Loading...
HomeMy WebLinkAbout2000-310e t/o. 3) CONTRACT DOCUMENTS AND SPECIFICATIONS FJN FOR rINDIAN RIVER COUNTY. FLORIDA r � *F Rl PN WILLOW STREET (130TH AVENUE) PHASE II ' BETWEEN 858T STREET AND 89TH STREET COUNTY PROJECT NO. 9126 i PREPARED FOR T}IF 110ARt) 11F fYII wTV COMMICC ONFac I WDIANRIVFR MIMTV FI ORIpA FRAN B. ADAMS, CHA RMAN CAROLINE D. GM, VICE CHAIRMAN COMMISSIONER KENNETH R.MACHT ROTH M. STANBRIDGE, COMMISSIONER COMMISSIONER JOHN W. TIEPIN JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY K. BARTON, COUNTY CLERK _ PAUL G. BANGEL, COUNTY ATTORNEY JAMES W. DAVIS. P.E., DIRECTOR OF PUBLIC WORKS These technical specifications have been prepared by On, Indian River County Division of Public Works, under fie s— Worml direction of James W. Davis, RB., and the direct supembion of the undersigned engineer, widt technical assistance rendered by other processional staff members. lames W. Davis, P.G. Public Works Director Certificate, No. 22944 Christopher J. Kole, Jr., P.E. a' County Engineer CcniOcme No. 28334 Michelle A. Gentile, CET (Engineer. Seat) Civil Brill.... Ceroficatc No. 0732% P Board of County Commissioners - t 1840151), Street Vero Beach, Florida 32%0 u u Telephone: (561) 567.8000 August 9, 2000 WILLOW STREET, PHASE 11 • IRC PROJECT NO. 9126 I IRC BID NO. 2060 BID OPENING DATED: AUGUST 30, 2000 I ADDENDUM NO I TO ALL PROSPECTIVE BIDDERS: The following clarifications, amendments, additions, deletions, and revisions form a part of the Contract Documents and change the original documents only in the manner and to the extent stated: This Addendum shall be attached to and become a part of the Contract Documents. 1. Please find enclosed revised Advertisement for Hid sheet AB -l. The fallowing changes have been made to these sheets: A. First paragraph, first sentence states "Sealed bides will be received by Indian River County until 2:00 PM on Wednesday, Al rrn 1ST 16 9n00,^ Bids will be received on AUGUST 30 7000, as stated at end ofparagraph. The Contract Documents and Construction Plans shall then consist of the original documents, plans and: 1. Addendum No. 1 dated August 9, 2000. All bids should be submitted on Itemized Bid Proposal pages BP 3 and BP 4. We thank you for you cooperation, and ifyou have any questions please call me at 567-8000 extension 220. a. 4azyt) Michelle A. Gentile, CET ` Civil Engineer MAG/ktp ATTACHMENT cc: Christopher J. Kafer, Jr., P.E., County Engineer FILE Far,inMiRrKim F<mmM P..ms19:26AMendum i.m,awd a vhR q Board of County Commissioners y 184025th Street a Vera Beach, Florida 32960 xt0o Telephone; (561) 567-8000 ' ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Scaled bidswill be received by Indian River County until 2:00 PM on Wednesday, At TGI IST 39,2040. 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 "WILLOW STREET (136m AVENI m) PHACP II BETWEENR5sTSTREFT&HO'STREET" Alt bids, either mailed or walked in, will be received by the Purchasing Division, 2625 191h Avenue, Vere Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM on AUttUS 30 =. All bids received after 2:00 P.M., ofthe day specified above, will be returned unopened. IRC BID #2060 - PAVING AND DRAINAGE IMPROVEMENTS TO: WILLOW STREET(130T" AVENUE), PHASE E BETWEEN 85" STREET& W - STREET All material and equipment famished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto, which may be obtained fiom the Office ofthe County Engineer nep !P hf fr A 1R40 the V R h, Elorida 32260(5e1)5 9�ij81I Copies ofthe plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to BOARD OF COIINTY CDMMICCIONERQ, INDIAN RIVER COIINTV in the mount ofTb'�($35.00) for each set, which represents cost 017printing, handling, and mailing and which is non refundable. ` - All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A BID BOND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, oreertffied check or cashier's check on any bank authorized to do business in the State ofFlorida, in the sum of not less than Five Percent (5%) of the total amount bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is 1 awarded to the Bidder, he will enter into a Contract with the County and famish the required Performance and Payment Bond. Ban fails to do so, he shall forfeit the said bid Band as liquidated damages. 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 causcon to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. AB -1 I hereby acknowledge receipt of Addendum No. 1, dated August 9, 2000 for the above project. COMPANY DATE RECEIVED Please sign and return to: Michelle A. Gentile, CET Civil Engineer Indian River County 1840 25° Street Veto Beach, Florida 32960 FAX 561-778-9391 Board of County Commissioners 1840 Street Beach,25th Vero Beach, Florida 32960 (' R Telephone: (567) 567-8000 I TO ALL PROSPECTIVE BIDDERS I WILLOW STREET (130ro AVENUE), PHASE II 1 ERC PROJECT NO. 9126 IRC BID NO. 2060 - BID OPENING DATE, WEDNESDAY, AUGUST 30, 2000 I hereby acknowledge receipt of Addendum No. 1, dated August 9, 2000 for the above project. COMPANY DATE RECEIVED Please sign and return to: Michelle A. Gentile, CET Civil Engineer Indian River County 1840 25° Street Veto Beach, Florida 32960 FAX 561-778-9391 r Board of County Commissioners 18402511, Street ' Vero Beach, Florida 32960 Telephone. (561) 567.8000 I August 9, 2000 WILLOW STREET, PHASE H - IRC PROJECT NO. 9126 IRC BID NO. 2060 BID OPENING DATED: AUGUST 30, 2000 ADDENTIT IM NO 7 TO ALL PROSPECT The following clarifications, amendments, additions, deletions, and revisions farm a pan of the Contract Documents and change the original documents only in the manner and to the extent stated: This Addendum shall be attached to and became a part of the Contract Documents, 1. Please find enclosed revised Plan Sheet 5 of22. The following changes have been made to this sheet: A. A straight concrete endwall with a 48" RCP (FDOT Index 250 Detail) has replaced the detail of FDOT Index No. 251 Detail. The Contract Documents and Construction Plans shall then consist of the original documents, plans and: I. Addendum No. 1 dated August 9, 2000. 2. Addendum No. 2 dated August 9, 2000. All bids should be submitted on Itemized Bid Proposal pages BP 3 and RP 4. We thank you for you cooperation, and ifyou have any questions please call me at 567-8000 extension 220. �Sincerely, 14 Michelle A. Gentile, CET Civil Engineer MAG/ktp ATTACHMENT cc: Christopher J. Kafer, Jr., P.E., County Engineer FILE F:Nnp�neeeinaV:iugV<adon h0u WlM Addendum Dnm,wmd Board of County Commissioners 1840 250 Street Pero Beach, Florida 32960 Telephone: (561) 567-8000 f , TO ALL PROSPECTIVE BIDDERS WILLOW STREET (130 AVENUE), PHASE H ERC PROJECT NO. 9126 IRC BID NO. 2060 BID OPENING DATE, WEDNESDAY, AUGUST 30, 2000 I I ACKNOWLEDGMENT ' I hereby acknowledge receipt of Addendum No. 2, dated August 9, 2000 for the above project, NAME � 22 I +SCC -re -P I TITLH( p� 1 ^ 'C + 2k` r tel. COMPANY DATE RECEPv�Fy{',I / Please sign and return to: Michelle A. Gentile, CET Civil Engineer Indian River County 1840 25^ Street Vero Beach, Florida 32960 FAX 561-7789391 F.W91n nn,,(mpTtg,.'-tlUWI2' Alk Atltl Y-m,g.r a INDEX TO CONTRACT DOCUMENTS Note; This index is for convenience only. Its accuracy ofcompletencss is not guaranteed, and it is not to be considered as part ofthe Specifications. In one ofdiscrepancy between the Index and the Specifications, the Specifications shall govern. CONTENTS TITr F Advertisement for Bids General Conditions Special Provisions Contract Documents & Forms (Appendix) 1. Bid Bond 2. Itemized Bid Proposal 3. Questionnaire 4. Agreement 5. Affidavit 6. Public Entity Crimes 7. Disclosure of Relationships 8. Final Payment 9. Payment Application Form 10. Performance Bond Il. Payment Bond 12. Model Insurance Certificate AGF AB 1-2 GC 1-I1 SP 1-16 BE I BP 1-4 Q 1-2 A 1-4 AF 1 PEC -1.3 DOR-1-2 FP I PA 1-3 PERF 1-5 PAY 1-5 CI 1 Revised 12/01/99 Board of County Commissioners i 1840 25th Street z Vero Beach, Florida 32%0 v ` Telephone: (561) 567-8000 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, Al IGI IST 16 2000 Each bid shall be submitted in a seated envelope and shall bear flue name and address of the bidder on the outside and the words "WILLOW STREET (110" AVENUE) PHARE i1 BFTWFFN R5sr RTREFT & R9"' STRFFT' All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM on At 101 IST 30 2000, All bids received slier 2:00 P.M., ofthe ` day specified above, will be returned unopened. IRC BID #2060 - PAVING AND DRAINAGE IMPROVEMENTS TO: WILLOW STREET (I301H AVENUE), PHASE If BETWEEN 85 -STREET & 80' STREET All material and equipment famished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto, which may be obtained ' from the Florida 32960(561)567-R000 rxt. 380 Copies ofthe plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to BOARD OF in the mount ofTWRy_-& ($35.00) for each set, which represents cost of printing, handling, and mailing and which is.non refundable. All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A Bin BOND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashiers check on any bank authorized to do business in the State of Florida, in the sum ofnel less than Five Percent (5%) ofthe total amount bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. Ifhe fails to do so, he shall forfeit the said bid Bond as liquidated damages. 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 causetor to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. AB -1 a iro INDIAN RIVER COUNTY By: Fran Boynton Powell, Purchasing Manager For Publication in the Vero Beach Press Journal I ' Date(s): i AUGUST 1, 2000 AUGUST 9, 2000 i For: Vero Beach Press Journal i Please furnish tear sheet and Affidavit of Publication to: �- INDIAN RIVER COUNTY PURCHASING DIVISION 2623 10 Avenue Vero Beach, FL 32960 i i I l: I L I M-2 V Paragraph No. 8. 9. 10. I1. 12. 13. 14. 15. 16, 17, 18. 19. 20. 21. 22. 23. 24. 25. 26. INDEX TO GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS Page Paragraph Title No. GENERAL ..................""............................. GC -I COMPLIANCE WITH ADVERTISEMENT FOR BIDDERS ........... GC -I DEFINITION OF TERMS ...................................... GC -1 PREPARATION OF PROPOSAL ................................ GC -2 WITHDRAWAL OF PROPOSAL ................................ GC -2 AWARD OR REJECTION OF BIDS .............................. GC -2 EXAMINATION OF SITE, PLANS, SPECIFICATIONS & GC -9 REGULATORY PERMITS ...................................... GC -3 INTERPRETATION OF THE APPROXIMATE QUANTITIES......... GC -3 FAMILIARITY WITH LAWS ................................... GC -3 COMMENCEMENT AND COMPLETION OF WORK ............... GC -3 INSURANCE -GENERAL ...................................... GC -4 LIQUIDATED DAMAGES ..................................... GC -5 PERMITS.................................................... GC -5 INTERPRETATIONS OF PLANS AND CONTRACT DOCUMENTS ................................................ GC -5 CHANGES, EXTRA, AND OMITTED WORK ...................... GC -6 RESTORATION AND CLEAN-UP ............................... GC -8 WORK BY OTHERS .......................................... GC -8 INSPECTION AND ACCEPTANCE OF THE WORK ................ GCB GUARANTEE ................................................ GC -9 LIENS...................................................... GC -9 BID BOND ................................................. GC.10 PERFORMANCE AND PAYMENT BONDS (SURETY) ............ GCA0 OWNER'S RIGHT TO TERMINATE CONTRACT ................. GC -10 PROTECTION OF PUBLIC .................................... GC -11 PUBLIC ENTITY CRIMES .................................... GC -11 DISCLOSURE OF RELATIONSHIPS ............................ GC -I1 Revised 6/24/96 r• K GENER AT. CONDITIONS AND INSTRUCTION TO RTDDp.Rq I 1. ORNFRAI, The fallowing conditions are given for the purpose ofguiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the Specifications and strict compliance is required with all the r ' provisions herein contained. 2. COMPLIANCE WIT14 ADVERTISEMENT FOR BIDDERS: The instructions and �- conditions set forth in the published Advertisement for Bidders shall be binding to all Bidders. I' 3. DEFINITIONOFTFRMS• Where the following terms, or their pronouns, occur herein, the intent and meaning shall be as follows: OWNER: Indian River County, Florida 1840 25th Street Vero Beach, Florida 32960 ENGINEER: Public Works Director, or his Designee as given in writing to the Contractor, Department of Public Warks Indian River County, Florida 1840 251h Street Vero Beach, FL 32960 BIDDER: Any person, firm, or corporation submitting a Bid Proposal for the Project. CONTRACT: The agreement executed by the Owner and Bidder given the Award for the Project, including all Contract Documents. CONTRACT DOCUMENTS: Advertisement for Bids, General Conditions, Addendum as required, By reference Florida Department of Transportation(FOOT), Standard Sp`enifcafnnc fir Road and Bridge Construction t innO, Bid Proposal, Questionnaire, Form of Agreement, Final Payment -Contractor, Affidavit,Final Pay Request, Special Provisions, and Plans and FDOT Roadway & Traffic Design Standards, Latest Edition shall constitute the Contract Documents. PERMITS: St. Johns River Water Management District(SJRWMD) 1140 -061 -0183G -ERP CONTRACTOR: The person, firm, or corporation who is the successful Bidder. APPROVED EQUAL: A substitute product equal to or better than the brand name product as specified and permitted to be used in this Project only when approved by the Engineer. GC -1 V r i 4. PREPAR ATION OF PROPOSAL, The Bidder must fill all required blank spaces OR the Bid Schedule. All writing must be typed or in ink and submitted in duplicate. Only one Bid 1 from any individual, firm, partnership or corporation, under the same or different names, will be considered. Bach proposal must have the full business address of the Bidder and must be signed by him with his usual signature or by an authorized representative. i Any Bid submitted with escalator clauses shall be rejected; Bid Price shall remain firm for a period ofsixly (60) days after date of submittal. 5. WITHDRAWAT.OFPROPOSAT A Bidder may withdraw his proposal without prejudice to himself not later than the day and hour set in the Advertisement for Bids, by physically delivering his withdrawal in writing to the County Administrator and after received, his proposal will be returned to him unopened. 6. AWARD OR RFIFCTION OF BIDS' The contract will be awarded to the lowest ' responsible Bidder, provided his bid is reasonable and is in the interest of the Owner to accept it. The bidder to whom the award is made will be notified at the earliest possible date. The Owner, however, reserves the right to reject any and all Bids and to waive any informality on Bids received, whenever such rejection or waiver is in the interest of the Owner. Further, the Owner reserves the right to award the Base Bid or any alternate bid as a single contract. It is anticipated that all items ofthe Base Bid or any Alternate Bid will be included in the Contract, however, the Owner further reserves the right to include only the numberofitema in the Contract for which fonds maybe available. The Contract Documents will be sent to the Successful Bidder for his execution. The Bidder shall execute the Agreement and submit all bonds and insurance certificates as set out in the Contract. Should the Bidder to whom the Contract has been awarded refuse or fail to complete the requirements above within twenty (20) calendar days after Notice of Award, the additional time in calendar days required to CORRECTLY complete the documents will be deducted, in equal amount, from the Contract Time, or the County may elect to revoke the Award. The Bid Bond ofany Bidder failing to execute the awarded Contract shall be held by the County for consequential damages incurred, and the Contract awarded as the Commission desires. GC -2 EXAMB9ATION OF SITE PI ANS CPFCImCAT1ONC RFCI❑ ATORC PFRA ITC The Bidder is required, before submitting his proposal, to visit the site of the proposed work and familiarize himself with the nature and the extent of the work and any surface and subsurface conditions that may in any manner affect the work to be done, and the equipment, materials, and labor required, and the cost thereof. Bidder is also required to examine carefully the Plans, Specifications, Contract Documents, including the Regulatory Permits and to inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. Ignorance on the part of the Contractor will in no way relieve him of the obligations and responsibilities assumed under the Contract. No information derived from maps, drawings, specifications, or from the Engineer, or his assistants, shall relieve the Contractor from any risk or from fulfilling all terns of the Contract. 8. LNTERPRFTATION OF THE APPROXIMATE OI IANTITIFP The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials m 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 quantities, nor shall the Contractor plead misunderstanding or deception because of such estimate ofquantities or of the character, location ofthe work, or other conditions pertaining thereto. 9. EAMTYJARITVWIT141AWS The Bidderis assumed to be familiar with and shall comply with all Federal, State and Local laws, ordinances, mles, codes, and regulations that may affect the work. Ignorance on the pan of the Bidder will in no way relieve him from the responsibility of compliance therewith. All work and materials shall comply with those I. 10. COMMENCEMENT AND COM P1 FTION OF WORK- The Contractorwill be required to commence work under this Contract within twenty (20) calendar days after the date of receipt by him ofthe Notice to Proceed, and to complete the work ready for use not more than ONF 1B MORED TWF r1701 calendar days from and after the starting date established in the notice to proceed. The time stated for completion shall include final clean. up ofthe premises. TIMF IC Of THE pCGFNCF, Working days me defined as Monday through Friday, excluding Saturday and Sunday and County Holidays. The hours will be fiom7AMto7PM. No work shall commence before 7 AM or continue after? PM. County Holidays are: New Years Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday ager Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the County Engineer. If the Contractor fails to complete the requirements of General Condition G, AWARD OR REJECTION OF BIDS, then additional time in calendar days required to correc0y complete the documents will be deducted tiom the Contract Time in working days specified above. GC -3 n P�11. INSURANCE -GENERAL- Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and such (+ insurance has been approved by the County, nor shall the Contractor allow any Subcontraclor 1 to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. f' I 1. Insurance RequirementF / a. Workers Compensation - to meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). b. Commercial General Lability - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit - for Bodily Injury and Property Damage. This shall include coverage for: * Premises/Operations * Products/Completed Operations * Contractual Liability * Independent Contractors c. Resines Ante Liability- coverage shall provide minimum limits ofliability of$1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: * Owned Autos * Hired Autos * Non -Owned Autos 2. S11=111-Rcipunancans a. Ten (10) days prior to the commencement of any work under this contract a certificate ofinsurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following: 1. "Board l I County Commissioners, Indian River County Florida" will be named asan "Additional Insured" on both the General Liability and Auto Liability policies. GC -4 V P 2. Indian River County will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered 1 mail, return receipt requested and addressed to the Risk Manager, b. An appropriate "Indemnification" clause shall be made a provision of the contract, (See Form of Agreement Article 6). c. It is the responsibility of the contractor to insure that all subcontractors comply with all insurance requirements. d. It should be remembered that these are minimum requirements which are subject to modification in response to high hazard operations. e. A model "Certificate of Insurance" form is attached as page CI -1. The Certificate of Insurance submitted MAST be in conformance and completed as to Coverage, Description, Certificate Holder, and Cancellation Terms, as the model form provided shows. 12. L1QOIDATFD DAMAGRg- The amount of liquidated damages for the Project is hereby established as set out in the Florida Department of Transportation (FDOT), Standard gpec'fcai n s for Road and Endue Con=traction latest edition, under Section 8-10.2. Liquidated damages apply to all portions of the Project. Liquidated damages may be deducted from monies due the Contractor and shall not exceed the total contract price. 13. PERMITS- The County shall acquire and pay for all license fees, royalties, permits; governmental and inspection charges necessary forperformance and completion ofthe work. The Contractor shall arrange for the use of all utilities and pay the fees and charges therefor with no offset whatsoever. 14. INTERPRETATIONS OF PLANS AND CONTRACT DOCUMENTS: The Contractor shall verify all dimensions, quantities, locations, materials and details shown on the Plans, Supplementary Drawings, schedules or other data received from the Engineer, and shall notify him of all errors, omissions, conflicts and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom nor from rectifying such condition at his own expense. He will not he allowed to take advantage of any error or omissions, m full instructions will be furnished by the Engineer, should any error or omissions be discovered. All schedules are given for the convenience of the Engineer and Contractor and are not guaranteed to be complete. GC -5 I 'N IS I+ A. It is mutually agreed that no change involving change in cost, either to the Owner or l Contractor, shall be made except upon written permission ofthe Owner. Extra work shall be paid for as set forth in this Pamgraph. Omitted work shall be credited against the money due the Contractor by one of the methods described in this Article. The Contractor shall make no claim for extra work unless it has been approved by the Owner in writing and in advance of the work, except that the Contractor may t proceed to meet an emergency condition if the Owner's representative is not available. Work required by surface or subsurface conditions, or both, other than were foreseen by Bidder at the time of bidding but could have been discovered by test borings or other testing methods, shall not be considered extra work. B. The Engineer shall, in all cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the same, and such estimates and decisions shall be final and binding. C. Any work not herein specified, which may be fairly implied as included in the Contract, of which the Engineer shall adjudge, shall be done by the Contractor without extra charge. D. The Contract price may only be changed by a Change Order as authorized by the County Commission. This includes extra work. Authorization of extension of time shall not constitute a waiver of liquidated damages. Work required by surface or subsurface conditions, or both, other than were foreseen by Contractor prior to signing the Contract but could have been discovered by test borings or other testing methods, shall not be considered extra work. E. The Owner may, at any time by a written order and without notice to the sureties, require the performance of such extra work as it may find necessary or desirable arising out ofthe modification of the Contract Drawings. All work so ordered must be performed by the Contractor. The amount of compensation to be paid to the Contractor for any work so ordered shall be determined as follows: (I) By such applicable unit prices, ifany, w are set forth in the Contract; or (2) Ifno such unit prices am an set forth, then by a lump sum or other unit prices mutually agreed open, by the Owner and Contractor; or (7) If no such unit prices are so set for in the contract and ifthe parties cannot agree upon a lump sum or other unit prices, then by the actual net cost in money to the Contractor of the extra work performed mrd the cost shall be determined as follows: GC -6 P (a) For all labor and foremen (Contractors and subcontractors) in direct charge of the authorize operations, the Contractor shall receive the ( current local rate of wages, to be agreed upon in writing before starting such work, for each hour that said labor and foremen are actually engaged thereon, to which shall be added an amount equal to t 15 percent (15%) of the sum thereof which shall be considered and accepted as full compensation for general supervision and the furnishing of small tools and miscellaneous equipment used, such as t picks, shovels, hand pumps, and similar items. t (b) For all materials used (by Contractor or subcontractor), the Contractor shall receive the actual cost of such materials delivered at the site or previously approved delivery point as established by original receipted bills. No percentage shall be added to this cost. (c) For special equipment and machinery (used by Contractor or subcontractor) such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment required for the economical performance of the authorized work, the Contractor shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work. No percentage shall be added to this sum. (d) The Contractor's profit shall be computed by taking ten (109/4) percent of the sum of items 3(a) (less the 15% added) and 3(b) above. The total cost of performing this extra work shall then be the sum of items 3(a), 3(b), 3(c), and 3(d), F. Records of extra work done, if any, shall be reviewed at the end of each day by the Contractor or his representative and at the discretion of the Engineer, duplicate copies of accepted records made and signed by both Contractor or his representative and the Engineer, and one copy retained by each. G. Claim of payment for extra work shall be submitted by the Contractor upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work as done. No claim for extra work shall be allowed unless the same was ordered, in writing, as aforesaid and ,., the claim presented at the time of the first estimate after the work is completed. H. The Owner may, at any time by a written order and without notice to the sureties, i_ require the omission of such Contract work as it may find necessary or desirable. All work so ordered net be omitted by the Contractor. The amount by which the IW Contract price shall be reduced shall be determined as follows: 1. By such applicable unit prices, if any, as are set forth in the Contract; or W P r f -r A 2. By the appropriate lump sum price set for the in the Contract; or 3. By the reasonable and fair estimated cost ofsuch emitted work as determined 1 by the Engineer and approved by the Owner. 16. RRATOR ATION AND CI PANT IPS The Contractor shall protect all private and public t property Bore damage as a= oil ofwork under the Contract. All damage as a result ofwork under this Contract shall be restored to the original or better condition as approved by the Engineer, at no additional cost to the Owner. The Contractor shall provide all safety ' precautions necessary to prevent damage and/or injury to any person or property. Public health and safety consideration will exceed all others. The Contractor will keep the site(s) orderly during construction and will leave the site(s) clean prior to final acceptance, all in a manner as approved by the Engineer. 17. WORK BY OT14FRSCounty crows and/or other Contractors may be working on the project site(s) simultaneously within any work area. The Contractor shall cooperate and coordinate his work with all others. The Contractor shall coordinate his work such that there will be the least amount of interference and/or interruption of utilities, systems, i.e., facilities. 18, INSPECTION AND ACCEPTANCE OF THE WORK The Engineer or his representative will visit the site from time to time to observe the progress and quality of the work. The Engineerhas the authority to disapprove or reject work which is defective. Such work shall be removed and replaced or repaired in a manner satisfactory to the Engineer. Until defective work is satisfactorily corrected, the Engineer will assign a value of the work and retain that from any payments that may be due the Contractor. The Engineer shall make all inspections and tests as required to determine the acceptability of the work. The Contractor shall provide all samples and facilities and work necessary for the testings and inspection. Upon notification by the Contractor, the Engineer will perform final tests and inspections. Should this reveal defective work those defects must be immediately corrected, after which additional tests and inspection shall be conducted by the Engineer to determine acceptability of the work. Upon acceptance of corrected defective work, this shall constitute final acceptance of the work. 19. GUARANTFF In addition, warranties ofinerchantability, and fitness ofpurpese guaranteed by the Uniform Commercial Code and made a pan hereof, all work or materials famished by the Contractor under this Contract shall be guaranteed by him against mechanical and _ physical defects, breakage, and other damages and failure, under normal operation, for a period ofone(1) year from the date of final acceptance. All work mmaterials founder, be defective from routine, normal operation within the specified guarantee period shall be replaced by the Contractor at his expense. The period ofguarantec ofeach such replacement shall be one year from and after the date of installation thereof. GC -8 6 i f I I 20. I tPNR, This project is a "Public Work" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the Owner. Any claimant may apply to the Owner for a copy of f' this Contract. The claimant shall have a right of action against the Contractor for the amount 1 due him. Such action shall not involve the Owner in any expense. Claims against the Contractor are subject to timely prior notice to the Contractor as specified in Florida Statutes r' Section 255.05. The Contractor shall insert the following paragraph in all subcontracts hereunder"Notice: Claims for labor materials and et lien not et w gsahhk against Indian give, Court, it a, subunt to tomair itrior notice to ar nesNmr,el and to lCwtracmr shall he�eyery s,h-subcormact hereunder " The payment due under the Contract shall be paid by the Owner to the Contractor only after the Contractor has famished the Owner with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the work, have been paid in full. The Owner may rely on said affidavit at face value. The Contractor does hereby release, remiss and quit claim any and all rights he may enjoy to perfect any lien or any other type of statutory common law or equitable lien against the job. 21. BID BOND: All bids shall be submitted in duplicate upon the Proposal Form herein, or verbatim copy thereof, and each proposal shall be accompanied by a Bid Bond or a Certified Check, Cashier's Check, Treasurers Check or Bank Draft of any National or State Bank, in the amount of 5% of the total bid price, payable to Indian River County and conditioned upon the successful Bidder entering into contract with surety as specified. Guaranty of the successful Bidder shall be forfeited to Indian River County not as a penalty, but as liquidated damages for the cost and expense incurred should said bidder fail to submit satisfactory surety or fail to comply with any other requirements of the Specifications or ofhis Proposal. 22. PERFORMANCE AND PAYMENT BONDG_(,SURETY) Within twenty (20) days of receipt of the Contract Documents for execution, the successful bidder shall furnish a Performance Bond in an amount equal to 125%of the contract price and a Payment Bond in an amount equal to 100% of the contact price as specified herein, of the form and containing all of the provisions as stated herein. The Contractor union record the Performers and Payment Bond= with the Clerk afCoull,, Indian River CountX The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125%of the contract price is not an acceptable substitute. The Contractor is required at all times to have a valid Performance and Payment Bond in force covering the work being performed. A failure to have such bond in tome at any time shall constitute a default on the part of the contractor. If the surety writing the Public Construction Bond becomes disqualified, then this shall automatically constitute a failure on the part of the Contractor to meet the above requirements. The performance bond shall contain a specific provision that delay damages are covered by the performance bond. GC -9 In lieu of the Bonds, the Contractor may famish an alternative form of security in the form ofcash, money order, certified check, cashiers check, irrevocable letter oferedit or a security y as listed in Part 11 of F.S. Chapter 625. Any such alternative form of security shall be for the i same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the owner. Such Bonds shall continue in effect for one (1) year after completion and acceptance of the work. r •.11 1 a KOM A. If, in the opinion of the Owner, the Contractor shall be improperly performing said work, or shall neglect or refuse to remove and/or re -build such work as shall have been rejected by the Engineer as being defective or unsuitable, or if at any time the Owner shall be of the opinion that the said work is being unnecessarily delayed and will not be finished within the prescribed time, they shall notify the Contractor in writing, and if the Contractor shall not within ten (10) calendar days thereafter, take such measures as will, in the judgement of the Owner, insets, satisfactory per- formance, construction, end completion of the work, the Owner may notify the Contractor to discontinue all work under this Contract. The Contractor shall immediately respect said notice and stop said work and cease to have any rights in the possession of the ground and shall forfeit his Contract. The Owner may thereupon advertise and let a contract for the uncompleted work in the same manner as was followed in the letting of this Contract and charge the cost thereof to the original Contractor upon his Contract; any excess of cost arising therefrom over and above the original Contract price shall be charged against the original Contractor and his surety or sureties who shall be liable therefore. B. If the Contractor shall assign this Contract or any money seeming thereon or approval thereon, or abandon the work or is adjudged a bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the contractor or for any ofhis property, or ifhe shall refuse or neglect to comply with the instructions ofthe Owner or Engineer relative thereto, or shall in any manner fail to comply with the Specifications and stipulations herein contained, The Owner shall have the right to annul and cancel this Contract and proceed to advertise and m.let a contract for the unfinished work, and such annulment shall not entitle the Contractor to any claim for damages on account thereof, nor shall it affect the right of the Owner to recover damages on account ofsuch failure. 24. PROTPCTrON OF PI MMC: A. The Contractor shay eruct and maintain barricades and sufficient safeguards wound all excavation, embankments or abstractions; he shall place sufficient amber lights L at or now the work, keep the same burning from sunset to sunrise,. employ watchmen and strictly obey all laws and ordinances controlling or limiting those engaged on similar work. All maintenance of traffic work shall comply with Section 102 and GC -10 L Special Provision Item 102-1 ofthe B. Where there are telephone, telegraph, light, or power poles, water main, conduits, pipe, or drains; or other construction either public or private; in or on the streets or alleys; the work shall be so conducted that no interruption or delay will be caused in the operation or use of the same. Proper written notice shall be given and all the facilities afforded the owners of such constmclion encountered or likely to be encountered, as will enable them to preserve the same from injury. C. The Contractor will not be permitted to interfere with public travel and convenience by grading or testing up streets indiscriminately, but the work of conducting the various items of this Contract shall proceed in an orderly, systematic and progressive monner. 25. PUBLIC ENTITY CRIMES' The Contractor shall complete, and execute in the presence of a notary, or other officer authorized to administer oaths, the sworn statement under Section 287.133(3)(a)F.S., Form PEC -1 of this contract. 26. DISCI OST mF OF RFL ATIONCHIPC- The Contractor shall complete, and execute in the presence of a notary, or other officer authorized to administer oaths, the sworn statement under Section 105.08, Indian River County Code, Fenn DOR-1 ofthis contract. GC -11 r SPECIAL PROVISIONS FOR INDIAN RIVER COUNTY ROAD CONSTRUCTION, PAVING AND DRAINAGE IMPROVEMENTS TO WILLOW STREET (13e AVENUE) PHASE II BETWEEN 851r STREET & 89m STREET COUNTY PROJECT #9126 The applicable portions of the Latest Edition of the Florida Denarnmeur of Touupmtaf n' (FDOT) Standard Specifications to Rnad and Rridge onat Slum and its supplements with changes pertaining thereto, MM Roadway and Trafer, Dgcign C nd .d , current edition as amended by the General Specifications and the following Special Provisions; all are hereby made a part of this Contract. Further, the applicable portions of the SnuEiEloAda Rttildijug Code shall apply to this project. The Contractor shall procure copies of the above documents, from the appropriate agencies, for use on this project. Unless otherwise noted, all section references in the Special Provisions and General Specifications refer to the Florida Denadment of Transp rt f ' !EDDY) Ct d d Spec' fcafnns for Rn ad and ddj Cn C All construction of items covered in the standard specifications and Standard Plans shall conform to the Standard Specifications and Plans unless shown otherwise herein. The Contractor shall have in his possession a copy of all contract documents. • : •r• ••. The work proposed under the terms of this Contract is for Paving and Drainage Improvements to: Willow Street (131)" Avenue) Phase II between 85m Street & 89" Street located south of CR 512 and south of the City Limits ofFellamere, Florida. The exact location and limits of constmction are shown in the plans accompanying these contract documents. 3. SCOPE OF WORK Construction a 22 foot wide road with three (3) foot wide paved shoulders and drainage sondes. Construction stomswater inlets and culverts. PLANS Plans accompanying these contract documents are entitled Willow C rret Phase n. SP -1 r h r� e L L 5. GENERAL CONSTRI If TION RFO1❑RFMFNTP A. Materials Handling- The Contractor shall make arrangements at this own expense for the unloading and storing of materials at an approved location until needed for installation. Under no circumstances will pipe, materials, or structures placed on the job site obstruct driveways or streets or be placed within three feet of the pavement of streets or highways. The Contractor shall provide and maintain approved barricades, warning lights, and guards necessary for the protection of the public. The Contractor shall coordinate said barricades, lights, and guards with the County. E. Confinement nfrtaernfnna Allmnstruction operations by the Contractor shall be confined to public rights-of-way, casements, or building sites secured by the County for this work. No equipments moving, parking, material storage, etc., shall be permitted on private property without the property owner's consent in writing. The Contractor shall be responsible for trespassing upon private property and for damage to any property, public or private. Easements and rights-of-way are shown in approximate location on the Drawings and have been obtained by the County. The Contractor shall be fully responsible for constructing the work within the legal rights-of-way and easements. b, PFRMITS AND IICFNSFS Right -of -Way Permits required for construction within the public right-of-way will be issued by the Public Works Department, Indian River County, at no cost to the Contractor. Any permits for disposal ofmaterials shall be the Contractors responsibility. See Section 7 ofthe Special Provisions. 7. DISPOSITIONOFDFHRIS All debris shall be removed and disposed of by the Contractor and approved by the Engineer. Ilia the Contractor's responsibility to obtain all necessary permits. g, 1.AYOt IT OF WORK AND AS -B1 JILT DRAWINGS- The contractor will provide survey work to establish right-of-way, base lines, centerlines, and grades as may be required for the work prior to any construction. The Contractor shall protect these controls. The Contactor shall keep records on project modifications with sufficient detail so that as -built drawings may be prepared to the Engineers satisfaction at the Contractor's mst. Contactor shall be responsible for establishing all finished guides with the benchmark datum provided on the plans. SP -2 9. DISPOSITION OF SATMAOFART F MATPRIAI S All side drains removed from residential driveway entrances within the right-oPway shall became the property of the respective homeowner. Those homeowners not desiring the side drains may donate them to the County free of charge. ICContractor is unable to contact respective owner, he f will notify the Engineer. All salvageable cross drains under existing roads, not to be used in the Contract are the property of Indian River County. Contractor will stockpile all salvageable cross drains and side drains in a safe place within County right-of-way, to be picked up by County Crews. Contractor will notify Engineer of stock -piled materials to be removed. All other culverts, side drains, and cross drains will be disposed ofby, or become the property of, the Contractor. 10. I It is the Contractors responsibility to locate all utilities and to protect from damage all utilities that might be in the work area. Wherever the underground installation ofutility lines or other structures proceeds through surface improvements, the Contractor shall he responsible for the protection and preservation ofthe improvements. This shall include removal, storage and subsequent replacement of such improvements to the original, undisturbed condition. Property abstractions which are to remain in place, such as sewers, fences, drains, water, irrigation systems or gas pipes, conduits, wires, or cables above or below ground are to be carefully protected from injury and are not to be displaced. No land monuments, property markers, or official datum points shall be damaged or removed by the Contractor. The Contractor will be held responsible to repair or replace any damage he causes to the above at his expense. 11. SHRI IRC AND COD Shrubs and sod within the limits ofco mudion not shown or directed to be removed shall be taken up with sufficient root ball and soil, suitably stored, watered and replaced as soon as backfilling permits. Shrubbery and sod mishandled or damaged during construction operations that does not survive shall be replaced with similar vegetation and maintained by the Contractor until survival is assured. 12. ¢ITR r4FAN1 IP During the progress ofthe project, the work and 0re adjacent areas affected thereby shall be kept in a neat and orderly condition. All rubbish, surplus materials, and unused construction equipment shall be removed. All damage shall be repaired so that the public and property owners will be in. convenienced as little as possible. r Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the Contractor's operations, such material or debris shall be removed. i Before the completion ofthe project, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures which he builds; remove all temporary works, tools, and machinery or other construction equipment famished by I Lhim; remove, acceptably disinfect, and cover all organic matter and material containing organic � SP -3 V P ' matter in, under, and around privies, houses, and other buildings used by him; remove all rubbish from any grounds which he has occupied; and leave the mads, all parts ofthe premises and adjacent 1 property affected by his operations, in a neat and satisfactory condition. The Contractor shall restore or replace, when and as directed, any public or private property 1 damaged by his work, equipment, or employees, to a condition at least equal to that existing im- mediately prior to the beginning ofthe operations. To this end, the Contractor shall do all required highway and landscaping work. Acceptable materials, equipment, and methods shall be used for such restoration. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the work shall deliver the facility undamaged and in fresh and new -appearing condition. R is the intent of the Specifications to place the responsibility on the Contractor to restore to original condition items such as but not limited to trees, fencing, shrubbery, signs, lightpomi, etc., destroyed or damaged during construction. 13. MAINTFNANCF AND PROTFf TION OF TRAFFIC POT)- The Contractor shall properly maintain orderly and safe traffic operations al all times during the term of the contract according to thereethods and procedures established by the Florida DOT Roadway and TIBRC Design Standards, and the Manual on Uniform Traffic Control Devices (Federal Highway Administration). Every effort shall be made to provide maximum vehicular and pedestrian safety at all times. The Engineer shall approve all traffic maintenance and protection plans and operations. 15. Following is a description of the various items included in this contract. The Contractor should review these items carefully to determine what is included in each item of work and the contractors responsibility in doing each item of work. It is intended that these items, taken together, will constitute the entire work for this contract, no further payment will be made beyond that set out in these work items except for properly authorized additional work and changes, or increased quantities. The Contractor shall consider this in making his bid and structure his bid accordingly, taking into consideration work that is implied in the plans coupled with existing features and condi- tions on the site. The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2000 Edition) Item ofPavment Payment for the work specified in this item shall be made under: �. Bid Item Mobilization Lump Sum L� SP -4 BID ITEM - MAINTFNANCF OF TR AFFIL I The work specified in this item shall conform to Section 102 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2000 Edition), except as modified herein. t GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists of maintaining traffic within the limits of the project for the duration ofthe construction period, including any temporary suspensions ofthe work. 11 shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining oftraffic control and safety devices during construction, the control of dust through the use of calcium chloride if r necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all clench facilities, devices and operations as are required for the safety and convenience ofthe public m well as for minimizing public nuisance; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance efTratTic Plan at the pre -construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection ofthe workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance ofTmffic Plan, alternate proposals will be considered when they are found to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance ofTmffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance ofTmffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance fTraffic. , The Contractor shall be responsible for performing daily inspections, including weekends and holidays, with some inspections at nighttime, of the installations on the project and replace all equipment and devices not conforming with the approved standards during that inspection. The project personnel will be advised of the schedule ofthese inspections and be given the opportunity to join in the inspection as is deemed necessary. TRAFFIC CONTROL - STANDARDS wna� sea - 1"'u, l2eziln Stardom,, set forth the basic principles and prescribes minimum standards to be followed in the design, application, installation, maintenance and removal of all i. traffic control devices and all warning devices and barriers which aro necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional SP -5 jP traffic control devices warning devices, barriers or other safety devices will be required where unusual, complex or particularly hazardous conditions exist. The above referenced standards were developed using F.H. W.A., U.S.D.O.T. Manual on I halmm Traffic Cannot Dgviral(MI ITCD) f' TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALLATION: The responsibility for installation and maintenance ofadequate traffic control devices, warning devices r and barriers, for the protection of the travel in public and workmen, as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to recommendations of the Engineer. The required traffic control devices, warning devices and barriers shall be erected by the Contractor prior to creation ofany hazardous condition and in conjunction with any necessary re-routing oftmfic. The Contractor shall immediately remove, tum or cover any devices or barriers which do not apply to existing conditions. All traffic cannot devices shall conform to MUTCD standards and shall be clean and relatively undamaged. Damaged devices diminishing legibility and recognition, during either night or day conditions, are not acceptable for use. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a meaner that no undue hazard will result due to the requirements of this article, and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. Rem mf p gement Payment for the work specified in this item shall be made under: Bid Item Maintenance ofTmffrc Lump Sum 1:3Dlaiil, - : t. ..- The work specified in this item shall conform to Section I10 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2000 Edition) with the following modifications: Prior to any clearing and grubbing, the contractor will stake the right-of-way. Unimproved areas shall be cleared of rate, logs, stumps, brash, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which we to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. L Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge ofthe outside limits of the SP -6 stabilization, structure subgrade or sidewalk to a minimum depth of feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots. If directed by the Engineer or where shown on the drawings, work shall be done "by hand" in order to protect the trees. The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures. The Contractor shall not pull hair or major root structures. All severed mots shall be sawn clean and paint with pruning paint. Stumps,roots,etc., shall be completely removed and disposed ofby die Contractor. Undesirable, dead, and/or damaged trees (as so designated by the Engineer) shall be removed. All trees to be removed shall be disposed off site; burning will be strictly prohibited. All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for transplanting is required, this work shall be done in cooperation with the Owner and at no additional expense to the Owner. All items to be removed shall be excavated to their full depth. All culverts removed from residential driveway entrances within the right -o& -way, shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge. (See Paragraph 9, Special Provisions) The County shall transport the culverts to the Co." storage yard. All metal castings for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the constmetion ofthe work depicted in the Plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Payment for the work specified in this item shall be made under; Bid Item Clearing and Grubbing Lump Sum SP -7 r n BID ITEM- EROSION CONTROL. (� The work specified in this item shall conform to Section 120 of the Florida Department of Transportation Specifications for Read and Bridge Construction. (2000 Edition). Excess fill removed to be delivered to Indian River County to a site designated by the County Engineer. I' nsm of ayrom Payment for the work specified in this item shall be made under: Bid Item Erosion Control Lump Sum i BID ITEM -GRADING EXCAVATION FMRANKMFNT The work specified in this item shall conform to Section 120 of the Florida Department of Transportation Specifications for Road and Bridge Construction. (2000 Edition). Excess fill removed to be delivered to Indian River County to a site designated by the County Engineer. This item shall include all excavation of whatever kind, including subsoil, if necessary, for the roadway, drainage channels, removal of existing pavement, structures and any other work normally included in Section 120. Also included is all work necessary to construct all necessary embankments, including compaction ofsame, normally included in Section 120. Grading of swales and the construction ofall earth- work necessary to achieve the final elevations, lines, grades and contours shown on the plans shall he included in this item. No other additional payment will be made for any earthwork, grading or excavation. It�avment Payment for the work specified in this item shall be made under: Bid Item Grading, Excavation, Embankment Lump Sum BB) ITEM - Contractor shall include a unit price for subgrade preparation. The Engineers sole discretion will determine the location of subgrade preparation used in the Project. The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Specifications for Road and Bridge Construction (2000 Edition) as modified herein. No base will be constructed until density tests, as directed by the Engineer, show the specified values have been attained. The subgrade shall be stabilized to the depth shown in the plans and/or itemized proposal. SP -8 Item of Payment Payment for the work specified in this item shall be made under: Bid Item Stabilized sub -grade (12") Square Yard Bid Item Stabilized sub -grade (6") Square Yard ITEM NO. 10& 11 - CEMENTED Con11MA SHELL BARE The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Specifications for Road and Bridge Construction (2000 Edition) as modified herein. No base will be constructed until density tests, as directed by the Engineer, show the specified values have been attained. Item of Payment Payment for the work specified in this item shall be made under: Bid Item 8" Cemented Coquina Base Square Yard Bid Item 6" Cemented Coquina Base Square Yard BID ITEM - PRIME AND TACK COATC All prime and tack materials as identified in the 2000 Road and Bridge Specifications may be used. The quantities to be paid for under this Section shall be included in the cost offs, following contact items: L Prime Coat - included in "Base" Pay Item. 2. Tack Coat -included in"Asphaltic Concrete'Pay Item 3. Bituminous Material (Plant Mix) (asph. cem. 20/30) - to be included in Asphaltic Concrete. BID ITEM- ASPHALTIC CONCRETE TWE C-111/4"THICK BID ITEM- ASPHALTIC CONCRETE TYPE Flr1, I"THICK The work specified in this item shall conform to Section 331 ofthe Florida Department of Transportation Standard Specifications for Road and Bridge Construction (1991 Edition) with the following modifications. Compaction shall be done to attain either of the following minimum standards at the Engineer's discretion. 93% Laboratory Density (AASHTO Test Method T 245) 92%Theoretical (Maximum Density)(AASHTO Test Method T 209) A sample shall be taken for each roadway at the Engineers direction. If a sample fails to meet these standards, one additional test will be performed, at the Contractor's expense, and the average result will be used. Ifthe average result is less than the minimum standards, a reduction in SP -9 W the unit price of5 % for each percent out ofconfomtance will betaken for the amount used on that roadway. a Item ofP nyment Payment for the work specified in this item shall be made under: ! Bid Item Asphaltic Concrete Type S-1, 1 1/4" Thick Square Yard Bid Item Asphaltic Concrete Type S -III, I" Thick Square Yard I t BID ITEM - ITR FTC (TYPE Q AND MANHOLES I The work specified in this item shall conform to Section 425-1 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2000 Edition) I Ihmn ofPament Payment for the work specified in this item shall be made under: Bid Item Inlets (Type C) Manholes Each Bid Item inlets (Type 7-7) Manholes Each BID ITEMS - PIPE CULVERTS AND STORM DRARJAOP The work specified in this item shall conform to Section 430 ofthe Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2000 Edition) Item of pa; men, Payment for the work specified in this item shall be made under: Bid Item Concrete Pipe Culvert, 48" RCP Linear Feet Bid Item 24" Asphalt Coated Corrugated Metal Pipe (ACCMP) Linear Feet Bid Item 18" Asphalt Coated Corrugated Metal Pipe (ACCMP) Linear Feet Bid Item 12" Asphalt Coated Corrugated Metal Pipe (ACCMP) Linear Feet BID ITEM - SODDING The Specifications for sodding shall conform to the applicable portions of Section 575 of the Florida ti Department ofTransportalion Standard Specifications for Road and Bridge Construction. (2000 Edition) with the following exception: SP -10 Add the following to the applicable section, deleting all references that are contrary: The payment for maintaining the sod in a moist condition for a period of at least two weeks as well as the payment for the water and fertilizer, shall be included in the Contract unit price bid as indicated in the Bid Form of the Proposal. At locations when there are vacant lots, Contractor will sod two rows in from the edge of pavement. The sod shall be certified premium grade by an approved grower's association and shall be of tough texture, having a good root system. It shall contain no weeds or other objectionable vegetation. Sod shall be Bahia. The area to be sodded shall have two rows of Bahia. The soil embedded in the sod shall be good clean earth, free of vermin, fungus, and other diseases. On areas where the sod may slide, due m height and slope, the Engineer may direct that the sod be pegged, with pegs driven through the sod blocks into firm earth, at suitable intervals. Any pieces of sod which, after placing, show an appearance of extreme dryness, shall be removed from the work. The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results after being placed. The sod shall be kept in a moist condition for the duration of the contract period (and in no case less than two weeks). The moistened condition shall extend at least to the full depth of the rooting zone. Payment for the work specified in this item shall be made under Bid Item Sodding Square Yard BID ITEM - SEED AND MDIrw The work specified in this item shall conform to Section 425-1 ofthe Florida Department ofTmnsportation Standard Specifications for Road and Bridge Construction. (2000 Edition) Item of pwment Payment for the work specified in this item shall be made under: Bid Item Grassing Square Yard SP -11 r� BID Henn - FF>ureur. The work specified in this item shall conform to Section 425-1 of the Florida Department of r nsporlation Standard Specifications for Road and Bridge Construction. (2000 Edition) Itemof PaM,..nt Payment for the work specified in this item shall be made under: Bid Item Fencing Lineal Feet SP -12 Nand No. N/A GiEATAM3RICAIV INSURANCE COMPANY" OHIO CAUTION: You should use an original AIA document which has this caution printed in red. An original =sores that changes will not be obscured = may occur when documents cru reproduced. BID BOND Approved by The American Institute of Architects, A.LA. Document No. A310 February 1970 Edition KNOW ALL MEN BY THESEPRESENfS, that we SHELTRA 6 SON CONSTRUCTION CO., INC. 14911 SW Van Buren Ave., Indiantovn, FL as Principal, hereinafter called the Principal, and the CREAT AMERICAN INSURANCE COMPANY, a corporation duly organized under the laws of the State of Ohio, with Administrative Offices at 58D Walnut Street, Cincinnati, Ohio 45202, as Surety, hereinafter called the Surety, are held firmly bound ..In BOARD OF COUNTY COMMISSIONBRS OF INDIAN RIVER COUNTY, FL 1840 25th Street Vero Beach FL 32960 as Oblhc, bereirefter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT OF THE 01D altars (S 59. OF BID ), for the payment of wh eh sum well end truly to be made, and the said Principal and the said Surety, bind dura rlves, our hairs, executors, administrators, s=ores... and oast, e, jointly and severally, firmly by main Presents. WHEREAS, the PHncipal he, submiuetl a bid forIRC BID N0. 2060 — PAVING AND DRAINAGE IMPROVEMENTS TO WILLOW STREET (130TH AVENUE), PHASE II BETWEEN ESTE STREET AND 89TH STREET INC PROJECT NO 9126 NOW, THEREFORE, if the Obligee .hall accept the bid of the Principal and the Principal shall enter lure a Contract with the OMgee in accordance with the terms of such bid, and give such bond Or bonds as may be specifad in Me bidding or Contract Documents with good and sufficient surety for the faithful performance of such Occurs, and for the prompt payment of labor and material furnished N the prosecution thereof, Or N the event of the failure ll Principal to enter such Contract and give such bond or bonds, if the Principal shall Pay to the Obligee the difflem, not to exceed the penalty hereof between the amount specified in said bid end such latter amount for Much the Obligee may in good faith contract with another party 10 perform the Work covered by mid bid, thea this Obligation shall be : null and vold, otherwise in remain in full force and effect. Signed and sealed tws 30TH day of AUGUST 2000 !n prcaence of SHELTRA 6 SON CONSTRUCTION CO., INC. (Siad) �E�C (Sea) ` Yv Rmv%�CKZIAlA1 aBOJDD A/9]t one.. .... �, Francis T. O'Reacdon, Resident Florida Agent BID PROPOSAL INDIAN RIVER COUNTY PAVING AND DRAINAGE IMPROVEMENTS TO: WILLOW STREET (I30m AVENUE), PHASE II BETWEEN 851r STREET & 89TH STREET IRC PROJECT NO. 9126 Proposal *'no, 4, S.(n i (Bidder's Name) Pox 33(o'S'�iQn'`-2wn i -b 3LI��� (Bidders Address) to furnish and deliver all materials and to do and perform all work in accordance with the f7 Contract Documents attached hereto for "PAVING AND DRAINAGE IMPROVEMENTS TO: S WILLOW STREET (I30rn AVENUE), PHASE II BETWEEN 8 5x STREET & 89TH STREET PROJECT located in Vero Beach, Indian River County, Florida." To: Purchasing Department Indian River County 2625 19th Avenue Vero Beach, FL 32960 Gentlemen: The undersigned Bidder has carefully examined the Contract Documents and the site ofthe work and is familiar with the nature and extent ofthe work and any local conditions that may in any manner affect the work to be done, and the equipment, materials and labor required. The undersigned agrees to do all the work and furnish all materials called for by said plans and specifications, in the manner prescribed therein, in accordance with the Contract Documents and to the standards of quality and performance established by the County, for the unit prices stated inthe spaces herein provided, for each ofthe items or combination of items stipulated. his understood that certain quantities shown in the schedule are approximate only, subject to increase ( or decrease and for the purpose ofbid comparisons for ictennitmtion of low Bidder, hisfnther understood that payment will he in accordance with quantities placed in the construction as more specifically provided in the Instruction to Bidders and Technical Specifications included as pan of the Contact Documents. To do my extra work, not covered by the above schedule of prices, which maybe ordered by the County Engineer upon authorization by the County Commission, mid to accept as full compensation therefor such prices as may be agreed upon in writing by the County Engineer and the Contractor in accomlance Willi Paragraph 15, (GC -6). 2. Within ten (10) days from the date of acceptance of this proposal, to execute the Contract and to famish Indian River County a Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in the amount equal to 100%ofthe contact price. BP -1 The rBond for 125% Of tile cont cl price is not an acceptable substitute enl and Perfomtance 3. To begin work within twenty (20) calendar days after the date of receipt by him of Notice -to -Proceed, and to complete the work not later than the number of calendar days ( specified in the General Conditions, Paragraph 10 (GC -3). 4. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing t between the date herein specified as Ilse date of full com such full completion of tile pletion and the actual dale of e contract work, the amount as set out in the Florida Department of e Transportation(FDOT) Stand rd C , Crane n n T f Road R -102 d latest edition, under Section 8 .., not to exceed the total contract price. Dated this 30 da 19:a .i_ y of � A ,20 UCJ Respectfully submitted, Contractor JhQwl4- , i; a S . P�c33(oq Address BP -2 ITEMIZED BID PROPOSAL INDIAN RIVER COUNTY PAVING AND DRAINAGE IMPROVEMENTS TO: WILLOW STREET (130"IAVENUE), PHASE II BETWEEN 8552 STREET &89TH STREET COUNTY PROJECT NO. 9126. RID NO 2B6n BID ITEM DESCRIPTION UNWTAMO"TAMOUNT 1 Mobilization LSBD,000 2 Maimm.an«orhamc Ls15,000 3 Clearing and Grubbing LS Is,5O0 4 Emsionand Weler P91hiti.C.ru l(includes NPDEs compliance) LS 3,000 5 Grading, Excavation, Embank ru m and Final Dressing LS�! 00% 6 Flaming Tmbidi'yBarrier Lf 228 �pj ] Type"B"Stabilization(12" subgrade LBR 40) SY 8.581 2 I'iG2S 8 Type T" StabilizationIVuabgrad,IBR40) SY 3,888 1•rj0 5832 9 8'CementedCoquina(PrimeCoatLBR100) SY 8,258 sRSm6 10 6"Cemented Coquina(Prime Coast LBR 100) SY 2.014 ,e5,j�0 11,01 II TWOSdAsphalncConcrete(1114"thick) SY 7,139 12 TypeShc1AsphalticConcrete(I"lhick) SY 9,08621,424.68 13 Inlet Swcmres (Type "C") EA 8 1'�j0 10 Z b 14 Manhole (Type 3-]) EA 3 W025 15 Concrete Pill Culvert(Class III -48") LF 128 'eta gg60 16 Concrete PipeCulven(ClassIII- IB") LF 160 Zl 3360 17 Asphalt Coated Corrugated Metal Pipe (24") LF 70 23 �61m IB Asphalt Coaled CormgamdMeulPipe (18") LF 243 19 Asphalt Coated Corrugated Metal Pipe (1211) LF 60 13 BQj 20 Con,on.Heralands EA 4 yp0Q1 31�0m 21 Bahia Sodding (includes lop soil. Fertilizer and watering) SY 2,050 22 Saarland Mulch SY 10,296 0.13 r1sG w�t 1 X38 23 A,.B.H. LS I GI Fearing • LF 400 TDTAL: ,11A600 y�2Jj 2Z4 �. BP -3 'UNITS OF MEASURE AC = Acre LU =Per Luminaire AS - a M.G.= Thousand Gallons S BA = Bamrtele] N.M.- Net Mile BU =Bushel P.B.= Per Building C.F. Cubic Fool P.C.=Per Cluster CO.- Per PE = Pile C.V. - CMT Yard is Yarm P.I.- Per Intersection CM CMT P.j.- Per joint DA - Days PL - Plain - = Each PO = Poat M (MEM) 1000 Board Measure P.P.=Per Pale FT FT = P.W. - Per Well GenFee, GA = Gallon R.M. - Road Mile G.M. = Gross Mile S.F. = Square Foot LH = Pound SP - Span L.F.=Lineal Foot S.V.=Square Yard L.S.=Lump Sum TN =Ton E.D.= Per Each Day VF - Vertical Foot ' In the event new fencing needs to be constructed, this bid item will he used as a contingency. Fencing shall be three strand barbed wire with wooden Fence posts. TOTAL AMOUNT OF CONTRACT....................................................5 Tu FF- eTtYu�-�iN esu TiwG4 tP�e ITS. 'fx S 4dllsry' NINE /.:EMS, one. Amount) a LEGAL NAME OF BIDDERV.IIP.I tSpj hglr L FEIDNo.S!- !�—,��..-��--, 1 11eUag8C7 ,.. MAILMG ADDRESS t'O�r�—Rp11 y"�3Lp CITY, STATE, ZIP CODE 5l ajnt3I., )(1I14IQ= •K15� ca TELEPHONE NUMBER5L _-q-'L-3IgODATE'1" BY: SIGNATURE (Mannrrob I I-,. 1 II SIGNATURE (Typed) lY f)'t:lM �ih0 �lrY;iTITLEe�Iltl� BP -4 TO BE SUBMITTED ON REQUEST The undersigned guarantees the tru b and accuracy .1'.1i statement end answers herein contained. (Pieose um additmard sheers as necessary to fully answer questions) I. How any years has your organ a It el business as a General Cimuamm? 1. Whet is the last project ofdiis nature lhm yauhave mleted+ n I Cirr s 3. Have you ever failed m mmpla a nr..,rod awarded to you; if., where and why? I 0. Name tIree ilidividual3 or corporations f9cwhich you have performed work and to which you refer: 5. Have you LAerPSonally inspected the praposed work and have you a complete plan for its performance? 6. Will you mbleo Hiyfpm fthis work? Ifso,givedburls: ?. Whet,9gqvipmeptdoyou own that is aveil�blgfor the work? I-II I'i-tY1��F IS JWP RR99.. S. What equiprLcA�mchasc for the proposed work? 9. What equipmerdl 11 you rcm for the proposed work? 11O Y1E 10. The fallowing is given as a summary of the Financial Statement of the undersigned:(List Asset and Liabilities and ' wsert sh tifnecess ) n nOn re,-. �oe.a7 %`P ^ WP Id9' 11 n J'rJle, r,/F It. Stale the true, eaacp correct, end complete name of th<partnership, corporation or trade name under which you do business, and the address of the place of business. His corporation, state the name of dm President and Secretary. Ifa partnership, state the names of all partners. If a made name, state the names of die individuals who do business under We made name. It is absolutely necessary that this information be famished.) 3)Aal4�iSo, rxI'-GXsP— (Cmrecl Name of Bidder) (a) Thee proprietorship) (Porawrehip) ryoration). Q-1 (b) ad ss end phone numb., of psi cipal plo a ofbusiness's 31AT= f, (c) The names ofthe coMmate officers, or partners, or individuals doing business under a trade name, areas 1 -' C���- f8idder) Q -z AGREEMENT' INDIAN RIVER COUNTY, FLORIDA PAVING AND DRAINAGE IMPROVEMEN'18*10: WILLOW STREET (110rn AVENUE), PHASE II BEI'W ELN Or STREET & 89'111 S1'REIG I' INDIAN RIVER COUNTY PROILC'IN0. 9126 TIIISAGREEMENI'tuade and entered into an Elm dayof ___ zo,)y and b¢lween the l i Lv aSnn Const Co � PO 60-A33to,�nCita;�iwn I° 3Uq (AJJra ) herein after called the Cmnracmy and INDIAN RIVER COUNTY, a Politicol Subdivision of StVtc.f Plaids organized and existing under tire Laws of the Stale of Florida, bercinafler called the Comity. WITNESSED: That the Contractor and the County, for the consideration hereinafter named, agree as follows: Article 1. SCOPLOPWORK: the Contractor shall finish all of the materials and perfomr all the work ahown on tlw Drawings and described in the Spcci0ealions eidilled PAVING AND DRAINAGE IMPROVLMEN'I'S TO: ( WILLOW Sl'RBET U30un AVENUE), PHASE II BETWEEN 85^ EI REL!& 89111 STREET par bulla.. River County, Merida and shall do everything required by this AgWe n ad and Contract ' DoenmenN. Payment shall be trade in accordance with the Pentland Bid Schedule attached as Exhibit "A" and made a pan of this agreement. Article 2. C0MMENCCMEN'f AND COMPLEI'ION& LIQUIDATED DAMAGES: Aslimeiaafthermetee,lhe Contractor will be required to connnence work under, this cmdract wilbin twenty (20) collards, days All scalps of Are notice-mgmceeJ end shall contplele the projen r.illiin 1'x0 daysasspecifiedinthe (_ General Conditions, Paragraph 10. Till Counselor agrees to reimburse Indian River Comity, Florida for liquidated damagea for each calendar day elapsing between the date hanon specified as rile day affull impletion and tilF loot day faucbpu,pplllonof tpGCoy�n,twmktheamomn p of "�... [I,,,. /QI..0 F_.'F kl Kt—'v (g��°7p¢rcelender doy. s - Not (o exceed We total amottnn of the con ct. Article 1. TIIECON'RACI'SUM:' Bacon will pay the Cmnraclor for perfomtance aflbe Commd. subjemm t additions and deductions provided therein, in current funds as follows: Numerical Amount 43 D3 s a y. 3 y L Wittlen Amaw,t T." I.L. -� no_�.�1>�y �� •,-, -trap L r Article 4. PAYMENT &RETAWAGE: Progress payments ceche Contract amount far the valueofwork completed and component mmerisl on site will be made upon request at not less than monthly intervals. The request must be made through the Engineer on an approved estimate showing the component breakdown of the work totaling the awarded Contract puce and the amount ofwork for each item completed at time of the rrepeat. Except ea may be modified herem,'an Percent (10%) -fall am ass. tamed will be retained by the County until foal completion and seeepmnet oflhe Cantrmt. Contractor shall allow adequate pmeeasing lime for County Commission final acccptana and approval for j Bear payment. I Attcle 5. ACCEPTANCE AND FWAL PAYMENT: Upon receipt ofswiven notice that the work is reedy for final whenh fiandhewor acceptable cCourcy Public Works Directorwilt promptlymakesuchimpactionend whenhefmdsssue a fialceptableunderrhisRoom own of that Contractand the Contract fullyperforinhis will pmmpdyeenco completed, indaceptancis own undergsmim that the workpmsther for in Contract hes band completed, end acceptance by him under she terms and she conditions ocharo recommendedend theenti balanetwoundtobedue the Contractor, willbepaid to the Contractor by the I County following County Commission approval of the final Contract payment. Before issuance ofa Real antiriwa. the cotnrectofahall submit evidence satisfactory to the county Public Works Director that all payrolls, material bills, and other indebtedness connected with the work haveheee paid. Anaffidavit =at be submitted by she Contractor to the County Public Works Directorstating shat all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting Brm, will bear the firrn'a seal, and will be notarized and attested by two witnesses. I AWaiver-a6Lien form signed by a duly authorized olYcer of the subcontracting Bron, notarized and I, attested by dvo wimanea is required from each Subausem, engaged under the scope of this Contract and must accompany she real uestfor ! alpayment. The making and acceptance orate final payment shall con¢timrt a weiver ofall claims by she County, other than those arising from unsettled liens, from L faulty work appearing eller Rnel payment ar from mqutremeess of the Specifications and -fail claims by the Contractor, except those previously made and still unsettled. I Aflicle 6. INDEMNIFICATION: Subject to the monetary limitations in Paragraph l 1, General Conditions, the `. Contractor, upon his part, agrees to protect indemnify, mt save haless, and ieame the County fmm any liability to any persons for injuries to the person, including loss of're, or damage to property, resulting from da 'am or omissions of the Cammet-I N performing his obligations under this Contract. The parties expressly recognize that the relationship between the County "it Contractor is the of owner end independent contractor, and that whiner the Contractor nor any ofhis servants, agents, or employees shall ever be considered to be an agent, servant or employee of the County.. Article 7. PUBLIC CONSTRUCTIONPAYMENT AND PERFORMANCE BOND: The Contractor shall fumish the County immediately upon ewou,no ofthis Contract a Perfam,anee Bond in an amount equal to 125% ofthe contain price end a Payment Bond in an amount egad to 100%of she Contract with good end sufficient sanies, conditioned upon the performance ofthis Contract by the Contractor fnaaad and with the terms and conditions hereof, within the rime herein provided, and with she additional a accord n that such Contractor shall promptly make payments to all persons supplying him labor, unit and supplies, Coronet. or indrectly by the said Commensin the pmareatian of the work provided for in this Cad directly ire The Contractor shell provide two separate bonds, a combined Payment end Performance Bond far 125% of the contract price is not an acceptable substitute. In lieu oftha Band , the Contractor may fumish an alternative form ofsecurity in the fano ofcesh, money order, terrified check, emhier's check, irrevocable letter of creditor a security as list ed in Pen It of F.S. ` Chapter 625. Any such alternative fond afsecmity shall be for the same purpose, end be for the same amount end subject to aha same conditions as those applicable to the band omawise required. W W iTNESS WBEREOP, the Parries hertto have executed this agreement the day and year Brat written above. A-2 1 signed end sealed by the ntrector N the P.. oC (ConnectoU Arrest (Seel) MIAN RMk COUNTY (Owner)�/� B F.B ld.( Aneet K B 9mc Fnn B. Adams, Chaimmn LH/re�{K. Barron, Cler , (Seal). A-3 r I r-_ STATE OF I AFFIDAVIT Before me personally appeared the undersigned who, by me bong first duly sworn, deposes and says: I 'Me undersigned is a sub -contractor under the prime contractor Ruder a contract entered into by and between Indian River County, Florida and for file pa formmae afthe following described work: The undersigned fuller deposes and says that said labm, materials, and/or services were ofa total value of S ,ofwhich there remains due owing and unpaid the sum of$ , to the undersigned. (Cm,maw Seel) (Sub-Contracmr) MUNeR[g ARE= SubsmMi sM swan. W.M Na)berwe Timbe is Oersonrlly k.— is me or Mame orNoury TIM. Msmd or&M,M) NOTARY PUBLIC AF1 SEAL SWORN STATEMENT PURSUANT TO SECTION 28].133(7)(./, F! OR IDA CTATI ITxS, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OMER f OFFICIAL AUTHORIZED TO ADMINISTER OATHS. - 1. This two s ant is submined to by =rl`_ Shc,�l rQ int nvme oPublk enlltYl j YA J MY1 for thC1 —�. Iprl l,individyal's nanre vntl lillel e 1•tt ce+ Ankle 3. THE CONTRACT SLIM; The County will pay the Connector for performance of the Convect. subject to additions and deductions previdedylerein, in current funds as follows: Numerical Amount i Wnnen Amowt I,(f,w• r I Fe ,sin ;•Qrf,dFa.r rr 7L-al.r G.` Ido;; v, lac, t ' [print name of entity subm1111ng sworn sutemenQ whose business address is 1Y9/1 ZLI) ✓/in ✓/d,l 413✓, T1din.3 and (if applicable) its Federal Employer Identification Number (FEIN) is (If We entity has no FEIN, include the Social Security Number of Ne individual signing this sworn statement: 2. 1 understand Nate "public entity gime" as defined N Paragraph 287.133(I)(g), pier da.c at ne=, means a violation Of any sum orRdeul law by. person with respect to and directly aimed to the transaction ofbusiness with any public unity or with an agency or political subdivision of any .,her state or of the United States, including. but nm limited m, any bid or canard far goods or services in be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving minimal, fraud, Rich, bribee, collusion, racketeering, conspiracy, or material mlarepreaemmion. J. 1 understand that "convicted" or "conviction" as distinct in Paragraph 287.133(1 Ula), plasma suntan, means a Bribing ofguilt or dwnviction of a public entity crime, with or without an adjudication of guilt, in any federal or auto final coon of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdin, nonjusy teal, or entry of a plea ofguilty or nolo contendere. n. l understand that an" affiliate'aa defined in Paraguph 287.133(1)(.). Mild, ctamtae, means: I. A predecessor or successor ofa person convicted ofa public entity crime; or 2. An entity under the control ofany natural person who is actne in the management of the entity and who has been convicted ofa public entity cruse. The term %filliate" includes those officers, directors, executives, palmers. sh... holder,, employees, members, and agents who are active in the manngemwt of an afliltate. The ownership by one person ofshares constituting a controlling Intorcst in another p......... pooling oFiximpmem or income among persons when not for fou market value under an amts length agreement, shall be a puna facie case that one person commis number person. A person who knowingly enters into ajohn venmm with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an afRlime. 5. 1undersund that a"person" as defined in Paragraph 287.1331U(el.nn.laSan' e., means any natural pnson or entity organized under thc laws ofany state or of the United States with the legal power to enterinto a binding contract and which bids or applies to bid on contracts for the provision ofgoods or services let by a public entity, Or which otherwise transacts or applies to transect business with a public entity. The term "person" includes those officers, directors. executives, pmners, shareholders, employees, members, and agents who am native in PEC -2 'r. management ofan entity. if 6. Haled on Unusual end belief, the emu nou which 1 have marked below is true in mlmion to the emiry scanning N' sswwomsutcmem. [Indicate which statement pplles.l ZNeither the entity auditioning thio swom ataument, nor mry -fit, office.. duccmrs. enritu es, parmers shem holders ,employees,member,oragenm who arc active in theirms,amcm oftheentiry,nar anyaf inualfthe entry has been charged with and convimed life public entity crimesubsequent to luly 1, 1989. Theentiry submining this swom smtmnem. or ane or more of im officers, directors. execmives, partners,shareholdersty has beees, charged with andchns who area pubic the marries Sub ofthe to r an ellilia¢ of We entity has barn charged with end convicted of a public entity crime subsequem to July 1, i 1989. D'a only maturing Nis swom sutement. or one as mare of its officers. directors. canons. , partner, shereholders, employees, members, or agates who are active in the management argue emiry, or an affiliate ofthe entity has been charged with and convicted of a public entity crime subsequent to July 1. 1989. Howent, there has base a subsequent praceeding before a find, Officer ofshe Slate of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer dmehmined that it was not in the public interest to place the emiry submining this swom statement on the convicted vendor list. Much a ropy fthe HnaloNerl l.g PEC -3 I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH t (OfNEI ABOVE IS FOR THAT PUBLIC ENTITY ONLY A' THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FII. I ALSO UNDERSTAND THAT 1 AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERIN< INTO A CONTRACT IN EXCESS OF I HE THRESHOLD MIOUNT PROVIDED IN SECTION 297.0/7, FI,OR IDA STATI TFC FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (sign'emre7 00 (data) STATE OF Choc COUNTY OF -J�a,r`t, I n PERSONALLY APPEARED BEFORE ME, the undersigned authority, R Ck- d ~e � (no=ofindividual signing] whn, pf¢ otbeMg sworn by...Rued Ns/hersignature in the space provided above on this 3LD day of iJA U3X —2000 My commission expires: sard 4MnA=6$ MCOM1VaISRON/ CCNDFA9PF5 wwornrv�a4u'wNwuxuuic b Form PUR 7068 (Rev. 04/10/91) DOR-1 NOTARA . ��tit N Y PUBLIC I SII I/951doc/discloce.daclblf gl SWORN STATFMFNT I NDERSECTION I INDIAN R OF a RELATIONSHIPS a THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement is submitted with Bid. Proposal or Contract No. 1112(0 q r f _LUJ i I loin Stree;i- i 196, u.n QL`P,JeD-e� ' 2. Ibis sworn statement is submitted by: Sher yso'^ su�f�� "" 'o co'Tnr- (Nameorenary fubirrour swim whoa business adds., is: 'p 1 1 is 111911 SIa9 Jan.UUre slt--YY�IQ/\"FiJ Lf)/1_ undlifspplicable) its Federal Employer Identification Number(FEW)is 5g-IbL1:1C9K9 (If Ne endryhas mo FEW, include the Social Security Number of Nc individual signing this swam statement S ). My name is !� "GhG,-(A S h 1 tvbsse over name orla irmualalan{n., L y and my relationship m Ne emitY named above is YI"'P.:� f �Y.lh 1 4. I undersand Nat.n "affiiate" as delved in Section IOS.08, Indian River County Cade, means: The ectm "affiliate" Ncludes Nose oflcers, dvecmm, execntives, partners, shareholders, employees, mcmbas, and r,mr who are active in the management of Ne entity, 5. 1..defsund Nat one relationship with a Cowry Commisstoner -Cou try employee that mos be disclosed is as follows: Father.mothe'. son, daughter, bmNer,sister, uncle, mm, first cousin, .,,new, niece, husband, wife, father-inrlaw, mother in law. daughter-in-law, son in -taw, broNenN. law, sicrnin-law, stepfather, ampmmli , stepson, stepdaughter, sapbrumer, stepsister, halfbmWer, half sister, grandparent or grandchild. 6. Based an hsfumnam. and belief, On, statement which I have marked below is we in relation to the entity I submitting Nis swam statement.[Please indicate which simement applies.] � Neither the entity submitting this swans slmement, nor any officers. directors, executives, palmers, sharehoidefs, employees, member, of agents who am active in management of Is entity, have any relation. ships as defined in Section 105.08, Indian River County Code, with any County Commirioner of Caunry employee. The emit, submitting Nis swam statement, or one or mom of'be offers. directors. cxecudwa, prom¢., a' shareholders, employees, members, or.gents ,he arc active in management of the only have the following relationships with a County Commissioner or County employee ra.... of AMI, n/fn. etyfnm..sasicax Penslu, L Nauru Fatov flmplor, L DOR-2 I I I — �" $•3G -OL) (dam) STATEOF 't IOY'j 4 z COUNTYOF.���n I l h fore oin ms mens was acknowledged before me Nis �f y who is personally knownm me ar who heiayof c ZO fln I es idevti ¢arion�. � produced vv L. NOTAR//Y��PMLIC //+� sign:_L 41u -SW N /'/1 0--,.�-'4 prim 84sa A Con- i'o.-;- Emla afFionda ai L— arg� � My Commissioner Expnes: v �gk. AN+aA Comlon I r MYCOMMISSYNIa (<Rgdlf FmAFS mn W I W W V DOR-3 �. FINAL PAYMENT CONTRACTOR STATE OF FLORIDA COUNTY OF fa' Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes who on oath says: I That he is the Contractor with whom Indian River County, Florida, a political subdivision of said state, did on the day of , 20_, enter into a contract for the performance of certain work, more particularly describ�as follows: PAVING AND DRAINAGE IMPROVEMENTS TO: WILLOW STREET (I30m AVEN IBC PPHASE ROSE 11 BETNO.9 EN 85sr STREET & 89TH STREET 26 Affiant further says that said construction has been completed and the contract therefore fully performed and final payment is now due and that all liens contracting directly with or directly employed by such contractor have been paid in full EXCEPT: Name Description Amount who have not been paid and who are due the amount set forth. WITNESS: (Corporate Seal) Contractor) Subscribed and sworn to lar affirmed) before me on by _(.idem,). 110A. N pot-0ly known wmeorhaspmduccd es idensifimlian. Man.,..) SEAL (Na. ofNmary Typed, Primed or Stamped) NOTARYPUBLIC (Commission M) I herewith acknowledge receipt of final payment on above and do hereby certify, that I have no claims against the owner of said property. Contractor FP -1 I INDIAN wveRCOUNN. FLOwDA APPLICATION MR PAYMENT NO. CONTMCTORNAMF/ADDEBSS, APPLICATION DATE STATEMENTOFWORR Onginel Comm�Pdee S MT,MIa Stored s (Attack deviled schedule and paid inrulcor) Nel Chnno Qders f Cmrtnlc"Notpnce S Work he Dale: under Original Conwee S Under Cemp Order S PaaowlYmk wkn,k.A to dela M Tall \V or V MamnJ to Dale S Less,Mfurrina, S Su4Taul S Len Prim Pvymenu S BALANCEDUETNIS Ceucum[eei I�avoo 1Mwdm,d COMMRO0.1xrther mtifo dear ilea and amaueunn Ne Or< MNIr pallufm brpaynuut art mrtrt omen wh I. Mnpe.MUN tabun.."'opplled m roll uowaae NP lin amuand medroxu nrlFe wnn,n rine—k—d W Priornpplkam. W 'Onand and, and wn 4 trunk Appluadmu rorP, an numhrtd l Omult i,rlmirc'.aM Pl IF m,mPmain and pmjatnrauem;.ehaw 1111 rn.rod W via Appurana hooya,n ntSea, annart d al—allam, lone, ,nry r meurrearnm nark.—. lw (Contactor) Mulv/Illle) PUEIR Works Director Approval ODUNTYOFMDIANwVER STATE OF FLORIDA Mo. mclhis hay of 30_ petwnvlly"oned kwon b An. w•W kerne duly awom. deyen ark wye Nal India is IN of Oe CONTMCTOR above rrsntiolledi That 011e, rate lead the above APPINe ien for Payment and Streamer on kind rorsaid CONFMCfORpnd that all of der am¢menu wnuined herein art we. aolreet and aomplet, Naury Puklia MyCommi eno. Eapirea PA -1 L (INSERT PAY APPLICATION FORM FROM LOTUS) PA -2 FRONTPAGE Attached to and pmt of Bond No: 397 63 63 ' ' /n Complinnce wBh Flaridn Srerum Clrnp(er 25606I111a1, Public Wark. AN olhar Send Angel ore deernad snbam4uenr to this page regardless of any page number(,) that may be preprinted thareon. Canbncrar Ner..a: SH£LTRA & SON CONSTRUCT/ON CO., INC. Carltmdor Addmsa 149115W Van Huren Avenue hrdlantown, F/ 34956 Contractor Phone No. 561.5973180 F n Surety Centocor. GREA T AMERICAN INSURANCE COMPANY F Surely Address: 580 Wn/nu! o 4 ' w Clnclnne!l, Ohio 46202 a Surety Phone No.: 6133695000 ~ Owner Name: INDIAN RIVER COUNTY 606 Suwannee Sheat BOARD OF COUNTY COMMISSIONERS 2625 19-A.. Vora Hench, FL 32960 i u a Owner Phone No.: 561-5678000 Obligee Name: fit contracting anrf , is different from the owner, (he connecting Public ae l ODllgee Address: Obllgee Phone No.: BandAmount: $303,224.39 Contract No. IN applicable PROJECTN0. 9126 Da,criptim of Work: Wil/ow Street (130" Avwme), phase a Between S5'" Sheet end 899" Street Piofact Location: Lege/ Oa,crioden: 5 W J.N18NRONB on JINTN6PECOPBBBIY KEFFPE. BPPTBN ply �� a CLEPK CIPCIIITCOBPT �• `\�t,` INBINN PIVBP CO.�FU. 4 FRONTPAGE Attached to and pmt of Bond No: 397 63 63 ' ' /n Complinnce wBh Flaridn Srerum Clrnp(er 25606I111a1, Public Wark. AN olhar Send Angel ore deernad snbam4uenr to this page regardless of any page number(,) that may be preprinted thareon. Canbncrar Ner..a: SH£LTRA & SON CONSTRUCT/ON CO., INC. Carltmdor Addmsa 149115W Van Huren Avenue hrdlantown, F/ 34956 Contractor Phone No. 561.5973180 F n Surety Centocor. GREA T AMERICAN INSURANCE COMPANY F Surely Address: 580 Wn/nu! o 4 ' w Clnclnne!l, Ohio 46202 a Surety Phone No.: 6133695000 ~ Owner Name: INDIAN RIVER COUNTY 606 Suwannee Sheat BOARD OF COUNTY COMMISSIONERS 2625 19-A.. Vora Hench, FL 32960 i u a Owner Phone No.: 561-5678000 Obligee Name: fit contracting anrf , is different from the owner, (he connecting Public ae l ODllgee Address: Obllgee Phone No.: BandAmount: $303,224.39 Contract No. IN applicable PROJECTN0. 9126 Da,criptim of Work: Wil/ow Street (130" Avwme), phase a Between S5'" Sheet end 899" Street Piofact Location: Lege/ Oa,crioden: 5 W ATRUECM J.E9FICAMCION ERIKAST PACE s.ve.,,..a.. ..ad WILLOW STREET (130m AVENUE), PHASE 11 BETWEEN 85n STREET & 89TH STREET INDIAN RIVER COUNTY FLORIDA ' ' pRRFORMANf R R71TID KNOW ALL MEN BY THESE PRESENTS: Thetwe SHELTRA & SON CONSTRUCTION CO INC. , as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, arm held and firmly bound into the County of Indian River No sum of THREE HUNDRED THREE THOUSAND TWO HUNRREO TWENTY FOR & 3 aUms(S 303.224.39 ),forthepayroemofsaldemnoc bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, for the faithful performance of certain written contract, dated the _ of 20. entered into between Nie Principal and the County of Indian River, Florida, for: WILLOW STREET (130TH AVENUE) PHASE 11 BETWEEN 855T STREET AND 89TH STREET 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 terns and conditions of said Contract and his obligations thereunder, including all of the Contract Documents (that include the Advertisement for or Bids, humuctions to Bidders, Proposal, Bid Bond, Contract, Performance Bond, Specifications, Addenda and Drawings), therein referred to and made a pan thereof, and such alterations as may be made in said Drawings and Specifications as therein for, provided and shall Name 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 Ere pan of said Principal, his agents or employees, in the execution or performance of said Contract, including comes in the Drawings famished by said Principal, and further, if the Principal shall promptly make payments to all who supply him, with labor and/or materials, used directly or indimetly by the Principal in the Prosecution of the work for in provided said Contract, then this obligation shall be null mrd 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 dernages, whether direct, indirect, or consequential, which the County of Indian River may incur as a result ado failure of the said Principal to properly execute all of the s provisions of said Contract. — AND, the sa,doPrincipal and Surety hereby furthorb ind themselves, their successors, executors, W and assigns, jointly and severally, that they will amply and fully protect the admirly -River Ines County mare, agauist, and will pay any and all amounts, danmges, costs aadjudianame n which may be mcovoted sgainsl or which the Owner maybe called upon to pay tom y person m corpomlionby damago — sumofany arising from theperformance of the smd work, repair or r'`r meuttenance thereof, or the manna dining the scone, or hie agents or his Means, or lite infrinNements ofaiya amx nt rights by reason of the use of any material famished or work done, or W resulting from delays, as aforesaid or otherwise. PERF 1 of 5 A(BUECOPY pApg CERY1FICAIlONON IABP J.K.BARTON,CIEBK Paaromaaca Band AND, the said Sundry, 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 Wereunder or the Specifications and Drawings accompanying the same, shall in any way affect its obligations on Oris Band, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of die Contract or to the work or to the Specifications and Drawings. AND, the said Principal and Surety jointly and severally covenant and agree that this Band will remain in full fares and effect for a period ofone year commencing on the date of Substantial Completion as established on the Certificate of Substantial Completion as issued. by the County oflndian River. WHWJTHERBIN IPAT Is; AN INDIVTDIIAI; Signed, scaled and delivered in die presence of. Signature oflndividual Printed Nemeo Indrvt ual PERF 2 of 5 r Arop1co" 4ONL PAGE J.Y..BAPIONC�EPK eem Signed, sealed and delivered in the presence of., rnmess - Name OW I -m Address Stgnetmea Individual Itnms RTwt!}4wVV}YFyR4wFRRYRVll44i VR4FVV4FFV44F!}RF4}R4Y4RTFyRTYYy4YMlkFl Rlty}TTV RTw MMNUIP PRINMPAI ICA PARn4 RSHM: Signed, sealed and delivered in the presence of Wttrmss Name of ParhlersNp Ad rens PaMer�SP�A ,il l Printed Name o Partner Wtmess PERF 3 of 5 ��� FI60�V��L�EnK g{PAOE V!r[O[men[! Bond fFRTIFICATF AS TO(`ORVORATF pR ('1pA1 (''(i ce'S Y) P.1 Ta cti. I certify that l am the Secretary of the corporation named as Principal in the within bond; that > Ah . ,who signed the said bond on bebalfof the principal was then of said corporation: that I know his signature, and his signature thereto is genuine; and that said Bond was duly signed, scaled mid attested for end on behalf of Said corporation by authority of Its governing body. i Aq �r UU C ///i0 BDU (CAAI.,) /Secretary :f-io�h rc. tt v of o� 49 01 PERF 4 of 5 Altes scm LINA DILLON STATE OF FLORIDA COUNTY OF k`,ikTlXW)0tW)W ORANGE CIFCAERTIION ONLASTPAOE .LK. BARTON, CLERK perfor—ce aeoe GREAT AMERICAN INSURANCE COMPANY Corporate Surety 580 WALNUT STREET, CINCINNATI, OHIO 45202 Business Address Affix Corporate Seal) Attorneyy-)n-Fact es en ori da Agent, J'" JOHNS —Waf- 8 COMPANY Name ofLoca Agency Y s "'']I ! 93Q_N._MAGNOLIA AVENUE. ORLANDO, FI -.32803' Business Address IN 800-331-3379 Before me, allomry Public, duly commissioned, qualified and acting, personally appeared FRANCIS T. OTEARDON ,to me well known, who being by me first duly swom upon oath, says that he is the attorney-in-fact for the GREAT AMERICAN INSURANCE COMPANY and that he has been authorised by GREAT AMERICAN INSURANCE COMPANY to execute We foregoing bond on behalf of die CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and swom to be for me this 3RD day of OCTOBER 20 00 f I Notary Pubhq Slete ofFlonda a W �1,�p4>✓AL jeu(or 4�� �Y,R c In 'Y Panes P. II-III, f % r p(J I An WN.M54roNrCLYNv9B FxnAfS ++!!! SIF � M/YI Ii91 vls.�Irl l,i I �' A. mnolwnorrlmwueeru.ne PERF 5 of 5 A W O V ag Far I EFRIFICopy ATION ON LABT PAG E AK. BARTON, CLERK GWMAMTaaw INwrvwCE COMFNII'a 580 WALNUT STREET. CINCINNATI, OHIO 46202.513-368-6000. FAX 513-723-2740 POWER OF ATTORNEY The number of pnorons amhuriced by his power of attmaey is nm in.. the. FIVE No.O 15559 KNOW ALL MEN BY THESE. PRESENTS: "I had the GREAT AMERICAN INSURANCE COMPANY, a ....... car organized and existing under and byvittue oohs Hwsafthe Stam or(duo, does hereby nominate,conscimmood appall rhe griam rperaonmgmed below r its true and lawful attorney-in-fact, for it acid in its name. place and stead loexeeme in behalfafthe said Company, es lovely, any and all bonds. I undertakingsand contracts oforetysbip, or other critical obligations in nature rental. for all obligees including any and all consents required by the Dspumall, ofTrampostaivn, Sum of Florida. Incident to the release of retained percentages and/ or final estimates; provided that the liability ofehe told Company on armatch bond, undertaking local wfeumychip executed mcdolhis authority shall not exceed the limit lmed below. Name Address Limit of Pacer TODD L. JOHNSON JOANN H. DEBOUI' ATT OF ALL JOSEPH O. JOHNSON, JR, pAdKIA P. SMITII 01HA00, FLORIDA UNLTMITEO FRANCIS T. O'REMDON This Powerof Alsorney mvokesell presiouspowers!,card in x6elfofthe a0ornrylsyimracl ...it above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY Iasis setl them presents to be signed and anted by its appropriate Efficem and its corporate seal landntoelfised this 27th day of MTP 1999 Attest GREAT AMERICAN INSURANCE COMPANY 1' STATE OF OHIO, COUNTY OF HAMILTON — is: On this 27th dayof tM1r.,1996 before as personally appeared DOUGLAS R. BOWEN. to ma ( known, being duly sworn, deposes and says that r oAnal In Cincinnati, Ohio, that he is the Vitt Pleaded of the Bond Division of Great I American l asucance Company. the C.mpanyd,,mibcdin and which exnmrd the cow, imuummm;ther he it.... heard: chat it wassoefrsed by authority of his office under the By -Lacs of mid Cmnpany. and the, be copied Itis nano thereto by like emhority. L. This Power of Attorney is granted by authority or tileo fallowing resolutions adopted by the Board of Ditecre of Great, American Insuuam Company by m..I..., andso earacm datad brash I, 1993. , RESOLVED: Thai he Division President, tire moral Division Vice Presidents and Assistant Vitt President, afeny one officers, be anddsrcndisekingsnd contractors au(sur mvppoimm�r ErrnareARoationsmFaeuoeal thio 1.prorrib Company,asunry,enyvndlll, bonds, undertakings and eoetrmale/suregship, or ocher wriven obligations in rhe naive NenoC loprcmribe rAeirnspertivedmies and the IL1 mp¢Iive limits o/rheireurboriry: vnd mrcvoke anysucA apPuinmdrnr v(any rime. y, RESOLVED FURTHER: Thal rhe Conmmillevl End rhe signature Elan,Ofrbe aforesaid olrren and any Secretary or Assisunr W Secretary of the Company may be nflutl by fartonile m any power -fall., or ardiGrnn of eirhergiven for tlde eserudon Of any bond, (,fl aderraking.'cruart."asn ship ocathersvrirmn ablighlimrin rhenomre dmrcElsushsignamreendsenl whenmurzd Deingherzbyadoplad by W Is Compenyar the ancrod lsignalure ofnmh ofhmr and rhe Erlgiu ciscri O/the Cmnpany. rube vvlld and Dlnding upon 'be Company with be sate furze and effect a rough nrenaally corset, ei W fJJ CERTIFICATION Ji If1^(C(IyAGUQual mHAVine DiremryoiG Mitch 1. 1993n Insuranceenevoked JEheubyw Infill force fore going Power of zdrnd)unddnFRsiWadinns Ol nm Damn of Uirrcbw of hlamb 1, 19931mve not hero evoked tett out now In full tome mJeffect. /4 3R0 OCTOBER 2000 Slperf, nd�LINNis dayof IA[g-iaT+mnw,w, TRUEPv J. N. HARTON,.Oyfq�Pg08 I INDIAN RIVER COUNTY (NAME OF PROJECT) PAYMENT AO `n KNOW ALL MEN BY THESE PRESENTS, That we SHELTRA & SON CONSTRUCTION CO INC and —GREAT AMERICAN INSURANCE COMPANY ae Principal, as Surety, era held and firmly bound urate the Covntpp of Indian River in the " sam of _MH hjXHIVNDREOR�,R�FH,D,1OUSANO TWO HUNDRED DO(f303,336.39 ), ' for the Payment of Bald sum we bind ourselves, our our h hairs, ""store, admiaisiratora and assigns, jointly and severally, for i, the faithful performance of a certain written contract, dated the day of , 20_, entered into bet w..a the Principal and the County of Indian River, Florida, foriWILLOW STREET (130TH AVENUE), PHASE II BETWEEN 85ST STREET AND 89TH STREET A copy of said Contract is incorporated herein by ref ereace and is nada a part hereof ae if fully copied herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, 1£ the Principal 'hall promptly make payments to all claimant., as heraiabelow defined, thethen this obligation shall be void3 orwise, this Bond 'hall remain in full force and effect, subject to the following terms and conditions, A. A claimant is defined ae any person applying the Principal With labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 713.01 Of the Florida Statutes. �_. B. The provisions Of Section 255.05 Florida Statute shall apply. The above named Principal and Surety hereby jointly and severally agree with the County Of Indian River that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on prosecute the this Bond for the use of such claimant, suit to final judgement for each soma or sums ae lai River County hall not be liable for the payment of any caste or may be justly due cset be , and have executiou thereon. Indian enses of any such cit. s exps PAY 1 of 5 CEMIIfICAOT ON ON LA$TPAOE J.K. SAgTON,CLERK No suit or action shall be 0 ---aced hereunder by any claimant, 1. Nnles. claimant, other than one having a direct cotract with the Principal, shall within forty-five (45) days afnter beginning to furnish labor, materials or supplies for the Prosecution of the work, furnish the Principal and Surety with a notice that he intend. to look to this bond for Protection. 2. IInleas claimant, or other than one having a direct contract with the Principal, shall within ninety (90) day. after such claimant'. performance of the labor or comylete delivery of material' and supplies, deliver to the Principal and Surety written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefor. 3. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and Supplies, it being understood, however, that if any limitation embodied in this Bond in prohibited by law controlling the construction hereof such limitetioaany shall be deemed to be amended so as to be aquel to the minimum period of limitation permitted by such law. 4, other thea in a state court of competent jurisdiction in and for Indian River County, Florida, or is the Dnited States District Court for the Southern District of Florida, and not elsewhere. The Principal and the Surety Jointly and severally, .hall repay the County of Iadian River any sum which it may be compelled to pay because oY any lien for labor or materials furnished for any work included in ar provided by aaid Contract. 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 ba performed thereunder or to the Specification' applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice Of say 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 rapt .... te and warrant. to the County of Indian River that they have a Sect's Ray Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Claes "x". The Said Principal and Surety Jointly and severally covenant and agree that this Bond will remain in full force and affect for a period of one year coamiencing on the date of Substantial Completion a. as tablishad on the Certificate of Substantial Completion ee issued by the County of Indian River. PAY 2 of 5 i CEF fF ONONLAETPAOE J.K. BAMON,CLERK IN WITNESS WHEREOF, the above bounded parties sxecuted thin instrument under their Several Seale, this day of „ 20 A.D., the name and corporate seal each corpo being hereto affixed and these presents rate party duly signed by its end signed representative, p-revent to authority of its governing bodY. WHEN THF RR`INCI�AT, TS AN ' Signed, ---led and delivered is the presents Of, Witneee Sigsature of Individual Addreee printed Name o£ Individual Addreee r++»r+xxrr»rr+xw+++«w.xw+xxrrxrrxxr+»x+x++»r+»x+»x+rr+rxr»xrrxr WHEN T RTNCT➢ i O E_ Signed, sealed and delivered in the presence of: Witneee Name of Partnership Addreee partner (SfiAD) Printed Name of Partner Witneee +xxr+rxx++rr++xr.w++rw.+r+.r+.xrrx«r»»r+ra+»rrrrrr»r»»r+rr»»rrr+ PAY 3 of 5 t mF1 ONONONLASTPAOE MMbI THE ➢ ' Signed, sealed and delivered in the presenc0 of; Witpes' Name of Partnership Address Partner HEAL) Printed Name of Partner vitae's Address +rr++r«+r«+++arrwarr+areaar+rr«rrraarawrr«ra+ra+ar«+rrwrrwrwaraa NHEN i �At(teJg�t: � �1; ..4.O��� SHELTRA & SON CONSTRUCTION CO., INC.' <�9�e—cre�ary a Corgoration ... . ' HY�V,JI1YU1 J" ��(AEfix C rporate 9ea1 Official Title `^••,,,,,,,,,,,;,, ; Y CEHTTcmn 1' - ac6 c'p �h 1ll'lJ; certify that I am the secretary the cOr. oration named ae Principal in the within bond, that ' ll , Who signed the said bond On behalf of the Principal was then s Of said corporation; that I know his signature, and his e1 gesture W thereto is genuine; and that 'aid eond was duly signed, Sealed and attested for and on behalf of said corporation by authority of ibe„ governing body. v (HEAL) ..Jn'tEPE.k�� Seoratary PAY 4 of s ATRUECOPY CERTIFICATION ON LAST PA0E J.K.8ARTON,CLERK TO AF O t GREAT AMERICAN IN SURANCE COMPANY4LIN.D.a[rLyON ni .. rate Suret BY t��O'�� .{ .. (A£f1x Corporate Seel) %"•�-� i Attorney -In -Sect dent F arida Agepy { t + JOHNSON $ COMPANY t0"*315 Noma of Loeal Agency #�itPs 839 N MAGNOLIA AVENUE ORLAN00 FL 32803 eueineae Address 800-331-3379'1'"W STATE OF FLORIDA COUNTY OF 24YffiOWKIIp)A ORANGE Before me, a Notary Public, duly conmiis.ioaed, qualified and acting, personally appeared, FRANCIS T. O'REARDON to me well known, he being by me first duly .worn upon oath, says that he is the attorney-in-fact for the GREAT AMERICAN INSURANCE 2q1PANY that he has been authorized by to execute the foregoing bond oa behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. subscribed and Sworn to before me this 3RD day of OCT08GRI. 20 00 VIx. y 4 i A 6,Pip Notary Public, State of Florida PAY 5 of 5 ATRuECOpy YEHTIFICCA ONON K, BARTON, CIENKLASTPAOE C WAWRICAN INSURANCE glM9yyN3f• 680 WALNUT STREET. CINCINNATI. OHIO 46202.513-369.6000 • FAX 613.723-2740 POWER OF ATTORNEY Th .... be, ofpenone amborived by this power of attorney is nor more than FIVE No.0 15559 Name Add.. Limit of Power TWD L. JOHNSON JOAMi H. BEBOVI' ALL OF ALT JOSEPH D. JOHNSON, JR. PAf1efA P. SHIM ORIPh`OOa IeLORiOA UMJ1AITf'D FRANCIS T. O-REhRDON This Power of All... revoke all previous powers issued in b:hal(ofbM1e anorney(spin-tout named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY hucaumd Own presents to bmigned undisturbed by its appro Alba officers end its arpora¢ seal M1<rcunlo affixetl this Mtest GREAT AMERICAN INSURh dryer ANCE COMPANY 1999 STATE OF OHIO, COUNTY OF HAMILTON — re: O dor nae. 1-1 — iigned Bond This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Diresmn of Ore., American t Wurena Company by unanimous written<ansent dated March 1, 1993. RESOLVED: That the Division President the severof Distrito Vitt PresidcnlrantlArsirnne Vim Pmsident; oreny one ofehem, be endh<rsbyisautAoriuetl./tout tim<m timq roappoim one ormamA,rorr .ln-Fmt(oexameon b<hel/ofrh<Compune. arsurcm.ew.�n.n L' bomb.. underceYr_a:_ ne...n...................... . L- e.... RESOLVED VFURTHER: 'AauAe ';'`' CERTIFICATION (fl g,,,,{{,, ' IY1wyALDDQ, HAYES. Asinine, Seemtery of Great Ameriean lmumnee Company. do hereby ounify that the foregoing Power of Ancrlllyapnd.eM1fl4»)tenant of the Ooard of Dircemrs of March 1. 1991 M1ave nor been mvok<tl and arc now in full fora ad effecl. -''T $8rodA.nd.ii.Ihdtm, 3RD day or OCTOBER 2000 SI V1C V119111IIAPIDAI GIMAMIRMAN INSURANCE CDMRWYe 580 WALNUT STREET. CINCINNATI, OHIO 05202.513-369-5000 - FAX 513-723.2700 POWER OF ATTORNEY The number of venom authorized by this power Of anorney is not more than FIVE No.0 15559 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation oe and eaistingrnderind by virtue opheiawsofthe Slam of Ohio, does hereby nominate, comtitme and appoint the person or persons name I- sire and lawful attorney in far,, ford end in i0 name, place and mead to exercise,in behalf of the said Company, assurety, any and all untlenakings ontl conva<tsofmmmcbb. ,.. i......a..__.,: . . Name Address Limit of Power TODD L. JOHNSLIN JOANN H. BEBOUF ALL OF JOSEPH D. J01REAR M. PNIELA P. SRM ORLANDO, FLORIDA LIR FRANCIS T. O'PE.ARDON ONLIMITID This Power of Aslomey...con all previous powers issued in behalf Ofdw m mn[yf0--i .fan named above. IN WITNESS WHEREOF. he GREATAMERICAN INSURANCE COMPANY has Indeed these Presentsm be signed and site ib appropriateAOeet (green and i0 wrparme sem hereunto affixed this 27Th mayor Idap . GREAT AMERICAN INSURANCE COMPANY ;TATE OF OHIO, COUNTY OF HAMILTON _m On this 27th day of 11BY` 1998 before me Personally appeared DOUGLAS R. BOWEN, 1. me known, being duty sworn, deposes and say[ that FF retired in Cincinnati, Ohio, that he is the Viae President of the Bond Division of Ores. \m[riea, Insurance Company,. he Company described in and which asserted the above imlmmem; that he knows the seal; that it win sn infixed •y au.hodty of his office under the By -Laws Of said Company, and that he signed his name thereto by like authority. Thu Pages of AUOsney Is granted by uulhority of she following ruolmions adopted by the Board of,.mors sugar. Company by unanimous written..''., dated March 1,1993. of Great American RESOLVED: That the Division President Iaeseveral Division Vitt P"Arseals and Assistant Vice Presidents. or any one oflhc.. be dhercbyisamhoueed, / om limemlimq roappoinl one ormo. Attorneys in -Fact to execute on bahalfact h Com, naw un enaEingro s and nnacn OfsarerysdA os Other written obligations in Mecraters Ib[rcol,'to pres[ri a ebeirpanyail nsaciaedukesandsurcty, anyendm/ Lae rtspttti.limlm o/Lau}amhonsy; androrcvokenny svcM1 eppoimmem. anytime. 1, RONALD C. HAYES, Assistant Secrcu CERTIFICATION A` ... y end she Radiations Or sbe Bond of Dammam of Mamh 1ear A . 1993 1993 have rat beerance vwakeci and are reain f 11 fares her saM e(feei power of s Shared And ..led this 30TH day Of AUGUST 2000 •Cnu9rNalomou, ACORD„ CERTIFICATE OF LIABILITY INSURANCE 08/03/2000 ER (4`7)643-1120 FAX (407)843-5772 THIS CERTIFICATE 181B5UE0 A9 AMATTER .11 ORMATION OAnsOn & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 110Lda. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR -839 N. Magnolia Ave. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. land0, FL 32803 COMPANIES AFFORDING COVERAGE land: CONTranscontinental Insurance Company Patricia Fuehrer Ext: AwY INSVNio GBAxr National Union Fire Insurance Company SHELTRA & SON CONSTRUCTION CO., INC. P. 0. 00% 336 COMPANY eridgefield Employers Insurance Company C INDIANTOWN, FL 34956 CD pA COVERAGES ^'I''. THI$ IB 10MIN IFY THATTHEPMWIESOr INSUAANCE LISIEO BELOW INVE BEEN ISSUED TOTHE WILRIORME EO ABOVE ICATHE POLICY PERIOD INDICATED. NONnTHBTANDING ANY REQUIREMENT. TERMOR CONDITION OF ANY CONTnACT MOTHER DOCUMENT WITH RESPECT TO WIIICII THIS CERTIFICATE MAY BE ISSUED OR ANY PERTAIN, THE INCURARM AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TENNIS, EXCLUSIONSPND CONDITIONS OFSUCHMLICICS NTMITSSNOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TO ITO° Y YLiei son -11 PAANEIr`XANsmsvrdN NI 191 GAEU 2,000,000 %Ex G 1,000,000 ONAL ua-HAOEE XLNar A ' ° "TCP 101582)902 ACVINJU 08/01/2000 06/01/2001 PTERITY ERSONAL s 1, 000, Goo owNERSecoxrwmaRa vlwl uuloccummlCEunY '.s 1,000,000 FmEOAN+oEla1YN1. oM '1 50,000 Evlmvwa,eml :s 5.000 LIABILITY X ANGBRe % wvnmO PoMeMFnamuc LINn s 11000,000 KLORNEDANCOG OmLYINNHY 106 MAN 10156])916 A 08/01/2000 08/01/2001 IP.PIEL XHIED TOR % N..—.AOIOs Y AA.AAPN s 1AMPERICA1.1- ouuOEl uA9um to s'l:r4 unwTo OTNmXCVMw OORL.: .C., ACCRENI s A.CsGAE TE F.InaLUMBUTY PEH6 s 4,000,000 8 XU uFom. BE ]40 0]90 08/01/2000 08/01/2001 AGG SOCANs 8,000,000 OBERTw,VNOR[W EOnM 6 �RX9�6POWNHWURY QNMIa XI1. E n C 830 25258 08/01/2000 08/01/2001 EL FAcxA mn 1 5001000 T nGPmETOw X nlcL mxEwf ECTURVE N EL msFwEIP6 r 1 500,000 MICEREAREEExn 9wEEa .E.I.I. .I S00 000 Contactors All Risk Coverage A EOUipment TCP 1015877902 08/01/2000 08/01/2001 Deductible $1,000 Rental E9uiesurt $200,000 C NIPIION OF ORWIR ISHOCIRQNsWEFa 91SPEcuL I TELL WILLOW STREET (130TH AVENUE) PHASE II BETWEEN 85TH STREET AND 89TH STREET. CERTIFICATE HOLDER CANCELLATION INDIAN RIVER COUNTY x, N I' BOARD OF COUNTY COMMISSIONS I.NOINXIOImCIRINICA.e"ILI".uEn roraury, 2625 19TH AVENUE BUT IRIUNI 70 VAL SUCH NI u.6 VERO BEACH FL 32960 P6. v. ITS PRENu ce RE.I,Eurm Er r.' Aomowcovvuewurrre Francis T. G'Neardo0/PF —✓ ACORG 2M NMS) 1 1""" OACORD CORPORATION Tee