HomeMy WebLinkAbout2008-179-3 -
SECTION 00530 - EJCDC
STANDARD FORM OF AGREEMENT
�1r o F )77
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT ("Agreement" or "Contract'), dated the Y6 day of , &*,,sL in
the year 2008 by and between Indian River County, a political subdivision of the State of
Florida (hereinafter called OWNER) and SPS Contracting. Inc. of Vero Beach. FL
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 WORK
CONTRACTOR as an independent contractor and not as an employee shall furnish and
complete all of the necessary labor, material, and equipment to perform the work as
specified or indicated in the Contract Documents. The work is generally described as
follows:
A. CONTRACTOR shall complete all work as specified or indicated in the Contract
Documents. The work is generally described as follows which shall include, but is
not necessarily limited to the following.
Indian River County (IRC) proposes to construct potable water, non -
potable water and wastewater improvements generally within the
Florida Department of Transportation (FDOT) right-of-way of State
Road 60 (SR 60) between the 8300 block of SR 60 (lust west of 827d
Avenue), and Indian Creek Boulevard in Indian River County,
Florida. The improvements are intended to replace and/or adjust
existing water, non potable water, and wastewater systems in a
manner that will eliminate potential conflicts between /RC's systems
and future FOOT roadway improvements. The FDOT's roadway
improvements are not Included in the scope of work under this
Contract
Water Main
Potable Water improvements consist of.
On the north side of SR 60, from 8300 SR 60 to 7500 SR 60
(Pine Creek Boulevard), the replacement of 16" water main
with 4312/f 16" PVC, and 1125 /f 18" HDPE Directional Bores (3
bores).
On the south side of SR 60, from 82nd Avenue to 8000 SR 64 the
construction of new we ter main loop, with 644 If 12" PVC and
230 K 14" HDPE Directional Bores (2 bores).
On the south side of SR 60, from 7700 SR 60 to 7500 SR 60 the
replacement of 12" water main with 198 /f 12" PVC, 340 /f 14"
HDPE Directional Bore (1 bore), and 742 If of 14" HDPE
(Conventional Open Cut).
00530-1
Crossing SR 60 at 82d Avenue, the replacement of 12" water
main with 10 If 12" PVC and 2001f 14" HDPE Directional Bore (1
bore).
Crossing SR 60 at Mh Avenue, the replacement of 12" water
main with 10 If 12" PVC and 1471f 14" HDPE Directional Bore (1
bore).
Construction of four (4) vertical deflections for existing water
mains to eliminate conflicts with future roadway and drainage
improvements.
The Contract requires new water mains to be connected to existing
facilities at several locations and for existing systems to be replaced
and to be removed and/or abandoned and grouted in accordance
with the Contract specifications. The Contract requires that existing
services to potable water users not be interrupted.
Sewer Force Main
Sewer Force Main Improvements consist of-
- On the north side of SR 60, from 8300 SR 60 to 82+d Avenue, the
replacement of 4" force main with 530 If 4" PVC.
— On the south side of SR 60, at 8000 SR 60, the replacement of
10" force main with 14 If 10" PVC and 500 if 12" HDPE
Directional Bore (1 bore).
— Crossing SR 60 at 8300 SR 60, the replacement of 6" force
main with 20 If 6" PVC and 150 If 6" HDPE Directional Bore (1
bore)-
- Crossing SR 60 at Mh Avenue, the replacement of 10" force
main with 10 If 10" PVC and 143 If 12" HDPE Directional Bore (1
bore).
— Construction of five (5) vertical deflections for existing force
mains to eliminate conflicts with future roadway and drainage
Improvements.
The Contract requires new sewer force mains to be connected to
existing facilities at several locations and for existing systems to be
replaced, and to be removed and/or abandoned and grouted In
accordance with the Contract speciticatlons. The Contract requires
that existing sewer collection / transmission service not be
interrupted.
Non -Potable Main
Non -Potable Water Main Improvements consist of
Crossing SR 60 at 82d Avenue, the replacement of 12" non -
potable water main with 15 If 12" PVC and 220 If 14" HDPE
Directional Bore (1 bore), and the removal and abandonment
and grouting of the existing non potable water main.
The construction of the utility improvements described above shall
also consist of, but not limited to., resetting of signs, mailboxes and
00530-2
M
other existing facilitles disturbed during construction; utilities
exploration, coordination with any permltti, ig agencies, trenching,
clearing and tree removal; dewatering; Installation of pipe with
fittings and all appurtenances; valves, Erre hydrant assemblies; wet
taps, restrainers; air release valves, line stops, soil compaction,
disinfection, testing, (includes providing temporary jumper or
another approved method for disinfection and flushing); road
restoration; regrading and grassing (sod), and traffrc control.
ARTICLE 2 ENGINEER
The project has been designed by Schulke, Bittle & Stoddard, LLC, hereinafter called
ENGINEER, and who is to act as OWNER'S representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the work in accordance with the Contract
Documents.
ARTICLE 3
CONTRACT TIME
3.1 The
CONTRACTOR shall be
substantially
completed with the following timeframe
(a) Within 15 calendar days from effective date of Notice to Proceed,
Contractor shall complete the following tasks:
1. Obtain all necessary permits.
2. Receive approved shop drawings for all materials and equipment to
be utilized
in the job.
3. Perform all photographic recording and documentation of
conditions prior to construction.
4. Locate all existing utilities in the area of work.
5. Submit and secure approval of shop drawings.
6. Mobilize all labor, equipment, and materials.
7. Deliver and store all equipment and materials to the job site.
8. Notify all utilities and other affected parties prior to initiating
construction.
(b) From 16 calendar days to 90 calendar days from the effective date of
Notice to Proceed, the CONTRACTOR shall complete the following tasks:
1. Install all pipe and appurtenant items.
2. Perform all testing.
3. Restore all disturbed areas to their pre -construction
condition.
4. Correct all deficiencies noted by Engineer.
00530-3
Completion of all tasks outlined above (i.e., Subparagraphs a) and b) constitutes
Substantial Completion.
(b) From 91 calendar days to 120 calendar days from the effective date of
Notice to Proceed, the CONTRACTOR shall complete the following tasks:
1. Clean up project area.
2. Remove all equipment and material from project site.
3. Perform contract closeout procedures.
Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c)
constitute Final Completion.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the work is
not completed within the times specified in Paragraph 3.1 above, plus any
extensions thereof allowed in accordance with Article 12 of the General Conditions.
They also recognize the delays, expense and difficulties involved in proving in a
legal proceeding the actual loss suffered by OWNER if the work is not completed on
time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR
agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR
shall pay OWNER four -hundred and fifty dollars ($450.00) for each day that expires
after the time specified in Paragraph 3.1 for Substantial Completion, if
CONTRACTOR shall neglect, refuse or fail to complete the remaining work within
the Contract Time or any proper extension thereof granted by OWNER,
CONTRACTOR shall pay OWNER four -hundred and fifty dollars ($450.00) for each
day that expires after the time specified in Paragraph 3.1 for completion and
readiness for final payment.
ARTICLE 4 CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the
Contract Documents in current funds in the amount of $1.435,128.83 .
ARTICLE 5 PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the
General Conditions. Applications for Payment will be processed by ENGINEER as provided
in the General Conditions and the Contract Documents.
5.1 Progress Payments. The OWNER shall make progress payments to the
CONTRACTOR on the basis of the approved partial payment request as
recommended by ENGINEER in accordance with the provisions of the Local
Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The
OWNER shall retain ten percent (10%) of the payment amounts due to the
CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent
(50%) completion of the work is attained as certified to OWNER by ENGINEER in
writing, OWNER shall retain five percent (5%) of the payment amount due to
CONTRACTOR until final completion and acceptance of all work to be performed by
CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section
218.735(8)(b), fifty percent (50%) completion means the point at which the County
as OWNER has expended fifty percent (50%) of the total cost of the construction
00530-4
services work purchased under the Contract Documents, together with all costs
associated with existing change orders and other additions or modifications to the
construction services work provided under the Contract Documents.
5.2 Pay Requests. Each request for a progress payment shall be submitted on the
application for payment form supplied by OWNER and the application for payment
shall contain the CONTRACTOR's certification. All progress payments will be on the
basis of progress of the work measured by the schedule of values established, or in
the case of unit price work based on the number of units completed. After fifty
percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d),
the CONTRACTOR may submit a pay request to the County as OWNER for up to one
half (112) of the retainage held by the County as OWNER, and the County as OWNER
shall promptly make payment to the CONTRACTOR unless such amounts are the
subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes
section 255.05(2005); or otherwise the subject of a claim or demand by the County
as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where
such retainage 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. Pursuant to Florida Statutes
section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that:
1) the County as OWNER shall receive immediate written notice of all decisions
made by CONTRACTOR to withhold retainage on any subcontractor at greater than
five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not
seek release from the County as OWNER of the withheld retainage until the final pay
request.
5.3 Paragraphs 5.1 and 5.2 do not apply to construction services work purchased by
the County as OWNER which are paid for, in whole or in part, with federal funds and
are subject to federal grantor laws and regulations or requirements that are
contrary to any provision of the Local Government Prompt Payment Act. In such
event, payment and retainage provisions shall be governed by the applicable grant
requirements and guidelines.
5.4 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the
work is ready for final inspection and acceptance, the ENGINEER will promptly
make such inspection and when the ENGINEER finds the work acceptable under
the terms of the Contract and the Contract fully performed, the ENGINEER will
promptly issue a final completion certificate stating that the work provided for in
this Contract has been completed, and acceptance by the OWNER under the
terms and the conditions thereof is recommended and the entire balance found
to be due the CONTRACTOR, will be paid to the CONTRACTOR by the OWNER
following County Commission approval of the final Contract payment.
5.5 Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR
of final payment shall be and shall operate as a release to the OWNER from all
claims and all liability to the CONTRACTOR other than claims in stated amounts
as may be specifically excepted by the CONTRACTOR for all things done or
furnished in connection with the work under this Contract and for every act and
neglect of the OWNER and others relating to or arising out of the work. Any
payment, however, final or otherwise, shall not release the CONTRACTOR or its
sureties from any obligations under the Contract Documents or the Payment and
Performance Bonds.
00530-5
ARTICLE 6 INTEREST
Not Applicable.
ARTICLE 7 CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing of the
work.
7.2 CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
the Supplementary Conditions as provided in Paragraph 4.02 of the General
Conditions, and accepts the determination set forth in Paragraph SC -4.02 of the
Supplementary Conditions of the extent of the technical data contained in such
reports and drawings upon which CONTRACTOR is entitled to rely.
7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations,
explorations, tests, reports and studies (in addition to or to supplement those
referred to in Paragraph 7.2 above) which pertain to the subsurface or physical
conditions at or contiguous to the site or otherwise may affect the cost, progress,
performance or furnishing of the work as CONTRACTOR considers necessary for
the performance of furnishing of the work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Paragraph 4.02 of the General
Conditions; and no additional examinations, investigations, explorations, tests,
reports, studies or similar information or data are or will be required by
CONTRACTOR for such purposes.
7.4 CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing underground facilities
at or contiguous to the site and assumes responsibility for the accurate location of
said underground facilities. No additional examinations, investigations,
explorations, tests, reports, studies or similar information or data in respect of said
underground facilities are or will be required by CONTRACTOR in order to perform
and furnish the work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of Paragraph 4.04 of the General Conditions.
7.5 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and
conditions of the Contract Documents.
00530-6
7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepa:icies that he has discovered in the Contract Docu:nents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 8 CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the work consist of the following:
8.1 This Agreement (Section 00530).
8.2 Performance and Payment Bonds (Sections 00610 and 00612).
8.3 Notice of Award and Notice to Proceed (examples in Section 00800).
8.4 General Conditions (Section 00700).
8.5 Supplementary Conditions (Section 00800).
8.6 Specifications bearing the title "SR60 Utility Improvements, 8300 Block of SR 60 to
Indian Creek Boulevard (FOOT STA 2421+40 to STA 24as listed in the table
of contents hereof.
8.7 Drawings, inclusive with each sheet bearing the following general title "SR60 Utility
Improvements. 8300 Block SR 60 to Indian Creek Boulevard (FDOT STA 2421+40
to STA 2475+201'.
8.8 Addenda numbers 1 to 3 inclusive.
8.9 CONTRACTOR'S Bid (Section 00300).
8.10 Specifications bearing the title "IRCDUS Water and Wastewater Utility Standards,
July 2007". or the latest version thereof.
8.11 The following, which may be delivered or issued after the effective date of the
Agreement and are not attached hereto: All written amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Paragraphs 3.04 of the General Conditions.
There are no Contract Documents other than those listed above in this Article 8. The
Contract Documents may only be amended, modified or supplemented as provided in
Paragraphs 3.04 of the General Conditions.
ARTICLE 9 MISCELLANEOUS
9.1 Terms used in this Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
9.2 It is agreed that the CONTRACTOR shall not assign, transfer, convey, or otherwise
dispose of the contract or its right, title, or interest in or to the same or any part
thereof, or allow legal action to be brought in its name for the benefit of others,
without previous consent of the OWNER and concurred to by the sureties. Any
00530-7
attempted assignment shall be void and may, at the option of the OWNER be
deemed an event of default hereunder. Nothing herein shat: be construed as
creating any personal liability on the part of any officer or agent of the OWNER who
may be a party hereto.
9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns
and legal representatives in respect of all covenants, agreements and obligations
contained in the Contract Documents.
9.4 The CONTRACTOR shall be properly licensed to practice its trade or trades which
are involved in the completion of this Agreement and the work thereunder.
9.5 This Agreement shall be governed by the laws of the State of Florida. Venue for any
lawsuit brought by either party against the other party or otherwise arising out of
this agreement shall be in Indian River County, Florida, or, in the event of federal
jurisdiction, in the United States District Court for the Southern District of Florida.
9.6 CONTRACTOR agrees to indemnify and hold harmless the OWNER, together with
its agents, engineers, employees, elected officers and representatives, 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 the CONTRACTOR and persons employed or
utilized by the CONTRACTOR in the performance of the work under this
Agreement. This indemnification and hold harmless provision shall survive the
termination or expiration of this Agreement. The indemnification is limited to $5
million per occurrence.
9.7 Pledge of Credit. The CONTRACTOR shall not pledge the OWNER'S credit or
make it a guarantor of payment or surety for any Agreement, debt, obligation,
judgment, lien or any form of indebtedness. The CONTRACTOR further warrants
and represents that it has no obligation of indebtedness that would impair its
ability to fulfill the terms of this Agreement.
9.8. Counterparts. This Agreement may be executed in one or more counterparts, but
all such counterparts, when duly executed, shall constitute one and the same
Agreement.
9.9. Public Records. The OWNER and the CONTRACTOR shall comply with the
provisions of Chapter 119, Florida Statutes (Public Records Law) in connection
with this Agreement.
(Remainder of this page intentionally left blank)
00530-8
IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement the
day and year first written above.
This Agreement will be effective on <1 tea.- coli.
OWNER
Indian River County
Board of County Com issioners
1 Sandra t: Bowden, Chairman
Attest: J, K. Batten, Clerk of the ircuit Court
By: f
puty Clerk
Approved,BW
County
as to, Form and Legal
Attorney
Address for giving notices
1801 27th Street
Vero Beach, Florida 32960
CONTRACTOR
SPS Contracting, Inc.
By: ^. C J D V A ti N
Q (CORPORATE SEAL)
Attest: ,�*&
tennis L Sn rh, V1ce resdI+*s-
Address for giving notices
9015 Americana Rd., Suite 1
Vero Beach, Florida 32966
License No. CCC007541
Agent for service of process:
*END OF SECTION*
00530-9
PERFORMANCE & PAYMENT BOND
(Public Work)
in compliance with U.S. Chapter 255.05(1)(a)
Bond No. 08891576
Contractor: S.P.S. Contracting, Inc.
Name: 9015 Americana Rd., Suite ill
Address: Vero Beach, FL 32966
Phone No.(772) 778-4878
Surety: Fidelity & Deposit Company of Maryland
Name: 863 Creston Dr. Phone No. (407) 629-1955
Address: Maitland, FL 32751
Owner: Indian River County
Name: 1800 27th. Street
Address: Vero Beach, FL 32960 Phone No. (772) 567-8000
Obligee: (If contracting entity is different from the owner, the contracting public entity)
Name: Same
Address:
Phone No.
Bond Amount: $ 1,435,128.83 Contract No. (if applicable): 2008044
Description of Work: Indian River County Bid No. 2008044
SR60 Utility Improvements from 8300 Block SR60 to Indian
Creek Blvd.
(See Bond Forms)
Project Location: 8300 Block SR 60 to Indian Creek Blvd.
(See Bond Forms)
Legal Description:
FRONTPAGE
All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be re-
printed thereon.
1931363
THIS DOCUMENT HAS BEEN
RECORDED IN THE PUB -SIC RECORDS
OF INDIAN RIVER COUNTY FL
BK: 2274 PGA552, Paget of 14
06124!2008 at 02:02 PM,
JEFFREY KBARTON, CLERK OF COURT
Bond #08891576
SECTION 00610
PERFORMANCE BOND
THIS IS AN INSTRUCTION, NOT PART OF THE BOND. The bond must state on its front page: the name,
principal business address, and phone number of the contractor, the surety, the owner of the property
being improved, and, if different from the owner, the contracting public entity; the contract number
assigned by the contracting public entity; and a description of the project sufficient to identify it, such as
a legal description or the street address of the property being improved, and a general description of
the improvement, and the bond number.
KNOW ALL MEN BY THESE PRESENTS:
BYTHISSOND,we S.P.S. Contracting Inc. as Principal,
and..Fidelity & Deposit Company of Maryland a corporation, as
hu
, are, held and firm b�onu�nd unt that Crounty of Indian River, Florida, in the sum of One Million Four Hund
y-Fa_/��8uear. Db� Hu re wen y
& ars 1.495, l 9R -83 amounting to 100% of the total bid price. For the
payment of said sum we bind ourselves, our heirs, executors, administrators and assigns, jointly and
severally, for the faithful performance of a certain written Contract, dated the I" day of �in�e
20A entered into between the Principal and the County of Indian River, for:
Project Name:
County Project Bid Number:
County UCP Number:
Project Address:
Project Description:
SR -60 Utility Improvements 830D Block of SR 60 to Indian Creek
Boulevard IFDOT STA 2421+40 to STA 2475+201
2008044
Boulevard
CONTRACTOR shall complete all work
as specified
or indicated
in
the
Contract Documents.
The
work is generally described as follows
which shall
include but
is
not
necessaril limit d t
h
following:
7 e of e
Indian River county (IRC) proposes to construct potable water, non -potable
water and wastewater improvements generally within the Florida Deportment
of Transportation (FDOT) right-of-way of State Road 60 (SR 60) between the
8300 block of SR 60 (just west of 82'd Avenue), and Indian Creek Boulevard in
Indian River County, Florida. The improvements are intended to replace and/ar
adjust existing water, non -potable water, and wastewater systems in a manner
that will eliminate potential conflicts between 1RC's systems and future FDOT
roadway improvements. The FDOT's roadway improvements are not included in
the scope of work under this Contract.
00610-1
Water Main
Potable Water Improvements consist of.
On the north side of SR 60, from 8300 SR 60 to 7500 SR 60 (Pine Creek
Boulevard), the replacement of 16" water main with 4312 if 16" PVC, and
1125 if 18" HDPE Directional Bores (3 bores).
On the south side of SR 60, from 82"d Avenue to 8000 SR 60, the
construction of anew water main loop, with 6441f 12" PVC and 2301f 14"
HDPE Directional Bores (Z bores).
— On the south side of SR 60, from 7700 SR 60 to 7500 SR 60 the
replacement of 12" water main with 198 If 12" PVC, 340 If 24" HDPE
Directional Bore (I bore), and 742 If of 14" HOPE (Conventional Open Cut),
Crossing SR 60 at 82"Avenue, the replacement of 12" water main with 10
If 12" PVC and 200 if 14" HDPE Directional Bore 11 bore).
Crossing SR 60 at 78 r Avenue, the replacement of 12" water main with 10
If 12" PVC and 147 If 14" HDPE Directional Bore (1 bore).
— Construction of four (4) vertical deflections for existing water mains to
eliminate conflicts with future roadway and drainage improvements.
The Contract requires new water mains to be connected to existing facilities at
several locations and for existing systems to be replaced and to be removed
and/or abandoned and grouted in accordance with the Contract specifications.
The Contract requires that existing services to potable water users not be
interrupted.
:fewer force Main
Sewer Force Main Improvements consist of.
— On the north side of SR 60, from 8300 SR 60 to 8204 Avenue, the
replacement of 4"force main with 530114" PVC,
-- On the south side of SR 600 at 8000 SR 60, the replacement of 10" force
main with 14 if 10" PVC and 500 If 12" HDPE Directional Bore (I bore).
-- Crossing SR 60 at 8300 SR 60, the replacement of 6"force main with 20 if
6" PVC and 150 if 6" HDPE Directional Bore (I bore).
— -Crossing SR 50 at 78°' Avenue, the replacement of 1017force main with 20
If 10" PVC and 1431112" HDPE Directional Bore (I bore).
— Construction of five (5) vertical deflections for existing force mains to
eliminate conflicts with future roadway and drainage improvements.
The Contract requires new sewer force mains to be connected to existing
facilities at several locations and for existing systems to be replaced, and to be
removed and/or abandoned and grouted in accordance with the Contract
specifications. The Contract requires that existing sewer collection /
transmission service not be interrupted.
00610-2
Non -Potable Main
Non -Potable Water Main improvements consist of:
Crossing SR 60 at 82n0 Avenue, the replacement of 12" non -potable water
main with 151f 12" PVC and 220 If 14" HDPE Directional Gore (1 bore), and
the removal and abandonment and grouting of the existing non -potable
water main.
The construction of the utility improvements -described above shall also consist
of, but not limited to: resetting of signs, mailboxes and other existing facilities
disturbed during construction; utilities exploration; coordination with any
permitting agencies; trenching; clearing and tree removal; dewatering;
installation of pipe with fittings and all appurtenances; valves, fire hydrant
assemblies; wet taps; restrainers; air release valves; line stops; soil compaction;
disinfection; testing; (includes providing temporary jumper or another approved
method for disinfection and flushing); road restoration; regrading and grassing
(sod); and traffic control
A copy of .,aid Contract is incorporated herein by reference and is made a part hereof as if fully copied
herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Principal shall in all
respects Comply with the terms and conditions of said Contract and its obligations thereunder, including
all of the Contract Documents therein referred to and made a part thereof, and such alterations as may
be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and
save harmless the-C-auaty of Indian-River-againstand from all expenses, costs, and attorney's fees,
including appellate_proceedings, as set forth in the Contract, that Owner sustains because of a damages,
inluryor cc anduct, want of care of skill, negligence or default, including patent infringement on the part
of -the Principal, his agents or employees, in the execution or performance of said Contract, and further,
if the Principal shall promptly make payments to all who supply him with labor and/or materials used
directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, then
this obligation shall be null and void; otherwise, the Principal and Surety, jointly and severally, agree to
pay Indian River County any difference between the sum that Indian River County may be obliged to
pay for the completion of said Work, by contract or otherwise, and any damages, whether direct,
indirect, orcomequential, including reasonable attorney's fees (including appellate proceedings), which
the County of Indian River may incur as a result of the failure of the Principal to properly execute all of
the provisions of the Contract.
AND, the said Principal and Surety hereby further bind themselves, their successors, executors,
administrators and assigns, jointly and severally, that they will amply and fully protect the County of
Indian River against, and will pay any and all amounts, damages, costs and judgments which may be
recovered against or which the County of Indian River may be called upon to pay to any person or
corporation by reason of any damage arising from the performance of the said work, repair or
maintenance thereof, or the manner of doing the same, or his agents or his servants, or the
infringements of any patent rights by reason of the use of any material furnished or work done, as
aforesaid or otherwise.
00610-3
AND, the said Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder, or
the Specifications or Drawings accompanying the same, shall in any way affect its obligations on this
Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the Work or to the Specifications or Drawings.
AND, the said Principal and Suretyjointly and severally covenant and agree that this Bond will remain in
full force and effect for a period of one year commencing on the date of Substantial Completion as
established on the Certificate of Substantial Completion as issued by the County of Indian River.
Principal and Surety expressly acknowledge that any and all provisions relating to liquidated damages
contained in the Contract Documents are expressly covered by and made a part of this Bond. Principal
and Surety acknowledge that any such provision lie within their obligations and within the coverages
and limitations of this Bond.
Florida Statutes Section 255.05 (2O07)r as amended from time to time, together with all notice and time
provisions contained in subsection (2) of Florida Statutes Section 255.05 (2007)0 is incorporated herein
in its entirety by this reference.
IN WITNESS WHERF�OF, the above bound parties executed this instrument under their several seals, this,
_ day of w r� 20D&, the name and corporate seal of each corporate party
being hereto affixed and these presents duly signed by its undersigned representative, pursuant to
authority of its governing body.
(Remainder of this page intentionally left blank)
�YYY YYYYYMYY•0 Y Ya Y YY YY YY Y p Y Y Y Y Y Y Y Y Y Y Y Y Y Y a Y a Y Y a Y Y Y Y Y Y R Y Y V M Y Y a Y Y Y Y Y•M a Y■YY••Y Y YY,
00610-4
•\I\I\\f IY1111\\III\\I\IIIY\11\11111\I\1���1•\IIIIIY\\11\\\\\\III6
Y\\008I4111\IMf
WHEN THE PRINCIPAL ISA CORPOR TION:
Attest:
Secretary S•P.S, Contracting, Inc.
Name of oration
aY:
( Ix Corporate SEAL)
Printed Name �r
Official Title
CERTIFICATE AS 70 CORPORATE PRINCIPAL
w v c rtify that I am the Secretary of the corporation named as Principal in the
within bond; that��
then (� _ ^Y'^ n who signed the said bond on behalf
�r2 of the Principal was
c%�f Said corporation: that I know his signature, and his signature
thereto is genuine; and that said Bond was duly signed, sealed and attested for and on behalf of Said
corporation by authority of Its governing body.
Secretary
00610-5
(SEAL)
TO BE EXECUTED BY CORPORATE SURETY:
Fidelity & Deposit Company of Maryland
Secretary Corporate Surety 863 Creston Dr.
_Maitland FT. 39751 E=
Business Address/
BY:
SEAL)
Attorney -In -Fact f �;
`j>At
Coastal Banding, Inc. '� a ,Y,�'?'.'
Name of Local Agency
11924 Forest Hill Blvd., Suite 22-323
Wellington, FL 33414
Business Address
STATE OF Florida
COUNTY OF
Before mss, a Notary Public, duly commissioned, qualified and acting, personally appeared
h_John����_S._ Harris to meiiw�eell known, who being by me first duly sworn upon oath, says that
Fidelit t'I7e$osr tyGnom anor the oY Flaw andDeposit Comp that he has been authorized by
o Mary an p y to execute the foregoing band on behalf of the CONTRACTOR nam
therein in fa rof the County of Indian River, Florida. Subscribed and sworn to before me this
day of IhI 20OK
lo�
Notary Pu lic, State of
MyCOmmISSIOnEXpireH:
NOTARY PUBLIC - STATE OFFLORIDA
Beverly Kenny Fbn
Commission # DD629777
Expires: JAN, 16, 2011
BONDED TBRU ATLANTIC BONDING CO., INC.
"ENO OF SECTION"
00610-6
SECTION 00612
Bond 1108891576 PAYMENTBOND
THIS IS AN INSTRUCTION, NOT PART OF THE BOND The bond must state on its front page: the name,
principal business address, and phone number of the contractor, the surety, the owner of the property
being improved, and, if different from the owner, the contracting public entity; the contract number
assigned by the contracting public entity; and a description of the project sufficient to identify it, such as
a legal description or the street address of the property being improved, and a general description of
the improvement, and the bond number.
KNOW ALL MEN BYTHESE PRESENTS:
BY THIS BOND, we h"' O s' �Ontracting, ' as Principal, and ditiylandDeposit Company
corporafipn, as!urety are het d,firm'ykpqundgto the County of Indian River, Florida, in the sum of
0 o r Arun a r. Iv sand
Iundra� $uen�'v-lei§(�i0 Dollars �t •4"ttamounting to 10090 of the total bid
price. For the payment of said sum we bind ourselves, our heirs, executors, administrators and assigns,
jointly and severally, for the faithful performance of a certain written Contract, dated the �6f*_
day of Dunn 20-bS, entered into between the Principal and the County of Indian
River, for:
Project
Name:
61SR60 Utility
Improvements. FDOT
STA
2421+40 to STA 2475+20"
County
Project
Bid
Number:
2008044
County UCP Number:
Project: Address:
Boulevard
Project Description:
A. CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The
work is generally described as follows which shall include, but is not necessarily limited to the
following:
Indian River County (IRC) proposes to construct potable water, non -potable
water and wastewater improvements generally within the Florida Department
of Transportation (FDOT) right-of-way of State Road 60 (SR 60) between the
8300 block of SR 60 (just west of Std avenue), and Indian Creek Boulevard in
Indian River County, Florida. The improvements are intended to replace and/or
adjust existing water, non -potable water, and wastewater systems in a manner
that will eliminate potential conflicts between IRC's systems and future FDOT
roadway improvements. The FDOrs roadway improvements are not Included in
the scope of work under this Contract.
00612-1
Water Main
Potable Water Improvements consist of.@
On the north side of SR 60, from 8300 SR 60 to 7500 SR 60 (Pine Creek
Boulevard), the replacement of 16" water main with 4312 if 16" PVC, and
1125 If 18" HDPE Directional Bores (3 bores).
— On the south side of SR 600 from 82"d Avenue to 8000 SR 60, the
construction of a new water main loop, with 644 If 12" PVC and 2301f 14"
HDPE Directional Bores (2 bores).
-- On the south side of SR 60, from 7700 SR 60 to 7500 SR 60 the
replacement of 12" water main with 198 /1 1210 PVC, 340 If 14" HOPE
Directional Bore (1 bore), and 742 if of 14" HDPE (Conventional Open Cut),
Crossing SR 60 at 82nd Avenue, the replacement of 12" water main with 10
If 12" PVC and 200 if 14" HDPE Directional Bare (I bore).
Crossing SR 60 at 78'h Avenue, the replacement of 12" water main with 10
If 12" PVC and 1471f 14" HOPE Directional Bore (1 bore).
Construction of four (4) vertical deflection for existing water mains to
eliminate conflicts with future roadway and drainage improvements.
The Contract requires new water mains to be connected to existing facilities at
several locations and for existing systems to be replaced and to be removed
and/or abandoned and grouted in accordance with the Contract specif cation.
The Contract requires that existing services to potable water users not be
interrupted.
Sewer force Main
Sewer force Main Improvements consist of,
On the north side of SR 60, from 8300 SR 60 to 82od Avenue, the
replacement of 4" force main with 530 if 4" PVC.
On the south side of SR 60, at 8000 SR 60, the replacement of 10" force
main with 14 If 10" PVC and 500If 22" HOPE Directional Bore (I bore).
— Crossing SR 60 at 8300 SR 60, the replacement of 6" forte main with 201f
6" AVC and 150 If 6" HDPE Directional Bore 11 bore).
Crossing SR 60 at 78ib Avenue, the replacement of 10" farce main with 10
If 10" PVC and 143 If 12" HOPE Directional Bore (1 bore).
Construction of five (5) vertical deflections for existing force mains to
eliminate conflicts with future roadway and drainage improvements.
The Contract requires new sewer force mains to be connected to existing
facilities at several locations and for existing systems to be replaced, and to be
removed and/or abandoned and grouted in accordance with the Contract
specifications. The Contract requires that existing sewer collection /
transmission service not be interrupted.
00612-2
loon -Potable Main
Non -Potable Water Main Improvements consist of.
-- Crossing SR 60 at 82'd Avenue, the replacement of 12" non -potable water
main with 15 If 12" PVC and 2201f 14" HDPE Directional Bore (I bore), and
the removal and abandonment and grouting of the existing non -potable
water main.
The construction of the utility improvements described above shall also consist
Of but not limited to: resetting of signs, mailboxes and other existing facilities
disturbed during construction; utilities exploration; coordination with any
permitting agencies; trenching; clearing and tree removal; dewatering;
i,vstallation of pipe with fittings and all appurtenances; valves, fire hydrant
assemblies; wet taps; restrainers; air release valves; line stops; soil compaction;
disinfection; testing; (includes providing temporaryjumper or another approved
method for disinfection and flushing); road restoration; regrading and grassing
(:rod); and traffic control
A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied
herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall
promptly make payments to all claimants, as herein below defined, then this obligation shall be void;
otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions:
1. A claimant is defined as any person supplying the Principal with labor, materials or supplies,
used directly or indirectly by the Principal in the prosecution of the Work provided for in
said Contract, and is further defined in Florida Statutes Section 713.01.
2. Florida Statutes Section 255.05 (2007), as amended from time to time, together with all
notice and time provisions contained in subsection (2) of Florida Statutes Section 255.05, is
incorporated herein in its entirety by this reference
The Surety, for value received, hereby stipulates and agrees that no charge, extension of time,
alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to
the Specifications applicable thereto, shall in any way affect its obligations on this Bond, and the Surety
hereby waives notice of any such change, extension of time, alterations of or addition to the terms of
the Contract, or to the work or to the Specifications.
The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide,
General Policyholder's rating of "A" and Financial Size Category of Class "X".
The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force
and effect for a period of one year commencing on the date of Substantial Completion as established on
the Certificate of Substantial Completion as issued by the County of Indian River.
The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses,
damages, expenses, costs, and attorney's fees, including appellate proceedings, that the County of
Indian River sustains because of a default by the Principal under the Contract.
00612-3
IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals, this
14 T'rday of .Tko „J K 20.Q� the name and corporate seal of each corporate
party being hereto affixed and these presents duly signed by its undersigned representative, pursuant
to authority of its governing body.
WHEN THE PRINCIPAL 15 A CORPORATION:
Attest:
S.P.S. Contracting. Inc.
Secretary Name ofTdaVoration ^
BY:
SEAL)
M Late a D wAIA .J,.1
Printed Name
C e &2T -&A Car --dA a loon i J i6TR acr-M0.
Officia I Title
CERTIFICATE AS TO CORPORATE PRINCIPAL
I Acer ify that I am the Secretary of the corporation named as Principal in the
within bond; that / tjn who signed the said bond on behalf of the Principal was
then ( 'is% n�rack lhf mi r of said corporation: that I know his signature, and his signature
thereto is genuine; and that said Bond was duly signed, sealed and attested for and on behalf of Said
corporation by authority of Its governing body.
Secretary (SEAL)
00612-4
D BE EXECUTED BY CORPORATE SURETY;
Attest: �--
Fidelity & Deposit Company of Maryland
Secretary CorporateSurety 863 Creston Dr.
Maitland, FL 32
Business Addrpac
John S. Harris
Attorney -In -Fact
Coastal Bondi n , Inc.
Name of Local Agency
11924 Forest Hill Blvd., Suite 22-323
Wellin ton, FL 33414
STATE OFFlorida Business address
_
COUNTY OF Q
Before me, a Notary public, duly commissioned, qualified and acting, personally appeared
.hJohn . - arric to e1�t� lnbepo betnpCbj me first duly sworn upon oath, says that
Fide 1$ the 6ttl�en oysitf Comgr IIhe o Mary and
o� Xrvlan$ an � that he has been authorized by—
_ 0 execute the foregoing bond on behalf of the CONTRACTOR named
therein in faytr of the County of Indian River, Florida. Subscribed and sworn to before me this IML-'
day of 20 �
MYCOMmissionExpires,f •/
"END Of SECTION'
00612-5
NOTARY PUBLIC • STATE OF FLORIDA
Beverly Kenny Fell
Commission #DD629777
' Expires: JAN. 16, 2011
HONIED ]IRU ATLANnC BONDING CO., INC,
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company,*-mVj
set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof d snate, constitute and
appoint John S. HARRIS, of Wellington, Florida, its true and lawful t>tt make, execute, seal
and deliver, for, and on its behalf as surety, and as its act and o ngs, and the
execution of such bonds or undertakings in pursuan o s on said Company, as fully and
amply, to all intents and purposes, as if th ��� xe , t ged by the regularly elected officers of
the Company at its office in Ba1.
The said Assist
Section 2, of the I
IN WITNESS
affixed the Corp(
A.D. 2004.
ATTEST:
'^p 01P0%
o a
1IM a'
4 �
set forth on the reverse side hereof is a true copy of Article VI,
ZsF �d4s now in force.
e said Vice -President and Assistant Secretary have hereunto subscribed their names and
of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of February,
State of Maryland l
Cityof Baltimore f ss.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
T. E. Smith Assistant Secretary
Paul C Rogers Vice President
On this 23rd day of February, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Dennis R. Hayden Notary Public
My Commission Expires: February 1, 2009
POA -F 031-0035
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,... and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this I q'� day of ___wy ao"R_
ob(4 :c�
Assistant Secretnry
ACORD
CERTIFICATE OF
LIABILITY
INSURANCE OP ID D DATE(MMIDDIYYYY)
PRODUCER
NS
TYPE OF INSURANCE
SPSCO02 06 10 08
Huckleberry,
Sibley S Harvey
FNA`TGEYMEX01`DrYYj
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Insurance S
Bonds, Inc .
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND,
1020 N Orlando Ave, Suite 200
GENERAL
EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Maitland FL
32751
06/06/09
S 1 , 000 , 000A
Phone: 407-647-1616
S Es 0=rence
INSURERS AFFORDING COVERAGE
NAIC9
INSURED
(Arty one Person)
$ 5 , 000L&ADV
5EACHCURRENCE
INJURY
x1,000,000
INSURER A: Amerisum Insurance ceePany
19466
INSURER B: A risure Mutual Insurance co
23396
SPS
CODeborah , Inc.h
Attn:
Deborah Smith
E 2
INSURER C'
, 000GEN'L
9015
Americanaggdd S# 1
Vero
Beach FL 3296
S 2
INSURER D:
, OOO
INSURER E:
rnvicewn_ec
AUTOMOBILE
LIABILITY
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWTHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INbKRuuON
LTR
NS
TYPE OF INSURANCE
POLICYNUMBER
DATE
MMID
FNA`TGEYMEX01`DrYYj
LIMITS
X
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
MADE OOCCUR
GL2054579
06/06/08
06/06/09
S 1 , 000 , 000A
X
S Es 0=rence
550,000CLAIMS
(Arty one Person)
$ 5 , 000L&ADV
5EACHCURRENCE
INJURY
x1,000,000
AGGREGATE
E 2
, 000
, 000GEN'L
AGGREGATE LIMIT APPLIES PER:
POLICY X jEOT LOC
S - COMP/OP AGO
S 2
, OOO
, OOO
AUTOMOBILE
LIABILITY
B
ANY AUTO
CA2054576
06/06/08
06/06/09
COMBINED SINGLE LIMIT
�(Eaamidenq
51,000,000
X
ALL OWNED AUTO$
SCHEDULED AUTOS
lP PYsIoon)URY
$
X
HIRED AUTOS
NON -OWNED ALTOS
BODILY INJURY
(Per ersldenl)
5
X
PROPERTY DAMAGE
(Per actldem)
5
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
THAN EA ACC
3
AUTO O
AUTO ONLY: AGG
S
B
EXCESSIUMBRELLA
LIABILITY
OCCUR �CLAIMSMADE
CU2054580
06/06/08
06/06/09
EACH OCCURRENCE
55,000,000
AGGREGATE
55,0001000
S
DEDUCTIBLE
'S
X
RETENTION so
5
WORKERS COMPENSATION AND
B EMPLOYERS'LIABILITY
ANY PBOPRIETOWARTNERIEXECUTIVE WC2054561 06 /06 /O8 06/06/09
OFFICERPAEMBER EXCLUDED?
U ECIAL PROVISIONS
SPECIAL PROVISIONS edwv
OTHER
XTORY LIMITS ER
E.L. EACH ACCIDENT
E.L. DISEASE -EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
51,000,000
S 1
511000,000
, 000
A OOO
A Rented/Leased Equi CPP2054578 06/06/08 06/06/09
A Scheduled Equip CPP2054578 06/06/08 06/06/09
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
Coverage
Coverage
500,000
1,803,888
BID #2008044- SR 60 Utility Improvements From 8300 Block To Indian
Creek
Blvd. Indian River County is included as Additional Insured with regards to
General Liability.
LIFICATE HOLDER
Indian River County
Purchasing Manager
Attn: Jerry Davis
11800 27th Street
Vero Beach FL 32960
INDIRIV I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOI
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
ACORD 25 (2001108) 0 ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
3u