HomeMy WebLinkAbout2003-309 0
AGREEMENT
C) 330 ?
THIS AGREEMENT made and entered into this 18th day of November, 2003 by and between
Mid-State Mechanical of Vero Beach Inc , 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 contained in Indian River County Bid # 6025 to
furnish a new Trane Chiller, Model RTAC 200 with a 9 . 8 EER rating for the County
Administration Building located at 1840 25th Street, Vero Beach , Florida. ;
CONTRACTOR , as an independent CONTRACTOR and not as an employee , shall furnish , for the
sum of One Hundred Eighty Five Thousand Four Hundred Thirteen Dollars and zero cents
($ 185 ,413 . 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
90 Calendar Days from receipt of the Notice to Proceed .
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 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 any 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 of 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 .
Page 46 of 48
JL
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 .
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 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 Asbuilt 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, form 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)
INDIA IVER COUNTY , FLORIDA
Mid-State Mechanical of Vero Beach , Inc
42
Robert E . Fields , President Agnneth Macht BCC Chairman
Witnessed by : Approved by BCC 11 - 18 - 2003
Attest :
Jeq,R, Barton , Clerk o uit Court
County Attorney Deputy Clerk
Approved as to Form and Legal Sufficiency
0 A � 3� 0 " Indian River Co. A vedJ11DateJames E C ndler, ounty Ad��Lmiinistrator' Adminis
tration Le i Budget Department 3
Page 47 of 48
s
giVE�P
Indian River County
Purchasing Division
262519th Avenue
Vero Beach , FL 32960 = 3335 .
—
Phone (772) 567 = 8000 Fax (772) 770 = 5140
1nvi'* tati* on to i
'od
Project Name : Indian River County Administration Building
Chiller Replacement
Bid # : 6025
Bid Bond Required : Yes
Performance Bond Required : Yes
Payment Bond Required : Yes
Pre Bid Meeting : September 23 , 2003 @ 10 : 00 am
Indian River County Administration Building
184025 th Street
Vero Beach , Florida 32960 = 3335
Refer Technical Questions to : David Da Silva , 321 = 636 - 0274 phone
321 = 639 = 8986 fax
Bid Opening Date : October 1 , 2003
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 .
Page 1 of 48
TABLE OF CONTENTS
ADVERTISEMENT FOR BID 3
INSTRUCTIONS TO BIDDERS 4
GENERAL CONDITIONS 9
SPECIAL PROVISIONS 15
DELIVERY, STORAGE AND HANDLING 18
TECHNICAL SPECIFICATIONS 20
BID FORM 21
BID BOND 23
AFFIDAVIT OF COMPLIANCE 28
WARRANTY INFORMATION FORM 29
SWORN STATEMENT UNDER SECTION 287 . I33 (3 ) (N) , FLORIDA STATUTES
ON PUBLIC ENTITY CRIMES 30
SWORN STATEMENT UNDER SECTION 105 . 08 , INDIAN RIVER COUNTY CODE,
ON DISCLOSURE OF RELATIONSHIPS 32
BIDDER QUESTIONNAIRE 34
PERFORMANCE BOND 36
PAYMENT BOND 41
AGREEMENT 46
EXHIBIT A INSURANCE REQUIREMENTS 48
Page 2 of 48
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 #6025
Indian River County is accepting sealed bids to install a new Chiller for the County ' s Administrative
Building located at 1840 25t Street Vero Beach , Fl .
Detailed drawings for the above may be obtained from TLC ENGINEERING at 874 DIXON
BOULEVARD, COCOA , FLORIDA 32922 (Phone : 321 - 636-0274) for a price of $ 50 . 00 per set .
There is a Pre-Bid Meeting scheduled for September 23 , 2003 at 10 : 00 AM at the site .
Deadline for receipt of bids has been set for 2: 00 P. M. on October 1 , 2003 . 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 : September 10 , 2003
September 17 , 2003
September 24 , 2003
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
Page 3 of 48
t ,
INSTRUCTIONS TO BIDDERS
DEFINITION OF TERMS
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 .
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 .
3 . Bidder: Any person , firm, corporation , organization or agency submitting a bid for the work
proposed or a duly authorized representative .
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 .
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
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 .
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 .
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 .
9 . Engineer: TLC Engineering, 874 Dixon Boulevard , Cocoa, FL 32.922 ; (321 ) 636=0274
10 . OWNER or County : Board of County Commissioners , INDIAN RIVER COUNTY or its
authorized representative .
11 . Plans : Drawings or reproductions thereof furnished by the Engineer pertaining to the Project .
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 .
Page 4 of 48
1
13 . Subcontractor: Any person , firm or corporation other than the CONTRACTOR supplying labor or
materials for work being performed under these specifications .
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.
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 .
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 .
SPECIFICATIONS
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 .
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 :
1 . Addenda or modifications of any nature , if any
2 . Supplementary conditions , if any
3 . Technical specifications , if any
4 . Special provisions
5 . General conditions
6 . Instructions to bidders
7 . Bid form
8 . Invitation to bid
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 .
Page 5 of 48
BOND REQUIREMENTS
Bond requirements , if any, are detailed in the section entitled Special Provisions .
PREPARATION OF BIDS
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.
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.
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 .
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 .
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.
No alternate bids shall be submitted unless specifically requested in the Invitation to Bid documents .
QUALIFICATIONS OF BIDDERS
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.
If, after the investigation , the evidence of competency and financial ability is not satisfactory , the
County reserves the right to reject the bid .
Page 6 of 48
RECEIPT AND OPENING OF BIDS
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.
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 .
Bids shall be opened and publicly read at the time and place indicated in the Invitation to Bid.
CONSIDERATION OF BIDS AND AWARD OF CONTRACT
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.
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 .
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 .
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 .
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.
If the bid of the next bidder is accepted, this acceptance shall bind such bidder as though he were the
original successful bidder.
ACCEPTANCE OF OFFER
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 .
Page 7 of 48
PERFORMANCE
All material and parts shall be bid F . O . B . Destination , at the job site .
CONFLICT OF INTEREST
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.
ADDENDA
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.
Page 8 of 48
GENERAL CONDITIONS
RESPONSIBILITIES OF THE CONTRACTOR
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.
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 .
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 :
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 .
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.
Nothing contained in this contract shall create any kind of contractual relationship between the
SUBCONTRACTORS and the OWNER .
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 .
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 .
Page 9 of 48
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 .
Insurance :
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 .
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 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.
Builder ' s Risk Insurance : The contractor shall procure and shall maintain builder' s risk
insurance ("all risk") with limits equal to one hundred percent ( 100 % ) of the completed vale of
the structure(s ) , building(s ) , or addition (s) . It shall include a Waiver of Occupancy
Endorsement to enable the County to contract calls for the installation of machinery or
equipment, the policy must be endorsed to provide coverage during transit and installation . The
maximum deductible allowable under this coverage is $ 500 . 00 per claim .
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 .
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.
The COUNTY will obtain site plan approval , will do all the site work (filling , grading and
compaction) and will pay all site impact fees .
Page 10 of 48
,
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 .
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 .
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 legal 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 .
CONDUCT OF THE WORK
All 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.
Defective Work And Materials.
All 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 .
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 .
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 .
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 .
Page 11 of 48
Final Cleanup . Before the work is considered complete , all 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 . All 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.
SAFETY AND PROTECTION
Safety. The CONTRACTOR shall furnish and install all 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 .
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 all
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 .
TERMINATION/DEFAULT
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 .
DELAY
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 .
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 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 .
Page 12 of 48
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 .
WARRANTY/GUARANTEE
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 .
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.
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 .
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 .
Asbuilt Drawing Requirements
Prior to Final Acceptance , the CONTRACTOR shall submit to the OWNER two (2) sets of
Asbuilt Plans . This plan set shall show the exact way in which the installation was
constructed, including all changes during the course of the project. As a minimum , the plan
set shall show the following :
The CONTRACTOR shall correct any errors to the As-Built plans upon review by the
ENGINEER before Final Acceptance is complete .
NOTICES
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.
Notices to the County shall be deemed to have been properly sent when mailed to Indian River
County , Lynn Williams , Superintendent of Building and Grounds , 1840 25th Street , Vero Beach ,
Florida 32960 .
Page 13 of 48
DISPUTE
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 General Services 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.
The General Services 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 General Services Director.
TERMINATION BY THE COUNTY
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 .
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 .
PUBLIC ENTITY CRIMES
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.
PUBLIC DISCLOSURE STATEMENT
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 :
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.
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.
Page 14 of 48
BID FORM
Bidder Mid - State Mechanical of Vero Beach , Inc .
(Bidder ' s Name)
hereafter called " CONTRACTOR" , hereby submits
TO : INDIAN RIVER County Purchasing Department
2625 19th Avenue
Vero Beach, Florida 32960
Attn : Fran Powell, Purchasing Manager
Project : Indian River County Bid # 6025
Project Name Administration Building Chiller Replacement
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 :
Base Bid Amount of.
nnP Hundred nrin. ety ree TbeUsand and 9Q .,` 100193 , 000 . 00 )
Base Bid Price Written
Performance and Payment Bond:
If the Contract amount exceeds $25 ,000 . 00 please identify the cost of the Bond to be added to the
Base Bid Amount in dollars ($ 2 , 41 �i _ n n )
Alternate Chiller 9 . 8 EER - deduct $ 10 , 000 . 00
Addenda :
The following Addenda have been received and are included in the Base Bid :
Addendum No . 1 Yeses Date 96 RPnpf-. PmhPr , 9nn �
Addendum No . 2 Yes x Date 29 September , 2003
Addendum No . 3 Yes _ Date
Addendum No . 4 Yes Date
•
Page 21 of 48
Time of Completion :
The Work shall commence immediately upon execution of the Contract and shall be substainally
• complete on or before _ gnconsecutive calendar days thereinafter.
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 thirty calendar days from bid opening.
Time:
Time is of the essence . 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.
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,
Mid - Sta_tQ MechaniC2a3 3825 71st Street
• Name of Firm Address
Vero Beach , FL 32967
Authorized Signature City, State, Zip Code
President (772 ) 567 - 3102
Title Phone
10 - 01 - 03
Date Signed (Corporate Seal)
E-mail : . hnhPmi r3cf-. ;; -. Pmprh _ rnm
Occupational License : 000565 - 0001348
FEIN Number: 59 - 1837478
•
Page 22 of 48
SPECIAL PROVISIONS
SCOPE
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 .
DESCRIPTION OF THE WORK/ALTERATIONS
The work for this project shall consist of replacing an existing water cooled chiller with one air
cooled chiller, new pump and modification to existing chilled water piping .
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.
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 .
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 .
COMMENCEMENT OF WORK
The work shall commence immediately upon receipt of a Notice to Proceed.
TIME OF COMPLETION
The work shall be completed within the time slated on the bid as time required to complete all work.
Page 15 of 48
CONTRACT PRICE
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 final 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 .
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 .
EXAMINATION OF THE SITE
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 .
Arrangements to visit the work site may be made by contacting Buildings and Grounds at (772) 567-
8000 ext 1419 .
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 .
COOPERATION/COORDINATION
The OWNER and its authorized representatives shall be permitted free access and every reasonable
facility for the inspection of all work and materials .
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 .
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 .
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 .
Page 16 of 48
BONDS
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 .
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 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.
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 .
Page 17 of 48
DELIVERY, STORAGE AND HANDLING
PART 1 : GENERAL
1 . 01 SCOPE OF WORK
A . This Section specifies the general requirements for the delivery handling, storage and
protection for all items required in the construction of the work. Specific requirements , if any,
are specified with the related item .
1 . 02 TRANSPORTATION AND DELIVERY
A . Transport and handle items in accordance with manufacturer's instructions .
B . Schedule delivery to reduce long-term on-site storage prior to installation and/or operation .
Under no circumstances shall equipment be delivered to the site more than one month prior to
installation without written authorization from the Engineer.
C . Coordinate delivery with installation to ensure minimum holding time for items that are
hazardous , flammable , easily damaged or sensitive to deterioration .
D . Deliver products to the site in manufacturer's original sealed containers or other packing
systems , complete with instructions for handling , storing, unpacking , protecting and installing .
E. All items delivered to the site shall be unloaded and placed in a manner, which will not
hamper the Contractor's normal construction operation or those of subcontractors and other
contractors and will not interfere with the flow of necessary traffic .
F . Provide necessary equipment and personnel to unload all items delivered to the site .
G . Promptly inspect shipment to assure that products comply with requirements , quantities are
correct, and items are undamaged. For items furnished by others (i . e . Owner, other
Contractors ) , perform inspection in the presence of the Engineer. Notify Engineer verbally,
and in writing , of any problems .
1 . 03 STORAGE AND PROTECTION
A . Store and protect products in accordance with the manufacturer's instructions , with seals and
labels intact and legible . Storage instruction shall be studied by the Contractor and reviewed
with the engineer by him/her. Instruction shall be carefully followed and a written record of
this kept by the Contractor. Arrange storage to permit access for inspection .
B . Store loose granular materials on solid flat surfaces in a well-drained area . Prevent mixing
with foreign matter.
Page 18 of 48
C . Cement and lime shall be stored under a roof and off the ground and shall be kept completely
dry at all times . All structural , miscellaneous and reinforcing steel shall be stored off the
ground or otherwise to prevent accumulations of dirt or grease , and in a position to prevent
accumulations of standing water and to minimize rusting . Beams shall be stored with the
webs vertical . Precast concrete shall be handled and stored in a manner to prevent
accumulations of dirt , standing water, staining , chipping or cracking . Brick, block and similar
masonry products shall be handled and stored in a manner to reduce breakage , cracking and
spalling to a minimum .
D . All mechanical and electrical equipment and instruments subject to corrosive damage by the
atmosphere if stored outdoors (even though covered by canvas ) shall be stored in a weather
tight building to prevent injury . The building may be a temporary structure on the site or
elsewhere , but it must be satisfactory to the Engineer. Building shall be provided with
adequate ventilation to prevent condensation . Maintain temperature and humidity within
range required by manufacturer.
1 . All equipment shall be stored fully lubricated with oil , grease and other lubricants unless
otherwise instructed by the manufacturer.
2 . Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and
to avoid metal-to-metal " welding " . Upon installation of the equipment, the Contractor
shall start the equipment, at least half load, once weekly for an adequate period of time to
ensure that the equipment does not deteriorate from lack of use .
3 . Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance . New lubricants shall be
put into the equipment at the time of acceptance .
4 . Prior to acceptance of the equipment , the Contractor shall have the manufacturer inspect
the equipment and certify that its condition has not been detrimentally affected by the long
storage period. Such certifications by the manufacturer shall be deemed to mean that the
equipment is judged by the manufacturer to be in a condition equal to that of equipment
that has been shipped, installed, tested and accepted in a minimum time period. As such ,
the manufacturer will guaranty the equipment equally in both instances . If such a
certification is not given , the equipment shall be judged to be defective . It shall be
removed and replaced at the Contractor's expense .
Page 19 of 48
TECHNICAL SPECIFICATIONS
Furnish and install all mechanical and electrical equipment and materials for the Indian River County
Administration Building Chiller Replacement as noted in the accompanying book specifications dated
September 5 , 2003 with any additional addendums .
Page 20 of 48
T& MERICAN INSTITUTE OF ARCHIT"S
AIA Document A310
BID BOND
KNOW ALL MEN BY THESE PRESENTS , that we
MidState Mechanical of Vero Beach, Inc.
as Principal , hereinafter called the Principal , and
The Fidelity and Deposit Company of Maryland
a corporation duly organized under the laws of the State of Maryland
as Surety , hereinafter called the Surety , are held and firmly bound unto
Indian River County, Florida
as Obligee , hereinafter called the Obligee , in the sum of FIVE PERCENT (55,o) OF PROPOSED BID-Dollars ( $ --- 5 % -- ) ,
for the payment of which sum well and truly to be made , the said Principal and the Surety , bind
ourselves , our heirs ,
executors , administrators , successors and assigns , jointly and severally , firmly by these presents .
WHEREAS , the Principal has submitted a bid for
IRC Administration Building Chiller Change Out
NOW , THEREFORE , if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in
accordance with the terms of such bid , and give such bond or bonds as may be specified in the bidding or Contract
Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished
in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds , if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said
bid , then this
obligation shall be null and void , otherwise to remain in full force and effect .
Signed and sealed this 25th day of September, 2003
,. MidState Mechanical of Vero Beach Inc (Seal)
w
(Witness )
(Title )
The Fidelit a d e osit Company of Maryland (Seal)
l
itness ) Agent an At orney in fact, Arthur K .Broder
Printed in cooperation with the American Institute of Architects (AIA) by CANF & D . CANF& D vouches that the
language in this
document conforms exactly to the language used in AIA Document A310 Bid Bond - AIA, February 1970 ED - THE
AMERICAN
INSTITUTE OF ARCHITECTS , 1735 NEW YORK AVE . , N .W . , WASHINGTON , D . C . 20006 .
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS : That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B . WALBRECHER, Vice-President, and T. E . SMITH, Assistant Secretary, in pursuance of authority granted by Article
VI , Section
2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full
force and effect on the date
hereof, does hereby nominate, constitute and appoint Arthur K. Broder, of Davie, Florida, its true and lawful agent and Attorney-
in-Fact,
to make, execute, seal and deliver, for, and on its behalf as surety, and as ' act and deed : y and all bonds and undertakings
and the
execution of such bonds or undertakings in pursuance of these presents, shall lding upo mpany, as fully and amply, to all
intents and
purposes, as if they had been duly executed and acknowledged by the regula \ ted officers ompany at its office in Baltimore,
Md. , in their
own proper persons . This power of attorney revokes that issued on behalf o txr K. Broder pril 18, 1997.
The said Assistant Secretary does hereby certify that the extract set n the rever, ereof is a true copy of Article VI,
Section 2, of the
By-Laws of said Company, and is now in force .
IN WITNESS WHEREOF, the said Vice-President and Assista �tary have subscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MARYLA 7th day o A.D. 1997 .
0
ATTEST: FIDELITY AN SIT CORNY OF MARYLAND
usmp�%O�Wlh
By :
T. E. Smith ssistanis W. B. Walbrecher Vice-President
State of Maryland ss: �� o
County of Baltimore
On this 7th day of May, A. D. 1997, before the subs Notary Public of the State of Maryland, duly commissioned and qualified,
came W. B .
WALBRECHER, Vice-President and T. E . SMITH, nt Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and offic cribed in and who executed the preceding instrument, and they
each acknowledged the
execution of the same, and being by me duly swo erally and each for himself deposeth and saith, that they are the said officers
of the Company
aforesaid, and that the seal affixed to the preceding Instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written .
J. F,r�
lPu A 9
� Pum,c
a>x 0 Car 1 J. Fader Notary Public
My C miss ' Expires : August 1 , 2000
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate
; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board
of Directors
to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board
of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED : "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any
Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified
copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually
affixed . "
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
264 % day of Sep-1°CA%nbtyr 2003
Assistant Secretary
L1428-031 -2375
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
" Article VI , Section 2 . The Chairman of the Board , or the President, or any Executive Vice-President , or any of the Senior
Vice.
Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee , shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident Vice-Presidents ,
Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to authorize any person or persons to
execute
on behalf of the Company any bonds , undertakings , recognizances , stipulations , policies , contracts , agreements , deeds , and
releases
and assignments of judgements , decrees , mortgages and instruments in the nature of mortgages , . . . and to affix the seal of the Company
thereto . "
• BID BOND
. KNOW ALL MEN BY THESE PRESENTS , that we Mia S t a t e M p r- h a n i r• a 1 o f
Vern B P a-a=h-r-Ina as
(BIDDER' S NAME)
Principal, and Fidelity & Deposit Company of Maryland
(SURETY ' S NAME)
a corporation duly organized under the Laws of the State of Florida as a Surety with its principal
offices in the City of Davey , FT , and authorized to do business in the State of Florida, are
held and firmly bound unto INDIAN RIVER COUNTY (hereinafter called the OWNER) in the penal
sum of 5 / Dollars ($ 5 % ) ,
lawful money of the United States , amounting to 5 % of the total bid price, for the payment of which
sum well 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 1 October , 20. 0.3 ,
for the construction of:
Project Name : Tnai an River County Admin . Bldg ,
Bid Number : h n 2 5
• Project Address : 1840 25th . S i- r P P t
Vere Beaeft , —tele�da
Project Description: Chiller Replacement
NOW THEREFORE, the condition of the above obligation is such that 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
OWNER, pay to 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 former, 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 .
•
Page 23 of 48
IN WITNESS WHEREOF, thSove-bound parties have executed thiStrument under their several
seals this day of , 20_, the name and corporate seal of each corporate
• party being hereto affixed and these presents duly signed by its undersigned representative pursuant
to authority of its governing body.
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
WHEN THE PRINCIPAL IS AN INDIVIDUAL :
Signed, sealed and delivered in the presence of.
Witness Signature of Individual
Address Printed Name of Individual
Witness
Address
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
• WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES 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
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Page 24 of 48
WHEN THE PRINCIPAL IAARTNERSHIP : •
Signed, sealed and delivered in the presence of
• Witness Name of Partnership
BY :
Address Partner
Printed Name of Partner
Witness
(SEAL)
Address
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
WHEN THE PRINCIPAL IS A CORPORATION :
Attest :
Lawrence T . Paolf Mid - State M e hanical
Secretary Name of Corporation
• BY :
(Affix Corporate SEAL)
� awreeee a � �e-� €
Printed Name
cAr� relk tarr fl/ Trna curer
Official Title
CERTIFICATE AS TO CORPORATE PRINCIPAL
I e d Ege l € , certify that I am the Secretary of the corporation named as Principal in
the within bond; that Robert E Fields , who signed the said bond on behalf of
the Principal was then President of said corporation : that I know
his signature, and his signature thereto is genuine ; and that said Bond was duly signed, sealed and
attested for and on behalf of Said corporation by authority of Its governing body.
Secr tart' (SEAL)
Page 25 of 48
TO BOIXECUTED BY CORPORATE SU&Y :
Attest :
•
Secretary Corporate Surety
Business Address
BY :
(Affix Corporate SEAL)
(Attach Power of Attorney)
Arthur W - RrnHpr
Attorney-In-Fact
Broder & Associates
Name of Local Agency
• 6191 Oranae Dr . Davey , FL. 33314
Business Address
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
, to me well known, who being by me first duly sworn oath,
says that he is the attorney-in- fact for the and that he has
been authorized by 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 day of , 20_
Notary Public , State of Florida
My Commission Expires :
•
Page 26 of 48
Any claims under this bond SO be addressed to : •
Name and address of Surety T: i d A l i twF,nPn n G t- i t C n of Maryland
P . O . Box 1227
Baltimore , MD 21203 - 1227
Name and address of agent
or representative in Florida
if different from above : Brc) dpr & Associates
61Q1 nrannn T) r _ Squi i- c 615 () P
Davey ,, F-a orida 'I3314
Telephone number of Surety
and agent or representative in Florida: (.9Z.4_) 5,g. _ - 3 0 09
•
Page 27 of 48
OFIDAVIT OF COMPLIANCO
Indian River County Bid # 6025 for Administration Building Chiller Replacement
Ej We DO NOT take p
exception to the Bid / Specifications .
p
❑ We TAKE exception to the Bid / Specifications as follows :
Company Name : Mica - Stake MPrhaniral of Vern RParh , Tnr• _
Company Address : 3825 71st . Street
• Vern Reach , FT , 32967
Telephone Number: 7 7 9 _ 5 67 _ 3n2 Fax : 7 7 2 - 7 7 8.3 q8
E-mail : boa@i ids t t � ��h yam
Authorized Signature : Date : 1 October , 2003
Name : R o h P r i-. F _ Pi P1 rs Title : P Pgj H e n t
(Typed / Printed)
•
Page 28 of 48
WA TY INFORMATION FOIS
• Indian River County Bid # 6025 for Administration Building Chiller Replacement
Make and Model of Proposed Equipment : Treane - Model # RTAC - 10 . 4 EER
Carrier - 30GXR
Is there a warranty on the proposed equipment? Yes [ No ❑
Does the warranty apply to all components or only part? (Please specify)
AS PER SPECIFICATIONS
Warranty period for parts : As P .PgSPEcIFICATInNS
Warranty period for service : 1 Vea r
Nearest source to Indian River County for parts and service :
Mid State Mechanical of Vero Beach , Inc .
• Who will provide service and where in the event of failure within warranty period?
Company Name : Mid State Mechanicai of Vern 'Rear hone : ( 772 ) 567 - 3102
Address : oig99 71 ci- _ St. rPPf:
Vero Beach , FL 32967
Contact person : Jan Greer
Will any voluntary service follow installation or delivery? Yes No ❑
Ifso , bywhom? Mid State Mechanical When? 10 days
Who is the highest authority (manufacturer, distributor, dealer, etc . . . ) fully behind this warranty?
A copy of the complete warranty statement is submitted herewith: Yes ❑ No
•
Page 29 of 48
SWORN STATEAWT UNDER SECTION 287 .I3 ' (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 Proposal No . 6095
2 . This sworn statement is submitted by Robert F Ita I d
whose business address is i R 9 c; :71 st strGet - Vero —Beaeh, 1 22967 and
(if applicable) its Federal Identification No . (FEIN) is 59 . 1- 1327a7A If entity
has no FEIN, include the Social Security Number of the individual signing this sworn
statement :
3 . My name is N/A and my relationship to the entity
named above is N/ A
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 I understand that an "affiliate" as defined in Paragraph 287 . I33 ( 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 .
•
Page 30 of 48
7 . I understand that a "p*" as defined in Paragraph 287 . I33 ) , 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)
Signature : 2 -.*e 7M Date :
1 2043
STATE OF Florida
COUNTY OF T n cii a n ]River
Personally appeared before me, the undersigned authority, lR o be r t E Fie ] ra s
who after first being sworn by me, affixed his / her signature in the space provided above on this _
1 t . day of October , 20.(a.
JANM S. GREER
* * MY COMMISSION # DD 248885
ary Public, State a arge EXPIRES: September 10, 2007
C�f�OFFA��\o! Bonded Thru Budget Notary Services
Commission Expires : 9 / 10 / 07
•
Page 31 of 48
SWORN STATEMENICER SECTION 105 .08, INDW 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 . �=5 for
IRrdmi TBuild ! Rg
2 . This sworn statement is submitted by: Robert E . Fields
Mid - State Mechanical of Vero Beach , Inc .
(Name of entity submitting Statement)
whose business address is :
3825 71st . Street - Vero Beach , FT , 12g67 and
(if applicable) its Federal Employer Identification Number (FEIN) is 5-g _ 1 R 3 7 4 7 R (If
the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement )
• 3 . MY name is
(Please print name of individual signing)
and my relationship to the entity named above is
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.
Page 32 of 48
6 . Based on information Selief, the statement, which I have mJ@d 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 :
Name of Affiliate Name of County Commissioner Relationship
or entity or employee
' (Signature)
• 1 nrtoher ,-2003
(Date)
STATE OF Florida
COUNTY OF T n ci i a n -River
The foregoing instrument was acknowledged before me this 1 Gt _ day of Qcf7 ober , 20n, by
who is personally known to me or who has produced
Drivers License as identification.
NOT Y PUBLIC
SIGN : Q/L �
PRIN Janice S . Greer
State of Florida at Large
My Commission Expires /, ] 0 / 07
JANICE S. GREER
(Seal * MY COMMISSION II DD 248885
EXPIRES: September 10, 2007
oF SWM Bonded Thro Buda Notary Services
•
Page 33 of 48
WDDER QUESTIONNAIRE
The undersigned guarantees the truth and accuracy of all statements and answers herein contained :
• Ref: Indian River County Bid # 6 0 2 5 for IRC Admin . Bldg .
1 . How many years has your organization been in the business ? 2 5
2 . Number of employees " ON THE JOB " each week? 2 n
3 . Will you subcontract any part of this work? If so , give details : Electrical - P a r a g n n
Elir' triC
4 . List three (3 ) references of individuals or corporations for which you have performed this type
work and to which your refer:
1) Firm Siemens Phone # ( �? ) 99q - 8 #29.2
Contact Dan Lague
2) Firm school Board of Rrpva rd County Phone # ( 321 ) 794 - 4716
Contact David Martin
3 ) Firm Space Coast Credit Union Phone # ( 321 752 - 2222
• Contact Mike TylPr
4) Firm The New Piper Aircraft Phone # ( 772 ) 299 - 2385
Contact Rny Parker
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?
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: Mid - State Mechanical of Vero beach , Inc .
Address : 3825 71st . Street - Vero Beach , F1 . 32967
•
Page 34 of 48
STATEMENT OF NO BID
If your company does not intend to bid, please return this form immediately to :
Indian River County Purchasing Division
2625 19th Avenue
Vero Beach FL 32960-3335
We , the undersigned, have declined to submit a bid for IRC Bid # for
For the following reasons :
❑ Specifications too "tight" (i . e . geared toward one brand or manufacturer only . )
❑ Insufficient time to respond to the Invitation to Bid
❑ Our Company does not offer this product or service
❑ Our schedule would not permit our company to perform
❑ Unable to meet specifications
❑ Specifications unclear (Please explain below)
❑ Unable to meet Insurance Requirements
❑ Remove our Company from your "Bidders List" altogether
❑ Other (specify) :
REMARKS :
We understand that if this STATEMENT of No BID is not executed and returned our Company may be
removed from the Purchasing Division ' s Bidders List for this commodity.
Company Name :
Signature :
Telephone : Fax :
E-mail :
Page 35 of 48
1486590 RECORDED IN THE RECORDS OF JEFFREY K BARTON , CLERK CIRCUIT COURT INDIAN
RIVER CO FL , BK : 1651 PG : 1216 , 10 / 28 / 2003 01 : 08 PM
THE AMERICAN INSTITUTE OF ARCHITECTS
to
AIA Document A311
Bond No PRF08730054
Performance Bond
KNOW ALL MEN BY THESE PRESENTS : that
(Here insert full name and address or legal title of Contractor)
Mid-State Mechanical of Vero Beach, Inc., 3825 71" Street, Vero Beach, Florida 32967
as Principal , hereinafter called Contractor, and ,
(Here insert full name and address or legal title of Surety)
Fidelity and Deposit Company of Maryland, 9130 South Dadeland Blvd. , Ste. 1700, Miami, Florida 33156
as Surety, hereinafter called Surety , are held and firmly bound unto
(Here insert full name and address or legal title of Owner)
Indian River County Purchasing Division, 2625 19b Ave., Vero Beach, Florida 32960
as Obligee, hereinafter called Owner, in the amount of
Two Hundred Thirty One Thousand Seven Hundred Sixty Six Onllars and 251100 Cents
Dollars /5231, 766. 251
for the payment whereof Contractor and Surety bind themselves , their heirs , executors , administrators ,
successors and assigns , jointly and severally , firmly by these presents .
WHEREAS ,
Contractor has by written agreement dated October 1 , 2003 entered into a contract with Owner for
(Here insert full name, address and description of project)
Indian River County Administration Building Chiller Replacement
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof , and is hereinafter referred to as the Contract .
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA
FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 N .Y . AVE . , N .W. . WASHINGTON, D. C . 20006
A TRUE COPY
CERTIFICATION ON LAST PAGE
J. K. BARTON* CLERK
BK : 1651 PG : 1217
PERFORMANCE BOND
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully
perform said Contract, then this obligation shall be null and void ; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or under the contract or contracts of completion
extension of time made by the Owner , arranged under this
paragraph) sufficient funds to pay
the cost of completion less the balance of the contract
Whenever Contractor shall be, and declared by price; but not exceeding, including other costs
and
Owner to be in default under the Contract, the Owner damages for which the Surety may be liable hereunder,
having performed Owner's obligation thereunder, the the amount set forth in the first paragraph hereof. The
Surety may promptly remedy the default, or shall term " balance of the e contract price, " as
used in this
paragraph , shall mean the total mount payable by Owner
to Contractor under the Contract and any amendments
1 ) Complete the Contract in accordance with its tenTs thereto, less the amount properly paid by Owner
to
and conditions, or Ccntractor.
2) Obtain a bid or bids for completing the Contract in Any suit under this bond must be instituted
accordance with its term and conditions, and upon before the expiration of two (2) years from the date on
determination by Surety of the lowest responsible bidder, which final payment under the Contract falls due.
or if the Owner elects, upon determination by the Owner
and the Surety jointly of the lowest responsible bidder, No right of action shall accrue on this bond to or
arrange for a contract between such bidder and Owner, for the use of any person or corporation other than the
and make available as work progresses (even though Owner named herein or the heirs, executors,
there should be a default or a succession of defaults administrators or successors of the Owner.
Signed and sealed this 21st day of Cctoher 2003
"Id "6
of Vero Beech /nc
` (Principap (Seal)
r
itness)
President /�/1%/
Fide/i y and Deposit Company of Mary/and ,: n
(Surety) 17j .
(Witness) J� •'~ J�
Arthur K. Broder, Licensed Resident Atlf +
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL. PAYMENT BOND • AIA ® - ` ,,//1
FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 N . V . AVE. , N . W . . WASHINGTON, D.C. 20066if �,GQbs��b
A TRUE COPY
CERTIFICATION ON LAST PAGE
J .K• BARTON , CLERK
BK : 1651 PG : 1218
THE AMERICAN INSTITUTE OF ARCHITECTS
to
AIA Document A311
Bond No :PRF08730054
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY V\ 1TFI 7ERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS : that
(Here insert full name and address or legal title of contractor)
Mid-State Mechanical of Vero Beach, Inc. , 3825 71" Street, Vero Beach, Florida 32967
as Principal , hereinafter called Contractor, and ,
(Here insert full name and address or legal title of Surety)
Fidelity and Deposit Company of Maryland, 9130 South Dadeland Blvd. Ste 1700, Miami, Florida 33156
as Surety , hereinafter called Surety , are held and firmly bound unto
(Here insert full name and address or legal title of Owner)
Indian River County Purchasing Division, 2625 79t ' Ave , 1/e 'o 4each, Florida 32960
as Obligee, hereinafter called Owner, in the amount c `
One Hundred Eighty Five Thousand Four Hundred Thirteen and no/00 ( $ 185,413 .00)
for the payment whereof Contractor and Surety bind themselves , their heirs , executors , administrators ,
successors and assigns , jointly and severally , firmly by these presents .
WHEREAS ,
Contractor has by written agreement dated October 1 , 2003 entered into a contract with Owner for
(Here insert full name , address and description of project)
Indian River County Administration Building Chiller Rep 'j trrr, en
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA m
FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 N . V . AVE . , N . W. , WASHINGTON, D.C . 20006 3
A 79I; E COPY
CERTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
BK : 1651 PG : 1219
LABOR AND MATERIAL PAYMENT BOND
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of
the
Contract, then this obligation shall be void ; otherwise it shall remain in full force and effect, subject, however,
to the
following conditions :
1 . Claimant is defined as one having a direct accuracy the amount claimed and the name of the party
contract with the Principal or with a Subcontractor of the to whom the materials were furnished , o for whom the
Principal for labor, material, or both , used or reasonably work or labor was done or performed . Such notice shall
required for use in the performance of the Contract , labor be served by mailing the same by registered mail or
and material being construed to include that part of certified mail, postage prepaid, in an envelope addressed
water, gas, power, light, heat, oil, gasoline, telephone to the Principal , Owner or Surety, at any place where an
service or rental of equipment directly applicable to the office is regularly maintained for the transaction
of
Contract. business , or served in any manner in which legal process
may be served in the state in which the aforesaid project
2 . The above named Principal and Surety hereby is located , save that such service need not be made by a
jointly and severally agree with the Owner that every pubic o4icer .
claimant as herein defined , who has not been paid in full
before the expiration of a period of ninety ( 90) days after b) After the expiration of one I11 year following the date
the date on which the last of such claimant' s work or on which Principal ceased work on said Contract, it being
labor was done or performed, or materials were furnished understood , however, that if any limitation embodied in
by such claimant , may sue on this bond for the use of this bond is prohibited by any law controlling
the
such claimant, prosecute the suit to final judgment for construction hereof such limitation shall be deemed to be
such sum or sums as may be justly due claimant, and amended so as to be equal to the minimum period of
have execution thereon . The Owner shall not be liable limitation permitted by such law .
for the payment of any casts or expenses of any such
suit. c ) Other than in a state court of competent jurisdiction in
and for the county or other political subdivision of the
3 . No suit or action shall be commenced hereunder by state in which the project, or any part thereof,
is
any claimant : situated , and not elsewhere.
a) Unless claimant, other than one having a direct 4 . The amount of this bond shall be reduced by and
to
contract with the Principal, shall have given written the extent of any payment or payments made in good
notice to any two of the following : the Principal , the with he eunder, inclusive of the payment by Surety
of
Owner, or the Surety above named , within ninety ( 90) mechanic ' s liens which may be filed of record against
days after such claimant did or performed the last of the said improvement, whether or not claim for the amount
work or labor, or furnished the last of the materials for of such lien be presented under and against this bond .
which said claim is made, stating with substantial
THIS BOND HEREBY IS AMENDED SO THAT THE PROVISIONS AND LIMITATIONS OF SECTION 255. 05 OR
SECTION 713. 23 FLORIDA STATUTES, WHICHEVER IS APPLICABLE, ARE INCORPORATED HEREIN By
REFERENCE.
Signed and sealed this 21 st day of October 2003.
Mid-State Mechanical of Vero Beach, Inc.
( Principal ) ( Seal)
Witness)
Presioent
P
Fide)AW and De osit Com an of McFvin�VSt k /
! Surety) t z" G i ' lSea4� '
le
(Witness)
Arthur K. Broder, Licensed resideNt ag nto ,A a
V
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATER'Ai- PAYMENT BOND • AIA a I •'0• �
r a
A TRUE COPY
CERTIFICATION ON LAST PAGE
J , K . BARTON , CLERK
BK : 1651 PG : 1220
a '
Power of Attomey
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE- P.O. BOX 1227, SAL nMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice-President, and T. E . SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect
on the date
hereof, does hereby nominate. constitute and appoint Arthur IC. Broder, of Davie, Florida, its true and lawful agent and Attorney-in-Fam
to make, execute, seal and deliver, for, and on its behalf as surety, and a ' act and deed : and all bonds and undertakings
and the
execution of such bonds or undertakings in pursuance of these presents, shall ding upo mpany, as fully and amply, to all intents and
purposes, as if they had been duly executed and acknowledged by the regal ed officers ompany at its office in Baltimore, Md., in
their
own proper persons. This power of attorney revokes that issued on behalf K. Broder pril 18, 1997.
The said Assistant Secretary does hereby certify that the extract set,fbVn the rever
By-Laws of said Company, and is now in force. g ereof is a true copy of Article VI, Section 2, of the
Z�
IN WITNESS WHEREOF, the said Vice-President and Assis S`r have subscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MARYL 7th day D. 1997.
ATTEST: FIDELITY AN pSIT CONY OF MARYLAND
SEAL _ �.laS7GfJ �i/
T E. Smith °�lssisranr See t if' 4. Walbrecher Vice-President
StiteofMaryland ss:
County of Baltimore
On this 7th day of May, A.D. 1997, before the subs Notary Public of the State of Maryland, duly commissioned and qualified, came W. B.
WALBRECHER, Vice-President and T. E. SMITH, t Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and offic ribed in and who executed the preceding instrument, and they each acknowledged
the
execution of the same, and being by me duly swo erally and each for himself deposeth and saith, that they are the said officers of the
Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written.
t C'ar ' Myader Public
C miss' Expires: August 1 , 2000
CERTIFICATE
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1
do further certify that
the Vice-President who executed the said Power of Attorney was one of the addit:'onal Vice-Presidents specially authorized by the Board of Directors
to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARY1rWD at a mceting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Via-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall he valid and bindin.o vnon the Company with the same force and effect as tli9ugh
ffi , manualiy
axed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name arid affixed the corporate seal of the said Com Fs ' ,
Pant �`� C� .
21s-F day of Oc-�o6eY
.A3sit _ Se
l tElry :�
L1428-031 -2375
A TRUE COPY
CERTIFICATION ON LAST PAGE
J . K . BARTON , CLERK
BK : 1651 PG : 1221
1
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COM?ANY OF MARYLAND
"Article VI, Section 2 . The Chairman of the Board, or 111CPresident, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances , stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instrument, in the nature of mortgages, . . . and to affix the seal of the Company
thereto. "
STATE OF FWRIOA
INDIAN RIVER COUIF"y rTHAT THIS IS A
THIS IS TO CERTIFY
TRUE AND CORRECT COPY OF THE
ORIGINAL ON FILE IN THIS OFFIC .R
LEP
BYpU � CLERI
* DATE I � _ a
Certificate of Insurance
The Company indicated below certifies that ,the insurance afforded by the policy or policies numbered and described
below is in force as of the effective date ' of this certificate. This Certificate of Insurarce does not amend ,
extend , or
otherwise atter the Terms and Conditions of Insurance coverage contained in any policy or policies numbered and
described below.
Certificate Holder's Name and Address: Insured 's Name and Address ,•
INDIAN RIVEN COUNTY MIDSTATE MECHANICAL OF VERO BEACH, INC ,
1840 25TH STREET 3825 712` STREET
VERO BEACH , FL 32960 VERO BEACH, FL 32967
POLICY POLICY
TYPE OF INSURANCE POLICY NUMBER ANE) EFFEUM EVIRATION LIMITS OF LIABILITY
ISSUING COMPANY GATE DATE ("Limits At Inception)
GENERAL LIABILITY NATIONWIDE
® Promises-Operations Ilvsul�ANCE
7TAC550611 -3001 7!31 /03 7/31 /04 General Aggregate` S 1 , 000,000
* Products-Completed Operations Pr. Comp. Op. Agg . " S 5000000
Each OceurrQnce S 500 , 000
,
® Personal & Advertising Injury
9 Medical Expense Any One Person/Org. $ 500, 000
0 Fire Damage Legal Any One Person $ 51000
❑ Other Liability Any One Fire $ 50 , 000
Each Accident
El GARAGE LIABILITY-PREMISES Aggregate'
AUTOMOBILE LIABILITY # 7713A55d6l1 -0003 7/31 /03 7131104
® BUSINESS AUTO Bodily Injury
❑ GARAGE (Each Person)
0 Owned
® Hired (Each Accident)
® Nen-Owned Property Damage
(Each Accident)
Combined Single
#
Fill In Either Combined Limit S 5009000
Single Limits cr Split Limits
EXCESS LIABILITY 77MU650611 -0005 7/31 /03 7/31104
® Umbrella Form Each Occurrence S 4, 000, 000
Aggregate* 5 41000,000
Workers Compensation STATUTORY LIMITS
77WC550611 -0005 7131 /03 7/31 /04
Bodily Injury Each Accident
and (DRUB FREE WORK PLACE) by accident 100,000
Employers' Liability Bodily Injury Each Employee
by Disease 100,000
Bodily Injury Policy Limit
by Disease 500 ,000
Insurance in force only for hazards indicated by X.
Descrijortion ftecial s :
Authorized Representative:
Countersigned at: Pat O'oonneil insurance P . O . Box 650339 Vero Beach , Florida 32965 Date Issued : 10/26103
I