HomeMy WebLinkAbout2004-151 � 'aa a 6
// ,rJ
In
than River County CD
Purchasing Division A
2625 19t'' Avenue
Vero Beach , FL 32960=3335
Phone (772) 567-8000 Fax (772) 770-5140
ADDENDUM NO . 1
Date : June 3 , 2004
Project Name : Milling, Resurfacing and Shoulder Paving on
CR 512 from SR 60 to Fellsmere Farms and on
Oslo Road from 20 `h Avenue to 271h Avenue
Bid Number : 6080
Bid Opening Date : June 9 , 2004 at 2 : 00 pm
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM
sets forth change and /or information as referenced and are hereby made a part of and
should be attached to the subject Contract Documents .
BID FORM AND BID SCHEDULE , PAGES 29 THROUGH 34
Replace Bid Form Pages " 29 through 34 " with attached Bid Form Pages 29 through 34,
marked Addendum No. 1 ".
The following notes are to clarify the revisions that have been made .
1 . Page 30 of 61 — Completion date extended from July 31 , 2004 to August 31 ,
2004,
2 . Page 32 of 61 . Item 334- 1 . 2 " SP 12. S. Level C — Quantity increasedfrom-om 7, 800
TN to 11 , 440 TN.
3 . Page 33 of 61 . Item 334- 12 % " SP 12. S. Level C — Quantity increased f om 9, 750
TN to 14, 300 TN.
Addendum No. 1
Page 1 of 8
4. Page 34 of 61 . Item 334- IL, 1 % " SP 12. 5 Leveling Level C — Quantity reduced
from 1 , 050 TN to 500 TN.
5, Page 34 of 61 , Item 334- 1S, I " SP 9. 5 Surface Course Level C — Quantity
reduced from 700 TN to 330 TN.
6. Page 34 of 61 , Item 425- 4, Adjust Inlet — Item added. There is an existing Type
"C " Inlet that needs to be raised 12 "- 18 ". Elevation will be determined infield
prior to ordering precast concrete collar.
7. Page 34 of 61 , Item 425-5 Adjust Manhole — Item added. Raise manhole to match
grade of new surface course.
RESPONSES TO QUESTIONS ON BIDDING DOCUMENTS
Comment I On CR512 one of the bridges has saw cut and sealed joints. Does the
Contractor need to saw cut and seal joints after the resurfacing.
Response 1 The County will seal joints as needed at a later date.
Comment 2 On CR 512 there are what appears to be two (2) culvert crossings with
guardrail on each side of the road. Will there be enough room for the shoulder
widening ?
Response 2 The County will move the guardrail away from the edge of the roam
The Contractor may use excess material from boxed out shoulders to
regrade the slope off the edge of the paved shoulder.
* * * * * * * * * * * * * * This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * * *
All Bids must be received in the Purchasing Division office located at 2625 19th Avenue ,
Vero Beach, FL 32960 -3335 Prior to the Date and Time shown above . Late bids will be
returned unopened.
Company Name E . J . BRENEMAN L . P .
Name : PHILIP D . WAGNER Title : PRESIDENT
(Type / Printed) BY : PHILIP D . WAGNER CO . , LLC , GENERAL PARTNER
Authorized Signature : y Date : 6 / 8 / 04
Telephone : 610 - 678 - 1913 Fax : 610 - 678 - 9691
Addendum No. I
Page 2 of 8
• - • - • • l mo , r 1 .111 Y11 . - Y . VY•II � IIV jV1 V1 VVI V IIVI 0W YVj
In than River County
Purchasing Division
2625 19" •Aven. ue y
Veru Beach , FL 32960-3335
Phone (772) 5674000 Fax ( 772) 770- 5140 R �
ADDENDUM NO. 2
Date : June 3 , 2004
Project Name : Milling, Resurfacing and Shoulder Paging on
CR 512 from SR 60 to Fellscnere Farms and on
Osie Road from 20th Avenue to 27`h Avenue
Bid Number : 6 (180
Bich Opening Date : June 9, 2(104 at 2 : 40 pin
rrarr ■ ra / f/ RrirrYYY � rrrrrrarrrrrerarrrfl � rrrrr ■ ■ re ■ rrrrrrrrrrrrrR / r ► r ar ■ rrrrrrrrrsrrrrr •
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : 'Phis .ADDENDUM
sets forte change and /or infoiniation as referenced and are hereby made a part of and
should be. attached to the sul jest Conliact Docummas ,
BID SCHEDULE , PAGE 33
t�i; vis � Uaf� �tily far Pm' 1�`ctFr 334- 1 , Z '`� " SP 1 d, ?fr •oriz " 1 �, UiIO �1�' " to "14, 3E7r7 T�` "
This Addendum ROUST be returned with your Bid * hX * X * XXX * * K * * Xft
All Bids must be received in lbe 1: ;irclalsing Division office located at 2625 1 .9TIi Avenue ,
Vero Beach, FL 3296G- 3335 Prior to the Date and Time shown above , Late bids wit]. be
retuined unopened .
Company Naive E . J . BRENEMAN L . P .
Name : PHILIP Doo WAGNER Title : PRESIDENT _
( TVpe / Pr1 to By : PHILIP D . WAGNER CO . , LLC , GENERAL PARTNER �
Authorized SilnatliM Date : 6 / 8 / 04
Te. ) ephone . 610 - 678 - 1913 �3x 610 - 678 - 9691
.lIddendrmt Aha. I
Page I of 1
eve l ° k. re, to rm ; vnvia . com inc 1b : U1 06 / 07104 PG 002
Indian .River County
Purchasing Division
2625 19th Avenue Z
Vero Beach FL 3296Ow3335 �
Phone (772 ) 567, 8000 Fax (772 ) 77(k5140
ADDENDUM Na . 3
Date: .Tune 71 2004
Project Name : Milling, Resurfacing and Shoulder Paving on
CR 512 from SR 60 to Fellsmere Farms and on
Oslo Road Brum 20 `" Avrntir. to 2 rh Avenue
Bial Number : 6080
Bid Opening Date : June 99 2004 at 2: 00 pm
■ rrr « rrar � r � � � � � rx � � l � � s � � � i � � r � � r a r � � � � � e � � � � � � � � � � � � r
� r � s � r ■ � � � � � � � r � Mllk � r � � es � sri � r
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED . This ADDENDUM
sets forth change and /or information as referenced and is thereby made a pant of and should
be attached to the subject Contract Documents ,
SECTION 283 RECLAIMED ASPHALT PAVEMENT BASE
Insert rhe following ,Section into the Technical Specification's on page 18 o) ' 6.1.
SECTION 283
RECLAIMED ASPTIALT PAT ;'VIENT BASF,
A . :. Sub Artiule 283 - 3 . 2f Number of C4iiurses '' is modified bey deleting thr
requirement to coiastxuct the base in two ( 2 ) cow• ses . The CONTRACTOR
shall be permitted to wristruct the RAP shoulder in one ( 1 ) lint,.
B . Payment shall be made under :
Item No . 283 — 8 "RAP Shoulder - SY
Adden&on No, 3
Page .I of Z
r: iF� tichurir:� lbial92093 -dD01 �'Y (6406116oh "WrfiwirtinnCRS1JfvNIIR60luFo&wwerI�arara1dU8G .� ddvt�b�ri�Jot. doc
' " VdLa • %.UUj ins xo : ut. uwuitua rb uu 'l
This Addendum MUST be returned with your Bid
All Bids must be receit,ed in the Purchasing Divisinn office located at 2625 19di Avenue,
Vero Beach, FL 32960%x3335 Pl io" to the Date and Time shown above, Late bids will be
returned unopened .
Company Name E . J . BRENEMAN L . P .
Name : PHILIP D . WAGNER Title : PRESIDENT
(hype / Printed) BY : PHILIP D . WAGNER CO . , LLC , GENERAL PARTNER
Authorized Signature :
Date : 6 / 8 / 04
Telephone : 610 - 678 - 1913 Fax , 610 - 678 - 9691
Addendum A'0. 3
Page 1 of 2
F: ii'urehrnri,x� L9�da 1.003-20n� F x' (600?,11 bUlO Rcxxerlac3ug ops CR.S11 froth SR 6G In FcArnetre Farpul6U8G .l NWeadul�o?. enc
� giVER n
Indian River County
Purchasing Division 4 2
262519th Avenue r
Vero Beach, FL 32960-3335
�LORI�A �—
Phone (772) 567-8000 Fax (772 ) 770-5140
Invitation to Bid
Project Name : Milling, Resurfacing and Shoulder Paving on
CR 512 from SR 60 to Fellsmere Farms and on
Oslo Road from 20th Avenue to 27th Avenue
Bid # : 6080
Bid Bond Required : Yes
Performance Bond Required : Yes
Payment Bond Required : Yes
Pre Bid Meeting : No
Refer Technical Specifications Questions to :
Terry B . Thompson, P .E . , Capital Projects Manager
Phone : (772) 2264282 Fax : (772) 9784806
E -mail : tthompson (a , ircgov. com
Refer General Terms & Conditions Questions to :
Fran Powell, Purchasing Manger
Phone : (772) 567-8000 ext 1416 Fax : (772) 770 -5140
Email : purchasing(&Jrcgov .com
Bid Opening Date : June 9 , 2004
Bid Opening Time : 2 : 00 P . M .
ALL BIDS MUST BE RECEIVED IN THE PURCHASING DIVISION LOCATED AT 2625
19TH AVENUE , VERO BEACH, FLORIDA 32960 PRIOR TO THE DATE AND TIME
SHOWN ABOVE . LATE BIDS WILL BE RETURNED UNOPENED
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 1 of 58
ADVERTISEMENT FOR BID
Notice is hereby given that the Indian River County Board of County Commissioners is calling for
and requesting bids for the following :
Indian River County Bid #
Indian River County is accepting sealed bids for the milling, resurfacing and shoulder widening
of CR512 from SR60 to Fellsmere Farms and of Oslo Road from 201h Avenue to 27th Avenue.
Detailed specifications for the above may be obtained from DemandStar . com at : 800- 711 - 1712 or
downloaded from their web site at : www . demandstar. com
Deadline for receipt of bids has been set for 2 : 00 P . M. on June 9 , 2004 . Only bids received on or
before the time and date listed will be considered .
The Board of County Commissioners reserves the right to accept or reject any and all bids in whole
or in part and to waive all informalities .
PURCHASING MANAGER
INDIAN RIVER COUNTY
Publish : May 1942004 and May 26 , 2004
For Publication in the Press Journal
Please furnish Tear Sheet, Affidavit of Publication, and Invoice to : Indian River County
Purchasing Division
2625 19th Avenue
Vero Beach, FL 32960
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 2 of 58
SECTION 01000
INSTRUCTIONS TO BIDDERS
1 . 0 DEFINITION OF TERMS
1 . 1 Addenda : Any interpretations or revisions, in a written , telegraphic or graphic form to any of
the contract documents received by Bidders before the opening of bids .
1 . 2 Authorized Representative: Any representative of the County, whether or not a County
employee , designated as the County's authorized representative for the purposes of this contract either
in a provision of these specifications or in written communication from the County Manager to the
CONTRACTOR.
1 . 3 Bidder: Any person, firm , corporation , organization or agency submitting a bid for the work
proposed or a duly authorized representative .
1 .4 Bonds : Bid, performance , maintenance, payment or any other instruments of security
furnished by the CONTRACTOR and his authorized Surety in accordance with the contract
documents .
1 . 5 Change Order: A written order to the Contractor, signed by the OWNER or the Owner ' s
agent, and the Engineer, authorizing an addition, deletion or revision in the work issued after the
award of contract . Such change order may increase or decrease the contract cost and/or times
required and/or work required to perform the contract
1 . 6 Contract or Agreement: The written agreement executed by the OWNER and the
CONTRACTOR for the performance of the work . The contract shall be substantially in the form
provided in these specifications .
1 . 7 Contract Bond: The security furnished by the CONTRACTOR and the Surety as a guaranty
that the CONTRACTOR will fulfill the terms of the Contract in accordance with the plans ,
specifications and other contract documents , and pay all legal debts pertaining to the construction of
the Project .
1 . 8 CONTRACTOR or Vendor: The person, firm, corporation, organization or agency with whom
the OWNER has executed a contract for performance of the work or supply of equipment or materials
or his duly authorized representative .
1 . 9 Engineer: Terry B . Thompson, IRC Capital Projects Manager, (772) 466 -2500 .
1 . 10 OWNER or County: Board of County Commissioners , INDIAN RIVER COUNTY or its
authorized representative .
1 . 11 Plans : Drawings or reproductions thereof furnished by the Engineer pertaining to the Project .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 3 of 58
1 . 12 Specifications : The directions , provisions and requirements contained herein , together with all
written agreements made setting out or relating to the method and manner of performing
the
requested services , the quality of material and personnel to be furnished under this contract . All
applicable laws of the State of Florida, the Federal Government and the rules and regulations of the
County of Indian River are hereby adopted and made a part hereof as specifications .
1 . 13 Subcontractor: Any person, firm or corporation other than the CONTRACTOR supplying
labor or materials for work being performed under these specifications .
1 . 14 Substantial Completion : The date certified by the Engineer when the construction of the
Project, or a specified part thereof, is sufficiently completed, in accordance with the Contract
Documents , so that the Project or specified part can be utilized for purposes for which it
was
intended .
1 . 15 Surety The corporate body which is bound with and for the CONTRACTOR, and which
contracts responsibility for his acceptable bid , performance and maintenance of the Project and for his
payment of all obligations pertaining thereto .
1 . 16 Work All labor, materials and incidentals required for the construction of the improvement for
which the contract is made, including superintendents , use of equipment, and tools , and all services
and responsibilities prescribed or implied, which are necessary for the complete performance by the
CONTRACTOR of his obligations under the Contract . Unless otherwise specified herein or in the
Contract, all costs of liability and of performing the work shall be at the Contractor ' s expense .
2 . 0 SPECIFICATIONS
2 . 1 All sections of the specifications and all supplementary documents are essential parts of the
contract and requirements occurring in one area as though occurring in all . These specifications and
documents in their entirety shall be included in, and made a part of, the contract between the County
and the successful bidder.
2 . 2 In the event there is any conflict between the terms and conditions contained in the
specifications, the precedence of the specifications shall be as follows :
a. Addenda or modifications of any nature, if any
b . Supplementary conditions , if any
c . Technical specifications, if any
d . Special provisions
e . General conditions
f. Instructions to bidders
g . Bid form
FAPubhc Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 4 of 58
2 . 3 There will be no oral interpretations of these specifications . Any bidder/proposers in doubt as
to the true meaning of any part of the specifications or related documents may submit a written
request to the Purchasing Manager for interpretation thereof. The Purchasing Manager shall receive
all requests for interpretation or corrections no later than ten (10) days prior to the deadline
for
submitting bids/Bids . Any interpretation to a bidder will be made only by an addendum duly issued
and a copy of such addendum will be mailed and delivered to each bidder receiving a set
of
documents .
3 . 0 BOND REQUIREMENTS
3 . 1 Bond requirements, if any, are detailed in the section entitled Special Provisions .
4 .0 PREPARATION OF BIDS
4 . 1 Bids shall be submitted in triplicate on the prescribed form provided in these specifications . All
copies must be plainly marked by the bidder who will be responsible for their correctness . All blank
spaces must be filled in as noted in ink or type . Bids having erasures or corrections must be initialed
in ink by the bidder.
4 . 2 Only one bid from any individual firm, corporation, organization or agency under the same or
different name shall be considered. Should it appear to the OWNER that any bidder is interested in
more than one bid, all bids in which such bidder has interest would be rejected.
4 . 3 If SUBCONTRACTORS are allowed, bids shall be accompanied by a list of all
SUBCONTRACTORS that the bidder proposes to employ, subcontractor shall not be changed
without approval of the OWNER.
4 . 4 Any deviation from these specifications must be explained in detail . Otherwise, it will be
considered that labor, materials and equipment bid is in strict compliance with these specifications
and the successful bidder will be held responsible for meeting those specifications . Any exceptions
or clarifications to any section of the specifications shall be clearly indicated on a separate sheet(s)
attached to the bid form and shall specifically refer to the applicable specification paragraph and
page .
4 . 5 A bidder is expected to fully inform himself as to the requirements of the specifications and
failure to do so will be at his own risk. A bidder shall not expect to secure relief on the plea of error.
4 . 6 No alternate bids shall be submitted unless specifically requested in the Invitation to
Bid
documents .
5 . 0 QUALIFICATIONS OF BIDDERS
5 . 1 The County reserves the right to make such investigations as it may deem necessary to establish
the competency and financial ability of any bidder to perform the work .
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 5 of 58
5 . 2 If, after the investigation , the evidence of competency and financial ability is not satisfactory,
the County reserves the right to reject the bid .
6. 0 RECEIPT AND OPENING OF BIDS
6 . 1 All bids must be submitted in a sealed envelope , addressed and mailed or delivered as stated in
the Invitation to Bid . Any bidder may withdraw his bid either personally or by telegraphic or written
communication at any time prior to the scheduled closing time for the bid .
6 . 2 The bidder shall submit his bid on the form furnished along with all information indicated on
the form . Bids shall be in the units specified for each item . The bidder shall enter the company name
wherever the bid form so indicates .
6 . 3 Bids shall be opened and publicly read at the time and place indicated in the Invitation to Bid .
7. 0 CONSIDERATION OF BIDS AND AWARD OF CONTRACT
7 . 1 The contract will be awarded to the lowest responsible and responsive bidder whose bid,
conforming to the specifications and/or instructions to bidder, will be the most advantageous to the
County, price and other factors considered .
7 . 2 The OWNER reserves the right to award the contract to other than the low bidder for such
reasons as acceptability of specific products or designs , delivery times , warranties, past performance,
unacceptable deviations or exceptions taken to these specifications or degree of compliance with any
other requirement of these specifications . Further, OWNER shall have the right to consider price,
quality, time required for performance and qualifications of the bidder in making the award .
7 . 3 The OWNER reserves the right to waive any and all irregularities and to reject any or all bids in
the best interest of the OWNER and award the contract to the responsible bidder whose bid
is
determined to be in the best interest of the County.
7 .4 If the contract is awarded, the OWNER will accept the bid and award the contract to
the
successful bidder within sixty (60) days after the opening of the bids , by written notice to
the
successful bidder. The award of the contract will be made to one CONTRACTOR only for all work
to be done .
7 . 5 Failure on the part of the successful bidder to execute a contract within fifteen (15 ) days after
the notice of acceptance shall be just cause for annulment of award . The OWNER may then accept
the bid of the next best-evaluated bid or re- advertise for bid .
7 . 6 If the bid of the next bidder is accepted, this acceptance shall bind such bidder as though he
were the original successful bidder.
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 .doc
Page 6 of 58
8 .0 ACCEPTANCE OF OFFER
8 . 1 The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed
accepted upon completion of all steps in the purchasing process and issuance by the County of a
contractual document.
9 . 0 PERFORMANCE
9 . 1 All material and parts shall be bid F . O . B . Destination, at the job site .
10 . 0 CONFLICT OF INTEREST
10 . 1 The bidder, by signing his bid, certifies that to the best of his knowledge or belief,
no
elected/appointed official or employee of the County is financially interested , directly or indirectly, in
the purchase of the goods or services specified on this order.
11 .0 ADDENDA
11 . 1 Addenda issued by OWNER prior to the bid opening shall be binding as if written into the
specifications . Bidders shall acknowledge receipt of the same as indicated on the bid form .
END OF SECTION 01000
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 18 .04.doc
Page 7 of 58
SECTION 01100
SPECIAL PROVISIONS
1. 0 SCOPE
1 . 1 These Special Provisions shall supplement the General Conditions and shall govern purchases
by the County of Indian River under these Specifications , except that technical specifications, if any,
will govern if any conflict arises between such technical specifications and these Special Provisions ,
2 . 0 DESCRIPTION OF THE WORK
2 . 1 The work for this project shall consist of boxing out the shoulders , milling and constructing
RAP shoulders , and resurfacing road and paving shoulder in accordance with the drawings contained
herein.
2 . 2 Extra work: Without invalidating the contract , the OWNER may at any time , by written change
order and without preliminary notice to the surety, order extra work within the general scope or alter
the work by addition or reduction , and the contract price will be adjusted accordingly .
2 . 3 Changes in work: The County shall have the right to suspend work wholly or in part for such
period or periods as may be deemed necessary due to unsuitable weather or other conditions which
the County considers unfavorable for the work to proceed . No allowance of any kind will be made
for such suspension of work except an equivalent time for completion of the contract .
2 . 4 Changed conditions : If during the progress of work, field conditions are found to differ
materially from those covered by the Specifications or from those which could reasonably have been
foreseen by the CONTRACTOR after examination of the site, the CONTRACTOR shall call such
conditions to the attention of the OWNER and necessary changes will be made to the Specifications .
If these changes entail extra work or materials and the value of such work has not been determined by
unit price under the contract, the values of such work or change shall be determined by negotiation.
The OWNER and CONTRACTOR shall execute a change order to the contract at mutually
satisfactory unit prices or lump sums for any extra work, addition or deletion made necessary by such
changed conditions and requested by the County.
3 .0 COMMENCEMENT OF WORK
3 . 1 The work shall commence immediately upon receipt of a Notice to Proceed .
4 . 0 TIME OF COMPLETION
4 . 1 The work shall be completed by July 31 , 2004 .
5 . 0 CONTRACT PRICE
5 . 1 The County shall pay the CONTRACTOR the lump sum amount for the work at the price(s)
stated on the bid form upon completion and fmal acceptance by the ENGINEER. No additional
payment shall be made to the CONTRACTOR except for additional work or materials as stated on a
valid change order issued by the County prior to the performance of the work or delivery of materials .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 . doc
Page 8 of 58
5 . 2 Final Payment Acceptance : The acceptance by the CONTRACTOR of final payment due on
termination of this contract shall constitute a full and complete release of the County from any and all
claims, demands and causes of action whatsoever which the CONTRACTOR, its successors or
assigns have or may have against the County under the provisions of this contract .
6. 0 EXAMINATION OF THE SITE
6 . 1 Before submitting this bid, the bidder shall visit the job site in order to ascertain the prevailing
local conditions, which may affect the work to be done .
6 . 2 No payment for additional work or materials shall be made upon any claim of changed
conditions (s) if such condition(s) could have been reasonably foreseen upon diligent examination of
the site prior to submission of the bid .
7. 0 COOPERATION/COORDINATION
7 . 1 The OWNER and its authorized representatives shall be permitted free access and every
reasonable facility for the inspection of all work and materials .
7 . 2 Work by OWNER : The County hereby reserves the right to perform activities in the area
where work is being done under this contract with its own forces .
7 . 3 Work by Other CONTRACTORS : The County hereby reserves the right to permit other
CONTRACTORS to work within the area, which is the site of the work under the contract .
7 . 4 Coordination : CONTRACTOR shall afford OWNER and other CONTRACTORS reasonable
opportunity for the introduction and storage of their equipment, materials and the execution of their
work concurrently, and shall properly coordinate its work with theirs in the best interest of the
County.
8 . 0 BONDS
8 . 1 Bid Security : Each bid must be accompanied by a cashier's check, certified check or bid bond
in the form attached to these specifications payable to INDIAN RIVER COUNTY in the amount of .
five (5 ) percent of the bid submitted . Bid security will be forfeited if the successful bidder fails to
execute a contract with the County substantially in the form attached hereto within fifteen (15 ) days
after notification of award of the contract. The OWNER shall within twenty (20) business days after
the opening of the bids , return the bid securities of all bidders except those posted by the three lowest
responsive bidders, whose bid securities will be returned upon the final award and execution of the
contract between the successful bidder and the OWNER, and after proof of insurance and/or a
Performance Bond as specified herein has been received by OWNER.
8 . 2 Performance & Payment Bonds : The CONTRACTOR shall furnish a Performance Bond in the
form attached to these specifications in an amount of 125 % of the lump sum amount bid as security
for the full and complete performance of the contract and a separate Payment Bond in the amount of
100% of the lump sum bid as security for the payment of all persons performing labor, furnishing
materials or furnishing equipment in connection with the contract .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 . doc
Page 9 of 58
8 . 3 Requirements as to Surety : The surety or Sureties shall be a company or companies
satisfactory to the County . Any surety shall be required to have a resident agent in the State
of
Florida and shall be duly licensed to conduct business therein . The requirement of a Florida resident
agent may be waived by the County if evidence satisfactory to the County is provided that applicable
requirements have been met to permit service of process on a State official under State law .
END OF SECTION 01100
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 10 of 58
SECTION 01200
GENERAL CONDITIONS
1 . 0 RESPONSIBILITIES OF THE CONTRACTOR
1 . 1 Performance : The CONTRACTOR shall perform all authorized work initiated by the OWNER
promptly and diligently in a good, proper and workmanlike manner in accordance with these
Specifications . The CONTRACTOR, in doing the work, shall have the freedom to perform the
authorized work by such means and in such a manner as he may choose within the limits of these
Specifications. Employees of the CONTRACTOR shall not be deemed employees of the OWNER
for any purposes whatsoever.
1 . 2 Materials, Services and Facilities : The CONTRACTOR shall provide and pay for all labor,
tools, equipment, transportation and materials and these shall be of a high quality in every respect .
The CONTRACTOR'S employees shall be as clean and in good appearance as the job conditions
permit and shall conduct themselves in an industrious and courteous manner. Modern tools kept in
good working order shall be utilized . Adequate first aid supplies shall be provided by the
CONTRACTOR and shall be accessible to the employees .
1 . 3 Subcontractor The CONTRACTOR may utilize service or specialty SUBCONTRACTORS on
those parts of the work, which under normal contracting practices , are performed by specialty
SUBCONTRACTORS . The following provisions shall apply :
1 . 3 . 1 The CONTRACTOR shall notify the OWNER in writing of any subcontract that is to be
utilized and no subcontractor shall be employed without the written approval of the OWNER .
1 . 3 . 2 The CONTRACTOR shall be as fully responsible to the OWNER for acts and omissions
of persons directly or indirectly employed by him as he for the acts and omissions of persons
strictly employs him .
1 . 3 . 3 Nothing contained in this contract shall create any kind of contractual relationship
between the SUBCONTRACTORS and the OWNER.
1 . 4 Compliance with Laws and Regulations : All County, State and Federal law, regulations or
ordinances must be strictly observed . CONTRACTORS shall be responsible for all practical and ,
legal notices and signals to the public while the work is in progress and shall take precautions that
may be necessary to protect life and property.
1 . 5 Responsibility for Damages : The CONTRACTOR shall indemnify and hold harmless the
OWNER from all suits, actions or claims of any character brought on account of any injuries or
damages received or sustained by any person, persons , or property by or from the said
CONTRACTOR, or by or in consequence of any neglect in safeguarding the work through the use of
unacceptable materials or workmanship or by or on account of any activity or omission, neglect or
misconduct of the CONTRACTOR, a SUBCONTRACTOR or by an account of, any claim or
amounts recovered from any infringement of patent, trademark or copyright or from any claims or
amounts arising or recovered under the " Workers Compensation Law " or any other law , by-laws ,
ordinance, order or decree .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 . doc
Page 11 of 58
1 . 6 Enforcement or Litigation Cost : The CONTRACTOR shall pay all costs and expenses that
may be incurred by the County ( i ) in enforcing compliance by the CONTRACTOR with
the
provisions of this contract, or ( ii) in defending any proceeding or suit brought against the County for
violation by the CONTRACTOR, of any law or ordinance , or (iii ) in defending any action or suit for
which indemnification is required thereunder. If the County shall be, or be made, a party to any
litigation with respect to any matter arising out of, or related to , this contract as to
which the
CONTRACTOR is at fault or responsible, the CONTRACTOR shall pay all judgments , decrees and
costs , including reasonable attorney' s fees , incurred by or imposed upon, the County in connection
therewith .
1 . 7 Insurance :
1 . 7 . 1 OWNERS and SUBCONTRACTORS Insurance : The CONTRACTOR shall not
commence work until he has obtained all the insurance required under this section , and until
such insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any
SUBCONTRACTOR to commence work until the SUBCONTRACTOR has obtained the
insurance required for a CONTRACTOR herein and such insurance has been approved unless
the SUBCONTRACTOR's work is covered by the protections afforded by the
CONTRACTOR' s insurance .
1 . 7 . 2 Compensation Insurance : The CONTRACTOR shall procure and maintain worker's
compensation insurance to the extent required by law for all his employees to be engaged in
work under this contract . In case any employees are to be engaged in hazardous work under
this contract and are not protected under the worker's compensation statute, the
CONTRACTOR shall provide adequate coverage for the protection of such employees .
1 . 7 . 3 Public Liability Insurance : The CONTRACTOR shall procure and shall maintain
commercial general liability insurance (including contractual coverage) and
commercial automobile liability insurance in amounts referenced in Exhibit A . The
OWNER shall be an additional named insured on this insurance with respect to all
claims arising out of the operations or work to be performed.
insufaHGG «all o
) Of the, GGMPICAG
f .
T+' a oomarit to anol- la tl- a GQU t) r to GEHAAFont nolle i'nr Ung- inst-ollotinr� of
�E-C-gip - - - --- - - --- - - - ---- v - - - - -- -- -- - - - - --- - - Ung-
eTl.
1 . 7 . 5 Proof of Carriage of Insurance : The CONTRACTOR shall furnish the OWNER a
certificate of insurance in a form acceptable to the OWNER for the insurance required.
Such certificate or an endorsement provided by the CONTRACTOR must state that the
OWNER will be given thirty (30) days written notice prior to cancellation or material
change in coverage ,
1 . 8 Permits and Licenses : The CONTRACTOR shall procure all permits and licenses , pay all
charges and fees and give all notice necessary and incidental to the performance of the work .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 .doc
Page 12 of 58
1 . 8 . 1 The COUNTY will provide signed and sealed drawings required to obtain permits .
1 . 9 Assignment of Contract: The County reserves the right to terminate a contract by giving thirty
( 30) days notice in writing, of the intention to terminate if at any time the CONTRACTOR fails to
abide by or fulfill any of the terms and conditions of the contract . The County also reserves the right
to terminate this contract for the convenience of the County, and/or with or without cause .
1 . 9 . 1 Fiscal Non -Funding: In the event sufficient budgeted funds are not available for a new
fiscal period, the County shall notify the vendor of such occurrence, and the contract shall
terminate on the last day of the current fiscal period without penalty or expense to the County.
1 . 10 Liens : Before the final acceptance of the work and payment by the OWNER, the
CONTRACTOR shall furnish to the OWNER proper satisfactory evidence, under oath, that all
claims for labor and materials employed or used in the construction of said work have been settled
and no 1 egal claim can be filed against the OWNER for such labor and materials . If such evidence is
not furnished to the OWNER, such amounts as may be necessary to meet the unsatisfied claims may
be retained from moneys due to the CONTRACTOR under this contract until the liability shall be
fully discharged .
2 . 0 CONDUCT OF THE WORK
2 . 1 Al I parts and materials to be permanently installed shall be new and of the most suitable grade
for the purpose intended . Equipment shall be modern, in good condition, and of adequate size and
proper type to perform the duty required .
2 . 2 Defective Work And Materials.
2 . 2 . 1 Al I materials furnished or work done , when not in accordance with the intent of these
Specifications , shall be rejected and shall be removed immediately and replaced by suitable
and satisfactory work and materials . Failure to reject any defective work or materials will not
prevent later rejection when such a defect is discovered and shall not relieve the
CONTRACTOR of his obligation to fulfill his contract even though such work and materials
have been previously inspected by the OWNER and accepted ; it shall not obligate the OWNER
to final acceptance nor shall it prevent the OWNER in any time subsequent from recovering
damages from work actually shown to be defective within a one ( 1 ) year period after the final
acceptance.
2 . 2 . 2 If the CONTRACTOR fails to remove any defective work or materials , the OWNER
shall have the right to stop work and remedy the cause at the expense of the CONTRACTOR.
2 . 2 . 3 If the OWNER deems it expedient to accept minor imperfect work, the OWNER shall
have the right to retain such work and an equitable deduction shall be made in the Contract
price .
2 . 3 Damage to the Work. Until final acceptance of the work by the OWNER, it shall be under the
charge and care of the CONTRACTOR and he shall take every necessary precaution against injury or
damage to the work by the action of the elements , or from any other cause whatsoever.
The
CONTRACTOR shall rebuild, repair, restore and make good, at his own expense , damages to any
portion of the work before its completion and acceptance .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 13 of 58
2 . 4 Final Cleanup . Before the work is considered complete, al l rubbish and unused material due
to , or connected with, the work must be removed and the premises left in a condition satisfactory to
the OWNER. A 11 property, public or private , disturbed or damaged, during the execution of the work
shall be restored to its former condition . Final payment will be withheld until such work
is
accomplished .
3 .0 SAFETY AND PROTECTION
3 . 1 Safety. The CONTRACTOR shall furnish and install al l necessary equipment and facilities for
the protection of the workers and the safety of the public and shall carry on this work in a manner
best calculated to avoid injury to the public or to the workers .
3 . 2 Protection of Adjacent Property and Utilities : The CONTRACTOR shall conduct his work in
such a manner as to avoid damage to adjacent private or public property and shall immediately repair
or pay for any damage incurred through his operations . The CONTRACTOR shall take cognizance
of al I existing utilities and he shall operate with due care in the vicinity of such utilities and shall
immediately repair or have repaired at no additional costs to the OWNER any breakage or damage
caused by his operation . Should the OWNER be required to make such repairs , the cost of such
repairs shall be deducted from the contract price .
4. 0 TERMINATION/DEFAULT
4 . 1 If the CONTRACTOR shall be adjudged as bankrupt, or if he should make a general
assignment for the benefit of his creditor(s) , or if a receiver shall be appointed for the
CONTRACTOR, or if he should persistently or repeatedly refuse or fail to supply enough properly
skilled workmen or proper materials , or if he should refuse or fail to make payment to persons
supplying labor or materials for the work under the contract, or persistently disregards instructions of
the OWNER, or fails to observe or perform, or be guilty of a substantial violation of any provision of
the contract documents , then the OWNER, after serving at least ten (10) days prior written notice to
the CONTRACTOR of its intent to terminate , and such default shall continue unremedied for a
period of ten (10) days , may terminate the contract without prejudice to any other rights or remedies
and take possession of the work; and the OWNER may take possession of, and utilize in completing
the work, such materials , appliances and equipment as may be on the site of the work and necessary
therefore . The CONTRACTOR shall be liable to the OWNER for any damages resulting from such .
default .
5 . 0 DELAY
5 . 1 Notwithstanding the contract schedule, the County shall have the right to delay performance for
up to three (3 ) months as necessary or desirable, and such delay shall not be deemed a breach of
contract, but the contract schedule shall be extended for a period equivalent to the time lost by reason
of the County' s delay.
5 . 2 If the work is stopped or delayed for more than three (3 ) months , either in whole
or in
substantial part, either the County or CONTRACTOR may elect to terminate the contract because of
such delay. If such stoppage or delay is due to actions taken by the County within its control,
CONTRACTOR' S sole remedy under the contract shall be reimbursement for costs reasonably
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 14 of 58
expended in preparation for or in performance of the contract plus CONTRACTOR ' S lost profit for
the period of CONTRACTOR ' S performance on the jobsite .
5 . 3 If the performance of the contract is delayed by fire, lightning, earthquake , cyclone or other
such cause completely beyond the control of either the County or CONTRACTOR, then the time for
completion of the contract shall be extended for a period equivalent to the time lost by reason of any
of the aforesaid causes .
6. 0 WARRANTY/GUARANTEE
6 . 1 CONTRACTOR warrants and guarantees to OWNER that all materials will be new unless
otherwise specified and that all work will be of good quality and free from defects and in accordance
with the Specifications .
6 .2 CONTRACTOR agrees to remedy promptly and without cost to OWNER, any defective
materials or workmanship that appear within one (1) year from the date of completion of the work .
6 . 3 No provision contained in these Specifications shall be held to limit CONTRACTOR ' S liability
for defects to less than the legal limit of liability in accordance with law.
6 . 4 No provision contained in these Specifications shall be held to limit the terms and conditions of
the Manufacturer' s Warranty and CONTRACTOR shall secure parts , materials and equipment to be
installed with Manufacturer's full warranty as to parts and service for one (1) year wherever possible .
6 . 5 . Asbuilt Drawing Requirements
6 . 5 . 1 Prior to Final Acceptance, the CONTRACTOR shall submit to the OWNER one ( 1 )
set of As built Plans . This plan set shall show the exact way in which the installation was
constructed, including all changes during the course of the project .
6 . 5 . 2 The CONTRACTOR shall correct any errors to the As-Built plans upon review by the
ENGINEER before Final Acceptance is complete .
7. 0 NOTICES
7 . 1 Notices to the CONTRACTOR pursuant to these Specifications shall be deemed to have been
properly sent when mailed to the CONTRACTOR at the address provided on the bid form .
7 . 2 Notices to the County shall be deemed to have been properly sent when mailed to the Indian
River County Public Works Department, 1840 25th Street, Vero Beach, Florida 32960 ,
8 . 0 DISPUTE
8 . 1 Except as otherwise provided in this contract , any dispute concerning a question of fact or of
interpretation of a requirement of the contract which is not disposed of by mutual consent between
the parties shall be decided by the Public Works Director, who shall reduce the decision to writing
and furnish a copy thereof to the parties . In connection with any dispute proceeding under this
clause, the party shall be afforded an opportunity to be heard and to offer evidence in support of its
version of the facts and interpretation of the contract .
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 15 of 58
8 . 1 . 1 The Public Works Director shall make such explanation as may be necessary
to
complete, explain or make definite the provisions of this contract and the findings , and
conclusions shall be final and binding on both parties . Pending the final decision of a dispute
thereunder, CONTRACTOR shall proceed diligently with its performance of the contract in
accordance with the preliminary directions of the Public Works Director.
9 . 0 TERMINATION BY THE COUNTY
9 . 1 The County reserves the right to terminate a contract by giving thirty (30) days notice
in
writing, of the intention to terminate, if at any time the CONTRACTOR fails to abide by or fulfill any
of the terms and conditions of the contract . The County also reserves the right to terminate this
contract for the convenience of the County, and/or with or without cause .
9 . 2 Fiscal Non-Funding : In the event sufficient budgeted funds are not available for anew fiscal
period, the County shall notify the vendor of such occurrence and the contract shall terminate on the
last day of the current fiscal period without penalty or expense to the County.
10. 0 PUBLIC ENTITY CRIMES
10 . 1 Public Entity Crimes - Section 287 . 133 of the Florida State Statutes requires that a
CONTRACTOR submit a sworn statement concerning Public Entity crimes before a purchase of
$ 10 , 000 . 00 or more can be made by a Government Entity. Bidders are required to submit
the
enclosed form ( Refer to Forms Section of Bid Document) with their bid, as failure to do so may be
reason for rejection of bid.
11 . 0 PUBLIC DISCLOSURE STATEMENT
11 . 1 Conflict of Interest : Any entity submitting a bid or entering into a contract with the COUNTY
shall disclose any relationship that may exist between the contracting entity and a County
Commissioner or County employee . The relationship with either must be disclosed as follows :
11 . 1 . 1 Father, mother, son daughter, brother, sister, uncle, aunt, first cousin, nephew, niece,
husband, wife, father-in-law, mother-in -law, daughter- in - law, son - in -law, brother-in -law,
sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, half brother, half .
sister, grandparent, or grandchild.
11 . 2 The term "affiliate" includes those officers , directors , executives, partners, shareholders ,
employees , members, and agents who are active in the management of the entity. The disclosure of
relationships shall be a sworn statement made on a county approved form. (Form provided in the
Forms Section of this Bid) . Failure to submit form may be cause for rejection of bid .
END OF SECTION 01200
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 16 of 58
SECTION 01610
TECHNICAL SPECIFICATIONS
SECTION - 1
STANDARD SPECIFICATIONS
All work of this Contract shall conform to the applicable technical specifications of Florida
Department of Transportation Standard Specifications for Road and Bridge Construction, 2004 , and
Supplements thereto as noted in the Special Provisions and addenda thereto , except as modified and
supplemented hereinafter. Reference to Article numbers herein- after apply to the FDOT Standard
Specifications , and reference in FDOT Standard Specifications to Department shall be taken as the
Owner or its appointed Representative . Wherever the Specifications , Supplementals, etc . may refer
to the " Owner" , "Department" , " State of Florida Department of Transportation" , or words relating to
offices of State Government, such words shall be taken as meaning Owner or Indian River County,
Florida. Wherever the word Resident Engineer appears, it shall be taken to mean an authorized
representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act
as an agent for Indian River County, assigned to observe the progress quantity and quality of the
work .
SECTION - 4
SCOPE OF THE WORK
Section 4-3 . 5 Value Engineering Incentive is deleted in its entirety.
SECTION 102
MAINTENANCE OF TRAFFIC
A . General : Work under this section consists of maintaining traffic within the limits of the
project for the duration of construction in accordance with the U. S . Department of
Transportation's Manual On Uniform Traffic Control Devices (MUTCD) 2000 Edition, FDOT
Index 600 Series and FDOT Standard Specification Section 102 .
B . Compensation : Lump Sum Payment shall include all items and services necessary for the safe
maintenance of traffic within the project limits . This shall include, but not be limited to ,
construction signs, flaggers, construction and advisory signing, lights , embankment , base
material, asphaltic concrete, striping, cones , maintenance of pavement, commercial material
for driveway maintenance, flashing arrow boards, high intensity flashing detours , temporary
pavement markings , Type II and Type III Barricades , dust control and all items necessary to
meet the maintenance of traffic requirements of U. S . Department of Transportation' s Manual
On Uniform Traffic Control Devices (MUTCD) 2000 Edition, FDOT Index 600 Series and
FDOT Standard Specification Section 102 .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 17 of 58
C . Non- Compliance : Should the Owner or Engineer determine that traffic within the project is
not being maintained in accordance with the approved traffic control pian or presents a public
safety concern , the contractor shall have until the end of the working day, in which
notification is given, to take action to modify the maintenance of traffic . Should
the
contractor fail to make such modification the Owner shall have the option to fine
the
Contractor $400 per day until remedied .
SECTION 120
EMBANKMENT
Price and payment will be full compensation for all earthwork including all material for constructing
the embankment ; all clearing and grubbing ; removal of rubbish and vegetation ; all excavating; boxing
out shoulder widening; placing and compacting material , compacting existing subgrade ; removal and
disposal of excess material ; grading shoulders to match elevation of pavement edge and existing
ground ; dressing of the surface; and maintenance and protection of completed earthwork .
Payment will be made under :
Item No . 120- 6 - Embankment — Lump Sum
SECTION 234
SUPERPAVE ASPHALT BASE
A. Sub Article 234- 10 (Page 208) is modified by deleting any reference to adjustment of pay area
and replacing it with the following :
No additional payment will be made for base thickness in excess of the specified thickness
B . Payment shall be made under :
Item No . 285 -7 — Asphalt Base ,Type B - 12 . 5 - Per Square Yard
SECTION 300
PRIME AND TACK COATS
All prime and tack materials as identified in the 2004 FDOT Road and Bridge Specifications and
2004 Supplements may be used . Article 300-9 Basis of Payment (Page 209) is deleted and the
following substituted : The quantities to be paid for under this Section shall be included in the cost of
the following contract items :
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 18 of 58
A . Prime Coat - included in 'Base " Pay Item .
B . Tack Coat - included in "Asphaltic Concrete " Pay Item
C . Bituminous Material (Plant Mix) ( asphalt cement . 20/30) - to be included in Asphaltic
Concrete .
SECTION 327
MILLING OF EXISTING ASPHALT PAVEMENT
A. Contracor taking ownership of milled material is deleted . Milled material shall be utilized as
indicated in the drawings contained herein .
B . Payment shall be made under:
Item No . 327 -70 — Milling Existing Asphalt Pavement —SY
SECTION 329
COLD RECYCLED BITUMINOUS BASE COURSE
DESCRIPTION - This work is the in-place construction of a Cold Recycled Bituminous Base Course,
using either reclaimed asphalt pavement (RAP) material and/or reclaimed aggregate material (RAM) ,
combined with virgin aggregates and/or bituminous material . It is the intent of this contract to
recycle 100% of the existing asphalt pavement to ensure that the completed recycled base course will
be of a consistent material and thickness throughout . This will include, but is not limited to , all
existing asphalt pavement adjacent to all concrete curbing, storm sewer inlets , manholes, sanitary
sewer manholes, and all utility valve boxes . The existing asphalt pavement in the above-described
locations must be included in the recycling process in order to construct a bituminous base course
with a uniform thickness throughout 100 % of the proposed area. All work on this contract must also
conform to specifications per AASHTO -AGC -ARTBA Task Force 38 Report (available from
American Association of State Highway and Transportation Officials, 444 North Capital Street NW,
Suite 249 , Washington, DC 20001 ) . The intent of this contract is to utilize the specified process
which is clearly defined in Task Force 38 as being a completely separate discipline from Full Depth
Reclamation . Therefore Full Depth Reclamation or any variation of will not be accepted .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 19 of 58
DEPTH - Mill to a minimum depth of 5 ". Excavate milled material and replace with new recycled
base course material or binder to the required depth and compact .
SLOPE - A minimum 2 % Cross Slope shall be maintained through the length of the project .
MATERIAL -
A . Reclaimed Material
Reclaimed Asphalt Pavement - Processed paving material containing bitumen and
aggregates , hereinafter called (RAP) .
NOTE : Ninety- five percent (95 %) of the bituminous material is required to pass through a
two -inch (2 ") sieve .
B . Bituminous Material - Add to the mix the type and quantity of bituminous material as
determined by Design . Use bituminous material conforming to the applicable
requirements of FDOT Standard Specifications for Road and Bridge Construction
2000 . Use the following :
C . Emulsified Asphalt - CSS - 1H , E- 1 8R or approved equivalent alternate .
D . Aggregate - FDOT Standard Specifications for Road and Bridge Construction
2000, Section 9014 .4, Nos . 57 and 67, No . 2 . Add the gradation and quantity to the
mix as required by field conditions and/or directed .
E . Testing - One ( 1 ) core sample must be taken for every 500 lineal feet, with a minimum
of a 6 " core bit, on each street that is part of this project . This hole must be patched
with cold patch . Supply representative samples of the RAP material or pavement core
samples , bituminous materials , and virgin aggregate to a laboratory for preliminary
testing to determine the optimum moisture content, type of bituminous material, and
proportions . Obtain guidelines on sampling procedures from the Florida Method of
Sampling and Testing as found in the Field Sampling and Testing Manual ,
F . Mixture - Combine the reclaimed material, aggregates , and bitumen, meeting the
requirements specified, in such proportions that the total aggregate and bitumen in the
base course conforms to a mixture of acceptable composition and stability. Make field
adjustments to the recommended mix design under the guidance of a knowledgeable
and competent technician to obtain a satisfactory recycled mixture .
ASPHALT CONTENT — The approved Emulsion will be added at a rate that has been
determined by a proper mix design and approved by the engineer.
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 .doc
Page 20 of 58
CONSTRUCTION
A . Equipment - Use equipment that will produce the completed base course in -place as
follows :
1 . Use a single processing unit capable of planing, sizing and mixing all materials
in -place and which are capable of placing the recycled base course in a single
pass lay down . The single unit train must recycle a minimum lane width of ten
feet in one pass .
2 . Use a multi -unit train capable of planing, sizing and mixing all materials in-
place as specified . Up- cutting machines shall not be permitted unless
secondary crushing is conducted in-place prior to mixing and the introduction
of bituminous material . The multi -unit train must recycle a minimum lane
width of ten feet in one pass .
3 . Use only bituminous pavers as specified in FDOT Standard Specifications
for Road and Bridge Construction 2000, Section 320- 6 for lay down of
materials .
4 . Maintain all equipment in a satisfactory operating condition as specified in
FDOT Standard Specifications for Road and Bridge Construction 2000,
Section 320 .
5 , Recycling Around Utilities - So as to recycle 100 % of the roadway, use a small
milling machine to mill to a minimum depth of 5 " longitudinally around all
manholes , inlets and any other structures not accessible or practical to be
milled by milling/mixing machine . The milled product produced by the small
mill will be the same as the large mill and of equal gradation to produce a
uniform recycled bituminous base course . Remove milled material and replace
with new recycled bituminous base course material or binder.
B . Mixing - Mixing of all reclaimed materials , aggregate and emulsified asphalt
will be conducted in-place . Maintain a proper moisture content to assure
thorough mixing of all materials in-place .
1 . In-Place Mixing - Spread the required quantity of reclaimed material and
aggregate, if required, on the prepared area in a uniform loose layer to obtain
the specified compacted depth. Adjust the travel speed of the mixer to obtain a
thorough and uniform mixture in a single pass .
2 . Ensure that positive displacement pumps accurately meter the planned amount
of bituminous material and the milling machine mixes it thoroughly with the
RAP materials . The pump shall be mechanically or electronically interlocked
with the ground speed of the machine . The bituminous metering system and
water metering system shall be capable of continuous monitoring (GPM) flow,
and totaling the quantity of bituminous material applied into the mixing
chamber.
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 21 of 58
C . Compaction - Provide a compacted layer depth of not less than three inches ( 3 " ) , not
more than five inches ( 5 " ) . After each course has been uniformly spread, allow that
course to cure as necessary prior to the rolling . Roll with rollers meeting the
requirements of FDOT Standard Specifications for Road and Bridge Construction
2000, Section 330- 11 . Commence rolling at the low side of the course , except leave
three to six inches ( 3 - 6 " ) from any unsupported edge or edges unrolled initially to
prevent distortion . The in-place density of each compacted course will be determined
in accordance with Section 330- 11 .3 . 1 . Density readings will be taken by a licensed
nuclear gauge operator and witnessed by the Inspector. Construct at least two (2 )
control strips by varying the roller sequence to achieve maximum density. Compact
the remaining recycled mixture to a target density of at least 96% of the highest
average control strip density. Use both a pneumatic tire roller (25 -30 ton) and a steel
roller ( 10 ton or larger) , operated in a vibratory mode in the rolling operation .
D . Finishing - Complete the finishing operation during daylight hours . The roadway must
be open to the traveling public at all times .
E . Protection - As per FDOT Standard Specifications for Road and Bridge
Construction 2000, Section 330- 14 . Protect any finished portion of the base course
upon which construction equipment is required to travel to prevent marring, distortion,
or damage of any kind . Immediately and satisfactorily correct any such damage .
F . Surface Tolerance - As per FDOT Standard Specifications for Road and Bridge
Construction 2000, Section 330- 13 .3 . Check the surface smoothness transversely
with acceptable templates and longitudinally with straightedges in accordance with the
requirements of Section 33043 .3 . Satisfactorily correct any surface irregularity that
exceeds 1 /2 inch under a template or straightedge, and that the engineer deems
obj ectionable .
G . Tests for Depth of Finished Base Course - Determine the depth of Recycled
Bituminous Base Course by cutting or drilling holes to the full depth of the completed
base course . Make one depth measurement for each 500 lineal feet or less of
completed base course . Remove and satisfactorily replace any section deficient 1 /2
inch or more from the specified depth at no expense to the County.
Start the immediate correction of sections of the base course, which are deficient in
depth at the point of the determined deficiency and proceed longitudinally and
transversely until the base course is found to meet the specifications .
Cut or drill all test holes , backfill with similar and/or acceptable material, and
satisfactorily compact at no expense to the County. This operation will be under the
supervision of the County, who will check the depth for record purposes .
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 22 of 58
H . Base Failure - In the event of any unstable or failed area of the recycled asphalt base
course, the Engineer will determine if the failure is due to the incorrect processing of
the recycled asphalt material or if deeper underlying material or drainage problems are
responsible for the failure . In the event it is determined by the Engineer and the
contractor that the failure is due to the recycled asphalt material being at fault, the
contractor will excavate the failed area and back fill and compact with suitable new
material . If the problem is not due to the recycled asphalt material , then the area will
be excavated and repaired and either a bid pay item or a change order will be used .
I . Maintenance and Traffic - Maintain the completed base course and control traffic as
specified in FDOT Standard Specifications for Road and Bridge Construction
2000 , Section 102 . Use a pilot car for speed control if damage to the completed base
course, such as raveling, is likely to occur.
J . Traffic Control - Flagging and other traffic control measures shall be in accordance
with FDOT Standard Specifications for Road and Bridge Construction 2000 ,
Section 102 .
K. Pre- Construction Testing - The Bidder is required to take representative core samples
of the roads proposed in this contract to insure adequate depth of suitable material for
recycling. The results of these core samples, along with a suggested mix design of
asphalt content must be submitted in a separately sealed envelope at the time of the bid
opening . FAILURE TO COMPLY WILL BE REASON TO REJECT THE BID .
L . Curing - Allow the recycled base course to cure for at least one week before placing
the wearing course .
M . Failure to comply with testing, construction methods or specified equipment will be
cause to terminate contract.
DOCUMENTATION
A . Delivery Tickets - All delivery tickets and notes regarding any materials brought to the
project site to complete this Contract must be given to the County upon delivery to the
project site . These tickets must be signed by an approved representative of the County
at the time of delivery.
B . Meter Readings - Before the start and at the end of each day' s work, the County' s
representative must be permitted access to the mixing equipment in order to read the
meter to verify the quantity of asphalt emulsion applied during the day' s work.
F :\Public Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 23 of 58
MEASUREMENT AND PAYMENT
Price and payment will be full compensation for all materials , labor, coring, testing, mix design ,
placement compaction , traffic control , surface protection , and repair of deficient sections .
Measurement of the Cold Recycled Bituminous Base Course is calculated by the square yard of the
original roadway. The payment is made based on what is recycled not what is placed as the final base
course by the paver .
Payment shall be made under :
Item No . 300- 1 - 7 — Emulsified Asphalt — Per Gallon
Item No . 325 -75 — Cold Recycled Bituminous Base Course , 4" — Per Square Yard
SECTION 334
SUPERPAVE ASPHALT CONCRETE
A . Subarticle 334- 10 (Page 265 ) is modified by the addition of the following :
Included in this payment will be tack coat and bituminous materials (Plant Mix) . No separate
payment or unit price adjustments will be made for bituminous materials .
B . Payment shall be made under :
Item No . 334- 1L — SP - 12 . 5 Level C , Asphaltic Concrete Leveling Course ( 1 . 5 " - 2 . 5 " . ) — Ton .
Item No . 334- 1S — SP - 9 - 5 Level C , Asphaltic Concrete Surface Course ( 1 ") — Ton
SECTION 573
HYDRO- SEEDING
A. The work specified in this Section shall consist of all materials , labor, equipment , and
supervision necessary to apply a slurry of seed, fertilizer, and mulch to establish a healthy
stand of grass . All sloped areas , such as berms , swales , and banks shall be grassed by hydro -
seeding.
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 24 of 58
B . Materials :
The type and quantity of grass seed shall be as specified in Index 104 of FDOT Roadway and
Traffic Design Standards and shall conform to the requirements of Section 981 of the FDOT
Standard Specifications .
The mulch shall be a wood cellulose fiber especially prepared for use in hydro - seeding, such
as the material supplied by Terra-Mulch ( 800) 726 -6414 and shall be applied in the slurry
mixture at the rates recommended by the manufacturer for the slopes being covered .
The fertilizer shall conform to the requirements of Section 982 of FDOT Standard
Specifications and shall be applied in the slurry mixture at a rate of 1000 pounds per acre .
C . Constriction Methods
The proportions of seed , mulch, and fertilizer shall be mixed with water and other appropriate
components , such as lime tacking agents and growth stimulants , and be applied with
equipment specifically designed for mixing and applying the slurry. The slurry shall be
uniformly applied over the area being covered and provide the specified rates of application .
Work shall be in accordance with the directions of the hydro -seeding equipment
manufacturer, and the material supplier.
D . Basis of Payment
Work and incidental costs specified as being covered under this Section will be paid for at the
contract unit price for the quantities satisfactorily completed and accepted.
Payment shall be made under :
Item No . 753 - 1 — Hydro - Seeding (Bahia) - Per Square Yard
SECTION 575
SODDING
A . Description : Sod for the project shall be of the variety that is common to the area and of a
variety approved by the Engineer. Where sodding an area in which previously had established
grass the new sod shall be of the same variety as existing (Argentina Bahia) .
C . Work Included : Scope of Work : The work specified in this section consists of the establishing
of a stand of grass , within the project, right-of-way, easements, and other areas indicated
on the Drawings , by furnishing and placing grass sod. Also included are fertilizing,
watering and maintenance as required to assure a healthy stand of grass .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04. doc
Page 25 of 58
C . Guarantee : All sodded areas shall be guaranteed for three months after date of final
acceptance .
Replacement of Defective Sod : Any dead sod or sod showing ( less than 95 % of a square )
indication of probable non survival or lack of health and vigor, or which do not exhibit the
characteristics to meet specifications , shall be replaced within two weeks of notice from
Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to
the Owner and shall be guaranteed for three months . All replacement shall meet original
specifications .
At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be
replaced within two weeks .
D . Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws .
The numerical designations for fertilizer indicate the minimum percentages (respectively) of
( 1 ) total nitrogen, (2) available phosphoric acid and ( 3 ) water- soluble potash contained in the
fertilizer.
The chemical designation of the fertilizer shall be 16 -4- 8 . Fertilizer shall include iron , minor
nutrients and trace elements . At least 50 percent of the nitrogen shall be derived from organic
sources . At least 50 percent of the phosphoric acid shall be from normal super phosphate or an
equivalent source which will provide a minimum of two units of sulfur. The amount of sulfur
shall be indicated on the quantitative analysis card attached to each bag or other container.
Contractor shall ensure 1 pound of nitrogen per 1 , 000 square feet .
E . Water for Grassing : Contractor shall provide the water used in the sodding operations as
necessary to meet the requirements of Article 570 - 5 and 2 . 34 .B .
F . Preparation of Ground : The area over which the sod is to be placed shall be scarified or
loosened to a depth and then raked smooth and free from debris . Where the soil is sufficiently
loose and clean, the Owner, at his discretion, may authorize the elimination of ground
preparation.
G. Application of Fertilizer : Before applying fertilizer, the soil pH shall be brought to a range of
6 , 0 - 7 , 0 ,
Contractor shall apply two (2) applications . The initial shall be fertilizer and the second
application shall be "weed and feed" .
The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per
acre , or 10 pounds per 1 , 000 square feet, by a spreading device capable of uniformly
distributing the material at the specified rate .
Contractor shall apply applications as per manufacturer' s specification. All tickets from bags
shall be handed over to the County Inspector.
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04 . doc
Page 26 of 58
H . Placing Sod : The sod shall be placed on the prepared surface , with edges in close contact and
shall be firmly and smoothly embedded by light tamping with appropriate tools .
Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished
sod elevation is 1 '/z " below paved shoulder.
Sodding shall not be performed when weather and soil conditions are, in the Engineer' s
opinion, unsuitable for proper results .
I . Watering : 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 to the full depth of the rooting zone for at least 2 weeks . Thereafter,
the
Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of
60 days (or until final acceptance , whichever is latest) .
J . Maintenance : The Contractor shall , at his expense, maintain the sodded areas in a satisfactory
condition until final acceptance of the project . Such maintenance shall include repairing of
any damaged areas and replacing areas in which the establishment of the grass stand does not
appear to be developing satisfactorily .
Replanting or repair necessary due to the Contractor' s negligence, carelessness or failure to
provide routine maintenance shall be at the Contractor' s expense .
The Contractor shall maintain the sodded area up to the final acceptance date as directed by
the Engineer. Grass height shall not exceed 6 " without mowing. Clippings shall be removed
from sidewalk .
K. Article 575 -5 (Page 532) . The first two paragraphs under this Article are deleted and the
following substituted :
The contract unit price for sodding shall include the costs of sod, fertilizer, water, tools,
equipment , labor and all other incidentals necessary.
L . Payment shall be made under:
Item No . : 575 - 1 - - Sodding (Bahia) - Per Square Yard
SECTION 710
PAINTING TRAFFIC STRIPES
A. Signing and pavement marking for traffic control shall conform to the requirements of the
Standard Specifications (2000) , Manual on Uniform Traffic Control Devices , Supplemental
Specifications , Roadway and Traffic Design Standards, manufacturers specifications .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 27 of 58
B . Payment for painting traffic stripes will be full compensation for all preparation, materials,
application , curing and protection .
Payment will be made under:
Item No . 710-22 - 61 — Skip Traffic Stripe, 6 ' of 6" Yellow with 10 ' Skip (Paint) — Per Linear Foot
Item No . 710-23 - 61 — Solid Traffic Stripe , 6" White ( Paint) — Per Linear Foot
Item No . 710-23 - 181 — Solid Traffic Stripe, 18 " White (Paint) — Per Linear Foot
Item No . 710-23 -241 — Solid Traffic Stripe, 24 " White (Paint) — Per Linear Foot
Item No . 710-24-61 — Solid Traffic Stripe, 6" Yellow (Paint) — Per Linear Foot
Item No . 711 -34 — Skip Traffic Stripe, 6 " Yellow (Thermo) — Linear Foot
Item No . 711 - 35 - 61 — Solid Traffic Stripe, 6" White ( Thermo) — Linear Foot
Item No . 711 - 36- 61 — Solid Traffic Stripe , 6 " Yellow (Thermo) — Linear Foot
+ + END OF SECTION + +
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 .04.doc
Page 28 of 58
BID FORS [
Bidder E . J . BRE ,IIE +MAN L . P .
( Bidder ' s Name )
hereafter called " CONTRACTOR " , hereby submits
TO : INDIAN RIVER County Purchasing Department
2625 19th Avenue
Vero Beach , Florida 32960
Project : Indian River County Bid 6080
Project Name Milling. Resurfacing and Shoulder Paviniz on
CR 512 from SR 60 to Fellsmere Farms and on
Oslo Road from 20`h Avenue to 27 `h Avenue
Indian River County, Florida
Bid:
The undersigned, as CONTRACTOR, declares that he/she has reviewed the plans and specifications for the
scope of the project , visited the premises to review existing conditions and has reviewed the contractual
documents thereto ; and has read all special provisions furnished Prior to the opening of Bids ; that he/she
has satisfied himself/herself relative to the work to be performed.
The CONTRACTOR proposes and agrees, if this Bid is accepted, to contract with the County in the form
of the Work in full and complete accordance with the shown, described, and reasonable intended
requirements of the plans , specifications and Contract documents to the full and entire satisfaction of the
County .
Proposed Contract Sum for CR 512 Milling Resurfacing and Shoulder Widening
From SR60 to Fellsmere Farms :
Base Bid Amount of Alternate A (cold-in-place recycled base) :
ONE MILLION ONE HUNDRED SEVENTY - FOUR THOUSAND FIVE ( 512174 , 560 , 00 )
Base Bid Price WrittenHUNDRED SIXTY DOLLARS AND ZERO CENTS
Base Bid Amount of Alternate B :
NIB ( 5 NIB
Base Bid Price Written
Note : Bidder may submit bid for Alternate A and/or Alternate B. Bidder is not required to submit bids for
both alternatives. Award of bid will be based on best alternative that falls within the limits of the available
funding.
Base Bid Amount of Paint Striping :
FOURTY ONE THOUSAND FOUR HUNDRED EIGHTY THREE ( 5412483 . 00
Base Bid Price Written DOLLARS AND ZERO CENTS
Note: Bidder is requested to submit bid for paint striping. Award of bid will include striping if it falls
within limits of available fitnding. If totalproject cost exceeds limits of funding, paint striping will be
installed by Indian River County Traffic Engineering Division.
Page 29 of 61
Addendum No. I
Page 3 of 8
Proposed Contract Sum for Oslo Road Milling, Resurfacing, and Shoulder Widening
From 20th Avenue to 27th Avenue (Includes Striping) :
Base Bid Amount:
ONE HUNDRED TEN THOUSAND EIGHT HUNDRED SIXTY SIX ($ 110 . 866 . 00
Base Bid Price Written DOLLARS AND ZERO CENTS
Performance and Payment Bond :
Cost of Performance and Payment Bond shall be included in the Base Bid Amounts listed above .
Addenda :
The following Addenda have been received and are included in the Base Bid :
Addendum No . 1 Yes X Date 6 / 3 / 04
Addendum No . 2 Yes X Date 6 / 3 / 04
Addendum No . 3 Yes X Date 6 / 7 / 04
Addendum No . 4 Yes _ Date
Time of Completion :
The Work shall commence immediately upon execution of the Contract and shall be substantially complete
on or before August 31 . 2004
Acceptance of Bid:
The CONTRACTOR understands and agrees that the Owner reserves the right to accept or reject any or all
Bids submitted within 90 calendar days from the date of the Bid opening. CONTRACTOR agrees that it
will not withdraw its Bid for said period of time .
Owner anticipates award of bid within thirteen calendar days from bid opening .
Time :
Time is of the essence . This project is funded by an FDOT Small County Outreach Program Grant. The
undersigned bidder agrees, that if awarded a contract, to execute an agreement within fourteen days and
provide necessary insurance forms in the same time frame . Any exception to these conditions must be
noted in your Bid .
Page 30 of 61
Addendum No. 1
Page 4 of 8
The undersigned hereby certifies that they have read and understand the contents of this solicitation
and agree to furnish at the prices shown any or all of the items above, subject to all instructions ,
conditions, specifications and attachments hereto . Failure to have read all the provisions of this
solicitation shall not be cause to alter any resulting contract or request additional compensation .
Respectfully Submitted,
E . J . BRENEMAN L . P . 1117 SNYDER ROAD
Name of Firm Address
BY : PHILgWAGNED CLLC , GENERAL PARTNER
l WEST LAWN , PA 19609
Authorized gignature PHI IP D . WAGNER City, State, Zip Code
PRESIDENT 610 ) 678 . 1913
Title Phone
JUNE 89 2004
Date Signed (Corporate Seal)
E -mail : operations@e.ibreneman . com
Occupational License :
FEIN Number: 234430672
Page 31 of 61
Addendum No. I
Page 5 of 8
BID SCHEDULE
CR 5ll MILLING , RESURFACING AND SHOULDER WIDENING FROM SR 60 TO
FELLSLNIERE FARMS :
ALTERNATE " A "
[ tem No Description Quantity Unit Unit Price Total Price
lot - 1 Mobilization 1 LS $ 18 , 800a00 $ 18 , 800 . 00
102 - 1 Maintenance of Traffic 1 LS $ 16 , 850 . 00 $ 16 , 850 . 00
120- 6- 1 Embankment 1 LS $ 652250w00 $ 65 , 250s00
285 -705 Optional Base Group 5 16 , 000 SY $ 4 . 55 $ 72 , 800 . 00
300- 1 - 7 Emulsified Asphalt 154,000 Gal . $ 1 . 05 $ 161 , 700 . 00
For Cold- In- Place Recycling
325 - 75 4" Cold- In- Place 88 , 000 SY $ 3 . 00 $ 264 , 000 . 00
Recycled Base (Includes
Milling Exist . Asphalt 5 " Depth)
334- 1 2 " SP 12 . 5 , Level C 11 ,440 TN $ 46 . 50 $ 531 , 960 . 00
573 - 1 Hydroseed 967000 SY $ 0 . 45 $ 43 , 200 . 00
TOTAL ALTERNATE "A" $ 1 , 174 . 560 . 00
Page 32 of 61
Addendum No. 1
Page 6 of 8
CR 512 MILLING, RESURFACING AND SHOULDER WIDENING FROM SR 60 TO
FELLSMERE FAR�NIS (CONTINUED ) :
ALTERNATE " B "
[tem No . Description Quantily Unit Unit Price Total Price
101 - 1 Mobilization 1 LS N / B
102 - 1 Maintenance of Traffic 1 LS N / B
120-6 - 1 Embankment 1 LS N / B
283 8 " RAP Shoulder 32 , 000 SY N / B
327 - 70 -4 Mill Existing Asphalt, 88 , 000 SY N / B
3 " Depth
334- 1 2V2 " SP 12 . 5 , Level C 14, 300 TN N / B
573 - 1 Hydroseed 96 , 000 SY N / B
TOTAL ALTERNATE "B " N / B
STRIPING
Item No . Description Quantity Unit Unit Price Total Price
706- 3 Reflective Pavement 2160 EA $ 8 . 50 $ 18 , 360 . 00
Markers
710 -22 -61 Traffic Stripe Skip, 35 , 500 LF $ 0 . 20 $ 71100 . 00
6" Yellow (Paint)
710-23 - 61 Traffic Stripe Solid, 72 ,200 LF $ 0 . 18 $ 12 , 996 . 00
6" White (Paint)
710- 23 - 181 Traffic Stripe Solid, 240 LF $ 4 . 00 $ 960 . 00
18 " White (Paint)
710 -23 -241 Traffic Stripe Solid, 75 LF $ 5 . 00 $ 375 . 00
24" White (Paint)
710 -24-61 Traffic Stripe Solid, 9 ,400 LF $ 0 . 18 $ 1 ,4692000
6" Yellow (Paint)
TOTAL STRIPING CR 512 $ 41 , 483900
Page 33 of 61
Addendum No. 1
Page 7 of 8
OSLO ROAD MILLING, RESURFACING AND SHOULDER WIDENING FROM 20TH AVENUE TO
27TH AVENUE ,
Item No . Description Quanti1y Unit Unit Price Total Price
101 - 1 Mobilization 1 LS $ 29250 . 00 $ 21250 . 00
102 - 1 Maintenance of Traffic 1 LS $ 59000e00 $ 52000900
120-6- 1 Embankment 1 LS $ 9 , 500 . 00 $ 92500 . 00
327 -70- 1 Mill Existing Asphalt, 59100 SY $ 4 . 16 $ 21 , 216 . 00
1 " Min. Depth
285 -7 5 %2 " B - 12 . 5 Shoulder 750 SY $ 20 . 15 $ 15 , 112 . 50
Base
334- 1L 1 % " SP 12 . 5 500 TN $ 56 . 25 $ 282125 . 00
Leveling, Level C
334- IS 1 " SP 9 . 5 330 TN $ 60 . 25 $ 19 , 882 . 50
Surface Course, Level C
425 -4 Adjust Inlet 1 EA $ 1 , 250 . 00 $ 13o250 . 00
(Raise Exist. Type "C ' Inlet with 12 "- 18 " precast collar)
425 - 5 Adjust Manhole 1 EA $ 425 . 00 $ 425 . 00
575 - 1 Sodding (Bahia) 2 , 600 SY $ 1 . 30 $ 3 , 380 . 00
706 -4 Reflective Pavement 400 EA $ 8 . 50 $ 31400 . 00
Markers
711 - 34 Traffic Stripe Skip , 1 , 140 LF $ 0 . 25 $ 285 . 00
6" Yellow (Thermo)
711 -35 -61 Traffic Stripe Solid, 31360 LF $ 0 . 25 $ 840 . 00
6" White (Thermo)
711 - 36 -61 Traffic Stripe Solid, 800 LF $ 0 . 25 $ 200 . 00
6" Yellow (Thermo)
TOTAL OSLO ROAD $ 1109866 . 00
Page 34 of 61
Addendum No. I
Page 8 of 8
BID BOND
KNOW ALL MEN BY THESE PRESENTS , that we E . J . Breneman ? L . P .
1117 Snyder Road , West Lawn , PA 19609 as
( BIDDER' S NAME)
Principal . and Western SuretX Com any .
(SURETY' S NA .ME)
a corporation duly organized under the Laws of the State of Florida as a Surety with its principal
offices in the City of Sioux Fa11s , sD and authorized to do business in the State of Florida, are
held and fumly bound unto IRIDIAN RIVER COUNTY (hereinafter called the 011X VER) in the penal
sum of Five Percent of the Bid Amount Dollars ( S__ - - 5 % - - - - - - ) )
lawful money of the United States, amounting to 5% of the total bid price , for the payment of which
sumwell and truly be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents .
Whereas said Principal is herewith submitting a Bid dated June 9 2004
for the construction of —
Project Name: Milling , Resurfacing , and Shoulder Paving
Bid Number: 6080
Project Address : 2625 19th Avenue , Vero Beach , FL 32960 - 3335
Project Description: Milling , Resurfacing and Shoulder Paving
NOW THEREFORE, the condition of the above obligation is such chat if the Principal does not
withdraw said Bid within the period of time set forth in the Bid Documents , and on or before the
fifteenth day after the Notice of Award, the Principle enters into a written contract with the OWNER
in accordance with the Bid as accepted, and if the Principal gives the required bonds with good and
sufficient sureties for the faithful performance and proper fulfillment of such Contract and for the
protection of laborers and materialmen, then this obligation shall be null and void. Otherwise, the
Principal and Surety, jointly and severally, shall on or before the sixtieth day after request by the
OWN-ER, payto the OWNER in money, the difference between the amount specified in said Bid and
the amount for which the OWNER may procure the required work if the latter amount is greater than
the krrner, together with any expense and reasonable attorney fees , including appellate proceedings ,
incurred by the OWNER if suit is brought hereon, but in no event shall Surety ' s liability exceed the
penal sum hereof plus such expenses and attorney ' s fees .
Di WITNESS 'WHEREOF, the above-bound parties have executed this instrument under their several
seals this 9th day of June 20 04 the name and corporate seal of each corporate
party beim hereto affixed and these presents duly signed by its undersigned representative pursuant
to authority of its governing body.
/ M ! / ! f ! ! / a / r ! ! / ! ! ! ! / ! / a ! / ! a ■ a / / / f ! ! 1 ! ! 7 / ! a ! ! / • / / / ! / ! ! ! a ! a �
! / ! / 1 / / / / ! � f I / a ! ! ! / ! a / a ■
WHEN 1HE PRMCIPaL IS AN INDIVID114L .
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
F:'YAech:sine:Eids'k2o03 -2004 FY ( 6000)\60FO Rascrfacmg on CRj1 . Erom SR 60 to Fe113mete Farms16050 Bid bocumcncdoc
Pap 35 orbl
Address Printed Mame of Individual
Witness
Address
■ aaaa / araaaaaa / aaaaaaawawaaa ■ • aawaaaaaaaaarwrrrrrrraaa / aa / aaa / r ■ • r / / aaaaaaaaaaa / aw
WHEN THE PRINCTPAL IS A SOLE PROPRIETORSHII? OR OMUTES UNDER A
TRADE NAME :
Signed, sealed and delivered in the presence of.
Witness Name of Partnership
BY :
Address Partner
Printed Name of Partner
Witness
(SEAL)
Address
w * a / aa ■ aa as aawaaaaaaaasawaaaa ■ aaraaaaaaaaaaaa ■ asaarwwrw / � � a / Arw ■ raa / ra \ / aaaaa a wa ■
WHEN THE PRLhCIPAL IS A PARTNERSHIP :
Si&ned, sealed and �v a in presence of
E . J . Breneman , L . P .
witlesi MARK ROHRBACH Nam f Partnership
1117 Snyder Road
West Lawn , PA 19609 By:
Address szhier
BY : PHILIP D . WAGNER CO . , LLC , GENERAL PARTNER
PHILIP D . WAGNER , PESIDENT
Printed Name of Partner
Witness
(SEAL)
Address
rrr \ r ra r / \ \ \ rr � r / ■ r / arwr • / . Aw . . . • r • • w � w Rr ar • r • r • • \ • rr / � \ a rt • r1, w
/ a • • r • / • ■ \ r / aa • aaa ■
F:lfurclt..cingiBids+.003-.00a FY (600CYN6080 Resurfacing on CR512 Czvm SR 60 to Fellsr"cm Farms\6080 Bid DOcumon[,dOC
Pap, 36 of 61
WHEN THE PRINCIPAL IS A CORPORATION :
Attest:
Secretary Name of Corporation
BY:
(Affix Corporate SEAL)
Printed dame
Official Title
CERTIFICATE AS TO CORPORATE PRINCIPAL
I certify that I am the Secretary of the corporation named as Principal in
the within bond; that who sued the said bond on behalf of
the Prieipal was then of said corporation: that I lmow
his signature, and his signature thereto is genuine ; and that said Bond was duly signed, sealed and
attested for and on behalf of Said corporation by authority of Its governing body.
Secretary ( SEAL)
iaeaa � � aruaa � � � raaaa asaai � � ■ ■ a ■ ■ a � � a � a � aaaa ■ ■ ■ ■ a � a � aaaaaaa � a ■ a ■ ■ ■ a ■ ■ s ■ aaaaaa
■ a ■ a ■
'I O BE EXECUTED BY CORPORATE SURETY :
est:
'( Western Surety Company
Secretary Corp rate Surety
Sandra L . Readinger , Witness P . O . Bo 6077 , Sioux Falls SD 57117
%siness Addrep
BY: CC
(Affix Corpora AL)
(Attach Power of Attorney)
Susan C . Klein
Attorney -In-Fact
Engle - Hambright & Davies , Inc .
Name of Local Agency
One Granite Point Drive , Suite 350
Wyomissing , PA 19610
Businuss Address
FAPurchasinpBids`.2003-:004 FY i6o0olN6o80 p=urfaeine on CF` 13 from SR 60 m Feibrnm Farnv\6080 Bid DQrUMetl[.&X
Pyre "7 of 61
STATE OF 5WIMDX PENNSYLVANIA
COUNTY OFMWx BERKS
Before me , a ;Votary Public , duly commissioned, qualified and actino, personally appeared
Susan C . Klein to me well known, who being by me first duly sworn oath,
says that he is the attorney- in- fact for the surety Company- and that he has
been authorized by Western Surety Company to execute the foregoing bond on behalf of the
CONTRACTOR named therein in favor of the County of Indian River, Florida, Subscribed and
sworn to before me this 9th day of June 20 04
Nota tSW �� Q •
M&*M A Bmei6, Notary Pubk
WyomisftBm, BeftCourriy Notary Public, State of95 Pennsylvania
nny Corrunission Expires Nov. 18, 2006
My Commission Expires : mwber, Penns*arO Association or Notaries
Any claims under this bond shall be addressed to :
Name and address of Surety Western Surety Company
101 South Phillips Avenue
P . O . Box 5077
Sioux Falls , SD 57117 - 5077
Name and address of agent
or representative in Florida
if different f rn above: Mark A . Coolbaugh
2600 Lucien Way
Maitland FL 32794
Telephone number of Surety
and agent or representative in Florida: (".jg�7j 919 = 2263
F:'• P�r. ssing\Bid5�003 X004 FY (6000)\6080 Resurfa:ins oq CR_t l � 1 = SR 60 to Fellamue Farms\6080 Bid Document.doe
pie J8 of 61
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY=IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and
seal herein affixed hereby
snake, constitute and appoint
Susan C Klein, Timothy E Koenig, R Scott Miller, Jon K Miles, Anthony Garro, Debra
Huber, Ellen Hafer, Individually
of Wyomissing, PA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for
and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and
all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated,
by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 19th day of April, 2004 .
WESTERN SURETY COMPANY
Er}C
!+ o
tilifiO*VO� '�.'Sb23.
Paul . % 1flat, Senior Vice President
State of South Dakota
ss
County of Minnehaha
On this 19th day of April, 2004, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say:
that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in
and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such
corporate seal ; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant
to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires
+ D. KRELL +
November 30, 2006i NOTARY PUBLIC SE i
RR�� SOUTH DAKOTAc i
♦ ti�rtiwati�titirtitititititirtititititi
Well , ry Public
CERTIFICATE
1, L. Nelson , Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is
still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1
have hereunto subscribed
my name and affixed the seal of the said corporation this Stn _ day of June 2004
WESTERN SURETY COMPANY
4.4A 0
qsk
Yt t =
*6�_St Avg P
• L. Nelson , Assistant Secretary
Form F4280-01 -02
AFFIDAVIT OF COMPLIANCE
Indian River County Bid # 6080 for Milling and Resurfacing of CR 512
We DO NOT take exception to the Bid / Specifications .
❑ We TAKE exception to the Bid / Specifications as follows :
Company Name : E . J . BRENEMAN L . P .
Company Address : 1117 SNYDER ROAD
WEST LAWN , PA 19609
Telephone Number: 610 - 678 - 1913 Fax : 610 - 678 - 9691
E-mail : operations@ejbreneman . com
BY : PHILIP D . WAGNER CO . , LLC , GENERAL PARTNER
Authorized Signature : t Date : 6 / 8 / 04
Name : PHILIP D . WAGNER Title : PRESIDENT
(Typed / Printed)
F:\Purchasing\Bids\2003-2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Fcllsmerc Farms\6080 Bid Document . doc
Page 39 of 61
SWORN STATEMENT UNDER SECTION 287,133 (3) (n), FLORIDA STATUTES ON
PUBLIC ENTITY CRIMES
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 . 6080 for
INDIAN RIVER COUNTY
This sworn statement is submitted by E . J . B REN EMAN L . P . whose
business address is 1117 SNYDER ROAD , WEST LAWN , PA 19609 and (if applicable)
its Federal Identification No . (FEIN) is 234430672 . If entity has no FEIN, include
the Social Security Number of the individual signing this sworn statement:
3 . My name is PHILIP D . WAGNER and my relationship to the entity
named above is PARTNER
4 . I understand that a "public entity crime" as defined in Paragraph 287 .I33 ( 1 )(g) , Florida
Statutes , means a violation of any state or federal law by a person with respect to, and directly
related to , the transaction of business with any public entity or with an agency or political
subdivision of any other state or with the United States , including, but not limited to , any bid
or contract for goods or services to be provided to any public entity or an agency or political
subdivision of any state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy or material misrepresentations .
5 . I understand that "convicted" or "conviction" as defined in Paragraph 287 .I33 ( 1 ) (b) , Florida
Statutes , means a finding of guilt or a conviction of a public entity crime , with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1 , 1989 , as a result of a jury verdict, non jury trail, or
entry of a plea of guilty or nolo contendere .
6 1 understand that an "affiliate" as defined in Paragraph 287 .133 ( 1 )(a) , Florida Statutes, means :
a. A predecessor or successor of a person convicted of a public entity crime ; or
b . An entity under control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime . The term "affiliate"
includes those officers , directors , executives, partners, shareholders , and employees,
members , and agents who are active in the management of an affiliate . The Ownership
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm ' s length agreement, shall be a prima facie case that one person controls another
person. A person who knowingly enters into a joint venture with a person who has
been convicted of a public entity crime in Florida during the preceding 36 months
shall be considered an affiliate .
F:\Purchasing\Bids\2003 -2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Fellsmerc Fauns\6080 Bid Document. doc
Page 40 of 61
7 . I understand that a "person" as defined in Paragraph 287 . I33 ( 1 )(c) , Florida Statutes, means
any natural person or entity organized under the laws of any state of the United States with
legal power to enter into a binding contract and which bids or applies to bid on contracts for
the provision of goods or services let by a public entity, or which otherwise transacts or
applies to transact business with a public entity. The term "person" includes those officers,
directors, executives , partners, shareholders , and employees, members and agents who are
active in management of an entity.
8 . Based on information and belief, the statement, which I have marked below, is true in relation
to the entity submitting this sworn statement. (Please indicate which statement applies)
X Neither the entity submitting this sworn statement, nor any officers, directors,
executives , partners , shareholders , employees, members or agents who are active in
management of the entity, nor any affiliate of the entity have been charged with and convicted
of a public entity crime subsequent to July 1 , 1989 .
The entity submitting this sworn statement, or one or more of the officers, directors,
executives, partners , shareholders, employees, members or agents who are active in
management of the entity, or an affiliate of the entity has been charged with, and convicted of,
a public entity crime subsequent to July 1 , 1989 , and (Please indicated which additional
statement applies)
There has been a proceeding concerning the conviction before a hearing officer of the
State of Florida, Division of Administrative Hearings . The final order entered by the hearing
officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy
of the final order)
The person or affiliate was placed on the convicted vendor list. There has been a
subsequent proceeding before a hearing officer of the State of Florida, Division of
Administrative Hearings . The final order entered by the hearing officer determined that it was
in the public interest to remove the person or affiliate from the convicted vendor list. (Please
attach a copy of the final order)
The person or affiliate has not been place on the convicted vendor list. (Please
describe any action taken by, or pending with, the Department of General Services)
BY : I . D . ACNE CO . , LLC , GENERAL PARTNER
Signature : �- l �— Date : 6 / 8 / 04
PHI P D WAGNER , PESIDENT
STATE OF
COUNTY OF
Personally appeared before me , the undersigned authority,
� �, ► 1 ; � D , uagnef�
who after firsting sworn by me, affixed his / her signature in the space provided above on this -
day of �. -rr , 20..
�±--�, NOTARIAL SEAL
Notary Public , State t1arge ROSEMAP, y SOIgOTOR, Notary Public
Spring Twp ., Berks County, PA
My Commission Expires : My Commission Expires 7. 15-2007
F :\Purchasing\Bids\2003 -2004 FY ( 6000)\6080 Resurfacing on CR512 from SR 60 to Fellsmere Farms\6080 Bid Document . doc
Page 41 of 61
SWORN STATEMENT UNDER SECTION 105 . 08, INDIAN RIVER COUNTY CODE, ON
DISCLOSURE OF RELATIONSHIPS
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 . 6080 for
INDIAN RIVER COUNTY
2 . This sworn statement is submitted by : E . J . BRENEMAN L . P .
(Name of entity submitting Statement)
whose business address is :
1117 SNYDER ROAD , WEST LAWN , PA 19609 and (if
applicable) its Federal Employer Identification Number (FEIN) is 234430672 (If the entityhas
no FEIN, include the Social Security Number of the individual signing this sworn statement
. )
3 . My name is PHILIP D . WAGNER
(Please print name of individual signing)
and my relationship to the entity named above is PARTNER
4 . I understand that an "affiliate" as defined in Section 105 . 08 , Indian River County Code,
means : The term "affiliate" includes those officers, directors, executives , partners,
shareholders, employees, members , and agents who are active in the management of the
entity.
5 . I understand that the relationship with a County Commissioner or County employee that must
be disclosed as follows :
Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece,
husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law,
sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half
brother, half sister, grandparent, or grandchild.
6 . Based on information and belief, the statement, which I have marked below, is true in relation
to the entity submitting this sworn statement. [Please indicate which statement applies . ]
�_ Neither the entity submitting this sworn statement, nor any officers , directors ,
executives , partners, shareholders , employees , members, or agents who are active in
management of the entity, have any relationships as defined in section 105 . 08 , Indian River
County Code, with any County Commissioner or County employee .
The entity submitting this sworn statement, or one or more of the officers , directors ,
executives , partners , shareholders , employees , members, or agents , who are active in
management of the entity have the following relationships with a County Commissioner or
County employee :
FP.Purchasing\Bids\2003 -2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Felismere Farms\6080 Bid Documcnt.doc
Page 42 of 61
Name of Affiliate Name of County Commissioner Relationship
or entity or employee
BY : P IP D . W NER 0 . , LLC , GENERAL PARTNE
or
( Signature)
PHILIP D . WAGNER , PRESIDENT
6 / 8 / 04
(Date)
STATE OF PENNSYLVANIA
COUNTY OF BERKS
The foregoing instrument was acknowledged before me this b day of �y '� , 20. by
who is personally known to me or who has
produced as identification.
NOTARY PUBLIC
SIGN: ^''�'� '
PRINT : RDSCmoLrj Sc bG -t- c f
State of Florida at Large
My Commission Expires :
(Seal)
NOTARIAL SEAL
ROSEMARY SOBOTOR, Notary Public
Spring Twp., Berks County, PA
MY Commission Expires 7.15-2007
FAPurchasing\Bids\2003 -2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Fellsmere Farms\6080 Bid Document.doc
Page 43 of 61
BIDDER QUESTIONNAIRE
The undersigned guarantees the truth and accuracy of all statements and answers herein contained:
Indian River County Bid # 6080 for MILLING , RESURFACING AND SHOULDER PAVING
ON CR512
1. How many years has your organization been in the business? 63 YEARS
2 . Number of employees " ON THE JOB " each week? 18
3 . Will you subcontract any part of this work? If so, give details : BITUMINOUS SURFACE
COURSES , AND HYDROSEEDING TO BE PERFORMED BY OTHERS UNDER OUR
SUPERVISION .
4 . List three (3 ) references of individuals or corporations for which you have performed this type
work and to which your refer:
1) Firm COUNTY OF ORANGE , FL Phone # (A2.7 ) 836 - 5647
Contact CARL LANDON
2) Firm CITY OF TAMPA , FL Phone # 8( 13 ) 622 - 1948
Contact KEN HOLTON
3 ) Firm AVCON Phone # ( 407 ) 599 - 1122
Contact WES TEEL
4) Firm Phone # ( ) -
Contact
5 . Have you ever failed to complete work awarded to you : ❑ Yes ® No
if so, where and why?
6 . What equipment do you own that is available for the work? SEE ATTACHED
7 . State the true, exact, correct and complete name of the partnership, corporation, or trade name
under which you do business and the address of the place of business :
Correct Name of Bidder: E . J . BRENEMAN L . P .
Address : 1117 SNYDER ROAD , WEST LAWN , PA 19609
F:\Purchasing\Bids\2003 -2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Fellsmcre Farms\6080 Bid Document.doc
Page 44 of 61
E. 7 . BRENEMAN, L. P.
EQUIPMENT REFERENCE
EQUIPMENT AVAILABLE FOR COLD IN -PLACE RECYCLE PROJECTS
EQUIPMENT # DESCRIPTION
1724 MELROE 863H SKID STEER LOADER (owned)
2408 HUBER CM 4350 GRADER (owned)
2412 HUBER M 850 GRADER (owned)
2029 INGERSOLL RAND ROLLER (owned)
2112 DYNAPAC PNEUMATIC 27 TON ROLLER (owned)
2725 BARBER GREEN TRACK PAVER 265 (owned)
2733 CAT PAVER (leased)
5406 BARTMILL 150C MILL WITH CONVEYOR (owned)
5409 BARTMILL 150C (owned)
5410 ROADTEC MILL (leased )
3010 INTERNATIONAL TRACTOR (owned)
3011 FREIGHTLINER TRACTOR (owned)
3157 FORD WATER TRUCK (owned)
3159 GMC WATER TRUCK (owned)
3194 WESTERN STAR DISTRIBUTOR TRUCK (owned)
3195 FORD DUMP TRUCK (owned)
3224 TRAILER (owned)
3225 TAG ALONG TRAILER (owned )
3229 TRAIL KING TRAILER (owned)
3245 ROGERS 40 TON SLOPER (owned )
3248 ETNYRE ASPHALT TANKER (owned)
3249 WELLS CARGO TOOL TRAILER (owned)
3255 STORAGE TRAILER (owned )
3256 ETNYRE ASPHALT TANKER (owned )
3259 WELLS CARGO TOOL TRAILER (owned)
5214 MOBILE CORING MACHINE (owned)
5016 AIR COMPRESSOR ( owned)
7612 ROTARY BROOM (owned )
1556821 RECORDED IN THE RECORDS OF JEFFREY K BARTON , CLERK CIRCUIT COURT INDIAN
RIVER CO FL , BK : 1753 PG : 1890 , 07 / 01 / 2004 10 : 54 AM
PERFORMANCE BOND
Know all men by these presents:
By This Bond, we ' E . J . Breneman , L . P . , 1117 Snyder Road , West Lawn , PA 19609
(Insert name, principal business address, and telephone number of PdncipaUConitactor)
as Principal (contractor) and Western Surety Company , P . O . Box 5077 , Sioux Falls SD 57117
(Insert name, principal business, and telephone number of Surety)
a corporation, as Surety, are held and firmly bound unto the County of Indian River, Florida, 1840
25" Street, Vero Beach, Florida 32960, ((772) 567-8000), in the sum of one Million Six Hundred Six
Thousand Four Hundred Fifty-One and Twenty-Five�DOE� $_ 1 , 606 . 451 . 25 ---- - -- ),
(Written Amount) (Numeric Amount)
amounting to 1250 of the total bid price. For payment of said sum we bind ourselves, our heirs,
executors, administrations and assigns, jointly and severally, for the faithful performance of a certain
written Contract, dated the 22nd day of June 2004
entered into between the Principal and the County of Indian River, for.
Bond Number: 929329901
Project Name: Milling , Resurfacing and Shoulder Paving on CR 512
Bid Number. 6080
Project Address: CR 512 from SR 60 to Fellsmere Farms and on Oslo Rd . from 20th Avenue
to 27th Avenue
ProjeCt Description: Milling , Re surfacing and Shoulder Paving . on CR 512
A copy of said Contract is incorporated herein by reference and is made a part hereof as hilly copied
herein,
Now, Therefore, The Condition of this obligation are such, that if the PrincipaI shall in an respects
comply with the terms and conditions of said Contract and its obligations thereunder, including all of
the Contract Documents therein referred to and made a part thereof, and such alterations as may be
made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and
save harmless the County of Indian River against and from all expenses, damages, injury or conduct,
avant of care of skill, negligence or default, including patent infringement on the part of the Principal,
his agents or employees, in the execution or performance of said Contract, including errors in the
Drawings furnished by the Principal, and further, if the Principal shall promptly make payments to all
Who supply him with labor and/or materials used directly or in&mctly by the Principal in the
Prosecution Gf the Work provided for in said Contract, then this obligation shall be null and void;
otherwise, the Principal and Surety, jointly and severally, agree to pay the County of Indian River and
difference between the sum6that the County of Indian River may be obliged to pay for the completion
of said Wokk, by contract or otherwise, and any damages, whether direct, indirect, or consequential,
including reasonable attorney's fee (including appellate proceedings), which the County of Indian
River may incur as a result of the failure of the Principal to properly execute all of the provisions of
the Contract
F:IPmhuboBida=03-2004 FY C600DMM Ram&cins m CRSr2 [nom SR 60 m Fwks Fx=W a0 Hid DommrnRdce
Pane 46 er6l
A TME COPT
CERTIFICATION ON LAST PAGE
J. K BARTON, CLERK
BK : 1753 PG : 1891
And, ' the said principal and Surety hereby further bind themselves, their successors, executors,
administrators and assigns, jointly and severally, that they will amply and fully protect the County of
Indian River against, and will pay any and all amounts, damages, costs and judgments which may be
recovered against or which the County of Indian River may be called upon to pay to any person or
corporation by reason of any damage arising from the performance of the said work, repair or
maintenance thereof, or the manner of doing the same, or his agents or his servants, or the
infringements of any patent rights by reason of the use of any material furnished or work done, as
aforesaid or otherwise.
And, the said Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performeed thereunder, or
the Specifications or Drawings accompanying the same, shall in any way affect its obligations on this
Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the work or to the Specifications or Drawings.
And, the said Principal and Suretyjointly and severally covenant and agree that this Bond will remain
in full force and effect for a period of one year commencing on the date of Final Completion as
established in the Certificate of Final Completion as issued by the County of Indian River.
In Witness Whereof, the above bound parties executed this instrument under their several seals,
this 24th day of June 20.11,, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned representative,
pursuant to authority of its governing bod
rauar . . r. ra . . a ■ ■ gas laso sang so n aairvill r a span npnaa ■ soon Re pups naauaarr . rr . arrarr . a
When the Principal is and Individual:
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
Address Printed Name of Individual
Address Printed Name of Individual
Witness
Address
asp . • paarsnasoarrs • soaauuuas . as • asor . • psoasaaap u . ru apo . anaapsouau nsa p ■ ■ sou
P-6ft hU'n 9idt12009-2004 FY COMM Ramladne an CPJ12 ftoa SR 60 to flan Faimd60W Sid Doeom Ldoe
Paha 47 of 61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K. BARTON, CLERK
BK : 1753 PG : 1892
When the Principal is a Sole Proprietorship or otxrated nndrr T. me6N#L^:
Sided, sealed and delivered in the presence of:
Witness Name of Partnership
By:
Address Pier
Witless printed Name of Partner
Address (S1)
• r wwruwaurruw ■ ■ wuruww • ■ ww . ■ w ■ • wwuwaw • . wwuwruuuawwwwawuuwuarr • wwwwwwa •
When the bin
qjRal is fl parmershiD:
Signe` s/eealed and delivered in the presence of:
.�I 4�I E . J . Breneman , L . P .
Virity4ess Name of Partn�rsshi��11
Madeline J . Caroselli , Contract Admin . BY : Thomas D . ons d Ca . , LLC , General Partner
1117 Snyder Road , West Lawn , PA 19609 By, f e
Address Palet
Thomas D . Donald , President
Witness Printed Name of Partner
Address (Seal)
. . . urw a w ■ • r . r . . . . . . . . . ■ . . rasa rrrrw . . a . a • w • ■ r • ■ u r . . a . . . . rarww a urwwrrrraaw . r .
When the Principal is a Corporatiow
Attest:
Secretary Name of Corporation
By:
(Affix Corporate Seal)
Printed Name
Official ZItle
P\P=ftH 901 a\2oo1-2006 FY (6000)16060 Read a6 m CR512 flmm SR 60 to FeOsm= r uw\6060 Hid Denmmcdw
F4P16o[61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K. BARTON , CLERK
BK : 1753 PG : 1893
Certifir�ate as to Co =wx PriaciDal
I certify that I am the Secretary of the corporation named
as Principal in the within bond; the who signed the
said bond on behalf of the Principal was then of
said Corporation; that I know his signature, and his signature thereto is genuine; and that said Bond
was dully signed, sealed and attested for and on behalf of said Corporation by authority of its
governing body.
(Seal) Secretary
To be executed. by C=orate Surety:
t:
• Western Surety Company
SecreSandra L , Readinger , Witn s P . O . Box�50777eSutEty
101 South Phillips Avenue
Sioux Falls , SD 57117 - 5077
>Biness Addres
By '.CA
(Affix Corpotata 569y` Y
Susan C . Klein 0
Attorney In-Fact F77 7 �`
Engle-Hambright & Davies , Yid4" " "
Name of Local Agency
one Granite Point Drive , Suite 350
Wyomissing , PA 19610
Business Address
State of Pennsylvania
County of Berks
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
Susan C , Klein , to me well known, who being by me first duly sworn upon
oath, says that he is the attorney-in fact for the western Surety Company and that he
has been authorized by western surety Company to execute the foregoing
bond on behalf of the Contractor named therein in favor of the County of Indian River, Florida.
Subscribed and sworn before me this 24th I.. t day of June /j 2004
* 1000"{g.tat0Y
�
Notary Public,
State of Pennsylvania
` + Nottal Seal
OW'tri i
LZ
iartrression F pirn Nov. 18, 2008
P.WdMbmiUZ\9idM2000-2004 FY (60MY40l0 Rhe w �.RSifa,80n0i 60 to f No�Aae
Pqe M of61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.K. BARTON, CLERK
BK : 1753 PG : 1894
Wegem Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duty organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and am] herein
affixed hereby
snake, constitute and appoint
Susan C Klein, Timothy E Koenig, R Scott Miller, Jon K Miles, Anthony Garro, Debra
Huber, Ellen Hafer, Individually
of Wyomissing, PA, its true and lawful Attomey(s)-in•Faer with full power and authority haft conferred to sign, seal and execute for and on
its behalf
bonds, undertakings and other obligatory inawmeus of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of
said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Itw printed on the teverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Via President and its corporate seal to
be hereto affixed on this 19th day of April, 2004.
WESTERN SURETY COMPANY
Paul rBruflat, Senior Vice President
State of South Dakota i ss
County of Minnehatrs J
On this 19th day of April, 2004, before me personally came Paul T. Bmflat, to the known, who, being by me duly swam, did depose end say: that he
resides in the City of Sioux Fills, State of South Dakota; that he is the Senior Via President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that be knows the seal of said corporation; that the sal affixed to the said instrument is such corporate sed; that
it was so
affixed pursuant to authority given by the Board of Daectors of said corporation and that he signed his now thereto pursuant to like authority,
and
acknowledges same to be the act and deed of said corporation.
My commission expires ;rrrrrrrrrrrrrrrrrrrrwrr
+ D. KRELL ,
November 30, 2006
+ NOW11f PUBLIC(
a %% %% + Aa
�rrrrrrrrrr►rrrrrrr
D. Krell, No Public
it CERTIFICATE
1, L Nelson, Assistant Secretary of WESTE.W# 166UP kAY do hereby certify that the Power of Attorney hereinabove sat forth is still in
fora, and further certify that the By- of p�rµmatwrt ,pxplQed oh the feYeise hereof is still in furca In testimony whereof 1 have hereunto subscribed
my name and affixed the seal of the said a 24th . 'day of June 2004
WESTERN SURETY COMPANY
f( .
i
lson, Assistant Secretary
A TRUE COPY
CERTIFICATION ON LAST PAGE
J. K. BARTONr CLERK
BK : 1753 PG : 1895
Authorb ft By-Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Via President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K. BARTON, CLERK
BK : 1753 PG : 1896
PAYMENT BOND
Know all men by these presents:
By This Bond, we E . J . Breneman , L . P . , 1117 Snyder Road , West Lawn , PA 19609
(Innen name, principal business address, and telephone number of Principal/Conawwr)
as Principal (Contractor) and Western Surety Company , P . O . Box 5077 , Sioux Falls SD 57117
(Insert name, principal busiaess, and telephone number of Surety)
a corporation, as Surety, are hold and firmly bound unto the County of Indian River, Florida, 1840
25d' Sheet, Vero Beach, Florida 32960, ((772) 567-8000), in the sum of one Million Two Hundred
-Eighty-Five Thousand One Hundred Sixty-One Dollars ($ 1 , 285 , 161 . 00---- )
(written Amount) (Numeric Amount)
amounting to 10075 of the total bid price. For payment of said sum we bind ourselves, our heirs,
executors, administrations and assigns, jointly and severally, for the faithful performance of a certain
written Contract, dated the 22nd day of June 2004
entered into between the Principal and the County of Indian River, for:
Bond Number. 929329901
Project Name: Milling . Resurfacing and Shoulder Paving on CR 512
Bid Number: 6080
Project AddreSS : CR 512 from SR 60 to Fellsmere Farms and on Oslo Rd . From
20th Avenue to 27th Avenue
Project Description: Milling , Resurfacing and Shoulder Paving on CR 512
A copy of said Contract is incorporated herein by reference and is made a part hereof as fully copied
herein.
Now , Therefore, the Conditions of this Obligation are such, that, if the Principal shall promptly make
payments to all claimants, as heneln below defined, then this obligation shall be void; otherwise, this
Bond shall remain in full force and effect, subject to the following terms and conditions:
A claimant is defined as any person supplying the Principal with labor, material or supplies, used
directly or indirectly by the 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.
The provisions of Section 2155.05 Florida Statutes shall apply.
The above name Principal and Surety hereby jointly and severally agree with the County of Indian
River that every claimant as herein defined, who has not bee 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 this Bond for the use of such claimant, prosecute the suit to
final judgment for such sums or sums as may be justly due claimant, and have execution thereon. The
County of Indian River shall not be liable for the payment of any costs or expenses of any such suit.
No suit or action shall be commenced hereunder by any claimant
F:\PmcOasfm"tds120M.2006 Py (6000)\6080 Raurtuft ori CR512 ffom SR 60 to Faasm n Faems%M Bid Docvmmtdx
Priya 50 of 61
A TRUE COPY
CERTIFICATION ON LAST PAGE
JX BARTON , CLERK
BK : 1753 PG : 1897
Unless claimant, other than one having direct contract with the Principal, shall within forty-five (45)
days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the
Principal and Surety with a notice that he intends to look to this Bond for protection.
Unless claimant, other than one having direct contract with the Principal, shall within ninety (90)
days after such claimant's performance of the labor or complete delivery of materials or supplies,
deliver to the Principal and Surety written notice of the performance of such labor or delivery of such
materials or supplies and the nonpayment therefore.
After the expiration of one (1) year from the performance of the labor or completion of delivery of the
materials or supplies; it being understood, however, that if any limitation embodied in this Bond is
prohibited by any law controlling the construction hereof, such limitations shall be deemed to be
amended, so as to be equal to the minimum period of limitation permitted by such Iaw.
Other then in a state court of competent jurisdiction in and for Indian River County, Florida, or in the
United States District Court for the Southern District of Florida, and not elsewhere.
The Surety, for value received, hereby stipulates and agrees that no charge, extension of time,
alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to
the Specifications applicable thereto, shall in any way affect its obligations on this Bond, and the
Surety hereby waives notice of any such change, extension of time, alterations of or addition to the
terms of the Contract, or to do the work or to the Specifications.
The Surety represents and warrants to the County of Indian River that it has a Best' s Key Rating
Guide, General Policyholder's rating of "A" and Financial Size Category of Class '7C3
.
The Principal and Surety jointly and severally covenant and agree that this Bond Will remain in full
force and effect for a period of one (1) year commencing on the date of Final Completion as
established on the Certificate of Final Completion as issued by the County of Indian River.
The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses,
damages, expenses, costs, and attorney' s fees, including appellate proceedings that the County of
Indian River sustains because of a default by the Principal under the Contract.
F:Uh=W ing%Bidsl"2M-2004 FY (600D)16010 Rewt9ti q m CR512 fivm SR 60 to Fsasm a FumMno Bid D6e m...,dx
FY's Sl uf61
A TRUE COPY
CERTIFICATION ON LAST PAGE
1 . K. BARTON , CLERK
BK : 1753 PG : 1898
In Witness Whereof, the above bound parties executed this instrument under their several seals, this
day of 20_, the name and corporate sea! of
each corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
When the Principal is and Individual :
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
Address Pruned Name of Individual
Address Printed Name of Individual
Witness
Address
■ ■ a ■ ■ ■ . ■ ■ ■ r ■ ■ ■ ••r ■ ur ■ ■ rrww ■ ■ ■ ■ ■ . ■ ■ rr ■ ■ rr . ■ ■ ■ ■ ■ ■ ur ■ ■ ■ ■ ■ • ■ rr ■ r ■ ■ rr ■ ■ . ■ r ■ r ■ ■ ■ u . u ■
When the Edam is-a Sole Propdetorshiy or opmted under a Trade Name:
Signed, sealed and delivered in the presence of:
Witness Nance of Partnership
By
Address Partner
Witness Printed Name of Partner
■ ■ ■ rrrAddress
r . . rww ■ wwrwwww wwwww ■ ■ ■ ■ ■ ■ ■ . . w ■ . ra ■ ■.■ ■ ■ ■ w (SeW)■ rrr \ f ■ lrfrr ■ . ■ ■ ■ w ■ ■ ■ ■ ■
P:\PmcbsdnPidsMM-M" PY t6000rhM 1Wu&duffcn CR5128+m sR 60 tnFbnme ftImMM Bid Docmmam
Pws2d61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
BK : 1753 PG : 1899
WhW tile Principal is a Partnership:
Signed, sealed and delivered in the presence of:
E . J . Breneman , L . P .
Witness Name of Parteg D
Madeine J . Car selli , Contract Admin . By ; Thomas D . nald0 . LLC General Partner
1117 Snyder Road , West Lawn , PA 19609 Bar
Address Partner
Thomas D . Donald , President
Witness Printed Name of Partner
Address (Seal)
■ ■ ■ ■ ■ urrr ■ • . ■ ■ ■ urr ■ rrr . ■ . ■ ■ ■ . ■ ■ . ■ ■ aaaaaur ■ ■ ■ araeaara . . . aaraauuaararr . . . ■ u ■ ■ .
When the Principalis a Corporation:
Attest:
Secretary Name of Corporation
Br•
(Affix Corporate Sea])
Printed Name
Of cial Title
Certificate as to Corporate PrinWA
I certify that I am the Secretary of the. corporation named
as Principal in the within bond; the , who signed the
said bond on behalf of 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, sealed and attested for and on behalf of said Corporation by authority of ita
governing body.
(Seal) Secretary
PAPmvhafi "td9UI% MU M (600MVM Rmafx i 4 on CR512 $om SR 60 to Peusmm Famu%ffio SM Dmwemdoe
Page 53 of 61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
BK : 1753 PG : 1900
ex c ted rate Surety:
bs[:
Western Surety Company
Secretary Corporate Surety
Sandra L . Readinger , Witness P , O . BOx 5077
101 South Phillips Avenue
Sioux Falls , SD 57117 - 5077
i7Str18B3 �1 8
r
By:
(Affix Corpo Seib}). -
Susan C . Klein
Attorney-In-Fact ; ' Q�
Engle-Hambright & Davies , rnc ,;
e
Name of Local Agency
One Granite Point Drive
Wyomissing , PA 19610
Business Address
Staff of Pennsylvania
County of Berks
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
Susan C . Klein , to me well known, who being by me first duly sworn upon
oath. Says that he is the attorney-in fact for the Western Surety Company and that he
bas been authorized by western Surety Company to execute the foregoing
bond on behalf of the Contractor named therein in favor of the County of Indian River, Florida.
Subscribed and sworn before we this 24th day of June04
Notary Public,
State Of Pennsylvania
My oulmeask seg
Wyamestng Bore\ Beft cowty
W 0M nis M Expires Nov. 18, 2006
MM*w* Pemrrybxre Amade6on OrNaM
• s
01 .
F:\Purchum61B1dsVA03-2004 Fy (6000)N60OO RRe wfldda on C 8512 Lem SR 60 w FbUl Pxr=* b0 91d Daammcd0c
P"D54 of 61
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K. BARTON , CLERK
BK : 1753 PG : 1901
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002 . we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one
or more of the following companies (collectively the "Writing Companies ") as surety
or insurer : Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance
Company of Hartford, American Casualty Company of Reading, PA, The Firemen' s
Insurance Company of Newark, NJ , and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was
Zero Dollars ($ 0 . 00) .
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding
the applicable surety/insurer deductible .
Forth F7310
MAN RNER COIF
THIS IS TO CERTfF11 THAT" R A
TPM AND OOPAEOT COPY OF THIS
ORIGIINALCNFU �
pEPltiY CLEW
. . . . . . . . . . . . . . .: . . . . . . ........ . . . ::
::: :i ;;. ':;;:;:::: :: :': > :i:::h::i:.:.::.: ::: : . .. ..... . ....... ..... :::i:::::::' : ;:' :::: �`. .`'.�. ::+:;;.;,.;:::,:::: :.:::
.: ' ::'.`.':::: .::`.::::':::i::: '::;:::"':i; ;;" . . .. . . :. :: :. > ... . . .. .. .. ...
:iii:. .. .. .: ... ... ... .. .. ...
: :: :: :. .. ... : :: :: :: :::: DATE M/DD/Y
r .::akJ. .: 1 �xt.r .:::::::::::::::. ::::::::::::::::::::::::::. :::::::::::::::::::::.
_ _ . .. . .. . .. .. .. 6 /2504... . . .
!.. ...:....' i'%' ... ..:.. .. .i:Eiiiiiiiiiii?i:iiiiiiiiiiiiiiiiiii:iii:4......:.... 4:[i:::[isj�] : iiiiiiiii}i}i}is6:iaiai::a C^: 5:
% : 5?1?):C :Si}:Oil: l %'%'! %':'i:ci`% %'% :
. . . . . . . . . . . . .
PROL CER 800-438-2525 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
Engle- Hambright & Davies , Inc . DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
One Granite Point Dr . , Ste . 350 COMPANIES AFFORDING COVERAGE
COMPANY
Wyomissing , PA 19610 A Travelers Property Casualty
INSURED COMPANY
B The PMA Group
E J Breneman L . P . COMPANY
1117 Snyder Road C
COMPANY
West Lawn PA 19609 D
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . .
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TR TYPE OF INSURANCE POLICY NUMBER POLICY EFF. POLICY EXP. LIMITS
L DATE (MM/DD/YY) DATE (MM/DD/YY)
GENERAL LIABILITY GENERAL AGGREGATE 2000000
A COMM. GENERAL LIABILITY DTCO279D8957 1 /01 /04 1 /01 /05 PROD-COMP/OP AGG. 1000000
CLAIMS MADE OCCUR PERS. & ADV. INJURY
1000000
OWNER'S & CONTRACT'S PROT EACH OCCURRENCE 1000000
X Per Prol . Agg FIRE DAMAGE(One Fire) 1100000
MED EXP(Any one person) 10000
AUTOMOBILE LIABILITY
COMBINED SINGLE
A X ANY AUTO 810279D8945 1 /01 /04 1 /01 /05 LIMIT 1000000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EXCESS LIABILITY EACH OCCURRENCE 15000000
A X UMBRELLA FORM CUP279D8969 1 /01 /04 1 /01 /05 AGGREGATE 15000000
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND X STATUTORY LIMITS
EMPLOYERS' LIABILITY
B 20040309856 1 /01 /04 1 /01 /05 EACH ACCIDENT 1000000. . . . .
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE DISEASE-POLICY LIMIT 1000000
OFFICERS ARE: EXCL DISEASE-EACH EMPL. 1000000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
INDIAN RIVER COUNTY IS INCLUDED AS AN ADDITIONAL INSURED WHEN REQUIRED
BY A WRITTEN AGREEMENT OR CONTRACT WITH THE INSURED . BUT ONLY WITH
RESPECT TO LIABILITY ARISING OUT OF THE INSURED ' S WORK FOR THIS
PROJECT . RE : MILLING , RESURFACING AND SHOULDER PAVING ON CR 512 ( CON ' T)
NC
i ? . . . . . . . . . . . . . .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
INDIAN RIVER COUNTY EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
1840 25TH STREET LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
VERO BEACH FLORIDA 32960 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
FM
': : . :: ::::::i:::::: :::: ::: ':: ::i::: ::: s�?: :: ::: :: :: : :: .: :: .. .... :: :; :::::: :::: :: : :: :;
:;:;: :::::: ::::i::::::i::::::i::::::i':;:i :::::: : : ::: ?: :: ::i::i:::: :::: ::::i::: :::: :::i ::: :: :: :: :i i::: : ;: .: . ;. ;.
c1r . . IiI . S .S. . 3f�3 . . . . . . . . . . . . . . . . . . . . . . . . . . . .
FROM SR 60 TO FELLSMERE FARMS AND ON OSLO ROAD FROM 20TH AVENUE TO
27TH AVENUE .
AGREEMENT
This Agreement made and entered into this day of , 20 , by
and between E . J . BRENEMAN , L . P . , 1117 SNYDER ROAD WEST LAWN PA 19609- 1100
hereinafter called the Contractor and Indian River County herein called the Owner.
Witnessed : That whereas , the Owner and the Contractor for the consideration hereinafter named ,
agree as set forth below :
Article 1 . Scope of Work
As per specifications of advertised and sealed bid in Indian River County Bid # 6080 /
MILLING, RESURFACING & SHOULDER WIDENING OF CR 512 FROM SR 60 TO FELLSMERE
FARMS & OSLO ROAD FROM 20`h AVENUE TO 27 "' AVENUE
Contractor, as an independent Contractor and not as an employee, shall furnish , for the sum of
ONE MILLION THREE HUNDRED TWENTY SIX THOUSAND NINE HUNDRED & NINE DOLLARS
( $ 12326 , 909 . 00 ) , all of the necessary labor, material , and equipment to perform the work described
in accordance with the Contract Documents .
Article 2 . Time of Completion PROJECT MUST BE COMPLETE BY AUGUST 31 2004 TO MEET
SMALL COUNTY OUTREACH PROGRAM AGREEMENT
Article 3 . General
The Contractor hereby certifies that he has read every clause of the Contract Documents and that he
has made such examination of the location of the proposed work as is necessary to understand fully
the nature of the obligation herein made ; and shall complete the same the time limit specified herein
in accordance with the plans and specifications .
The Owner and Contractor agree to maintain records , invoices , and payments for the work . The
Contractor shall provide Performance and Payment Bonds for all work in this Agreement .
All work under this Contract shall be done to the satisfaction of the Owner, who shall in all cases
determine the amount, quality, fitness , and acceptability of the several kinds of work and materials
which are to be paid for hereunder, and shall decide all questions which may arise as to fulfillment of
the Contract on the part of the Contractor, and his decision thereon shall be final and conclusive ; and
such determination and decision, in case ay question shall arise , shall be a condition precedent to the
right of the Contractor to receive any money hereunder.
Any clause or section of this contract or specification which may for any reason be declared invalid
by a court or competent jurisdiction, including appeal , if any, may be eliminated therefrom ; and the
intent of this Contract and the remaining portion thereof will remain in full force and effect as though
such invalid clause or section has not been incorporated therein .
Article 4 . Quantities and Prices
The Owner shall pay the Contractor for all work included and completed in accordance with this
Contract , based on the items of work set forth in the Contractor ' s Bid Form .
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and Shoulder Paving\Bid Document5 . 18 . 04. doc
Page 55 of 61
Article 5 . Acceptance and Final Payment
When the work provided for under this contract has been completed , in accordance with the terms
thereof, that a lump sum payment request in the amount of such work shall be prepared by
the
Contractor, and filed with the Owner within fifteen ( 15 ) days after the date of completion .
The final estimate shall be accompanied by a Certificate of Acceptance issued by the Engineer,
stating that the work has been completed to his satisfaction , in compliance with the Contract . The
Certificate of Acceptance shall not be issued until completed As-Built Drawings of the actual
construction have been furnished to the Owner and verified .
In accordance with the Florida Prompt Payment Act , after receipt of the Engineer ' s final acceptance
by the Owner, the Owner shall make payment to the Contractor in the full amount . Payment of the
lump sum amount and acceptance of such payment by the Contractor shall release the Owner from all
claims or liabilities to the Contractor in connection with this Contract .
Article 6 . The Contract Documents
The General Conditions, Special Conditions , Specifications , Bid Documents, Insurance Requirements
( Exhibit A) , Bonds , and the Drawings , together with this Agreement , fornl the Contract , and are fully
a part of this Contract as if included herein .
Article 7 . Venue
This agreement shall be governed by the laws of the State of Florida . Venue for any lawsuit brought
by either party against the other party or otherwise arising out of this agreement shall be in Indian
River County, Florida, or in the event of Federal jurisdiction , in the United States District Court for
the Southern District of Florida.
( Contractor) (Owner)
E . J . - rrBreneman , L . P . Indian River County, Florida
BY : T&94gaDtorponald Co . , LLC , General Partner Owner
President F, an
Thomas D . Donald , Pr sident Cara _
Witnessed b a mac..
y: K-g �1�° cived ley BCC2 - 04
Madeline J . aroselli r; 14:a '
Contract Administrator
Je *k o suit Court
lot
By.
ounty Attorney
' Y Approved as to Form and Legal Sufficiency r' ' a �' "' e � � " n y pZDXed Date
Adminisir la on
Budget
Jose h A . Baird, County Administrator Co . Attorney
Risk Management
Department ?•� �
+ sion D
FAPublic Works\Capital Projects\CR 512 & Oslo- Milling, Resurfacing and shoulder Paving\Bid Document5 . 18 .04 . doc
Page 56 of 61
EXHIBIT A — INSURANCE REQUIREMENTS
Contractors and Subcontractors Insurance : The Contractor shall not commence work until he has
obtained all the Insurance required under this section , and until such Insurance has been approved by
the Owner, nor shall the Contractor allow any Subcontractor to commence work until the
Subcontractor has obtained the Insurance required for a Contractor herein and such Insurance has
been approved unless the Subcontractor ' s work is covered by the protection afforded by the
Contractor' s Insurance .
Worker' s Compensation Insurance : The Contractor shall procure and maintain worker' s
compensation insurance to the extent required by law for all his employees to be engaged in work
under this contract . In case any employees are to be engaged in hazardous work under this contract
and are not protected under the worker' s compensation statute, the Contractor shall provide adequate
coverage for the protection of such employees .
Public Liability Insurance : The Contractor shall procure and shall maintain broad form commercial
general liability insurance (including contractual coverage) and commercial automobile liability
insurance in amounts not less than shown below . The Owner shall be an additional named insured on
this insurance with respect to all claims arising out of the operations or work to performed.
Commercial General : $ 1 , 000 ,000 .00 combined liability single limit for (other than automobile)
bodily injury and property damage .
Premises / Operations
Independent Contractors
Products / Completed Operations
Personal Injury
Contractual Liability
Explosion , Collapses , and Underground Property Damage
Commercial Automobile : $ 1 ,000 ,000 . 00 combined and damage liability single limit for bodily
injury and property damage .
Owned / Leased Automobiles
Non-Owned Automobiles
Hired Automobiles
Builder' s Risk lAsur-anee .: The Gentmeter- shall pr-eeur-e and shed! maintain builder' s risk insufanee
all risk-!' with limits equal te ene hundred per-eent ( 100 % ) ef the eempleted value ef the 5
building(s ) , er- addifien (s) . h shall inelude a Waiver- of Geeupaney Endorsement te enable the Geunty
b
eever-age 1& $ 500 . 00 per- elaim.
Proof of Carriage of Insurance : The Contractor shall furnish the Owner a Certificate of
Insurance in a form acceptable to the Owner for the insurance required. Such certificate or
an
endorsement provided by the Contractor must state that the Owner will be given thirty (30) days
written notice prior to cancellation or material change in coverage. Copies of an endorsement-naming
Owner as Additional Name Insured must accompany the Certificate of Insurance .
F:\Purchasing\Bids\2003 -2004 FY (6000)\6080 Resurfacing on CR512 from SR 60 to Fellsmere Farms\6080 Bid Document.doc
Page 57 of 61
ATTACHMENT "A"
Ln
Slice rt Of
it
S �a
z �
3a
o
x �
m
z
4 V
� O
y�
6 �
C
(Y)
ti
IV
C�
O
COOV
m
CIO
(tel
O
Eo
z
� o
4\9 '
w
i
i
3fi
f
VARIES VARIES
HYDROSEED 2 2"� SP 12 # 5 2 HYDROSEED
02 ..�-- . oz . 02 _ ..
6' � MAX.
HIZ2
z
W TIE TO EXIST. EXISTING ASPHALT TIE TO EXIST.
GROUND OPTIONAL BASE GROUND
GROUP 5
U OPTIONAL BASE 4 " COLD - IN - PLACE 7
GROUP 5 RECYCLED BASE
h
H
d
ALTERNATE "A "
NOTE :
SURFACE: 2 " SP 12 . 5
ROAD AND SHOULDER BASE : MILL 5" ASPHALT FROM
EXISTING ROAD , CONSTRUCT 4" COLD - IN - PLACE RECYLED
BASE. EXCESS MATERIAL SHALL BE REMOVED BY CONTRACTOR.
SHOULDER SUBGRADE: OPTIONAL BASE GROUP 5
Det. iN zs;n RIVERCOUNTYCOUY appo rny of PubAc Works • 3"M
veto ftE*ZK rt 329WsznCOp/Jo/ Profecfs ..� °"
CR 512El 11
?
407 567-80M rar
VARIES VARIES
HYDROSEED HYDROSEED
U 2 ' 2 ' 11 ' 11 ' 2 ' 2 'ftem
02 2 1 /2 " SP 12 . 5 02
E* -.-- . 02 . 02 _ .► _..
Z 6; � MAX • 6: 1 MAX.
W
8" RAP BASE 8 " RAP BASE
TIE TO EXIST. GROUND TIE TO EXIST. GROUND
U
EXISTING ASPHALT
E*
d
ALTERNATE " B "
NOTE :
SURFACE : 2 1 /2 " SP 12 . 5
SHOULDER : MILL 3 " ASPHALT FROM EXISTING ROAD
CONSTRUCT 8 " RAP BASE WITH MILLINGS . EXCESS MILLINGS
AND EMBANKMENT SHALL BE REMOVED BY CONTRACTOR .
SHOULDER SUBGRADE: EXISTING SUBGRADE COMPACTED
TO 98% MAX . DENISITY PER ASHTO T- 180 .
No. RM�on Dab •�•� �'
18440 M, MW COUMY o4parfinenl of Alb/!c WO/** CR 512
ra,
32960 CapJM/ Prvfeeh , w. w
t
'O
N
301 x
50 ' IRFWCD b
OSLO ROAD R /W VARIES CANAL J a
A BAHVART A 4 '— 12 ' 12 ' BAHIA R/W
0
SOD
SOD ,— .02 — .02 °4
mron
6:1 _ _
�-+ 5 1 /2» B- 12.5 MATCH EXIST, GROUND
W L7MATCH EXIST. GROUND w
s
3" EXISTING ASPHALT
d1 6" EXISTING BASES
w
U
. g
to
ca
OSLO ROAD TYPICAL SECTION
27th AVE . TO 20th AVE .
WIDENING MILLING & RESURFACING c
o
i ` SP 9.5 SURFACE COURSE MILL EXISTING ASPHALT i » MIN. DEPTH g
1 1 /2" SP 12.5 STRUCTURAL COURSE CORRECTING CROSS SLOPE TO .02X.
5 1 /2` 6- 12.5 ASPHALT BASE 1 " SP 9.5 SURFACE COURSE
1 1 /2" SP 12.5 LEVELING
pN
�•.'�".'NOTE: O
MILLINGS SHALL BE DELIVERED TO 1590 9th STREET S.W. , SPREAD AND GRADED
AS DIRECTED BY COUNTY INSPECTOR, EXCESS EMBANKMENT THAT CAN NOT BE
UTILIZED IN THE SHOULDER REGRADING SHALL BE REMOVED BY THE CONTRACTOR.
a
U
INDOW RNER COUNTY Ds rfmsnJ of Pub!!o Narks °e
o ase sk 3 GtSYO MCi/0 27191 AYE R7 ?A/h AYE
vm
`� �• n �N CaplJa! P sch
407567—EOm of !
i
,
1 . .
i
I