damage to property.

26.4.2.3. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the changed Work.

26.4.2.4. Cost of materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools, which are consumed in the performance of the Work.

26.4.2.5. The cost of additional utilities, fuel and sanitary facilities at the site.

26.4.2.6. Cost of any item not expressly included in paragraph 26.4.1.

26.5. Contractor's fee for Cost of Work Overhead and Profit shall be as follows:

26.5.1. For allowed costs when the Work is performed by the Contractor's own forces, Contractor's fee shall be ten percent (10%) of the direct Cost ofthe Work, excluding the cost of additional insurance and bonds.

26.5.2. For allowed costs incurred when the Work is performed by Subcontractors, Contractor's fee shall be seven and one half percent (7.5%) of the direct Cost of the Work, excluding the cost of additional insurance and bonds. If a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%). This shall be the maximum Overhead and Profit recoverable for changed Work by the Contractor and its Subcontractors, Sub-Subcontractors and suppliers at all tiers.

26.5.3. No fee shall be payable on items included in Overhead and Profit.

26.5.4. No fee, Overhead or Profit shall be payable to Contractor for costs incurred under 26.5.2, where the Subcontractor is owned by, or an affiliate of, the Contractor by common ownership or management, or is effectively controlled by the Contractor. For purposes of this provision, this would include an affiliate of any member of the Contractor team or entity, whether Limited Liability Company, Partnership, Joint Venture, or otherwise.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 26 of 96 BCF #170AV (Rev. 02.17.15) 26.5. Contractor must support its request for payment under this section on a form acceptable to County with an itemized cost breakdown, and supporting data documenting payments. Contractor and the Subcontractor(s), as appropriate, shall maintain itemized daily records of costs, quantities and labor. Copies of such records, maintained as follows, shall be furnished to the County daily for approval, subject to audit.

26.6.1. Labor. On a daily basis, the Contractor and its Subcontractor(s) of any tier performing the Work shall submit records of the cost of labor attributed to changed Work. The record shall include the name, classification, date, daily hours, total hours, rate and the extension for each laborer, tradesperson, and foreperson.

26.6.2. Materials and Equipment. Contractor shall maintain records on a daily basis for equipment and materials utilized in the changed Work as follows:

26.6.2.1. Designation, dates, daily hours, total hours, rental rate, and extension for each unit of special machinery and equipment.

26.6.2.2. Quantities of materials, prices, and extensions.

26.6.2.3. Transportation of materials.

26.7. Each Change Order and CPEAM must state whether each item of changed Work is based upon unit price, negotiated lump sum, or "Cost of Work."

26.8. Each Change Order or CPEAM amount shall include all costs for the time associated with the changed Work, when the Contractor is entitled to Compensable Excusable Delay. No separate payment shall be made for delay or extensions to the Contract Time for changed Work, and no reservation of claims for additional time by the Contractor shall be valid unless the reservation includes the number of days reserved and the scope of Work associated with those days.

Article 27: No Damages for Delay, Non-Excusable And Excusable Delays

27.1. Except as provided in this Article, Contractor shall not be entitled to any damages for Delay. No claim for damages or any claim, other than for an extension of time, shall be made or asserted against County by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from County for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference, not merely negligence, on the part of County or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above.

27.2. The Contractor shall document its Claim for any Contract Time extension in accordance with the requirements of the Contract Documents. Failure of the Contractor to comply with all requirements as to any particular event of Project Delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all Claims resulting from that particular event of Project delay.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 27 of 96 BCF#170AV (Rev. 02.17.15) 27.3. Non-Excusable Delay. Any Delay which extends the completion of the Work or portion of the Work beyond the Contract Time and which is caused by the act, fault or omission of the Contractor or any Subcontractor, materialman, supplier or vendor to the Contractor. Delays in obtaining permits caused by the Contractor's actions or lack of actions are Non-Excusable Delays. A Non-Excusable Delay shall not be cause for granting a Contract Time extension and shall subject the Contractor to Liquidated Damages.

27.4. Excusable Delay. An Excusable Delay may be compensable or non-compensable. The Contractor shall be entitled to Liquidated indirect costs for Compensable Excusable Delay, in accordance with the Contract Documents.

27.5. When the Work is extended beyond the Contract Time due to an Excusable Delay, a Change Order or a CPEAM must authorize an extension of the Contract Time. When the Excusable Delay is caused by authorized changed Work, the cost of the changed Work and the Excusable Delay shall be included in the same Change Order or CPEAM.

27.6. Compensable Excusable Delay:

27.6.1. The Delay is caused by circumstances beyond the control of the Contractor or its Subcontractors, materialmen, suppliers or vendors, and

27.6.2. Caused solely by fraud, bad faith or active interference, not merely negligence, on the part of County or its Consultant, and

27.6.3. The Delay is not concurrent with a Non-Compensable Delay.

27.7. Non-Compensable Excusable Delay:

27.7.1. The Contractor shall be entitled only to a time extension and no further compensation for Non-Compensable Excusable Delay.

27.7.2. Non-Compensable Excusable Delay may be caused by circumstances beyond the control of the Contractor, its Subcontractors, materialmen, suppliers and vendors, and is also caused by circumstances beyond the control of the County and the Consultant, such as delay(s) caused by the permitting agencies, to the extent that such delays were not caused by the Contractor, or

27.7.3. Non-Compensable Excusable Delay may be caused jointly or concurrently by the Contractor or its Subcontractors, materialmen, suppliers or vendors and by the County or the Consultant, or

27 .7.4. Non-Compensable Excusable Delay may be caused by performance of additional unit price Work that extends the Contract Time.

27.8. Weather may be grounds for Non-compensable Excusable Delay when rains or other inclement weather conditions or related adverse soil conditions result in Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted updated progress schedule.

27.9. In no event shall the Contractor be excused for interim Delays which do not extend the Contract Time or Milestones.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 28 of96 BCF #170AV (Rev. 02.17.15) 27.10. Nothing in this Contract shall be construed as waiving County's right to Liquidated Damages for delays due to failure of Surety, Delays as a result of the Contractor's failure to carry out the instructions of the County, or for any other Delays not specifically deemed to be Excusable Delay.

Article 28: Severe Weather

28.1. During such periods of time as are designated by the United States Weather Bureau as being a tropical storm watch or warning or a hurricane watch or warning, the Contractor, at no cost to the County, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the County has given notice of same.

28.2. Compliance with any specific tropical storm or hurricane watch or warning precautions will not constitute additional Work.

Article 29: Notification and Claim for Change of Contract Time or Amount

29.1. Any request for additional time or compensation shall be made by written notice to the County within two (2) days of the commencement of the event giving rise to the request. Within fourteen (14) days of the termination of the event giving rise to the request, or such longer period of time as authorized by the County in writing, Contractor shall submit all documentation supporting the request for additional cost or time. If the County and Contractor cannot resolve a request within sixty (60) days after submission, Contractor may re-submit the request as a Claim in accordance with the Contract Documents which shall be submitted to Consultant for determination. The Claim shall include Contractor's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 1­ 276, et seq., Broward County Code of Ordinances.

29.2. All requests and Claims for increases to the Contract Time or Contract Base Amount shall be waived if not submitted in strict accordance with the requirements of the Contract Documents, the satisfaction of which shall be conditions precedent to entitlement.

29.3. Each Claim must include a description of the disputed work, the amount sought by the Contractor and the number of days of Delay sought by the Contractor. The Claim must be accompanied by all job records supporting entitlement and the amounts and time sought. A time impact analysis shall be provided to support any claim for additional time. County shall be entitled to review additional job records to evaluate the submitted claim.

29.4. Submission of Claims.

29.4.1. Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's decisions of all claims, questions, difficulties and disputes shall be final and binding to the extent provided herein.

29.4.2. Unless a different period of time is agreed upon, Consultant shall notify the Contract Administrator and Contractor in writing of Consultant's decision within fourteen (14) calendar days from the date of the receipt of the claim. All non-technical administrative disputes, shall be determined by the Contract Administrator. During the pendency of any dispute and after a determination thereof, Contractor, Consultant, and Contract Administrator shall act in good faith

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 29 of 96 BCF #170AV (Rev. 02.17.15) to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. Contractor may not refuse to perform work that is the subject of a dispute or a Claim.

29.4.3. In the event the determination of a dispute under this Article is unacceptable to either party, the party objecting to the determination must notify the other party in writing within ten (10) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Time or Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination.

29.4.4. If the project has a Dispute Avoidance Panel, the Contractor must discuss the disputed issue at a Dispute Avoidance Panel meeting before the Contractor may submit a Claim. Failure to discuss a disputed matter at a Dispute Avoidance Panel meeting shall constitute a waiver of any Claim arising from that matter.

29.5. Reservation of Claim Amounts and Time.

29.5.1. Contractor may reserve a timely-submitted Claim by executing a conditional release in a CPEAM or Change Order, which states the amount and time sought in the Claim and identifies the Scope of Work giving rise to the Claim. Unquantified amounts or time claimed will not preserve a Claim or a right to a Claim.

29.5.2. IfCounty agrees to pay a portion of a Claim, Contractor may reserve the remaining portion of the Claim by executing a conditional release in a CPEAM or Change Order, which states the remaining amount and time sought in the Claim and identifies the Scope of Work giving rise to the Claim. Unquantified amounts or time claimed will not preserve a Claim or a right to a Claim.

29.5.3. Each Change Order shall contain a release and waiver of all claims as of the date the Contractor signs the Change Order, except as specifically included in a reservation of claims within the Change Order. The reservation of Claims shall, as to each reserved individual Claim, state the amount and time sought in the Claim and identify the Scope of Work giving rise to the Claim. Any Claim not included in the reservation of Claims is waived and abandoned; and unquantified amounts or time are also waived and abandoned.

29.5.4. If any Claims remain unresolved at Substantial Completion, the parties shall participate in mediation within sixty (60) days. The mediation shall be confidential to the same extent as Court-ordered mediation under Florida law. The Mediator shall be mutually agreed upon by the parties. Should any Claim not be resolved in mediation, the parties retain all their rights and remedies under Florida law. Participation in mediation is a condition precedent to file a lawsuit in connection with the Project. If a party which has not satisfied this condition precedent files a lawsuit in connection with this Contract, the party filing the lawsuit shall pay the other party's reasonable attorneys' fee and court costs.

Article 30: Inspection and Testing

30.1. County shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing.

30.2. Field instructions shall not be effective to authorize deviations from the Contract Documents.

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 30 of 96 BCF #170AV (Rev. 02.17.15) 30.3. Should the Contract Documents, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give County timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than County, at least three (3) days' notice must be given prior to each test. Testing shall be made promptly, and, where practicable, at the source of supply. Work covered without approval of County must, if required by County, be uncovered for examination and properly restored at Contractor's expense.

30.4. County may order reexamination of any of the Work and, if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, County shall pay the cost of reexamination and replacement. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost.

30.5. Contractor shall perform its own quality control testing, at its own expense.

30.6. Except when otherwise specified in the Contract Documents, the expense of all tests requested by County shall be borne by County and performed by a testing firm chosen by County. The cost of any required test which Contractor fails shall be paid for by Contractor. County's test results will determine compliance with the Contract Documents.

30.7. For road construction projects, the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction.

Article 31: Defective Work and Non-Conforming Work

31.1. County shall reject defective Work. All materials and equipment furnished will be new unless otherwise specified and all of the Work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All Work not conforming to these requirements, including substitutions not authorized, may be considered defective.

31.2. Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including the cost of testing laboratories and personnel.

31.3. Should Contractor fail or refuse to remove or correct any defective Work in accordance with the requirements of the Contract Documents within the time indicated in writing by County, County may cause the defective Work to be removed or corrected at Contractor's expense. Any expense incurred by County in making such removals, corrections or repairs shall be paid for out of any monies due or which may become due to Contractor, or may be charged against the Performance Bond. Additionally, County may terminate Contractor for cause.

31.4. If, within one (1) year after Substantial Completion or such longer period of time prescribed by the Contract Documents, any of the Work is found to be not in accordance with the Contract Documents, Contractor, within ten (10) days after written notice from County, shall correct such defective or nonconforming Work without cost to County, or shall provide a plan acceptable to the County for the prompt correction of such defective or nonconforming Work. If Contractor fails to correct defective or nonconforming Work timely, County may charge Contractor for the cost of correction. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 31 of 96 BCF #170AV (Rev. 02.17.15) 31.5. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered, or obligate County to Final Acceptance, or waive County's rights with regard to latent defects.

31.6. Within 10 days after written notice from County, Contractor will correct all latent defects discovered within ten (10) years of Substantial Completion. Contractor will restore any Work disturbed in connection with the correction of defective work at no cost to the County.

31.7. The provisions of Florida Statutes Chapter 558 shall not apply to this Contract.

Article 32: Beneficial Occupancy

32.1. Beneficial Occupancy shall occur when the County in its sole discretion determines that a portion of the Work may be occupied prior to Substantial Completion.

32.2. Beneficial Occupancy shall not constitute Substantial or Final Acceptance of the Work, nor shall it relieve the Contractor of any responsibility for the correction of Work or for the performance of Work not complete at the time of Beneficial Occupancy.

32.3. Prior to Beneficial Occupancy, the Contractor shall obtain a Certificate of Occupancy or Completion from the appropriate Authority Having Jurisdiction.

32.4. Prior to the anticipated date of Beneficial Occupancy, the Contractor shall instruct County personnel as necessary for the proper operation and maintenance of all equipment and machinery that will serve the portion of the Work being occupied.

32.5. After Beneficial Occupancy and as conditions of Substantial Completion, the Contractor shall deliver to the County complete as-built drawings, all approved Shop Drawings, maintenance manuals, pamphlets, charts, parts lists and specified spare parts, operating instructions and other necessary documents required for all installed materials, equipment, or machinery, all applicable warranties and guaranties, and the appropriate Certificate of Occupancy or Completion that are related to the portion of the Work being occupied.

32.6. Contractor's insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such Beneficial Occupancy.

32.7. Contractor shall be responsible to maintain all utility services to areas occupied by the County until Final Acceptance.

Article 33: Partial Substantial Completion

Partial Substantial Completion of the Work shall occur when the County determines that a portion of the Work, as defined by logical boundaries, is Substantially Complete, in accordance with the Contract Documents. County shall have the right at its sole option to designate such portions of the Work as Substantially Complete. Partial Substantial Completion shall not constitute Final Acceptance of the Work, nor shall it relieve the Contractor of any responsibility for the correction of Work or for the performance of Work not complete at the time of Partial Substantial Completion.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 32 of96 BCF #170AV (Rev. 02.17.15} Article 34: Substantial Completion

34.1. When it is determined that the Work is substantially complete in accordance with the Contract Documents, a Certificate of Substantial Completion will be issued in the form included in these Contract Documents. As a condition of Substantial Completion, all of the following shall occur:

34.1.1. The County shall develop, and the Contractor shall review, the list of items of Work to be completed or corrected by Contractor to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective Work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents.

34.1.2. Contractor shall deliver all executed warranties.

34.1.3. Contractor shall deliver all as-built drawings.

34.1.4. Contractor shall deliver operation and maintenance manuals.

34.1.5. Contractor shall deliver evidence that all permits have been satisfied and closed, and that a final certificate of completion or certificate of occupancy has been issued.

34.1.6. The Project can be used for its intended purpose.

34.1.7. Contractor shall satisfy all other requirements ofthe Contract Documents.

34.2. After Substantial Completion is established, Contractor may invoice for retainage provided that County will retain up to 150% of the value of the items to be corrected or completed by Contractor.

Article 35: Guarantees And Warranties

35.1. Guarantees and Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work unless otherwise provided and will be for a period of one (1} year unless otherwise provided in the Contract Documents.

35.2. The Contractor will correct all defects discovered within one (1} year (or longer period if provided in the Contract Documents} of the date of Substantial Completion. Contractor will commence repairs within ten (10} days after being notified by the County of the need for the repairs and will prosecute the repairs diligently until completed.

35.3. If the Contractor fails to act within ten (10} days, the County may have the repairs performed by others at the expense of the Contractor.

35.4. Written warranties furnished to the County are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law or the Contract Documents.

35.5. The Contractor shall also furnish any special guarantee or warranty called for in the Contract Documents.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 33 of 96 BCF #170AV (Rev. 02.17.15) Article 36: Clean Up

Contractor shall at all times keep the Project premises free from accumulation of waste materials or rubbish. At the completion of the Project, Contractor shall remove all of its waste materials and rubbish from and about the Project, as well as its tools, construction equipment, machinery and surplus materials. County may clean up and charge the cost to Contractor.

Article 37: Final Acceptance and Final Payment

37.1. Contractor shall notify County when the Work is ready for final inspection. County shall confirm that all punchlist items have been completed, final quantities of unit price items have been reconciled, the requisite documents have been submitted, the requirements of the Contract Documents have been fully satisfied, all credits due County are reconciled, and all conditions of the permits and regulatory agencies have been met.

37.2. Before requesting final payment, Contractor shall deliver to County: (i) a complete release of all Claims arising out of this Contract conditioned only upon receipt of Final Payment, (ii) an affidavit certifying that all suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and (iii) a consent of the surety to Final Payment. The final payment package is to include the certification document titled, "FINAL LIST OF CERTIFIED (CBE or DBE) AND NONCERTIFIED SUBCONTRACTORS AND SUPPLIERS."

37.3. Final payment shall be made only after the County has reviewed and approved the Final payment package. Contractor's acceptance of final payment shall constitute a waiver of all claims by Contractor.

Article 38: Performance Bond and Payment Bond

Within fifteen (15) calendar days of being notified of the conditional award, and prior to issuance of the First Notice to Proceed, Contractor shall furnish a Performance Bond and a Payment Bond in the form included in the Contract Documents.

38.1. Each Bond shall be maintained in the amount of one hundred percent (100%) of the Contract. Each Bond shall be increased in the amount of any change to the Contract Price.

38.2. Each Bond shall continue in effect for one (1) year after Final Completion of the Work. This is not intended to shorten the limitations period provided for in Section 95.11(2)(b), Florida Statutes.

Article 39: Indemnification

39.1. Contractor shall indemnify and hold harmless County, its officers and employees from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. These indemnifications shall survive the term of this Contract.

39.2. Sums otherwise due Contractor under this Contract may be retained by County until all of County's claims for indemnification pursuant to this Contract have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by County.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 34 of 96 BCF #170AV (Rev. 02.17.15) Article 40: Suspension of Work

40.1. The County has the right to suspend the Work wholly, or in part, for such period or periods it may deem necessary. County shall notify the Contractor in writing that it is suspending the Work and the effective date of such suspension.

40.2. If the County suspends the Work, the Contractor shall store all materials in such a manner that they will not become an obstruction, nor become damaged in any way, and it shall take every precaution to prevent damage or deterioration of the Work performed. The Contractor shall construct temporary structures where necessary to provide for traffic on, to, or from the Project location.

40.3. If the period of such suspension delays the Contract Time, such Delay may be considered a Compensable Excusable Delay.

Article 41: Termination

41.1. Termination for Cause by County. If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule, or if Contractor shall fail to perform any material term set forth in the Contract Documents, or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List created pursuant to Section 215.473, Florida Statutes, as amended, or if Contractor provides a false certification submitted pursuant to Section 287.135, Florida Statutes, as amended, County may give written notice of the breach to Contractor and its Surety, allowing Contractor to cure the breach within ten (10) days. If Contractor fails to cure the breach within the ten (10) day period, County may terminate Contractor without any further notice, for cause and exclude Contractor from the Project site. At the end of the ten (10) day period, all materials and equipment left on the site are deemed abandoned by the Contractor. Contractor shall not be entitled to receive any further payment.

41.1.1. County may make demand on the Surety to complete the Work without further agreement. Alternatively, in its sole discretion, County may complete the Project, or any portion of the Project. All damages, costs, credits, and charges incurred by County, together with the costs of completing the Project and correcting any deficient work, shall be deducted from any monies due or which may become due to Contractor or Surety. In case the damages and expenses so incurred by County exceed the unpaid balance, then Contractor and Surety shall be jointly and severally liable and shall pay to County the amount of said excess. Termination for cause shall not extend the Contract Time.

41.1.2. Without limiting the County's right to terminate for cause stated in this Article, County may terminate Contractor for cause upon the occurrence of any of the following:

41.1.2.1. Disqualification of Contractor as a CBE/DBE firm by the County if Contractor's status as CBE/DBE firm was a factor in the award of this Contract; or

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 35 of 96 BCF #170AV (Rev. 02.17.15) 41.1.2.2. Fraud, misrepresentation, or material misstatement by Contractor in the course of obtaining this Contract or attempting to meet the CBE/DBE contractual obligations.

41.1.3. Materiality and Non-Waiver of Breach: Each requirement, duty, and obligation in the Contract Documents is material. County's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver shall not be effective unless it is in writing and approved by the County Commission or its designee. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach.

41.1.4. If, after notice of termination to Contractor, it is determined for any reason that Contractor was not in default, the rights and obligations of County and Contractor shall be the same as ifthe notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 41.2 below.

41.2. Termination for Convenience by County. This Contract, or any part thereof, may be terminated for convenience in writing by County upon at least ten (10) days' written notice to Contractor of intent to terminate on the date specified in the written notice, as follows:

41.2.1. Contractor shall be paid for all Work executed and actual expenses incurred prior to termination in addition to termination costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. All expenses incurred shall be verified to the satisfaction of the County. No payment shall be made for Work not performed or for profit related to Work/services which have not been performed.

41.2.2. Upon receipt of Notice of Termination, Contractor shall promptly discontinue all affected Work unless the Notice ofTermination directs otherwise and deliver or otherwise make available to County all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. In addition, Contractor shall promptly remove any part or all of Contractor's equipment and supplies from the property of County, failing which County shall have the right to remove such equipment and supplies at the expense of Contractor.

Article 42: Compliance With Laws

42.1. The Contractor shall at all times observe and comply with all laws, ordinances, codes, rules, regulations, orders, and decrees of any public body having jurisdiction in performing its duties, responsibilities, and obligations related to the Contract Documents.

42.2. Contractor shall pay all applicable taxes required by law.

Article 43: Permits and Fees

43.1. Contractor shall secure all permits required for the Work and arrange for all inspections and similar procedural items as required by the authorities having jurisdiction. Contractor shall be reimbursed only for the actual amount of fees levied, as evidenced by a paid receipt or other acceptable documentation. Reimbursement to Contractor shall not include Overhead and Profit of Contractor.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 36 of 96 BCF #170AV (Rev. 02.17.15) 43.2. Contractor shall maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons and Subcontractors working on the Project for whom a Certificate of Competency is required.

43.3. Impact fees levied by any authority having jurisdiction over the Work shall be paid by County. Contractor shall be reimbursed only for the actual amount of the impact fee as evidenced by a paid receipt or other acceptable documentation issued by the authority having jurisdiction. Reimbursement to Contractor shall not include Overhead and Profit of Contractor.

43.4. Contractor shall obtain all necessary permits prior to commencing Work (unless otherwise provided by the Contract Documents), and shall maintain and comply with all permits during the progress of the Work.

Article 44: Royalties and Patents

All fees, royalties, and costs for any invention or patent that may be used in connection with the Work are included in the Contract Price.

Article 45: Applicable Law, Jurisdiction, Venue, and Waiver of Jury Trial

This Agreement shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. The Parties agree that the exclusive venue for any lawsuit arising from, related to, or in connection with this Agreement shall be in the state courts of the Seventeenth Judicial Circuit in and for Broward County, Florida. If any claim arising from, related to, or in connection with this Agreement must be litigated in federal court, the Parties agree that the exclusive venue for any such lawsuit shall be in the United States District Court or United States Bankruptcy Court for the Southern District of Florida. BY ENTERING INTO THIS AGREEMENT, SECOND PARTY AND County HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. IF A PARTY FAILS TO WITHDRAW A REQUEST FOR A JURY TRIAL IN A LAWSUIT ARISING OUT OF THIS AGREEMENT AFTER WRITTEN NOTICE BY THE OTHER PARTY OF VIOLATION OF THIS SECTION, THE PARTY MAKING THE REQUEST FOR JURY TRIAL SHALL BE LIABLE FOR THE REASONABLE ATTORNEYS' FEES AND COSTS OF THE OTHER PARTY IN CONTESTING THE REQUEST FOR JURY TRIAL, AND SUCH AMOUNTS SHALL BE AWARDED BY THE COURT IN ADJUDICATING THE MOTION.

Article 46: EEO and OESBD Compliance

46.1. No party to this Contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. Contractor shall comply with all requirements of the CBE/DBE Program, as applicable, in the award and administration of this Agreement. Failure by Contractor to carry out any of these requirements shall constitute a material breach of this Contract, which shall permit County to terminate this Contract or to exercise any other remedy provided under this Contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.

46.2. Contractor shall include the foregoing or similar language in its contracts with any subcontractors or suppliers, except that any project assisted by the U.S. Department ofTransportation funds shall comply with the non-discrimination requirements in 49 C.F.R. Parts 23 and 26, as amended. Failure to comply with the foregoing requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as County deems appropriate.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 37 of96 BCF #170AV (Rev. 02.17.15) 46.3. Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Contract and shall not otherwise unlawfully discriminate in violation of the Broward County Code, Chapter 1672, as may be amended from time to time. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by County, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons.

46.4. By execution of this Agreement, Contractor represents that it has not been placed on the discriminatory vendor list (as provided in Section 287.134, Florida Statutes, as may be amended from time to time). County hereby materially relies on such representation in entering into this Contract. An untrue representation of the foregoing shall entitle County to terminate this Contract and recover from Contractor all monies paid by County pursuant to this Contract, and may result in debarment from County's competitive procurement activities.

Article 47: Notices

Whenever either party desires to give notice to the other, such notice shall be by email and must be followed by a written hard copy sent by certified United States Mail, postage prepaid, return receipt requested, or sent by commercial express carrier with acknowledgment of delivery, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as shown in the Summary ofTerms and Conditions until changed in writing in the manner provided in this Article.

(The remainder of this page is intentionally left blank.)

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 38 of96 BCF #170AV (Rev. 02.17.15) SECTION 4- SPECIAL PROVISIONS

Special Provisions begin on the next page.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 39 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION lA: COUNTY BUSINESS ENTERPRISE (CBE) COMPLIANCE

[Retain the following paragraphs if the Project is not Federally funded. If the Project is Federally funded, delete all paragraphs and insert the words NOT USED in 18 point type centered on this page.]

1. The CBE Program, which is implemented under the Broward County Business Opportunity Act of 2012 (Broward County Ordinance No. 2012-33 as may be amended from time to time), referred to as the "Act," provides for the establishment and implementation of CBE participation goals, initiatives, and other opportunities for County contracts. In completing this Project, Contractor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the Contract. Contractor acknowledges that the Broward County Board of County Commissioners, acting by and through the Director of the Broward County Office of Equal Opportunity, may make minor administrative modifications to the CBE Program, which shall become applicable to this Contract if the administrative modifications are not unreasonable. Written notice of any such modification shall be provided to Contractor and shall include a deadline for Contractor to notify County if Contractor concludes that the modification exceeds the authority of this section of this Contract. Failure of Contractor to timely notify County of its conclusion that the modification exceeds such authority shall be deemed acceptance of the modification by Contractor.

The County shall have the right to review each proposed amendment, extension, modification, or change order to this Contract that, by itself or aggregated with previous amendments, extensions, modifications, or change orders increases the initial Contract Price by ten percent (10%) or more, for opportunities to include or increase the participation of CBE firms already involved in this Contract. Contractor shall make a good faith effort to include CBE firms in work resulting from any such amendment, extension, modification, or change order and shall report such efforts, along with evidence thereof, to the Office of Economic and Small Business Development.

2. The Parties acknowledge that subcontract awards to CBE firms are crucial to the achievement of the Project's CBE participation goal. Contractor understands that each CBE firm utilized on the Project to meet the participation goal must be certified by the Broward County Office of Economic and Small Business Development. Contractor agrees to meet its CBE participation commitment as described in the Contract Documents, "Summary of Terms and Conditions" by utilizing the CBE firms for the work and percentage of work amounts identified in each Letter Of Intent.

Contractor may not terminate for convenience a CBE firm listed as a Subcontractor in the Contractor's bid or offer without the County's prior written consent, which consent shall not be unreasonably withheld. Contractor shall inform County immediately when a CBE firm is not able to perform or if Contractor believes the CBE firm should be replaced for any other reason, so that the Office of Economic and Small Business Development may review and verify the good faith efforts of Contractor to substitute the CBE firm with another CBE firm. Whenever a CBE firm is terminated for any reason, including for cause, Contractor shall, with notice to and concurrence of the Broward County Office of Economic and Small Business Development Division, substitute another CBE firm in order to meet the level of CBE participation provided herein. Such substitution shall not be required in the event the termination results from County changing the Scope of Work hereunder and there is no available CBE to perform the new Scope of Work.

3. In performing services for this Project, the Parties hereby incorporate Contractor's participating CBE firms, addresses, scope of work, and the percentage of work amounts identified on each Letter of Intent into this Contract. Upon execution of this Contract by County, Contractor shall enter into a formal contract with the CBE firms Contractor selected to fulfill the CBE participation goal for this Contract and

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 40 of 96 BCF #170AV (Rev. 02.17.15) agrees to provide copies of its contracts with such firms to the Contract Administrator and the Broward County Office of Economic and Small Business Development.

4. Contractor shall allow County to engage in on-site reviews to monitor Contractor's progress in achieving and maintaining its contractual and CBE Program obligations. Such review and monitoring shall be by the Contract Administrator in conjunction with the Office of Economic and Small Business Development. County shall have access, without limitation, to Contractor's books and records, including payroll records, tax returns and records, and books of account, on five (5) business days' notice, to allow County to determine Contractor's compliance with its commitment to the CBE participation goal and the status of any CBE firm performing any portion of this Contract.

5. Contractor understands that it is the responsibility of the Contract Administrator and the Broward County Office of Economic and Small Business Development to monitor compliance with the CBE requirements. In that regard, Contractor shall report monthly regarding compliance with its CBE obligations.

6. In the event of Contractor's noncompliance with its participation commitment to a CBE firm (including without limitation the unexcused reduction of the CBE firm's participation), the affected CBE firm shall have the right to the following remedies if the noncompliance is or was alleged to be due to no fault of the CBE firm, and alleged to be due to the willful action or omission of Contractor:

6.1 The affected CBE firm shall be entitled to damages pursuant to its Contract with Contractor.

6.2 If the CBE firm has the right to arbitrate and institutes arbitration proceedings claiming non-compliance with the Act by Contractor, then in such event the CBE firm may submit the dispute to arbitration. However, arbitration shall not be available as to any dispute between Contractor and County; nor shall County incur any cost, fee, or liability relative to any arbitration proceeding.

6.3 Nothing under this Article shall be construed to limit the rights of and remedies available to County, including the right to seek its own damages pursuant to this Contract.

7. Nonpayment of a CBE Subcontractor or supplier as required by this Contract shall be a material breach of this Contract and County's Contract Administrator may, at his or her option, increase allowable retainage or withhold progress payments unless and until Contractor demonstrates timely payments of sums due to such Subcontractor, or supplier. Contractor agrees that the presence of a "pay when paid" provision in its contract with a CBE firm shall not preclude County or its representatives from inquiring into allegations of nonpayment. The foregoing remedies under this Article 7 shall not be employed when Contractor demonstrates that failure to pay results from a bona fide dispute with its CBE Subcontractor or supplier.

8. If Contractor fails to comply with the requirements of this Contract, or the requirements of the Broward County Business Opportunity Act of 2012, County shall have the right to exercise any administrative remedies provided by the Broward County Business Opportunity Act of 2012, or any other right or remedy provided in the Administrative Procedures of the Office of Economic and Small Business Development, this Contract, or under applicable law, with all such rights and remedies being cumulative.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 41 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION lB: DISADVANTAGED BUSINESS ENTERPRISE (DBE) COMPLIANCE

NOT USED

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 42 of96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION lC: WORKFORCE INVESTMENT PROGRAM

[DELETE IF NOT A "COVERED CONTRACT" AT TIME OF CONTRACT AWARD]

Workforce Investment Program. This Agreement constitutes a "Covered Contract" under the Broward Workforce Investment Program, Broward County Administrative Code Section 19.211 ("Workforce Investment Program"). Contractor affirms it is aware of the requirements of the Workforce Investment Program and agrees to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal as set forth therein, including by (a) publicly advertising any vacancies that are the direct result of this Agreement (whether those vacancies are with Contractor or its Subcontractors) exclusively with CareerSource Broward for at least five (5) business days and using good faith efforts to interview any qualified candidates referred under the Workforce Investment Program, and (b) using good faith efforts to hire Qualifying New Hires, as defined by the Workforce Investment Program, for at least fifty percent (SO%) of the vacancies that are the direct result of this Agreement. Until at least one year after the conclusion of this Agreement, Contractor shall maintain and make available to County upon request all records documenting Contractor's compliance with the requirements of the Workforce Investment Program, and shall submit the required Workforce Investment Reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this Agreement. Failure to demonstrate good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal shall constitute a material breach of this Agreement.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 43 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 2A: PREVAILING WAGE RATES

[Retain the following paragraphs if the Project is not Federally funded or if the estimated cost of the Project is greater than $250,000. Ifthe Project is either Federally funded or is not greater than $250,000, delete all paragraphs and insert the words NOT USED in 18 point type centered on this page.]

The Prevailing Wage Rate Ordinance applies to this Project. The following sections shall apply.

1. The rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not be less than those payments for similar skills in classifications of work in a like construction industry as determined by the Secretary of Labor and as published in the Federal Register (latest revision is attached hereto).

2. All mechanics, laborers, and apprentices, employed or working directly upon the site of the Work shall be paid in accordance with the above referenced wage rates. Contractor shall post notice of these provisions at the site of the Work in a prominent place where it can be easily seen by the workers.

3. If the parties cannot agree on the proper classification of a particular class of laborers or mechanics or apprentices to be used, the County Representative shall submit the question, together with its recommendation, to the County Administrator for final determination.

4. In the event it is found by the County Representative that any laborer or mechanic or apprentice employed by Contractor, or any Subcontractor directly on the site of the Work has been or is being paid at a rate of wages less than the rate of wages required by the ordinance, the County Representative may (1) by written notice to Contractor terminate its right to proceed with the Work or such part of Work for which there has been a failure to pay said required wages; and (2) prosecute the Work or portion thereof to completion by contract or otherwise. Whereupon, Contractor and its sureties shall be liable to County for any excess costs occasioned to County thereby.

5. Sections 1 through 4 above shall apply to this Contract to the extent that it is (1) a prime Contract subject to the ordinance; or (2) a Subcontract also subject to the ordinance under such prime Contract.

6. Contractor shall maintain payrolls and basic records relating thereto during the course of the Work and shall preserve such for a period of three (3) years thereafter for all laborers, mechanics, and apprentices working at the site of the Work. Such records shall contain the name and address of each such employee; its current classification; rate of pay (including rates of contributions for, or costs assumed to provide, fringe benefits); daily and weekly number of hours worked; deductions made; and actual wages paid.

7. Contractor shall submit, with each requisition for payment, a signed and sworn Statement of Compliance (Form GC-3) attesting to compliance with the Prevailing Wage Ordinance, Section 26-5 of the Broward County of Ordinances, as amended.

8. The County Representative may withhold or cause to be withheld from Contractor so much of the payments requisitioned as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and guards employed by Contractor or any Subcontractor on the work, the full amount of wages required by the Contract.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 44 of 96 BCF #170AV (Rev. 02.17.15) 9. If Contractor or any Subcontractor fails to pay any laborer, mechanic, or apprentice employed or working on the site of the Work all or part of the wages required by the Contract, the County Representative may, after written notice to Contractor, take such action as may be necessary to cause suspension of any further payments or advances until such violations have ceased.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 45 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 2B: DAVIS-BACON WAGE RATES

NOT USED

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 46 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 3: DOMESTIC PARTNERSHIP REQUIREMENT

Contractor will comply with the County's Domestic Partnership Act (Section 16Yl of the Broward County Code of Ordinances, as amended) during the entire term of the Contract. The failure of the Contractor to comply shall be a material breach of the Contract, entitling the County to pursue any and all remedies provided under applicable law including, but not limited to (1) retaining all monies due or to become due the Contractor until the Contractor complies; (2) termination of the Contract; (3) and suspension or debarment of the Contractor from doing business with the County.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 47 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 4A: INSURANCE REQUIREMENTS

1. The specific insurance coverage requirements for this project are identified in the Instructions to Bidders Supplement, which is a part of the Contract Documents.

2. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration.

3. The policy(ies) must be endorsed to provide the County with at least thirty (30) days' notice of cancellation and/or restriction.

4. Contractor shall furnish to the County Representative Certificates of Insurance or endorsements evidencing the insurance coverage specified within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The Certificate of Insurance shall be in form similar to and contain the information set forth in bid document, Form 00400-8, or as modified by County. The failure to provide the Certificate of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding contract.

5. The official title of the certificate holder is Broward County. This official title shall be used in all insurance documentation.

6. Broward County's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage.

7. County and Consultant are to be expressly included as Additional Insureds in the name of Broward County and Consultant with respect to general liability and excess liability coverages arising out of operations performed for County by or on behalf of Contractor or acts or omissions of Contractor in connection with general supervision of such operation. If Contractor uses a subcontractor, then Contractor shall ensure that subcontractor names County and Consultant as additional insureds.

8. Commercial General liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include:

a. Premises and/or Operations. b. Independent Contractors or Contractor's Owners Protection Liability which includes liability coverage for operations performed for the name of the insured by independent and/or subcontractor(s) that is(are) hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations. c. Products and/or Completed Operations(Contractor shall maintain in force for 2 years after completion of all work required coverage for Products/Completed Ops, including Broad Form Property Damage}

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page48 of96 BCF #170AV (Rev. 02.17.15) d. Explosion/Collapse and Underground Hazard. e. Broad Form Property Damage. f. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement.

County is to be expressly included as an Additional Insured in the name of Broward County with respect to liability (General I Excess Umbrella) for operations performed for the name of the insured by independent and/or subcontractor(s) that is (are) hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations.

9. Business Automobile Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must .include:

a. Owned Vehicles. (if applicable) b. Hired and Non-Owned Vehicles. (if applicable) c. Employers' Non-Ownership. (if applicable) d. Any Auto. (if applicable)

10. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy(ies) must include Employers' Liability. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.

11. Professional Liability or equivalent Errors & Omissions Liability (including Internet Access Liability) shall be maintained. Contractor shall maintain the claims made form coverage continuously in force for a minimum of two (2) years following the Completion Date of this Agreement and shall annually provide Broward County with evidence of renewal coverage. Contractor is responsible for all deductibles in the event of a claim. Contractor/Subcontractor shall maintain the claims made form coverage continuously in force for a minimum of two (2) years following the Completion Date of this Agreement and shall annually provide Broward County with evidence of renewal coverage. Contractor is responsible for all deductibles in the event of a claim. Contractor shall indicate the deductible for this coverage on its Certificate of Insurance. Broward County must be notified in writing within (30) calendar days of any claims filed or made against the Professional Liability Insurance Policy.

12. Environmental Pollution Liability, which includes clean-up costs and Environmental Impairment Liability insurance coverages. Such policy shall name Broward County as additional insured. Contractor shall indicate the deductible for this coverage on its Certificate of Insurance.

13. Contractor agrees to endorse County as additional insured with either a CG 2020 Additional Insured- Owners, Lessees, or Contractors or CG 2026 Additional Insured- Owners, lessees, or Contractors --Scheduled Person Organization endorsement, or similar endorsements, to the Commercial General Liability. Contractor may satisfy the liability limits required for Commercial General Liability or Business Auto Liability under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability: however, the Annual Aggregate limit shall not be less than the highest "Each Occurrence" limit for either the Commercial General Liability or Business Auto Liability. Contractor agrees to endorse County as an "Additional Insured" on Umbrella or Excess Liability. The

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 49 of 96 BCF #170AV (Rev. 02.17.15) additional insured shall read "Broward County." The certificate holder address shall read ,,Broward County.',

14. Contractor agrees to provide County a Certificate(s) of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract.

15. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty {30) days prior to the date of their expiration.

16. Notice of Cancellation and/or Restriction. The policy(ies) must be endorsed to provide Broward County with at least thirty (30) days' notice of cancellation or non-renewal and/or restriction. County reserves the right to require a certified copy of such policies upon request.

Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 50 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 48: INSURANCE REQUIREMENTS- OCIP

NOT USED

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 51 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 5: BUILDING INFORMATION MODELING (BIM)

NOT USED

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 52 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISIOI\1 6: LEED AND SUSTAINABLE BUILDINGS

NOT USED

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 53 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 7A: DISPUTE AVOIDANCE Panel

NOT USED

Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 54of96 BCF #170AV {Rev. 02.17.15) SPECIAL PROVISION 7B: DISPUTE AVOIDANCE Panel WITH COI\ISTRUCTION MANAGER FOR [TERMINAL MODERNIZATION PROGRAM OR OTHER PROJECTS/PROGRAMS EXCLUDING THE RUNWAY EXPANSION PROGRAM AI\ID TERMINAL 4 EXPANSION]

NOT USED

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 55 of96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 7C: DISPUTE AVOIDANCE Panel WITH CONSTRUCTION MANAGER FOR RUNWAY EXPANSION PROGRAM

NOT USED

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 56 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 7D: DISPUTE AVOIDANCE PANEL WITH CONSTRUCTION MANAGER FOR AIRPORT TERMINAL 4 EXPANSION

NOT USED

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 57 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 8: FAA CONTRACT PROVISIONS

NOT USED

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 58 of96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 9: FEDERAL TRANSIT ADMINISTRATION CONTRACT PROVISIONS

NOT USED

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 59 of96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 10: FOOT CONTRACT PROVISIONS

NOT USED

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 60 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 11: PROVISIONS PERTAINING TO AIRPORT PROJECTS 1. SECURITY

Airport Securitv Program and Aviation Regulations. Contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration. Contractor also agrees to comply with the County's Airport Security Program and the Air Operations Area (AOA) Vehicle Access Program, and any amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that subcontractors, employees, invitees and guests of Contractor observe these requirements. If required by the Aviation Department, Contractor shall conduct background checks of its employees in accordance with applicable Federal Regulations. If as a result of the acts or omissions of Contractor, its subcontractors, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any Federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then Contractor agrees to pay and/or reimburse to County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorney's fees and all costs incurred by County in enforcing this provision. Contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other Federal agency with jurisdiction. In the event Consultant/contractor fails to remedy any such deficiency, the County may do so at the sole cost and expense of Contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

(a) Access to Security Identification Display Areas and Identification Media. The contractor shall be responsible for requesting the Aviation Department to issue Airport Issued Identification Media to all employees who are authorized access to Security Identification Display Areas ("SIDA") on the Airport, as designated in the Airport Security Program. In addition, contractor shall be responsible for the immediate reporting of all lost or stolen Airport Issued Identification Media and the immediate return of the media of contractor's personnel transferred from the Airport, or terminated from the employ of the contractor, or upon termination of this Agreement Before an Airport Issued Identification Media is issued to an employee, contractor shall comply with the requirements of applicable Federal regulations with regard to fingerprinting for criminal history record checks and security threat assessments, and sha II require that each employee complete security training programs conducted by the Aviation Department. The contractor shall pay or cause to be paid to the Aviation Department such charges as may be established from time to time for lost or stolen Airport Issued Identification Media and those not returned to the Aviation Department in accordance with these provisions. The Aviation Department shall have the right to require the contractor to conduct background investigations and to furnish certain data on such employees before the issuance of Airport Issued Identification Media, which data may include the fingerprinting of employee applicants for such media.

(b) Operation of Vehicles on the AOA: Before the contractor shall permit any employee of contractor or of any subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 61 of 96 BCF #170AV (Rev. 02.17 .15) and equipment of contractor or of any subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

(c) Consent to Search/Inspection: The contractor agrees that its vehicles, cargo, goods and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The contractor further agrees on behalf of itself and its subcontractors, that it shall not authorize any employee or other person to enter the AOA unless and until such employee or other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Contractor acknowledges and understands that the foregoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the contractor or by any subcontractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the contractor or by any subcontractor.

(d) Contractor understands and agrees that if any of its employees, or the employees of any of its subcontractors, are required in the course of the work to be performed under this Agreement to access or otherwise be in contact with Sensitive Security Information ("SSI") as defined and construed under Federal law, that individual will be required to execute a Sensitive Security Information Non­ Disclosure Agreement promulgated by the Aviation Department.

(e) The provisions hereof shall survive the expiration or any other termination of this Agreement.

2. PROHIBITED INTERESTS. If this Agreement is funded by any federal or state grants, then, in that event, no member, officer, or employee of County during his or her tenure or for two (2) years thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof.

Contractor agrees to insert the foregoing sentence in any agreements between contractor or subcontractors engaged to provide services pursuant to this Agreement.

If any such present or former member, officer, or employee has such an interest and if such interest as set forth above is immediately disclosed to the County, the County with prior approval of the funding agency, may waive the prohibition contained in this subsection; provided that any such present member, officer, or employee shall not participate in any action by the County relating to such Agreement.

3. RECORDS. Contractor shall keep such books, records and accounts and require any and all contractors or subcontractors to keep such books, records and accounts as may be necessary in order to record complete and correct entries as to personnel hours charged to the Project and any expenses for which contractor expects to be reimbursed. In addition, to the above, the contractor shall maintain an acceptable cost accounting system. All work, materials, payrolls, books, accounts, documents, and records relative to the Project, or directly pertinent to the specific contract for the purposes of making an audit, examination, excerpt or transcription shall be available at all reasonable times for examination and audit by County, and in the event such Agreement is subject to federal or state funding or grants, by the Federal Aviation Administration, the Comptroller General of the United States, the Florida Department of Transportation, or any of their duly authorized representatives. Such books, records and accounts shall be kept for the "Retention Period" (as hereinafter defined). Incomplete or incorrect entries in such books, records or accounts shall be grounds for County's disallowance of any fees or expenses based upon such entries. All books, records and accounts which are considered public records shall, pursuant to Chapter

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 62 of 96 BCF #170AV (Rev. 02.17.15) 119, Florida Statutes, be kept by contractor in accordance with such statutes. The "Retention Period" shall be defined as the greater of: (i) the required retention period of the Florida Public Records Act (Chapter 119, Fla. Stat.}, if applicable, or (ii) for a period of three (3} years after final payment and the completion of all work to be performed pursuant to this Agreement, or if any audit has been initiated and audit findings have not been resolved at the end of the three years, the books and records shall be retained until resolution of the audit findings, or (iii} if this Project is subject to Florida Department of Transportation grants, for a period of five (5) years after final payment and the completion of all work to be performed pursuant to this Agreement, or if any audit has been initiated and audit findings have not been resolved at the end of the five years, the books and records shall be retained until resolution of the audit findings.

4. PROTECTION OF RECORDS. Contractor shall protect from harm and damage all data, drawings, specifications, designs, models, photographs, reports, surveys and other data created or provided in connection with this Agreement (collectively, "County Property"), while such data and materials are in contractor's possession. Such duty may include, but is not limited to, making back-up copies of all data stored by electronic device on any media, taking reasonable actions to prevent damage by impending flood or storm (including, but not limited to, removing the County Property to a safe location), and establishing and enforcing such security measures as are reasonably available, considering the customary practice within consultant's/contractor's trade or profession. If requested by County, contractor shall furnish to County copies of any and all disks containing drawings and other pertinent data prepared by contractor in conjunction with this Agreement.

5. BREACH OF CONTRACT TERMS - SANCTIONS. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement.

6. RIGHT TO INVENTIONS. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the County. Information regarding these rights is available from the FAA and the County.

7. TRADE RESTRICTION CLAUSES TO BE INCLUDED IN ALL SOLICITATIONS, CONTRACTS, AND SUBCONTRACTS. The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it:

a. Is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); and

b. Has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; and

c. Has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list.

Unless the restrictions of this clause are waived by Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 63 of 96 BCF #170AV (Rev. 02.17.15) service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the County cancellation of the contract at no cost to the Government.

Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous.

The contractor shall provide immediate written notice to the County if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.

This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation administration may direct through the County cancellation of the contract or subcontract for default at no cost to the Government.

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.

8. TERMINATION OF CONTRACT (All CONTRACTS IN EXCESS OF $10,000)

a. The County may, by written notice, terminate this contract in whole or in part at any time, either for the County's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs otherwise} and all materials as may have been accumulated in performing this contract, whether completed or in process, delivered to the County.

b. If the termination is for the convenience of the County, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services.

c. If the termination is due to failure to fulfill the contractor's obligations, the County may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the County for any additional cost occasioned to the County thereby.

d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the County. In such event, adjustment in the contract price shall be made as provided in paragraph b of this clause.

Construction Bid Z132601Cl/Fll East Perimeter Road Water Main Improvements Page 64 of96 BCF #170AV (Rev. 02.17.15) e. The rights and remedies of the County provided in this clause are in addition to any other rights and remedies provided by law or under this contract.

9. SUSPENSION AND DEBARMENT REQUIREMENTS FOR ALL CONTRACTS OVER $25,000 (AND FOR ALL CONTRACTS FOR AUDITING SERVICES REGARDLESS OF THE AMOUNT). The bidder/offeror/consultant/contractor certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/consultant/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal.

10. RESTRICTIONS ON LOBBYING. The bidder/offeror/consultant/contractor agrees that no federal appropriated funds have been paid or will be paid by or on behalf of the bidder/offeror/consultant/ contractor, to any person for influencing or attempting to influence any officer or employees of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement.

If any funds other than federal appropriated funds have been paid by the bidder/offeror/consultant/contractor to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

Contractor agrees to insert the foregoing provisions in any agreements between contractor or subcontractors engaged to provide services pursuant to this Agreement and a II bidders/offerors/consultants/contractors and subconsultants/subcontractors shall certify and disclose accordingly.

11. PROMPT PAYMENT- FOR FEDERALLY ASSISTED CONTRACTS. If this Agreement is funded by any federal grants, then contractor hereby agrees to pay its subcontractors and suppliers within thirty (30) calendar days following receipt of payment from the County. Contractorfurther agrees, ifcontractor has withheld retainage from its subcontractors, to release such retainage and pay same within thirty (30) calendar days following receipt of payment of retained amounts from the County, or within thirty (30) calendar days after a subcontractor has satisfactorily completed its work, whichever shall first occur. This clause applies to both DBE and non-DBE subcontractors.

A finding of non-payment is a material breach of this contract. County may, at its option, increase allowable retainage or withhold progress payments unless and until the contractor demonstrates timely payments of sums due subcontractor. The presence of a "pay when paid" provision in a contract shall not preclude County inquiry into allegations of non-payment. Further that the remedies above shall not be employed when the contractor demonstrates that failure to pay results from a bonafide dispute with its

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 65 of 96 BCF #170AV (Rev. 02.17.15) subcontractor or supplier. The contractor shall incorporate this provision into all subcontracts involving federally assisted contracts.

The Assistant Disadvantaged Business Enterprise Liaison Officer will conduct meetings with parties involved in prompt payment disputes to facilitate an amicable resolution

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 66 of 96 BCF #170AV (Rev. 02.17.15} SPECIAL PROVISION 12: ELECTRONIC MEDIA SUBMIITAL REQUIREMENTS

BROWARD COUNTY AVIATION DEPARTMENT (BCAD) ELECTRONIC MEDIA SUBMITTAL REQUIREMENTS Last Revised 12/4/13

Broward County Aviation Department (BCAD) utilizes electronic media as the principal way to develop, communicate and archive information concerning its various airport programs.

Prior to development of scope of services for any work authorization or commencing work under any Contract, the Consultant/ Contractor must contact the contract administrator and/or designated project manager to verify they have a copy of the latest version of BCAD's Electronic Media Submittal Requirements. BCAD modifies these requirements as needed to make corrections and/or to keep up with latest industry trends, best practices, guidelines, standards and regulations, as well as, to improve its internal processes. Some requirements below may not apply, or additional requirements may be needed, based on the nature of the scope of services and associated deliverables. Any deviations from the requirements below must be approved by BCAD's contract administrator or the project manager designated to approve or deny such requests.

(A) General Requirements:

1) All Work, including surveying work, drawings, maps, details or other drawing information to be provided in electronic media by Consultant/Contractor shall be accomplished and developed using computer-aided design (CAD), geographic information system (GIS), and other software and procedures conforming to the following criteria. Electronic data submittals shall also include PDF versions of pages and documentation. The Consultant/Contractor shall expect to produce three primary sets of electronic deliverables:

• CAD- Engineering Design Drawings • GIS FAA AGIS Submittal, eALP, and BCAD GIS Use • PDF Electronic Document Review and Storage/As-Builts

(B) CAD and GIS Formats:

1) Provide all CAD data in Autodesk, Inc.'s AutoCAD release 2010 or higher for Windows in native .dwg electronic digital format. Provide copies of all drawing sheets or other CAD produced documents intended for hardcopy plotting or printing in plot (.pit) and drawing web format (.dwf) versions of all sheets/documents, formatted to fit BCAD standard cover sheet and title block, as detailed in Section (C) below. All GIS data shall be delivered in formats compatible with ESRI ArcGlS version 9.3 or higher. Specific formats (e.g. shape file, layer files, geodatabase, and/or other file type/structure) shall be of BCAD's choosing to meet their internal needs as well as FAA requirements. All deliverables must include appropriate metadata conforming to BCAD and FAA standards. When requested, the Consultant/Contractor will be required to ensure that all GIS data is formatted for successful submission to the FAA AGIS portal without any additional changes required by BCAD staff. Consultant/Contractor GIS and CAD data deliverables shall conform to the latest BCAD and FAA standards and/or guidelines, including but not limited to: FAA Advisory Circulars (AC) 5300/150-16, 17 and 18, and US National CAD Standards.

2) Target OS platform: Windows operating system.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 67 of 96 BCF #170AV (Rev. 02.17.15) 3) Ensure that all digital files and data (e.g., constructs, elements, base files, prototype drawings, reference files, blocks, attribute links, and other files external to the drawing itself) are compatible with the BCADs target CAD and GIS systems (i.e., basic and advanced CAD and GIS software, platforms, database software/s, geodatabases, etc.), and adhere to the standards and requirements specified herein.

4) The term "compatible" means that data can be accessed directly by the target CAD and GIS software without translation, pre-processing, or post-processing of the electronic digital data files. It is the responsibility of Consultant/Contractor to ensure this level of compatibility.

5) Non-geospatial database delivered with CAD/GIS files must be provided in relational database format compatible with Microsoft Access 2007 or higher, and other compatible format requested by BCAD. Data shall be delivered in an ESRI geodatabase format of BCAD's choosing upon request.

6) Maintain all linkages of non-graphical data with graphic elements, relationships between database tables, and report formats. Consultant/ Contractor should work with BCAD to ensure linkages will conform/ match those already in place or generated to create such links.

7) All database tables: conform to the structure and field-naming guidance provided upon request by BCAD. Specifically, all database tables shall conform to applicable FAA and BCAD standards and guidelines. All databases shall be compliant with at least MS Access 2007 and/or other format (dbf, xml, ESRI geodatabase, other) as requested by BCAD. Formats may change, at BCADs request, depending on the particulars of the projects. Consultant/Contractor shall inform BCAD of the most suitable format for a given project and explain, in writing, the benefits of that format versus alternatives. BCAD has the final decision as to format regardless of Consultant's/Contractor's written explanation.

8) All CAD and GlS files shall meet FAA/ NGS spatial accuracy requirements and be georeferenced as follows:

North American Datum (NAD)83, HARN, US Survey Feet State Plane Coordinate System, Florida East Zone North American Vertical Datum (NAVD) 88, US Survey Feet

9) All data collected shall meet or exceed data acquisition standards established in AC 5300/150-16, 17, and 18, if applicable.

(C) Standards:

1) Standard plotted drawing size: 22 inch x 34 inch sheets unless otherwise specified by BCAD. All drawings shall be formatted to use the BCAD standard Cover Page and Title Block.

2) Coordinate with BCAD concerning the standard file naming protocol to be utilized. Consultant/Contractor may be required to submit drawing files with several naming conventions to satisfy various submittal requirements.

3) Unless otherwise stated, all CAD files shall conform to US National CAD standards (BCADs adopted CAD standard) in addition to FAA standards for submission into the FAA AGIS system.

a) All building floor plans/elevations shall be drawn and provided in Architectural Units (unless otherwise requested by BCAD).

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 68 of 96 BCF #170AV (Rev. 02.17.15) b) All other plans (site plans, airfield plans, ALPs, etc.) shall be submitted in Engineering Units (unless otherwise requested by BCAD).

4) Layering:

a) Conform to the guidelines defined by the US National CAD Standards, appropriate FAA Advisory Circulars and standards, and BCAD standards.

b) Provide an explanatory list of layers used for each drawing, including those which do not conform to the standards listed above. Submission of layers that do not conform to the standards listed above will require advance BCAD approval.

c) Raster: All raster files (aerial photography, TIN, DEM, etc.) shall be delivered in georeferenced SID and TIFF formats as defined by BCAD. If files must be tiled, a reference map will be provided depicting the location of each tile image. All raster files shall be tiled if file size reaches a size in excess of what BCAD finds difficult to use.

5) Attribute Definitions:

a) Obtain latest guidance from BCAD concerning attribute definition, database linking and other information embedding requirements prior to production of documents. All database information shall conform to the latest versions of FAA ACs 150/5300-16, 17, and 18, and other BCAD standards. Additional attributes may be required at the discretion of BCAD.

6) Conformance:

a) Submit a written request for approval of any deviations from the established CAD/GIS standards. Pre-coordinate the development, use and submittal of 3-D modeling, Building Information Models (BIM), photorealistic renderings, animations, presentations and other visualization/ information tools utilized during the design and construction process to ensure compatibility of submittal with County's uses and information systems.

b) No deviations from BCADs established CAD/GIS standards will be permitted unless prior written approval of such deviation has been received from BCAD.

(D) Non-CAD/GIS Graphic Format:

1) Provide digital photography files (unless required in an alternate format such as that needed for CAD/GIS) and other miscellaneous graphics in JPEG and TIFF formats. Photos shall be geotagged in accordance with BCAD standards, if applicable.

(E) Non-Graphic Format:

1} Provide word processing files in Microsoft Word 2007 compatible file formats including all fonts, typefaces, bit-map and vector graphics and other information necessary for remote printing.

2) Provide spreadsheet files in Microsoft Excel 2007 for windows compatible file formats including all fonts, typefaces, bitmap and vector graphics and other information necessary for remote printing.

3) Provide database files in relational database format compatible with Microsoft Access 2007 or higher, and/or other compatible SQL format database including all tables, form and report formats, fonts, typefaces, bit-map and vector graphics and other information necessary for

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 69 of 96 BCF #170AV (Rev. 02.17.15) remote printing. Ensure integrity of relational database structure. Consultant/Contractor may be required to ensure that database formats conform and can be integrated with other BCAD legacy applications and systems.

(F) Delivery Media and Format:

1} Submit copies of all CADD/GIS/PDF data and other electronic files developed under this contract on electronic digital media as required for project phase submittals.

2) Provide electronic digital data and files shall be provided on DVD/CD or via secure file transfer protocol (FTP) site.

3) The electronic digital media shall be in the format which can be read and processed by the SCAD's target CAD/GIS systems.

4) The external label for each electronic digital media shall contain, as a minimum, the following information:

a) The Project Number, Project Title and date

b) The Facility Name

c) The format and version of operating system software

d} The name and version of utility software used for preparation (e.g., compression/ decompression) and copying files to the media

e) The sequence number of the digital media

f) A list of the filenames

g) All requirements to meet or exceed FAA and BCAD standards

5) Before all files are placed on the delivery electronic digital media, the following procedures shall be performed:

a) Ensure that drawing sheets, viewports, paperspace, line weights, fonts, and other drawing components are correctly configured for BCAD's viewing and plotting.

b) Make sure all reference files are attached without device or directory specifications.

c} Compress and reduce all design files using compatible file compression/ decompression software approved by BCAD. If the file compression/ decompression software is different from that specified above, then an electronic digital media copy of the file compression/ decompression software shall be purchased and licensed for BCAD and provided to SCAD with the delivery media.

d) Include all files, both graphic and non-graphic, required for the project. All blocks not provided as SCAD-furnished materials must be provided to BCAD as a part of the electronic digital deliverables.

e) Make sure that all support files, such as those listed above, are in the same directory and that references to those files do not include device or directory specifications.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 70 of96 BCF #170AV (Rev. 02.17.15} f) Include any standard sheets (i.e., abbreviation sheets, standard symbol sheets, or other listing) necessary for a complete project. These shall conform to BCAD standard cover sheet and title block pages.

g) Document any fonts, tables, or other similar customized drawing element developed by Consultant/Contractor or not provided among BCAD furnished materials. The contractor shall obtain SCAD's approval before using anything other than BCAD's standard fonts, line types, tables, blocks, or other drawing elements available from BCAD.

(G) Drawing Development Documentation:

1) Provide the following information for each finished drawing:

a) How the data were input (e.g., keyed in, downloaded from a survey total station instrument (include name and model), and other identification data).

b) Brief drawing development history (e.g., date started, modification date(s) with brief description of item(s) modified, author's name, and other identifying data.).

c) The names of the reference, blocks, symbols, details, tables, and schedule files required for the finished drawing.

d) Layer assignments and lock settings.

e) Text fonts, line styles\types used, and GIS layer file settings.

f) Any additional information per FAA ACs and BCAD standards.

(H) Submittal:

1) Submit as Project Record Documents specified above and as required for project phase submittals and project record documents.

2) Submit electronic media with a transmittal letter containing, as a minimum, the following information:

a) The information included on the external label of each media unit (label), along with the total number being delivered, and a list of the names and descriptions of the files on each one.

b) Brief instructions for transferring the files from the media.

c) Certification that all delivery media are free of known computer viruses. A statement including the name(s) and release date(s) of the virus-scanning software used to analyze the delivery media, the date the virus-scan was performed, and the operator's name shall also be included with the certification. The release or version date ofthe virus-scanning software shall be the current version which has detected the latest known viruses at the time of delivery of the digital media.

d) The following "File Development and Project Documentation Information" as an enclosure or attachment to the transmittal letter provided with each electronic digital media submittal.

(1) Documentation of the plot file for each drawing which will be needed to be able to duplicate the creation ofthe file by BCAD at a later date. This documentation shall include

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 71 of96 BCF #170AV (Rev. 02.17.15) configuration settings (e.g., drawing size and configuration), and any other special instructions.

(2) List of any deviations from SCAD's standard layer/level scheme and file-naming conventions.

(3) List of all new symbol blocks created for project, which was not provided to Consultant/Contractor with the SCAD-furnished materials.

(4) List of all new figures, symbols, tables, schedules, details, and other blocks created for the project, which were not provided to Consultant/Contractor with the SCAD-furnished materials, and any associated properties.

(5) List of all database files associated with each drawing, as well as a description and documentation of the database format and schema design. All information shall conform to FAA and BCAD standards.

(6) All metadata per SCAD, FAA, FOOT, or other entity standards.

(I) Ownership:

1) County will have ownership of all information and materials developed under these and other contractual requirements including but not limited to reports, and listings, and all other items pertaining to the work created or developed in connection with the services provided pursuant to the agreement with Sroward County including any copyright.

2) Ownership rights under the contract are rights to use, re-use, duplicate, or disclose text, data, drawings, and information, in whole or in part in any manner and for any purpose whatsoever without compensation to or approval from Consultant/Contractor.

3) BCAD will at all reasonable times have the right to inspect the work and will have access to and the right to make copies of the above-mentioned items.

4) All text, electronic digital files, data, and other products generated under this contract shall become the property of County except where otherwise limited within the Contract.

5) All files/drawings shall be furnished to SCAD upon request from SCAD.

6) No portion of any "application" (e.g. database, GIS portal, web application, or customized document or tool) developed for BCAD shall be used as a template for non Sroward County projects unless the prior approval in writing is obtained from SCAD.

(J) SCAD-Furnished Materials to the Consultant/Contractor:

1) SCAD and Consultant/Contractor may make various electronic files available to the Contractor during the Pre-Construction and Construction phases of the Project. To this end, Consultant/Contractor shall make the following information available to the Contractor in electronic format:

a) Work files: Selected work product files, reports, spreadsheets, databases, specifications, drawings and other documentation of Consultant's/Contractor's work in progress may be provided to the Contractor, Managing General Contractor, or other County consultant on an

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 72 of 96 BCF ff170AV (Rev. 02.17.15) as required basis. Consultant/Contractor shall cooperate and facilitate the exchange of these electronic media documents.

b} Where electronic media submittals of final site surveys are required, Consultant will provide electronic copies of any existing site survey data already on electronic media.

c} Where Electronic Project Record Documents are required, Consultant will provide the Contractor one set of AutoCAD electronic file format contract drawings, to be used for as­ built drawings at the Contractor's option. Make electronic file drawings available on DVD/CD ROM media.

d) BCAD will supply Consultant/Contractor with all necessary BCAD standard cover page and title block files and formats.

(K) Other Digital Information:

1} A variety of digital information may be generated by participants in the design process including SCAD, Consultant, sub consultants, Contractor, subcontractors; BCAD's commissioning authority, local jurisdictional authorities and other project team members.

2} Consultant/Contractor shall facilitate and participate wherever possible in this digital exchange of information by conforming to the standards expressed above.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 73 of 96 BCF #170AV (Rev. 02.17.15) SPECIAL PROVISION 13: CONTRACTOR AND SUBCONTRACTORS FORMS AND AFFIDAVITS

Forms begin on the next page.

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 74 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-1: MONTHLY CBE UTILIZATION REPORT

Construction Bid Z132601C1/Fll East Perimeter Road Water Main Improvements Page 75 of 96 BCF #170AV (Rev. 02.17.15) Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 76 of 96 BCF #170AV (Rev. 02.17.15) MONTHLY (CBE) UTILIZATION REPORT Report

Prime Contraclor. i Period Ending Ami. Paid to Prime:

Contact Person: Telephone# ( ) •Fax# ( 1 SUBCONTRACTING INFORMATION TO BE SUBMITTED TO BROWARD COUNTY OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT 1 !CBE SUbtonlraciOl Address 1 Description of Work 1Original Agreed I Re~;od !: of work / Amounl P~d Amount Pa~d To · Pnce • Agr.,d Price Compleled to This Period Oalo

I Date 1 I I I I ! I i I I I I I I I I I I I l I I I I i I i I I I I I I I Total Amonnll'•tid to ,,umvnu """'·' ·Date:

i Icertify that the information submitted in this report is in fact true and correct to the best of my knowledge

Note: The information provided herein is subject to verification by the Office of Economic and Small Business Development

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 77 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-2: FINAL CBE UTILIZATION REPORT

FINAL (CBE) UTILIZATION REPORT Report No.__

IContract #: IContract Amount: Date Form Submitted: \Project Description: Projecl Completion Date: iPrime Contractor IPeriod Ending: IAm!. Paid to Prime:

1 Contact Person: ITelephone#: ( ) IFax#: ( } I SUBCONTRACTING INFORMATION TO BE SUBMITTED TO BROWARO COUNTY OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT ) CBE Subcontractor Address Description of Work IOriginal Agreed Revised J %of work Amount Paid Amount Paid Tol Priee Agreed Price I This PI!![Od Dale j I I .Dale ! I I I j I I I ! I I I I I !

1 I I I I I I I ! ! I J I .\mount 1':1id to Subcontrartors tu O:lle:

I I Icertify that the information sul!mitted in this report is in fact true and correct to the best of my knowledge

Note: The information provided herein is subject to verification by the Office of Economic and

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 78 of 96 BCF #l7DAV (Rev. 02.17.15) FORM GC-3: STATEMENT OF COMPLIANCE (PREVAILING or DAVIS BACON WAGE RATE)

No. ______

Contract No. ______

Project Title ------­

The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by Broward County Ordinance No. 83-72 (not federally funded ) or Davis Bacon Act (federally funded) and the applicable conditions of the Contract.

Dated ______, 20_ Contractor

(Signature)

(Name and Title) STATE OF ss. COUNTY OF

The foregoing instrument was acknowledged before me this day of ______., 20_, by ______who is personally known to me or who has produced as identification and who did/did not take an oath.

WITNESS my hand and official seal, this __ day ------' 20_.

(NOTARY SEAL) (Signature of person taking acknowledgment)

(Print Name of officer taking acknowledgment)

(Title or rank)

My commission expires: (Serial number, if any)

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 79 of 96 BCF #170AV (Rev. 02.17.15} FORM GC-4 CONSENT OF SURETY- SUBCONTRACTOR CLAIMS Consent of Surety to Pay Application for Payment

PROJECT NAME: ______PROJECT NO.:.___

Attachment to Application for Payment No. _____dated ___ in the amount of$______--____

TO: BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS

The Surety Company, ----;;;::-::-::-:::r"<.':l;;-:::-=-::::-:-:-:-::-::-::T"r'lor::-::-=-::J""':"C:r=~:"":"l""'~~------(inseri full name or legal title and address of Surety) on t11e Bond of t11e Contractor listed above, 11ereby approves tf1is payment to the Contractor. Said payment sl1all not relieve the Surety Company of any of its obligations to Broward County, rncluding the Security from any and all liens, claims, or demands whatsoever that may now exist or be made in the future by any Subcontractor or material suppliers against this project and Contract.

This Consent of Surety recognizes tllat claims have been made by the following Subcontractors and material suppliers against the Contract in the amounts listed below:

(Subcontractor/material supplier name and telephone number) (amount of claim) ------s______

( ) attacf1ed find additional listed names/amounts on pages 2 thru ____

The Surety recognizes that releases of lien or releases and assignment of claim have not been requested or received from all the Subcontractors and material suppliers for this facility.

IN WITNESS WHEREOF. the Surety Company 11as hereunto set its hand this __ day of

Attest: Vvitnesses: Surety:------­ Signature of Autl1orized Representative

Title:------­

(Seal) Attachrncnt: Surety Po·,ver of Attorney

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 80 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-5 CONSENT OF SURETY- CHANGE ORDER

CONSENT OF SURETY AND INCREASE OF PENALTY

Thf: surE(,· reo-sureties ccns.ents {coP sent' to the foregomg col11rJct modifu:o~ior or ~)O!id~ shaH ~ppl)l and e<~~nd to !t'Je contract .:ts :nocH:.ecf or ::m'&nded. Tf1e pnr;c!p.:tl anC suret'/ e:··ecut:on of thiS consent the penG!iy of th~ perforn'Jnce bona a~ honds :5 increased by ______:. 3nc the pH :.lty of

A

c

t JUO. ,'!OIJ~L PRI!CP,.c (Atfix St?JI)

B

Add Similar Signature toloc~s on tile l:iJck or th1s form If n<"cesSJf\ for cHldit onal cc-surr.t1es :...)TH;:;r;a::· F·:)R '"'.:;;:.:._ ::::;:.EP=\(·:.•_.:--.c; STANDARD FORM 1415!REV 7-1993! C·-e~i;:d! t:!•t!O! '10( U:!-3!) f" P:.:-~.:-,ibo:--d by 1';SA-fAR (4P. CfM-1 53.228(1)

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 81 of96 BCF #170AV (Rev. 02.17.15) FORM GC-6: CERTIFICATE OF SUBSTANTIAL COMPLETION

To (County):------­

Consultant:------­

Contractor:------­

Contract No.------­

Project (Name and Address): ------­

Notice to Proceed Date: ______Date of Issuance:------­

Project or Designated Portion Shall Include:

The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is recommended as:

A list of items to be completed or corrected, prepared by Consultant and approved by County is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents.

CONSULTANT BY DATE

In accordance with Article 5.3.4 and the Summary of Terms and Conditions of the Contract, Contractor will complete or correct the work on the list of items attached hereto within------­ from the above Date of Substantial Completion.

CONTRACTOR BY DATE

County, through the County Representative, has determined the Work or portion thereof designated by County is substantially complete and will assume full possession thereof at (time) on (date).

BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS By County Representative DATE

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 82 of96 BCF #170AV (Rev. 02.17.15) FORM GC-7: CERTIFICATION OF PAYMENTS TO SUBCONTRACTOR Contract No. ______

Project Title------­ The undersigned Contractor hereby swears under penalty of perjury that: 1. Contractor has paid all subcontractors all undisputed contract obligations for labor, services, or materials provided on this project within the time period set forth in Section 218.735, Florida Statutes. 2. The following subcontractors have not been paid because of disputed contractual obligations; a copy of the notification sent to each, explaining the good cause why payment has not been made, is attached to this form: Date of disputed Amount in Subcontractor name and address invoice dispute

Dated ______, 20_ Contractor

By By (Signature) (Name and Title)

STATE OF

County OF

Acknowledged before me this day of 20_, by ------who is personally known to me or who has produced ------asidentification and who did/did not take an oath.

WITNESS my hand and official seal, this ___ day ______2o_.

(NOTARY SEAL) (Signature of person taking acknowledgment)

(Print Name of officer taking acknowledgment)

(Title or rank)

My commission expires: (Serial number, if any)

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 83 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-8: SUBCONTRACTOR PARTIAL RELEASE OF CLAIM

Broward County, Florida

The undersigned subcontractor, pursuant to the terms of Contract No. ____ between Broward County, Florida and (Contractor) for located hereby releases Broward County and Contractor from any and all claims arising under or by virtue of said subcontract or any modification or change thereof through (date), except as follows:

(Here list any claims against the Contractor and the amounts thereof. If none, so state.)

Witness the signature and seal of the undersigned this day of ______, 20_

WITNESS: SUBCONTRACTOR

(Seal) (Signature) Company Name

Printed Name (Signature)

(Signature) Printed Name & Title

Printed Name

Construction Bid Zl32601C1/FLL East Perimeter Road Water Main Improvements Page 84 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-8.1: CONTRACTOR PARTIAL RELEASE OF CLAIMS

Broward County, Florida

The undersigned Contractor, pursuant to the terms of Contract No. _____ between Broward County, Florida and (Contractor) for ______------located at: hereby releases Broward County from any and all claims arising under or by virtue of said contract or any modification or change thereof through (date), except as follows:

(Here list any claims against the County and the amounts thereof. If none, so state.)

Witness the signature and seal of the undersigned this __ day of ______, 20 ___

WITNESS: CONTRACTOR

(Seal) (Signature) Company Name

Printed Name (Signature)

(Signature) Printed Name & Title

Printed Name

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 85 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-8.2: SUBCONTRACTOR FINAL RELEASE OF CLAIMS

Broward County, Florida

The undersigned subcontractor, pursuant to the terms of Contract No. between Broward County, Florida and (Contractor) for located at: and in consideration of the receipt of Final Payment in the amount of hereby releases Broward County and Contractor from any and all claims arising under or by virtue of said subcontract or any modification or change thereof.

Witness the signature and seal of the undersigned this __ day of ______, 20_

WITNESS: SUBCONTRACTOR

(Seal) (Signature} Company Name

Printed Nome (Signature}

(Signature} Printed Nome & Title

Printed Nome

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 86 of96 BCF #170AV (Rev. 02.17.15) FORM GC-8.3: CONTRACTOR FINAL RELEASE OF CLAIMS

Broward County, Florida

The undersigned Contractor, pursuant to the terms of Contract No. between Broward County, Florida and (Contractor) for located at: and in consideration of the receipt of Final Payment in the amount of hereby releases Broward County from any and all claims arising under or by virtue of said contract or any modification or change thereof.

Witness the signature and seal of the undersigned this __ day of ______, 20_

WITNESS: CONTRACTOR

(Seal) (Signature) Company Name

Printed Name (Signature}

(Signature} Printed Name & Title

Printed Name

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 87 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-9: FINAL LIST OF CERTIFIED CBE AND NON-CERTIFIED SUBCONTRACTORS AND SUPPI.IERS

To: CONTRACTOR Name

From: Broward County Purchasing Division

Subject: Final List of Subcontractors/Sub-vendors

Re: Project Title, Contract Number

For tracking purposes, the attached list of subcontractors/sub-vendors have performed or provided services to the County for the referenced contract. Non-certified subcontractors/sub-vendors are any subcontractors/sub-vendors whose services under the contract were not approved to meet the County's participation goal establshed for this contract and whose participation was not listed on the prime vendor's "Schedule of Participation" and/or not approved as substitutes or additions by the Broward County Office of Economic Small Business Development Division toward meeting the established goal.

The Prime Vendor certifies the following:

0 There were no other subcontractors/sub-vendors who provided a service to the County for the referenced contract. All participants on the contract are listed on the attached list.

THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT THE INFORMATION PROVIDED HEREIN IS TRUE AND CORRECT.

The foregoing instrument was acknowledged before me this __ day of ______. 2__ ,

'------(Print Name) as------(Title) of ______(Prime Vendor), known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. Notary Public:

------(Signature)

------(Print Name)

Commission No: ___Expires:__)__/_ (Seal) State of------at Large

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 88 of96 BCF #170AV (Rev. 02.17.15) FORM GC-9: (continued) -LIST ALL SUBCONTRACTORS

SUBCONTRACTOR NAME ! CERTIFIED CBE NON CERTIFIED D D D D D D

D ... D D tB=D D D D D D D D D D l J l J LJ D

Construction Bid Zl32601Cl/FLL East Perimeter Road Water Main Improvements Page 89 of96 BCF #170AV (Rev. 02.17.15) FORM GC-10: PERFORMANCE BOND BY THIS BOND, We as Principal, hereinafter called Contractor, and as Surety, under the assigned Bond Number ______,are bound to Broward County, Florida, as Obligee, hereinafter called County, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.

WHEREAS, Contractor has by written agreement dated the ___day of 20_, entered into a Contract, Bid/Contract No.: with County, for construction of ------' which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for Liquidated Damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract";

THE CONDITION OF THIS BOND is that if Contractor:

1) Performs the Contract between Contractor and County in the time and manner prescribed in the Contract; and,

2) Pays County all losses, Liquidated Damages, expenses, costs and attorney's fees including appellate proceedings, that County sustains as a result of default by Contractor under the Contract; and,

3) Performs the guaranties 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 AND EFFECT.

Whenever Contractor shall be, and declared by County to be, in default under the Contract, County having performed County obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

a) Complete the Project in accordance with the terms and conditions of the Contract Documents; or

b) Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if County elects, upon determination by County and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and County, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by County to Contractor under the Contract and any amendments thereto, less the amount properly paid by County to Contractor.

No right of action shall accrue on this bond to or for the use of any person or corporation other than County named herein.

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 90of 96 BCF #170AV (Rev. 02.17.15) The Surety hereby waives notice of and agrees that 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.

Signed and sealed this ___ day of ______, 20__.

CONTRACTOR:

ATTEST: (Name of Contractor)

Secretary

(Signature and Title) (Print/Type Name)

(Corporate Seal) (Type Name and Title Signed Above)

IN THE PRESENCE OF: SURETY:

Signature Agent and Attorney-in-Fact

(Print Name) (Print/Type Name)

Address:------­ Signature (Street)

(Print Name) (City/State/Zip Code)

Telephone No.:------­

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 91 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-11-1: PAYMENT BOND

BY THIS BOND, We------' as Principal, hereinafter called CONTRACTOR, located at:

Business Address:

Phone:

And------' as Surety, located at:

Business Address:

Phone: under the assigned Bond Number and pursuant to Section 255.05, Florida Statutes, are bound to BROWARD COUNTY, FLORIDA, as Obligee, hereinafter called County, in the amount of Dollars($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.

WHEREAS, CONTRACTOR has by written agreement dated the ___ day of ______, 20__, entered into a Contract, Bid/Contract No.: with County, for construction of located at ------' which Contract Documents are by reference incorporated herein, and for the purposes of this Bond are hereafter referred to as the "Contract";

THE CONDITION OF THIS BOND is that if Contractor:

1) Performs the Contract between Contractor and County, in the time and manner prescribed in the Contract; and,

2) Promptly makes payments to all claimants as defined by Section 255.05(1) Florida Statutes for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract;

THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS:

a) Any notices provided under this Bond must be in accordance with the notice provisions prescribed in Section 255.05(2), Florida Statutes.

b) A claimant, except a laborer, who is not in privity with Contractor shall, before commencing or not later than forty-five (45) days after commencing to furnish labor,

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 92 of 96 BCF #170AV (Rev. 02.17.15) materials, or supplies for the prosecution of the work, furnish the Contractor with a written notice that he or she intends to look to the bond for protection.

c) A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, no earlier than 45 days, or no later than ninety (90) days after final furnishing of the labor or after complete delivery of the materials or supplies, serve notice to Contractor and to the Surety, of the performance of the labor or delivery of the materials or supplies and of the nonpayment.

d) No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions have been given.

e) Any action under this Bond must be instituted in accordance with the time limitations prescribed in Section 255.05(10}, Florida Statutes.

The Surety hereby waives notice of and agrees that 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 the Surety's obligation under this Bond.

Signed and sealed this ___ day of------' 20__.

ATIEST: CONTRACTOR:

Secretary (Name of Contractor)

By______(Print/Type Name) (Signature and Title)

(Corporate Seal) (Type Name and Title Signed Above)

IN THE PRESENCE OF: SURETY:

Signature Agent and Attorney-in-Fact

(Print Name) (Print/Type Name)

Address:------­ Signature (Street)

(Print Name) (City/State/Zip Code)

Construction Bid Z132601Cl/FLL East Perimeter Road Water Main Improvements Page 93 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-11-2: CERTIFICATE AS TO CORPORATE PRINCIPAL

(Select Secretary or Authorized Representative)

SECRETARY

!, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond; that ______, who signed the Bond on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body.

------(Seal) as Secretary of

(Name of Corporation) (SEAL)

AUTHORIZED REPRESENTATIVE

I, certify that I am the Authorized Representative of the entity named as Principal in the foregoing Performance and Payment Bond; and that pursuant to the power of attorney attached hereto, I executed said Bond on behalf of said entity by authority of its governing body.

as Authorized Representative

(Name of Contractor)

STATE OF FLORIDA ) ss.

County OF BROWARD

Before me, a Notary Public duly commissioned, qualified and acting personally, appeared ______to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond on behalf of CONTRACTOR named therein in favor of County.

Subscribed and Sworn to before me this __ day of ______,, 20__.

My commission expires: Notary Public, State of Florida at Large

Bonded

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 94 of 96 BCF #170AV (Rev. 02.17.15) FORM GC-12: CHANGE ORDER

BOARD CF CC\IIfN COii.MlSSICH!lR. BROWAAD CCIIMTY. fi.O!llllA C11AXGE OllllSt !CO: 1111

Pn>Jacl:-- ~­ Conbnt:- Ve41d:HamocfVcndc<' llela'fpllotl oiClllmfoo, -.,.~and Casi,_T...,a..ro>s Fer Eacll: Ccstll.aslo:

l..lneNIIr.1 J I $UO I D

In Clllllllderatlon o1 the Collllty's Issuance of lhis Change Order, Contractor waives ami releases ail dalms associated wllh llle performance of lhe WO!k. described helein. This Change Onfer !XlllStlfutes fUU compensation for the work deSCiibed herein, Including any time and cost Impacts which may result from protracted perl'l:lrn13nce or delays, and supersedes aU prior represental!ons, stalllments. negoliallons, or agreemenlll with !lisped Ill tile subject mat1er of tills Change Order.

PO:

IMCREASEIDECREASE Wtiiii'J#I ~Jlf o;.y;.'~e.i CKAKGE

~,IJHIIUM -Days

COPY l'Oft fi£1N~, CONmACTOR.. Pllfte~ CON9ULTAJt'T. !tR"E!M:SlNQAIJEHCY. BUDGeT, rEP~Ht MMIOOIYYYY

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 95 of 96 BCF #170AV (Rev. 02.17.15) SECTION 5- Addenda

Construction Bid Z132601C1/FLL East Perimeter Road Water Main Improvements Page 96 of 96 BCF #170AV (Rev. 02.17.15) Broward County Board of Bid Z1326601C1 County Commissioners AO BETERMINEB B'/ TilE ENGINEER, TilE CONTRACTOR OIIALL CO'v'ER WORI( !ONE SIGN WilEN CONBITIONS NO LONSERWARRANT TIIEIR I:IBE. eeaT eFeOVERINe ANB I:IN9&'t'ERING TilE SIE!IN BIIALL BE IN9UIBEB IN MAINTENANeE OF TRAFFIC" Revised Technical Drawings CONCEPT MOT TYPICAL SECTIONS MOT ·1.01, has been replaced in Its entirety with Updated Reyjsed Technical Drawings CONCEPT MOT TYPICAL SECTIONS MOT ·1.01 Added on Oct 1, 2016: Line Items Line 6 · Item GC·0004A BROWARO SHERIFF OFFICE (BSOl PRESENCE has been added Revised Technical Specifications~ SECTION 01670- TBAFFIC REGULATIONS has been replaced in its entirety. BSO Permit Application: BSO Permit Application and BSO Permit App!iqation Adjtionallnformation forms have been added (Apply to Awarded Vendor only)

Addendum# 1 I Previous End Date May 13, 2016 2:00:00 PM EDT New End Date May 27, 2016 2:00:00 PM EDT

Addendum#2

Previous End Date 2016 2:00:00 PM EDT New End Date Jun 10, 2016 2:00:00 PM EDT

Addendum#3

New Documents Addendum No 3 • Revised Technical Specifications, Contaminated Soll.pdf Addendum No 3 ·Revised Technical Drawings, WM·2.2 to WM·2.04 and WM 4.02.PDF Addendum No 3 -Revised Technical Specifications, GCOOOO • GC-0001 to GC·0011.pdf Addendum No 3 ·Revised Technical Specifications, Table of Content lndex.pdf

Previous End Date Jun 10, 2015 2:00:00 PM EDT New End Date Jun 24, 2015 2:00:00 PM EDT

Previous Q & A End Date Apr 22, 2016 5:00:00 PM EDT New Q & A End Date Jun 10, 2015 6:00:00 PM EDT

Addendum#4

New Documents Proposal Bond, Payment-Perf Guaranties and Qual of Surety Requirements.pdf

Previous End Date Jun 24, 2015 2:00:00 PM EDT New End Date Jul15, 2016 2:00:00 PM EDT

Addendum#6

Addendum#?

Previous End Date Jul16, 2015 2:00:00 PM EDT New End Date Jul 31, 2015 2:00:00 PM EDT

Addendum#8

Previous End Date Jul31, 2015 2:00:00 PM EDT New End Date Aug 21, 2015 2:00:00 PM EDT

Addendum#9

Previous End Date Aug 21, 2015 2:00:00 PM EDT New End Date Sep 30, 2016 2:00:00 PM EDT

2111/2016 2:35PM p.S Broward County Board of Bid Z1326601C1 County Commissioners

New Documents Bid Guaranty Performance and Payment Guaranties and Qualifications of Surety Req Revised Technical Drawings, FLL East Perimeter Road Water Main Improvements Z1326601C1.pdf Revised Technical Specifications, FLL East Perimeter Road Water Main Improvements Z1326601C1.pdf

Removed Documents Technical Drawings • Z1326601C1, FLL East Perimeter Road Water Main lmprovements.pdf Technical Specifications • Z1326601C1, FLL East Perimeter Road Water Main lmprovements.pdf Addendum No 3 • Revised Technical Specifications, Contaminated Soil.pdf Addendum No 3 ·Revised Technical Drawings, WM-2.2 to WM·2.04 and WM 4.02.PDF Addendum No 3 ·Revised Technical Specifications, GCOOOO • GC·0001 to GC·0011.pdf Addendum No 3 -Revised Technical Specifications, Table of Content lndex.pdf Proposal Bond, Payment-Perf Guaranties and Qual of Surety Requirements.pdf

Previous Q & A End Date Jun 10, 2015 5:00:00 PM EDT New Q & A End Date Sep 15, 2015 5:00:00 PM EDT

Changes were made to the following items: WM-0002-FURNISH AND INSTALL 8" DUCTILE IRON PIPE iD.I.P). INCLUDES ALL INSTALLAT WM·0003-FURNISH AND INSTALL 10" DUCTILE IRON PIPE fD.I.P.). INCLUDES ALL INSTALL WM-0004-FURNISH AND INSTALL 12" DUCTILE IRON PIPE (D.I.P.). INCLUDES ALL INSTALL WM-0005-FURNISH AND INSTALL 16" DUCTILE IRON PIPE (D.I.P.). INCLUDES ALL INSTALL WM-0006-FURNJSH AND INSTALL 8"X8" MJ WET TAP. INCLUDES ALL INSTALLATION COMPONEN WM-0007-FURNISH AND INSTALL 8"X6" DIP TEES INCLUDES ALL INSTALLATION COMPONENTS. WM-0008-FURNISH AND INSTALL 16X12 DIP TEES INCLUDES ALL INSTALLATION COMPONENTS WM-0009- FURNISH AND INSTALL 16"X10" DIP TEES INCLUDES ALL INSTALLATION COMPONENT WM-0010-FURNISH AND INSTALL 16"X8" DIP TEES INCLUDES ALL INSTALLATION COMPONENTS WM-0011-FURNISH AND INSTALL 8" DUCTILE IRON ELBOW (REST). INCLUDES ALL INSTALLAT WM-0012 FURNISH AND INSTALL 12" DUCTILE IRON ELBOW (REST). WM-0013-FURNISH AND INSTALL 16" DUCTILE IRON ELBOW (REST). INCLUDES ALL INSTALLA WM-0014-FURNISH AND INSTALL 6" GATE VALVE. INCLUDES ALL INSTALLATION COMPONENTS. WM-0015-FURNISH AND INSTALL 8" GATE VALVE. INCLUDES ALL INSTALLATION COMPONENTS. WM-0016 FURNISH AND INSTALL 10" GATE VALVE. INCLUDES ALL INSTALLATION COMPONENTS WM-0017FLIRNISH AND INSTALL 12" GATE VALVE. INCLUDES . ALL INSTALLATION & WM-0018 FURNISH AND INSTALL 16" BUTIERFLY VALVE. INCLUDES ALL INSTALLATION COMPO WM-0019-FURNISH AND INSTALL 2" BLOW OFF VALVE (BOV) WM-0020-FURNISH AND INSTALL 16" CAP. INCLUDES ALL INSTALLATION COMPONENTS. WM-0021- FURNISH AND INSTALL 12" CAP. INCLUDES ALL INSTALLATION COMPONENTS. WM-0022-FURNISH AND INSTALL 10" CAP. INCLUDES ALL INSTALLATION COMPONENTS. WM-0023-FURNISH AND INSTALL 8"X6" DIP REDUCERS. INCLUDES ALL INSTALLATION COMPON

2/11/2·)16 2:35 PM p.6 Broward County Board of Bid Z1326601C1 County Commissioners f V\IM-0024-FURNISH AND INSTALL 10"X8" DIP REDUCERS. l INCLUDES ALL INSTALLATION COMPO f V\IM-0025-FURNISH AND INSTALL AUTOMATIC AIR RELEASE ~ VALVE . INCLUDES ALL INSTALLAT ~ WM-0026 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY. ~ INCLUDES ALL INSTALLATION COM i V\IM-0027 FURNISH AND INSTALL SAMPLING POINT. INCLUDE ALL INSTALLATION COMPONENTS. V\IM-0028 FURNISH AND PLACE ASPHALT CONCRETE IPAVEMENT V\IM-0029 FURNISH AND PLACE 8" LIMEROCK BASE MATERIAL V\IM-0030 FURNISH AND PLACE 16'' LIMEROCK BASE ·MATERIAL V\IM-0031 COMPACTION/ STABILIZATION OF 12" SUBGRADE V\IM-0032 MILL 1" ASPHALT CONCRETE V\IM-0033 FURNISH AND INSTALL TYPE-F CURB AND GUTTER V\IM-0034 REMOVE AND DISPOSE OF EXISTING TYPE-F CURB AND GUTTER V\IM-0035 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" (INCLUDES INITIAL TEMPORARY PA V\IM-0036 THERMOPLASTIC, STANDARD, WHITE, SOLID, ' 24" (INCLUDES INITIAL TEMPORARY P V\IM-0037THERMOPLASTIC, STANDARD, WHITE, SKIP, 6", 10­ 30 OR 3-9 SKIP(INCLUDES IN V\IM-0038 THERMOPLASTIC, STANDARD, WHITE, DOTTED I . GUIDELINE/ 6-10 GAP EXTENSION, V\IM-0039 THERMOPLASTIC, STANDARD, WHITE, ARROWS (INCLUDES INITIAL TEMPORARY PAINT V\IM-0040 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 1 ' 6" (INCLUDES INITIAL TEMPORARY P V\IM-0041 RETRO-REFLECTIVE PAVEMENT MARKER V\IM-0042 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" (INCLUDES INITIAL TEMPORARY V\IM-0043 THERMOPLASTIC, STANDARD, YELLOW, DOTTED I GUIDELINE/ 6-10 GAP EXTENSION, V\IM-0044 FURNISH AND INSTALL SECURITY CHAIN LINK FENCE WITH BARB V\IM-0045 REMOVE AND RELOCATE EXISTING FENCE AND POSTS V\IM-0046 FURNISH AND INSTALL TOPOSOIL AND SOD V\IM-0047 CUT AND REMOVE ABANDONED PIPE V\IM-0048 ABANDON, GROUT AND FILL PIPE

Addendum# 11

New Documents Updated Revised Technical Drawings, CONCEPT MOT TYPICAL SECTIONS MOT-1.01.pdf

Addendum# 12

Previous End Date Sep 30, 2015 2:00:00 PM EDT New End Date Oct7, 2015 2:00:00 PM EDT

Addendum# 13

Previous End Date Oct 7, 2015 2:00:00 PM EDT New End Date Oct 14, 2015 2:00:00 PM EDT

Addendum# 14

New Documents Revised Technical Specifications, SECTION 01570-TRAFFIC REGULATIONS.pdf

2/1112016 2:35PM p. 7 Broward County Board of Bid Z1326601C1 County Commissioners

Previous End Date Oct 14, 2015 2:00:00 PM EDT New End Date Oct 19, 2015 2:00:00 PM EDT

Previous Q & A End Date Sep 15, 2015 5:00:00 PM EDT New Q & A End Date Oct 6, 2015 5:00:00 PM EDT

Ch:lnttfL'I: were made to the following items: GC·0004A BROWARD SHERIFF OFFICE PRESENCE

Item Response Form

Item Z1326601C1-01·01 • GC-0001-PAYMENTS AND PERFORMANCE GUARANTY AND INSURANCE Quantity 11umpsum Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Payments and Performance Guaranty and Insurance. This shall include all performance and payment guaranties required as specifted herein. The Hem shall also include the cost of required insurance for the work as specified herein.

Item Z1326601C1··01·02 • GC-0002 ·MOBILIZATION/DEMOBILIZATION Quantity 11umpsum Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Mobilization/Demobilization. This shall include all mobifization work described in these specifications for the award and completion of this contract.

Z1326601C1-01·03 • GC-0003· EXCESS PAYMENTS AND PERFORMANCE GUARANTY, INSURANCE AND Item MOBILIZATION/D Quantity 11umpsum Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Excess Payments and Performance Guaranty, Insurance and Mobilization/ Demobilization.

211112016 2:35PM p.8 Broward County Board of Bid 21326601 C1 County Commissioners This shall include all maintenance of traffic related to incidental airside and/or landside construction as described in these specifications including the provisions for security personnel and escort vehicles as required in the contract documents.

Item Z1326601C1-01-04 • GC·0004 ·MAINTENANCE OF TRAFFIC Quantity 11umpsum Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Maintenance of Traffic. This shall include all maintenance of traffic related to incidental airside and/or landside construction as described in these specifiCations including the provisions for security personnel and escort vehicles as required in the contract documents.

Item Z1326601C1-01·05 • GC·0004A BROWARD SHERIFF OFFICE PRESENCE Quantity 560 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 550 Description The BSQ services will facilitate the vehicular traffic by using vehicular lights during the construction at East Perimeter road and shall be paid by the CONTRACTOR.

Addendum# 14

GC·0004A BROWARD SHERIFF OFFICE Previous Title New Title PRESENCE

Added Item

Z1326601C1-01·06 • WM·0001 ·FURNISH AND INSTALL 6" DUCTILE IRON PIPE (D.I.P).INCLUDES ALL Item INSTALL Quantity 26 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 26 Description Furnish and InstallS" Ductile Iron Pipe (D.I.P). Includes all installation components. Browatd County Board of Bid Z1326601C1 County Commissioners

Z1326601C1-01·07 • WM·0002·FURNISH AND INSTALL 8" DUCTILE IRON PIPE (D.I.P). INCLUDES ALL Item INSTALLAT Quantity 249 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 249 Description Furnish and InstallS" Ductile Iron Pipe (D.I.P). Includes all Installation components per specifications.

Addendum# 10 Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty340 Qty249

Z1326601C1-01·08 • WM-0003-FURNISH AND INSTALL 10" DUCTILE IRON PIPE (D.I.P.). INCLUDES ALL Item INSTALL Quantity 60 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty60 Description Furnish and lnstall1 0" Ductile Iron Pipe (D.I.P.).Includes All Installation Components per specifications.

Addendum# 10 Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, Fl. 33312 DANIA BEACH, Fl. 33312 Qty50 Qty 60

Z1326601C1-01-09 • WM-0004-FURNISH AND INSTALL 12" DUCTILE IRON PIPE (D.I.P.). INCLUDES ALL Item INSTALL Quantity 12 linear foot Unit Price

Delivery Location Broward County Board of County Convnissioners AV0011

2/11/2016 2:35PM p. 10 Broward County Board of Bid Z1326601C1 County Commissioners AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 12 Description Furnish and install 12" ductile iron pipe (D.I.P.). includes all installation components. Per Specifications and requirements

Addendum# 10 WM-0004-FURNISH AND INSTALL 12" DUCTILE Previous Title New Title IRON PIPE {D.I.P.).INCLUDES ALL INSTALL

Z1326601C1-01-10 • WM-0005 -FURNISH AND INSTALL 16" DUCTILE IRON PIPE (D.I.P.). INCLUDES ALL Item INSTALL Quantity 4775 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 4775 Description Furnish And lnstall16" Ductile Iron Pipe (D.I.P.). Includes All Installation Components per specifications

Addendum# 10 WM-0004-FURNISH AND WM-0005-FURNISH AND INSTALL 16" DUCTILE IRON INSTALL 16" DUCTILE Previous Title New Title PIPE (D.I.P.). INCLUDES ALL IRON PIPE (DJ.P.). INSTALL INCLUDES ALL INSTALL

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty4778 Qty4776

Z1326601C1-01·11 • WM-0006-FURNISH AND INSTALL 8"X8" MJ WET TAP. INCLUDES ALL INSTALLATION Item COMPONEN Quantity 4 each Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty4 Description Furnish and InstallS" X 8" MJ Wet Tap. Includes all installation components Including Couplings, Sleeves and Valves per specifications.

2/11/2016 2:35 PM p. 11 Broward County Board of Bid Z1326601C1 County Commissioners

Addendum # 10 WM·0005·FURNISH AND WM·OOOS·FURNISH AND INSTALL 8"X8" MJ WET TAP. INSTALL 8"X8" MJ WET P"''''"' INCLUDES ALL New Title TAP. INCLUDES ALL I Tn~ INSTALLATION COMPONEN INSTALLATION COMPONEN

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET ' 101 Suite 101 . DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 l·~------Q_cy_s______Qcy--4------~

Z1326601C1-01·12 • WM·0007 ·FURNISH AND INSTALL B"XS" DIP TEES INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 1 each Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Furnish And Install S"X 6" Dip Tees Includes all installation components per specification.

Addendum# 10

WM·0007 ·FURNISH AND INSTALL 8"X6" DIP WM.QOOS·FURNISH AND INSTALL S"XS" DIP TEES Previous Title New Title TEES INCLUDES ALL INSTALLATION INCLUDES ALL INSTALLATION COMPONENTS. COMPONENTS.

Z1326601C1··01·13 · WM-0008·FURNISH AND INSTALL 16X12 DIP TEES INCLUDES ALL INSTALLATION Item COMPONENTS Quantity 1 each Unit Price

Delivery Location Broward County Board of County Commissioners AVOQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH s·rREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Furnish and install16 "X 12" Dip Tees includes all installation components. Per specifications and Requirements.

Addendum# 10

WM·0008-FURNISH AND INSTALL 16X12 DIP Previous Title New Title TEES INCLUDES ALL INSTALLATION COMPONENTS

211112016 2 :35 PM p. 12 Broward County Board of Bid Z1326601C1 County Commissioners Added Item

Z1326601C1-01·14 • WM·0009·FURNISH AND INSTALL 16"X1 0" DIP TEES INCLUDES ALL INSTALLATION Item COMPONENT Quantity 3 each Unit Price

Delivery Location Broward County Board of County Commissioners AllQQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 3 Description Fumish and lnstaii16"X 10" Dip Tees Includes all installation components per specifications.

Addendum# 10 WM·0007·FURNISH AND INSTALL 16"X10" DIP WM·0009·FURNISH AND INSTALL 16"X10" DIP Previous Title TEES INCLUDES ALL INSTALLATION COMPONENT New Title TEES INCLUDES ALL INSTALLATION COMPONENT

Z1326601C1-01·15 • WM·0010·FURNISH AND INSTALL 16"X8" DIP TEES INCLUDES ALL INSTALLATION Item COMPONENTS Quantity 3 each Unit Price

Delivery Location Broward County Board of County Commissioners AllQQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 3 Description Fumish and lnsta1116"X8" Dip Tees Includes all Installation Components per specifications..

Addendum# 10 WM-OOOB·FURNISH AND INSTALL 16"X8" DIP WM·0010·FURNISH AND INSTALL 16"X8" DIP Previous Title TEES INCLUDES ALL INSTALLATION New Title TEES INCLUDES ALL INSTALLATION COMPONENTS COMPONENTS

Z1326601C1-01·16 • WM·0011·FURNISH AND INSTALL 8" DUCTILE IRON ELBOW (REST). INCLUDES ALL Item INSTALLAT Quantity 7 each Unit Price

Delivery Location Broward County Board of County Commissioners AVOD11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 7 Description

211112016 2:35PM p. 13 Broward County Board of Bid Z1326601C1 County Commissioners Furnish And Install 8" Ductile Iron Elbow (Rest). Includes all installation components per specifications ..

WM·0009·FURNISH AND WM·0011·FURNISH AND INSTALL 8" DUCTILE IRON INSTALL 8" DUCTILE IRON Previous Title New Title ELBOW (REST). INCLUDES ELBOW (REST). INCLUDES ALL INSTALLAT ALL INSTALLAT

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 45TH S'rREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 10 Qty7 l·----~---____,!

Item Z1326601C1-01·17 • WM·0012 ·FURNISH AND INSTALL 12" DUCTILE IRON ELBOW (REsn. Quantity 4eaoh Unit Price

Delivery Location Broward County Board of County Commissioners 8l!QQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 4 Description Furnish and insta1112" Ductile Iron Elbow (REST).Includes all installation components. Per Specifications and requirements.

Addendum# 10 WM·0012 ·FURNISH AND INSTALL 12" Previous Title New Title DUCTILE IRON ELBOW (REsn.

Added Item

Z1326601C1-01·18 • WM·0013·FURNISH AND INSTALL 16" DUCTILE IRON ELBOW (REST). INCLUDES ALL Item INSTALLA Quantity 61 each Unit Price

Delivery Location Broward County Board of County Commissioners 8l!QQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty61 Description Furnish and lnst.all1 0" Ductile Iron Elbow (Rest). Includes all installation components per specifications ..

WM·0010·FURNISH AND WM·0013·FURNJSH AND INSTALL 16" DUCTILE IRON INSTALL 16" DUCTILE New Title ELBOW (REsn. INCLUDES IRON ELBOW (RESn. ALLINSTALLA INCLUDES ALL INSTALLA

2/11/2016 2:35 PM p. 14 Broward County Board of Bid Z1326601C1 County Commissioners Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 57

Z1326601C1-01·19 • WM·0014·FURNISH AND INSTALL 6" GATE VALVE. INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 2each Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 2 Description Furnish and lnstall6" Gate Valve. Includes all installation components per specifications..

Addendum# 10 WM·0011-FURNISH AND WM·0014·FURNISH AND INSTALL 6" GATE VALVE. INSTALL 6" GATE VALVE. Previous Title INCLUDES ALL New Title INCLUDES ALL INSTALLATION INSTALLATION COMPONENTS. COMPONENTS.

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty3 Qty 2

Z1326601C1-01-20 • WM·0015·FURNISH AND INSTALL 8" GATE VALVE. INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 10 each Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 10 Description Furnish and Install 8" Gate Valve. Includes all installation components per specifications.

Addendum# 10 WM·0012·FURNISH AND WM·0015·FURNISH AND INSTALL 8" GATE VALVE. INSTALL 8" GATE VALVE. I Previous Title INCLUDES ALL New Title INCLUDES ALL INSTALLATION INSTALLATION

2/11/2016 2:35 PM p. 15 Broward County Board of Bid Z1326601C1 County Commissioners COMPONENTS. COMPONENTS.

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 11 Qty 10

Z1326601C1-01·21 • WM·0016 FURNISH AND INSTALL 10" GATE VALVE. INCLUDES ALL INSTALLATION Item COMPONENTS Quantity 4each Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty-4 Description Fumish and install10" Gate Valve. Includes all installation components per specifications.

Addendum# 10 WM-0013 FURNISH AND WM·0016 FURNISH AND INSTALL 10" GATE VALVE. INSTALL 10" GATE VALVE. Previous Title INCLUDES ALL New Title INCLUDES ALL INSTALLATION INSTALLATION COMPONENTS COMPONENTS

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty3 Qty4

Item Z1326601C1··01·22 · WM·0017FURNISH AND INSTALL 12" GATE VALVE. INCLUDES ALL INSTALLATION & Quantity 2 each Unit Price

Delivery Location Broward County Board otCounty Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty2 Description Furnish and install12" GATE VALVE. Includes all installation components. Per Specifications and Requirements.

Addendum# 10 WM·0017FURNISH AND INSTALL 12" GATE Previous Title New Tille VALVE. INCLUDES ALL INSTALLATION &

2/11/20162:35 PM p. 16 Broward County Board of Bid Z1326601C1 County Commissioners

Added Item

Z1326601C1-01-23- WM·0018 FURNISH AND INSTALL 16" BUTTERFLY VALVE. INCLUDES ALL Item INSTALLATION COMPO Quantity 10 each

Unit Price Delivery location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH Fl 33312 Qty 10 Description Furnish and lnstall16" Butterfly Valve. Includes all Installation Components.

Addendum# 10 WM·0018 FURNISH AND INSTALL 16" WM-0014 FURNISH AND INSTALL 16" BUTTERFLY Previous Title New Title BUTTERFLY VALVE. INCLUDES ALL VALVE. INCLUDES ALLINSTALLATION COMPO INSTALLATION COMPO

Item Z1326601C1-01-24- WM-0019-FURNISH AND INSTALL 2" BLOW OFF VALVE (BOV) Quantity 1 each

Unit Price

Delivery location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH Fl 33312 Qty 1 Description Furnish and Install 2" Blow Off Valve (BOV) per specifications.

Addendum # 10 WM·0015·FURNISH AND INSTALL 2" BLOW OFF WM-0019-FURNISH AND INSTALL 2" BLOW Previous Title New Title VALVE (BOV) OFF VALVE (BOV)

Z1326601C1-01·26 • WM·0020-FURNISH AND INSTALL 16'' CAP. INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 2 each Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH Fl 33312 Qty 2 Description Furnish and lnstall16" Cap. Includes all Installation Components per specifications.

2111/20162:35 PM p. 17 Broward County Board of Bid Z1326601C1 County Commissioners

Addendum# 10 WM·0016·FURNISH AND INSTALL 16" CAP. WM·0020·FURNISH AND INSTALL 18" CAP. Previous Title New Title INCLUDES ALL INSTALLATION COMPONENTS. INCLUDES ALL INSTALLATION COMPONENTS,

Z1326601C1-01·26 • WM·0021· FURNISH AND INSTALL 12" CAP.INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 1 each Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Furnish and install 12" CAP. Includes all installation components. Per specifications and Requirements.

Addendum# 10 WM·0021· FURNISH AND INSTALL 12" CAP. Previous Title New Title INCLUDES ALLINSTALLATION COMPONENTS.

Added Item

Z1326601C1-01·27 • WM·0022·FURNISH AND INSTALL 10" CAP.INCLUDES ALL INSTALLATION Item COMPONENTS. Quantity 1 assembly Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Remove Fire Hydrant Assembly. Includes all Installation Components per specifications .. Added on Sep 10, 2016: Delete Remooe Fhe llyd1a111 Assembly.lticludes all Installation Cumpuneuts pe1 speeificatious .. Replace with: FURNISH AND INSTALL 10" CAP.INCLUDES ALL INSTALLATION COMPONENTS.

Addendum# 10

Previous Title WM·0021·REMOVE FIRE HYDRANT ASSEMBLY. WM-0022-FURNISH AND INSTALL 10" CAP. L INCLUDES ALL INSTALLATION COMPONENTS. New Title INCLUDES ALL INSTALLATION COMPONENTS. ·------~------~

Z1326601C1-01-28 • WM-0023-FURNISH AND INSTALL 8"X6" DIP REDUCERS. INCLUDES ALL Item INSTALLATION COMPON Quantity 1 each Unit Price

211112016 2:35PM p. 18 Broward County Board of Bid Z1326601C1 County Commissioners Delivery Location Broward County Board of County Commissioners ffilQQ.11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1 Description Furnish and Install 8"X6" Dip Reducers. Includes all Installation Components per specifications..

Addendum# 10 WM·0017-FURNISH AND WM·0023-FURNISH AND INSTALL 8"X6" DIP INSTALL B"XS" DIP Previous Title New Title REDUCERS. INCLUDES ALL REDUCERS. INCLUDES ALL INSTALLATlON COMPON INSTALLATION COMPON

Previous Delivery location/Quantity AVIATION DEPARTMENT New Delivery location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 2 Qty 1

Z1326601C1-01·29 • WM-0024-FURNISH AND INSTALL 10"X8" DIP REDUCERS. INCLUDES ALL Item INSTALLATION COMPO Quantity 2each Unit Price Delivery location Broward County Board of County Commissioners 8llQQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 2 Description Furnish and lnstaii10"X8" Dip Reducers. Includes all Installation Components per specifications ..

Addendum# 10 WM·0018-FURNISH AND WM·0024-FURNISH AND INSTALL 10"X8" DIP INSTALL 10"XB" DIP Previous Title New Title REDUCERS. INCLUDES ALL REDUCERS. INCLUDES ALL INSTALLATION COMPO INSTALLATION COMPO

Previous Delivery location/Quantity AVIATION DEPARTMENT New Delivery location/Quantity AVIATlON DEPARTMENT PLANNING & DEVELOPMENT PLANNING & ON. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 3 Qty 2

Z1326601C1-01·30 • WM·0025-FURNISH AND INSTALL AUTOMATIC AIR RELEASE VALVE .INCLUDES ALL Item INSTALLAT Quantity 19 each Unit Price

211112016 2:35PM p. 19 Broward County Board of Bid Z1326601C1 County Commissioners Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 19 Description Furnish and install Automatic air release valve. Includes all Installation components Including Structure, Saddle, Valves and Fittings per specifications ..

Addendum# 10 WM·0025·FURNISH AND INSTALL AUTOMATIC WM-G019·FURNISH AND INSTALL AUTOMATIC AIR New Title AIR RELEASE VALVE. INCLUDES All RELEASE VALVE .INCLUDES ALL INSTALLAT ["""''"'""' INSTALLAT

Z1326601C1-01-31 • WM·0026 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY. INCLUDES All Item INSTALLATION COM Quantity 2 assembly Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 2 Description Furnish and install fire hydrant assembly. Include all installation components per specifications.

Addendum# 10 WM·0020 FURNISH AND WM·0026 FURNISH AND INSTALL FIRE HYDRANT INSTALL FIRE HYDRANT Previous Title New Title ASSEMBLY. INCLUDES ALL ASSEMBLY. INCLUDES INSTALLATION COM ALL INSTALLATION COM

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty4 Qty 2

Z1326601C1-01·32 • WM·0027 FURNISH AND INSTALL SAMPLING POINT. INCLUDE ALL INSTALLATION Item COMPONENTS. Quartity &each Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DJV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312

2/11/2016 2:35 PM p.20 Broward County Board of Bid Z1326601C1 County Commissioners Qty 9 Description Furnish and Install Sampling Point Include all Installation Components per specifications ..

Addendum# 10 WM·0027 FURNISH AND WM·0022 FURNISH AND INSTALL SAMPLING INSTALL SAMPLING POINT. Previous Title NewTitle POINT.INCLUDEALL INCLUDE ALL INSTALLATION INSTALLATION COMPONENTS. COMPONENTS.

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & OIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 10 Qty 9

Item Z1326601C1-01·33 • WM·0028 FURNISH AND PLACE ASPHALT CONCRETE PAVEMENT Quantity 737 ton Unit Price

Delivery Location Broward County Board of County Commissioners ffilQQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 737 Description Furnish and place asphalt concrete pavement per specifications.

Addendum# 10 WM·0023 FURNISH AND WM·0028 FURNISH AND Previous Trtle PLACE ASPHALT CONCRE'rE New Title PLACE ASPHALT PAVEMENT CONCRETE PAVEMENT

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & ON. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty540 Qty 737

Item Z1326601C1-01·34 • WM·0029 FURNISH AND PLACE 8" LIMEROCK BASE MATERIAL Quantity 5409 square yard Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING &DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty5409 Description

211112016 2:35 PM p. 21 Broward County Board of Bid Z1326601C1 County Commissioners

~~umish and Place 8" Limerock Base Material per specifications ..

WM-0024 FURNISH AND Previous Title PLACE 8" LIMEROCK BASE New Title PLACE 8" LIMEROCK MATERIAL BASE MATERIAL

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty4768 Qty5409

Item Z1326601C1-01·36 • WM-0030 FURNISH AND PLACE 16" LIM EROCK BASE MATERIAL Quantity 328 square yard Unit Price Delivery Location Broward County Board of County Commissioners rulQQ11 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 328 Description Furnish and Place 16" Limerock Base Material per specifications.

Addendum# 10 WM-0026 FURNISH AND WM-0030 FURNISH AND Previous Title PLACE 16" LIMEROCK BASE New Title PLACE 16" LIMEROCK MATERIAL BASE MATERIAL

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 L Qty131 Qty328

Item Z1326601C1··01·36 • WM-0031 COMPACTION/ STABILIZATION OF 12" SUBGRADE Quantity 11062 square yard U11it Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 11062 Description C()mpaction/ Stabilization Of 12" Subgrade per specifications.

Addendum# 10 r-·

2111 /~!016 2:35 PM p.22 Broward Coul'lty Board of Bid Z1326601C1 Coul'lty Commissioners WM·0026 COMPACTION/ WM·0031 COMPACTION/ Previous Title STABILIZATION OF 12" New Title STABILIZATION OF 12" SUBGRADE SUBGRADE

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty4889 Qty 11062

Item Z1326601C1-01-37 • WM·0032 MILL 1" ASPHALT CONCRETE Quantity 247 square yard Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 247 Description Mill 1" Asphalt Concrete per specifications.

Addendum# 10 WM·0027 MILL 1" ASPHALT WM·0032 MILL 1" Previous Title New Title CONCRETE ASPHALT CONCRETE

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DN. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty193 Qty247

Item Z1326601C1-01·38 • WM·0033 FURNISH AND INSTALL TYPE·F CURB AND GUTTER Quantity 1211inear foot Unit Price Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 121 Description Furnish and Install Type·F Curb and Gutter per specifications ..

Addendum# 10 WM-0028 FURNISH AND INSTALL TYPE-FCURB WM·0033 FURNISH AND INSTALL TYPE·FCURB Previous Trtle New Title AND GUTTER AND GUTTER

2/11/2016 2:35PM p.23 Broward County Board of Bid Z1326601C1 County Commissioners Item Z1326601C1··01·39 • WM-0034 REMOVE AND DISPOSE OF EXISTING TYPE·F CURB AND GUTIER Quantity 1211inear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 121 Description Remove and Dispose of existing Type-F Curb and Gutter per specifications ..

Addendum# 10 WM-0029 REMOVE AND DISPOSE OF EXISTING WM-0034 REMOVE AND DISPOSE OF EXISTING New Title ~"'''"' Tolo TYPE·F CURB AND GUTTER TYPE·F CURB AND GUTTER

Z1326601C1-01·40 • WM-0036 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" (INCLUDES INITIAL Item TEMPORARY PA Quantity 3462 linear foot Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 3462 Description Thermoplastic, Standard, \Mlite, Solid, 6" (Includes Initial Temporary Painted Marking) per specifications.

Addendum# 10 WM-0036 WM-0030 THERI\IIOPLASTIC, THERMOPLASTIC, STANDARD, WHITE, SOLID, Previous Title New Title STANDARD, WHITE, SOLID, S" (INCLUDES INITIAL 6" (INCLUDES INITIAL TEMPORARY PA TEMPORARY PA

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 3147 Qty3462

Z1326601C1-01-41 • WM·0036 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" (INCLUDES INITIAL Item TEMPORARYP QLantity 13 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV.

211112:>16 2:35PM p.24 Btoward County Board of Bid Z1326601C1 County Commissioners 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 13 Description Thermoplastic, Standard, White, Solid, 6" (lndudes Initial Temporary Painted Marking) per specifications.

Addendum # 10 WM·0036 I WM·0031 THERMOPLASTIC, THERMOPLASTIC, STANDARD, WHITE, SOLID, Previous Trtle New Title STANDARD, WHITE, SOLID, i 24" (INCLUDES INITIAL 24" (INCLUDES INITIAL TEMPORARYP TEMPORARY P

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 12 Qty 13

Z1326601C 1-01-42 • WM-0037 THERMOPLASTIC, STANDARD, WHITE, SKIP, 6", 10-30 OR 3-9 SKIP Item (INCLUDES IN Quantity 187 linear foot Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 187 Description Thermoplastic, Standard, White, Skip, 6", 10-30 Or 3-9 Skip(lncludes Initial Temporary Painted Marking) per specifications..

Addendum # 10 WM·0037 WM-0032 THERMOPLASTIC, THERMOPLASTIC, STANDARD, WHITE, SKIP, 6", Previous Trtle New Title STANDARD, WHITE, SKIP, 10·30 OR 3-9 SKIP(INCLUDES 6", 10-30 OR 3-9 SKIP IN (INCLUDES IN

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANN.ING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 170 Qty 187

Z1326601C1-01-43- WM·003B THERMOPLASTIC, STANDARD, WHITE, DOTTED I GUIDELINE/ 6-10 GAP Item EXTENSION, Quantity 274 linear fOot Unit Price

Delivery Location Browarc:J County Board of County Commissioners AV0011

2/1112016 2:35PM p. 25 Broward County Board of Bid Z1326601C1 County Commissioners AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 274 Description Thermoplastic, Standard, White, Dotted I Guideline/ 6·1 0 Gap Extension, 6" (Includes Initial Temporary Painted Marking) per specifications..

Addendum# 10 WM·0038 WM·0033 THERMOPLASTIC, THERMOPLASTIC, STANDARD, WHITE, DOTTED I Previous Title New Title STANDARD, WHITE, GUIDELINE/6·10 GAP DOTTED I GUIDELINE/6·10 EXTENSION, GAP EXTENSION,

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIA110N DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 l. Qty249 Qty274

Z1326601C1-01-44 • WM-0039 THERMOPLASTIC, STANDARD, WHITE, ARROWS (INCLUDES INITIAL Item TEMPORARY PAINT Quantity 9 each Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 9 Description Thermoplastic, Standard, White, Arrows (Includes Initial Temporary Painted Marking) per specifications.

Addendum# 10 WM·0038 WM-0034 THERMOPLASTIC, THERMOPLASTIC, STANDARD, WHITE, ARROWS STANDARD, WHITE, Previous Title New Title (INCLUDES INITIAL ARROWS (INCLUDES TEMPORARY PAINT INITIAL TEMPORARY PAINT

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty8 Qty!l

Z1326601C1-G1·46 • WM·0040 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" (INCLUDES INITIAL Item TEMPORARY P Quantity 71671inear foot

2/11/2016 2:35PM p. 26 Broward County Board of Bid Z1326601C1 County Commissioners Unit Price Delivery location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH Fl 33312 Qty 7167 Description Thermoplastic, Standard, Yellow, Solid, 6" (Includes Initial Temporary Painted Marking) per specifications.

Addendum# 10 WM·0040 WM·0035 THERMOPLASTIC, THERMOPLASTIC, STANDARD, YELLOW, SOLID, Previous Title New Title STANDARD, YELLOW, 6" (INCLUDES INITIAL SOLID, 6" (INCLUDES TEMPORARYP INITIAL TEMPORARY P

Previous Delivery location/Quantity AVIATION DEPARTMENT New Delivery location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty6447 Qty 7167

Item Z1326601C1··01-46 • WM·0041 RETRO·REFLEC1WE PAVEMENT MARKER Quantity 263 each Unit Price

Delivery location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH Fl 33312 Qty 263 Description Retro·Reflective Pavement Marker per specifications ..

Addendum# 10 WM·0036 RETRO· WM·0041 RETRO· Previous Title REFLECTIVE PAVEMENT New Title REFLECTIVE PAVEMENT MARKER MARKER

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty239 Qty 263

Z1326601C1-01·47 • WM·0042 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" (INCLUDES INITIAL Item TEMPORARY Quantity 406 linear foot Unit Price

2/11/201 6 2:35 PM p.27 Broward County Board of Bid 21326601 C1 County Commissioners

Delivery Location Broward County Board of County Commissioners 8WQll AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty406 Description Thermoplastic, Standard, Yellow, Solid, 18" (Includes Initial Temporary Painted Marking) per specifications ..

Addendum# 10 WM·0042 WM·0037 THERMOPLASTIC, THERMOPLASTIC, STANDARD, YELLOW, SOLID, Previous Title New Title STANDARD, YELLOW, 18" (INCLUDES INITIAL SOI.ID, 18" (INCLUDES TEMPORARY INITIAL TEMPORARY

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & ON. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty369 Qty406 6------~------J

Z1326601C1-01·48 - WM-0043 THERMOPLASTIC, STANDARD, YELLOW, DOTTED I GUIDELINE/ 6·10 GAP Item EXTENSION, Quantity 238 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING &DEVELOPMENT DIV. 2200 SW45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 238 Description Thermoplastic, Standard, Yellow, Dotted I Guideline/6·10 Gap Extension, 6'' (Includes Initial Temporary Painted Marking) per specifications.

Addendum# 10 WM·0043 WM·0038 THERMOPLASTIC, THERMOPLASTIC, STANDARD, YELLOW, Previous Trtle New Title STANDARD, YELLOW, DOTTED I GUIDELINEf 6·1 0 DOTTED I GUIDEUNEf 6·10 GAP EXTENSION, GAP EXTENSION,

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING & ON. DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty216 Qty238

Item Z1326601C1-01-49 • WM·0044 FURNISH AND INSTALL SECURITY CHAIN LINK FENCE WITH BARB Quantity 1694 linear foot

2/11/2016 2:35 PM p.28 Broward County Board of Bid Z1326601C1 County Commissioners

Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1694 Description Furnish and install security chain link fence with barb per specifications ..

Addendum# 10 WM·0039 FURNISH AND WM-0044 FURNISH AND Previous Title INSTALL SECURITY CHAIN New Title INSTALL SECURITY CHAIN LINK FENCE WITH BARB UNKFENCEWITH BARB

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIATION DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 45TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 1694

Item Z132SS01C1··01·60 • WM-0046 REMOVE AND RELOCATE EXISTING FENCE AND POSTS Quantity 1643 linear foot Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 1643 Description Remove and relocate existing fence and posts per specifications ..

Addendum# 10 WM-0040 REMOVE AN 0 RELOCATE EXISTING WM·0046 REMOVE AND RELOCATE EXISTING Previous Title New Tille FENCE AND POSTS FENCE AND POSTS

Item Z1326601C1-01·61 • WM·0046 FURNISH AND INSTALL TOPOSOIL AND SOD Quantity 5316 square yard Unit Price Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 5316 Description Furnish and install top soil and sod per specifications. Added on Sep 10, 2016:

2/1112016 2:35 PM p. 29 Broward County Board of Bid Z1326601C1 County Commissioners Payment for sod includes all earthwork and materials required to install the sod and top soil.

Aww.,,,...,,.,, # 10 WM·0041 FURNISH AND WM·0046 FURNISH AND Title INSTALL TOPOSOIL AND New Title INSTALL TOPOSOILAND SOD SOD

Previous Delivery Location/Quantity AVIATION DEPARTMENT New Delivery Location/Quantity AVIAnON DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312 Qty 1627 Qty 6316

Item Z1326601C1··01·62 • WM-0047 CUT AND REMOVE ABANDONED PIPE Quantity 60 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners AV0011 AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 50 Description Cut and remove abandoned pipe per specifications.

Addendum# 10 WM-0047 CUT AND REMOVE ABANDONED Previous Title WM-0042 CUT AND REMOVE ABANDONED PIPE New Title PIPE

Item Z1326601C1-01-63 • WM·0048 ABANDON, GROUT AND FILL PIPE Quantity 227 linear foot Unit Price

Delivery Location Broward County Board of County Commissioners ~ AVIATION DEPARTMENT PLANNING & DEVELOPMENT DIV. 2200 SW 45TH STREET Suite 101 DANIA BEACH FL 33312 Qty 227 Description Abandon, Grout and fill pipe per specifications..

Addendum# 10 WM·00043 ABANDON, WM·0048 ABANDON, Previous Title New Title GROUT AND FILL PIPE GROUT AND FILL PIPE

Previous Delivery Location/Quantity AVIAnON DEPARTMENT New Delivery Location/Quantity AVIAnON DEPARTMENT PLANNING & DEVELOPMENT PLANNING& DIV. DEVELOPMENT DIV. 2200 SW 46TH STREET Suite 2200 SW 46TH STREET 101 Suite 101 DANIA BEACH, FL 33312 DANIA BEACH, FL 33312

2111/2016 2:35 PM p.30 Broward County Board of Bid Z1326601 C1 County Commissioners Qty260 Qty227

2/11/2016 2:35 f>M p.31

Best and Final Offer Bid Tabulation Bid No. Z1326601C1 Date Bid Posted: 11124/2015 Fll East Perimeter Road Water Main Improvements Date Bid Opened· 12/4/2015 Agency. Aviation Department Bid Submittals: 2 Purchasing Agent: Angela Brown Declinations: layne Heavy Civil Tabulation of Bids 1117 NW 55 Street Fort lauderdale Fl 33309 Orig. Unit BAFO Unit I Original Bid Total Description Qty Unit ~ Price Prices 1 Price GC-0001·PAYMENTS AND PERFORMANCE GUARANTY AND lump sum $ b, INSURANCE Z1326601C1--01-02 11ump sum s 141,905. .10 $ GC-0002- MOBILIZATION/DEMOBILIZATION ""~~"' Z1326601C1--01-03 GC-0003- EXCESS PAYMENTS AND PERFORMANCE 11umpsum $ 15,750. ' 00 i $ GUARANTY INSURANCE AND MOBILIZATIONID Z1326601C1--01-04 1 jlump sum $ 72,292. ><,<" 50 s 66,000.00 GC-0004- MAINTENANCE OF TRAFFIC I ~132il601G1 01 05 $ 1,4$5 00 : GC 0004'ilROWARD SWiiiICii PRESENCE Z1326601C1 -01-06 WM-0001 -FURNISH AND INSTALL 6" DUCTILE IRON PIPE ~~ $ 114 00 I$ 2,984 80 js 2,964 00 (D.LP).INCLUDES ALL INSTALL 1Z1326601C1--01-07 WM-0002-FURNISH AND INSTALL 8" DUCTILE IRON PIPE (D.I P) 249'1mear foot $ 51.31 $ 12,776.19 $ 12,699.00 INCLUDES ALL INSTALLAT --01-08 WM-0003-FURNISH AND INSTALL 10" DUCTILE IRON PIPE 60 :linear foot $ 111.20 $ 111 00 $ 6,672 00 $ 6,660 00 {D.LP ).INCLUDES ALL INSTALL Z1326601C1--01-09 WM-0004-FURNISH AND INSTALL 12" DUCTILE IRON PIPE 12111near foot $ 247.10 $ 130.00 $ 2,965 20 $ 1,560.00 (D.I.P.). INCLUDES ALL INSTALL Z1326601C1--01-10 WM-0005-FURNISH AND INSTALL 16" DUCTILE IRON PIPE 4,775 linear foot $ 151.60 $ 150 00 $ 723,890 00 $ 716,250 00 (D.I.P) INCLUDES ALL INSTALL Z1326601C1--01-11 WM-0006-FURNISH AND INSTALL 8"X8" MJ WET TAP 4 each $ 3,617 10 $ 14,46e.4o $ 14,400 00 INCLUDES ALL INSTALLATION COMPONEN Z1326601C1--01-12 WM-0007-FURNISH AND INSTALL 8"X6" DIP TEES INCLU $ 1,118.30 $ 1,118.30 $ 1,100.00 ALL INSTALLATION COMPONENTS. Z1326601C1--01-13 WM-0008-FURNISH AND INSTALL 16X12 DIP TEES INCL 2,084.90 $ 2.084.90 $ 2,000 00 ALL INSTALLATION COMPONENTS Z1326601C1--01-14 WM-0009-FURNISH AND INSTALL 16"X10" DIP TEES INCLUDES 2,272 11 $ 6.816.33 $ 6.810.00 ALL INSTALLATION COMPONENT Z1326601C1--01-15 i'JVM-0010-FURNISH AND INSTALL 16"X8" DIP TEES INCLUDES 3 each s 2,078 61 $ 2,050 00 $ 6,235.83 ! $ 6,150.00 ~LL INSTALLATION COMPONENTS Z1326601C1--01-16 WM-0011-FURNISH AND INSTALL 8" DUCTILE IRON ELBOW 7 each $ 714 80 $ 700 00 $ 5,003 60 $ 4,900.00 (REST). INCLUDES ALL INSTALLAT Z1326601C1--01-17 WM-0012- FURNISH AND INSTALL 12" DUCTILE IRON ELBOW 4 each $ 867.30 $ 860 00 $ 3,469 20 s 3,440 00 (REST) Z1326601C1--01-18 WM-0013-FURNISH AND INSTALL 16" DUCTILE IRON ELBOW 61 each $ 1,05670 $ 1,050.00 $ 64,458 70 $ 64,050.00 (REST). INCLUDES ALL INSTAL LA Z1326601C1--01-19 WM-0014-FURNISH AND INSTALL 6" GATE VALVE. INCLUDES 2:each $ 1.540 30 $ 1,540.30 s 3.080 60 1$ 3,080 60 ALL INSTALLATION COMPONENTS Z1326601C1--01-20 WM-0015-FURNISH AND INSTALL 8" GATE VALVE. ,NCLUDEs $ 1,72060 $ 1,720.60 j$ 17,206 00 $ 17.206 00 ALL INSTALLATION COMPONENTS Z1326601C1--01-21 WM-0016FURNISHAND INSTALL 10" GATE VALVE. INCLUDES 2,16180 $ 2,161.80 i $ 8,647 20 $ 8.647 20 ALL INSTALLATION COMPONENTS Z1326601C1--01-22 WM-0017FURNISH AND INSTALL 12" GATE VALVE. INCLUDES $ 2,860 30 $ 2,860 30 5,720 60 $ 5,720 60 of3 i $ ALL INSTALLATION & ~

Best and Final Offer Bid Tabulation Bid No. Z1326601C1 Date Bid Posted: 11124/2015 Date Bid Opened: BR~NVARDt "., ,-_•-;"­ FLL East Perimeter Road Water Main Improvements 121412015 " ,_; -. Agency: Aviation Department Bid Submittals: 2 --~*'3 ...... Purc,ll,as1ng, Di·~t~·on Purchasing Agent: Angela Brown Declinations: 0 .. layne Heavy Civil

• Tabulation of Bids 1117 NW 55 Street F Orig. Unit BAFO Description Qty Unit Price Pri Zi" 1·23 WM-0018 FURNISH AND INSTALL 16" BUTTERFLY VALVE. 10 each $ $ INCLUDES ALL INSTALLATION COMPO :zt326601 C1--01-24 .90 s 1,12590 $ 1.125 90 .$ 1,12590 WM-0019-FURNISH AND INSTALL 2'' BLOW OFF VALVE (BOV) 11"""'

<1326601 C1--01-25 WM-0020-FURNISH AND INSTALL 16" CAP. INCLUDES ALL .40 s 634.40 $ 1,286 80 iS 1,268.80 INSTALLATION COMPONENTS Z1326601C1--01-26 70490 $ 704.90 $ 70490 704.90 WM-0021- FURNISH AND INSTALL 12· CAP INCLUDES ALL 1 '""' s .$ INSTALLATION COMPONENTS !Z1326601C1--0t-27 WM-0022-FURNISH AND INSTALL 10" CAP INCLUDES ALL 1 $ 64020 $ s4o2o $ 640.20 is 640.20 INSTALLATION COMPONENTS. !21326601 C1--01-28 WM-0023-FURNISH AND INSTALL8"X6'' DIP REDUC $ 88620 $ 886.20 $ 886 20 $ 866.20 INCLUDES ALL INSTALLATION COMPON Z1326601C1--01-29 WM-0024-FURNISH AND INSTALL 10"X8" DIP REDU 10 $ 724.10 $ 1,448 20 $ 1,448 20 INCLUDES ALL INSTALLATION COMPO .Z1326601C1--01-30 WM-0025-FURN!SH AND INSTALL AUT .. 80 $ 2.894 80 $ 55,001 20 $ 55,001 20 VALVE INCLUDES ALL INSTALLAT .21326601 C1--01-31 WM-0026FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY $ 4.511 20 $ 4,511 20 $ 9,022 40 $ 9,022.40 INCLUDES ALL !NSTALLA TION COM c1326601C1--01-32 WM-0027FURNISH AND INSTALL SAMPLING POINT INCLUDE 9ieach $ 416.90 $ 416 90 $ 3,752 10 $ 3,75210 ALL INSTALLATION COMPONENTS. Z1326601C1--01-33 WM-0028FURNISH AND PLACE ASPHALT CONCRETE 737 .!on $ 182.30 $ 162.30 $ 1 134,355.10 PAVEMENT Z1326601C1--01-34 5,409 i square yard $ 15 90 $ 15 00 $ 81.13500 WM·0029FURNISH AND PLACE 8" LIMEROCK BASE MATERIAL

Z1326601C1--01-35 e030FURNISH AND PLACE 16" LIMEROCK BASE 328 !square yard $ 82 00 $ 3000 $ 9,840 00 ERIAL

11,062 1 sq·u·a·r·e··yar

Z1326601C1--01-37 247 isquare yard $ 48 20 $ 12 oo 1 $ 1' qv 2,964 00 WM-0032MILL 1" ASPHALT CONCRETE I'

Z1326601C1--01-38 121 linear foot $ 1460 $ 1460 $ 1,766 60 1,766 60 WM-0033FURNISH AND INSTALL TYPE-F CURB AND GUTTER i$

Z1326601C1--01-39 ~N"'60~3~~~~0VE AND DISPOSE OF EXISTING TYPE-F CURB 121 linear foot $ 4 50 $ 4 50 $ 544 50 i$ 544 50

Z1326601C1--01-40 WM-0035THERMOPLASTIC STANDARD WHITE SOLID 6" 3.462 090 $ 0 90 $ 311580 ...... (INCLUDES INITIAL TEMPORARY PA Z1326601C1--01-41 wi\A:Ilo36THERMOPLASTIC STANDARD WHITE SOLID 24" $ 330 $ 3 30 $ 42 90 $ 42 90 (INCLUDES INITIAL TEMPORARY P Z1326601C1--01-42 WM-0037THERMOPLASTIC STANDARD W $ 090 $ 0.90 $ 168 30 $ 168.30 OR 3-9 SKIP( INCLUDES IN Z1326601C1--01-43 WM-0038THERMOPLASTIC STANDARD $ 090 s 0.90 $ 24660 $ 24660 GUIDELINE/6-10 GAP EXTENSION

Best and Final Offer Bid Tabulation Bid No. Z1326601C1 Date Bid Posted: FLL East Perimeter Road Water Main Improvements Date Bid Opened: Agency: Aviation Department Bid Submittals: Purchasing Agent· Angela Brown Declinations·

TabulatlonofBids ~9 f----lt_e_m____-r------0-es_c_r-ip_ti_o_n______...,.._Qt_y_-r-c--- :, iZ1326601C1··01-44 WM·0039THERMOPlASTIC STANDARD WHITE ARROWS , (INCLUDES INITIAL TEMPORARY PAINT Z1326601C1··01·45 WM·0040THERMOPlASTIC STANDARD YELLOW SOLID 6" 7,167 li $ 0.90 $ 0 90 $ 6.450 30 (INCLUDES INITIAL TEMPORARY P Z1326601C1··01·46 263 e $ 510 $ 5.10 $ 1,341.30 1.34130 WM-0041RETRO-REFLECTIVE PAVEMENT MARKER I$

Z'326601C1··01·47 WM-0042THERMOPlASTIC STANDARD YELLOW SOLID 18" 406 lmearfoot $ 3 30 $ 3.30 $ 1,339.80 $ 1,339 80 (INCLUDES INITIAL TEMPORARY Z1326601C1--01·48 WM·0043THERMOPLASTIC STANDARD YELLOW DOTTED I 238 linear foot $ 1.70 $ 1.70 $ 404 60 $ 404 60 GUIDELINE/6-10 GAP EXTENSION Z1326601C1--01·49 WM·0044FURNISH AND INSTALL SECURITY CHAIN LINK 1.694 linear foot $ 2710 $ 45,907 40 $ 45,907.40 FENCE WITH BARB Z1326601C1--01-50 WM·0045REMOVEAND RELOCATE EXISTING FENCE AND 1.643 lirear foot $ 6 30 $ 6 30 $ 10,350 90 $ ~ 0.350.90 POSTS 18,606.00 0046FURNISH AND INSTALL TOPOSOIL AND SOD 5 316 square yard ~~S$$,------3,....,50+-::$----18_."'60=6" OnOn $$ 0047CUTAND REMOVE ABANDONED PIPE 50 linea·r·iao..::t~- -7---- -: 6.30 $ -.11 -·-· 315.00 22 7 0 ~~0~0~4~8~A~BA~N~D~O~N~G~R~O~U2T~A~N~D~F~IL~L~P~IP~E~======1==~~!:~:= 1.60 S ~:~::::::::::-:3=6:3~.2:0~: Total: I $1,699, $1,590,491.70 ------11

GC-0005 ALLOWANCE FOR DEWATERING

GC-0006 ALLOWANCE FOR SUBSURFACE UTILITY ENGINEERING ~------4------~-- GC-0007 ALLOWANCE FOR UTILITY WORK ALLOWANCE FOR STORM WATER POLLUTION PREVENTION GC-OOOB (SWPP)

ALLOWANCE FOR PERMIT FEES ALLOWANCE $10.000.001 $10,000 00 ALLOWANCE FOR UNSUITABLE SOILS AND SUBSURFACE GC-0010 ALLOWANCE $50 000.00 $50,000 00 STRATA --·· GC-0011 ALLOWANCE FOR CONTAMINATED SOILS ALLOWANCE· $50,000.00: $50,000 00

ALLOWANCES SUBTOTAL· $210,000 00 $210,000.00

TOTAL BID PRICE: $1,909,148.25 $1,800,491.70

Prepared By· Angela Brown

Page 3 of 3

BID RESPONSE

Broward County Board of Z1326601C1 County Commissioners

Layne Heavy Civil Item GC -0001-PAYMENTS AND PERFORMANCE GUARANTY AND INSURANCE

Equipment List.pdf Bid Bond pdf Litigation.pdf CSBE Requirement .pdf

10/19/2015 Bid Sync p.40 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST

Year/Description Serial Number Date Acquired

06 FRL FC80 SWEEPER TK 1FVAB6BV56DW22335rn 3/7/2014 14 DOD 2500 CREW 6.4L 4WD 3C6UR5HJ9EG169929 1/15/2014 14 DOD 2500 CREW 6.4L 4WD 3C6UR5HJ5EG169930 1/15/2014 14 DOD 1500 CREW 4X4 1C6RR7FT7ES223064 12/30/2013 14 FOR F250 XL CREW 2WD DEISEL 1FT7W2AT3EEB26946 12/17/2013 14 FOR F250 XL CREW 2WD DEISEL 1FT7W2AT5EEB26947 12/17/2013 14 FOR F250 XL CREW 4WD GAS 1FT7W2B66EEB26948 12/17/2013 14 FOR F350 CRW 4WD DEISL GOOS 1FT7W3BT3EEB26949 12/17/2013 13 DOD 2500 CREW 4WD PICKUPill 3C6UR5HL3DG610566rn 11/7/2013 13 FOR F150 CREW 4WD 1FTFW1EF3DFD75492 11/6/2013 13 FOR F150 CREW 4WD 1FTFW1EF9DFD92202 11/6/2013 13 FOR F150 CREW 4WD 1FTFW1EF8DFD92255 11/6/2013 14 FOR F250 CREW 4WD 1FT7W2B61EEA30175 11/6/2013 14 FOR F250 CREW 4 WD 1FT7W2B63EEA17282 11/6/2013 14 FOR F250 CREW 4WD 1FT7W2B63EEA29741 11/6/2013 14 FOR F250 CREW 4WD 1FT7W2B69EEA07114 11/6/2013 14 FOR F250 CREW 4WD 1FT7W2B6XEEA19708 11/6/2013 14 FOR F250 CREW 2WD 1FT7W2AT7EEA76424 11/6/2013 14 FOR F250 CREW 2WD 1FT7W2AT9EEA76425 11/6/2013 06 FOR F250 4X2 PICKUP 1FTNF20556EC77735 9/30/2013 NN LINK PIPE JACKING SYSTEM 8/7/2013 13 TER BT4792 23T CRANE 49008011320 6/26/2013 02 PET 330 CRANE 2NPNLZOX62M569805 6/26/2013 NN EFF 8X30 TR BOX 124026rn 6/3/2013 NN EFF 12X30 TR BOX 124023rn 6/3/2013 NN EFF 8X30 TR BOX 124026 6/3/2013 NN EFF 12X30 TR BOX 124024 6/3/2013 NN EFF 12X30 TR BOX 124024ru 6/1/2013 NN EFF 12X30 TR BOX 124023 6/1/2013 13 FOR EXPLORER SUV 1FM5K7D94DGC48908 5/10/2013 EFF ARCH-SP-25 122954 4/29/2013 13 EFF ARCH-SP-25 124615 4/29/2013 13 FOR EXPLORER SUV 1FM5K7D81DGB35263 2/1/2013 05 ATM 8WH HEAVY DUTY TR 1A9FB252X5L429179 1/27/2013 12 CAT 304CCR EXCAV OFPK05435 12/11/2012 12 FOR F250 4X4 PICKUP 1FT7W2BTODEA16675 11/29/2012 TOPcON TP-L4GV PIPE LASER VF2176 9/18/2012 13 FOR EXPL XLT 4X4 SUV 1FM5K8D89DGA99747 8/7/2012 12 DOD RAM 1500 4X4 PICKUP 1C6RD7FT7CS267500 6/8/2012 12 DOD RAM 2500 4X4 PICKUP 3C6TD5HT8CG219566 6/8/2012 HOME MADE 8X14 TRAILER TNCVEDU3102514CC 5/31/2012 UTILITY TRAilER 4G7US18255T000118 5/31/2012 08 VIC 7X16 CARGO TR 5lBBE162381016676 5/31/2012 NN UNK 8X24 TR BOX C6M824KE 5/17/2012

1C/19/2015 Bid Sync p. 41 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? TOPCON TOTAL STATION GTS249NW 60981 5/17/2012 12 FOR F250 4X4 PICKUP 1FT7X2B63CEA95037 5/10/2012 12 DOD RAM 2500 4X4 PICKUP 3C6TD5HTOCG217729 5/8/2012 12 DOD RAM 2500 4X4 PICKUP 3C6TD5HTXCG180141 5/7/2012 WELDING FUME EXTRACTORS M2571140011 5/1/2012 MiltiQuip 25 KVA Generator 7111123 4/13/2012 07 CAS 580SM BACKHOE N7C431012 3/19/2012 XX MUL 6.25K MAN LIFTAIR TUGGR MLT1011S 3/5/2012 NN EFF 8X24 TR BOX 145175 3/5/2012 NN EFF 8X24 TR BOX 145176 3/5/2012 NN EFF 8X20 TR BOX 145177 3/5/2012 NN EFF 8X20 TR BOX 145178 3/5/2012 NN EFF 4X20 TR BOX 145179 3/5/2012 NN EFF 8X16 TR BOX 145180 3/5/2012 NN EFF 8X16 TR BOX 145181 3/5/2012 NN EFF 8X12 TR BOX 145182 3/5/2012 NN EFF 8X12 TR BOX 145183 3/5/2012 NN EFF 8X11 TR BOX 145184 3/5/2012 NN EFF 8X11 TR BOX 145185 3/5/2012 NN EFF 8X12 STACKING TR BOX 144575 3/2/2012 NN EFF 8X12 STACKING TR BOX 144576 3/2/2012 NN EFF 8X12 STACKING TR BOX 144577 3/2/2012 NN EFF 8X12 STACKING TR BOX 144578 3/2/2012 12 DOD 1500 C/C 4X4 1C6RD7FT4CS165233 2/24/2012 12 DOD 2500 C/C 4x4 1C6RD7FT6CS178517 2/21/2012 12 DOD RAM 2500 4X4 PICKUP 3C6TD5CT3CG168775 2/20/2012 12 DOD 1500 C/C 4X4 1C6RD7FT9C5164739 2/20/2012 HYDRAULIC BUCKET RIG 4H5LB111XPL921888 2/12/2012 HYDRAULIC BUCKET RIG 4H5LB1113SL941988 2/1/2012 HYDRAULIC BUCKET RIG 4H5LB0913PL921889 2/1/2012 11 HRN SAFETY TR 5EB2B11226B1041392 2/1/2012 11 FEL 36X74 VIB COMP BUCKET 1762 2/1/2012 11 FEL 36X74 VIB COMP BUCKET 1761 2/1/2012 12 DOD RAM 1500 4X4 PICKUP 1C6RD7FT9CS114343 1/16/2012 12 DOD RAM 1500 4X4 PICKUP 1C6RD7FT2CS181219 1/6/2012 12 DOD RAM 1500 4X4 PICKUP 1C6RD7FT4CS191587 1/6/2012 08 JDR 850D EXCAV FF850DX973067 12/21/2011 09 JDR 744K LDR DW744KX622507 12/21/2011 MILLER TRAILBLAZER 302 EFI GAS MB430138H 11/30/2011 MILLER TRAILBLAZER 302 DIESEL MB370015M 11/30/2011 12 DOD RAM 1500 4X4 PICKUP 1C6RD7FTXCS163289 11/21/2011 Wacker 25KVA GEN ON TRAILER 110565 11/14/2011 11 CAY 7X16FT TR 4YMU11427BG069799 11/8/2011 11 DOD 1500 1C6RDGFT1CS111981 10/21/2011 12 INT 4400 4X2 W MINI CRANE 1 HTM KAZN9CH088538 10/19/2011 11 KUB SVL75 SKIDSTEER 10231 10/12/2011

10/1912015 Bid Sync p. 42 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 11 KUB SVL75 SKIDSTEER 10522 10/12/2011 TOPCON TP*L4AV PIPE LASER VE2741 10/6/2011 11 CHV 1500 PICKUP 1GCR2SE32BZ455141 10/5/2011 11 CAT 308D EXCAV OFYC01922 9/28/2011 11 CAT 321D EXCAV MPG00248 9/28/2011 11 CAT 321D EXCAV MPG00219 9/28/2011 11 CAT 321D EXCAV MPG00217 9/28/2011 11 CAT 328D EXCAV RMX00244 9/28/2011 11 CAT 321D EXCAV MPG00218 9/28/2011 11 CAT 345DL EXCAV RAJ00394 9/28/2011 11 JDR 544K LDR 1DVV544KPJBD638555 9/9/2011 OS BEN ALUM FLATTR SDMFABTB75M000329 9/9/2011 06 BEN ALUM FLAT TR 5DMFABTB36T000948 9/9/2011 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CLSBG630630 9/1/2011 08 SUL 185CFM AIR COMP 2.00806E+11 9/1/2011 NN GME 8X24 TR BOX M11081554F 9/1/2011 NN GME 8X24 TR BOX M11081555F 9/1/2011 NN GME 6X24 TR BOX M11081556F 9/1/2011 NN GME 6X24 TR BOX M11081557F 9/1/2011 NN GME 8X20 TR BOX M11081558F 9/1/2011 NN GME 6X20 TR BOX M11081559F 9/1/2011 NN GME 6X20 TR BOX M11081560F 9/1/2011 11 JDR 544K LDR 1DVV544KPTBD638566 8/31/2011 11 CAT 336DL EXCAV VV3K01490 8/29/2011 11 DOD RAM 1500 4X4 PICKUP 1D7RV1GT9BS713782 8/16/2011 11 CAT 328D EXCAV RMX00238 7/27/2011 11 CAT 329DL EXCAV VVLT00286 6/28/2011 11 DOD RAM 2500 4X4 PICKUP 3D7TT2CT7BG620578 6/27/2011 11 FOR EDGE AVVD SUV 2FMDK4JC7BBB42984 6/27/2011 NN HBS 1321VV 3HP BAND SAVV 414471 6/27/2011 NN UNK VVASHER VHGA 30024G 30024G 6/17/2011 11 FOR EXPLORER 4X4 1FMHK8D8XBGA75970 6/7/2011 NN KUN 8X10 TR BOX 6/1/2011 11 CAT 328D EXCAV RMX00232 5/29/2011 11 CAT 328D EXCAV RMX00194 5/29/2011 NN GME 10X10 TR BOX M0807793 4/1/2011 10 FOR F150 4X4 PICKUP 1FTEX1EVVSAKB60014 3/1/2011 11 TKG lOFT TR B5369S 3/1/2011 02 BTX UTILITY TR 16VPX182X21H46255 3/1/2011 NN GME 10X10 TR BOX M0807794 3/1/2011 NN GME 10X10 TR BOX M0808863 3/1/2011 NN GME 10X10 TR BOX M0808866 3/1/2011 NN GME 10X10 TR BOX M0808864 3/1/2011 08 FOR FlSO 4X2 PICKUP 1FTRX12VV67NA68150 3/1/2011 09 FOR F150 4X4 PICKUP 1FTPX14VX9FA88426 3/1/2011 09 FOR F150 4X4 PICKUP 1FTRX12839FB02446 3/1/2011

10/19/2015 BidSync p. 43 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @'jne")

08 FOR F150 4X2 PICKUP 1FTRX12VV18FB74467 3/1/2011 08 FOR F150 4X2 PICKUP 1FTRX12VV38FB74468 3/1/2011 08 FOR F150 4X2 PICKUP 1FTRVV12VV18FB74469 3/1/2011 07 FOR Fl50 EX/C 4X2 1FTRX12VV47FA34590 3/1/2011 09 FOR Fl50 4X2 PICKUP 1FTRX12869FA88591 3/1/2011 09 FOR F150 4X2 PICKUP 1FTRX12889FA88592 3/1/2011 09 FOR F150 4X2 PICKUP 1FTRX128X9FA88593 3/1/2011 09 FOR F150 4X2 PICKUP 1FTPVV14V59FA88594 3/1/2011 07 FOR F150 4X2 PICKUP 1FTPVV12517KC94597 3/1/2011 09 FOR F150 4X2 PICKUP 1FTRX12889FA88589 3/1/2011 09 FOR F150 4X2 PICKUP 1FTRX12849FA88590 3/1/2011 08 FOR F250 4X2 PICKUP 1FTSX20558EE03014 3/1/2011 08 FOR F250 4X2 PICKUP 1FTNX20599EA64028 3/1/2011 08 FOR F250 4X2 PICKUP 1FTSX20508EE05284 3/1/2011 09 FOR F250 4X2 PICKUP 1FTSVV20579EA70674 3/1/2011 09 FOR F250 4X2 PICKUP 1FTSVV20599EA70675 3/1/2011 08 FOR F250 4X2 PICKUP 1FTSVV20509EA70676 3/1/2011 08 FOR F250 4X2 PICKUP 1FTNX20528EB66687 3/1/2011 08 FOR F250 4X2 PICKUP 1FTSX20568ED98955 3/1/2011 08 FOR F250 4X2 PICKUP 1FTNX20518ED98956 3/1/2011 08 FOR F350 4X2 PICKUP 1FDVVVV30558EB66692 3/1/2011 09FOREXPLORER4X2SUV 1FMEU63E99UA33908 3/1/2011 11 TKG TR 1TKJ05433BM012895 2/28/2011 11 FOR F250 4X4 PICKUP 1FT7X2BT5BEC11715 2/28/2011 11 DOD RAM 2500 4X4 PICKUP 3D7TT2CT4BG568830 2/18/2011 11 DOD DAKOTA EX/C 4x2 1D7RE3BK7BS611052 2/9/2011 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT2AS258949 2/1/2011 11 FOR F350 4X4 1FTBF3B6XBEB95699 2/1/2011 11 FOR F350 XL 4X4 PICKUP 1FTBF3B62BEB95700 2/1/2011 11 FOR F350 XL 4X4 PICKUP 1FTBF3B64BEB95701 2/1/2011 88 FRE TANKER TR 1H4T0442XJL006001 2/1/2011 VVysong Power Shear P28-117 2/1/2011 Crane VVinch End Trucks UP3-0335 2/1/2011 11 CAT 329D EXCAV VVLT00291 1/20/2011 11 CAT 345D EXCAV RAJ00382 1/20/2011 11 CAT 336DL EXCAV VV3K01157 1/20/2011 11 CAT 345DL EXCAV RAJ00370 1/11/2011 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CLXBG561062 1/6/2011 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CL7BG561066 1/6/2011 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CLSBG561065 1/6/2011 11 CAT 336DL EXCAV VV3K01156 12/31/2010 11 CAT 308DLS EXCAV FYC01109 12/7/2010 10 JDR 544KX VVHL LDR 1DVV544KPAA0633141 11/22/2010 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CL6BG541388 11/3/2010 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CL9BG531454 11/3/2010 11 DOD RAM 2500 4X4 PICKUP 3D7UT2CL8BG541389 11/3/2010

10/19/2015 B1dSync p 44 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST ~'Jn"i) 11 KEN T800 ROAD TRACTOR 1XKDDBOX1BJ288711 10/21/2010 10 MCE T900 FUSION MACH C33170 10/21/2010 10 SUL 185 AIR COMP 903190059 10/21/2010 10 SUL 185 AIR COMP 903200062 10/21/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT8AS231951 10/7/2010 10 JDR 544K WHL LDR DW544KZ622689 9/29/2010 KNAPHEIDE 8 SERVICE BODY KNA696F J-R-DOD 9/1/2010 LENOVO L512 NOTEBOOK LRGXDTB 8/19/2010 11 KEN T800 6X4 OTR 1XKDD40X3BJ288883 8/9/2010 10 UNK BOREBLAST AIR IMPULSE AIG-37-001/ AIG-60-001 7/30/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL1AG190386 7/19/2010 10 KNA 11FT SVC BDY KNA6132D5-1601-SP 7/14/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL5AG176961 7/9/2010 NN KUN 8X10 TR BOX 12130 7/7/2010 NN KUN 8X10 TR BOX 9935 7/7/2010 10 INT 4400 4X2 CRANE BODY 1 HTM KAZN4BH315102 6/22/2010 10 GEl 560 FORKLIFT S60-8465 6/11/2010 10 DOD RAM 5500 4X4 MECH TK 3D6WD7GLOAG126454 5/21/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT1AS212867 5/10/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL6AG167931 4/26/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL4AG167930 4/26/2010 MINI MESSAGE BOARD 1209M551 4/12/2010 MESSAGE BOARD ST099019 4/12/2010 10 ISU NPRHD 4X2 PARTS TK JALC4W164A7001411 4/7/2010 NN ALL G130 HAMMER 13AEA0061 4/7/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL9AG155286 4/5/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT8AS191953 4/5/2010 04 FOR F250 4X2 PICKUP 1FTNF20LX4EA14040 3/22/2010 CONE CONSTRUCTION EQUIP 3/22/2010 10 DOD RAM 2500 4X4 UTILITY 3D7UT2CLOAG132608 3/12/2010 10 DOD 5500 4X2 MECHANIC 3D6WC7EL3AG117396 3/4/2010 10 DOD 5500 4X2 SERVICE 3D6WC7ELXAG117394 3/4/2010 10 DOD 5500 4X2 SERVICE 3DGWC7EL5AG117397 3/4/2010 10 DOD RAM 2500 4X4 UTILITY 3D7TT2CT5AG132616 3/4/2010 10 DOD RAM 5500 4X4 MECH TK 3D6WD7GL3AG117361 3/4/2010 10 DOD RAM 2500 4X4 UTILITY 3D7UT2CL8AG143114 3/1/2010 NIKON TOTAL ST SRVY EQUIP 810233 2/24/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CLOAG132611 2/1/2010 10 DOD RAM 2SOO 4X4 PICKUP 3D7UT2CL6AG132614 2/1/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL5AG132619 2/1/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL4AG132613 2/1/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL5AG132605 2/1/2010 10 DOD RAM 2500 4X4 UTILITY 3D7UT2CL7AG132606 2/1/2010 10 DOD RAM 2500 4X4 UTILITY 3D7UT2CL9AG132607 2/1/2010 10 DOD RAM 2500 4X4 UTILITY 3D7UT2CL2AG132609 2/1/2010 10 DOD RAM 2500 4X4 UTILITY 3D7TT2CT7AG132617 2/1/2010

1011912015 Bid Sync p. 45 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? OCE 3622C COPIER AOEDW11000214 2/1/2010 10 DOD RAM 2500 4X4 PICKUP 3D7TT2CTOAG132622 1/7/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL2AG132612 1/7/2010 10 DOD RAM 2500 4X4 UTILITY TK 3D7UT2CL3AG132604 1/7/2010 10 DOD RAM 2500 4X4 PICKUP 3D7TT2CT3AG132615 1/7/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CLXAG132602 1/7/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL1AG132603 1/7/2010 08 DOD RAM 1500 4X4 PICKUP 1D7RV1GTSAS161793 1/4/2010 08 DOD RAM 1500 4X4 PICKUP 1D7RV1GT2A5163548 1/4/2010 08 DOD RAM 1500 4X4 PICKUP 1D7RV1GT4AS163549 1/4/2010 08 DOD RAM 1500 4X4 PICKUP 1D7RV1GT2A5163547 1/4/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL6AG131656 1/4/2010 10 DOD RAM 2500 4X4 PICKUP 3D7UT2CL9AG132610 1/4/2010 10 DOD RAM 2500 4X4 PICKUP 3D7TT2CT9AG132618 1/4/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT9AS163546 1/4/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT7AS163545 1/4/2010 10 DOD RAM 1500 4X4 PICKUP 1D7RV1GT3AS161792 1/4/2010 10 RYL 26' CARGO TR SLABE2426AM106244 1/4/2010 OS STLL T9500 CRANE 2FZHAZCV46AW13766 12/3/2009 TOSHIBA NOTEBOOK 00231831A44D 11/30/2009 03 INT 94001 ROAD TRACTOR 3HSCNAER73N058220 11/9/2009 LINER PRODUCTS BLDG EXPANSION 11/9/2009 LINER PRODUCTS BLDG EXPANSION 11/9/2009 01 STL M7500 ACTERRA BOOM TK 2FZAAKBW81AH62633 10/30/2009 04 CHV C2500 4X2 PICKUP 1GCHC29U54E300346 10/30/2009 01 FOR F650 4X2 FLATBED TK 3 FDN F65691MA32007 10/30/2009 01 FOR F650 4X2 BOX DUMP TK 3FDNF65621MA32009 10/30/2009 05 CHP 48' ALUM TR 1C92F48225M949239 10/28/2009 09 CHV K2500HD 4X4 PICKUP 1GBHK44K49F128711 10/19/2009 08 KOM PC300 EXCAV A87044 10/5/2009 NN FEL36X74 ROLL COMP BUCKET 02R-3674-1971 9/9/2009 DELLLAT ESSOO NOTEBOOK D9C4VK1 9/8/2009 CAISSON CLAMPS C12218 5/18/2009 XX REV ClEANING TANK TR MVIN3183231ND 5/1/2009 HYDRAULIC PIPERACK SYSTEM NONE-FABIRICATED 5/1/2009 NN UNK 24H3FS COMPACT WHEEL 1002-1117W 4/29/2009 09 DOD RAM 5500 4X4 3D6WD78L89G521265 4/20/2009 IBM FILE SERVER 1S7977E8U99E3429 3/18/2009 NN JDR 544K WHLLDR DW544KP624896 3/16/2009 ORLEANS WET-OUT EXPANSION 1/9/2009 09 GME 20YD BD BOX M0807790 1/5/2009 09 GME 20YD BD BOX M0807789 1/5/2009 64 GRO 40' TR 26622 1/1/2009 TRANSMISSION #166 1/1/2009 VOLVO COMPACT EXCAVATOR 28417920 1/1/2009 07TOY4RUNNER4X2SUV JTEZU14R278082122 1/1/2009

10/1912015 Bid Sync p.46 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @i? CONNECTRA 6205 FUSI MACH 620SCEIE10401 1/1/2009 07 TOY TACOMA 4X2 PICKUP 3TMJU62N57M045236 1/1/2009 08 CHV SILVERA DO EX/C 1GCEC19C8Z118755 1/1/2009 BL70D VOLVO BACKHOE 11114 1/1/2009 OS TAK TL140 TRACKLOADER 21401221 1/1/2009 WACKER REVERSIBLE PLATE 6052103 1/1/2009 DIALGRADE US PIPE LASER 7660 1/1/2009 WACKER VIB PLATE REVERSE 1412840 1/1/2009 NETWORK SERVER 1/1/2009 LAPTOP 1/1/2009 LAPTOP 1/1/2009 LAPTOP 1/1/2009 LAPTOP 1/1/2009 LAPTOP 92329919K 1/1/2009 LAPTOP 923300083K 1/1/2009 09 LINCOLN TIG WELDER U108093275 12/31/2008 NN JDR 744K LOR DW744KX622426 12/5/2008 08 GME 6X8X24 TR BOX C060707 12/5/2008 NN KUN STONE BOX 14729 12/5/2008 VERMEER MIXING SYSTEM 1VR6120P371000224 11/21/2008 09 JDR 650J DOZER T0650JX171757 11/21/2008 08 KUN WALE-ARCH INVB080316 10/31/2008 09 JDR 644K LOR DW644KKX622180 10/31/2008 09 JDR 644K LOR DW644KZ622594 10/28/2008 01 UNK 10X12 TR BOX C070675 10/27/2008 01 UNK 10X10 TR BOX C050673 10/27/2008 01 UNK 10X10 TR BOX C080709 10/27/2008 03 INT 4400 FLAT DUMP 1HSMKADN23H597964 10/24/2008 08 MUL DCA150 GENSET SS6BG17256L001342 10/24/2008 08 LDL TR 1LH435VVH181B16267 10/20/2008 08 KOM PC300 EXCAV A87050 10/20/2008 08 KOM PC270 EXCAV A87277 10/20/2008 08 KUN 12CY BD BOX 14534 10/1/2008 KUNDEL 8X24 TRENCH BOX 14692 10/1/2008 08 JDR 650J DOZER T0650JX169851 10/1/2008 08 JDR 650J DOZER T0650JX169842 10/1/2008 08 JDR 650J DOZER T0650JX169849 10/1/2008 08 KUN 10X25 TR BOX 14654 9/23/2008 08 KUN 10X25 TR BOX 14655 9/23/2008 08 KUN 10X35 TR BOX 14657 9/23/2008 08 KUN 10X35 TR BOX 14656 9/23/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18238J218920 9/22/2008 COMPACTION SPREAD WHEEL A080714 9/15/2008 ACTION COMPACTION WHEELS A080711 9/15/2008 08 JDR 700J DOZER JX168143 9/15/2008 08 JDR 650J DOZER T0650JX169620 9/10/2008

1CI19/2015 Bid Sync p.47 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST ,,~'};;;, 08 POS RANGER ATV 4XARH50A082382978 8/28/2008 CRANE BODY INVOICE 31346 8/1/2008 08 GME 20X8X4 TR BOX N0206998 7/31/2008 02 KEN W900 ROAD TRACTOR 1XKWD40X52J892525 7/29/2008 08 KOM D39 DOZER 3085 7/29/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A18G237556 7/8/2008 08 KUN 6X24 TR BOX 12125 7/8/2008 08 KUN 6X24 TR BOX 12127 7/8/2008 08 KUN 8X24 TR BOX 11560 7/8/2008 09 KEN T800 8X6 OTR 1XKDPBTX39J249647 7/7/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18218J205714 7/1/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU182X8J211687 7/1/2008 08 CRANE-10 TON BRIDGE 26852 6/30/2008 08 KOM D39 DOZER 3053 6/30/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18N38J233105 6/20/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18238J225155 6/12/2008 08 DOD 5500 4X4 MECHANIC 3D6WD76AX8G215619 6/4/2008 08 KUN 12CY STONE BOX 14495 5/19/2008 08 KOM D39 DOZER 3014 5/12/2008 08 KOM D39 DOZER 3033 5/12/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A48G202896 5/1/2008 JACKPIPE & ACCESSORIES 5/1/2008 08 GOB JIB CRANE 4/9/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A68G202897 4/3/2008 08 SEC 8X10 TR BOX 10837 4/3/2008 08 KUB RTV900 ATV KRTV900A51033603 4/2/2008 08 KOM OS 1 DOZER B10547 3/27/2008 08 CAS 580SM BACKHOE N7C431053 3/27/2008 08 CAS 580SM BACKHOE N7C431030 3/27/2008 08 CAS 580SM BACKHOE N7C431021 3/27/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18298J178763 3/26/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A58G198521 3/26/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A38G198310 3/26/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A58G181962 3/26/2008 08 DOD RAM 1500 4X4 PICKUP 1D7HU18298J178696 3/26/2008 08 DOD RAM 2500 4X4 3D7KS26AX8G191020 3/14/2008 FORKLIFT W CAB JJG0294336 2/29/2008 2 TON FLOOR MOUNT CRANE 1 2/29/2008 08 KOM PC228 EXCAV 41003 2/29/2008 08 DOD DURANGO 4X4 SUV 1D8HB38N58F135709 2/28/2008 08 DOD RAM 2500 4X4 3D7KS26A38G191022 2/19/2008 08 KOM D51 DOZER B10548 2/18/2008 08 KOM PC138 EXCAV 22200 2/8/2008 08 KOM PC138 EXCAV 22212 2/8/2008 INVERTEC WELDER U1071209447 2/5/2008 08 TKG FLAT TR 1TKC027248B114060 2/1/2008

10/19/2015 Bid Sync p.48 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @'Jne*) 08 COR-PRO 18' GOOSE TR 4MJUG18278E048178 2/1/2008 08 COR-PRO 18' PULL TR 4MJUB18258E048176 2/1/2008 08 PTC 8X8 TR BOX 24367 2/1/2008 08 PTC 8X8 TR BOX 24366 2/1/2008 08 POWER PRIME 1100 PUMP 1106C-E60TA-GP190RFR 2/1/2008 08 UNK POWER SCREEN 40D1578 2/1/2008 NN UNK MIG WELDER 1/31/2008 WB146 Komatsu Backhoe A24057 1/29/2008 08 KOM D51 DOZER B10136 1/29/2008 08 KOM PC308 EXCAV 30136 1/29/2008 08 KOM PC138 EXCAV 21542 1/29/2008 08 CAS 580SMP BACKHOE N7C431056 1/29/2008 08 CAS 580SMP BACKHOE N7C431064 1/29/2008 08 CAS 580SMP BACKHOE N7C431022 1/29/2008 08 CAS 580SIVIP BACKHOE N7C431026 1/29/2008 08 CAS 580SMP BACKHOE N7C431028 1/29/2008 08 CAS 580SMP BACKHOE N7C431015 1/29/2008 07 CAS 580SMP BACKHOE N7C431019 1/29/2008 08 CAS 580SMP BACKHOE N7C431032 1/29/2008 08 TDO GRSOO SOT CRANE 540487 1/29/2008 03 INT 4400 4X2 SERVICE TK 1HSMKADN03H597963 1/28/2008 588G CASE FORKLIFT 79050 1/18/2008 08 CHV K1500 4X4 PICKUP 2GCEK190481201683 1/11/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28D88G183943 1/4/2008 08 DOD RAM 2500 4X4 PICKUP 3D7KS28A28G184057 1/4/2008 03 CHV TRAILBLAZER SUV 1GNDT13S132392661 1/1/2008 05 FOR F250 4X4 PICKUP 1FTSX21505EA39658 1/1/2008 05 FOR FlSO 4X4 PICKUP 1FTPX14505NB54823 1/1/2008 06 FOR F250 4X4 PICKUP 1FTSX21546EC47964 1/1/2008 06 FOR F250 4X4 PICKUP 1FTSX21566EC79248 1/1/2008 06 GMC 1500 4X4 PICKUP 1GTEK19BX6Z280718 1/1/2008 07 FOR FlSO 4X4 PICKUP 1FTPX14V27FA13250 1/1/2008 07 FOR F350 4X2 FLATBED 1FTSF20P17EB03599 1/1/2008 07 GMC KlSOO 4X4 PICKUP 2GTEK13M671558101 1/1/2008 07 FOR FlSO C/C 4X4 1FTPW14V57KD25153 1/1/2008 99 FOR F350 4X2 FLATBED 1FDWF36FXXEE77503 1/1/2008 04 STL ACTERRA 4X2 SERVICE 2FZACFDC14AN08834 1/1/2008 05 MAC CL733 ROAD TRACTOR 1M1AD64Y95M001580 1/1/2008 06 STL ACTERRA MECH TK 2FZACFDC56AV73740 1/1/2008 07 FOR F750 WATER TK 3FRWF75FX7V474962 1/1/2008 07 FOR F750 WATER TK 3FRWF75F37V474964 1/1/2008 07 KEN T800 ROAD TRACTOR 1XKDDBOX17R205206 1/1/2008 07 KEN T8 LUBE TRUCK 3BKDLBOX87F205620 1/1/2008 89 REY WELDER TR ID1221274CO 1/1/2008 76 DOR 40' DROP TR 122456 1/1/2008 86 GRD FLAT TR 1GRDM9029GM003211 1/1/2008

1011912015 Bid Sync p. 49 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 73 TIMPTE BOX TR 26935 1/1/2008 92 TKG TK50 3 AXLE TR 1TKC02636NM081864 1/1/2008 77 BDF TR 137453 1/1/2008 98 TKG LOWBOY TR 1TKJ05230WM090768 1/1/2008 97 SUP LOWBOYTR 1S9HP1627UC241411 1/1/2008 00 PAC TR 4P2UB1420YU019281 1/1/2008 01 SUP BLUE TR 1S9DP18291C243547 1/1/2008 01 SUP 10' STEAM TR 1D12031871CO 1/1/2008 74 GIN 42' BOX TR 105647 1/1/2008 03 TKG TR 1 TKA0442X3M054225 1/1/2008 08 SUP 8x18 TR 1S9DP18268C241006 1/1/2008 08 TKG LOWBOY TR 1TKJ053398M 113997 1/1/2008 08 JDR 544H LOR DW544HX585521 1/1/2008 02 KOM WA3805L WHL LOR A52442 1/1/2008 08 JDR 624J LOR DW624JZ600065 1/1/2008 08 CAT 950 LOR K5K00567 1/1/2008 08 CAT 160H MTR GRADER 09EJ00319 1/1/2008 08 REX 335C COMPCTR HE1469 1/1/2008 08 CAT 563 COMPCTR CNT00988 1/1/2008 08 CAT 433 COMPCTR ASN00616 1/1/2008 08 CAT 613C WATER WAGON 92X00475 1/1/2008 07 GME 4X16 TR BOX 5393 1/1/2008 08 GME 8X24 TR BOX 9210900 1/1/2008 08 GME 8X12 TR BOX 9207610 1/1/2008 08 GME 8X12 TR BOX 9207608 1/1/2008 08 GME 8X8 TR BOX 9210933 1/1/2008 08 GME 8X8 TR BOX 9210934 1/1/2008 08 GME 8X24 TR BOX 9301020 1/1/2008 08 GME 6X24 TR BOX 9209849 1/1/2008 08 GME 8X10 TR BOX 9403420 1/1/2008 08 GME 6X10 TR BOX 9304370 1/1/2008 08 GME 6X10 TR BOX 9308808 1/1/2008 08 GME 8X24 TR BOX 9301091 1/1/2008 08 GME 4X24X6 TR BOX 9501026 1/1/2008 08 GME 6X20 TR BOX 9203217 1/1/2008 08 GME 8X10 TR BOX 94101364 1/1/2008 08 GME 8X10 TR BOX 94121465 1/1/2008 08 GME 10X10 TR BOX 96091041 1/1/2008 08 GM E 8X12 TR BOX 96081024 1/1/2008 08 GME 8X24 TR BOX 9903408-2 1/1/2008 08 GME 8X16 TR BOX 98081275-2 1/1/2008 08 GME 8X16 TR BOX 9705643 1/1/2008 08 GME 8X16 TR BOX 9804595 1/1/2008 08 STS 6X20 TR BOX 97140 1/1/2008 08 GME 4X20 TR BOX W9703441 1/1/2008 08 GME 8X12 TR BOX 9906998-2 1/1/2008

10/19/2015 Bid Sync p. 50 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST ~~ 08 GME 8X12 TR BOX 99121691-2 1/1/2008 08 GME 4X16 TR BOX 9806998-2 1/1/2008 08 GME 10X27 TR BOX M0103511-2SP 1/1/2008 08 GME 6X27 TR BOX 0101100-2SP 1/1/2008 08 GME 8X27 TR BOX 0101099-2SP 1/1/2008 08 GME 4X12 TR BOX M01091650-2 1/1/2008 08 GME 8X24 TR BOX 6M824DW 1/1/2008 08 GME 8X16 TR BOX T45 1/1/2008 08 GME 8X16 TR BOX T41 1/1/2008 08 GME 8X16 TR BOX T42 1/1/2008 08 GME 8X24 TR BOX M02091714SP 1/1/2008 08 GME 8X16 TR BOX T44 1/1/2008 08 EFF TR BOX 127782 1/1/2008 08 EFF ALUM TR BOX 1358 1/1/2008 08 EFF 8X12 TR BOX 116011 1/1/2008 08 GME 8X20 TR BOX 97091213 1/1/2008 08 EFF 10.5YD BD BOX 131191 1/1/2008 08 EFF BUILD A BOX BBP-28 1/1/2008 08 EFF 10X24 TR BOX M06082444F 1/1/2008 08 GME TR BOX M06082443 1/1/2008 08GME HAEXT7-72 1/1/2008 08 EFF 4X20 TR BOX 126207 1/1/2008 08 EFF 4X20 TR BOX 126208 1/1/2008 08 EFF 8X20 TR BOX 127785 1/1/2008 08 KOM PC750 EXCAV 10297 1/1/2008 08 HIT 450 TRHOE FF01J3Q020026 1/1/2008 08 KOM PC228 EXCAV 323052 1/1/2008 08 WAL 8FT SWEEPER 18431 1/1/2008 08 WAL 8FT SWEEPER 21019 1/1/2008 96 ROS SWEEPER 34426 1/1/2008 08 WAL SWEEPMASTER II 25252004 1/1/2008 08 LER 1750 AIR COMP 291X284 1/1/2008 08 AMN PDS1855 175CFM AIR COMP 53-6A10561 1/1/2008 08 AMN AIR COMP 53620434 1/1/2008 08 lNG 250 AIR COMP 302295U1J359 1/1/2008 08 lNG AIR COMP 222869UBD328 1/1/2008 25KW GENERATOR 4AGU10S3MC015933 1/1/2008 08 ALM MAXI LITE LIGHT TOWER 860228 1/1/2008 GENERATOR-ON TRAILER 4AGDU13E8WC028139 1/1/2008 GEN 8201340 1/1/2008 08 ACS 121N PUMP 845 1/1/2008 PNEUMATIC FORKLIFT 78167 1/1/2008 95 Cat GP25G/L FORKLIFT 5_L\M90500 1/1/2008 FORKLIFT 72Y01929 1/1/2008 07 TDO GR300 30T CRANE 560980 12/31/2007 FORKLIFT JJG0294478 12/10/2007

10'19/2015 Bid Sync p. 51 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST (~'};;;;,

08 DOD RAM 1SOO 4X4 PICKUP 1D7HU18N78SSS1724 12/S/2007 07 UNK DOWNHOlE SAFETY BOX INVOICE 1710S11 12/4/2007 07 LINK DOWNHOlE SAFETY BOX INVOICE 1710S10 12/3/2007 07 GME 8X12 TR BOX M1486 12/1/2007 08 DOD 2SOO C/C 4X4 3D7KS28A88G16S6S7 11/30/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28A17G854891 11/8/2007 07 KOM DS1 DOZER B102S6 11/8/2007 07 KOM PC228 EXCAV 40610 11/8/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28AS7G8S4893 11/6/2007 07 DOD 2500 C/C 4X4 3D7KS28A07G854896 11/6/2007 07 PAS 6X6 AlUMINUM TR BOX 23644 10/30/2007 07 KOM WB146 BACKHOE A24297 10/26/2007 07 KOM WB146 BACKHOE A24298 10/26/2007 07 KOM PC300 EXCAV A87008 10/23/2007 07 JDR 644J lDR DW644JZ61S915 10/15/2007 07 JDR S44J lDR JP615648 10/5/2007 07 JDR 544J lDR DWS44JP615622 10/5/2007 07 UNK 12X60FT FIELD OFFICE TR 649279 9/26/2007 07 KOM PC35 MINI EXCAV PC35MR-29907 9/18/2007 07 KOM PC3S MINI EXCAV PC3SMR-29899 9/18/2007 07 KOM PC3S MINI EXCAV 990S 9/18/2007 07 VER D24X4011 DRCTN DRill 1VRZ1903X7100S1S 9/18/2007 07 JDR 544J lDR JP61S22S 9/17/2007 07 COR-PRO TR 4MJFG23217E0471S8 9/5/2007 07 TER RTS34 SST CRANE 1S022 9/1/2007 07 DOD SPRINTER TV TK WDOPF44S27S194125 8/31/2007 07 TAl DROP DECK TR 40FSKS73971027943 8/27/2007 07 JDR 624J lDR DW624JP614978 8/14/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28A47G854903 8/8/2007 07 DOD RAM 2500 4X4 PICKUP 3D7KS28A37G854892 8/8/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28A27G854902 8/8/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28A97G85489S 8/8/2007 07 DOD RAM 2500 4X4 PICKUP 3D7KS28A87G8S490S 8/8/2007 07 DOD RAM 2SOO 4X4 PICKUP 3D7KS28A77G854894 8/8/2007 07 DOD RAM 2500 4X4 PICKUP 3D7KS28A67G854904 8/8/2007 07 DOD RAM 2500 4X4 PICKUP 3D7KS28AX7G854906 8/7/2007 07 DOD 2500 4X4 PICKUP 1D7KS28A27J615638 8/2/2007 07 lNG T30 AIR COMP 706060140 7/24/2007 07 CAT 321CLCR EXCAV MCF01186 7/12/2007 07 DOD 2500 4X4 PICKUP 1D7KS28A47J615639 7/5/2007 07 DOD 1500 4X2 PICKUP 1D7HA16KX7J633100 7/5/2007 07 DOD 2SOO 4X4 PICKUP 1D7KS28A27J612609 7/3/2007 07 DOD 2SOO 4X4 PICKUP 1D7KS28A07J612608 7/3/2007 07 DOD 2SOO 4X4 PICKUP 1D7KS28A07J61S637 7/3/2007 07 DOD 1500 C/C 4X4 1D7HU18P97S243924 6/21/2007 07 DOD 2500 4X4 PICKUP 3D7KS26A87G827S93 6/15/2007

10/19/2015 Bid Sync p.52 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST ~? 07 DOD 2500 4X4 PICKUP 3D7KS26A17G829251 6/15/2007 95 YALE FORKLIFT D581235 5/31/2007 07 GME 9YD BOX M06041190 5/30/2007 07 GME 8X24 TR BOX M05092375 5/30/2007 07 DOD 1500 4X4 PICKUP 1D7HU18P87S235359 5/16/2007 07 DOD 1500 4X4 PICKUP 1D7HU18P67S235358 5/16/2007 BOBCAT WELDER/GENERATOR LH100547H 5/8/2007 07 UNK B300 BENT PUMP 5/4/2007 03 INT 4400 4X2 SERVICE TK 1HSMKADN43H597965 4/30/2007 03 INT 4400 4X2 SERVICE TK 1HSM KADN83H584586 4/30/2007 03 INT 4400 4X2 SERVICE TK 1HSMKADN63H597966 4/30/2007 07 KOB CKSSO SST CRAWL CRANE GG0504037 4/30/2007 07 DOD 2500 C/C 4X4 1D7KS28A37J599157 4/26/2007 07 DOD 2500 4X4 PICKUP 1D7KS2SA07 J599164 4/26/2007 07 DOD 2500 4X4 PICKUP 1D7KS28A4 7J599166 4/26/2007 07 UNK DOWNHOLE SAFETY BOX 4/19/2007 50 TON HYD SHOP PRESS ARC CP405 4/13/2007 07 GOR S8A195HP SIN SUB PUMP 1362477 3/16/2007 07 GOR SSA195HP SIN SUB PUMP 136247S 3/16/2007 93 UNK 14X60FT FIELD OFFICE TR AMS930219 3/9/2007 07 CHV K3500 4X4 PICKUP 1GCHK39D27E187744 3/1/2007 06 DYN LT6000 TAMPER 76105542 2/2S/2007 06 DYN LT6000 TAMPER 76105547 2/28/2007 WELDER LG080091 2/28/2007 07 PET CRANE 2NPRLZ9XX7M731768 2/26/2007 07 COR-PRO TR 4MJUB18217E045743 2/21/2007 07 COR-PRO TR 4MJUB18257E045745 2/21/2007 07 CHV C5500 4X4 SERVICE 1GBE5C3287F415021 2/14/2007 07 KUN 8X16 TR BOX 9243 2/12/2007 07 KUN SX16 TR BOX 9979 2/12/2007 07 NAT 560E 1ST CRANE 29335S 1/23/2007 07 SOL DIAGNOSTIC TOOL EESC310D14 1/19/2007 07 KUN 10X28 TR BOX 13059 1/15/2007 07 HOT 18625S WASHER 159016 1/6/2007 06 WAC RT82 PLATE COMPCTR 5603958 12/31/2006 07 JDR 544J LDR JP608877 12/31/2006 06 DYN LT6000 TAMPER 76105549 12/18/2006 06 KUN 5X5 TR BOX 10S63 12/7/2006 06 KUN 5X5 TR BOX 10840 12/7/2006 06 KUN 5X5 TR BOX 10841 12/7/2006 06 KUN SX5 TR BOX 10862 12/7/2006 06 JDR 624J LOR JP60S930 12/4/2006 91 FOR LNT9000 JET/VAC 1FDZW90L4MVA14136 12/1/2006 02 CHV C1500 4X2 PICKUP 1GCEC19X06Z252S38 12/1/2006 98 CHV 3500 TV (2010) 1GCHG39R7W1043545 12/1/2006 TRUCK 12/1/2006

10/19/2015 Bid Sync p.53 Broward County Board of Z1326601C1 County Commissioners lAYNE HEAVY CIVIL EQUIPMENT LIST <~? TotaiStation Laser System 202374 12/1/2006 TotaiStation Laser System 138418 12/1/2006 06 ASM 12X60FT FIELD OFFICE TR MVIN3028201ND 11/15/2006 06 DYN LT6000 TAMPER 76104020 11/13/2006 06 DYN LT6000 TAMPER 76103996 11/13/2006 06 DYN LT6000 TAMPER 76101553 11/13/2006 06 CAT 420EIT BACKHOE EPKMWOlllO 11/8/2006 06 CAT 420EIT BACKHOE ELKMW01097 11/8/2006 06 CAT 420EIT BACKHOE EVKMWOllOO 11/8/2006 JACKPIPE/SAND-LINE 10/30/2006 06 CAT 420EIT BACKHOE EAKMW01101 10/27/2006 06 CAT 420EIT BACKHOE ETKMW01123 10/27/2006 06 CAT 420EIT BACKHOE ECKMW01122 10/26/2006 06 CAS 580SM BACKHOE N6C415154 9/29/2006 06 CAS 580SM BACKHOE N6C415157 9/29/2006 06 CAS 580SM2P BACKHOE N6C415159 9/28/2006 06 WAL SM250 SWEEPER 31143 9/26/2006 06 CAS 580SM2P BACKHOE N6C415139 9/20/2006 06 ATC 370CFM AIR COMP AIP566005 9/6/2006 06 ATC 370CFM AIR COMP AIP570292 9/6/2006 06 ATC 370CFM AIR COMP AIP570288 9/6/2006 06 ATC 370CFM AIR COMP AIRP571058 9/6/2006 06 ATC 370CFM AIR COMP AIP570296 9/6/2006 JACKPIPE 16' OD(12PCSX40) 8/28/2006 06 BAB B300 300 GAL BENT PUMP B300050621 8/27/2006 06 UNK RIPPER ATIACH B62511 8/21/2006 RAIL WP-4848/TI-TC 8/18/2006 06 WAC WP1S50AW PLATE COMPCTR 6564589 8/7/2006 06 CASE 580SMP BACKHOE N6C415120 8/1/2006 06 CAT TH460B TELES FORKLIFT SLF00635 7/28/2006 06 CHV K3500 4X4 PICKUP 1GCHK39D26E253739 7/14/2006 07 PET 379 ROAD TRACTOR 1XPSDBOXX7N696980 7/13/2006 06 GOR S8Al 95HP 81N SUB PUMP 822570 7/10/2006 06 GOR S8A195HP BIN SUB PUMP 819814 7/10/2006 98 lNG EP60FX 250CFM AIR COMP CA0518U98224 7/1/2006 06 GAB 1YD CONCRETE BUCKET 10252.3 7/1/2006 06 GAB lYD CONCRETE BUCKET 7/1/2006 06 GAB 1YD CONCRETE BUCKET 7/1/2006 06 UNK lOFT ID CNCRT FORM 7/1/2006 06 UNK 13FT ID CNCRT FORM 7/1/2006 06 UNK 16FT ID CNCRT FORM 7/1/2006 06 UNK 16FT ID CNCRT FORM 7/1/2006 06 UNK 20FT ID CNCRT FORM 7/1/2006 06 UNK CNCRT PANELS ETC 7/1/2006 06 OWE 1.5YD HVY DTY 32548 7/1/2006 06 UNK 1.25YD RD NOSE 10981 7/1/2006

10/19/2015 Bid Sync p. 54 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST ~? 06 UNK 2.5YD RD NOSE HR-1382 7/1/2006 06 LINK PIPE PROJ PANEL 7/1/2006 06 UNK PIPE PROJ PANEL 7/1/2006 06 UNK MED PNL W GR PUMP BOX 7/1/2006 06 UNK CLEAN PNL BD W GR PUMP 7/1/2006 06 UNK 3QTY 400A DISCONNECTS 7/1/2006 06 UNK lOFT PLATFORM 7/1/2006 06 UNK 13FT PLATFORM 7/1/2006 06 UNK 16FT PLATFORM 7/1/2006 06 UNK 16FT PLATFORM 7/1/2006 06 UNK 20FT PLATFORM 7/1/2006 WK PLATFORMS-24' FORMS 7/1/2006 2002 SDMO GEN W WEATHER & 7/1/2006 1999 CAT OLYMPIAN 75KW 7/1/2006 83 GAN 150 CRANE 9492 7/1/2006 06 lNG FASMRA12MA MANRIDER A208999 7/1/2006 06 LIS ELEC TRIPOD HOIST 1587 7/1/2006 06 PAK 50HP HYD W/ HEAT 7/1/2006 06 PAK 50HP HYD W/ HEAT 7/1/2006 06 PAK 40HP HYD W/ HEAT 7/1/2006 06 PAK 20HP HYD W/ HEAT E11N131 7/1/2006 06 PAK 20HP HYD W/ HEAT 7/1/2006 06 PAK HYD 5.1 GPM D08L38 7/1/2006 06 UNK 41NX780FT CLEAN SANDLN 7/1/2006 4 10"X24 TAMDEM HYD CYL 7/1/2006 3 10"X18' TANDEM HYD CYL 7/1/2006 3 10"X24" TANDEN HYD CYL 7/1/2006 6 COMPLETE SET SPARE HYD 7/1/2006 1-4WAY FABRICATED CAISSON 7/1/2006 1-3WAY FABRICATED CAISSON 7/1/2006 1 SET OF 4 ROLLERS FOR 7/1/2006 1 SET OF 4 ROLLERS 7/1/2006 02 REY JACKFRAME 7/1/2006 250' 16" PROJECTION PIPE 7/1/2006 250' 16" PROJECTION PIPE 7/1/2006 185" 10.5'' PROJETIN PIPE 7/1/2006 4"SANDLINE FOR PROJECTION 7/1/2006 4"SANDLINE FOR PROJECTION 7/1/2006 06 HAY MD6024 HOSE REEL 7/1/2006 06 HAY MD6024 HOSE REEL 7/1/2006 06 ALW 18FT ALUM BOAT 7/1/2006 INUKEN UNDERWATER VIDEO 7/1/2006 OPTICAL ROBOTICS AUTO CBL 7/1/2006 INUKTUN 72XZOOM DROP CAM 2723 7/1/2006 06 TRI 8X8 ALL TERRAIN 550702 7/1/2006 06 HTC DRILL UNIT W 7/1/2006

10;19/2015 BidSync p.55 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST <-.~~;;;, 06 HTC HANDHELD CORE DRILL 12155 7/1/2006 06 CAT 939C CRAWL LDR 06DS00754 7/1/2006 SCAFFOLDING/STAIR SYSTEM 7/1/2006 06 LINK 28X281N MANCAGE 7/1/2006 06 LAY 28X281N MANCAGE 7/1/2006 06 LAY 28X281N MANCAGE 7/1/2006 06 LAY 24X241N MANCAGE 7/1/2006 06 LAY 221N ROUND MANCAGE 7/1/2006 06 LAY 36X361N MANCAGE 7/1/2006 06 LINK 13FT MAINT PLATFORM 7/1/2006 06 LINK 16FT MAINT PLATFORM 7/1/2006 06 LINK 20FT MAINT PLATFORM 7/1/2006 06 BTW 610XS 6000 7/1/2006 06 GOR S6Al 60HP 61N SUB PUMP 995952 7/1/2006 06 GOR S6Cl 35HP 61N SUB PUMP 800852 7/1/2006 06 FLY 2250 88HP lOIN SUB PUMP 9830002 7/1/2006 06 GOR S8Al 95HP 81N SUB PUMP 001153047N 7/1/2006 06 FLY 3300 88HP 61N SUB PUMP P-21 7/1/2006 SERFILCO SERIES-HE CHEM 7/1/2006 SERFILCO SERIES-HE CHEM 7/1/2006 99 ADM C1229 HIPRESS PUMP 7/1/2006 06 GOU 6DCL 20HP 61N SUB PUMP 7/1/2006 06 GOU 6DCL 20HP 61N SUB PUMP 7/1/2006 06 GOR S8A1 95HP 81N SUB PUMP 001153048N 7/1/2006 06 BAB B300 300 GAL BENT PUMP 7/1/2006 HONDA DRIVEN 3" CONTRCTRS 7/1/2006 HONDA DRIVEN 3" CONTRCTRS 60006066 7/1/2006 HONDA DRIVEN 3" CONTRCTRS 6000772 7/1/2006 HONDA DRIVEN 2" CONTRCTRS 1002856 7/1/2006 PUMP EX COMPARABLE 2550 7/1/2006 06 GOR S8Al 95HP 81N SUB PUMP 001162049N 7/1/2006 06 GOR S8A195HP SIN SUB PUMP 001163965N 7/1/2006 06 GOR 58Al 9SHP 81N SUB PUMP 00117542SN 7/1/2006 06 GOR S8Al 9SHP SIN SUB PUMP 1191918N 7/1/2006 06 GOR S8A1 95HP 81N SUB PUMP 1278372 7/1/2006 lSET 10' PULLDOWN BEAMS 7/1/2006 1 SET 16' PLILLDOWN BEAMS 7/1/2006 1 SET 16" PULL DOWN BEAMS 7/1/2006 1 SET 20" PULL DOWN BEAMS 7/1/2006 06 INS SP4000 TROLL 12450 7/1/2006 06 INS SP4000 TROLL 12603 7/1/2006 06 INS SSPlOO MINITROLL 500 7/1/2006 06 INS SSPlOO MINITROLL 1232 7/1/2006 06 INS SSP100 MINITROLL 1268 7/1/2006 06 INS SSPlOO MINITROLL 11747 7/1/2006 06 INS HERMIT 2000 7/1/2006

10/19/2015 BidSync p. 56 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 06 INS HERMIT 3000 7/1/2006 1996 YALE 6000# FORKLIFT E177B094185 7/1/2006 MILWAUKEE MAG DRILL 49814247 7/1/2006 DOALL METAL BAND SAW 527-991138 7/1/2006 ACORN WELDING TABLE SW36D 7/1/2006 WELD POSITIONER ALL-FAB 70703298 7/1/2006 06 UNK RADIAL DRILL PRESS 7/1/2006 06 lNG 2475 SHOP AIR COMP 955637 7/1/2006 RACKING SYSTEM 7/1/2006 06 ALK WASHER 200083 7/1/2006 HYDRAULIC HOSE CRIMPER 7/1/2006 BALDOR PEDESTAL DRINER LG 1688 7/1/2006 03 CHV 1500 4X2 PICKUP 2GCEC19T831115339 7/1/2006 06 HAM 300GAL DBL WALL 528875 7/1/2006 240 GAL AIR RECEIVER TANK 7/1/2006 50 PLUS STEEL STORAGE TUBS 7/1/2006 30YD 8X20 ROLLOFF CTNR/ 7/1/2006 30YD 8X20 RLLOFF CNTR/ 7/1/2006 06 HAM 1000 GAL DBL WALL 528353 7/1/2006 06 HAM 1000 GAL DBL WALL 7/1/2006 285 SINGLE WALL 7/1/2006 88 TMB TOOL TR 1PT018AJ7J9003068 7/1/2006 TANDEM AXLE TRAILER DOLLY 7/1/2006 8X10' SAF-T BOX CONTNER 7/1/2006 88 TMB TOOL TR 1PTO 1BAJ9J9003069 7/1/2006 1988 CONTAINER-STEEL 151268 7/1/2006 CONTAINER-STEEL 2493510 7/1/2006 CONTAINER-STEEL GSTU 4787224 7/1/2006 CONTAINER-STEEL DTR89 209351 7/1/2006 CONTAINER-STEEL KSGF49396 7/1/2006 CONTAINER-STEEL EKLU263557 7/1/2006 06 BTX 60SP 14FT TR 16VNX142831D61274 7/1/2006 MILLER BOBCAT ONAN PORTBL KJ049826 7/1/2006 MILLER BOBCAT ONAN PORTBL LA056564 7/1/2006 MILLER BOBCAT ONAN PORTBL LB321372 7/1/2006 MILLER BOBCAT ONAN PORTBL KJ137406 7/1/2006 MILLER XMT304/INVERTED 7/1/2006 06 TTN 8X6 TR BOX 12593 6/28/2006 06 TTN 8X6 TR BOX 12594 6/28/2006 Top-Con Laser VE1582 6/15/2006 06 KUN 8X16 TR BOX 11259 4/28/2006 00 INT 4700 WATER TK 1HTSCABP8YH240462 4/26/2006 06 DOD 3500 4X4 PICKUP 3D7LX38C26G256255 4/18/2006 06 CUE 20/20 PUSH CAM 6030601 4/17/2006 06 CHV K3500 4X4 PICKUP 1GCHK39D96E197234 4/12/2006 06 EFF 8X24 TR BOX 131472 3/28/2006

10,'19/2015 Bid Sync p 57 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST (..b!ljn=;)

06 JRB 2.2SCY SIDE DUMP BUCKET 20320 3/24/2006 06 JRB 2.2SCY SIDE DUMP BUCKET 20321 3/24/2006 06 SPS 6YD BD BOX 6S021 3/24/2006 06 FEL 301N ROLL COMP BUCKET 02-RLR-30-0306-1S84 3/8/2006 06 DOD 1SOO 4X2 PICKUP 1D7HA18N36S611S98 3/3/2006 06 EFF 10X16X6 TR BOX 131300 3/2/2006 06 EFF 10X16X4 TR BOX 131301 3/2/2006 02 CHV ClSOO 4X2 PICKUP 1GCEC19V86Z2732S6 3/1/2006 02 CHV ClSOO 4X2 PICKUP 1GCEC19V96Z274S76 3/1/2006 06 CHV K3SOO 4X4 PICKUP 1GCHK39D16E198264 2/23/2006 06 KUN 6X20 TR BOX 8273 2/21/2006 FELCO "D" FAMILY 02RLR02061S69 2/9/2006 06 COR-PRO GOOSE TR 4MJFG232X6E042SSS 2/3/2006 Topcon Laser 3BG/0787 2/1/2006 06 KUN 6X6 TR BOX 99SO 1/13/2006 06 REY COLLCTRWELL SAFETY RAIL 1/10/2006 OS CAT S41N BUCKET RCW16333 11/23/200S OS SPS 8X8 M H BOX May-97 11/22/2005 05 SPS 8X8 MH BOX May-96 11/22/200S OS SPS 4X8 MH BOX May-98 11/22/200S OS GME 8X16 TR BOX M010S844-2SP 11/8/200S OS STS 4X16 TR BOX 2419S 11/8/200S OS CAT 32SCCR EXCAV BKW00323 10/31/200S OS LINK 2X7 STACK ALUM TR BOX 10/31/200S OS LINK 4X7 STACK ALUM TR BOX 10/31/200S 7 YARD BEDDING BOX 130906 10/28/200S OS SCK 4X8 STACKING MH TR BOX M20S2 10/26/200S OS SCK 8X8 STACKING MH TR BOX M2047 10/26/200S CWI12S 9/30/200S Jack Pipe LESARCHER 9/26/2005 OS KUN 6X8 TR BOX 10248 9/23/200S OS KUN 4X16 TR BOX 10020 9/23/200S OS KUN 8X16 TR BOX 8504 9/23/200S 06 CHV SSOO 4X2 SERVICE 1GBESC1236F400024 9/8/200S OS SWG P88 GRT PUMP 171881835 9/6/200S OS WYL SOOGA TANK TR 1W9TD13215L342084 9/2/2005 HOIST ELECTRIC 533-20-9620 8/19/200S HOIST ELECTRIC 531-23-02864 8/5/200S OS KUN 8X16 TR BOX 9379 6/21/200S SPECTRA PIPE LASER 773S 6/17/200S OS SUP DT80J SWEEPER 804072 6/9/200S OS COR-PRO BLACK TR 4MJUB18265E041362 6/7/2005 OS COR-PRO BLACK TR 4MJUB1822SE041360 6/7/2005 Dual Cam CAmera 740-064-604-01 5/29/200S 06 PET 33S 6X4 FLATBED 2NPLLZ9X36M890068 5/24/2005 SCAFFOLDING HOIST 17962 S/23/2005

10/19/2015 Bid Sync p, 58 Broward County Board of Z1326601C1 County Commtssioners LAYNE HEAVY CIVIL EQUIPMENT LIST ~? SCAFFOLDING HOIST-2000# 12269 S/23/200S OS CHV K3SOO 4X4 PICKUP 1GCHK3929SE303S20 S/20/200S OS CHV K3SOO 4X4 PICKUP 1GCHK3923SE3032S4 S/20/200S OS JDR 624J LOR JPS97666 S/20/200S 02 CHV 2SOOHD 4X4 PICKUP 1GCHK24U82Z22S996 S/16/200S OS KUN 8X24 TR BOX 9SS9 S/13/200S 86 UNK TR 1H9SP222SG10610SO S/6/200S SCAFFOLDING HOIST 17964 S/2/200S SCAFFOLDING HOIST 17961 S/2/200S OS JDR 624J LOR DW624JPS97614 4/19/200S OS JDR 624J LDR DW624JPS97610 4/19/200S HOIST ELECTRIC S31-23-02744 4/7/200S OS DOD 3SOO 4X4 PICKUP 307LS38COSG800149 2/24/200S OS CHV K3SOO 4X4 PICKUP 1GCHK3922SE2S2846 2/23/200S OS CHV W4SOO PARTS J8BC4B16SS701S177 2/18/200S OS CHV SSOO 4X2 UTILITY 1GBESC12XSFS1902S 2/1S/200S OS JDR 644J LDR DW644JXS97768 2/10/200S OS CHV SSOO 4X2 SERVICE 1GBESC124SFS18761 2/8/200S OS CHV SSOO 4X2 SERVICE 1GBESC126SFS182S8 2/8/200S 02 TAL LOWBOY TR 40FL0412321021326 1/31/200S OS KUN 6X6 TR BOX 9949 1/13/200S OS KUN 8X10 MH BOX 11181 1/11/200S OS FOR EXPLORER 4X4 SUV 1FMZU72K8SUA9S891 1/10/200S OS GME 8X20 TR BOX 9439 1/4/200S 04 GME 6X8 AlUMINUM BOX M04122S32 1/4/200S OS SHR 8X10 MH BOX 1/4/200S NN FlY 2102 10HP 41N PUMP 12/31/2004 04 KUN 8X10 MH BOX 9304 12/8/2004 04 KUN 6X6 TR BOX S7S8 12/2/2004 04 KUN 6X10 TR BOX S7S9 12/2/2004 04 NAT 81000 23T CRANE 3S77S 11/30/2004 OS COR-PRO 18' GOOSE TR 4MJUG1822SE039S28 11/2S/2004 OS COR-PRO 18' TR 4MJUB1828SE039497 11/2S/2004 OS COR-PRO 18' TR 4MJUB1822SE039S27 11/2S/2004 04 SPS 6X8 TR BOX M2467 11/18/2004 CW111S 11/16/2004 OS DOD 3SOO 4X4 PICKUP 3D7LS38C1SG7S28SS 11/4/2004 CW1114 10/29/2004 04 SPS 6X24 TR BOX Feb-01 10/27/2004 04 SPS 6X24 TR BOX 98-2083 10/27/2004 OS COR-PRO TR 4MJUB1826SE039028 10/22/2004 QUICK COUPLER IN3920 10/14/2004 04 EFF 6X8 TR BOX 108147 8/31/2004 04 GME 8X16 TR BOX M466 8/2S/2004 04 KUN 4X6 TR BOX 10600 8/2S/2004 04 KUN 4X6 TR BOX 10601 8/2S/2004

10'1912015 Bid Sync p.59 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST <-'-!l? 04 KUN 4X6 TR BOX 10602 8/25/2004 04 KUN 4X6 TR BOX 10603 8/25/2004 04 KUN 7.SX8 TB BOX 10605 8/25/2004 04 KUN 7.SX8 TB BOX 10606 8/25/2004 04 KUN 8X10 MH BOX 6175 8/16/2004 04 KUN 6X20 TR BOX 6942 8/16/2004 04 KUN 8X24 TR BOX 7563 8/16/2004 04 GME 4X16 STACKING TR BOX 94081098 8/16/2004 04 KUN 8X10 MH BOX 6016 8/10/2004 04 SPS 6X8 TR BOX 98-2141 8/10/2004 04 UNK TNT403037E WASHER T0504-82053 8/S/2004 04 KUN 6X8 TR BOX 6605 8/4/2004 04 GME 6X8 TR BOX 9812730 8/4/2004 04 BRC RCT350 SWEEPER 1N4361 8/3/2004 04 EFF 8X10 TR BOX 108310 7/30/2004 04 GME 8X8 TR BOX 46091037 7/30/2004 04 GME 8X8 TR BOX 7/28/2004 04 MCE 2-61N FUSION MACH C10844 7/28/2004 FUSION MACHINE 2-6" C0957S 7/28/2004 04 KUN 6X10 TR BOX 3L-S70S 7/26/2004 00 CW 2 AXLE TR 46CFB182XVMOD02SO 7/23/2004 04 CLG ROLLER 7/8/2004 OS PET 379 ROAD TRACTOR 1XP5DBOXXSN844834 5/21/2004 04 KUN 8X20 TR BOX 9086 5/21/2004 04 KUN 8X20 TR BOX 1213 S/21/2004 00 HOP 5x28 POLV TR 4TOFB2834V1004041 S/S/2004 MSA ORION IN DUST GAS DETECTOR 4/20/2004 04 JDR 544J LDR DWS44JTS9069S 3/31/2004 04 JDR 544J LDR DWS44JTS90666 3/31/2004 04 JDR 624J LDR DW624JTS90329 3/31/2004 04 COR-PRO 18' GOOSE TR 4MJUG182X4E037444 2/26/2004 04 JDR S44J LDR DWS44JT590311 2/18/2004 04 CAS 580SMP EXHOE N4C307120 2/2/2004 04 CAS 580SMP EXHOE N4C307159 2/2/2004 04 CAS 580SMP EXHOE N4C307121 2/2/2004 04 CAS 580SMP EXHOE N4C307119 2/2/2004 04 CAS 580SMP EXHOE N4C307117 2/2/2004 04 CAS S80SMP EXHOE N4C307157 2/2/2004 04 CAS 580SMP EXHOE N4C307161 2/2/2004 04 CAS 580SMP EXHOE N4C307118 2/2/2004 04 CAS 580SMP EXHOE N4C307155 2/2/2004 04 TRC 6-81N BONDING MACH C10965 2/2/2004 BONDING MACHINE 6-8" C08399 2/2/2004 04 MCE 412 BOND MACH C10966 2/2/2004 CWI106 1/27/2004 03 MID 8X16FT UTILITY TR 5E6US16223B006231 1/5/2004

10/19/2015 BidSync p. 60 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @r;> 04 KOB CK850 85T CRAWL CRANE GG04-03020 1/1/2004 03 KUN 10X24 TR BOX 9349 12/31/2003 03 KUN 10X24 TR BOX 9350 12/31/2003 04 CHV K2500HD 4X4 PICKUP 1GCHK29U74E219819 12/18/2003 04 MAC CV713 TANDEM DUMP 1M2AG 11C04M012089 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG 11C74M012090 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C94M012091 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C04M012092 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG 11C24M012093 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C44M012094 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C64M012095 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11CX4M012097 12/10/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C14M012098 12/10/2003 Winco MD65-E Generator 32724-A92 12/4/2003 03 CAS 580SM EXHOE JJG0374750 10/24/2003 03 VER V120 TRN 1VRT1124541000348 10/8/2003 03 UNK 8X24 TR BOX 8660 9/5/2003 03 KUN 4X24 TR BOX 6908 9/5/2003 CWI107 8/14/2003 83 KEY TOOL TR 1KKYD4817DL001249 7/25/2003 03 CORN PRO 18' TRAILER 4MJUB18223E035569 7/16/2003 03 JDR 650H DOZER T0650HX920758 6/27/2003 03 CHV 2500HD EX/C 4x4 1GCHK29U03E361301 6/24/2003 03 CHV K2500HD 4X4 PICKUP 1GCHK29U03E357863 6/24/2003 251 Leica/Laser 725879 6/16/2003 03 GOD HL5MS 6X41N PUMP 0332156-1 6/10/2003 04 MAC HYDRACRANE 1M2AG11C44M009132 6/9/2003 03 COR-PRO 18' TR 4MJUB18293E035200 6/6/2003 04 INT 4400 MECHANIC TK 1HTMKADN34H612212 5/20/2003 03 CAT D5G DOZER FDH01579 4/22/2003 03 SUL 175DPQAIR COMP 004-9830KHH 4/18/2003 SURVIVAIR SCBA(FULL SIZE SYS) 4/3/2003 MILLER BOBCAT WELDER XC325195 4/2/2003 03 PAC JT6125A 12FT TR 4FPFB12153G074875 3/27/2003 NN OWE 0.5CY CLEAN OUT BUCKET 3/26/2003 03 CHV K2500HD 4X4 PICKUP 1GCHK29U33E263752 2/28/2003 CWI88 2/25/2003 CWI99 2/20/2003 03 ACS HH200 81N HI HEAD PUMP 30104 2/18/2003 03 CHV C5500 4X2 SERVICE TK 1GBE5E1143F513463 1/27/2003 941NTTR 1ZFGF2029RB001135 1/27/2003 04 MAC CV713 TANDEM DUMP 1M2AG11C84M012096 1/21/2003 88 INT 1954 22W C/R 1HTLDZZL1JH616721 12/31/2002 811NT 1/H W/BE 28 C/R 1HTD21371BGB17418 12/31/2002 97 FOR AT9513 6X4 OTR 1FTYY96Y7VVA24755 12/31/2002 91 TFB 14FT HI BOY TR HGD426910915818ED 12/31/2002

10 1912015 B1dSync p. 61 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST (_~'Jn"i) 1975 HYSTER 9500# FORKLIF A119D03514E 12/31/2002 02 UNK 10000PSI WASHER 2134 12/31/2002 75 GAN 12.5T CRANE GM4-53 12/31/2002 03 MAC/TEREX RS60100 CRN 1M2AG11C83M006569 12/17/2002 SLOPE INDICATOR WAT LEVEL METE 11/12/2002 03 UTL FLATBED TR 4YMUL08143V014980 11/10/2002 02 TTN 8X24X6 TR BOX 8706 10/10/2002 02 TTN 8X24X8 TR BOX 7992 10/10/2002 02 lNG P185WJDU AIR COMP 33165UHM297 9/23/2002 03 PET 379 ROAD TRACTOR 1XP5DBOX43N802981 9/16/2002 90 WAB STORAGE TR 1JJV482U8LL139022 9/10/2002 93 BB 6200 GAL TANKER TR 4BUEFD1B1PB934125 8/21/2002 02 COR-PRO UT18H TR 4MJUB18212E033150 8/19/2002 TOP CON GREEN BEAM LASER VH0401 8/14/2002 02 LIB DUMP TR 1L9CA15202F216368 8/10/2002 02 UNK S29 500LB MANCAGE C22106 8/8/2002 02 UNK S100 MANCAGE C22099 7/31/2002 01 DOR 48' PLATFORM TR 1DTP10Z291G057118 7/1/2002 02 HAU CARGO TR 16HGB24252H097059 6/19/2002 02 UNK S36 750LB MANCAGE C22073 6/11/2002 02 UNK 536 750LB MANCAGE C22072 6/3/2002 02 JTT JTM1050 MILL MACH 2-4-187 5/7/2002 02 KOB LAT CRAWL CRANE GG0302019 4/8/2002 02 COR-PRO 18' TR 4MJUB18242E031313 3/11/2002 02 STW 16' BOX TR 48BSOOG2322029275 3/5/2002 TEXAS BAYTOWN OFFICE 2/28/2002 02 CAT 420D IT BACKHOE BLN04549 2/26/2002 02 CAT 375L EXCAV 1JM00601 2/21/2002 02 UNK 800D 121N HYD SUB PUMP D10361/12T98 2/4/2002 02 LAV R2000 DH CAMERA 18082L 1/24/2002 02 HDP LINE STOPPER 1/8/2002 TOPCON GREEN BEAM LASER PY1476 1/8/2002 01 DOD 3500 4X2 FLATBED 3B6MC36661M582176 11/6/2001 011NT 4700 4X2 SERVICE 1HTSCAAM81 H342146 10/31/2001 011NT 4700 4X2 1HTSCAAM01H342142 10/31/2001 FAB SHOP JIB CRANE & ELEC HOIS 10/25/2001 01 PAV 10X40FT FIELD OFFICE TR 40121205 10/11/2001 CATERPILLLAR FORKLIFT 03DP00157 10/11/2001 01 COR-PR018' RED TR 4MJUB18291E030471 10/10/2001 01 KUN 8X20 TR BOX 8069 10/3/2001 12YD BEDDING/SAFETY BOX 14563A 10/1/2001 12 YD BEDDING/SAFETY BOX 14563B 10/1/2001 LEGEND 200 WELDER 9/17/2001 01 UNK VIBR026 PILE DRIVER 180991 8/28/2001 02 ATL8.SX24' CARGO TR SHCKC24242E000284 7/13/2001 01 ATM 8.SX32' GOOSE TR 4X4TSEH311N022770 7/12/2001

10119/2015 Bid Sync p 62 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 01 PTC 10X30 TR BOX 14457 7/10/2001 01 PTC 10X30 TR BOX 14458 7/10/2001 NES HI HOPPER BEDDING BOX 123097 6/29/2001 83 INT 4700 PUMP PULLER IHTAA1953DHA22027 6/8/2001 84 INT 51900 BE 60L CABLE 1HTLKTVR6EHA56863 6/7/2001 67 EC016' DOVETAIL TR 42EDB1629K1000155 6/1/2001 69 1600GAL CLEANING TANK BTS5255802897880 6/1/2001 86 FORKLIFT GP138MB00576325FA 6/1/2001 1000 GAL MTD NEUT TANK W/ 6/1/2001 1000 GAL NEUT TANK W/ASSC 6/1/2001 500 GAL NEUT TANK W/ASSEC 6/1/2001 MISC SHOP TOOLS/EQP 6/1/2001 01 SUL185CFM AIR COMP 4113306 5/31/2001 TUGGER 15 TON 10082 5/30/2001 98 WGOTVTR 1WCOOE2XW1083391 5/25/2001 36' BONDING MACHINE C01716 5/14/2001 94 MAC CH612 4X2 FLAT DUMP 1M1AA08Y9RW005610 5/10/2001 01 COR-PRO 18' TR 4MJUB18281E029451 5/8/2001 01 COR-PRO TR 4MJUB18251E028709 4/5/2001 TOPCON TP L3G W REMOTE PY1268 3/16/2001 01 NPK E216 HYD HAMMER 58340 3/8/2001 01 UNK TUGBOAT 49 INW0049A101 3/6/2001 01 COR-PRO 18' TR 4MJUB18291E028339 2/21/2001 93 MAC CH613 TRUCK 1M2AA13Y5PW027528 2/12/2001 93 MAC CH613 TRUCK 1M2AA13Y3PW027527 2/12/2001 01 UNK BARGE ONE 2/12/2001 01 UNK BARGE TWO 2/12/2001 01 UNK BARGE THREE 2/12/2001 01 CLA FORKLIFT C50040 1/29/2001 00 COR-PRO TR 4MJUB1822YP027236 11/22/2000 00 KUN 8X20X12 TR BOX 7194 11/10/2000 BAND SAW HYD MECH 61000322 11/4/2000 98 GMC C7500 WATER TK 1GDM7H1C1WJ516564 10/25/2000 00 KUN 6X6X23 TR BOX 7101 10/16/2000 00 KUN 6X6X23 TR BOX 7102 10/16/2000 PORTABLE TRAFFIC SIGNALS 206596 9/30/2000 99 STW 6X10 TR 48B500D19X2018042 9/29/2000 94 INT 8100 FLAT DUMP 1HSHBAZR7RH582060 9/25/2000 00 CHV C3500 4X2 FLEETSIDE 1GCGC34R7YR178110 9/1/2000 00 UNK Z788 FMC TEST PUMP 4.81385E+ 11 8/7/2000 CAT MODEL28 FLOOR SCRUB 21-1611 8/2/2000 GRADEUGHT 2000 HOTLASER GD2699 7/31/2000 00 CAT 315BL TRHOE 3AW01601 7/17/2000 99 HAU CARGO TR 16HCB1217XH055115 7/12/2000 TAPMATE PIPE DRILLING 101364 7/11/2000 00 BRC RC350 SWEEPER 89562 7/7/2000

10119/2015 Bid Sync p.63 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST (_/A~ 00 TAL 52' TR 40F505231Y1019852 6/21/2000 00 KUN 8X20 TR BOX 1216 6/5/2000 00 UNK 12YD STONE BD BOX WC137358 5/22/2000 TP L3B LASER RC200 REMOTE PX0343 5/15/2000 01 MAC RD690S TANDEM DUMP 1M2P264C21M031997 5/8/2000 01 MAC RD690S TANDEM DUMP 1M2P264C01M031996 5/8/2000 ROME HINGED OFFSET DISC 6TCH545 5/8/2000 01 MAC RD690S TANDEM DUMP 1M2P264C71M031994 5/1/2000 00 GRU UNDERGROUND P75001S4681 4/21/2000 00 PET 330 SERVICE W/ CRANE 2NPNHD7XOYM536138 3/20/2000 00 COR-PRO 16' TR 4MJUB1629YE025258 3/20/2000 00 lNG T185 AIR COMP 307086 3/7/2000 00 MAC CH613 ROAD TRACTOR 1M1AA18Y8YW126925 3/3/2000 00 UNK MOTOR BALANCER 9609347 2/21/2000 MOTOR BALANCER 2462 2/12/2000 00 SUM PRECISION LATHE 2/7/2000 00 VAT PMD800 VAC TR 1A9AF1828XF495140 1/21/2000 8' CASE SWEEPSTER BROOM 9950032 1/10/2000 8' CASE SWEEPSTER BROOM 9946070 1/10/2000 00 FOR F750 MECH. 3FDXX75RXYMA15295 12/20/1999 00 MAC DM690S D/R 1M2B209C2YM025739 12/13/1999 99 TGT PR0353 SELFPROP SAW 312628 12/6/1999 99 lNG 5S40F ROLLER 155524 11/30/1999 98 GMC C7500 2000 GA WATER TK 1GDM7H1J5WJ509213 11/29/1999 00 STLL7500 4X2 UTIL 2FZHAJBA9YAF94184 11/1/1999 99 VER 5750 TRN 708 10/21/1999 99 SUM 16X80B LATHE 31097 10/15/1999 99 MCE PITBULL81N FUSION MACH 5VN56B17F5572A 10/11/1999 99 NPK C8C COMPCTR 1N1088 10/11/1999 991ND 16' TR 1TM16TCH235000171 9/17/1999 99 COR-PRO 18' TR 4MJUB1821XE022883 9/7/1999 98 ECO 6T TILT TR 42ETPBB27W1000977 8/30/1999 POWERMATIC DRILL PRESS 120V035 8/30/1999 8' CASE COUPLER SWEEPSTER 9929088 8/30/1999 PIPELASER TOPCONN TPL3BG PN1054 8/26/1999 B & B SHOE CO BUllDING 7/31/1999 99 MCE PITBULL 81N FUSION MACH 9954350-01 7/26/1999 CWI 52 7/1/1999 CWI57 7/1/1999 NN UNK lOIN DIG HEAD MOLD 7/1/1999 LASER TOPCON TP-L3G 12396 6/30/1999 HOIST ELECTRIC-2000# 531-20-01068 6/24/1999 99 MCE SIN BONDING MACH 9891700-68 6/14/1999 99 MCE ELECTRO FUSION 9930568 6/14/1999 99 SMP PIPE/REEL TR 1RCFECF17X1087869 6/11/1999 99 SMP PIPE/TURNTABLE TR 1RCFWCF13X1087870 6/11/1999

10/19/2015 Bid Sync p.64 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 99 LER 375 AIR COMP 3513X15 5/28/1999 99 CHR AIRLOCK TEST KIT 5/28/1999 8' CASE COUPLER SWEEPSTER 9908089 5/7/1999 8' CASE COUPLER SWEEPSTER 9916052 5/7/1999 99 STL A9500 TANDEM DUMP 2FZXKPYB2XAA57716 4/21/1999 99 STL A9500 TANDEM DUMP 2FZXKPYB4XAA57717 4/21/1999 99 STL A9500 TANDEM DUMP 2FZXKPYB6XAA57718 4/21/1999 FINN B40 STRAW BLOWER RR-226 4/15/1999 98 BTB EQUIP TR 4MNDP242XW1002777 3/25/1999 1995 HYSTER 4500 AIRLIFT D177B247645 2/22/1999 99 UNK HYD AIR TEST PUMP 2/18/1999 99 UNK S30 500LB MANCAGE C99013 2/9/1999 18" FUSION MACHINE 2/2/1999 99 WGO CARGO TR 1WC200G22X3040859 1/26/1999 8' CASE COUPLER SWEEPSTER 9848068 1/26/1999 NOMIS 5400 SEISMOGRAPH 2500 1/26/1999 85 OC 2 AXLE TR 10WOTTJ2XFW009522 1/11/1999 CWI23 1/1/1999 4-8" AIR OPERATED PINCH VALVES 1/1/1999 IN-SITU PRESSURE TRANSDUCER 1/1/1999 CAT GENERATOR (1030R) 4ZR01189 12/31/1998 98 COR-PRO 18' TR 4MJUB1825XE020392 12/8/1998 99 MAC CH613 4X2 OTR 1M1AA18Y5XW101608 11/23/1998 98 BTB TR 4MNDP2422W1002627 11/18/1998 99 CGM 7X16 TR 4X4TSEV29XB015460 11/18/1998 98 UNK 12YD ROCK BOX 11/17/1998 99 FOR F350 4X4 FLATBED 1FDWF37F8XEB58499 11/16/1998 92 INT 8100 FLAT DUMP 1HTHBAZR8NH398445 11/16/1998 98 CAT 601N BUCKET DOA600D058 11/14/1998 98 OKL GOOSE FLAT TR 4Y4GD2639XC000051 10/30/1998 LEVEL EYE LASER/ACC 33946 10/23/1998 99 CLC MATERIAL TR 4X4TSEH26WL003898 10/22/1998 TOP CON GREEN BEAM LASER MA1773 10/7/1998 98 GM E 8X18 TR BOX 98091324F2 10/3/1998 99 TKG DROP DECK TR 1TKJ04934XM095392 10/2/1998 98 GME 8X18 TR BOX 980913231-2F 10/2/1998 1999 MACK W/HYDCRANE 22T 1M2B209C5XM023787 10/1/1998 J.D. 50K GENERATOR T04039T514225 9/30/1998 99 TKG LOWBOY TR 1 TKJ04921XB095367 9/29/1998 98 GME 8X20 TR BOX 98091362F-2 9/28/1998 98 BEL TR 16JF01820W1031229 9/18/1998 911NT 8100 FLAT DUMP 1HSHBA2N7MH374745 9/14/1998 911NT 8100 FLAT DUMP 1HSHBA2N2MH374622 9/14/1998 98 COR-PRO TR 4MJUB1829XE019729 9/9/1998 98 LPI 8X28 TR BOX 67 9/4/1998 98 GME 10X20X6 TR BOX 98071138F 9/4/1998

10!19/2015 BidSync p. 65 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST

10/1912015 Bid Sync p.66 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @~ BRIDGE CRANE SR-200-3 4/1/1998 BANNERTAINERS RACKS 4/1/1998 ARTCO CANTILEVER RACKING 4/1/1998 NN UNK PIPE THREADER 4/1/1998 CWil 4/1/1998 98LDL TR 1LH317WH9W1A09414 3/26/1998 98 FEL30X601N COMP BUCKET 321-32 3/26/1998 98 NPK C6B COMPCTR 9285 3/19/1998 91 FOR 7000 FLAT DUMP 1FDXR72P1MVA19121 3/17/1998 98 HEN H24BL COMPCTR WH592 3/10/1998 98 CAS IH TRACTOR C060AN3JJE 1000355 2/27/1998 98 COR-PRO TR 4MJUB1826WE015829 2/9/1998 VERMEER HAMMER HEAD MOLE 75827 2/2/1998 98 COR- PRO TR 4MJUB1828WE016917 1/19/1998 98 COR-PRO TR 4MJUB1827WE016892 1/19/1998 98 COR-PRO 18' TR 4MJYB1824WE016932 1/19/1998 98 NPK C4B COMPCTR 9148 1/16/1998 98 UNK 10X36FT FIELD OFFICE TR 37840198 1/14/1998 96 WIT CHLGR TR 4URC31E21TS061429 12/22/1997 98 IND 16' TRw FUEL TANK 1TM16FB2000039500 12/19/1997 97 NPK C8B COMPCTR CFG0038 11/25/1997 97 VER T655 TRN 1VRE260B6V1000333 11/24/1997 97 PRO 10X24 TR BOX 11085 11/23/1997 LASER &ACC HT0735 10/26/1997 97 PTC 8FT MH BOX 11086 10/23/1997 981NDTR 1TM16FB2000039200 10/17/1997 97 FEL24X601N COMP BUCKET 10/16/1997 92 KUB 32950 TRACTOR 10/13/1997 97 ACS AP200 81N PUMP 970603 9/27/1997 97 SMP LINE TAMER TR 1RCFBSY13V1086215 9/25/1997 STANDARD SEISMOGRAPH 5400 2187 9/16/1997 97 ACS AP100 41N PUMP 970803 9/10/1997 98 PET 330 UTIL. MECH. 3BPNHD7X2WF451398 8/22/1997 LB4 STEEP SLOPE ROTARY 8/21/1997 LB4 DUAL GRADE ROTARY 8/21/1997 981ND 16' TR ITM16FB2000039000 8/18/1997 97 COR-PRO 18' TR 4MJUB1822VE015633 8/15/1997 98 PET 330 FLAT DUMP 3BPNHD7X9WF451396 8/8/1997 98 PET 330 FLAT DUMP 3B PNH D7XOWF451397 8/8/1997 97 LPI 8X24 TR BOX LPI507 8/7/1997 TAPMATE TAPPING MACHINE 7/25/1997 97 BEL TR 16JF01820V1029236 7/1/1997 97 BEL TR 16FJ01821 V1028984 7/1/1997 97TKG TR 1TKC02421 VM096959 6/27/1997 97 LPI 8X10 TR BOX 488/489 6/24/1997 97 LPI 8X10 TR BOX 490/491 6/24/1997

10/19/2015 Bid Sync p.67 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST <.~if;;;, 97 COR-PRO 1S' TR 4MJUB1822VE014594 6/16/1997 97 KUN 10X24XS TR BOX 5448 5/19/1997 TPL-3G PIPE LASER MA1266 4/28/1997 97 MSF TD35 TRACTOR 147651 4/14/1997 97 SHR 4X7 ALUMINUM TR BOX 4/2/1997 LATHE-LEBLOND SLIDING 3H847 4/1/1997 DAKE HYDR. H-FRAME PRESS 154596 4/1/1997 96 BEL 20' TR 16JF02027Tl028372 2/26/1997 97 lNG P185WJD AIR COMP 273287 2/24/1997 97 lNG P185WJD AIR COMP 273286 2/24/1997 TRAV-L-CUTTER 97-323 2/24/1997 97 UNK WET TAP MACHINE 3505547 1/30/1997 96 ACS HYD HEAD PUMP 6T -184/HS6T/375 12/12/1996 96 ACS AP200 SIN PUMP 961201 12/9/1996 96 ACS GP100 41N HIHEAD PUMP 940S13 12/4/1996 75 FOR LNTSO PORTABLE D/R WS1CVV53943 11/27/1996 96 8X20 ENCL. CARGO TR 1H9FB202T10475912 11/21/1996 97 CHV K2500 4X4 PICKUP 1GCGK29J9VE135035 10/10/1996 96 BEL TR 16JF01S23T1027542 10/S/1996 77 FRE TOOL TR MAY544515 9/26/1996 97 COR-PRO TR 4MJUB1S2XVE013340 9/20/1996 S2 TOOL TRAILER 1UYVS2434CT3S701 9/16/1996 90 MAC MS250P D/R VG6M114B5LB200554 S/30/1996 96 RON 1220 DRILL S/5/1996 96 ACS GP200-60 SIN VAC PUMP 950501 7/31/1996 96 BOR 181N BORING MACH 160296 6/10/1996 6' PTO SWEEPSTER 9617069 5/30/1996 96 241N BORING MACH 240596 5/2S/1996 96 CORTR 4MJUB1824TE011693 5/11/1996 96 HOO C640TR HDT164719KUE962S3 5/1/1996 TEST PUMP * S4055 4/23/1996 CORE CUT SAW CC181311-14-1255655 4/2/1996 96 LER 375 AIR COMP 3304X116 4/1/1996 CLARK FORK LIFT CY160B-22-2001 1/24/1996 89 MAC N27 CLEANER TRUCK 1M2N278YOKW008S42 1/18/1996 95 ASPHALT ZIPPER 113 11/16/1995 TV EQUIPMENT 10/20/1995 95 CAS 11020 COMPCTR JKC8105SOO 10/12/1995 95 PRS SP36 CAMERA 500032K 10/5/1995 95 CORTR 4MJUB182XSE01000S 7/25/1995 95 CHV 2500 4X4 PICKUP 1GCG K24 K2SZ21605 7 6/26/1995 95 VER T755 TRN 115 6/13/1995 95 FOR LT8000 CRANE 1FDYUS2E4SVA17657 6/2/1995 95 CAT 966F WHL LOR 1SL00535 6/2/1995 95 CORTR 4MJUB1S29SE009503 6/1/1995 SEWER LASER/REMOTE HM412 3/30/1995

10/19/2015 BidSync p.68 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @? 95 C&W 2.5 TON TR 6S 3/21/1995 95 MCE SIN FUSION MACH 9554430-1 2/9/1995 MILLER BOBCAT WELDER KJ029616 2/1/1995 94 UNK 6X16 BD BOX 270 12/9/1994 94 UNK SX16 BD BOX 271 11/1/1994 94 CUS 10TTR 1YB261S66R1B1T930 9/23/1994 94 TAL T3DW DOUBLE DROP TR 40FW04S30R1011424 S/10/1994 94 UNK 130 CP AIR COMP 11131CP5442 7/30/1994 94 SHI 10X30X14 TR BOX 236/23S 7/30/1994 GTC INDUSTRIAL CONVEYOR 10062 7/13/1994 CLARK FORK LIFT Y68500906397FA 6/30/1994 94 CHR 301450 AIR TEST MACH 940420-A 4/22/1994 94 PRC MULCHER 94195 4/1S/1994 93 BEL TR 16JF01S21P1024355 3/10/1994 94 GME SX20X23 TR BOX 9312094 2/23/1994 H/M POWER PAC F2L511 2/10/1994 94 SME 5T PUMP RIG 52491 2/2/1994 93 GME SX16X20 TR BOX 9303299 11/24/1993 93 REI45HP HAY MULCHER W41770 9/10/1993 93 BEL DT25 TR 16JF01S22P1023666 7/27/1993 93 HOO UTILITY TR 1S5TCH20000141 7/9/1993 93 HOO BYPASS TR 10UT10000144 6/29/1993 93 HPD 65HP TARGET SAW 6/11/1993 93 BEL TR 16JF01827P1024021 4/29/1993 93 BELSHE TRAILER 16JF01S29P1024019 4/29/1993 93 RON MOBILE DRILL 10UT0000164 4/15/1993 CATV50E F/L 4EG00710 3/lS/1993 93 ACS WP150A 61N PUMP S35 3/5/1993 80 BUD YFS TOOL TR 1S8258M 2/18/1993 93 ACS 41N PUMP 841 2/8/1993 93 FOR E350 TV VAN 1FTHE24H4PHA65476 2/1/1993 INLINER BUILDLING 1/30/1993 90 MAC CM422 STORAGE VAN 1M2BC03Y4LM001582 1/24/1993 92 VAC VACCON SEWER CLEANER 1192754 12/1/1992 93FORDLNSOOOCRANE 1FDXRS2E5PVA13007 10/30/1992 92 ACS WP150A 61N PUMP 6S7 10/15/1992 92 BEL TR 16JF01S20Nl023520 10/12/1992 92 OP lOOT WINCH 190033S1L 10/12/1992 69 TRS TOOL TR 64SS 10/6/1992 92 ACS USF200-60 SIN PUMP S213862 S/31/1992 93 MAC CL613 6X4 OTR 1M2AD37Y2 PWOO 1109 8/29/1992 92 CHR 301-450 AIR TEST MACH 920814 S/19/1992 92 ECM TR 20FB00012 S/6/1992 92 ECO CLEANING TR 42EFPA22SN1000349 6/29/1992 92 SIM RO 14T STINGER CRANE 46004920457 5/15/1992 92 SIM RO ST STINGER CRANE 4790492054 5/15/1992

1C '1912015 BidSync p.69 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @'Jn;)

92 SIM RO 8T STINGER CRANE 4790492055 5/15/1992 92 SIM RO 8T STINGER CRANE 4790492056 5/15/1992 92 UNK 8X8 MH BOX SI0035 5/1/1992 SUMMIT LATHE 7938 2/20/1992 92 BOR 481N BORING MACH 48D0192 2/7/1992 79 FRE BOX TR CHV292009 1/2/1992 79 FRE BOX TR CHV292021 1/2/1992 585E CASE 4WD F/L JJG0067219 12/10/1991 585E 4WD CASE F/L JJG0067161 12/1/1991 585E 4WD CASE F/L JJG0067038 12/1/1991 91 SHR 8X10 MH BOX SI0013 11/25/1991 91 SHR 8X10 MH BOX SJ0014 11/25/1991 77 FRE TOOL TR WM8380F 11/18/1991 91 FRG 120 ROLLER 9/12/1991 91 FOR B-61 D/R 1FDYL90A6MVA37341 8/29/1991 91 MOB B61 DRILL RIG 91035 8/29/1991 SCHULTE ROCK RAKE WR5-7946 8/16/1991 91 HUB TR AVJ823401 8/1/1991 91 HES 466 TRACTOR 7/16/1991 89 MAC RD690S 6X4 DUMP TK 2M2P198C5KC005782 6/21/1991 91 BOR 361N BORING MACH 5/17/1991 TWIN HYDRAULIC PUSHER 5/13/1991 67 ROD TT20 TILT TR 12722 5/9/1991 79 DOR TOOL TR 7H922247 4/8/1991 91 GAR D825 AIR COMP 8256935 4/8/1991 90 UNK 16FT TR 1M9HD1628LB281073 1/3/1991 SCHRAMM GROUT MACHINE 12/17/1990 91 TMB 48FT FLATBED TR 1PTF7CTR8M9001707 11/20/1990 BIG 40 MILLER WELDER KA820187 9/21/1990 WELDER KA849852 9/21/1990 90 MID UTILITY TR 1M9US1626LB281110 7/2/1990 90 MID H/DTR 1M9HD1623LB281028 6/11/1990 90 FOR LNTBOOO 6X4 DUMP TK 1FDYW82A2LVA32876 5/10/1990 90 FOR LNT8000 6X4 DUMP TK 1FDYW82A8LVA32879 5/10/1990 90 FOR LNT8000 6X4 DUMP TK 1FDYW82A4LVA32877 5/10/1990 89 BEL TR 16JF01821K1020693 4/5/1990 90 SUM ENGINE LATHE 7505 4/4/1990 78 MAC RS686 6X4 OTR RS686LST34246 1/1/1990 89 JAN PUMP HOIST 11/1/1989 90 MAC/MANITEX CRANE 2M2AM 18C9LC001248 10/10/1989 89 HOT WASHER H14586-889 8/31/1989 89 F800 W CRANE 1FDPK84A7KVA01769 11/18/1988 89 FORD F800/CRANE 1FDPK84A3KVA01770 11/18/1988 NN lNG 375 AIR COMP 169343 8/10/1988 PTO SWEEPSTER 882018 8/9/1988 88 RIH 301N BORING MACH 67A05251 7/11/1988

10/19/2015 Bid Sync p. 70 Broward County Board of Z1326601C1 County Commissioners LAYNE HEAVY CIVIL EQUIPMENT LIST @~;;;, 88 RIH 161N BORING MACH 6210545 7/11/1988 89 BEL TR 16JF01829H1018837 4/1/1988 88 BEL TR 16JF02027H1017946 4/1/1988 SURGE EQUIP 4/30/1987 TWN H/D PUSHER 3/26/1987 87 UNK LATHE 1/1/1987 87 UNK MILL MACHINE 1/1/1987 87 UNK 201N LATHE 1/1/1987 87 SPR INDEX MILL 1/1/1987 87 UNK 201N LATHE 1/1/1987 DEWATER EQ 9112932 10/31/1984 CAMERA-200 6/1/1983 82 SUM ENG LATHE 3241549 1/4/1982 GAMMA LOGGER 41685 8/30/1979 AL CH FORKLIFT 417160000 5/11/1979 79 BUC 28L DRILL RIG MVIN1923351ND 4/21/1979 79 BUC 60L DRILL RIG 115188 4/21/1979 MILLING MACHINE 1/11/1978 POWER ML PUSHER 3496 12/1/1977 B & W CAMERA/MON 6/1/1977 75 BUC 60L BUCKET RIG 115528 3/11/1975 60 FRE BOX TR AUA465903 6/1/1974

10/19/2015 BidSync p. 71 810 Z132660!C1

PROPOSAL BOND This form must be completed and submitted with the Vendor's submittal. Failure to comply will deern vendor non-responsive.

BY THIS BOND. we Layne Heavy Civil, Inc. . as Principal. hereinafter called Trave'-le~rs~c""'a""su'""a""lty"""""a""nd.,..,.,su'""'r"'="etY~------' VENDOR and Company of America______, as Surety, are bound to the Board of County

Commissioners of Broward County, Florida, as Obligee, hereinafter called County, in the Amount of Five Percent of the Amount of the Bid------m·------·· ($ ------5%- ----) for the payment whereof VENDOR and surety bind

themselves, the1r heirs. executors, administrators, successors and ass1gns. jointfy and severally.

WHEREAS, the County 1s seeking to contract with a fiffil {registered with the Florida

Department of State. D1vision of Corporations) for the County agencies, and

WHEREAS, the County is utilizing a request for proposals (RFP) solicitation process for this

project and VENDOR in response to Solicitation No. ll326601Cl agrees and 1s bound that Fll East Perimeter Road Water Main Improvements The CONDITION OF THIS BOND is that 1f:

VENDOR submits a timely proposal in response to the County's solicitation process; THEN

THIS BOND WILL REMAIN IN FULL FORCE AND EFFECT UNTIL CONTRACT AWARD If

the VENDOR is awarded the Agreement, but falls to enter into the Agreement. (including

providing a Performance and Payment Guaranty, evidence of insurance, and other

requirements stated herein} then the VENDOR and surety, jointly and severally. shall be liable

to the County for the full sum here~n stated which shall be due and payable to the County

1mmed1atefy upon demand of the County, in good and lawful money of the Umted States of

Amenca· as liqwdated damages for failure thereof of sard VENDOR OTHERWISE 1Ht:

BOND S~iALL REMAIN IN FULL FORCE AND EFFECT

No right of action shall accrue on this bond to or for the use of any person or ccrporat!on other ~han

County named herern, and

In the event sUit 1s brought upon this bond by the County, surety shall pay reasonable attorneys' •ees and costs :"1curred by the County 111 such swt A1d Z1326601C1

Signed and sealed this~ day October 20 1 co ------· ~ WITNESSES: layne Heavy Civil, Inc.

Les Archer, President (Type Name and Title Signed Above)

SURETY COMPANY Travelers Casualty and Surety Company of America

Address: One Tower Square Robert Corley McLendon (Street) Fisher-Brown, Inc. 144 Harrison Avenue Hartford, CT 06183 Panama City, FL 32401 (City/State/Zip Code)

Telephone No. (~60)27~~111·------­

p. 58

If)

0 No; WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ...-.._ POWER OF ATTORNEY TRAVELERSJ Farmington l'asualt} Company St. Paul 1\.lcr'Cllr) Insurance Company Fidelity and (;uaranty lnsuram:e Company Tranlers Casualty and Surety Company Fidelity· and Guaranty Insurance Underwriters. lnr. Travelers Ca~ualty and Surety Compan~ of America St. l'aul Fir~ and Marine Insurance-Company United States Fidelit}' and Guarani)' Col!lpany St. Paul Guardian Insurance Com pan}

Ct·rtitic;~te '

K;~iOW ALL 1\IE"i BY I HESE l'RESE:-.1TS: Th.:t hnmm,:ttm (""'"h) Cnq>an:. St l'aul hrt· and \b·:llc l:hlll\meritf the SH1h?" of f "l. and tl~:1i tl'.l' ( ·ompm;in dn haehy make. Lfln~tuute ~md

lkhi:lllc' 1.. l'hdp,. S. Alll,,'llc' .\lullct. i{ll.~c'l ..\. Nc"\lll. o\iidlc';t Ccil'lt''· lhan P l\·lildJdl. ;md Andre\\(; Windll<'l'\l ..II.

. tlil'Jr l!ile ttlld Ia\\ ful -\!tome~ f\) in-Fact. ;.:tt;.h in thL:lf ~cparate caparii.Y if tnor-:: th •.m Olh.."' is narncd Jh:.He. w ..;rgn. C\Co;.'Uh:. ">Cal and (lt:knowkdgl' all.\ and a!l bnnd"~ n..·cn.:;:nl!ancc\.t·onJnwn:ti unUert,lkings .!"t writin~~ obligHtory in the- rw\Ure lht' the pertormanc:e of i.'lllHra..:ts ;md C:\tXlltinl! or.I:!'Jar.antttdm! bomh and unJcrtaJ..:in;_:, 1\.'quirt.·J Hr pcnmtrcd in a:w a£tlnn~ nr prort:'ed\n!!-.. al!,,\h'd hv !;,,~ 1;., 1\ol limilt'J ll> "'PCcJlk uollar a"nwunL . , . E

Ill,.. .:JJE- J•,_··\'I: \"1'1"'.·~" l.,'E;,>~, Ch: ·,·,~~·'r·~RL'()J'.n c~ Ll {I:e <. ,;mFa~{fJ Il~l\C t.·,tu'c" l rl\;, lll"lr-.unent hl bl' ..tgrwli >llltI : l1('!1" ..._orptH.Jtl" 'l':1i\' t!l 'ne Ile:~.-·w <~lti\":~.... l 1I 'h 1 1 5 ddY of 0E . 0 -E Farmington Ca,ualtY f'ompan~ St. Paul ~len·ur~ Insurance Compan) E 5 Fidelit;~ and (;uaranly Insurance Compan:- Tnn·elcrs Casualty and Surety Compan~ 1!0 ° Fiddit}· and Guaranty Insurance { nclerwriters, Inc. TraHI~rs Casually and Sur~ty Company or America St. Paul Fir€ and !\Iarin~ ln•urancc Company L!nitcd States Fiddit~ and Guaranty Cnmpan~ St. Paul Guardian lnsuran<'t' ComJ>anJ' ~ ~

~nd l ktd'c1~1nr \ l' ~· p~~,.,,,,jL~lll' ;)I I :I!TiWl;!ll'•n C;r... u,dl\ ( ", '!q1.:1:~. F~>k·l11:- ;J;h1 flu d<~til:, (n-..\l!:ln~ f PO.flal!~. h,k·l!t: .Jn,t <_;u~H~IIl!~ llhlll :t:K(- L ntk-· "' rH:r-..._ lnt. Sl P.:lll

,... ,;!t<'l.

58440·8-12 Printed n US.A WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER

This. Power of Anome) is granted under and by rhe authority of the following resolution~ adopt~.~d by thr Bm.~rd~ of Director" of Fannln.fltt'ni C<~."'ll;llt;. Cnrdp;.n), hddlt) and Guaranty Insurance Company, Fidelity and Guaranty Insurance L;nJcrwrilers. Inc., St Paul hrc and .Marine h1,urancc Cnmp Casually and Surct) Company. Tra\elcr, O"ualty and Surety Compan) ,,t .\mcr":t. ""d t·nilcd Stdtr' Fidelity ami Guaranly Company~ which resolutions are now m full force ;md effe~,.·1, u:ading <.1> foii

RES{lLVED, that the Chairman, the President. any Vice Chairnum. ~ny Execut1rc V1..:c Pn.:.;idem. an) S\..·mor VJce Pn::-.ident. any \'1t:c P:-c·-.,h!cnt ._!!\) Svt.T=JHl \";L·:: Pre!-:idenl. 1hc Trtasurer, auy A_,sistaol Treasurer. the Corporate Sccretruy nr any A:-~btomt Secretary .nay nppotnt Allomej-

FURTHER RESOLVED. that the Chainnan. lh~ President. any Vice Chairman, any Exccutn e Vice Ptc,iJl'nl. ;n;y Srmor Vtcc Pre" dent or any Vice p,,.,rdcnr m.r~ -legate ~.dl or any pan of the foregoing authority to one or more nftlt·er~ nr e1npluy-.-L·~ of !his Comp;:tn}. p1~.:niJcd that t:ad; \uch Jt·lq:auon 1~ m ..vnlin~ ~md ~~ rop: thereof lS filed in the nff!cc nf th~ Secn:l:Jr)< und it i:;

Ft:RTHER RESOLVED. th;:if any bond. n.:cognizance. comracl of indemnity. 01 wrlung ob!Jga!Pr) m lhe n;;~t~.-Cal hy a Se~.:retary or A.".s.istanl Secret.:1ry~ or (b) July execu!t•t.l (under st·~l. if reql1in:d) b) ont.' or more Attnrncyswin-Fat:t and AgC'nts pursuant to the po•..,·cr prescribed in his or ht.''T ce"1iti,ate t)r rheir c-cnitk::nes of aulhnrity or hy onl" or more Compi-W) offk:cr~ pur~umH to a wriHcn Jckgaoon of amhority: and il 1-;

FURTHER RESOLVED. that the >i&:n~tur~ of each of lhc following utt!ccrs: Prcsidcr:t. any E'ccuti1c Vice Prc"dent. any Senror V1-:c Prcsiuenl. an} Vice Prc,idcnt. any As!'ist::mt Vice President, ;my Secretary, any .A~s1~tant Setrdary, and the :-.eal of lhc Comp.llly trwy Pc ;tfti:\t:d by f

L Kevin E. Hughes.lhc unt1er~1gned ...1\:-.\i:"lam SL'trrtary. of F"armington C'a ... uJitj ('omp;;ny. hdchty ,mJ (.)!J,ir.~ni) ht')tlL..tlln~ Company. Fidelity .;__:nd GuHrolllt) In;..ur<.~nt-·c l'ndcn' ritcrs. Inc. St. Paul Fire and Marine Insurant~ Company. St. Paul Guardian Insurance Compan_\. St. Paul Mcrcur; II\SUJ"dll(C c,Hnpany. Tmvdcrs Casually aml )un;•.ty Cumpan~. Tra\ekrs Ca:·awhy and Surety Company of America. and l rnitcd State~ Fidelity and Guiirant) Company <.Jo hL"rl·P)' certify that tht~ ahnve and forcgnmg s a true and t.:orn.:L'I cop) of tht-• Pl'\Yt'r of AtHrruey executed by said Companies, whkb is in fuH force and ;;;ffc..:t and h~l" no! been n?\ okcd ~ !f) c ·u;0 ·~ IN Tf:STI\tON\' WHEREOf'. l ha,·e hctctmto ~d my l1anJ

0 ~

1·.. \t:li(~ th\.· ,mlhl-'n1H::t~ tlf th1~ Pt)\l,t.:I of ,-\ti~\Jne~.~....,ll l·~DO .4_:.!J ..~:-;"t 1 n1 ~,.·nm;,~,.·l l::- .1i ·.'\\.\'. ILt\~kr-b.~,IJ.u•tr! P-:;.J-...c rvkr ;n ;h.;.• \itn;nt.") L1 f=c~LI !ltl'llht:or, lht: dl fWt"·rJ,Wlt."d mdi\ iJuab. and !bL' d\.·1aib n( lh.;:> h1.md 111 ''- hKh lht: P'"' 1.:1 I'- .nt~l~.:h ..·J Broward County Board of Z1326601C1 County Commissioners

Litigation History

Layne is a publicly-traded corporation (NASDAQ: LAYN) that provides global Water Management, Construction and Drilling services with operations in over 100 locations on 5 continents (North America, South America, Europe, Africa and Australia). Information related to material claims and litigation is filed with the Securities and Exchange Commission (the "SEC") and is reported in compliance with the rules and regulations of the SEC. Layne is party to various legal actions in the normal course of its business and is not involved in or threatened by proceedings for which it believes it is not adequately insured or indemnified or which, if determined adversely, would have a material adverse effect on its consolidated financial position, results of operations and cash flows.

HEAVY CIVIL

4520 N State Road 37, Oneans. IN 47452 1 Office 812.865 3232 1 Fax 812 865 3075

10/19/2015 Bid Sync p 76 Broward County Board of . Z1326601 C1 DPX Form County Commissioners l)age I of 3

Supplier Response Form

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract. B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Developmenfs (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes. 1. Vendor should include in its solicitation submittal a letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. 2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information. C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award altemate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the altemateloptional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the reqwed forms may result in rejection of the solicitation. D. The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by Vendors at httos://bceqcy3.broward.orgiSmaiiBusiness/SBDirectorv.asox E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at http://www.broward.org!EconDev/SmaiiBusinesst F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract. 1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. 2 Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code. or under applicable law, with all of such remedies being cumulative. 3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suF_>pliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor Withholds an amount from CBE subcontractors or suppliers as retain~e. such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on ~s CBE participation commitment with its pay requests and is required as a condition of payment

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor's submittal If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request. This form is to be completed and signed for each CBE firm. Vendor should scan and upload the completed, signed form(s) 1n BidSync.

Solicitation Number: Z1326601 C1 Project Title: FLL East Perimeter Road Water Main Improvements

Bidder/OfferorName: ·I A• '•'.:::. ,,.. C \) lk rv i 1....-f-'("1 "-' v HEI'T'-'"'''.I -, ..I \ 1-, •"'L~. Address olCftO :~s Rw'1 City. IQA~M State FL

Authonzed Representative: L-e~ AfLC.H 87L. iPhone q <;1.( 28 <( -c· U'-(lfS"" CBE Subcontractor/Supplier Name: (J(";Q~ .. k.J,:c.de.£A ?bv,W Address 13CXJ '"N {fjlt1. 8f· ' City. P~~10 State F(_ i Z•p: 330b'?

10119•2o1!iltlps ://\\ ww. bidsync.com![)PX Vicwcr/OES BD _l{srQstlielllcnls_ ( ·BL _Goa Is 6-5-20 14 ht... 9/29/20 I 5 p. 77 Broward County Board of IWX Form County Commissioners

Authorized Representative i Phone ! 954 -Cf-1/ ~ CA '(st..j A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project. B. By signing below, the bidder/offeror is committing to utilize the abov&-named CBE to perform the work described below. c. By signing below, the above-named CBE is committing to perform the work described below. D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described below, it may only subcontract that work to another CBE.

AFFIRMATION: I hereby affirm that the information above is true and correct CBE &:; ntractor/Suppller Authorized Representative

Bld~!!l~~-)r Authorized RepreHntatlve /~~~/: ~Tearp;~ <6l:/rK "Visit http:llwww.census.gov/eoslwww/naicsl to search. Match type of work with NAICS code as closely_ as possible l. t To be prov1ded only when the sohCitabon requires that bidder/offer include a dollar amount in its bid-offer.

In the event the bKXierlofferordoos not recewe award ofthe pnme cxmtract, any and i!Ji! roprewntations m tt11s LetterofIntent and Affirm8(10f1 shall be nun and vo'(i

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, thiS form and supportmg documentation should be returned with the Vendor's submittaL If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request Vendor should scan and upload the supporting documentation in BidSync

SOLCITATION NO.: Z1326601C1 PROJECT NAME: FLL East Perimeter Road Water Main Improvements

PRIME CONTRACTOR

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified firms in a good faith effort to meet the CBE goal for th1s solicitation but has not been able to meet the goaL Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) or good faith efforts made and requests to be evaluated under Section 1-81 5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation. The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development. and is not subject to appeaL

SIGNATURE

PRINT NAME I TITLE

DATE:

10/19/201Slllp~ :!!\\ W\v .bids;. nc.com!DPX Vic\\ cr'O I Sl ~I) l{s{ij~liemcnls CHI: Cioa Is (J-5 -.'~0 l.t. ht.. <)!~W~O I 5 p 78 Broward County Board of . Z1326601C1 DPX Form County Commissioners I) age I () 11__ ,

Supplier Response Form

Office of Economic and Small Business Requirements: CBE Goal Participation A In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development's (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes. 1. Vendor should include in its solicitation submittal a Letter Of Intent Between BldderfOfferor and County Business Enterprise (CBE) SubcontractorfSuppller, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. 2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information. C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the altematefoptional ttem(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation D. The Office of Economic and Small Business Development maintains an on-line directory of CBE firms. The on-line directory is available for use by Vendors at https:flbcegov3.broward.org!SmaiiBusiness1SBDirectory.aspx E. For detailed information regarding the County Business Enterprise Program contact the OffiCe of Economic and Small Business Development at (954) 357-6400 or visit the website at http:ffwww.broward.org/EconDevfSmall6usinessl F Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract. 1. No party to this contract may discriminate on the basis of race. color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. 2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract Failure b~ Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances. or Administrative Code, or under applicable law, with all of such remedies being cumulative. 3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted woi'K and pay all other subcontractors and suppl1ers within thirty (30) days follow1ng receipt of payment from County for such subcontracted woi'K or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released ·and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a cond1tion of payment

lETTER OF INTENT BETWEEN BIDDERfOFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendo(s subm•ttal If not provided with solicitation submittal, the Vendor must supply infomnation within three business days of County's request This form is to be completed and signed for each CBE firm Vendor should scan and upload the completed, signed form(s) in BidSync

Solicitation Number: Z1326601C1 Project TiUe: FLL East Perimeter Road Water Main Improvements

I BidderfOfferor Name: / / c Address· State· Zip:

Authorized Representat•: jPhone: i CBE Subcontractor/Supplier Name: if' ( Address: State: I· Zip: Jf

10/1912o151ttps://www.hidsync.com/IWX Vicwcr/OESHD HstiJ~fielllcnts : Goals 6-5-~0 l·l.hL 9i29/::0 15 p. 79 Broward County Board of Z1326601C1 IWX Furm County Commiss1oners Page of 3

Authorized Representative: C.i !Phone: A. This is a letter of intent between the bidder/offeror on this project and a CSE firm for the CBE to perfonm subcontracting work on this project. B. By signing below, the bidder/offeror is committing to utilize the above-named CBE to perfonm the wOrk described below. c. By signing below, the above-named CBE is committing to perfonm the work described below. o. By signing below, the bidder/offeror and CBE affinm that if the CBE subcontracts any of the work described below, it may only subcontract that work to another CBE.

Worll to be !!!rfonmed by CBE Firm I ;·­ Description CBE Contract Amount1 CBE Percentage of I I .. NAtes· . Total Pro~ Value i' I', ;Vj l ~ I() i ' ;;, .~. 68000 4.002% r' c:r ~ 5b 'l r> --~ ··-·· ,. 1 l:,,· 'T ~---- ~· I 1 ! I i I I i I ! AFFIRMATION: I hereby affirm that the information above is true and correct.

c~~· ...... ra~ctori~UPI! .... __ •• · ... Re ruentallve dp_'1-P.:J? -·-J,:y; -~. l . _ ..... _ __...... :..... ~.Lcr:c -~ ( ignalure} ---: · . (TiUe)

'-----.....:.:~·---'Of:.r.z_;;i(l i: ~£ ure) (Title)

~ isit http:/Miww.census govleosJwv.tw/naics/to search. Match type of work with NAICS code as doselv as possible. t To bEi provided only when !he sohatabon requires that bidder/offer include a dollar amount in its bid--offer

In llle event the b.d!erlofferor does t>Of receiVe awaro ofthe pnme contrad, any and all represantatJons m this Letter or lfltent and Affirmatx:;n shall be null atid voi(J

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec.1-31.5(e)

If applicable, thts form and support1ng documentation should be returned w1th the Vendor's subm1ttal. If not provided with solicitation submittal, the Vendor must supply infonmation within three business days of County's request. Vendor should scan and upload the supporting documentation in BidSync

SOLCITATION NO.: Z1326601C1 PROJECT NAME: FLL East Perimeter Road Water Main Improvements

PRIME CONTRACTOR

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified firms in a good faith effort to meet the CBE goal for th1s solicitation but has not been able to meet !tie goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act}, the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1~81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1~81 .5(e) of the CBE Act, as those factors are applicable with respect to this solicitation. The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

SIGNATURE

PRINT NAME I TITLE.

DATE

10119/201Bllps:il1\1\ll.bid~ync.wm/DP.'\Vh:ll..:r.·OLSill) RskJBtttem..:nts Clll: (ioals 6-5~~014.ht... lJ.':29/201" p. so Broward County Board of Z1326601C1 County Commissioners Broward County Board ol B:d Z1326601C1 County Commissioners

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned wilh the Vendor's submillal If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request This form is lobe completed and signed for each CBE firm. Vendor should scan and upload lhe completed, signed form(s) in BidSync.

Solrcilalron Number Z1326601C1 ProJeCt Tille: FLL Easl Permeler Road Water Marn lmprovemenls Bidder/Offeror Name: !Layne Heavy Civil

Address [. Slate: PL Zrp

Authonzed Representative !Les Archer Phone !954-288-0415

CBE Subcontractor/Supplier Name:

Address: IJ>11ro HAYf.S. sf-- Cty I HoLL"/hloob State z,p -~0--

Authorized Representatrve !Cis.A ~R(}i,: 1 f.t6-~----~-~--- Phone -4,5ifqJ9 J.f). f. A Th1s rs a letter of rnlent between the btdderlofferor on thts project and a CBE firm for the CBE to perform subccntracting work on this project B By signng below, the bidder/offeror is commrlting to uti~ the above-named CBE to perform the work described below. c By sign1ng below. the above-named CBE 1s commttting to perform the work described below D By sigmng below. the bidder/offeror and CBE aff,rm that if the CBE subccntracts any oflhe work descrtbed below, tl may only subcontract that work to another CBE

CBE Percentage of

(TrUe)

8idder/Ofta ror Authorized Representative

[II tiel l~~(19/2015 • Visrt hltp 1/v..ww.census govleos.lwwwlnaicsl to search Match type of work with NAICS code as dosely as poss:ble t To be provided ony when the solicitalron requires that bidder/offer 1nclude a dollar amount tn its btd·otfer

/:1 the event l~e bu::lafferor doc-s M!Jec;;M? ~v.ord of!T>e pmne contract any and all represertlat;ons lfl lf:1s tet;r;t at ·,,:en! and Aftrnl'i1tOfl sha'l be r..:AJ atld v:J;d

10/19:'2015 BidSync p. 81 DPX Form Broward County Board of Page 1 of 3 Z1326601C1 County Commissioners

Supplier Response Form

Office of Economic and Small Business Requirements: CBE Goal Participation A In accordance wrth Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33 Broward County Code of Ord1nances. the County Business Enterprise (CBE) Program is applicable to this contract All Vendors responding to this so!icitation should utilize or attempt to utilize. CBE firms to peliorm at least the assigned participation goal for this contract

B CBE Program Requirements: Compliance w1th CBE partic1pat1on goal requirements is a matter of responsibility; required fon:1s and information should be submitted with solicitation submittal If not provided with sohcitat1on submittal. the Vendor must supply mformation within three business days of the Office of Economic and Small Business Deveiopm€nfs (OESBD) request Vendor 111ay be deemed non-responsible for failure to fully comply w1thm stated time frames.

1. Vendor should Include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor!Supplier, for each cer'Jfied CBE firm the Vendor ,ntends to use to achieve the ass1gned CBE participation goal.

2 If a Vendor 1s unable to atta1n the CBE participation goal. the Vendor should indude 1n 11s solicitation subm1ttal Application for Evaluation of Good Faith Effort and all of the required supporting Information

C The Ver.dor shall only address the base. sohc1tat1on amount for CBE goal participation. No alt.:;rnateioptional item(s) shall be addressed. If the County chooses to exerc1se the right to award altematefoptional solicitation item(s). the CBE participation goal for this solicitatior shall apply to the alternate/optional item(s) recommended to be awarded The County shallrssue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participal!on goal fer the alternate/optional rtem(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result rn rejection of the sohc1tation.

D The Office of Economic and Small Business Development marntams an on-line directory of CBE firms The on-line d1rectory is ava'lable for use by Vendors at j1ttps!lbcegov3.broward [email protected].§JLBusjQess!JiBDirec;!Qr.L~

E For deta1!ed information regarding the County Business Enterprise Program contact the Office oi Economic and Smail Business Development at (954) 35 7-6400 or visit the webSite at htt,p·:twy.tW browar

F. Requirements for Contracts with CBE Goals rf awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.

No party to thrs contract may discriminate on the basis of race, color. sex rel!g1on natrona! orrgin, disability, age. marital status political affiliation, sexual onentation, pregnancy. or gender 1denlity and e)(pression in the peliormance of th1s contract.

2 Vendor sha!l comply with all applic.able requirements of the Broward Coun'y Small Business Development Progra•n in the award and administration of th1s contract Failure by Vendor to carry out any of these requirements shall constitute a 'Tlaterial breach of this contract. which shall permit County to terminate this contract or to exercise any other remedy provided under this contract under the Broward County Code of Ordinances, or Administrative Code, or under applicable law Wllh all of such remedies being cumulative.

3. Vendor shall pay rts CBE subcontractors and suppliers. within fifteen ( 15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor Withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shail be released and paid within fifteen (15) days following receipt of payment of retained amounts from County For all other subcontractors or suppliers. 1f Vendor Withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of reta1ned amounts from County.

4 Vendor understands that the County w111 monitor compliance with the CBE reqLarements Vendor must report monthly on ;ts CBE par:1cipation comrr11tment With its oay requests and is reqcnred as a co:>dit1on of payment

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE !CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned With the Vendor's submittaL If not prov,dea w1th SOI·citat,on suornJttal, ttle Vendor rr.usl supply 'n'ormation ·,v1th:n three business days of County's request This form is to be completed and signed for each CBE firm Vendor should scan and upload the completed, signed form(s) in BidSync.

Bi\lder!Offeror Name:

Sta~e

:eo

CBE Subcontractor/Supplier Name:

10/1912d1ttps://www.bidsync.comiDPXVicwcr/OESBD__ R~~fAA!TlCnts CBE Goals 6-5-2014.ht... 9/29/2015 p. 82 DPX Fonn Broward County Board of Page 2 of 3 Z1326601C1 County Commissioners

Authonzed Representative. Phone:

A Th1s is a letter of intent between the bidder/offeror on th1s project and a CBE firm for the CBE to perform subcontract1na work on this prOJect...... ­ 8 By signmg below, the bidder/offeror 1s comm1tt1ng to ut11!ze the above-named CBE to perform the work descnbed below c By signing below, the above-named CBE is committing to perform the work described below. D. By signmg below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work descnbed below 1t may only subcontract that work to another CBE

Work to be performed by CBE Firm Descnption NAICS CBE Contract Amounlt CBE Percentage of .Total Proiect Value I f.t't\I.J tJ),·I ....('.;'i '-\[1 3.03% I r..2). I r; '-/ :;\ Y 'K.1 ftJ ' : I k-?'2 't f ;:... :) ( 't x'l. ·It' ~ AFFIRMATION: I hereby affirm that the information above 1s true and correct

CBE S~~ontra<;t?riSupplier Authorized Representative ~:zt:~i~-;;_t)r~~,~ . ···------.

Bidde[IOffer~r,futhorized Representative ~-~-;£~.-.·) l.C. (Signature) • Vis1t http i/www census g_ovieoslwMN/nalcsl to search. Match type of work with NAICS code as closelY.. as possible t To be prov1ded only wt1en'lnesoi1Cita!lon requ1res that bidder/offer include a dollar amount in 1ts bid-offer.

fn tJJe event rne b;ddenofferordoe.s not receive a.vard of :_11e pn~r.e e nufi and votd

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81 .5( e)

If applicable, this form and supporting documentation should be returned with the Vendor's submittal. If not provided with solicitation submittal. the Vendor must supply mformation within three business days of County's request. Vendor should scan and upload the supporting documentation in BidSync.

SOLCITATION NO. Z1326601C1 PROJECT NAME FLL East Penmeter Road Water Matn Improvements

PRIME CONTRACTOR

ADDRESS TELEPHONE

The undersigned representative of the pnme contractor represents that his/her firm has contacted County Business Enterprise (CBE) certJfied firms in a good faith effort to meet the CBE goal for th1s solicitation but has not been able to meet the goal Cons1stent w1th the requirements of the Business Opportunity Act of 2012 (the Act). the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prirne contractor as an attachment to this applica110n and the other factors listed 1n Secticn 1-81 .5( of the CBE Act as those factors are w1th respect to this so!ic:itatlon The p:ime ::;,):>tractor that the of good fa;th effort is made by tre Director of tr~e -:Jff1ce :_..,f ~nd Srna~! t3t-s~ness. D::,,;e1o;:r~,.:;~,t .:?~t;i i~ sJCject ::;

SIGNr\TURE

PRINT NAME I TITLE

DATE

10/ ~, @Mps:i/www.bidsync.com/DPXVicwer/OESBD_Reel~l,:~!!lents 1 2 _CBE__Goals_6-5-20 14.ht... 9/29/2015 p. 83 Broward County Board of Z1326601C1 County Commissioners

OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT Governmental Center Annex 115 S. Andrews Avenue, Room A680 • Fort Lauderdale, Florida 33301 954-357-6400 • FAX 954-357-5674 • TIY 954-357-5664

July 7, 2015

Mr. Steve Bauer BAUER CONSTRUCTION CORPORATION 1812 NE 22nd Terrace Fort Lauderdale, FL 33305

Dear Mr. Bauer:

The Broward County Office of Economic and Small Business Development is pleased to announce that your firm's County Business Enterprise and Small Business Enterprise certification has been renewed.

Your firm's certification is continuing from your anniversary date, but is contingent upon the firm verifying its eligibility annually through this office. You will be notified in advance of your obligation to continue eligibility in a timely fashion. However, the responsibility to assure continued certification is yours. Failure to document your firm's continued eligibility for the CBE and SBE program within thirty (30) days from your anniversary will result in the expiration of your firm's certification. Should you continue to be interested in certification after it has expired, you will need to submit a new application and all required supporting documentation for review.

To review current Broward County Government bid opportunities visit: '-"""-'-'-'-'-'-'...'.:.'-""-"'-'-'-~'"""='.!'""'-""''-'-"'~'""~~,~~="~"'~"-"'""-'"""' Bid opportunities over $3,500 will be advertised to vendors via e-mail. Please keep both the Purchasing Division and the Office of Economic and Small Business Development apprised of your current e-mail address.

Your primary certification group is: Construction Services. This is also how your listing in our directory will read. You may access your firm's listing by visiting the Office of Economic and Small Business Development Directory, located on the internet at:

Your firm may compete for, and perform work on Broward County projects in the following areas:

NAICS CODE: 238990, 321.114, 332618

We look forvvard to working with you to achieve greater opportunities for your business through county procurement.

Sincerely,

Sandy-Michael McDonald. Director Office of Economic and Small Business Development

Cert Agency: BC-CBE SBE ANNIVERSARY DATE: MAY 31ST Broward County Board oi County Com'lliSSloners \!srK D. 8:::(!Bn • 8ea;r ;:;..;r: • V S. r-:·:;\r,ess • ro.)a:iin Oav;d Kiar • Chip :_atJarca a Stacy Ritter • Ti:"n Rya·1 • 3a~bara Sl:znef • \fj;;·-der W'Nw.broward.org

10/19/2015 B1dSync p. 84 Broward County Board of Z1326601C1 County Commissioners

VENDOR ACKNOWLEDGEMENT

This form must be completed and submitted with the Vendor's submittal. Failure to comply will deem vendor non­ responsive.

1. LEGAL BUSINESS NAME: LAYNE HEAVY CIVIL, INC.

2. FEDERAL EMPLOYER ID. NO. (FEIN): 20·3512785

3. DUN AND BRADSTREET NO.: o0-696·5917

4. DOING BUSINESS AS/ FICTITIOUS NAME (if applicable):

5. WEBSITE ADDRESS (if applicable): LAYNE.COM

6. PRINCIPAL PLACE OF BUSINESS ADDRESS: 1117 NW 55th Street, Ft. Lauderdale, FL 33309

TELEPHONE NO.: 954-561-0942 FAX NO.: 954-491·5427

8. TYPE OF BUSINESS (check appropriate box):

~ Corporation (Specify the State of Incorporation): INDIANA D Sole Proprietor 0 Limited Liability Corporation D Limited Partnership (LLC) 0 General Partnership (State and County filed in) 0 Other- Specify 9. AUTHORIZED CONTACT FOR YOUR FIRM:

Name: OSCAR BELLO Title: PROJECT MANAGER Telephone Number: 954-650-0164 Fax Number: 305-735-4341 E-mail: [email protected]

10. LIST ALL ADDENDA ACKNOWLEDGED: 1 ,2,3,4,5,6,7 ,8,9, 10, 11,12, 13,14

BY EXECUTING THIS ACKNOWLEDGEMENT FORM, VENDOR ACKNOWLEDGES AND ACCEPTS ALL GENERAL CONDITIONS AND SPECIAL INSTRUCTIONS.

Les Archer President *AUTHORIZED SIGNATURE/NAME TITLE DATE

• I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate. true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation. firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

10/19/2015 BidSync p. 85 Broward County Board of Z1326601C1 County Commissioners

VENDOR QUESTIONNAIRE

The completed Vendor Questionnaire should be submitted with the solicitation response but must be submitted within three business days of County's request. Failure to provide the completed questionnaire timely may result in the Vendor being deemed non-responsive. If a response requires additional information, the Vendor should attach/upload a written detailed response; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. LIST NAME AND TITLE OF EACH PRINCIPAL, OWNER, OFFICER, AND MAJOR SHAREHOLDER:

a) LES ARCHER, PRESIDENT b) J. MICHAEL ANDERSON, VPICFO c) STEVEN F. CROOKE, VPISECRETARY d) LIZ SMITH, ASST SECRETARY

2. Specify the type of services or commodities your frrm offers: General Contractor specializing in underground utilities

3. How many years has your firm been in business while providing the services and/or products offered within this solicitation? so

4. Is your firm's business regularly engaged in and routinely selling the product(s) or services offered within this solicitation? EIYes 0 No

5. Does your firm affirm that it is currently authorized by the manufacturer as a dealer/seller of the product(s) offered herein, and warranty offered is the DYes 0 No manufacturer's warranty with Broward County recorded as the original purchaser? The County reserves the right to verify prior to a recommendation of award. R:l N/A (if service)

6. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached a written response. []Yes 0 No

7. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached a written response. []Yes 0 No 8. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three []Yes No years? If yes, specify details in an attached a written response. 0

9. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached a written response. []Yes 0 No

10. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached a written response, including contact information for owner and surety []Yes No company. 0

Vendor Name: Layne Heavy Civil, Inc.

11. If requested, will your firm extend the same price, terms and conditions to other governmental entities during the period covered by this contract? DYes El No

12. Would your firm accept a Visa credit card as payment from Broward County? []Yes 0 No 13. Livinq Waqe solicitations only: In determininq what, if any, fiscal impacts(s) are a

10/19/2015 Bid Sync p. 86 Broward County Board of Z1326601C1 County Commissioners result of the Ordinance for this solicitation, provide the foilowing for ·informational purposes only. Response is not considered in determining the award of this contract. DYes 0 No Living Wage had an effect on the pricing. @ N/A If yes, Living Wage increased the pricing by% or decreased the pricing by %.

14. Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

Select One:

0 Vendor certifies that this offer is made independently and free from collusion; or

0 Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name (s), and relationship(s) with its submittaL

Questions 15 -18 are only applicable to service contracts or a construction contracts (repair, maintain or furnish and install) solicitations: 15. What similar on-going contracts is your firm currently working on? If additional space is required, provide on separate sheet. Miami Shores Islamorada Cudjoe Key

16. Has your firm completely inspected the project site(s) prior to submitting ~Yes 0 No response?

17. Will your firm need to rent or purchase any equipment for this contract? If ~Yes 0 No yes, please specify details in an attached a written response.

18. What equipment does your firm own that is available for this contract? See attached equipment list

Vendor Name: Layne Heavy Civil, Inc.

19. Provide at least three (3) individuals, corporations, agencies, or institutions for which your firm has completed work of a similar nature or in which your firm sold similar commodities in the past three (3) years. Contact persons shall have personal knowledge of the referenced project/contract. Only one (1) Broward County Board of County Commissioners agency reference may be submitted. If any of the following references are inaccessible or not relevant, additional references may be requested by the County.

Reference No. 1:

DESIGN/BUILD CONSTRUCTION SERVICES· WATER AND SEWER UTILITIES Scope of Work: VILLAGE OF ISLAMORADA Contract/Project Title: VILLAGE OF ISLAMORADA Agency: GREG TINDLE, WASTEWATER PROGRAM MANANGER Contact Name/Title:

Contact Telephone: 305-664-6451 Email: [email protected]

10/19/2015 Bid Sync p.87 Broward County Board of Z1326601C1 County Commissioners AUGUST 2012 ·PRESENT Contract/Project Dates {Month and Year): 100,000,000.00 Contract Amount:

Reference No. 2:

DESIGN/BUILD CONSTRUCTION SERVICES • WATER AND SEWER UTILITIES Scope of Work: VILLAGE OF MIAMI SHORES Contract/Project Title: VILLAGE OF MIAMI SHORES Agency SCOTT DAVIS, DIRECTOR PUBLIC WORKS DEPT Contact Name/Title:

Contact Telephone: 305-795-2210 Email: [email protected] JANUARY 2015 ·PRESENT Contract/Project Dates {Month and Year): 2,600,000.00 Contract Amount:

Reference No. 3:

DESIGN/BUILD CONSTRUCTION SERVICES • WATER AND SEWER UTILITIES Scope of Work: FKAA • CUDJOE KEY Contract/Project Title: FLORIDA KEYS AQUEDUCT AUTHORITY Agency: TOM WALKER, P.E. Contact Name/Title:

Contact Telephone: 305·295·2140 Email: [email protected] 2013 • PRESENT Contract/Project Dates {Month and Year): 97,000,000 Contract Amount:

Name of Vendor: Layne Heavy Civil, Inc.

10/19/2015 Bid Sync p 88 Broward County Board of Z1326601C1 County Commissioners

Litigation History Requirement:

A. The County will consider a Vendor's litigation history information in its review and determination of responsibility. All Vendors are required to disclose to the County all "material" cases filed or resolved in the three (3) year period ending with the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. If the Vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture.

B. For each material case, the Vendor is required to provide all information identified, on the Litigation History Form.

C. For purpose of this disclosure requirement, a "case" includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

1. A similar type of work that the Vendor is seeking to perform for the County under the current solicitation;

2. An allegation of negligence, error or omissions, or malpractice against the Vendor or any of its principals or agents who would be performing work under the current solicitation;

3. A Vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

4. The financial condition of the Vendor, including any bankruptcy petition (voluntary and involuntary); or

5. A criminal proceeding or hearing concerning business-related offenses in which the Vendor or its principals (including officers) were/are defendants.

D. Notwithstanding the descriptions listed in paragraphs 1 - 5 above, a case is not considered to be "material" ifthe claims raised in the case involve only garnishment, auto negligence, personal injury, or a proof of claim filed by the Vendor.

E. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

F. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive. Prior to making such determination, the Vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material.

10/1SI2015 Bid Sync p.69 Broward County Board of Z1326601C1 County Commissioners

LITIGATION HISTORY FORM

The completed and signed form(s) should be returned with the Vendor's submittaL If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes

0 There are no material cases for this Vendor; or 0 Material Case(s) are disclosed below: --­ Is this for a: (check type) /It Yes, Name of Parent/Subsidiary/Predecessor: .D Parent, []Subsidiary, or ---~ .D Predecessor Firm? 1 or NoD Party I Vendor is Plaintiff 0 Vendor is Defendant 0 Case Number, Name, SEE ATTACHED and Date Filed I PLE~SE

Name of Court or other tribunal

Type of Case Bankru~~D Civil 0 Criminal 0 Administrative/Regulatory 0 Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project I Involved ·~- Pending .0 Settled 0 Dismissed 0 Disposition of Case

(Attach copy of any applicable Judgment Vendor's Favor D Judgment Against Vendor 0 Judgment, Settlement Ag reement and Satisfaction of If Judgment Agamst. IS Judgment Satisfied? Yes D No 0 Jud ment.)

Name: Opposing Counsel Email:

Telephone Number:

Vendor Name: LAYNE HEAVY CIVIL, INC.

1011912015 BidSync p. 90 Broward County Board of Z1326601C1 County Commissioners

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33, Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development's (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -I i n e d i recto r y i s a v a i I a b I e f o r u s e by V e n d o r s a t https://bcegov3.broward.org/SmaiiBusiness/SBDirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmaiiBusiness/

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.

1011912015 Bid Sync p. 91 Broward County Board of Z1326601C1 County Commissioners 3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment

10/19/2015 Bid Sync p.92 Broward County Board of Z1326601C1 County Commissioners

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor's submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request. This form is to be completed and signed for each CBE firm. Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: Z1326601C1 Project Title: FLL East Perimeter Road Water Main Improvements

Bidder/Offeror Layne Heavy Civil, Inc. Name:

Address: 4520 N State Road 37 City Orleans State: IN Zip: 47452

Authorized Oscar Bello Phone: 954-650-0164 Representative:

CBE Subcontractor/Supplier Bauer Construction Corp Name:

Address 1812 NE 22nd Terr City: FT. Lauderdale State: FL Zip: 33305

Authorized Steve Bauer Phone: 954-760.9644 Representative:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for the CBE to perform subcontracting work on this project. B. By signing below, the bidder/offeror is committing to utilize the above-named CBE to perform the work described below. c. By signing below, the above-named CBE is committing to perform the work described below. D. By signing below, the bidder/offeror and CBE affirm that if the CBE subcontracts any of the work described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm Description NAICS CBE Contract CBE Percentage of Amountt Total Prqject Value Fence 238990 51488.40 3.06% \ Stri~ing 237310 25797.05 1.53% MOT/Asphalt! Rock 212399 340000.00 20.20

AFFIRMATION: I hereby affirm that the information above is true and correct

CBE Subcontractor/Supplier Authorized Representative

Steve Bauer President 10/19/2015 (Signature) (Title) (Date)

Bidder/Offeror Authorized Representative

Les Archer President 10/19/2015

10119/2015 BidSync p. 93 Broward County Board of Z1326601C1 County Commissioners (Signature) (Title) (Date)

*Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible. t To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

In the event the bidder/offeror does not receive award of the prime contract. any and all representations in this Letter of Intent and Affirmation shall be null and void

10/1912015 Bid Sync p.94 Broward County Board of Z1326601C1 County Commissioners

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor's submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request. Vendor should scan and upload the supporting documentation in BidSync.

SOLCITATION NO.: Z1326601C1 PROJECT NAME: FLL East Perimeter Road Water Main Improvements

PRIME CONTRACTOR

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certified firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81 .S(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1­ 81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation. The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

SIGNATURE:

PRINT NAME I TITLE:

DATE: Frozon

10/19/2015 Bid Sync p. 95 Broward County Board of Z1326601C1 County Commissioners

DOMESTIC PARTNERSHIP REQUIREMENTS CERTIFICATION FORM

The completed and signed form should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Domestic Partnership Act, Section 16 Y:z -157, Broward County Code of Ordinances, as amended, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County's Domestic Partnership Act, Section 16-Y:z -157, Broward County Code of Ordinances, as amended; and certifies the following: (check only one below).

~ 1. The Vendor currently complies with the requirements of the County's Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees' spouses.

0 2. The Vendor will comply with the requirements of the County's Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees' spouses.

0 3. The Vendor will not comply with the requirements of the County's Domestic Partnership Act at time of award.

04. The Vendor does not need to comply with the requirements of the County's Domestic Partnership Act at time of award because the following exception(s) applies: (check only one below). 0 The Vendor employs less than five (5) employees. 0 The Vendor is a governmental entity, not-for-profit corporation, or charitable organization. 0 The Vendor is a religious organization, association, society, or non-profit charitable or educational institution. 0 The Vendor does not provide benefits to employees' spouses. 0 The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent). 0 The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

Les Archer President 9·30·2015 AUTHORIZED SIGNATURE/ NAME TITLE DATE

10/1912015 BidSync p. 96 Broward County Board of Z1326601C1 County Commissioners

DRUG-FREE WORKPLACE REQUIREMENT CERTIFICATION FORM

The completed and signed form should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board Award be made only to firms certifying the establishment of a drug free workplace.

The undersigned vendor hereby certifies that it will provide a drug-free workplace program by:

(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: i. The dangers of drug abuse in the workplace; ii. The offeror's policy of maintaining a drug-free workplace; iii. Any available drug counseling, rehabilitation, and employee assistance programs; and iv. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph ( 1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: i. Abide by the terms of the statement; and ii. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: i. Taking appropriate personnel action against such employee, up to and including termination; or ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (1) through (6).

Les Archer President 9-30-15 AUTHORIZED SIGNATURE/ NAME TITLE DATE

10119/2015 Bid Sync p.97 Broward County Board of Z1326601C1 County Commissioners

LOCAL BUSINESS OR LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION FORM

The completed and signed form and a copy a business's local business tax receipt (or if exempt, documentation establishing physical presence at location for one year prior to bid submission) should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Failure to timely submit may render the business ineligible for application of the Local Preference.

This form is used to determine applicability of Local Preference, in accordance with Section 1-74, et. seq., Broward County Code of Ordinances. A local business or locally-headquartered business in Broward County or Miami-Dade County, meeting the requirements is eligible for Local Preference, in accordance with the Broward County Local Preference Ordinance and Broward County's lnterlocal Reciprocity Agreement with Miami-Dade County.

If the low responsive and responsible bidder is not a local or a locally-headquartered business, any and all qualifying local businesses submitting a price within ten percent (1 0%) of the non-locallow responsive and responsible bidder, and any and all qualifying locally-headquartered businesses submitting a price within fifteen percent (15%) of the non-local low responsive and responsible bidder, then all qualifying bidders shall have an opportunity to submit a best and final bid, equal to or lower than the low bid.

If the low responsive and responsible bidder is a local business, but not a locally-headquartered business, then any and all locally-headquartered businesses submitting a bid price within five percent (5%) of the local low bidder shall have an opportunity to submit a best and final bid equal to or lower than the low bid.

All qualifying bidders must be determined responsive and responsible prior to submitting a best and final bid. Award, if any, shall be made to the responsive and responsible bidder offering the lowest best and final bid regardless of location.

A Local Business is a business which: A. possesses a valid local business tax receipt (or if exempt documentation establishing physical presence at location) issued at least one year prior to bid or proposal submission; B. has a physical business address located within the limits of the County from which the business operates or performs business; C. is in an area zoned for the conduct of the business; and D. provides a substantial component of goods and/or services being offered from that location.

A Locally-Headquartered Business is a business which: has its principal place of business within the County. A principal place of business is defined as the nerve center of overall direction, control, and coordination of activities of the business. If a business only has one location, the location shall be considered the principle place of business.

Vendor shall check all that apply. Vendor hereby certifies it is a:

Local Business 0 Locally-Headquartered Business

Local or Locally-Headquartered Business 1117 NW 55th Street, Ft. Lauderdale, FL 33309 Address:

0 Vendor is not a Local Business or Locally-Headquartered Business in Broward County or Miami Dade County.

10/19/2015 Bid Sync p. 98 Broward County Board of Z1326601C1 County Commissioners

Les Archer President Layne Heavy Civil, Inc. 10-19-2015 Authorized Signature/Name Title Vendor Name Date

10/19/2015 Bid Sync p. 99 Broward County Board of Z1326601C1 County Commissioners

SCRUTINIZED COMPANIES LIST REQUIREMENT CER1*1FICATION FORM

The completed and signed form(s) should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that: a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

Les Archer President layne Heavy Civil, Inc. 9-30-15 Authorized Signature/Name Title Vendor Name Date

10/19/2015 Bid Sync p 100 Broward County Board of Z1326601C1 County Commissioners

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORM

The completed and signed form{s) should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers {firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals applY- to the contract, only non-certified firms shall be identified on the form. A non-certifiea firm is a firm that is not listed as a firm for attainment of participation goals (ex. Co.urtY. Business Enterprise or Disadvantaged Business Enterprise), if applicaBle to the sohc1tat1on. C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.

D. After completion of the contract/final payment, the Vendor shall certify the final list of non­ certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract. If none, state "none" on this form. Use additional sheets as needed. Vendor should scan and upload any additional form{s} in BidSync.

1. Subcontracted Firm's Name: None, CBE Goal Met with 24% Subcontractor Subcontracted Firm's Address: Subcontracted Firm's Telephone Number: Contact Person's Name and Position: Contact Person's E-Mail Address: Estimated Subcontract/Supplies Contract Amount: Type of Work/Supplies Provided:

2. Subcontracted Firm's Name: Subcontracted Firm's Address: Subcontracted Firm's Telephone Number: Contact Person's Name and Position: Contact Person's E-Mail Address: Estimated Subcontract/Supplies Contract Amount: Type of Work/Supplies Provided:

I certify that the information submitted in this report is in fact true and correct to the best of my knowledge.

Les Archer President Layne Heavy Civil, Inc. 10/19/2015 Authorized Signature/Name Title Vendor Name Date

10/19 12015 BidSync p. 101 Broward County Board of Z1326601C1 County Commissioners

Workforce Investment Program Requirements:

A. In accordance with Broward County Workforce Investment Program, Administrative Code, Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered contract if the open-end contract award value exceeds $500,000 per year or if the individual project value exceeds $500,000 under a fixed-term contract The Program encourages Vendors to utilize CareerSource Broward (CareerSouce) and their contract partners as a first source for employment candidates for work on County-funded projects, and encourages investment in Broward County economic development through the hiring of economically disadvantaged or hard-to-hire individuals.

B. Compliance with the Program, including compliance with First Source Referral and the Qualifying New Hires goals, is a matter of responsibility. Vendor should submit the Workforce Investment Program Certification Form with its response. If not provided with solicitation submittal, the Vendor must supply within three business days of County's request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

C. The following is a summary of requirements contained in the Program. This summary is not all-inclusive of the requirements of the Program. If there is any conflict between the following summary and the language in the Program, the language in the Program shall prevail. In compliance with the Program, Vendor (and/or its subcontractors) shall agree to:

1. be bound to contractual obligations under the contract;

2. use good faith efforts to meet First Source Referral goal for vacancies that result from award of this contract

3. publicly advertise any vacancies that are the direct result of this contract, exclusively with CareerSource for at least five (5) business days;

4. review qualifications of CareerSource's Qualified Referrals and use good faith efforts to interview Qualified Referrals that appear to meet the required qualifications;

5. use good faith efforts to hire Qualifying New Hires (as defined by the Program) for at least fifty percent (50%) of the vacancies (rounded up) that are the direct result of this contract;

6. obtain a hired worker's written certification, attesting to a status as a Qualifying New Hire, Economically Disadvantaged Worker, or Hard-to-Hire worker (if applicable);

7. retain records relating to Program requirements, including: records of all applicable vacancies; job order requests to CareerSource; qualified referral lists; and records of candidates interviewed and the outcome of the interviews.

8. provide to the County any documents and records demonstrating Vendor's compliance and good faith efforts to comply with the Program;

9. submit tp the Co4ntv an annual report by January 31st and within 30 days of contract completron or exprrafion; and

1011912015 BidSync p 102 Broward County Board of Z1326601C1 County Commissioners 10. ensure that all of its subcontractors comply with the requirements of the Program.

D. Further information about the Program, Vendor's obligations, and the Qualifying New Hire's certification form may be obtained on the Office of Economic and Small Business Development website:

broward.org/econdev/Pages/WorkforcelnvestmentProgram.aspx. Vendor is responsible for reading and understanding requirements of the Program.

E. Subcontractors: Vendor's subcontractors shall use good faith efforts to meet the First Source Referral and the Qualifying New Hires goals, in accordance with the Program. The Vendor shall include in any subcontracts a requirement that the all subcontractors comply with the Program requirements. The Vendor shall be responsible for compliance by any subcontractor with the Program as it applies to their subcontract.

F. Reporting: Vendor shall maintain and make available to County upon request all records documenting Vendor's compliance and its subcontractors' compliance with the requirements of the Program, and shall submit the required reports to the Contract Administrator annually by January 31 and within thirty (30) days after the conclusion of this contract. Failure to timely comply with reporting requirements shall constitute a material breach of this contract.

G. Evaluation: The Contract Administrator will document the Vendor's compliance and good faith efforts as part of the Vendor's Performance Evaluation.

H. Failure to demonstrate good faith efforts to meet the First Source Referral and the Qualifying New Hires goal shall constitute a material breach of this contract.

10/19/2015 BidSync p 103 Broward County Board of Z1326601C1 County Commissioners

WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM

This form(s} should be returned with the Vendor's submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County's request. Vendor may be deemed non-responsible for failure to comply within stated timeframes.

In accordance with the Workforce Investment Program:

Layne Heavy Civil, Inc. (Vendor) agrees to be bound to the contractual obligations of the Workforce Investment Program, Broward County Administrative Code Section 19.211, requiring our firm to use good faith efforts to meet the First Source Referral Goal and the Qualifying New Hires Goal.

The statement must be signed by an authorized signatory of the firm. Receipt of the signed statement from the Vendor is a matter of responsibility. A firm not offering an affirmative response in this regard will be found "non-responsible" to the solicitation and not eligible for further evaluation or award.

Les Archer President 10/19/2015 AUTHORIZED SIGNATURE/NAME TITLE DATE

10/19/2015 BidSync p. 104 Broward County Board of Z1326601C1 County Commissioners

TRENCH SAFETY ACT REQUIREMENT FORM

The completed and signed form(s) should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must submit within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

Florida Trench Safety Act, Section 553.60, Florida Statutes, incorporates the Occupational Safety & Health Administration (OSHA) excavation safety standards, 29 C.F.R Section 1926.650, as Florida's own standards. The Trench Safety Act will apply to any individual project that has trenches in excess of 5 feet deep.

The Vendor, by virtue of the solicitation submission, affirms that the Vendor is aware of this Act, and will comply with all applicable trench safety standards, including any special shoring requirements, if applicable. Such assurance shall be legally binding on all persons employed by the Vendor and subcontractors.

The Vendor is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. The Vendor further identified the costs and methods summarized below: (fill in either Open-End or Fixed Contract section)

Open -end Contract: Description Unit of Measure Unit Price Method Sheeting and Shoring Per LS 10000 Trench Box CFR 1926, Subpart B

Special Shoring, if SQ. FT. applicable: Not Applicable

Fixed Contract: Description Unit of Quantity Unit Price Ext. Price Method Measure

Special Shoring, if applicable: SQ. FT. Unit Price Method

Total $ 10000

Les Archer President Layne Heavy Civil, Inc. 10/16/2015 Authorized Signature/Name Title Vendor Name Date

10/19/2015 Bid Sync p. 105 Broward County Board of Z1326601C1 County Commissioners

Security Requirements: Aviation Department (Airport Security Program and Aviation Regulations)

A Vendor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Vendor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Vendor agrees to comply with the County's Airport Security Program and the Air Operations Area (AOA) Vehicle Access Program, and any amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sublessees, employees, invitees and guests observe these requirements.

B. If required by the Aviation Department, Vendor shall conduct background checks of its employees in accordance with applicable Federal Regulations.

C. If as a result of the acts or omissions of Vendor, its sublessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then Vendor agrees to pay and/or reimburse to County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorney's fees and all costs incurred by County in enforcing this provision. Vendor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency with jurisdiction. In the event Vendor fails to remedy any such deficiency, the County may do so at the sole cost and expense of Vendor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

D. Access to Security Identification Display Areas and Identification Badges. The Vendor shall be responsible for requesting the Aviation Department to issue Airport Issued Identification Media to all employees who are authorized access to Security Identification Display Areas ("SIDA") on the Airport, as designated in the Airport Security Program. In addition, Vendor shall be responsible for the immediate reporting of all lost or stolen Airport Issued Identification Media and the immediate return of the media of Vendor's personnel transferred from the Airport, or terminated from the employ of the Vendor, or upon termination of this Agreement. Before an Airport Issued Identification Media is issued to an employee, Vendor shall comply with the requirements of applicable federal regulations with regard to fingerprinting for criminal history record checks and security threat assessments, and shall require that each employee complete security training programs conducted by the Aviation Department. The Vendor shall pay or cause to be paid to the Aviation Department such charges as may be established from time to time for lost or stolen Airport Issued Identification Media and those not returned to the Aviation Department in accordance with these provisions. The Aviation Department shall have the right to require the Vendor to conduct background investigations and to furnish certain data on such employees before the issuance of Airport Issued Identification Media, which data may include the fingerprinting of employee applicants for such media.

E. Operation of Vehicles on the AOA: Before the Vendor shall permit any employee of Vendor or of any subcontractor/subconsultant to operate a motor vehicle of any kind or type on the AOA

10/19/2015 Bid Sync p. 106 Broward County Board of Z1326601C1 County Commissioners (and unless escorted by an Aviation Department approved escort), the Vendor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses. In addition, any motor vehicles and equipment of Vendor or of any subcontractor/subconsultant operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

F. Consent to Search/Inspection: The Vendor agrees that its vehicles, cargo, goods and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The Vendor further agrees on behalf of itself and its subcontractors/subconsultants, that it shall not authorize any employee or other person to enter the AOA unless and until such employee or other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Vendor acknowledges and understands that the foregoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, Vendor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the Vendor or by any subcontractor/subconsultant at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the Vendor or by any subcontractor /su bconsu ltant.

G. Vendor understands and agrees that if any of its employees, or the employees of any of its subcontractor/subconsultant, are required in the course of the work to be performed under this Agreement to access or otherwise be in contact with Sensitive Security Information ("SSI") as defined and construed under federal law, that individual will be required to execute a Sensitive Security Information Non-Disclosure Agreement promulgated by the Aviation Department.

H. The provisions hereof shall survive the expiration or any other termination of this Agreement.

10/19!2015 BidSync p. 107 Broward County Board of Z1326601C1 County Commissioners

Bid Guaranty, Performance and Payment Guaranties, and Qualifications of Surety Requirements:

A Bid Guaranty: A Vendor must submit a bid bond, executed by a surety company meeting the Qualifications of Surety Requirements, with its response. Failure to submit a bid guaranty by solicitation due date and time, and in accordance with instructions will deem Vendor non­ responsive.

1. In lieu of a bid bond, the following will be acceptable: cash, money order, certified check, cashier's check, an original Bid Guaranty - Unconditional Letter of Credit treasurer's check or bank draft of any national or state bank (United States). A personal check or a company check of a Vendor is not a valid bid guaranty.

2. The bid guaranty shall be in an amount equal to five percent (5%) of the total price offered. payable to the Board of County Commissioners and conditioned upon the successful Vendor providing the Performance and Payment Guaranty, evidence of insurance, or any other requirements set forth within the solicitation, within 15 calendar days after notification of award of the contract.

3. Guaranty of the successful Vendor shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Vendor fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth in the solicitation. Upon request, bid guaranties of unsuccessful vendors will be returned after award of contract or expiration of bid validity.

4. Vendors must either submit an electronic bid bond through BidSync or submit an original bid guaranty to the Purchasing Division, by solicitation due date and time, or Vendor may be deemed non-responsive.

a. To submit an electronic bid bond, Vendor must submit through BidSync, using Surety 2000. The Vendor should copy and paste the information from Bid Sync and provide to the bonding agent; the bonding agent should copy and paste information provided by Vendor into the Surety 2000 system to reduce errors. An original bid bond will not be required when the bid bond is submitted electronically through Surety 2000. Note - Vendors, bonding agents, and surety companies must be registered with Surety 2000 to use the service; contact Surety 2000 to find out information regarding their service. Broward County's vendor identification number for Surety 2000 is P06145037.

b. To submit an original bid guaranty, in lieu of submitting an electronic bid bond through BidSync, Vendor must submit an original bid guaranty in a sealed envelope, with the solicitation number, solicitation title, date and the time of bid opening, and address listed on the envelope. A copy of the bid guaranty should also be uploaded into Bid Sync; this does not replace the requirement to have an original bid guaranty. Vendors must submit the original bid guaranty, by the solicitation due date and time, to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

B. Performance and Payment Guaranties: within 15 calendar days of being notified of the award of contract, Vendor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond Form and Payment Bond Form.

10119/2015 Bid Sync p. 108 Broward County Board of Z1326601C1 County Commissioners 1. The bonds shalf be in the amount of one hundred percent (100%) of the contract amount guaranteeing to County the completion and performance of {he work covered in such Contract as well as full payment of all suppliers, material men, laborershor subcontractors employed pursuant to this project. Such bond(s) shall be wit a surety company which is qualified pursuant to the section, Qualifications of Surety. 2. Each bond shall continue in effect for one year after completion and acceptance of the work with liabiliW equal to one hundred percent (1 00%) of the Contract price or an additional bond shall be conditioned that the Vendor will upon notification by the County, correct any defective or faulty work or materials which appear within one year after completion ofthe Contract. 3. Pursuant to the requirements of Section 255.05(1), Florida StatutesbVendor shall ensure that the bonds referenced above shall be recorded in the pu lie records of Broward County and provide County with evidence of such recording. 4. In lieu of the performance and payment bond, Vendor may furnish an alternate form of security which maY. be in the form of cash money order, certified check, cashier's check or an original Irrevocable Letter of Credit. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by the County for one year after completion and acceptance of the work.

5. The Vendor is required at all times to have valid Performance and Payment Guaranties (or other approved security) in force covering the work being performed.

6. The Vendor agrees to keep such Guaranties (or other security) in effect for the duration of the contract. If the contract is extended or renewed, it shall be subject to the same bonding (or other approved security) requirements. C. Qualifications of Surety Requirements: A bid bond performance bond, and payment bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida, having a resident agent in the State of Florida, and having been in business with a record of successful continuous operation for at least five years. 1. In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications: a. The surety company shall hold a current Certificate of Authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revision. If the amount of the Bond exceeds the underwnting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess nsks must be_protected by coinsurance, reinsurancE?_ or other methods in accordance with Treasury Circular 297, Revised (31 DFK Section 223.10 Section 223.11 ). Furtherhthe surety company shall provide the County with evidence satisfactory tot e County, that such excess risk has been protected in an acceptable manner. b. The surety company shall hold a current Certificate of Authority with the Florida Office of insurance Regulation. c. The surety company shall have at least the following minimum ratings:

Surety Financial Amount of Bond Ratings Size Category

$500,001 to $1,000,000 A, A- Class I $1,000,001 to $2,000,000 A, A- Class II $2,000,001 to $5,000,000 A Class Ill $5,000,001 to $10,000,000 A Class IV $10,000,001 to $25,000,000 A Class V $25,000,001 to $50,000,000 A Class VI $50,000,001 to or more A Class VII

10/19'2015 Bid Sync p. 109 Broward County Board of Z1326601C1 County Commissioners 2. For projects which do not exceed $500,000, the County shall accept a Bid Bond and Performance and Payment Bond from a surety company wh1ch has twice the minimum surplus and capital required by the Florida Office of Insurance Regulation at the time the solicitation 1s issuedI if the surety company is otherwise in compliance with the provisions of the Florida nsurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States De_partment of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code. 3. If the surety company fails to meet the minimum standards, a bond from a surety that meets the minimum standards must be provided to satisfy the bonding requirements.

10/19/2015 BidSync p. 110 Broward County Board of Z1326601C1 County Commissioners

Insurance Requirements: (Refer to the Insurance Requirement Form)

A The insurance requirement designated in the Insurance Requirement Form indicates the minimum coverage required for the scope of work, as determined by the Risk Management Division. Vendor shall provide verification of compliance such as a Certificate of Insurance, or a letter of verification from the Vendor's insurance agent/broker, which states the ability of the Vendor to meet the requirements upon award. The verification must be submitted within three business days of County's request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid.

B. Without limiting any of the other obligations or liabilities of Vendor, Vendor shall provide, pay for, and maintain on a primary basis in force until all of its work to be performed under this Contract has been completed and accepted by County (or for such duration specified), at least the minimum insurance coverage and limits set forth in the Insurance Requirement Form under the following conditions listed below. If a limit or policy is not indicated on Insurance Requirement certificate by a checked box, it is not required as a condition of this contract.

1. Commercial General Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage, and when indicated a minimum limit per aggregate. County is to be expressly included as an Additional Insured in the name of Broward County arising out of operations performed for the County, by or on behalf of Vendor, or acts or omissions of Vendor in connection with general supervision of such operation. If Vendor uses a subcontractor, then Vendor shall require that subcontractor names County as an Additional Insured.

2. Business Automobile Liability with minimum limits per occurrence, combined single limit for bodily injury and property damage. Scheduled autos shall be listed on Vendor's certificate of insurance. County is to be named as an additional insured in the name of Broward County.

Note: Insurance requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages as indicated on the Insurance Requirement certificate, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the Insurance Requirement certificate are still required.

Vendor should indicate how product is being delivered:

Company Vehicle: Yes 0or No 0

If Common Carrier (indicate carrier):

Other:

3. Workers' Compensation insurance to apply for all employees in compliance with Chapter 440, the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. The policy must include Employers' Liability with minimum limits each accident. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.

1011912015 BidSync p. 111 Broward County Board of Z1326601C1 County Commissioners

4. Excess Liability/Umbrella Insurance may be used to satisfy the minimum liability limits required; however, the annual aggregate limit shall not be less than the highest "each occurrence" limit for the underlying liability policy. Vendor shall endorse County as an Additional Insured unless the policy provides coverage on a pure/true "Follow-form' basis.

5. Builder's Risk or equivalent coverage (such as Property Insurance or Installation Floater) is required as a condition precedent to the issuance of the Second Notice to Proceed for projects involving but not limited to: changes to a building's structural elements, work compromising the exterior of the building for any extended period of time, installation of a large single component, or remodeling where the cost of remodeling is 20% or more the value of the property. Coverage shall be, "All Risks" Completed Value form with a deductible not to exceed Ten Thousand Dollars ($10,000.00) each claim for all perils except for wind and flood.

6. For the peril of wind, the Vendor shall maintain a deductible that is commercially feasible which does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

7. For the peril of flood, coverage must be afforded for the lesser of the total insurable value of such buildings or structures, and the maximum amount of flood insurance coverage available under the National Flood Program. Vendor shall maintain a deductible that is commercially feasible and does not exceed five percent (5%) of the value of the Contract price. Such Policy shall reflect Broward County as an additional loss payee.

8. The County reserves the right to provide Property Insurance covering the Project, materials, equipment and supplies intended for specific installation in the Project while such materials, equipment and supplies are located at the Project site, in transit, or while temporarily located away from the Project site. This coverage will not cover any of the Vendor's or subcontractors' tools, equipment, machinery or provide any business interruption or time element coverage to the Vendor(s).

9. If the County decides to purchase Property Insurance or provide for coverage under its existing insurance policy for this Project, then the insurance required to be carried by the Vendor may be modified to account for the insurance being provided by the County. Such modification may also include execution of Waiver of Subrogation documentation.

10. In the event that a claim occurs for this Project and is made upon the County's insurance policy, for other than a windstorm, Vendor will pay at least Ten Thousand Dollars ($10,000.00) of the deductible amount for such claim.

11. Waiver of Occupancy Clause or Warranty: Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building (s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance by County.

12. Pollution Liability or Environmental Impairment Liability: including clean-up costs, with minimum limits per claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated, include an annual policy aggregate and name Broward County as an Additional Insured. Vendor shall be responsible for all deductibles in the event of a claim.

13. Professional Liability Insurance with minimum limits for each claim, subject to a maximum deductible per claim. Such policy shall remain in force for the minimum length of time indicated. Vendor shall notify County in writinq within thirty (30) days of any claim

10/19/2015 Bid Sync p. 112 Broward County Board of Z1326601C1 County Commissioners

.. ;> ._ ,. r "' filed or made against its Professional Liability Insurance policy. Vendor shall be responsible for all deductibles in the event of a claim. The deductible shall be indicated on the Vendor's Certificate of Insurance.

C. Coverage must be afforded on a form no more restrictive than the latest edition of the respective policy form as filed by the Insurance Services Office. If the initial insurance expires prior to the completion and acceptance of the Work, renewal certificates shall be furnished upon expiration. County reserves the right to obtain a certified copy of any insurance policy required by this Section within fifteen (15) calendar days of a written request by County.

D. Notice of Cancellation and/or Restriction: the policy(ies) must be endorsed to provide Broward County with at least thirty (30) days' notice of cancellation and/or restriction.

E. The official title of the Certificate Holder is Broward County. This official title shall be used in all insurance documentation.

F. Right to revise or reject. The County reserves the right, but not the obligation, to review and revise the insurance requirements at any time, not limited to deductibles, limits, coverage and endorsements.

10/19/2015 Bid Sync p. 113 r

'~:>,:;;:;mr1 --­ ''"'1-" vv~"'~"'"

Layne Heavy neop• '~ 1-­ Original Bid and Best & Final Offer (BAFO) Original Bid and corrected Best & Final Offer (BAFO) r-­ -­ Original Bid Total BAFO Revised # item Qty Unit Price BAFO DIH Rev Unit Prices BAFO Total Price Notes I Price Total Price l7n?~<It!i !>JiG liRe-aH<>Gt S---+.+G $---­ ~,+!) S--~ ~ from all bids

Zl326601Cl- WM-0001- FURNISH AND INSTAll6" DUCTilE IRON PIPE 26 linear foot $ 114.80 $ 114.00 $ 0.80 $ 114.00 $ 2,984.80 $ 2,964.00 $ 2,964.00 01-06 (D.I.P).INClUDESAlliNSTAll Z1326601Cl-· WM-0002-FURNISH AND INSTALL 8" DUCTilE IRON PIPE (O.I.P). 249 linear foot $ S1.31 $ S1,00 $ 0.31 $ 51.00 $ 12,776.19 $ 12,699.00 $ 12,699.00 01-07 INClUDES AlliNSTAllAT ZB26601Cl-- WM-0003-FURNISH AND INSTAll10" DUCTilE IRON PIPE 60 linear foot $ 111.20 $ 111.00 $ 0.20 $ 111.00 $ 6,672.00 $ 6,660.00 $ 6,660.00 01-08 (O.I.P.).INCLUDESAlliNSTALL Zl326601C1-- WM-0004-FURNISH AND INSTAll12" DUCTILE IRON PIPE 12 linear foot $ 247.10 $ 130.00 $ 117.10 $ 130.00 $ 2,965.20 $ 1,560.00 $ 1,560.00 01-09 (D.LP.), INClUDES ALL INSTAll -­ Z1326601Cl-- WM-0005-FURNISH AND INSTAll16" DUCTilE IRON PIPE 4775 linear foot $ 151.60 $ 1SO.OO $ 1.60 $ 150.00 $ 723,890.00 $ 716,250.00 $ 716,2SO.OO 01-10 (D.LP.). INClUDES All INSTAll 21326601C1-- WM-0006-FURNISH AND INSTAlL8"X8" MJ WET TAP. 4 each $ 3,617.10 $ 3,600.00 $ 17.10 $ 3,600.00 $ 14,468.40 $ 14,400.00 $ 14,400.00 01-11 INCLUDES All INSTALLATION COMPONEN f----1--­ Zl326601C1- WM-0007-FURNISH AND INSTAll 8"X6" DIP TEES INClUDES All --- --­ 1 each $ 1,118.30 $ 1,100.00 $ 18.30 $ 1,100.00 $ 1,118.30 $ 1,100.00 $ 1,100.00 01-12 INSTAlLATION COMPONENTS. Zl326601C1-- WM-()008-FURNISH AND INSTAll16X12 DIP THSINClUOES 1 each $ 2,084.90 $ 2,000.00 $ 84.90 2,000.00 $ 2,084.90 $ 2,000.00 $ 2,000.00 01-13 All INSTAllATION COMPONENIS s Z1326601Cl-- WM-0009-FURNISH AND INSTAll16"X10" DIP TEES INCLUDES 3 each $ 2,272.11 $ 2,270.00 $ 2.11 $ 2,270.00 $ 6,816.33 $ 6,810.00 6,810.00 01-14 All INSTAllATION COMPONENT s ~6601C1- WM-0010-FURNISH AND INSTAll16"X8" DIP TEES INClUDES 3 each $ 2,078.61 $ 2,050.00 $ 28.61 $ 2,050.00 $ 6,235.S3 $ 6,150.00 $ 6,150.00 01-15 ALl INSTAlLATION COMPONENTS ~6601C1-- WM-0011-FURN ISH AND INSTAllS" DUCTilE IRON ElBOW 7 each $ 714.80 $ 700.00 $ 14.80 $ 700.00 $ S,003.60 $ 4,900.00 $ 4,900.00 01-16 (REST). INClUDES AlliNSTALLAT Z1326601C1-- WM-0012- FURNISH AND INSTAll12" DUCTilE IRON ElBOW 4 each 867.30 $ 860.00 $ 7.30 $ 860.00 $ 3,469.20 $ 3,440.00 $ 3,440.00 01-17 (REST). Is Zl326601C1-- WM-0013-FURNISH AND INSTAll16" DUCTilE IRON ELBOW 61 each $ 1,056.70 $ 1,050.00 $ 6.70 $ 1,0SO.OO $ 64,4S8.70 $ 64,050.00 $ 64,0SO.OO 01-1S (REST). INClUDES ALL INSTAlLA ~;6601Cl-- WM-0014-FURNISH ANO INSTAll6" GATE VAlVE. INClUDES 2jeach 1,540.~0 $ 1,540.30 $ $ 1,540.30 $ 3,080.60 $ 3,0S0.60 $ 3,080.60 01-19 All INSTAlLATION COMPONENTS. !zi326601C1- WM-001S-FURN15H AND INSTAllS" GATE VALVE. INCLUDES -­ 10 each $ 1,720.60 $ 1,720.60 $ 1,720.60 $ 17,206.00 $ 17,206.00 $ 17,206.00 01-20 All INSTAlLATION COMPONENTS. s Z1326601Cl-- WM-0016FURNISH AND INSTAll10" GATE VALVE. INClUDES 4 each 2,161.SO 2,161.80 $ $ 2,16l.SO $ 8,647.20 $ 8,647.20 $ 8,647.20 01-21 ALl INSTALLATION COMPONENTS [S s r---!--­ L­ ~26601Cl-- WM-0017FURNISH AND IN5TAll12" GATE VAlVE. INCLUDES "- I 2 each js 2,860,30 $ 2,860.30 $ $ 2,860.30 $ S,720.60 $ 5,720.60 5,720.60 01-22 ALl INSTAllATION & s izl326601Cl-- WM-0018 FURNISH AND IN5TAll16" BUTIERFlY VALVE. 10 each $ 3,357.60 $ 3,3S7.60 $ $ 3,3S7.60 $ 33,S76.00 $ 33,576.00 $ 33,576.00 01-23 INClUDES ALL INSTAlLATION COMPO lll6601Cl­ - WM-0019-FURNISH AND INSTALL2" BlOW OFF VAlVE (BOV) 1 each $ 1,12S.90 $ 1,125.90 $ $ 1,12S.90 $ 1,12S.90 $ 1,125.90 $ 1,125.90 01-24 Zl326601Cl-­ WM-0020-FURNISH AND INSTAll16" CAP. INCLUDES All -­ jeach $ 643.40 $ 9.00 634.40 $ 1,286.80 $ 1,268.80 $ 1,268.80 01-2S INSTAlLATION COMPONENTS. s ~$- - Layne Heavy Civil Response

Original Bid and Best & Final Offer (BAFO) Original Bid and corrected Best & Final Offer (BAFO) - ---,­ --~ --­ -­ Original Bid Total BAFO Revised Item# ltBm Qty Unit Price BAFO Diff Rev Unit Prices BAFO Total Price Notes Price Total Price ---1­ 'zi326601Cl-­ WM-0021- FURNISH AND INSTAll12" CAP. INCLUDES ALL 1 each $ 704.90 $ 704.90 $ $ 704.90 $ 704.90 704.90 704.90 01-26 INSTALLATION COMPONENTS. s s Z1326601Cl-­ WM-0022-FURNISH AND INSTALL 10" CAP. INCLUDES ALL 1 assembly $ 640.20 640.20 $ 640.20 $ 640.20 $ 640.20 $ 640.20 01-27 INSTALLATION COMPONENTS. s s Z1326601C1-­ WM-0023-FURN ISH AND INSTAll8"X6" DIP REDUCERS. 1 each $ 886.20 $ 886.20 $ 886.20 $ 886.20 $ 886.20 $ 886.20 01-28 INCLUDES ALL INSTALLATION COMPON s Zl326601C1­ WM-0024-FURNISH AND INSTALL 10"X8" DIP REDUCERS. 2 each 724.10 724.10 $ $ 724.10 $ 1,448.20 $ 1,448.20 $ 1,448.20 01-29 INCLUDES ALL INSTALLATION COMPO s s - Zl326601C1-­ WM-0025-FURNISH AND INSTALL AUTOMATIC AIR RELEASE 19 each $ 2,894.80 $ 7,500.00 $ (4,605.20) $ 2,894.80 s 55,001.20 $ 142,500.00 $ 55,001.20 01-30 VALVE. INCLUDES ALLINSTALLAT c--­ c---­ -­ CZii26601C1-­ WM-0026FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY. --- -- 2 assembly $ 4,511.20 $ 4,511.20 $ 4,511.20 $ 9,022.40 $ 9,022.40 $ 9,022.40 01-31 INClUDES ALL INSTALLATION COM s ~- -­ -­ ~;6601Cl- WM-Q027FURNISH AND INSTALL SAMPUNG POINT. INCLUDE -­ -­ -­ 9 each $ 416.90 $ 416.90 $ $ 416.90 3,752.10 $ 3,752.10 $ 3,752.10 01-32 ALLIN5TALLATION COMPONENTS. s - Z1326601Cl-­ WM·0028FURNISH AND PLACE ASPHALT CONCRETE -­ 737 ton $ 182.30 182.30 $ $ 182.30 $ 134,35S.10 $ 134,355.10 $ 134,355.10 01-33 PAVEMENT s Zl326601C1-­ WM-0029FURNISH AND PLACE 8" LIMEROCK BASE MATERIAL 5409 square yard $ 15.90 $ 15.00 $ 0.90 $ 15.00 $ 86,003.10 $ 81,135.00 $ 81,135.00 01-34 Z1326601Cl-­ WM-0030FURNISH AND PLACE 16" LIMEROCK BASE ·­ 328 square yard 82.00 $ 30.00 $ 52.00 $ 30.00 $ 26,896.00 $ 9,840.00 $ 9,840.00 01-35 MATERIAL s Zl326601Cl-­ --·-­ ·­ WM-Q031COMPACTION/5TABILIZATION OF 12" SUBGRADE 11062 square yard $ 7.60 $ 7.00 $ 0.60 $ 7.00 $ 84,071.20 s 77,434.00 $ 77,434.00 01-36 ··­ Z1326601C1-­ WM-0032MILL1" ASPHALT CONCRETE 247 square yard $ 48.20 $ 12.00 s 36.20 $ 12.00 $ 11,905.40 $ 2,964.00 $ 2,964.00 01-37 - Zl326601C1-­ WM-0033FURNISH AND INSTALL TYPE-F CURB AND GUTTER 121 linear foot 14.60 $ 16.00 $ (1.40) $ 14.60 $ 1,766.60 $ 1,936.00 $ 1,766.60 01-38 s Zl326601Cl-­ WM-0034REMOVE AND DISPOSE OF EXISTING TYPE-F CURB - 121 linear foot $ 4.50 $ 4.SO $ $ 4.50 $ 544.50 s S44.SO $ 544.50 0139. AND GUTTER - -­ '--­ Z1326601Cl-­ WM-003STHERMOPLASTIC STANDARD WHITE SOLID 6" 3462 linear foot $ 0.90 $ 0.90 $ 0.90 3,115.80 $ 3,115.80 $ 3,115.80 01-40 (INCLUDES INITIAL TEMPORARY PA s s Z1326601Cl-­ WM-0036THERMOPLASTIC STANDARD WHITE SOLID 24" ··­ 13 linear foot $ 3.30 $ 3.30 $ $ 3.30 $ 42.90 $ 42.90 $ 42.90 01-41 l'N_<::LUDES INITIAL TEMPORARY P - - - Z1326601Cl-­ WM-0037THERMOPLASTIC STANDARD WHITE SKIP 6" 10-30 ·-­ 187 linear foot $ 0.90 $ 0.90 $ $ 0.90 $ 168.30 $ 168.30 $ 168.30 01-42 OR 3-9 SKIP(INCLUDES IN --!---· - ~601C1-- WM-0038THERMOPLASTIC STANDARD WHITE DOTTED/ --­ 274 linear foot $ 0.90 $ 0.90 $ 0.90 $ 246.60 $ 246.60 246.60 01-43 GUIDELINE/6-10 GAP EXTENSION s s -·~ Z1326601Cl-­ WM-0039THERMOPLA5TIC STANDARD WHITE ARROWS 9 et1ch $ 81.90 $ 81.90 $ $ 81.90 $ 737.10 $ 737.10 $ 737.10 01-44 (INCLUDES INITIAL TEMPORARY PAINT _I 'zi326601C1 WM-0040THERMOPLASTIC STANDARD YELLOW SOLIO 6" 7167 linear foot $ 0.90 $ 100 $ (0.10) $ 0.90 6,450.30 $ 7,167.00 $ 6,450.30 01-45 (INClUDES INITIAL TEMPORARY P s - c--­ f--­ n3:26601Cl­ - -- ··­ WM-Q041RETRO-REFLECTIVE PAVEMENT MARKER 263 each $ 5.10 $ 5.50 $ (0.40) 5.10 $ 1,341.30 $ 1,446.50 $ 1,341.30 01-46 s Zl326601C1-­ WM-0042THERMOPLA5TIC STANDARD YELLOW SOLID 18" -­ 406 linear foot $ 3.30 $ 4.50 $ (1.20) 3.30 1,339.80 1,827.00 $ 1,339.80 01-47 (INCLUDES INITIAL TEMPORARY s s s Z1326601C1-­ WM-0043THERMOPLASTIC STANDARD YELLOW DOmD / 238 linear foot $ l.70 $ 2.25 $ (0.55) $ 1.70 $ 404.60 $ S35.50 $ 404.60 01-48 GU IDHINE/6-10 GAP EXTENSION ·-· --­ Zl326601Cl-­ WM-0044FURN15H AND INSTALL SECURITY CHAIN LINK FENCE 1694 linear foot $ 27.10 $ 27.10 $ $ 27.10 $ 45,907.40 $ 4S,907,40 45,907.40 01-49 WITH BARB s Zl326601Cl-­ WM-0045REMOVE AND RELOCATE EXISTING FENCE AND 1643 linear foot 6.30 $ 6.30 $ 6.30 $ 10,350.90 10,350.90 10,350.90 01-50 POSTS s s s s

~26601(1-- WM-Q046FURNISH AND INSTALL TOPOSOIL AND SOD 5316 square yard s 3.50 $ 3.50 s $ 3.50 $ 18,606.00 $ 18,606.00 18,606.00 51 s 326601Cl-­ WM-0047CUT AND REMOVE ABANDONED PIPE 50 linear foot s 6.30 $ 6.30 s $ 6.30 $ 315.00 $ 315.00 s 315.00 52 -·--­ --­ Layne Heavy Civil Response

- Original Bid and Best & Final Offer (BAFO) Original Bid and corrected Best & Final Offer (BAFO)

-~ --~- ! Original Bid Total BAFO Revised Item# Item Qty Unit Price BAFO Oiff Rev Unit Prices BAFO Total Price Notes Price Total Price 'n326601Cl·· WM-0048ABANDON GROUT AND Fill PIPE 227 linear foot $ 1.60 $ 12.00 $ (10.40) $ 1.60 $ 363.20 $ 2,724.00 $ 363.20 01·53 --'--· ~!for Total $ 1,699,146.25 $ 1,681,960.70 $ 1,590,491.70 -- Brown, Angela

From: Fausto Rozon Sent: Friday, February 05, 2016 2:06 PM To: Brown, Angela Cc: Mangan, Constance; Durden, Michal; Oscar Bello; Richard Crow Subject: RE: Bid No. Z1326601Cl, FLL East Perimeter Road Water Main Improvements

Mrs. Brown,

On Behalf of Layne Heavy Civil, please allow this email to serve as formal acceptance of the revised best and final offer of $1,590,491.70 and proceed for recommendation for award.

Thank You,

Fausto A. Rozon

[email protected] I www.layne.com

From: Brown, Angela [mailto:[email protected]] Sent: Thursday, February 04, 2016 11:54 AM To: Oscar Bello Cc: Mangan, Constance; Durden, Michal; Fausto Rozon Subject: Bid No. Z1326601Cl, FLL East Perimeter Road Water Main Improvements Importance: High

Mr. Bello: Thank you for your interest in doing business with Broward County.

Your company met the qualification of the Local Preference Ordinance and was afforded the opportunity to make a best and final offer. In accordance with the Best and Final Offer instructions, a Vendor taking part in a BAFO may only reduce the overall bid price or the bid price of individual line items. Under no instances will a bidder be allowed to increase its overall bid price or the bid price of individual line items.

A review of your original bid and the best and final offer (BAFO) for Bid No. 21326601 C1, FLL East Perimeter Road Water Main Improvements submitted on December 4, 2015, has revealed seven (7) line items' unit prices were increased as detailed in the attached spreadsheet.

On the seven (7) line items that the unit cost was increased, the County will be replacing the unit cost with your original bid unit prices. See attached revised Best and Final Offer bid tabulation Therefore, your Best and Final Offer total amount is revised to $1 ,590,491.70. Please respond by close of business tomorrow, February 5, 2016 to confirm the new recommended awarded amount based on the revised Best and Final Offer bid amount.

Angela Brown, Purchasing Agent Purchasing Division Broward County Aviation Department 2209 SW 45th Street, Suite 101 Dania Beach, FL 33312 Office: 954-359-6178 Fax: 954-357-8520

Customer Care is my priority. How am I doing? Please contact my Manager, Carla Byrd at "-"-'~=-"~=·~:..:.:"-'-'1 with feedback.

2 Reviewec! By: f::ro,0J,· {dc~aai 'l'I-!-6 B~:9WARD ApprovedBCC:~Cf-- /(o~tp -· COUNTY To Recording:______FLORIDA .• ' r. r( I I Returned t·): t, 2J:& ,, jk?c.X l JC,_~r{ e Oco.s lo -fo( Comment~· ?,cf- v\f 3 3 --llo DATE: March 1, 2016 ·-~·---

TO: Andre Morrell, Administrative Manager Records, Taxes and Treasury Division if FROM: Gabriel Ocasio-DSvila, Construction Management Administrato1

SUBJECT: Contract No. Z1326601C1 with Layne Heavy Civil, Inc., For FLL East Perimeter Road Water Main Improvements

On February 9, 2016, the Broward County Board of County Commissioners awarded a fixed contract to Layne Heavy Civil, Inc., For FLL East Perimeter Road Water Main Improvements, Bid No. Z1326601 C1, for the Aviation Department, in the total estimated amount of $1,800,492, for the Aviation Department (Agenda Item #26) and authorized the Mayor and Clerk to execute the same.

I have attached three (3) original Contracts between Broward County and the following organization for execution by the County Administrator and Mayor:

• Contract with layne Heavy Civil, Inc.

Pursuant to the establishment of official record keeping, when these original Agreements have been executed by the County Administrator, you will retain one ( 1) of each original for the files of the Document Control/Minutes Section of the Records, Taxes and Treasury Division.

Once complete, please contact me at 954-359-6124 or email [email protected] and I will pick-up the remaining two (2) original Contracts.

Thank you.

Broward County Board of County Commissioners Mark D. Bogen • Beam Furr ·Dale V.C. Holness • Marty Kiar • Chip LaMarca • Stacy Ritter • Tim Ryan • Barbara Sharief • Lois Wexler www.broward.org/www.fll.net