HomeMy WebLinkAbout2000-347cam- 34;.
ADDENDUM 2 TO AGREEMENT
FOR CONSTRUCTION OF GROUND -LEVEL BOARDWALK
AND DITCH CROSSING
INDIAN RIVER COUNTY, FLORIDA
OSLO RIVERFRONT CONSERVATION AREA
COUNTY PROJECT NO. 7060
THIS ADDENDUM 2 TO AGREEMENT is made and entered into on the 14"day of K1b&M b4 --r
2004, by and between SUMMERIAN'S SEVEN SEAS, INC., 240 NACO ROAD, FORT PIERCE, FL 34946
hereinafter called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida
organized and existing under the Laws of the State of Florida, hereinafter called the County. This is an addendum to
a previous agreement {attached hereto as "Attachment A') between said parties entered into on September 2, 1997,
relating to County Project No. 7464.
WITNESSED:
That the Contractor and the County, for the consideration hereinafter named, agree to addend the September 2, 1997
Project. No. 7064 Agreement as follows:
Article 1. SCOPE OF WORK: The Contractor shall furnish all of the materials and perform all the work
shown on the drawings and described in:
"Attach inenr R" (atrached hereto)
for Indian River County, Florida and shall do everything required by this Agreement.
Article 2. COMMENCEMENT AND COMPLETION: The Contractor will be required to commence
work under this contract within ten (10) calendar days after receipt of a Notice -to -Proceed and to
complele the work ready for use by JANUARY 8, 2000. Tbis time stated for completion shall
include final clean-up of the premises..
Article 3, THE CONTRACT SUM: The County will pay the Contractor for performance of this
Agreement in current funds as follows:
Numerical Amount: 55,000
Written Amount: tine thousand and 001100 dollars
Article 4. PAYMENT & RETAINAGE: Payment shall be lump sum, and will he retained by the County
until final completion and acceptance of the work. Contractor shall allow adequate processing
time for County Commission final acceptance and approval for payment.
Article S. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of notice that tine work is ready for
Final inspection and acceptance, County staff will promptly make such inspection, and when the
work is found to be acceptable under the terms of this Agreement, County staff will issue a fiscal
certificate, and process payment of the entire balance due to the Contractor.
BeForc issuance of a final certificate, the contractor shall submit evidence satisfactory to County
staff that all payrolls, material bills, and other indebtedness connected with the work have been
paid. An affidavit must be submitted by the Contractor to County staffstating that all
indebtedness connected with the work has been paid. Such affidavit will be signed by a duly
authorized officer ofthe contracting firm, will bear the firm's seal, and will be notarised and
attested by two witnesses. A Waiver cel=Lien form signed by a dndy atuhorized officer ofthe
subcontracting firm, notaiumd and attested by two witnesses is required tinm caCh Subcontractor
ADDENDUM 2 TO AGREEMENT
COUNTY PROJECT NO. 7060
PAGE
engaged under the scope of this Agreement, and must accompany the request for payment. The
making and acceptance ofihc payment shall constilute a waiver ofall claims by the County, other
than those arising from unsettled liens, from faulty work appearing after payment or from
requirements of the Specifications and of all claims by the Contractor, except those previously
made and still unsettled..
Article 6. INDEMNIFICATION: The Contractor, upon his part agrees to protect, indemnify, save
harmless, and insure the Counly from any liability to any persons for injuries to the person,
including loss of life, or damage to property, resulting from the acts or omissions of the
Contractor in per£ornring his obligations under this Agreement. 17te parties expressly recognize
that the relationship between the County and Contractor is that of owner and independent
contractor, and that neither the Contractor nor any of his servants, agents, or employees shall ever
be considered to be an agent, servant or employee of the County.
Article 7. PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND: No Payment Bond
or Performance Bond is required of the Contractor for (he work to be performed under this
Addendum to Agreement.
IN WITNESS' WHEREOF, the parties hereto have executed this agreement the day and year first written above.
(:)a
%t")11 Signed and sealed by (lie Contractor in the presence of
ATTEST: {Itrrtness) C4// �� 4 L- AV "/j7ML
(Witness) N ftp be.VLO ( 5
,; } hfl C4}XtdI55t a CC U3172
y,� Ei<PlAES: F4yrcn i2, 20V3
[NTLI i Y
BOARD OF' COUNTY COMMISSIONERS
By,- �.PMti T)
Fran B. Adams, Chairman
8CC Approved: November 14, 2000
ATTEST:
Clerk
FVan=Wiy E*nkvnxmfVs *OS.AMTLAACQSIARIYNnA LNIPROVr: CONTRAC.- MM)
MifM1 ,b�tl LR
�
ATTACHME
September 2, 1997 Agr
Summerlin's Seven Seas and
{County Bid Proje
-�:�.---�c---�,.--
CA
4b
1 U 15 9 0 3 57 SEP Al111: 12
-
fq
AGREEMENT
q�
INDIAN RIVER COUNTY, FLORIDA MW0"3"CUJT
OSLO RIVERFRONT CONSERVATION AREA IN[ %VEFI 00,ft&
COUNTY PROJECT NO. 7060
THIS AGREEMENT made and entered into on the CZ day of
, 1997 , by and between SUt4MERLINS SEVEN SEAS,
INC., 200 NACO ROAD, FORT PIERCE, FL 34945 hereinafter called the
Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of
the State of Florida organized and existing under the Laws of the
State of Florida, hereinafter called the County.
WITNESSED:
That the Contractor and the County, for the consideration herein-
after named, agree as follows:
Article 1. SCOPE OF WORK: The Contractor shall furnish all
of the materials and perform all the work shown on
the Drawings and described in the Specifications
-
entitled:
v
OSLO RIVERFRONT CONSERVATION AREA.
COUNTY PROJECT NO. 7060
for Indian River County, Florida and shall do
everything required by this Agreement and Contract
Documents. Payment shall be made in accordance with
r
a
the itemized Contractor's Bid Form.
a
Article 2. COMMENCEMENT AND COMPLETION: The Contractor will be
='
@
required to commence work under this contract within
L
twenty (20) calendar days after receipt of a Notice -
to -Proceed and to complete the work ready for use not
more than ninety (90) calendar days from and after
X_
the starting date established in the Notice -to -
Proceed. This time stated for completion shall
}
include final clean-up of the premises.
Article 3. THE CONTRACT SUM; The County will pay the Contractor
for performance of the Contract, subject to additions
....
and deductions provided therein, in current funds as
.--
`
follows:
tiL3
-
Numerical Amount: $58,6407.00
=
Written Amount: Fifty eight thousand, six hundred
..�
`
forty and 00/1.00 dollars
CD
AGREEMENT
A-1
40
•
p
NJ -0h - +:44 tXL G I U I
10 �A�le 4. PAYMENT & RETAINAGE: Progress payments on the
1�t " xr4 Contract amount for the value of work completed and
�'�J�` L5 �►J�f71� 71+113:
AA, c►^R3v;oKr'nM component material 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 price and the amount of work for
each item completed at the time of the request.
,Except as may be modified herein, ten percent (10%)
of all amounts earned will be retained by the County
until final completion and acceptance of the
Contract. Contractor shall allow adequate processing
time for County Commission final acceptance and
approval for final payment.
Article 5. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of
written notice that the work is ready for final
inspection and acceptance, the County Public Works
Director will promptly make such inspection and when
he finds the work acceptable under the terms of the
,Contract and the Contract fully performed, he will
promptly issue a final certificate, over his own
signature, stating that the work provided for in this
Contract has been completed, and acceptance by him
under t.,te terms and the conditions thereof is
recommended and the entire balance found to be due
the Contractor, will be paid to the Contractor,by the
County following County Commission approval of the
final Contract payment.
Before issuance of a final certificate, the
contractor shall submit evidence satisfactory to the
County Public Works Director that all payrolls,
material bills, and other indebtedness connected with
the work have been paid. An affidavit must be
submitted by the Contractor to the County Public
Works Director stating that all indebtedness
connected with the work has been paid. Such
affidavit will be signed by a duly authorized officer
,
of the contracting firm, will bear the firm's seal,
7
and will be notarized and attested by two witnesses.
Oti
A Waiver -of -Lien form signed by a duly authorized
kD
officer of the subcontracting firm, notarized and
-v
attested by two witnesses is required from each
Subcontractor engaged under the scope of this
p
Contract, and must accompany the request for final
---.
payment. The making and acceptance of the final
---
AGREEMENT
A-2
4D
•
do
payment shall constitute a waiver of all claims by
the County, other than those arising from unsettled
liens, from faulty work appearing after final payment
or from requirements of the Specifications and of all
claims by the Contractor, except those previously
made and still unsettled.
Article 6. INDEMNIFICATION: Subject to the monetary imitations
in Article 5.3 of the General Conditions, the
Contractor, upon his part agrees to protect,
indemnify, save harmless, and insure the County from
any liability to any persons for injuries to the
person, including loss of life, or damage to
property, resulting from the acts or omissions of the
Contractor in performing his obligations under this
Contract. The parties expressly recognize that the
relationship between the County and Contractor is
that of owner and independent contractor, and that
neither the Contractor nor any of his servants,
agents, or employees shall ever be considered to be
an agent, servant or employee of the County.
Article 7. PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND:.
The Contractor shall furnish the County immediately
upon execution of this Contract a Performance Bond
in an arWunt equal to 125% of the contract price and
a Payment Bond in an amount equal to 100% of the
contract price with good and sufficient sureties,
conditioned upon the performance of this Contract by
the Contractor in accordance with the terms and
conditions hereof, within the time herein provided,
and with the additional obligation that such
Contractor shall promptly make payments to all
persons supplying him labor, materials and supplies,
used directly or indirectly by the said Contractor in
the prosecution of the work provided for in this
Contract.
The Contractor shall provide two separate bonds, a
combined Payment and Performance Bond for 125% of the ca
contract price is not an acceptable substitute. N.
In lieu of the Public Construction Bond, the pN
Contractor may furnish an alternative form of �p
security in the form of cash, money order, certified
check, cashier's check, irrevocable letter of credit �.
or a security as listed in Part II of F.S. Chapter CD
635. Any such alternative form of security shall be -�
AGREEMENT
A-3
for the same purpose, and be for the same amount and
subject to the same conditions as those applicable to
the bond otherwise required.
IN WITNESS WHEREOF, the parties hereto have executed this agree-
ment the day and year first writte4;:� actori
Signed and sealed by the
Contractor in -the presence of:
•T"'�
INDIAN RIVER COUNTY
(Owner)
By: d
?,arolyglK. Egg Chairman
AP BI -nc WA,0b a1/d'_7%g7 g}
Indian River CoA roved DiW
Admin.
Legal
Budget
Planning
Public Wor
Rask M'
APc_
AND X
AGREEMENT
A-4
r
ATTACHMENT B:
Technical Provisions and Engineering Drawings:
Oslo Riverfront Conservation Area
Ground -Level Boardwalk and Ditch Crossing
S
r]
dw
40
INDIAN RIVER COUNTY
OSLO RIVERFRONT CONSERVATION ARRA
GROUND -LEVEL BOARDWALK & DITCH CROSSING
c MI [IN
Division 1 Scope of Work
Division 2 Site Work
A. Clearing and Grubbing
B. Earth Werk
Division 3 Fasteners
Division 4 Lumber
A. Materials Execution
B. Timber Marine Piling
Division 5 Rough Carpentry
40
DIVISION 2 - SITE WORK
; er"Wu 2A - Clearing and z h-Iting
Work Included:
a. Trim and grub site at location of ground -level boardwalk and ditch crossing the
minimum necessary for the work.
2. Specification reference:
The work specified in this Section shall confornn to Section 11 tl of the Florida
Department of Transportation Standard Specifications for Road and Bridge Construction,
latest edition, except as modified herein.
Execution:
b. Trimming of vegetation from construction area to be overseen by county
environmental planner or county conservation land manager. Disturbance to
vegetation and roots to be mininium necessary to perform construction.
C. Remove from site all debris resulting from demolition and removal operations as
it accumulates.
d. Backfill holes resulting from clearing operations.
C. Hand -grade areas affected by clearing and grubbing and leave level maintaining
grades and contours of site.
f. Demolished materials shall not be used as backfill in holes or in any other areas
within site. Cleared materials shall be disposed of by Contractor at his own
expense,
g. Provide, erect and maintain barriers, lights and other devices as required to protect
general public, workers and adjoining property in accordance with General
Conditions.
h. Cost of all work under this Section shall be included in the lunnp sum price for
clearing and grubbing.
1 . Work Included:
a. Site grading by hand only
b. Backfill by hand only
TECHNICAL PROVISIONIS
TP -2
EM
fi ctin__n .3A - tas
All bolts shall confomi to ASTM A307.
2. All bolts, connections and other miscellaneous fasteners shall be galvanized.
Decking shall be fastened with stainless steel deck screws.
TECHNICAL. PROVISIONS
TP -4
i
40
em ,
DIVISION 4 - WOOD
Section 4A-w-1.v»,�h.Vx
1. Materials
a. All lumber shall be marine duty Southen, Yellow Pine, 2.5 pct CCA
retention. Decking and railing shall be hand selected fel dense, straight and true.
All other members shall be 42 dense or better.
b. Preservative treatment shall be as specified by the American Wood Preserver's
Association.
C. Lumber shall have grade mark stamped onto wood.
2. Execution:
a. Protect wood products delivered to site from wetting and moisture gain by
storing on elevated sills.
b. Set horizontal members with crown edge up.
C. Do not cut or notch structural members.
d. Timber framing shall he in accordance with the National Design
Specifications for Wood Construction and the Timber Construction Manual.
rt 1 u a 4R-limUee PNarine Pliine
1. Piling shall be marine duty Southern Pine preservatively treated to a net retention
of 2.5 pounds of CCA per cubic foot in accordance with AWPA Standard C3,
latest edition.
2. The minimum tip diameter of all piles shall be as noted on the drawings. The
diameter of the butt shall comply with ASTM D25.
3. 'Pilings shall have grade marks branded into the wood.
TECHNICAL PROVISIONS
TP -5
SLMON 06100 ROUGH CARPENTRY (1>IVi _S i DW 5)
PART 1 GENERAL
101 DESCRIPTION OF WORK
A Provide rough carpentry work as shown and specified The work includes
I Framing, blocking, and milers
2. Decking
3 Handrails
B Related work
1. Section 02310: Pilings
1.02 QUALITY ASSURANCE
A. Lumber: Comply with American Softwood Lumber Standard PS -20-70 Provide
lumber species complying with grading rules of following Associauons.
1 Southern Pine: Standard Grading Rules for Southem Pine Lumber,
published by Southern Pine Inspection Bureau (SPI13).
B Design and detwhog of wood Framing connections: Comply with Nanonel Forest
Products Association (NFPA) National sign Specifications for Wood
Construction.
C. Provide and install fasteners and nails complytng with NEPA Recommended
Nailing Schedule of the Manual For House Framing.
D Wood treatment Comply with American Wood Preser%,ers Association (AWP Ai
standards for wood preservative treatment scheduled.
E Provide each piece of lumber factory grade marked
103 SUBMITTALS
A Wood treatment data. Submit certification by treating plant indicating chemicals
and process used and compliance with specified requirements
ROUGH CARPE"AY
06100-1
•
40
L>
B -Submit manufacturer's product data for rough carpentry
t nems accessory and hardware
1 04 DELIVERY. STORAGE, AND HANDLING
:A Keep materials dry during deht ery and site storage Stack materials to ensure
proper drainage and ventilation. Protect from weather damage and deterioration
B Store and protect rough hardware from weather damage and detenoration
l 05 PROJECT CONDITIONS
fA- Coordination: Fit rough carpentry work to other Work. 5cnbe and cope as
regwred for accurate fit. Coordinate location of nailers, blocking, and similar
supports to allow proper attachment of other work
i3. Layout, cut, Fit, and erect framing for rough and fuushed work. Provide blocking,
hailers, and all other rough carpentry work for other trades. Brace, plumb, and
level all members in true alignment and rigidly secure in place with sufficient
nails, spikes, screws, and bolts as necessary.
C. Lay out project work, set stakes, and batter boards.
D. Provide wood framing, milers, bracing, and supports required to support
construction during formative stages. Set wood framing accurately to regwred Hoes
and levels. Anchor members securely to place
E. Provide temporary rough carpentry work as needed 10 construct the work.
Maintain temporary items for the life of the work. Remove when no longer
needed.
F. Furnish and install miscellaneous rough hardware in connection with rough
cmpentry work.
PART 2 PRODUCTS
201 MATERIALS
A Lumber
l Nominal sures are indicated. Provide WWI size complying with PS -20-70
for moistwe content indicated for each use, except where net sixes are
indicated for detail dimensions.
ROUGH CARPENTAY
06100-2
40
•
M
2. Provide dressed dimensioned lumber. S4S, kiln -dried or air-dried with
maximum 19% moisture content
3 Provide all lumber pressure preservative treated except temporary items
removed prior to covering cite work with additional materials
4. All joists. beams or other structural members shall be #2 or better southern
pine. All deck boards, railings or other exposed lumber shall be #I or
better southem pine
8 Rough hardware
1. Furnish hot dip ;galvanized bolts, plates, anchors, hangers, and other
miscellaneous steel and iron shapes as required for framing and supporting
woodwork and for anchoring or securing woodwork to structures
2. Provide manufactured or fabricated items of sires, shapes, and dimensions
required.
3. Holts: ASTM A307, provide with double washers.
4• Steel ASTM A36.
5. Fasteners and anchorages: Provide size, type, material, and finish required
for nails, screws, bolts, nuts, washers, and anchoring devices Provide hot-
dip galvanized finish fasteners and anchorages size and type as specified
or to suit application.
b. Metal connoctors: hot dip galvanized steel hangers, ties, and anchors. All
Metal connociing plates shall be A-36 stael.
2.02 WOOD PRESERVATIVE TREATMENTS
A. Pressure treat lumber and plywood with waterborne preservative for ground
contact use to accordance with AWPA standards Each piece shall bear .AWPB
quality mark designation LP -22.
S Air or kiln dry all materials after treatment to maximum 19% moisture content
PART 3 E X FCUTION
3 01 PREPARATION
A Obtain measuremeots and verify dimensions and details before proceeding with
ROUGH CADiPEN-My
06100-3
rti
•
40
rough carpentry work
3 02 INSTALLATION
A Set wood framing accurately to required Innes and levels Provide framing
members of sizes and on spacings shown Cut„ join, and tightly fit framing around
other work. Do not splice structural members between supports
B Use only treated, sound, thoroughly seasoned matenals of longest practical lengths
and sizes to minimize joints Use materials free of warp, unless warp can be easely
corrected by anchorage and attachment %lake light connections between members
C. Anchor and nail framing to comply with NFPA Recommended Nailing Schedule
of the Manual for House Framing
D Brush apply 2 coats of an acceptable wood preservative to surfaces of preservative
treated lumber which are field cut, dressed, or dr-illed.
3.43 CLEANING
A. Clean up debris and cuttings on a regular periodic basis.
B. Perforin cleaning during installation of the work and upon completion of the work
Remove froth site all excess materials, debris, tools, and equipment. Repair
damage from rough carpentry work
Cq U OF S KMON 46100
ROUGH CARPJFIY MV
06100-4