Loading...
HomeMy WebLinkAbout2008-307 L BID SET R CONTRACT DOCUMENTS AND SPECIFICATIONS FOR EAGLE TRACE SUBDIVISION , PHASE II BID NO . 2008074 PROJECT NO . 0813 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA SANDRA L . BOWDEN , CHAIRMAN WESLEY S . DAVIS , VICE CHAIRMAN COMMISSIONER JOSEPH E . FLESCHER COMMISSIONER PETER D . O ' BRYAN COMMISSIONER , GARY C . WHEELER JOSEPH A. BAIRD , COUNTY ADMINISTRATOR JEFFREY K. BARTON , CLERK OF COURT WILLIAM G . COLLINS , II , COUNTY ATTORNEY JAMES W . DAVIS , P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER , JR . , P . E . , COUNTY ENGINEER x 00001 - Project Title Page - REV 04-07 .doc 00001 - 1 FAEngineering\Special Projects\Eagle Trace Phase Montract Documents\Eagle Trace Subdivision Phase II\00001 - Project Title Page - REV 04-07.doc SECTION 00520 - Agreement ( Public Works ) THIS AGREEMENT is by and between INDIAN RIVER COUNTY , a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , ( hereinafter called OWNER ) and Timothy Rose Contracting , Inc. ( hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 = WORK 1 . 01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents . The Work is generally described as follows : The project will consist of the completion of the remaining improvements in Eagle Trace Subdivision - Phase II . These improvements will include but not necessarily be limited to utilities , paving , drainage , grading , landscaping and irrigation work ARTICLE 2 - THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : Eagle Trace Subdivision - Phase II County Project Number: 0813 Project Address : Northeast Corner of Kings Highway and 61St Street ARTICLE 3 — ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER' s representative , assume all duties and responsibilities , and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents . ARTICLE 4 - CONTRACT TIMES 4 . 01 Time of the Essence A. All time limits for Milestones , if any, Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract . 4 . 02 Days to Achieve Final Completion and Final Payment A . The work will be substantially completed on or before the 90th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions , and completed and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 120th day after the date when the Contract Times commence to run . 00520 - Agreement ( Public Works ) REV 04-07 .doc 00520 - 2 F :\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II00520 - Agreement (Public Works) REV 04-07.doc 4 . 03 Liquidated Damages A . CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work . The parties 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 $ 100 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantially complete . After Substantial Completion , if CONTRACTOR shall neglect , refuse , or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER , CONTRACTOR shall pay OWNER $ 100 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment . ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 .A and summarized in paragraph 5 . 01 . 13 , below: A. For all Work , at the prices stated in CONTRACTOR' s Bid , attached hereto as an exhibit . B . THE CONTRACT SUM subject to additions and deductions provided in the Contract : : Numerical Amount : $ 137 111 . 36 Written Amount : One Hundred Thirty Seven Thousand One Hundred Eleven Dollars and Thirty Six Cents ARTICLE 6 = PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A . CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents , 6 . 02 Progress Payments. A . 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 00520 - Agreement ( Public Works ) REV 04-07 .doc 00520 - 3 F :\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00520 - Agreement (Public Works) REV 04-07.doc (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 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 . 6 . 03 Pay Requests. A . 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 ( 1 /2 ) 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. 6 . 04 Paragraphs 6 . 02 and 6 . 03 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 . 6 . 05 Acceptance of Final Payment as Release . A. 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 . 00520 - Agreement (Public Works) REV 04-07.doc 00520 - 4 F:AEnginsering%Speaal ProjectMEapb Trace Phase 20ontrad Docunments\Eagle Trace subdivision Phase 11\00520 - Agreement (Public Works) REV 04.07.60c ARTICLE 7 - INDEMNIFICATION 7 .01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR ' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents , Be CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost, progress , and performance of the Work. C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost, progress , and performance of the Work. D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) , if any, which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so ) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (surface , subsurface , and Underground Facilities ) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR, including applying the specific means , methods , techniques , sequences , and procedures of construction , if any , expressly required by the Contract Documents to be employed by CONTRACTOR , and safety precautions and programs incident thereto F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents , G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . H . CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site , reports and drawings identified in the Contract Documents, and all additional examinations , investigations , explorations, tests , studies , and data with the Contract Documents. 00520 - Agreement (Public Works) REV 04-07.doc 00520 - 5 FAEngineedng%Spedal Projects%Eagle Trace Phase Montnact DocumentslEagle Trace Subdkislon Phase inoomo . Agreement (Public Works) REV 04-07.doc I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. The remainder of this page was left blank intentionally. 00520 - Agreement (Public Works) REV 04-07.doc 00520 - 6 F:1Enylnserinp Special ProJsctMEaple Trace Phys 21ConbW DocunwIt Eple Trace SubdlVMM Phase 11100520 - AWeeuwd (Pudic Works) REV 04-07.doe ARTICLE 9 - CONTRACT DOCUMENTS 9 . 01 Contents A . The Contract Documents consist of the following : 1 . This Agreement ( pages 1 to 9 , inclusive ) ; 2 . Performance Bond ( pages 1 to 5 inclusive ) ; 3 . Payment Bond ( pages 1 to 5 , inclusive ) ; 4 . General Conditions ( pages 1 to 45 , inclusive ) ; 5 . Supplementary Conditions ( pages 1 to 8, inclusive ) ; 6 . Specifications as listed in the table of contents of the Project Manual ; 7 . Drawings consisting of a cover sheet and sheets numbered 1 through 13 , inclusive , with each sheet bearing the following general title : Eagle Trace Unit 2 and a sheet numbered 1 of 1 ( Irrigation Plan ) ; 8 . Addenda ( numbers 1 tol,, inclusive ) ; 9 . Appendices to this Agreement (enumerated as follows ) : None used . 10 . Notice to Proceed ( Page 1 , inclusive ) 11 . CONTRACTOR' S BID ( pages 1 to 8 , inclusive ) 12 . Bid Bond ( page 1 ) , Qualifications Questionnaire ( page 1 to 4 , inclusive) , List of Subcontractors ( page 1 inclusive ) . 13 . Sworn Statement Under the Florida Trench Safety Act ( pages 1 to 2 , inclusive ) 14 . Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships ( pages 1 to 2 , inclusive ) 15 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a ) Written Amendments ; b ) Work Change Directives ; c) Change Order(s ) . 16 . Contractor' s Final Certificate of the Work ( page 00632 — 1 & 2 of the Specifications ) 00520 - Agreement ( Public Works) REV 04-07 .doc 00520 - 7 F:\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00520 - Agreement (Public Works) REV 04-07.doc ARTICLE 10 = MISCELLANEOUS 10 . 01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions . 10 . 02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10 . 03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other party hereto , its partners, successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents , 10 . 04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision . 10 . 05 Venue A. This Contract 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 Contract shall be in Indian River County, Florida , or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . [The remainder of this page was left blank intentionally] 00520 '- Agreement (Public Works) REV 04-07-doc 00520 - 8 FAEr>gineerkv%Special Pro)ect$%Eagle Trace Phase 2%Contract OocumentslEegle Trace subdivision Phase 11/00520 - Agresrnerd (Public Works) REV 04-07.doc A , IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered Ato OWNER and CONTRACTOR . All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on 6,:= X , 20P.S (the date the Contract is approved by the Indian River County Board of County Commissioners , which is the Effective Date of the Agreement) . OWNER: ' CONTRACT lNt4A #'DIVER GQL&Il r1'1� B an rA, env hairman (Contractor) By: (C RPORATE SEAL) opfl a(r 'County Administrator Attest APPROVED AS TO FORM AND LEGAL SUFFICIENCY, By: p ; William G . Collins , II , County Attorney Address for giving notices : 13bo 0 td b I )c. I C H%A3Q Sw t o(o 1✓;R0 Rat 19ctei EI. 3aq (x A Jeffrey K . Barton , C of Court License No . C C-�. COSa9 Attest: (Where applicable) Deputy erk _ (SEAL) Agent for service of process : [ Im O Designated Representative : Name : Christopher J . Kafer, Jr. , P . E . Designated Representative : Title : County Engineer - Name : �rL vYp Ro q�e 1801 27th Street Title : r-e S . Vero Beach , Florida 32960 Address : (772) 567-8000 , ext. 1221 L 3 u D old lb l \A Facsimile : (772) 778=9391 Phone : 1 -1 a Facsimile : S(n4 119 ( If CONTRACTOR is a corporation or a partnership , attach evidence of authority to sign . ) * * END OF SECTION 00520 - Agreement (Public Works) REV 04-07.doc 00520 - 9 FAEnglneerlrglSpeclal Projects\Eagle Trace Phase Monkact Documents\Ea& Tram subdivision Phase 11/00520 - Agreement (Public Works) REV 04-07.doc ACQ90. CERTIFICATE OF LIABILITY INSURANCE OP ID TJ DATE (MM/DD/YYYY) TIMOR- 1 1 09 / 26 / 08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Stuart Insurance , Inc . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3070 S W Mapp ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Palm City FL 34990 Phone : 772 - 286 - 4334 Fax : 772 - 286 - 9389 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Harleysville Insurance Group Timothy Rose INSURER B: Bridgefield Employers Ins . Co . Contracting , Inc , INSURER c: _ & Haulin Trash Inc . _ 1360 Old Dixie Hwy SW INSURER D: Vero Beach FL 329B2 — -- INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. N DD's---------- — POLICY EFFECTIVE POLICY EXPIRATION LTR NSRD TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE (MMIDDArr LIMITS GENERAL LIABILITY EACH OCCURRENCE, 000 , 000 --, A X X COMMERCIAL GENERAL LIABILITY GL00000049465A 06 / 06 / 08 06 / 06 / 09 PREMISES (Eaoccurence) $ 100 , 000 CLAIMS MADE L_J OCCUR MED EXP (Any one person) $ 5 , 000 — PERSONAL & ADV INJURY $ 1 , 000 , 000 * 10 DAYS NOTICE NON-PAY GENERAL AGGREGATE $ 2 , 000 , 000 GEN'L AGGREGATE LIMIT APPLIES PER : PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 7 POLICYPRO- LOC — JECT AUTOMOBILE LIABILITY A X ANY AUTO BA00000049464A 06 / 06 / 08 06 / 06 / 09 COMBINED SINGLE LIMIT S 1 r 000 , 000 ( Ea accident) ALL OWNED AUTOS �— �— BODILY INJURY S SCHEDULEDAUTOS ( Per person ) I j i X I HIRED AUTOS h . _ BODILY INJURY (Per accident) $ X� NON-OWNED AUTOS * 10 DAYS NOTICE NON-PAY -- __ _ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S — ANY AUTOOTHER THAN EA ACC S _—_—_ AUTO ONLY: AGG ! S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S 3 , 000 , 000 A X I OCCUR CLAIMS MADE CM800000049462A 06 / 06 / 08 06 / 06 / 09 AGGREGATE $ 3 , 000 , 000 * 10 DAYS $ � 1 DEDUCTIBLE NOTICE $ RETENTION $ I NON PAY $ I WORKERS COMPENSATION AND X TORY LIMITS _ ER _ EMPLOYERS' LIABILITY B 0830 28562 02 / 01 / 08 02 / 01 / 09 E . L. EACH ACCIDENT i $ 1000000 ANY PROPRIETOR/PARTNER/EXECUTIVE ---- -- OFFICER/MEMBER EXCLUDED? * 10 DAYS NOTICE NON-PAY E. L. DISEASE - EA EMPLOYEE', $ 1000000 If yes, describe under SPECIAL PROVISIONS below E .L. DISEASE - POLICY LIMIT j $ 1000000 OTHER A CI2141676 06 / 06 / 08 06 / 06 / 09 Rented 50 , 000 * 10 DAYS NOTICE NON- PAY Equipment 5 % DED DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Grading of Land/ Site Prep - State of Florida RE : BID # 2008 074 Eagle Trace Sub Division - Phase II . Indian River County is additional insured for general liability CERTIFICATE HOLDER CANCELLATION INDIR- 2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 * DAYS WRITTEN Indian River County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Contractors Licensing IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR FAX : 772 - 770 - 5140 1840 25th Street REPRESENTA ES. Vero Beach FL 32960 AUTHORIZE E E1 ! �1T E ACORD 26 (2001 /08) © ACORD CORPORATION 1988 19152417 RECORDED IN THE RECORDS OF JEFFREY K BARTON , CLERK CIRCUIT COURT INDIAN RIVER CO FL , BK : 2297 PG : 899 , 10 / 10 / 2008 12 : 14 PM BOND PREId11U ACT PRiE ED ON 'FINAL CONTRACT CE PUBLIC WORKS BOND THIS IS THE FRONT PAGE OF THIS PERFORMANCE AND. PAYMENT BOND ISSUED IN COMPLIANCE WITH CHAPTER s255. 05 FLORIDA STATUTES. BOND NO. 534709P CONTRACTOR NAME : TimnthU Rnaa (' nntrartingr Tnc _ CONTRACTOR ADDRESS: 1360 SW Old Dixie Hwy . Vern Beacho FL 32962 CONTRACTOR PHONE NO . ( 77a 564 - 7800 SURETY COMPANY : 17PVP1nnPrQ Suratir anti Tnrlemni ty rnmpanjz Plantation , FL 33324 954 - 693 - 0570 OWNER NAME : Boar of County Commissioners Indian OWNER ADDRESS : River- County 1800 27 Street ---- V rn BPach , FT . 12960 OWNER PHONE NO. 1772 - 567 - 8000 OBLIGEE NAME :(ff contracting entity Is different from the owner, the contracting public entity) OBLIGEE ADDRESS : OBLIGEE PHONE NO . f ) BOND AMOUNT : $ 137 , 11 1 36 - -_ CONTRACT NO. (if Applicable) 0813 DESCRIPTION OF WORK: Eaq1Q Tgace Subdivision Phase II BW% 4 004 'i PROJECT LOCATION : Vero Beac r FL LEGAL DESCRIPTION: FRONTPAGE (ALL OTHER BOND PAGES ARE DEEMED SUBSEQUENT TO THIS PAGE REGARDLESS OF ANY PAGE NUMBERS THAT MAY BE PRE-PRINTED THEREON) A TRUE COPY CERTIFICATION ON LAST PAGE J,IK URTOK CLERK BX : ' 2297 PG : 900 Bond : 534709P SECTION 00612 • Payment Bond KNOW ALL MEN BY THESE PRESENTS ; BY THIS BOND, we Timothy Rose Contracting , Inc . 1360 SW Old Dixie Hwy . Vero Beach FL 32962 772 - 564 - 7800 as Principal (Contractor) , (Insert name , princlpal business address, and telephone number of PrincipallContractor) and Developers Surety and Indemnity Company 150 South Pine Island Road ,, Ste 510 Plantation, FL 33324 954 - 693 - 0270 , a corporation , as Surety , (insert name, principal business address , and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1801 , 27th Street, Vero Beach , Florida 32960, (772-567 -8000) , in the sum ofone Hundred Thrity Seven Thousandtears ($ 1 37 , 1 11 . �36 amounting to /o J yment of said sum we bind ourselves, our heirs, executors , administrators and assi ns, jointly an severalty, for the faithful performance of a certain written Contract, dated the �dsy of 20.t& entered into between the Principal and the County of Indian River, for. Bond Number : 534709P Project Name: Eagle Trace Subdivision-Phase II — County Project Number: 0813 Project Address: Northeast Corner of Kings Highway (58P Avenue) and 61 ° Street Project Description : The project will consist of the completion of the remaining improvements In Eagle Trace Subdivision -Phase 11 . These improvements will include but not necessarily be limited to utilities, paving , drainage, grading, landscaping and irrigation work. 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, as defined in Florida Statutes Section 255. 05( 1 ) , supplying Principal with labor, materials , or supplies, used directly or Indirectly by Principal in the prosecution of the Work provided for in the Contract . 2 , Florida Statutes Section 255. 05 (2002) , as amended from time to time, together with all notice and time provisions contained therein, is incorporated herein in its entirety by this reference. 00612 - Payment Bond REV 04-07.doc 00612 - 1 c oowwte alfa 90I1M 9%HP AaalFoter,11nA1 affil "anmovrommMlV overmt rd&WZ6AI4M.ICSROUS000MIiI i2 - Parinw4 ftoe REV 04.077 oat CO ROv05mii AME Y CERTIFICATION ON LAST PAGE JX BARTON, CLERK Bk : ' 2297 PG : 901 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 "K 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 Final Completion as established on the Certificate of Final 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 . (The remainder of this page was left blank intentionally] 00612 o2 00612 - Payment Bond REV 04.07.doe C 000UMOMS A112 Salhn{t %MP AanAnicautmlLocal soninp Tew4 orsry rntemM CpnFyCcKN«n.linit0u3e0DM 00012 - Payment Band REV G1-07 dw. Rn. 0501 A TRUE COPY CERTIFICATION ON LAST PAGE d.K. BARTOK CLERK BIr : ' 2297 PG : 902 IN WITNESS WHEREOF , the above hound parties executed this instrument under their several seals , this 29 day of September , 20 08 , 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 , it/1r / /V YAA # #AitfflrrfRWfffrtrf rYWWYA AA##Ar#rRwW#WRirffrr/WW/Ay 4A #fit►►RRR'IWMRAiif# fiRRfRWMYWWY ► # #ii# #WWMfR WHEN THE PRINCIPAL IS AN INDIVIDUAL: Witness Signature of Individual Address Printed Name of Individual Witness Address araatrrVr AAiiAAtwa*rrYiitirrrf RRttyr AA ►AAARt/rRRRRYYAMlrA//WAr ►yrM#i# Y#rrrRRRRMNYRYWRRefrrt►/arWV WMA A # Attar WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDERA TRADE NAME : Signed ; sealed and delivered In the presence of; Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness (SEAL ) Address tern►M!*RYWarfrrt►rtfWrWt # # A# A# A#AtffrrRRR*#*fA#RrrRerf► Vry W# A#RNAir/Nff►WM*YRairf/afrrr►f rr/rrrA AA AA#### (The remainder of this page was left blank Intentionally) 00612 - Paymonl Bond REV 0"7.doc 00612 . 3 f. Ulnyirn�rN^, OIM SalmgsUfl :AEMiNyHelaLLnefl ;,rl6n0ATempurery Inlet rwl FIknConrnt IGRIRQUSE06MDOC12 • b►yinaro oono NtV WL7.Gw Rfv. 65101 ATRUE COPY CERTIAFI � CLERK T PAGE J .K. 6RTON BK : ' 2297 PG : 903 WHEN THE PRINCIPAL IS A PARTNERSHIP: Signed , sealed and delivered in the presence of: Witness Name of Partnership BY . Address Partner Printed Name of Partner Witness (SEAL) Address •trxxxi r►# AA *#kik+w+ IwRMN'wk##Rf} R++++++i * A#ik#++wk+k#k#Mk4ikwk+k+ ikvA *Y4Ai a*k+#ikwRwk+k►kwwwki##+kw►►Mrr►+ WHEN THE PRINCIPAL JS A CORPORATION : Attest f Timothy Rose Contracting , Inc . ' ecretary Name of Cor oration A > BY • (Affix Corpori t i-IIE' Timothy Rose President Printed Name Official Title CE TIFICATE A RP R ( NCIPAL f - , certify that I apkthe Secretary of the corporation named as PriIF ncipal in the within bond; thar' T `?r�\ who signed the said bond on behalf of the Principal was then, ', U 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 goveming body. ' d er7j r Secretary (SEAL) f ' 1 mainder of this page was left blank intentionally] ". Jr. 00812 - Payment Bond REV 0447.doc 00612 - 4 C'l0"ple and srAtlnaal I wrofwV Memel niewantanl W)ROUSCODM100012 • Payminl band REV 0e•07 dar. Rn. MV01 A TRUE COPY CERTIFICATION ON LAST PAGE J .K. BARTON, CLERK BIC : ' 2297 PG : 904 TO BE EXECUTED BY CORPOMTE SURETY : ttest: Developers Surety and Indemnity Company )XXWitness Corporate Surety 150 South Pine Island Rd . Ste 0 B si ss dress P1 nt tion , FL 33324 B (A ix Robert Barra Attorney in Fact Attorney-In-Fact Name of Local Agency Bob Barra Bonds , Inc . 9373 West Sample Road , Ste 206 Coral Springs , FL 33065 11 Business Address 4 P d .at ,.,,, r ' STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned, qualified and acting , personally appeared Robert Barra to me well known, who being by me first d swdr6 . upon oath, says that he is the attorney-in4act for the ye elopgrs Suretyand and that he has been authorized byAttached Power br-Att�nLy two execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River Florida . me this 29 day of September 20 0�8 i (� MY COMMI =DD71EXPIREp,; fBpideOTnruN Notary Public, St a of Florida My Commission Expires : u � * ' END OF SECTION • 00612 - Payment Bond REV 04-07 doc 00612 - 5 C i0ocumsm9 mW Sel inp it W AdTiniturfNotLLocaf somnow emmmy mumw FWdii0wAwd wspo i18FOnMdkMt2 - P4ym m viom neY o4-w d% 0.ly. ouai A TRUE COPY K. BARTON , CLERK LAST PAGE J BK : 42297 PG : 905 Bond : 534709p SECTION 00610 - Performance Bond KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we Timothy Rose Contracting , Inc . 1360 SW Old Dixie Hwy . , Vero Beach , FL 32962 772 - 564 - 7800 as Principal (Contractor) , (Insert name , principal business address , and telephone number of Principal/Contractor) and Developers Surety and Indemnity Company South Pine Island load , Ste 510 Vero Beach , FL 33324954 - 6934270 , a corporation , as Surety , ( Insert name , principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida, 1801 27th Street , Vero Beach , Florid 3296p (77 -5 Op � he H�3n �I e3 T 01 ' t Seven Thou and One in the sum of , Q d r- Qrq v 1 , , , .. R Dollars ($1 3 7 , 1 1 1 . ),6 tii.....=e� 8e ,� ^ and 6 19A . amounting to 10064 of the total bid price. For tthe payment of said sum we bind ourselves , our heirs, executors , administrators and assta ns , jointly and severally, for the faithful performance of a certain written Contract , dated the , ' r day of 20a entered into between the Principal and the County of Indian ver, for: Bond Number: 534709P °'lco$O -14 Project Name : Eagle Trace Subdivision- Phase II County Project Number : 0813 Project Address : Northeast Corner of Kings Highway (581A Avenue) and 61 " Street Project Description: The project will consist of the completion of the remaining improvements in Eagle Trace Subdivision-Phase 11 . These improvements will include but not necessarily be limited to utilities, paving , drainage, grading, landscaping and irrigation work. 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 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 County of Indian River against and from all expenses, damages, injury or conduct, 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, including errors in the Drawings furnished by the Principal , 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 the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work , by contract or otherwise, and any damages, whether direct , indirect, or consequential, including reasonable attorney's fees (including appellate proceedings) , which the 06610 - Pen'ormance Bond REV 04407 .doe 00610 - 1 c ommuro wo AninnpiHP, AdnnI}VSf0nucm Eldlnpal7ereFerory Intafm 1-11esiconten1. IBO%RW 8000Mb0010 - Pu fuincnru nnid RFV 0407 o x A TRUE COPY CERTIFICATION ON LAST PAGE J . K . BARTON , CLERK BFC : 2297 PG : 906 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 . 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 some, 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 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 Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River . IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals, this 29_ day of September , 21108, the name and corporate seat of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. $ AAAI *# /#* *##Afi►► ►Y►1/►RVffi►1f•R# • f V►Wil#f##*A-Rf///#•►►W►YN►AA/Rfif#f►►VfVVi / AA # AAA4A # *# # //R/R#RfiR/f/#f►V►/►► WHEN THE PRINCIPAL, IS AN- INDIVIDUAL: Signed, sealed and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual Witness Address ♦ yf►f #WWi *** A # AAV Afi Vfif• ►fiR * ►YY►►RY►YIIRRRM ■ffR•/fYfYYWY*AiW/AA RARfiA *fiRRR►•►►Y►►►YYYYYW A V//VR • tisMf • /ffYf rr (The remainder of this page was left blank intentionally] 00810 • Performance Bond REV U-07.6oc 00010 - 2 C-GaWrWti were ra"icon*At. tcsRotiscV17M1uLYNu • ponmN ewo 110M7 REV 04-D7 d a A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK BK : ' 2297 PG : 907 WHEN THE PRINCIPAL 13 A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAM: Signed, sealed and delivered in the presence of: Witness Name of Partnership BY. Address Partner Printed Name of Partner Witness (SEAL) Address iiifilflRllff M4fWAAf4R4lff4fwiiiMiiiffiiiffRM•HriWAI ►i#Alwwwfr44iiAi4ii#iletftrrfffff4RwrWW44A MARRRAf4wf Hff WHEN THE PRINCIPAL-18 A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY : Address Partner Printed Name Of Partner Witness (SEAL) Address fwffwwwpwwwRf!! lfWW! ► A ###ww#wwwfft4wwwi4iiiwifiiwRARfffwteWffR4WAW ► ► ARAAAA#AwRRRw4MwwrrfiiPMiMwW4Wi4AlRr! (The remainder of this page was left blank intentionally) 00611) - PerformanCe Bond REV 04-07.doc 00610 - 3 r.•incria"Prr, Me 6enlnq►1Hf Atlminlete6t6nL04e1 Mimd RFV M A7 tier. A TRUE COPY CERTIFICATION ON LAST PAGE JX BARTON , CLERK BK : ' 2297 PG : 908 WHEN THE PRINCIPAL IS A CORPORATION : Attest Timothy Rose Contracting , Inc , ecretary Name of Corp io y BY: 9 (Affix Corporate $Iwklo. fill lt�l ;_ J l/ Timothy Rose Printed Name President Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL I 1 '1D Y"al � \ 1rP , certify thikt I am ecretary of the Corporation named as Principal in the within bond; th � , who signed the said bond on behalf of the Principal wast en t2a e S of said corporations 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 corporatio by authority of Its governing body . secret (SEAL) A TO BE EXECUTED BY CORPORATE SURETY : Att Developers Surety and Indemnity" Company g 1 Corporate Surety 150 Ste 51 0th Pine Island Road BusinM99d antat FL 33324 4BY to S ) Robert Barra Attorney-In-Fact Bob Barra Bonds , Inc . Name of Local Agency 9373 West Sample Road , Ste 206 Coral Springs , FL 33065 Business Address [The remainder of this page was left blank intentionally) 00610 - Perfoimanco Sond REV 04-07. doc 00610 - 4 c 100pU~1% tntl SlMinaMl IDYr! Bono nEY 0447 .oee A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK BK : ' 2297 PG : 909 STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public, duty commissioned , qualified and acting , personally appeared Robert Barra to me well known who beln%by me first d ly sworn upon oath , says that he is the attorney"in-fact for the eyel rs urety anind that he has been authorized byAttached Power of A Druce idle the foregoing bond on behalf of the CONT mo �"'cc�� r of the County of Indian River, Florida . Subscribed and sworn m� , ' ' e6 ptember , 20 08 EXPIRES May 26, M Banded Rru N011q PUNC UrK1#WMn Nota Public, State of Florida My Commission Expires : • END OF SECTION • " 00610 - Performance Bond REV 04-07 .doc 00810 - 5 C'10ogenm4 and SWtinDilHP_AdmuiiWelwlLuull $WUnpalTv'ryswtyY Irrlmner Fon%rrAmmi IEdIROusnoomoom - nerform ao Bend REV O&OTMe A TRUE COPY CERTIFICATION ON LAST PAGE- JX AGEJ . K. BARTON , CLERK BK : ' 2297 PG : 910 Bond : 534709P POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNC W ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, do each, hereby make, constitute and appoint: * * * Robert Barra * * * as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s}in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st, 2008 . RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorneys) named in the Powers of Attorney to execute , on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be , and each of them hereby is, authorized to attest the execution of any such Power of Attorney: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which It Is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008 . eaaeA14D ,,,y� By ahN6/V0, Stephen T. Pate, Senior Vice President. . �Jo-4QaPORfTZ,t°�j W 1 t � By: 'os 1 936 Charles L. Day, Assistant Secretary State of California County of Orange On January 1st, 2008 before me, ChristopherJ Roach Notary Public Date Here Insert Name and Title of the Officer personally appeared _—._-- ___—_ Stephen T. Pate and Charles L . Dam Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same In hislherlthek authorized 6 capacity(les), and that by his/her/their signs ture(s) on the Instrument the person(s), or the entity upon behalf of CL (4 O IM, # 1 �f 09 which the person(s) acted, executed the instrument. CO IM, # t i'f'd$1�'A �" NOTAfgiPUBLIC CXt,WMlAt$ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is OF ANIM {AUNTY true and correct. My amme tilwy 196 9011 V�aP WITNESS my hand and o tori seal. Place Notary Seal Above signature ChrlIii J . Roach CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power ofAttomey, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, Callfomia, the 2 9day of September .. 2008 AlbertHi_llebrand, Assistant ecretary ID-1438(Wet)(Rev. 10111 ) A TRUE COPY CERTIFICATION ON LAST PAGE J .K. BARTON ; CLERK EK : 2297 PG : 911 Www. sunbiz . org - Department of State Page 1 of 2 Home Contact Us E-Filing Services Document Searches Forms Help Previous on Ll st Next on List Return To List Events_ No Name History Entity Name Search Detail by Entity Name Florida Profit Corporation TIMOTHY ROSE CONTRACTING , INC . Filing Information Document Number S75343 FEI Number 650284242 Date Filed 08/23/ 1991 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/04/2005 Event Effective Date NONE Principal Address 1360 OLD DIXIE HWY SW STE 106 VERO BEACH FL 32962 US Changed 05/13/2003 Mailing Address 1360 OLD DIXIE HWY SW STE 106 VERO BEACH FL 32962 US Changed 05/13/2003 Registered Agent Name & Address ROSE , TIMOTHY W . 1360 OLD DIXIE HIGHWAY SW 106 VERO BEACH FL 32962 Address Changed : 05/06/2008 Ofl•icer/Director Detail Name & Address Title P ROSE , TIMOTHY W. 1360 OLD DIXIE HWY SUITE 106 VERO BEACH FL 32962 Title SEC ROSE , RONALD A TRUE COPY 1360 SW OLD DIXIE HWY # 106 CERTIFICATION ON LAST PAG J . K. BARTON , CLERK http ://www . sunbiz. org/scripts/cordet. exe? action=DETFIL&inq.doc_number=S75 343 &inq . . . 10/3 /2008 13K : ' 2297 PG : 912 www . sunbiz. org - Department of State Page 2 of 2 VERO BEACH FL 32962 Title TREA ROSE , LISA A 1360 SW OLD DIXIE HWY # 106 VERO BEACH FL 32962 Annual Reports Report Year Flied Date 2007 10/18/2007 2007 12/05/2007 2008 05/06/2008 Document Images 05/0612008 ANNUAL REPO. RT View image In PDF format 12/05!2007., - _ANNUA..L REPORTView image in PDF format 1011812007 ANNUAL. REPORT View image in PDF format 02/20/2007 _- ._ANNUAL REPORT View image in PDF format 01 /2012006 ANNUAL REPORT View ima a in PDF format 10./.0...412005 . REINSTATEMENT View image in PDF format 07/01 /20G4 -- REPORT r View image in PDF format 05/ 1312003 ,--, ANNUAL REPORT View image in PDF format 04108/2002 --_ ANNU. A.L REPORT View image in PDF format 04/03/2001 --_ANNUAL REPORT View image in PDF format 02/29/2000 -- ANNUAL, REPORT. View image in PDF fomlat 05113/1999 -- ANNUAL REPORT View image in PDF format 05105/ 1998 --_ ANNUAL. REPORT View image in PDF format 03/07/ 1997 -- ANNUAL, REPORT View image in PDFformat 07/08/1996 -- ANNUAL. REPORT View ima a in PDF format 07/17/ 1995 - ANNUAL REPORT F View image in PDF format Note . This is not official record. See documents if question or conflict. Previous on. List .Next..on. -Ust Ratt, rn_To .Llot Events No Name History Entit Name Search Horne Contact us Document Searches E Filing Services Farms I-lelo Copyright and Privacy Policies Copyright !, 2007 State or Florida , Department of State . A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK http: //www , sunbiz.org/scripts/cordet. exe?action=DETFIL&inq.doc_number=S75343 &inq . . . 10/3 /2008 BK:' 2297 PG : 913 Best's Rating Center - Company Information for Developers Surety and Indemnity Comp . . . Page 1 of 1 FpViewRofings: .,F.Jpanc..Ip,ik.Strongth Issu.4r Cletly S.@Curitl,@S AdV n6@d_S.4.af..Cf1 Other Web Centers: Select One Raft Methodology industry Raaeprch Am Rstings.Dettttlons 0 Developers Surety and Indemnity CompanyAmmA GijPrintthispage Search Burs Rettge til member .1sasM r M&GlITIR NAILDIC0 N: 1127) This=m rating q at he", in to i 11n•ne4 e Press RelmsaQs A.M.a•9t Y; 11762 NAIL e: 1771E FEIN /: 4SEN9710 mmpanian thathave, mour LaHBT Phone: 949.263.3300 meeopinlore' it nexcellentino aakti n — Address: 17760 Fitch, Sults 200 meal MalronEotna obligations A, Palated Products r Irvine, CA 92614 Fax: 949.252-1959 to policyholders. Industry 8 Regional Web: W.WW,JnSCQ.d)CQ,Q0M Country RM Best's Ratings Structured Finanos How to Oei:Ratal Financial Strength Ratings view 4s.11niUoas Issuer Credit Ratings VNtw D.a1inldQns Rating: A• (Excellent) Long-Term: a• Contact an Ariayst pfiiliation Code: g (Group) Outlook: Stable Financial Size Category: VII ($50 Million to $100 Million) Action: Affirmed Outlook: Stable Date: April 18, 2008 Action: Affirmed EffecBve Date: April 15, 2008 * Denotes Under,Reyiew._B.risf's,Ra(ing. : I L19ESr Reports and News Visit our NewsRoom for the latest newsand_2rejrj_=I am for this company and its A. M. Best Group. AMQ Credit .BeAQ.R..-.In u.r�InQe..Rrafessional (Unabridged) (formerly known as Best's company Report) - includes . ; Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed r business overview and key financial data. ' ` Report Revision Date: 07/16/2008 (represents the latest significant change). Historical Reports are available to AM.B. Cradi.f Roporl 7.1naurwo PrpfessionaJ. (Unab. rJcfgedl AcGhiYe..• Bast's Executive Summary Reports (Financial Overview) - available in three versions, these presentation 1 style reports feature balance sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2008 Bests Statement File - P/C, US. Contains data compiled as of 9/25/2008 (Quality Cross Checked). • $)tl9)e..lr.Q lPany - five years of financial data specifically on this company. • C.tr_pa,rfaon. - side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite - evaluate this company's financials against a peer group composite. Report displays both the average and total composite of your selected peer group. AMD CrgOiLl;eoort - Business ProfMI,91 al • provides three years of key financial data presented with 0'F colorful charts and tables. Each report also features the latest Best's Ratings, Rating Rationale and an excerpt from our Business Review commentary. Data Status: Contains data compiled as of 9/25/2008 (Quality Goss Checked). gat s Key $atino Gufda Presentation RepoA - includes Best's Financial Strength Rating and financial data elf as provided in Best's Key Rating Guide products. Data Status: 2007 Financial Data (Quality Cross Checked). Financial and Analytical Products STATE CP FLORIDA f3fet's ProDertv[Casual3y Center • PreQtium 0 111- RgRQfW INDIAN AI R (iDNwVU Bests Key Retina Guide - P/C US 8 Canada r S Besfs - at meat Free - P/C . US THIS IS TO CERTIFY WAT'IFlle 18 A Best's_S(aiameN.F.ile n.Glahel TRUE AND CORRECT Copy OF TK dast'.a. 1.nsgranQa_Rap.area .-..P1C._U.S . Canada ORIGINAL ON FILE IN THIS OFFICE• B.est's.State..4ine. - P/C, US Be41's Insurance Expense Exhibit IIEE)_Pic - A (MDATE6n TQ eEa crw1 S�t'cSchedule F /Reinsurance) - P/C US ' Sasts Sahe4yla _(MunlQJp l @Qnde ..US Baat.s..SQhadula.D (Camman...Stacka). . .US Best's_Sshedu19..A. (Preftlrred.S.tQCka) .._US Best's Schedule P (Loge Renrves) P/G US Bets SchaduJ@�_-Jjy4[id. P1C$ I LN !!S B�St�S SChad.UlaQ.lGarP91'afB�Dlld�--..t�S Customer Service I Product Support Member Center I Contact Info I Careers About A. M . Bost Site Mao acy Poly I Privecuri y I �InnB of se I LQgal $ . icen�g Copyright 0 2008 A.M. Best Company, Inc. All rights reserved. A.M. Best Worldwide Headquarters, Ambest Road , Oldwick, New Jersey, 06858, U .S.A , http ://www3 .ambest .com/ratings/fullprofile . asp ? ambnum= 11752 &URATINGID = 1399406 . . . 10/3 /2008 g1VE� Indian River County Purchasing Division 1800 27th Street ` i *VIA Vero Beach , FL 32960 Phone (772) 567- 8000 Fax (772) 778 - 9391 Ext. 1221 ADDENDUM NO . 1 Date : August 26 , 2008 Project Name : Eagle Trace Subdivision , Phase II IRC # 0813 Bid Number : 2008074 Bid Opening Date : September 10 , 2008 at 2 : 00 p . m . TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents . Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents . This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents . ADDENDUM ITEMS 1 . SECTION 001. 00 — ADVERTISEMENT FORBIDS , page 00100- 1 . Any reference to "PROJECT NO . 0313 " shall be amended to read "PROJECT NO . 0813 " , 2 , SECTION 00310 — ITEMIZED BID SCHEDULE , Change Item 120 — excavation, regular quantity to 0 c . y. Change Item 120-6-Description to fill . Change Item UT 1 unit to L .F . and quantity to 500 . DIVISION 2 TECHNICAL PROVISIONS INDEX 3 . SECTION 120 — Change All ` Embankment ' to ` Fill ' . 4 . . SECTION UT SUB SECTION A — Water Utilities . Add the following at the end of Sub Section A ; Contractor to locate , excavate , repair all defective water line tracer wire and properly backfill . F.• IEngineeringlSpecial Projects lEagle Trace Phas12ftl1 Addendum No. 1 for Eagle Trace PH 2. doc 5 . SECTION UT SUB SECTION G — Change payment for trace wire repair to L .F . 6 . SECTION 334 SUB SECTION A — At the end of paragraph 2 add the following : Payment for this item will also include repair of any defective base areas encountered during the removal of any defective pavement. All defective pavement to be saw cut and removed 5 feet beyond the limits of any pavement that is visibly defective . ATTACHMENT: 0 Map of Record Survey Graphic . • Revised Itemized Bid Schedule dated August 26, 2008 . All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may be issued to clarify, correct or change the Bidding Documents as deemed advisable by Y Y� b b OWNER or ENGINEER. The Bid shall contain an acknowledgment of receipt of all Addenda the numbers of which shall be in filled in on the Bid form . In the event the Contract is awarded to the Bidder, he will enter into a Contract with Indian River County and furnish the required Performance and Payment Bond . * * * * * * * * * * * * * This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * All Bids must be mailed to or .hand delivered to the Purchasing Division office located at 180027 th Street, Vero Beach, FL 32960 prior to the Date and Time shown above . Late bids will be returned unopened . Company Name�'r`n >7 R a ry. Name : �Ft nnp �l Q ' pcaTitle : �IQ&S (Type / Printed) Authorized Signature :,- r Date : h L Fax : �q I ,� Telephone :• n 1 ecial Pro 'ectslEa le Trace Phas 219611 Addendum No. 1 or Eagle Trace PH 2. doc F: IEngineera g Sp � g eL f g ITEMIZED BID SCHEDULE August 26 , 2008 Eagle Trace Subdivision , Phase 11 Bidder's Name : Re : Addendum # 1 Item No . Description Unit Quantity. Unit Price Amount 101 - 1 MOBILIZATION LS 1 102- 1 MAINTENANCE OF TRAFFIC LS 1 104- 13 STAKED SILT FENCE L . F . 3200 110- 1 CLEARING & GRUBBING LS 1 120-6 FILL CY 5607 120- 1 EXCAVATION , REGULAR CY 0 334-7 1 SUPERPAVE ASPHALTIC CONCRETE ( SP . 9 . 5 ) SY 50 550- 10 WOODEN TYPE A FENCE LF 400 575- 1 SODDING BAHIA SY 572 UT 1 TRACE WIRE 'REPAIR LF 500 UT 2 VALVE MARKER INSTALLATION EA 8 UT 3 FIRE HYDRANT RELOCATION EA 2 IRI IRRIGATION SYSTEM LS 1 BUF 1 CANOPY TREE 12' HIGH , 2" DA. 0 . 5 ' ABOVE GRADE EA 28 BUF 2 UNDERSTORY TREE 6 ' HIGH , 1 . 5" DIA. 0 . 5 ' ABOVE G EA 12 BUF 3 SHRUB (6 ' HIGH ) EA 112 706-7 . 1 REFLECTIVE PAVEMENT MARKERS EA 2 FA 1 FORCE ACCOUNT LS 1 207000 . 00 20 , 000 . 00 TOTAL BID AMOUNT TOTAL BID AMOUNT IN WORDS LS = Lump Sum LF = Linear Foot ED - Each Day CY = Cubic Yard SY = Square Yard TN = Ton EA = Each SF = Square Foot AS = ASSEMBLY TABLE OF CONTENTS Section No . Title VOLUME 1 DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 - 1 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Performance Bond 00612 Payment Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor' s Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor' s Final Certification of the Work 00634 Professional Surveyor and Mapper' s Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010- 1 F:\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS + + END OF TABLE OF CONTENTS + + 00010-2 F :\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00010 - Table of Contents - REV 04-07 .doc L SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS L180127th Street, Vero Beach, Florida 32960 g1VER A � ORt Telephone : ( 772 ) 567 - 8000 FAX : ( 772 ) 770 = 5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday , September 10 , 2008 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " Bid for Indian River County Project No . 0313 Eagle Trace Subdivision-Phase ll " . Bids should be addressed to Purchasing Division , 1800 27th Street, Vero Beach , Florida 32960 . All bids will be opened publicly and read aloud at 2 : 00 PM . All bids received after 2 : 00 P . M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO. 0813 INDIAN RIVER COUNTY BID NO. 2008074 PROJECT DESCRIPTION: The project will consist of the completion of the remaining improvements in Eagle Trace Subdivision-Phase ll. These improvements will include but not necessarily be limited to utilities, paving, drainage, grading, landscaping and irrigation work. All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be obtained from the Public Works Department/Engineering Division , 1801 27 ' Street , Vero Beach , Florida , 32960 , ( 772 ) 226- 1380 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $ 100. 00 for each set, which represents cost of printing and handling, which is non refundable. All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . A BID SECURITY must accompany each Bid , and must be in the form of an AIA Document A310 Bid Bond , properly executed by the Bidder and by a qualified surety , or a certified check or a cashier' s check , drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than Five Percent (5 % ) of the total amount of the bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, Bidder will enter into Contract with the County 00100 - Advertisement for Bids Rev 04_07 .doc 00100 - 1 R\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00100 - Advertisement for Bids Rev 04_07.doc and furnish the required 100 % Performance Bond and 100 % Payment Bond within the time frame set by the County . If Bidder fails to do so , the Bid Security shall be retained by the County as liquidated damages and not as a penalty . Please note that the questionnaire must be filled out completely including the financial statement . The County reserves the right to delay awarding of the Contract for a period of sixty 60 days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in part with or without cause/or to accept the bid that , in its judgement , will serve the best interest of Indian River County, Florida . The County will not reimburse any Bidder for bid preparation costs . INDIAN RIVER COUNTY By: Jerry Davis Purchasing Manager For Publication in the Vero Beach Press Journal Date : For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to : INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Vero Beach , FL 32960 * * END OF SECTION 00100 - Advertisement for Bids Rev 04_07 .doc 00100 - 2 R\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00100 - Advertisement for Bids Rev 04 07.doc r SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No . - Title Page ARTICLE1 as DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . .. . . . . . . . 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS . , . , . . . . . 01 . 11 . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . . . . 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 as PRE -BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . 4 ARTICLE 6 - SITE AND OTHER AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 7 be INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE8 - BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE9 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . 5 ARTICLE10 be LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 11 - SUBSTITUTE AND " OR-EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 12 be SUBCONTRACTORS , SUPPLIERS , AND OTHERS . . . . . . . . . . . . . . . . . . . . . . . . 6040 . . . . . . . . . . . . 6 ARTICLE 13 - PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . 1 . , 6 ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE15 - SUBMITTAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . . . . . . a . . . . . . . . . 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE17 - OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 - AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE . . I I I I I I I I I I I I I I I I I I I I I . . . . . . . . . . 6 . , 4 a 6 0 0 0 . . . . . . . . . . . 9 ARTICLE 21 - SIGNING OF AGREEMENT . a 0 a . a 0 0 . . . . . . 6 0 . . . . . . . . . . a . 0 . 0 4 0 0 0 a . . . . . . 10 ARTICLE 22 - SALES AND USE TAXES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 0 . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE 23 — PUBLIC ENTITY CRIMES STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 r ARTICLE 24 - CONTRACTS TO BE ASSIGNED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . '. . . . . . . . . . . . . . . . . . 10 ARTICLE25 - PARTNERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 10 00200 - Instructions to Bidders REV 04-07 .doc 00200 as i F:\Engineering\Special Projects\Eagle Trace Phase Montract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 as Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof Contract ' . . . . . , . , * , , , , , , , 116860 % 800 owaaaam " I , , . , I I . . . . . . . . . . . . . . . . . . . 00 . 000 . 000 . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . 19 Basis of Bid ; Evaluation of Bids " , , , . , , ' , , , " , sea @ * * gas Sasso , , , " , 1 114 1 1 d I I I I I I I I I I I I I I . . . . . . . I . . . . . . . . . I I . . . I . . I I . I I I I . 8 . 6 0 0 0 . 14 BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . " , " , , ' , , Contract Security and Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 ContractTimes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1111 . . . . . . . . . . . . . . . . . . . . . 9 Contractsto be Assigned . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Copiesof Bidding Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0010 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 . 111 . . 2 DefinedTerms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretationsand Addenda . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 Liquidated Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modification and Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Openingof Bids •. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Partnering . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . eve . . . . . . . . . . . . . . . . . . . 25 rr Pre- Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Public Entity Crimes Statement ' . . . . , . , . . . . sell " 111116160040 10 , 111 , 111 , 111 , . . . . . . . . . . . . . . 1 . . " . 23 Qualificationsof Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Salesand Use Taxes . " , 11111 . 011 60911111101 1 " , sees sesames ass all , , I " , . . . I ' ll . . . . . . . . . . . . . . . . . " I . . . . 22 Signingof Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 . . . . . . . . . . . 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Subcontractors , Suppliers and Others . . , . , . , , ' , , 0 . . . . . . . . . . . . . . . I ' ll . . . . " I ' ll " . . . . . . . . 11 . 1 . . . . . . . 0 . 6600 , . . . . . . . . . . . . . . . . 12 Submittalof Bid , . , , , , , , . " , 1119 . 060 somp . m . . Ool a ago a . . moo@ 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Substitute or " Or-Equal' Items . . . . . . . . . me . . . . . . a , a , . . . . . . . . . . . . 11111101111111 , 1111111 . 1 . . . . . . . . . . . 1 . 1111 00200 - Instructions to Bidders REV 04-07 . doc 00200 - ii FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder--The individual or entity who submits a Bid directly to OWNER. B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C . Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided ) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office . 2 . 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents . 2 . 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use . L ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 . 01 To demonstrate Bidder's qualifications to perform the Work within five days of OWNER's request Bidder shall submit written evidence such as financial data , previous experience , present commitments , and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories . E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 3 . 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 1 F.\Engineering\Special Projects\Eagle Trace Phase Wontract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4. 01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to the Site , if any, that Engineer has used in preparing the Bidding Documents . 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities ) , if any, that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 01 . A will be made available by OWNER to any Bidder on request . Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 02 of the General Conditions has been identified and established in paragraph 4 . 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions or information contained in such reports or shown or indicated in such drawings . 4 . 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER as part of the original land development plans . 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site , if any, that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4. 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 06 of the General Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions , or information contained in such reports or shown or indicated in such drawings . 4. 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities , and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4. 02 , 4. 03 , and 4. 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in 00200 - Instructions to Bidders REV 04-07.doc 00200 - 2 FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00200 - Instructions to Bidders REV 04-07 .doc Rev. 05101 the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4 . 06 of the General Conditions . 4 . 05 Upon a request directed to the ENGINEER (Christopher J . Kafer, Jr. , P . E . 772-226- 1221 ) , OWNER will provide Bidder access to the Site to conduct such examinations , investigations , explorations , tests , and studies as Bidder deems necessary for submission of a Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations , investigations , tests , and studies . 4 . 06 This paragraph has been deleted intentionally. 4 . 07 It is the responsibility of each Bidder before submitting a Bid to : A. examine and carefully study the Bidding Documents , including any Addenda and the other related data identified in the Bidding Documents ; B . VISIT THE SITE AFTER CONTACTING THE ENGINEER (CHRISTOPHER J . KAFER, JR. , P . E . , (772) 226-1221 ) TO MAKE ARRANGEMENTS IN ADVANCE , AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS , AND PERFORMANCE OF THE WORK; C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and Regulations that may affect cost, progress , or performance of the Work; D . carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities ) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions ; E . obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (overhead , surface, subsurface , and Underground Facilities ) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto; ,. F . agree at the time of submitting its Bid that no further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; G . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents ; 00200 - Instructions to Bidders REV 04-07.doc 00200 - 3 FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents ; I . promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4. 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means , methods , techniques , sequences , and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE- BID CONFERENCE 5 . 01 The date , time , and location for a Pre- Bid conference , if any, are specified in the Advertisement for Bids . Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference . ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective . ARTICLE 6 - SITE AND OTHER AREAS 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents . ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 4 F:\Engineering\Special Projects\Eagle Trace Phase Montract Documents\Eagle Trace Subdivision Phase 11\00200 - Instruclions to Bidders REV 04-07.doc Rev. 05101 7 . 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER . ARTICLE 8 - BID SECURITY 8 . 01 Each Bid must be accompanied by Bid Security made payable to Owner in an amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashiers check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of the Contract Documents . All Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended ) by the Financial Management Service , Surety Bond Branch , U . S . Department of the Treasury . The Surety must be authorized to issue surety bonds in Florida . The Bidder shall require the attorney-in-fact who executes any Bond , to affix to each a current certified copy of their Power of Attorney, reflecting such person 's authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds , provide a copy of the Surety's current valid Certificate of Authority Issued by the United States Department of the Treasury under 31 United States Code sections 9304-9308 . The Surety shall also meet the requirements of paragraphs 5 . 01 and 5 . 02 of the General Conditions . 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited . The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . 8 . 03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement. 6 ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 5 FAEngineering\Special Projects\Eagle Trace Phase Wontract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 L items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements . ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12 . 01 If the Supplementary Conditions require the identity of certain Subcontractors , Suppliers , individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . 12 . 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID 13 . 01 The Bid form is included with the Bidding Documents . Additional copies may be obtained from the Issuing Office . 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature . L 00200 - Instructions to Bidders REV 04-07.doc 00200 - 6 FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature ) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . 13 . 06 A Bid by an individual shall show the Bidder's name and official address . 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . 13 . 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . 13 . 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 = BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price A . Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies t between words and figures will be resolved in favor of the words . +�►� 14. 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions . 14 . 03 The Bidder' s attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated 00200 - Instructions to Bidders REV 0"7.doc 00200 - 7 FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto . ARTICLE 15 - SUBMITTAL OF BID 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : A. Statement of Public Entity Crimes B . Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships . C . Sworn Statement under the Florida Trench Safety Act. D . General Information Required of Bidders . E . List of Subcontractors . 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable , the designated portion of the Project for which the Bid is submitted ) , the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be addressed to Indian River County, Purchasing Division , 1800 27th Street, Vero Beach , Florida , 32960 . ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work . ARTICLE 17 = OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates , if any, will be made available to Bidders after the opening of Bids . 00200 - Instructions to Bidders REV 04-07.doc 00200 - 8 FAEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18 . 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may , in its sole discretion , release any Bid and return the Bid security prior to the end of this period . ARTICLE 19 - AWARD OF CONTRACT 19 . 01 OWNER reserves the right to refect any or all Bids , including with ut o limitation , nonconforming , nonresponsive , unbalanced , or conditional Bids . OWNER further reserves the right to reject the Bid of any Bidder whom it finds , after reasonable inquiry and evaluation , to be non-responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price , time , or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest . 19 . 03 In evaluating Bids , OWNER will consider whether or not the Bids comply with the prescribed requirements , and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . It is the OWNER' s intent to accept alternates ( if any are accepted ) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination . 19 . 04 In evaluating Bidders , OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers , and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions , 19 . 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications , and financial ability of Bidders , proposed Subcontractors , Suppliers , individuals , or entities to perform the Work in accordance with the Contract Documents . 19 . 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20 . 01 Article 5 of the General Conditions , as may be modified by the Supplementary Conditions , sets forth OWNER's requirements as to performance and payment Bonds and insurance . When the Successful Bidder delivers the executed Agreement to OWNER , it must be accompanied by such Bonds , unless the Bonds have been waived due to the total contract being less than $50 , 000 . 00200 - Instructions to Bidders REV 04-07.doc 00200 - 9 R\Engineering\Special Projects\Eagle Trace Phase 2\contract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 ARTICLE 21 - SIGNING OF AGREEMENT 21 . 01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto . Within fifteen ( 15 ) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21 . 02 OWNER shall return one fully signed counterpart to Successful Bidder. 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly complete the documents will be deducted , in equal amount , from the Contract time . Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires . L ARTICLE 22 - SALES AND USE TAXES 22 . 01 OWNER is exempt from Florida state sales and use taxes on materials and equipment to be incorporated in the Work . Exemption No . 85-8012622034C-3 . Said taxes shall not be included in the Bid . Refer to paragraph 6 . 10 of the Supplementary Conditions for additional information . ARTICLE 23 — PUBLIC ENTITY CRIMES STATEMENT L 23 . 01 Pursuant to Florida Statutes Section 287 . 133 (2 )(a ) , all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid , proposal , or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida , any of its departments or agencies , or any political subdivision ) ; may not submit a bid , proposal , or reply on a contract with a public entity for the construction or repair of a public building or public work ; may not submit bids , proposals , or replies on leases or real property to a public entity ; may not awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity ; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287 . 017 for CATEGORY TWO [currently $25 , 000] for a period of 36 months from the date of being placed on the convicted vendor list . A " public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States , including , but not limited to , any bid , proposal , reply , or contract for goods or services , any lease for real property , or any contract for the construction or repair of a public building or public work, involving antitrust , fraud , theft, bribery , collusion , racketeering , conspiracy , or material misrepresentation . L L 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 10 F:\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 24 - CONTRACTS TO BE ASSIGNED 24 . 01 This Section intentionally left blank . ARTICLE 25 - PARTNERING 25 . 01 This Section intentionally left blank . * * END OF SECTION L 00200 - Instructions to Bidders REV 04-07 . doc 00200 - 11 F:\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00310 - Bid Form PROJECT IDENTIFICATION : 1360 SW O.Id Dixie Hwy Suite 106 Vero Beach , I, 32962 Project Name : Eagle Trace Subdivision - Phase II County Project Number : 0813 Project Address : Northeast Corner of King Highway ( 58t Avenue ) and 61 St Street Project Description : The project will consist of the completion of the remaining improvements in Eagle Trace Subdivision - Phase II . These Improvements will include but not necessarily be limited to utilities , paving , drainage , grading , land - scaping and irrigation work . THIS BID IS SUBMITTED TO : INDIAN RIVER COUNTY PURCHASING DIVISION 180027 th Street VERO BEACH , FLORIDA 32960 1 . 01 The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents . 2 . 01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders , including without limitation those dealing with the disposition of Bid security . The Bid will remain subject to acceptance for 60 days after the Bid opening , or for such longer period of time that Bidder may agree to in writing upon request of OWNER . 3 . 01 In submitting this Bid , Bidder represents , as set forth in the Agreement , that : A . Bidder has examined and carefully studied the Bidding Documents , the other related data identified in the Bidding Documents , and the following Addenda , receipt of all which is hereby acknowledged . Addendum Date Addendum Number 21 a (c Ia ct" C05, -4fi B . Bidder has visited the Site and become familiar with and is satisfied as to the general , local and Site conditions that may affect cost , progress , and performance of the Work . C . Bidder is familiar with and is satisfied as to all federal , state and local Laws and Regulations that may affect cost , progress and performance of the Work . D . Bidder has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site ( except Underground Facilities ) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and (2 ) reports and drawings of a Hazardous 00310 - Bid Form REV 04 -07 . doc 00310 - 1 F AEngineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase II\00310 - Bid Form REV 04 -07 .doc Rev. 05/ 16/01 led" 1360 SW Old Dixie Hwy Suite 106 Vero Beach , FL 32962 Environmental Condition , if any , which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E . Bidder has obtained and carefully studied (or assumes responsibility for having done so ) all additional or supplementary examinations , investigations , explorations , tests , studies and data concerning conditions (surface , subsurface and Underground Facilities ) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder , including applying the specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto . F . Bidder does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of this Bid for performance of the Work at the price (s ) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents . H . Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents , 1 . Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted . 4 . 01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group , association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding ; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER . [The remainder of page intentionally left blank] 00310 - Bid Form REV 04-07 . doc Milo - 2 1360 SW. 0.1d Dixie Hwy 5 .01 Bidder shall complete the Work in accordance with the Contr e0@6*he6VTe price(s ) contained in the Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . B . The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans . Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . C . Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids , and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract and work may be less or more than so estimated , and , if so , no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D . Unit Prices have been computed in accordance with paragraph 11 . 03 . 8 of the General Conditions , 6 . 01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14 . 07 . 13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement . 6 . 02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the Agreement . 7 . 01 The following documents are attached to and made a condition of this Bid : A . Required Bid security in the form ofJ ick 'T "y' -' B . A tabulation of Subcontractors , Suppliers [and other] individuals and entities required to be identified in this Bid ; C . Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships ; D . Sworn Statement Under the Florida Trench Safety Act ; E . General Information Required of Bidders ; F . List of Subcontractors ; and G . ( List other documents as pertinent) . 8 . 01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders , the General Conditions , and the Supplementary Conditions . 00310 - Bid Form REV 04-07 . doc 00310 - 3 Old -Dixie Hwy Suite 106 ' SUBMITTED on S?j0 r � , 20� VSO =Beach TL 329.69 ` State Contractor License No . ccv C 0' S of L J d If Bidder is : An Individual Name (typed or printed ) : By . (SEAL ) (Individual's signature) Doing business as : Business address : Phone No . : FAX No . : A Partnership Partnership Name : (SEAL ) By . (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed ) : Business address : Phone No . : FAX No . : A Corporation � ___ - J : � � -'� Cr) +10 VAC Corporation Name - t -u-S� ' i (SEAL ) State of Incorporation : Type ( General Busiawn , Professional , Service , Limited Liability) : aj> SRV - (Sig ( (Si -- attach evidence of authority to sign) Name (typed or printed ) : Title : ` -�r^ L'�4 ,•Tt . �� (CORPORATE. SEAL ) Attest Ceti` (Signature of Corporate Secretary) L 00310 - Bid Form REV 04-07 . doc nnA1n A Business address : Old b `X E hIA, ,JSCA3 #719t �'Iw Id Dixie Hwy Sui�e 106 r' -IAto Beach , FL 32962 Phone No . : `1715UW _1 S5 ` Tj FAX No . : 7 L/ Date of Qualification to do business is A Joint Venture Joint Venture Name : (SEAL ) By. (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed ): Title : Business address : Phone No . : FAX No . : Joint Venture Name : (SEAL ) By . (Signature -- attach evidence of authority to sign) Name (typed or printed ) : Title : Business address : Phone No . : FAX No . : Phone and FAX Number, and Address for receipt of official communications : ( Each joint venturor must sign . The manner of signing for each individual , partnership , and corporation that is a party to the joint venture should be in the manner indicated above . ) 00310 - Bid Form REV 04-07 .doc 00310 - 5 SCHEDULE 08 ITEMIZED BID SCHE August 26 , 20 Eagle Trace Subdivision , Phases- 11 Bidder' s Name : a. rcc• 1360 SW Oid Dixie Hwy Suite: 106 Re : Addendum' 'D,'80ach; fl 29.6 Item No . Description Unit Quandt Unit Price Amount CAD 101 - 1 MOBILIZATION LS 1 w 4W15 102- 1 MAINTENANCE OF TRAFFIC LS 1 Ai 104- 13 STAKED SILT FENCE L . F . 3200 (4 1qiQ 110 - 1 CLEARING & GRUBBING LS 1 D v cx % O`d` 120-6 FILL CY 5607 120- 1 EXCAVATION , REGULAR CY 0 334. 7 1 " SUPERPAVE ASPHALTIC CONCRETE SP . 9 . 5 SY 50 400 � 1550- 10 WOODEN TYPE A FENCE LF _ 575 - 1 SODDING BAHIA SY 572 //�� r.. ; UT 1 TRACE WIRE REPAIR LF 500 � 1..3p�� _3 UT 2 VALVE MARKER INSTALLATION EA 8 UT 3 FIRE HYDRANT RELOCATION EA 2 40C2 LS _ IRRIGATION SYSTEM LS 1 IRI R l l os pq , BUF 1 CANOPY TREE ( 121 HIGH , 2" DA . 0 . 5 ' ABOVE GRADE ) EA 28 J cxa BUF 2 UNDERSTORY TREE 6 ' HIGH , 1 . 5" DIA, 0 . 5 ABOVE G • EA 12 EA 112 RC1 lQv BUF 3 SHRUB (6 ' HIGH ) 706-7 . 1 REFLECTIVE PAVEMENT MARKERS EA 2 J FA 1 FORCE ACCOUNT LS 1 20 . 000 . 00 20 , 000 . 00 TOTAL BID AMOUNT TOTAL BID AMOUNT IN WORDS Oi'"V hud°I AWn LS = Lump Sum LF = Linear Foot ED " Each Day CY = Cubic Yard SY = Square Yard TN = Ton EA = Each SF = Square Foot AS = ASSEMBLY MiA .q hHaHnla ArldAndilm # 1 . x15 'I SECTION 00430 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond " . + + END OF SECTION ++ 00430-1 F:\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00430 - AIA Document A310 Bid Bond REV M&doc THE AMERICAN INSTITUTE OF ARCHITECTS ALA Document A310 Bid Bond BOND # BB02057 KNOW ALL MEN BY THESE PRESENTS, thatwe Timothy Rose Contracting , Inc . 1360 SW Old Dixie Hwy . , Ste 106 (Here insert [WI name ,and address or kept title of Contractor) Vero Beach , FL 32962 as Principal, hereinafter called the Principal, and Developers Surety and Indemnity Company a corporation duly organized under the laws of the State of :Iowa as Surety, hereinafter called the Surety, are held and firmly boundunto Indian River County (Here ir8rtOfullnwoc .&Dladddrresssso lleerAlditle foVo�o Beach , fL as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid -Dollars ($ 5 %) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, Firmly by these presents. WHEREAS, the Principal has submitted a bid for Eagle Trace Subdivision Phase II IRC # 0813 - 2008074 (Hem insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds . as may specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in fill force and effect. Signed and sealed this 8 day of September 2008 Timothy_ R_ e Contracting , Inc . t(princi 3 _ .0eal) 1( itneWss e imot y se President D v lopersf topersurety and Indemnity Company S e (Seal) man k ( Witness) (Title)Robert Barra Attorney In Fac `- AIA DOCUMENT A310 BID BOND AIA O FEBRUARY 1970 ED THE AMERICAN INST7 UTF OF ARCI-IITGCrS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 1 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. BB02057 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited , DEVELOPERS SURETY AND INDEMNITY COMPANY, do each, hereby make, constitute and appoint: * * * Robert Barra * * * as their true and lawful Aftomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st, 2008 . RESOLVED, that the chairman of the Board , the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1 st, 2008. 1i j AND Nbnrrr Stephen T. Pate, Senior Vice President .?yJ4o pRPQR�a y z G ct i; :aL OCT. uj � 10 By: : o : 1936 f ,= Charles L. Day, Assistant Secretary • o'? SOW P. ,.J4b ,r. ..... �,.. State of California ,r"•""� r *�r�""''��` County of Orange On January 1 st 2008 before me, Christopher J Roach Notary Dial rL Date Here Insert Name and Title of the Officer personally appeared Ste hen T. Pate and Charles L. Da Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of CHRISTWHER I ROACH which the person(s) acted, executed the instrument. L rCOW # 1745939 NOT W PUBLIC CALIFORNIA v I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is 3 ORANt3E COUNTY ^� true and correct. hilt comm., expires " 1 % 2011 Lvowww'Vow, V WITNESS my hand and offi 'al seal. Signature Place Notary Seal Above Si 9 Ch ' er J . Roach CERTIFICATE The undersigned , as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attomey, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, the 8 day of September _ 2008 By: Albert Hillebrand , Assistant ecretary ID- 1438(Wet)(Rev. 10111 ) I Dixie Hwy Suite 10E SECTION 00452 - Sworn Statement under Sect . 105 . 08 Indian River C t j APP, FL 32962 Disclosure of Relationships THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . This sworn statement is submitted with Bid , Proposal or Contract No . 2008074 for Eagle Trace Subdivision - Phase II 74yeat4 Roae eoeft4ctt4eg, #70e4o 1 . This sworn statement is submitted by: 1360 SW Old Dixie Hwy Suite 106 ' Wen Rparnh Fl U962 (Name of enti y su ml Ing tworn s a (iment) whose business address is : and ( if applicable ) its Federal Employer Identification Number ( FEIN ) is ( - b2 a 2 . My name is1 t � Q (Please print na ividua�l sign' g) and my relationship to the entity named above is MY 3 . 1 understand that an " affiliate" as defined in Section 105 . 08 , Indian River County Code , means : The term "affiliate " includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 4 . 1 understand that the relationship with a County Commissioner or County employee that must be disclosed is as follows : Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in- law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent or grandchild. 5 . Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement . [Please indicate which statement a plies . ] Neither the entity submitting this sworn statement , nor any officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity , have any relationships as defined in Section 105 . 08 , Indian River County Code , with any County Commissioner or County employee . The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee : L L 00452 - Disclosure of Relationships REV 04-07 . doc 00452 - 1 F :\Engineering\Special Projects\Eagle Trace Phase 2\Contract Documents\Eagle Trace Subdivision Phase 11\00452 - Disclosure of Relationships REV 04-07 .doc - �.�. r 1360 SW Old Dixie Hwy Suite 106 Vero %Beach , FL 32962 Name of Affiliate Name of County Relationship or Entity Commissioner or employee 1 . 2 . 3 . 4 , 5 . 61 7 . 8 . ( signature) c:� I CC) (date ) STATE OF COUNTY OF 1 ki0tAK iv ... Personally appeared before me , the undersigned authority, who fter first being sw rn by jo , affixed his / her sig,_n ture in the space provided above on this day of 1(� , 20 C� . GLORIA J. KUDu % MY COMMISSION # DD 719964 y' •= EXPIRES May 26. 2009 �'f pi i Bonded Thru Notary Pubic underwriters ooa• otary Public , S rege e My Commissi xpires : END OF SECTION 00452 - Disclosure of Relationships REV 04-07 . doc 00452 - 2 #74mar4 ,Rade e4 af:aetc'ucg , line. 1360 SW Old Dixie Hwy Suite 106 Voo.,Beach , .r l 32962 SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ( " BIDDER" ) , OR ITS AUTHORIZED REPRESENTATIVE , IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS . 1 . This Sworn Statement is submitted with Project No . 0813 for Eagle Trace Subdivision - Phase II 2 , This Sworn Statement is submitted by irn:0 (Legal Name of Entity Submitting Sworn Statement) hereinafter " BIDDER" . The BIDDER' §\ dre �vt StvlCo3 Ot(r� BIDDER' s Federal Employe Zficatlion Number ( FEIN ) is , 3 , me is 1 and my relationship to the BIDDER ( rint hNdual Signing ) IS ( Position or Title) I certify , through my signature at the end of this Sworn Statement , that I am an authorized representative of the BIDDER . 4 , The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act Section 553 . 60 et . seq . Florida Statutes and refer to the applicable Florida .Statue ( s ) and/or OSHA Regulation (s ) and include the " effective date" in the citation (s ) . Reference to and compliance with the applicable Florida Statute ( s ) and OSHA Regulation (s ) is the complete and sole responsibility of the BIDDER . Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER' s compliance with the Trench Safety Standards . 5 , The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards . 6 , The BIDDER has allocated and included in its bid the total amount of $ a&C , based on the linear feet of trench to be excavated over five (5 ) feet deep , for compliance with the applicable Trench Safety Standards , and intends to comply with said standards by institutin the following specific method (s ) of compliance on this Project : ana e The determination of the appropriate method (s ) of compliance is the complete and sole responsibility of the BIDDER . Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness , or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER' s compliance with the Trench Safety Standards . 7 ) The BIDDER has allocated and included in its bid the total amount of $ A114 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requiremgnts by instituting the following specific method (s ) of compliance on this Project: ,A/d 00454 - Florida Trench Safety Act - REV 04-07 00454 - 1 7ic"a# Roan CaerL: &zw-gy, leu 1360 SW Old Dixie Hwy Suite 106 Vero Beach , FL 32962 The determination of the appropriate method (s ) of compliance is the complete and sole responsibility of the BIDDER . Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER ' s compliance with the Trench Safety Standards . 8 ) The BIDDER , in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that , based on such information and the BIDDER' s own information , the BIDDER has sufficient knowledge of the Project' s surface and subsurface site conditions and characteristics to assure BIDDER' s compliance with the applicable Trench Safety Standards in designing the trench safety system (s ) for the Project . BIDDER.: Ili �x � C Inc t By : Position r Title Date : `l ) b STATE OF COUNTY OF I r Personally NN �appeared before me , the undersigned authority , WA who after first being.sw rn by me , affixed his/her signature in the space provided above on this 49r,it Wi day of A ,zrYlo�A , 20�. o""""'• GLORIA J. e %•s a : ,��s``= BKU2NCK71 9 rwMers 964MY COMMISSION Y DD 9EXPIRES May 96 2009 Nrnary PAK onded JNory Publisc , S a my ommisi ires : * * END OF SECTION 00454 - Florida Trench Safety Act - REV 04-01 . doc nndrd _ 9 1360 SW Old Dixie Hwy Suite 106 Vero Beach , FL 32962 SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS . UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required . Documentation Submitted with Project No : 0813 Project Name : Eagle Trace Subdivision- Phase If '�aV4$. y- goat. 1 . Bidder ' s Name ! Address : 0 &W Old nixie Hwyc, , ,+o 106 ,Vero Beach , FL 32977 62 2 . Bidder ' s Teleph ne & FAX Numbers : 1 '1 5Lpt.rr Co RP'4, ` 3 . Licensing and Corporate Status : a . Is Contractor License current? � b . Bidder' s Contractor License No : [Attach a copy of Contractor' s License to the bid ] c . Attach documentation from the State of Florida Division of Corporations that indicates the business entity' s status is active and that lists the names and titles of all officers . 4 . Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract : 114 5 . What is the IpL t project OF THIS NATURE that the firm has completed ? y s f 16" J` ICiL " } 6 . Has the firm ever failed to complete work awarded to you ? [ If your answer is " yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner' s telephone number for each project in which the firm failed to complete the work . ] 7 . Has the firm ever been assessed liquidated damages ? Nfl [ If your answer is " yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner ' s telephone number for each project in which liquidated damages have been assessed . ] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations ? ; t-3 [ If your answer is " yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner ' s telephone number for each project in which OSHA violations were alleged . ] 00456 - Qualifications Questionnaire - REV 04-07 . doc 7cHsetluy erode 7ue. 1360 SW Old Dixie Hwy Sue 106 Vero Beach , FL 32962 9 . Has the firm ever been charged with noncompliance of any public policy or rules ? [ Y Y If our answer is " es , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner ' s telephone number for each project . ] 10 . Attach to this questionnaire , a notarized financial statement and other information that documents the firms financial strength and history . GC'LOC't 11 . Has the firm ever defaulted on any of its projects ? iy' rr [ if your answer is " yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner' s telephone number for each project in which a default occurred . ] 12 . Attach a separate page to this questionnaire that summarizes the firm ' s current workload and that demonstrates its ability to rneet the project schedule . Cttt C'� kC_C. 13 . Name of person who ins ected the site of the proposed work for the firm : Nam Date of Inspections: 14 . Name of on - site Project Foreman :�)O A�( i Number of years of experience with similar projects as a Project Foreman : Y � 15 . Name of Project Manager : 1-41kel f Number of years of experience with similar projects as a Project Manager : 16 . What is the firm ' s bonding capacity? 1Q , (AM) , CUQ [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire - REV 04-07 . doc 7uscotluy r�a ¢e (,,or�iq�t�. �iitC. 1360 SW Old Dixie Hwy Su to 106 Nero Beach , .FL 3296 ' 16 . Complete the following table for SIMILAR projects : Date Contact Person : dame 7Amount inal Contract Final Contract Name of Project Completed :Owner and Telephone Number Amount q , 81q 24Q i t Zt c z r {> r r I �� �, ' • _fir 3 � .i-2.c- � 2 �'�`� . SatLic") Se- -e ti T Ie 6Sa �� I � C� 3 < l cz � J w rn 0 < Cn W a v o S x . (D Y = r � W. < N (.00 01 C N r; fD O 00456 - Qualifications Questionnaire - REV 04-07 . doc 004 ` .. .. - _ 1360 SW Old Dixie Hwy Suite 106 Vero Beach , FL 32962 [NOTE : If requested by the County , the Bidder shall furnish references , and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor By : ( Signature ) rim � f1 �b4 - � ' b ( Position or Title ) ( Date ) * * END OF SECTION r r 00456 - Qualifications Questionnaire - REV 04 -07 . doc 1360 SW Old Dixie Hwy Suite 106 Vero Beach , FL 32962 SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price , and shall also list the portion of the work which will be done by such Subcontractor . After the opening of Bids . changes or substitutions will not be allowed unless approved by Indian River County after a request for Such a change has been submitted in writing by the Contractor , which shall include reasons for such request . Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No . 0813 for Eagle Trace Subdivision - Phase II . Work to be Performed Subcontractor' s Name /Address 2 . j 3 . � Il9a ,c cs 1 i f es5.hrt Pen 4 . it 5 . %L .�`"C' `roL: C;' _ 6 Cell 3 C� 7 . 8 . r 9 10 . 11 . 12 . 13 . 14 . 15 . 16 . 17 . Note : Attach additional sheets if required . * * END OF SECTION 00458 - List of Subcontractors REV 04-07 . doc nn4g; R - 1 BOARD OF COUNTY COMMISSIONERS L L 40 September 23 , 2008 VIA OVERNIGHT DELIVERY Timothy Rose Contracting, Inc. Attn: Mr. Timothy Rose p L1360 SW Old Dixie Hwy, Suite 106 ? E �L' Vero Beach, FL 32962 �'�` NOTICE OF AWARD SEP 2 4 2008 Reference: Indian River County Bid No. 2008074 Eagle Trace Subdivision — Phase II Dear Mr. Rose, I am pleased to inform you that today, September 23 , 2008, the Board of County Commissioners awarded the above-referenced project to your company . The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1 . Performance Bond in the amount of 100% of the contract amount. ($137, 111 .36) 2 . Payment Bond in the amount of 100 % of the contract amount. ($ 137, 111 .36) 3 . Certificate of Insurance, must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255 . 05 ( 1 )(a), Florida Statutes, you are required to execute a Performance Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the Certificate of Insurance to this office at the address provided below no later than October 13, 2008 . Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. In addition, enclosed are two (2) copies of the Agreement. PLEASE EXECUTE BOTH COPIES AND RETURN THEM TOGETHER WITH THE REQUIRED BONDS AND CERTIFICATE OF INSURANCE TO THIS OFFICE. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact this office. Sincerely, Jerry Davis, Purchasing Manager cc.• Jack Jolly, P.E. , Senior Civil Engineer General Services Department• Purchasing Division 1800 27'h Street, Vero Beach, Florida 32960•(772) 56748000 Ext. 1416•Faa: (772) 770-5140 E-mail• purchasing @iregov.com �r r TIMOTHY ROSE CONTRACTING , INC . FINANCIAL STATEMENTS DECEMBER 31 , 2007 TIMOTHY ROSE CONTRACTING , INC . DECEMBER 31 , 2007 CONTENTS Page Accountants ' Report 1 Financial Statements : Balance Sheet 2 Statement of Income and Retained Earnings 3 Statement of Cash Flows 4 Notes to Financial Statement 5 - 9 Supplementary Information : Schedule of Cost of Revenues and Schedule of General and Administrative Expenses 10 Schedule of Completed Contracts 11 - 12 Schedule of Contracts in Progress 13 Schedule of Total Revenues Earned and Costs 14 CAxOL SOICOLOW , C .P .A. , P .A . CERTIFIED PUBLIC ACCOUNTANTS SUITE 700 , DADELAND TOWERS OUL SOUTH 9500 SOUDADELAND BOULEVARD CAROL SOgOLOW , C .P .A. 9500 FLORIDA BOOL JE:RHY SOgOLOW , C .P .A. MEMBERS TELEPHONE AMERICAN INSTITUTE OF ( 305 ) 357 - 3700 CERTIFIED PUBLIC ACCOUNTANTS FACSIMILE FLORIDA INSTITUTE OF ( 305 ) 81 CERTIFIED PUBLIC ACCOUNTANTS E-- MAILMAIL carol@sokolowcpa.com jerry ® sokolowcpa.com Board of Directors Timothy Rose Contracting , Inc . Vero Beach , FL We have reviewed the accompanying balance sheet of Timothy Rose Contracting , Inc . ( an S corporation ) as of December 31 , 2007 and the related statements of operations and retained earnings and cash flows for the year then ended , in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants . All information included in these financial statements is the representation of the management of Timothy Rose Contracting , Inc. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data . It is substantially less in scope than an audit in accordance with generally accepted auditing standards , the objective of which is the expression of an opinion regarding the financial statements taken as a whole . Accordingly , we do not express such an opinion . Based on our review , we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles . Our review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles . The information included in the accompanying supplementary information is presented only for supplementary analysis purposes . Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements , and we are not aware of any material modifications that should be made thereto . t"t %�'L Carol L . Sokolow , C . P . A . , P . A . / May 20 , 2008 a TIMOTHY ROSE CONTRACTING , INC . BALANCE SHEET DECEMBER 31 , 2007 ASSETS CURRENT ASSETS : Cash $ 53 , 548 Marketable securities 501316 Contracts receivable 21052 , 370 Cost and estimated earnings in excess of billings on uncompleted contracts 111588 Other receivables 17 , 050 Total Current Assets $ 21184 , 872 PROPERTY AND EQUIPMENT: Construction equipment 31123 , 917 Office furniture and equipment 46 , 091 Vehicles 11095 , 229 4 , 265 , 237 Less : Accumulated depreciation 3 , 911 , 043 354 , 194 OTHER ASSETS : Security deposits 517 L $ 2 . 539 . 583 LIABILITIES AND STOKHOLDERS ' EQUITY CURRENT LIABILITIES : Current portion of long term debt $ 105 , 955 Accounts payable 693 , 783 Billings in excess of costs and estimated earnings on uncompleted contracts 541445 Other payables 81849 Total Current Liabilities $ 863 , 032 LONG TERM DEBIT : Long term debt , less current portion 1501608 STOCKHOLDERS ' EQUITY : Common stock , $ 1 par value , 500 shares authorized , issued and outstanding 500 Additional paid - in capital 2771897 Retained earnings 11247 , 546 1 , 525 , 943 $ 2 , 539 , 583 L Read the accompanying notes and accountants ' review report 2 YL 4 L TIMOTHY ROSE CONTRACTING , INC . STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED DECEMBER 31 , 2007 L REVENUES $ 61040 , 008 COST OF REVENUES 5 , 130 , 846 GROSS PROFIT 9091162 GENERAL AND ADMINISTRATIVE EXPENSES 660 . 721 INCOME FROM OPERATIONS 248 , 441 OTHER INCOME ( EXPENSES) : Interest and dividend income 221263 Other income Interest expense ( 13 , 651 ) Loss on disposal of equipment ( 13 , 009 ) ( 4 , 397 ) NET INCOME 2441044 Unrealized loss on available- for sale marketable securities (41593 ) TOTAL COMPREHENSIVE INCOME 239 , 451 RETAINED EARNINGS , Beginning of Year 110521263 LESS STOCKHOLDER DISTRIBUTIONS (44 , 168 ) RETAINED EARNINGS , End of Year 1 . 247 . 546 L L L Read the accompanying notes and accountants ' review report 3 TIMOTHY ROSE CONTRACTING , INC . STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31 , 2007 CASH FLOWS FROM OPERATING ACTIVITIES Net Income $ 244 , 044 Adjustments to reconcile net income to net cash provided by operating activities : Depreciation $ 217 , 959 Changes in : Decrease in contract receivables 183 , 822 Decrease in cost and estimated earnings in execess of billings on uncompleted contracts 56 , 147 Increase in other receivables (41986 ) Decrease in accounts payable (406 , 511 ) Decrease in billings in excess of costs and estimated earnings on incomplete contracts (61 , 253 ) Increase in other payables 71931 TOTAL ADJUSTMENTS TO NET INCOME ( 61891 ) NET CASH PROVIDED BY OPERATING ACTIVITIES 2371153 CASH FLOWS FROM INVESTING ACTIVITIES : Purchase of property and equipment ( 178 , 012 ) Disposal of property and equipment 61364 Disposal of marketable securities 601524 Addition of marketable securities ( 14 , 948 ) NET CASH USED BY INVESTING ACTIVITIES ( 126 , 072 ) CASH FLOWS FROM FINANCING ACTIVITIES : Payments on notes payable ( 182 , 762 ) Proceeds from notes payable 1351994 Distributions to stockholder (44 , 168 ) NET CASH PROVIDED BY FIANACING ACTIVITIES ( 90 , 936 ) NET INCREASE IN CASH 20 , 145 CASH , Beginning of Year 331403 CASH , End of Year $ 53 , 548 SUPPLEMENTAL DISCLOSURE Interest paid $ 13 , 651 Read the accompanying notes and accountants' review report 4 rr r NOTES TO FINANCIAL STATEMENTS Ir TIMOTHY ROSE CONTRACTING , INC . NOTES TO FINANCIAL STATEMENTS DECEMBER 31 , 2007 NOTE 1 : SUMMARY OF SIGINFICANT ACCOUNTING POLICIES General Timothy Rose Contracting , Inc . (the " Company" ) incorporated in Florida and began business in 1991 . The Company is engaged in site clearing and paving for commercial projects for private industry and for municipal agencies in Florida . Revenue and Cost Recognition Revenues from fixed price and modified fixed price construction contracts are recognized on the percentage of completion method , measured by the percentage of cost incurred to date to estimated total cost for each contract . Contract costs include all direct materials , direct labor costs , subcontractor costs and those indirect costs related to contract performance , such as indirect labor, contract supervision and support costs , equipment cost allocations , supplies , tools , repairs and depreciation . General and administrative costs are charged to expense as incurred . Changes in job performance , job conditions , and estimated profitability may result in revisions to costs and income , which are recognized in the period in which the revisions are determined . Changes in estimated job profitability resulting from job performance , job conditions , claims , change orders , and settlements are accounted for as changes in estimates in the current period . Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosures of contingent assets and liabilities at the date of the financial statements , and the reported amounts of revenues and expenses during the reporting period . Actual results could differ from those estimates . Concentration of Credit Risk Financial instruments that potentially subject the Company to credit risk consist principally of cash and contract receivables . During the year, the Company maintained cash balances that exceeded federally insured limits . 5 TIMOTHY ROSE CONTRACTING , INC . NOTES TO FINANCIAL STATEMENTS DECEMBER 31 , 2007 NOTE In SUMMARY OF SIGINFICANT ACCOUNTING POLICIES - CONTINUED Cash Equivalents The Company considers securities with maturities of three months or less to be cash equivalents . Marketable Equity Securities The Company has elected to classify its investments in equity securities as available for-sale securities and report them at fair value , with unrealized gain or loss excluded from earnings and reported as a separate component of equity . Under this method , the cost of marketable securities sold is determined on the average cost method . Depreciation Property and equipment are recorded at cost . Depreciation is provided using accelerated and straight- line methods over the estimated useful lives ( 5 to 7 years ) of the assets . Expenditures for major renewals and betterments that extend the useful lives of property and equipment are capitalized . Expenditures for maintenance and repairs are charged to expense as incurred . Depreciation expense for the current year totaled $ 307 , 048 . Income Taxes The Company , with the consent of its shareholder , has elected under the Internal Revenue Code to be taxed as an S Corporation . In lieu of corporation income taxes , the shareholder of an S corporation is taxed on the Company ' s taxable income . Therefore , no provision or liability for federal income taxes has been included in these financial statements . NOTE 2 : MARKETABLE SECURITIES Marketable securities consist of available for sale common stock securities with an unrealized holding loss of $4 , 594 from its cost to fair value . NOTE 3 : CONTRACT RECEIVABLES Contract receivables at December 31 , 2007 , consists of the following : Contracts in progress $ 1 , 035 , 807 Retention 1 , 016 , 563 $2 , 052 , 370 No allowance for uncollectible accounts has been provided since in management ' s opinion all accounts receivables are fully collectible . As of May 15 , 2008 , substantially all of the receivables were collected . 6 TIMOTHY ROSE CONTRACTING , INC . NOTES TO FINANCIAL STATEMENTS DECEMBER 31 , 2007 NOTE 4 : COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS AND BACKLOG Costs , estimated earnings and billings on uncompleted contracts are summarized as follows : Cost incurred on uncompleted contracts $ 1 , 086 , 297 Estimated earnings 191 , 179 1 , 277 , 476 Less : Billings to date 11320 , 333 (42 , 8571 These items are included in the accompanying balance sheet under the following captions : Costs and estimated earnings on uncompleted contracts $ 117588 Billings in excess of costs and estimated earnings on uncompleted contracts ( 54 , 445) (42 . 8 The following schedule summarizes backlog from uncompleted contracts in progress at December 31 , 2007 : Contract amount $ 2 , 570 , 209 Less : Contract revenue earned to date 12771476 $ 1 , 292 , 733 7 TIMOTHY ROSE CONTRACTING , INC . NOTES TO FINANCIAL STATEMENTS DECEMBER 31 , 2007 NOTE 52 LONG TERM DEBT Long term debt at December 31 , 2007 consists of the following notes payable which were all collateralized by construction equipment and vehicles : Monthly Interest Maturity Balance Holder Installment Rate Date Due Catepillar Finance $ 11191 4 . 90 % February 2010 $ 29 , 269 Ford Credit 733 4 . 98 % December 2011 31 , 847 Hypac Compactor 11126 0 . 00 % August 2008 81685 GMAC 11096 0 . 00 % December 2012 651757 Case Credit 31483 Prime + . 15 % March 2008 121266 Velde Ford 933 3 . 90 % January 2008 862 Sun Trust 11594 6 . 06 % April 2008 71854 Hitachi Credit 713 5 . 65 % January 2011 241173 Ford Motor Credit 770 2 . 94 % December 2008 91049 Komatsu Financial 988 0 . 00 % January 2008 51929 Ford Credit 895 3 . 90 % December 2011 391669 Riverside Bank 990 7 . 25 % November 2009 21 , 203 256 , 563 Less : Current Portion 105 , 955 Total $ 150 , 608 Maturities of long term debt are as follows : Year ending , December 31 , Amount 2008 $ 105 , 955 2009 621586 2010 411993 2011 32 , 880 2012 13 , 149 $ 256 563 8 TIMOTHY ROSE CONTRACTING , INC . NOTES TO FINANCIAL STATEMENTS DECEMBER 31 , 2007 NOTE 6 : RELATED PARTY TRANSACTIONS The Company leases its office facilities from the stockholder on a month to month basis . Rental expense totaled $ 12 , 700 in 2007 . NOTE 7 : MAJOR CONTRACTS For the year ended December 31 , 2007 , revenues from the largest five contracts represented 43 % of total sales . Of these contracts , the largest contract represented 10 % of total revenues . 9 SUPPLEMENTARY INFORMATION r TIMOTHY ROSE CONTRACTING , INC . SUPPLEMENTARY INFORMATION FOR THE YEAR ENDED DECEMBER 31 , 2007 COST OF REVENUES Depreciation $ 216 , 093 Direct Payroll 11335 , 439 Equipment fuel and oil 2251555 Equipment rental 2571369 Equipment repairs 2081002 Insurance and bond expense 2221780 Materials 118881264 Other direct costs 801652 Subcontractors 4211139 $ 4 . 855 . 293 GENERAL AND ADMINISTRATIVE EXPENSES : Advertising and promotion $ 3 , 689 Auto and truck expense 191672 Bank charges 11241 Bid expenses 761258 Depreciation 12867 Donations 31260 Dues and subscriptions 35 Entertainment and meals 21915 Insurance 631909 Licenses and taxes 41 , 719 Miscellaneous 81610 Office expense 91662 Professional fees 139 , 854 Postage and delivery 21501 Rent 121700 Repairs and maintenance 11327 Telephone 441761 Travel 907 Salaries 225 , 340 Utilities 494 $ 660 . 721 Read accountants' review report . 10 TIMOTHY ROSE CONTACTING , INC . SCHEDULE OF COMPLETED CONTRACTS FOR THE YEAR ENDED DECEMBER 31 , 2007 FOR THE YEAR ENDED CONTRACT TOTALS BEFORE JANUARY 1 , 2007 DECEMBER 31 , 2007 Construction Construction Gross Construction Construction Gross Construction Construction Gross Revenue Cost Profit Revenue Cost Profit Revenue Cost Profit 874 Residence $ 399 , 874 $ 350, 900 $ 48 , 974 $ 296 , 296 $ 260, 000 $ 360296 1039578 90 , 900 $ 12 , 678 Oakland Lake 906 ,412 794, 054 112 , 358 7972406 708 , 932 88 ,474 1099006 85, 122 23 , 884 Causewy Oaks 1359906 109 , 100 26 , 806 74, 697 649632 10 , 065 61 , 209 44,468 169741 Perry Partners 499 , 805 424, 103 75 , 702 341 , 518 2973000 44, 518 1589287 127, 103 317184 Univ . Village 1 , 611 , 453 11550 , 545 60 , 908 1 ,483 , 289 1 , 334, 877 1489412 1281164 215 , 668 (879504) Wahoo 376 , 243 334, 640 41 , 603 2609970 230, 335 30 , 635 115,273 104, 305 10 , 968 Oceanique 365 , 957 3059338 60 , 619 303 , 201 258 , 000 45 , 201 62 , 756 47 , 338 159418 Wabasso Turn Lane 113 , 162 869995 26 , 167 120 , 815 75 , 545 459270 (7 , 653) 11 ,450 ( 199103 ) 510 Bi -Directional 454 , 194 3939064 61 , 130 345 , 317 274, 000 71 , 317 108 , 877 119, 064 ( 10 , 187) AIA Bi -directional 661 , 157 559 , 160 101 , 997 87 , 658 70 , 126 17 , 532 573 ,499 489 , 034 849465 Paskor LLC 293 , 826 253 , 830 39 , 996 134, 277 106 , 633 279644 159 , 549 147 , 197 129352 Read accountants ' review report 11 TIMOTHY ROSE CONTACTING , INC . SCHEDULE OF COMPLETED CONTRACTS FOR THE YEAR ENDED DECEMBER 31 , 2007 FOR THE YEAR ENDED CONTRACT TOTALS BEFORE JANUARY 1 , 2007 _ DECEMBER 31 , 2007 Construction Construction Gross Construction Construction Gross Construction Construction Gross Revenue Cost Profit Revenue Cost Profit Revenue Cost Profit Tulip Lane 561 ,423 4219352 140 , 071 159 , 712 1239609 36 , 103 401 , 711 2975743 103 ,968 Vera Cruz Turn Lane 1109296 88 , 751 21 , 545 91 , 751 73 ,400 189351 18 , 545 15 , 351 31194 Foxwood 591 , 135 496 , 161 94, 974 - - - 5919135 4969161 94, 974 Cooch Ditch 475 , 547 3839990 91 , 557 - - - 475, 547 3839990 91 , 557 11th Street SW Paving 538 , 561 4357307 103 , 254 - - - 538 , 561 435 , 307 1037254 Sabastian Day Use 4089696 339 ,435 69 , 261 - - - 408 , 696 339 ,435 69 , 261 Stoney Brook 3029067 229 , 571 72,496 - - - 302, 067 229 , 571 72 , 496 Oak Island 214, 957 173 , 040 41 , 917 - - - 214, 957 173, 040 41 , 917 91020 , 671 71729 , 336 17291 , 335 41496 , 907 31877 , 089 619 , 818 41523 ,764 39852 , 247 671 , 517 Miscellanoeous small jobs 4331562 360 , 800 72 , 762 - - - 433 , 562 360 , 800 729762 $ 914549233 $ 85090 , 136 $ 11364, 097 $ 4, 496 , 907 $ 39877 , 089 $ 619 , 818 $ 419579326 $ 4, 213 , 047 $ 744, 279 Read accountants' review report 12 TIMOTHY ROSE CONTRACTING , INC . SCHEDULE OF CONTRACTS IN PROGRESS FOR THE YEAR ENDED DECEMBER 31 , 2007 FROM INCEPTION FOR THE YEAR ENDED TOTAL CONTRACT TO DECEMBER 31 , 2007 BEFORE JANUARY 1 , 2007 DECEMBER 31 , 2007 DECEMBER 31 , 2007 Cost and Billings Est. in Excess Contract Earnings Of Cost Total Estimated Estimate In Excess And Gross Plus Change Estimated Gross Revenues Cost Of Gross Billed Cost To Revenues Cost Of Gross Of Estimated Revenues Cost Of Profit % Orders Costs Profit Earned Revenue Profit To Date Complete Earned Revenue Profit Billings Earnings Earned Revenue (Loss) Complete IR Plaza 3570165 2932000 641165 159 ,639 130,960 281679 158,486 162,040 10153 159,639 130,960 28,679 44.7% Sunrise Plaza 4629730 407,202 55,528 206, 360 181 ,597 24,763 211 , 160 2253605 116 ,825 1000498 16,327 4,800 89,535 81 , 099 8,436 44.6% GT Access Rd 108 , 936 95,860 13 ,076 82,958 73,000 93958 85 , 950 22,860 21992 82,958 739000 91958 76. 2% GT Greens 514, 111 448,846 65,265 412,690 360,300 52,390 428, 951 881546 16,261 412,690 360,300 52,390 80.3% Old Eau Gallie 336 ,821 286 , 300 501521 90 , 117 76 ,600 13,517 910256 209,700 1 , 139 909117 76,600 13 ,517 26 .8% West Wabasso 105, 845 88 , 900 16,945 549339 45,640 8,699 75,023 43 ,260 20,684 54,339 45,640 8,699 51 .3% Kelbrac 177,331 147,600 29 ,731 97,796 811400 16, 396 99,364 66 ,200 10568 97,796 81 ,400 16,396 55.1 % Lift St. #11 209 , 718 154,964 54,754 88,779 65,600 231179 78,344 89,364 10,435 88,779 65,600 23, 179 42.3% Olive Garden 165, 290 140,495 24,795 31765 31200 565 109000 137,295 6,235 31765 3,200 565 2.3% Peters Schlitt 132 ,262 110,990 21 ,272 81 ,033 68,000 13 ,033 81 ,799 42,990 77F969 66 000 91969 766 39064 3 ,064 61 .3% 21570,209 2, 174, 157 3969052 11277 ,476 11086,297 191 ,179 11320,333 1 ,087,860 194,794 168,498 26,296 11 ,588 54t445 1 082 682 917 799 164,883 Read accountants' review report 13 TIMOTHY ROSE CONTRACTING , INC . SUPPLEMENTARY INFORMATION FOR THE YEAR ENDED DECEMBER 31 , 2007 Gross Revenue Cost of Gross Profit Earned Revenues Profit Percentage Completed Contract $4 , 957 , 326 $4 , 213 , 047 $744 , 279 15 . 0 % Construction In Progress 1 , 082 , 682 917 , 799 164 , 883 15 . 2 % $ 6 , 040 ; 008 $ 50130 , 846 $909 , 162 15 . Q% Read accountants ' review report 14 Project Billing Listing For Date Range (All Projects) This Period Please note : This report contains totals to date as of the end date shown for the contract sum, amount completed. retainage and balance. Start : 01 /01 /2008 The 'Billed This Pd " colutnn below includes only the amount billed during the date range shown. End : 09/08/2008 Project Contract Date Project # Contract Sum Completed Billed This Pd Retainage Comp . Less Ret. Bal. Incl, Ret. 47th Street LLC 09/04/2007 $ 106.200 . 00 $ 106.200 . 00 $31 .200 . 00 $0 . 00 $ 106. 200 . 00 $0 . 00 Advanced Auto 10/08/2007 $ 188 , 708 . 50 $ 188. 708 . 50 $ 79.998 . 40 $0 . 00 $ 188 . 708 . 50 $O . 00 Beans Utility Extension 06/ 18/2007 $85 , 630 . 00 $ 85 . 630 . 00 $ 18 . 153 .40 $0 . 00 $ 85 ,630 . 00 $0 . 00 Coast to Coast Outside Storage 01 /29/2008 $ 123 , 741 . 00 $ 121 . 641 . 00 $ 109.476 . 90 $ 12 . 164 . 10 $ 109. 476 . 90 S14. 264 . 10 Ellis Park 12/06/2007 $ 16 , 907 . 00 $ 16. 907 . 00 $ 16 .907 . 00 $0 . 00 $ 16 . 907 . 00 $0 . 00 Emerald Place 03 /06/2008 $671 . 117 . 26 $639. 865 . 26 $639 . 865 . 26 $0 . 00 $639. 865 . 26 531252 . 00 Fellsmere Convenience Center 05/01 /2008 $719.661 . 00 $ 120. 522 . 00 $ 108.469. 80 $ 12 .052 . 20 $ 108 . 469 . 80 S611 , 191 . 20 Fellsmere Sr League Park 11 /20/2007 $321 , 100 . 93 $321 . 100 . 93 $321 . 100 . 93 $0 . 00 $321 . 100 . 93 $() . 00 Firestation416 12/ 17/2007 $275 , 783 . 00 $227. 764 . 00 $204.987 . 60 $22 . 776 .40 $204. 987 . 60 S70. 795 . 40 Firestation # 17 12/ 17/2007 $229, 439 . 00 $225 . 319 . 00 $202 .787 . 10 $22 . 531 . 90 $2024787 . 10 S26. 651 . 90 Gator Trace Access Road 08/09/2007 $ 114. 081 . 00 $ 114. 081 . 00 $ 35 .722 . 50 $0 . 00 $ 114, 081 . 00 $0 . 00 Gator Trace Greens 08/09/2007 $ 592 , 301 . 66 $ 592. 301 . 66 $220.665 . 38 $0 . 00 $ 592 . 301 . 66 $0 . 00 Hampton Inn 06/26/2008 $583 , 671 . 00 $0 . 00 $0 . 00 $0 . 00 $0 . 00 5583 . 671 . 00 Harris Office Building 10/ 10/2007 $ 62 , 812 . 00 $62. 812 . 00 $2 , 812 . 00 $0 . 00 $62 . 812 . 00 $0 . 00 HF Properties II 04/ 14/2008 $ 173 . 509 . 91 $ 85 . 796 . 00 $77,216 . 40 $ 8 . 579 . 60 $77. 216 . 40 $96 . 293 . 51 Hibiscus & Gayfeather 11 /21 /2007 $45 . 126 . 90 $45 . 126 . 90 $4, 512 . 69 $0 . 00 $45 . 126 . 90 $0 . 00 IR Plaza 07/26/2006 $68 , 121 . 00 $68 . 121 . 00 $ 12 .842 . 10 $0 . 00 $ 68 , 121 . 00 $ 0 . o0 IR Plaza-Parking Lot 10/26/2007 $324,290 . 00 $324.290 . 00 $ 184 .664 . 00 $0 . 00 $324.290 . 00 IRC CR 510 Wabasso Island 09/01 /2006 $ 113 , 162 . 25 $ 113 . 162 . 25 $0 . 00 $0 . 00 SI 13 . 162 . 25 IRC AIA Bi Dir Turn Lane 08/02/2006 $665 . 958 . 58 $665 . 958 . 58 $ 122.483 . 99 $0 . 00 $665 . 958 . 58 $0 . 00 ._ ---- - - . - _ - Monday, September 08, 2008 Page 1 of ,. Project Contract Date Project # Contract Sum Completed Billed This Pd Retainage Comp. Less Ret . Bal. Incl. Ret. IRC CR 510 Bi Directional Turn 09/01 /2006 $454, 194 . 56 $454. 194 . 56 ( $ 110 . 00 ) $0 . 00 $454 . 194 . 56 $0 . 00 IRC CR 510 Signing & Marking 09/01 /2006 $ 10, 978 . 15 $ 10. 978 . 15 $0 . 00 $0 . 00 $ 10 . 978 . 15 $0 . 00 IRC McLarty Museum Turn Lane 09/01 /2006 $ 132, 372 . 00 $ 132372 . 00 ( $2340 . 00 ) $0 . 00 $ 132 , 372 . 00 $0 . 00 IRC Pebble Beach 09/01 /2006 $77 , 576 . 95 $77 , 576 . 95 $0 . 00 $0 . 00 $ 77 , 576 . 95 $0 . 00 IRC Sebastian Inlet Day Use 09/01 /2006 $493 , 657 . 66 $493 . 657 . 66 $96 .012 . 09 $0 . 00 $493 . 657 . 66 $() . ( )( ) IRC Utilities 27th Drive 10/01 /2007 $32.039 . 60 $32 .039 . 60 $ 5 ,260 . 46 $0 . 00 $32 . 039 . 60 $010 IRC Vera Cruz Turn Lane 09/01 /2006 $ 110.296 . 95 $ 110.296 . 95 $0 . 00 $0 . 00 $ 110.296 . 95 $ 0 . 00 Kelbrac Premier Office Bldg 11 / 13 /2007 $214, 156 . 00 $214. 156 . 00 $ 124 . 744 . 60 $0 . 00 $214. 156 . 00 $0 . 00 Lift St . #29 12/ 10/2007 30306 $286. 153 . 50 $84.700 . 60 $ 76.230 . 54 $8 .470 . 06 $76, 230 . 54 $209. 922 . 96 Lift Station # 11 10/03/2007 $210, 517 . 20 $ 197. 704 . 20 $ 107 ,423 . 32 $ 19 . 770 .42 5177, 933 . 78 S32 , 583 . 42 Lift Station Cie, Grant 02/08/2008 33905 $ 575 , 664 . 70 $ 197. 678 . 15 $ 177.910 . 33 $ 19. 767 . 82 $ 177 , 910 . 33 $ 397 . 754 . 37 Lorna Drive Drainage Imp . 02/08/2008 04900 $ 128 .947 . 00 $45 . 085 . 00 $40. 57650 $4, 508 . 50 $40. 576 . 50 S88 . 370 . 50 Meadowlark Woods Subdivision 11 /01 /2007 UCP 2324 $48 ,215 . 70 $48.215 . 70 $48 .215 . 70 $0 . 00 $48 , 215 . 70 $0 . 00 Oakland Lake Estates 09/ 19/2005 $906. 412 . 37 $906.412 . 37 ( $44. 812 . 09 ) $0 . 00 $906 .412 . 37 $0 . 00 Oceanique Oceanfront 08/24/2006 $ 365 , 957 . 10 $ 365 . 957 . 10 $0 . 00 $0 . 00 $365 . 957 . 10 $0 . 00 Old Eau Gallie Waterline Imp . 10/30/2007 05316 $336 , 821 . 79 $282.785 . 50 $ 172 .376 . 55 $28 .278 . 55 $254. 506 . 95 $ 82314 . 84 Olive Garden 10/01 /2007 $ 123 , 367 . 00 $ 123 . 367 . 00 $ 114. 367 . 00 $ 0 . 00 $ 123 . 367 . 00 $0 . 00 Paskor. LLC 08/22/2006 $293 , 826 . 31 $293 . 826 . 31 $ 171 . 864 . 61 $0 . 00 $293 . 826 . 31 $0 . 00 Spoonbill Marsh 06/06/2008 UCP 2785 $2. 112 . 870 . 00 $ 319, 842 . 00 $285 .072 . 10 $34. 769 . 90 $285 . 072 . 10 $ 1 . 827 . 797 . 90 Sunrise Plaza 10/26/2006 $635 ,299 . 62 $621 .256 . 42 $ 358. 528 . 78 $62 . 125 . 64 $ 559 , 130 . 78 $ 76 . 168 . 84 Toscana 02/26/2008 $26, 300 . 00 $26. 300 . 00 $26.300 . 00 $ 0 . 00 $26300 . 00 $0 . 0( ) Tulip Lane Sanitary Sewer 11 /27/2006 $ 561 ,423 . 93 $ 561 .423 . 93 $0 . 00 $0 . 00 $ 561 , 423 . 93 $0 . 00 University 12/ 14/2005 $ 1 . 618 . 084 . 44 $ 1 , 618 . 084 . 44 $0 . 00 $0 . 00 $ 1 . 618 . 084 . 44 $ 0 . 00 Pace 2 of Monday, September 08 . 2008 Project Contract Date Project # Contract Sum Completed Billed This Pd Retainage Comp. Less Ret. Bal. Incl. Ret . USPS-Carrier Annex. Beach 10/29/2007 $ 104, 031 . 00 $ 104,031 . 00 $ 104.031 . 00 $ 0 . 00 $ 104. 031 . 00 $0 . 00 Vero Lake Estates Water Main 01 /24/2008 UCP 2958 $471 , 450 . 00 $ 356.712 . 00 $ 321 .040 . 80 $ 35 .671 .20 $321 , 040 . 80 $ 150 . 409 . 20 $ 105 . 844 . 50 $ ] 05 . 844 . 50 $ 38323 . 80 $0 . 00 $ 105 . 844 . 50 $0 . 00 West Wabasso Watennain 10/31 /2007 UCP# 2447 Grand Totals . $ 15 , 917 , 780 . 02 $ 11 , 909 . 805 . 17 $4.614. 881 . 54 $291 .466 . 29 $ 11 .618 . 338 . 88 $4.299.441 . 14 Paue 3 01 ; Monday, September 08 , 2008 www . sunbiz. org - Department of State Page 1 of 2 L i RPARM STATEILI ID N ,' Of " CORPORATIONS Home Contact Us E-Filing Services Document Searches Forms Help Previous o.n L..ist Next on_ List Return _o List. Events No Name History Entity Name Search . Detail by Entity Name Florida Profit Corporation TIMOTHY ROSE CONTRACTING , INC . Filing Information Document Number S75343 FEI Number 650284242 Date Filed 08/23/ 1991 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/04/2005 Event Effective Date NONE Principal Address 1360 OLD DIXIE HWY SW STE 106 VERO BEACH FL 32962 US Changed 05/ 13/2003 Mailing Address 1360 OLD DIXIE HWY SW STE 106 VERO BEACH FL 32962 US Changed 05/ 13/2003 Registered Agent Name & Address ROSE , TIMOTHY W. 1360 OLD DIXIE HIGHWAY SW 106 VERO BEACH FL 32962 Address Changed : 05/06/2008 -.......................... .. _...._ .... __._.. ...... . Name & Address Title P ROSE , TIMOTHY W. 1360 OLD DIXIE HWY SUITE 106 VERO BEACH FL 32962 Title SEC www. sunbiz . org - Department of State Page 2 of 2 ROSE , RONALD 1360 SW OLD DIXIE HWY # 106 VERO BEACH FL 32962 Title TREA ROSE , LISA A 1360 SW OLD DIXIE HWY # 106 VERO BEACH FL 32962 Annual Reports Report Year Filed Date 2007 10/ 18/2007 2007 12/05/2007 2008 05/06/2008 Document Images 05/06/2008 -- ANNUAL REPORT View image in PDF format 12/06/20077 ANNUAL REPORT View image in PDF format 10118 /2007 -- ANNUALREPORT View image in PDF format 02.. %20/200.7 -- ANNL1Ai__REPORT View image in,.PDF format 01 -120/20016 AN.NUA ,L .F..EP ( f %, I View image in PDF format 10104121005 -7 B, E INSTATEMENT View image in PDF format 0 f'01 ?2004 - - ANNUAL REPORT I View image in PDF format 05113/2,003 - ANNUA .. R_� Pc?RT � View image in PDF format 04/08 /2002 -- ANNUAL REPORT ( View image in PDF format 04103,2. 001 - ANNUAL REPORT View image in PDF format 02/29'2000 - . ANNUAL REPOF�' I' View image in PDF format C: ; t1u;' 1 <,ac3 ,NNt1AL REP +"? '? z I View image in PDF format GEE10511998 - - ANNUAL. REPORT � View image in PDF format 997 - - ANNUA, .,. REPORT J. View image in PDF format 07 /0811996 -- ANN1JAL REPORT View imageinPDF format 1 0; 711 7 ' 1995 AiNNUTAL REPORT L View image in PDF format Note : This is not official record . See documents if question or conflictl Previous on List Next on List Return To List Events No Name History Entity Name Search .3 .... y P STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD ( 850 ) 487 - 1395 1940 NORTH MONROE STREET " W"a TALLAHASSEE FL 32399 - 0783 ROSE , TIMOTHY WILLIAM TIMOTHY ROSE CONTRACTING INC 1360 SW OLD DIXIE HIGHWAY # 106 VERO BEACH FL 32962 AC # 3a2W _ STATE OF FLORIDA Congratulations ! With this license you become one of the nearly one million DEPARTMENT OF BUSINESS AND Floridians licensed by the Department of Business and Professional Regulation . L;,� pROFESSIONAL REGULATION Our professionals and businesses range from architects to yacht brokers , from boxers to barbeque restaurants , and they keep Florida' s economy strong . CGCG 5 2 9 4 0 06 / 20 / 08 07 816 97 ( Every day we work to improve the way we do business in order to serve you better. For information about our services , please log onto www. myfloridalicense. com . CERTIFIED GENERAL CONTRACTOR There you can find more information about our divisions and the regulations that ROSE , TIMOTHY WILLIAM impact you , subscribe to department newsletters and learn more about the TIMOTHY ROSE CONTRACTING INC Department' s initiatives . Our mission at the Department is : License Efficiently , Regulate Fairly. We constantly strive to serve you better so that you can serve your customers . IS CERTIFIED under the provisions of Ch . 489 Thank you for doing business in Florida , and congratulations on your new license! Expirstion date : AUG 31 , 2010 L0806200091 ? DETACH HERE AC# 3824398 SfiA NF FLORIDA 1.2 } DEPARTMENT OF Ir} ItfS ANn PROFESSIONAL REGULATION CONSTRU �ONU3TRY LICENSING BOARD SEG2# Lo8062000 0.01 it"Will NIII IV, M4 - LICENSE N$ 70612"01M2OO781078169700 CGC05.:Z;§ 400 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Cha pter8 Expiration date : AUG 31 , 2010 Y . I ROSE , TIMOTHY WILLIAK TIMOTHY ROSE CONTRACTING". IfG"