Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2005-313
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 41St STREET IMPROVEMENTS FROM 61ST AVENUE TO 47TH AVENUE INCLUDING KINGS HIGHWAY INTERSECTION AND 47TH AVENUE TO 38TH AVENUE INCLUDING 43RD AVENUE INTERSECTION .. BID NO . 7074 PROJECT NO . 0016 & 0236 -' PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA THOMAS S . LOWTHER , CHAIRMAN ARTHUR R . NEUBERGER , VICE CHAIRMAN COMMISSIONER SANDRA L . BOWDEN COMMISSIONER WESLEY S . DAVIS COMMISSIONER GARY C . WHEELER JOSEPH A . BAIRD , COUNTY ADMINISTRATOR JEFFREY K. BARTON , CLERK OF COURT WILLIAM G . COLLINS II , COUNTY ATTORNEY JAMES W . DAVIS , P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER, JR . , P . E . , COUNTY ENGINEER MICHELLE A. GENTILE , C . E . T . , CIVIL ENGINEER MICHAEL J . MEZZINA, CIVIL ENGINEER 0016-00001 - Project Title Page 00001 - 1 r F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00001 - Project Title Page.doc s Board o n ' A .. . z f County ty Commisstoners A 1840 25th Street Vero Beach Florida 32960 - �4+ Telephone: (772) 567-8000 LORY FAX: (772) 7784391 .. TO ALL PROSPECTIVE BIDDERS INTERSECTION AND ROADWAY IMPROVEMENTS TO 41ST Street Improvements from 61St Avenue to 47th Avenue including Kings Highway AND �. 41St Street from 47th Avenue to 38th Avenue including 43`d Avenue Intersection IRC PROJECT NO , 0016 AND 0236 IRC BID NO . 7074 BID OPENING DATED : JULY 209 2005 ACKNOWLEDGEMENT - I hereby acknowledge receipt of Addendum No . 1 dated Jul 00 r th b v project. - NAME Robs tie► TITLE � w4lr' tL1M�1rr�10t�. i+ �ilS � �1�_ i COMPANY � � Ldlos DATE REC LVED Please sign and return to : r.. Michelle A. Gentile, CET Civil Engineer Indian River County 1840 25th Street Vero Beach , FL 32960 — F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016 & 0236 rr Acknowledgement receipt form for Addendum #1 .dot !V 1 rk F a z India River County Purc lasing Division 1840 5t" Street Room 118 h ` R I iijI - Vero each , FL 3296 .0 , , wLL. v: pi 1IN qt� ' x •• j Phone (772) 567m8000 Fax ( 772) 770-5095 ' li . . . I .14 ADDENDUM NO . 1 Date ., July 8 2005 Pr. oj ect Nam c 41 � Street Roadway Improvements ITS,iQ!; .. . Bid Number : . 7074 4 Bid . Opening ate : July 20 , 2005 at 2 : 00 pm Addendum # changes the BID opening date from July' 13 , 2005 to July 20 , 2005 For a full . co of Addendum # 1 contact IRC En ineerin g 9 Py . 1 ¢.. Division 772 -2264280 . IVA * * This Addendum MUST be returned with your Bid *"% * * * * * * y * * * * All Bids must be received in the Purchasing Division office located at 1840 25 Street ; Room 118 , V ro Beach, FL 32960 Prior to the Date and Time shown above . Late bids will be' returned unlopened . I k Company Na ic 561, e5 Name : 1 %M Wr Title : ( ype / Printed1*71 1 1 Authorized Signature : Date : a? Ito 10.5p n . � j lid Telephone : ')'L 44A 4446b Fax : 11 v 444 ^ jwss Page I of I s RECEI ED TIME HL . 12 . 1 : 12PM r � �IVEk Board of County Commissioners 1840 25th Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX (772) 7784391 July 8 , 2005 " TO ALL PROSPECTIVE BIDDERS 41St Street Improvements from 61St Avenue to 47th Avenue including Kings Highway Intersection AND 41St Street from 47th Avenue to 38th Avenue including 43rd Avenue Intersection INTERSECTION AND ROADWAY IMPROVEMENTS . . IRC PROJECT NO . 0016 AND 0236 IRC BID NO . 7074 BID OPENING DATED : JULY 20 , 2005 ADDENDUM NO , 1 TO ALL PROSPECTIVE BIDDERS : The following clarifications , amendments , additions , deletions and revisions form a part of the Contract Documents and change the original documents only in the manner and to the extent stated : 1 . IRC is providing a Maintenance of Traffic plan for the Contractors use . Any change to .. the MOT plan will have to have the Engineers approval . Contractor will provide all barricades , signs and other necessary materials per FDOT Design Standards Index 600 , January 2004 . 2 . The itemized bid schedules for both projects have been incorporated into on itemized bid schedule . Please use the newly attached bid schedule for your bid . They included sheets 8 through 12 . 3 . Additional grades were obtained in areas where the North and South dry detention ponds are located . This information is included with this addendum . Revised Plan and �. Profile sheets No . 19 of 66 ; 20 of 66 and No . 21 of 66 ; revised cover sheet and Detention Pond Sections sheet 7A of 66 . 4 . Copy of the minutes from the pre-bid meeting held on June 30 , 2005 , 5 . The bid opening dated July 13 , 2005 at 2 : 00 p . m , is hereby amended to July 20 , 2005 at 2 : 00 p . m . R Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016 & 0236 Addendum No 1 contents 7-8-05. dot r rr rr. Page Two All Prospective Bidders July 8 , 2005 .� The contract documents and construction plans should then consist of the original documents plus : 1 . Addendum No . 1 dated July 8 , 2005 All bids should be submitted on Itemized Bid Proposal , Addendum No . 1 pages 8, 9, 10 .r 11 & 12 . We thank you for your cooperation , and if you have any questions please call me at (772) 567- 8000 extension 1280 . Sincerely, (0� 0 44t Michelle A. Gentile , CET r Civil Engineer MAG/bjr ATTACHMENTS 1 . Revised Itemized Bid Schedule r 2 . Set of MOT Plans 24 ' x 36 ' 3 , Revised Plan and Profile Sheets , 19 , 20 and 21 of 66 , Cover sheet and Detention Pond Sections sheet 7-A of 66 . " 4 . Minutes of Pre- Bid Meeting cc: James W . Davis , P . E . , Public Works Director Christopher J . Kafer, Jr. , P . E . , County Engineer Terry Cook, Road & Bridge Superintendent Michael D . Nixon , P . E . , Design Professional Engineer .. Michael J . Mezzina , Civil Engineer File F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016 & 0236 Addendum No 1 contents 7-8-05 .dot r. ITEMIZED BID SCHEDULE Project Name : 41St Street Between Kings Hwy, & 43rd Avenue IRC Proiect #0016 And 43rd Avenue & 41St Street Intersection IRC Proiect #0236 Bidder ' s Name : ITEM DESCRIPTION UNIT QTY. UNIT TOTAL NO . PRICE PRICE 1 Mobilization LS 1 2 Maintenance of Traffic LS 1 .. 3 Erosion & Water Pollution Control LS 1 4 Clearing & Grubbing LS 1 ow 5 Earthwork LS 1 6 As-Built Drawing LS 1 7 8 " Coquina Shell Base (Furnish & Install) SY 62,468 8 12" Type ` B ' Stabilization (LBR40) SY 69, 954 (Furnish & Install) 9 Type SP- 12 . 5 Asphaltic Concrete SY 63 , 534 Structural Course ( 1 . 5 ") 10 Type SP-9 . 5 Asphaltic Concrete Surface SY 73 , 093 r. Course ( 1 ") 11 Superpave Asphaltic Concrete (overbuild TN 19600 r & leveling) 13 Turnout and Drives (6 " Concrete) SY 15177 13 . 1 Turnout and Drives SY 5 , 827 6" Coquina Shell Base for Drives •� 15 Yard Drains EA 3 16 Inlet (Type C) EA 17 17 Inlet (Type E) EA 4 18 Curb Inlet P1 EA 1 19 Curb Inlet P2 EA 4 20 Curb Inlet P5 EA 1 21 Curb Inlet P-6 EA 11 21 . 1 Curb Inlet P-6 Conflict Structure EA 1 22 Manhole P-7 EA 3 0016-00310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41st&Kings ' ' Hwy-43rd Ave&41st Intersection .doc ITEMIZED BID SCHEDULE Project Name : 41 " Street Between Kings Hwy, & 43rd Avenue IRC Project #0016 And 43rd Avenue & 41 " Street Intersection IRC Proiect #0236 Bidder' s Name : ITEM DESCRIPTION UNIT QTY. UNIT TOTAL NO. PRICE PRICE 23 Manhole (Type J- 7) EA 8 24 Conflict Manhole (Type J- 8 ) EA 2 .. 25 Concrete Pipe Culvert ( 12" x 18 ") LF 124 25 . 1 Slotted Concrete Pipe Culvert ( 12" x 18 ") LF 311 27 Concrete Pipe Culvert ( 15 ") LF 243 28 Concrete Pipe Culvert ( 18 ") LF 2, 080 29 Concrete Pipe Culvert (24") LF 768 r 30 Concrete Pipe Culvert (30") LF 246 31 Concrete Pipe Culvert (36") LF 16 32 Concrete Pipe Culvert Slotted with Filter LF 880 .. Fabric & Rock (48" x 76") 33 Concrete Pipe Culvert Solid (48" x 76") LF 3 ,458 34 Masonry Plug with Magnetic Locator EA 1 (3 0") 34 . 1 Masonry Plug (30") EA 1 34. 2 Masonry Plug with Magnetic Locator EA 3 " ( 18 ") 35 Mitered End Section ( 12" x 18 ") EA 8 36 Mitered End Section ( 18 ") EA 7 37 Mitered End Section (24") EA 2 38 Underdrain (2 ' x 2 ' w/ Filter Fabric) LF 190 4" PVC Perforated 39 15 " BCCMP LF 597 40 18 " BCCMP LF 564 41 18" Perforated BCCMP LF 620 qq 00 6-00310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41st&Mngs r Hwy-43rd Ave&41 st Intersection .doc aw ITEMIZED BID SCHEDULE Project Name : 41St Street Between Kings Hwy, & 43rd Avenue IRC Project #0016 And 43rd Avenue & 41St Street Intersection IRC Proiect #0236 Bidder ' s Name : ITEM DESCRIPTION UNIT QTY. UNIT TOTAL NO. PRICE PRICE 42 24" BCCMP LF 469 43 24" Perforated BCCMP LF 283 AA 2jV9 Uf OX AM Llr 3 � 45 Flashboard Risers (24") EA 1 46 Flashboard Risers (36") EA 1 r. 47 Concrete Endwalls 18 " RCP EA 2 48 Concrete Endwall 24" RCP LF 2 49 Concrete Endwal148 " x 76" ERCP LF 6 50 Gravity Wall CY 11 51 Hand Rail (Aluminum) LF 83 52 Concrete Curb & Gutter (Type F) LF 141233 «� 53 Concrete Sidewalk SY 7 , 122 54 Sod (Bahia) SY 805463 55 Sod (Floratam) SY 21608 " 56 Mailboxes (Relocate) LS 1 100 Reflective Pavement Marker RPM EA 1 ,078 aw (Furnish & Install) Bi-Directional Amber / Amber 101 Reflective Pavement Marker RPM EA 68 (Furnish & Install) Mono -Directional White / Clear 102 Solid Traffic Stripe LF 7 ,786 (Double 6" Yellow) Thermoplastic 103 Solid Traffic Stripe LF 14, 134 (Single 6" Yellow Thermoplastic) r. 0016=00310 - Itemized Bid Schedule 41st&Kings Hwy43rd Ave&41st Intersection FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41st&Kings r Hwy-43rd Ave&41st Intersection.doc ITEMIZED BID SCHEDULE Project Name : 41 " Street Between Kings Hwy, & 43rd Avenue IRC Project #0016 And 43rd Avenue & 41St Street Intersection IRC Project #0236 Bidder ' s Name : ITEM DESCRIPTION UNIT QTY. UNIT TOTAL r NO • PRICE PRICE 104 Solid Traffic Stripe LF 25 , 551 (6 " White Thermoplastic) 105 Solid Traffic Stripe 8 " White LF 270 Thermoplastic Aw 106 Solid Traffic Stripe LF 2, 896 ( 12 " White Thermoplastic) 107 Solid Traffic Stripe LF 235 ( 18" White Thermoplastic) 108 Solid Traffic Stripe LF 755 (24" White Thermoplastic) 109 Solid Traffic Stripe LF 498 ( 18 " Yellow Thermoplastic) 110 Skip Traffic Stripe LF 135913 (6" Yellow 10 %30 ' Thermoplastic) 111 Skip Traffic Stripe LF 3 , 010 (6" White 6 ' - 10 ' Thermoplastic) 112 Skip Traffic Stripe LF 864 (6" Yellow 6 ' - 10 ' Thermoplastic) .w 113 Directional Arrows , Thermoplastic EA 83 114 2" PVC Conduit Schedule 40 LF 19, 807 115 Pull Boxes EA 22 200 Valve Box Adjustment EA 29 .. 201 Fire Hydrant Relocation EA 6 202 Water Meter Relocation EA 11 203 Water Meter Assembly Relocation EA 1 204 Water & Force Main Conflict Relocation EA 25 300 Payment Bond LS 1 00111 600310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41st&ICings r Hwy43rd Ave&41st Intersection .doc ITEMIZED BID SCHEDULE Project Name : 41s' Street Between Kings Hwv, & 43rd Avenue IRC Proiect #0016 sssss And 43rd Avenue & 41St Street Intersection IRC Proiect #0236 " Bidder' s Name : ITEM DESCRIPTION UNIT QTY. UNIT TOTAL r NO . PRICE PRICE 301 Performance Bond LS 1 400 Off Duty Law Enforcement M .H . 160 .. 01024 Force Account LS 1 $ 50 ,000 . 00 $505000 .00 TOTAL = TOTAL AMOUNT OF BID (IN FIGURES ) : ... $ TOTAL AMOUNT OF BID (IN WORDS) : ow ■w r rr rr j 00100310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41 st&Kings Hwy-43rd Ave&41st Intersection .doc rrr .. 41St Street Between Kings H[ighwa37 and `43rd Ave and Intersection Improvements Project No . 0016 and 0236 Bid' # 7074 0016 Revised , Sheets Page Change •• 3 of 66 Took out " 75 #/ S .Y " R r ii O c ' tv s7t 7ptali changed t 1 to ge .,.,, 1 .G11 iJT <3lJ �i7 L, tllVvl L . CLvLQI.I vi.J Q1JY�. GCl .L.JlaLvi�.GL.0 Lv � title1. 41 Illi 11 of 66 Removed endwall from driveway relocation pian 12 of 66 On quantities, took out,-'. '75 , # / SIX . " & adjusted quantity on 48 " x 76 " pipe 15 of 66 On summary of drainage structures, revised length on 48 " x 76" pipe 22 of 66 Moved endwall on 48 " x 767 pipe 23 of 6.6 Moved endwall on 48 " 'x - 7.6-' pipe 42 of 66 Removed 48 " x 76" pipe- fro ' X' sections .r 0236 Revised Sheets - Page Chane Cover Page numbering changes . Removed a detail- page & added cross section r Page 2 of 50 Moved 41St roadway and sidewalk (left) North 3 of 50 Moved 41St roadway northOil 4 of 50 Sidewalk notation change 5 of 50 Text size change; & sidewalk notation change 6 of 50 Removed concrete . collar & manhole structures 7 of 50 Page # combined with page6 ow 8 of 50 Revised culvert details: 9 of 50 Page # change && cosmetic text & .arrow changes . 10 of 50 Change to page # 9 .. 11 of 50 Change to Page * 10 12 of 50 Change to Page # l l relnove slotted pipe & conflict structure. Adjust pipe & sod Quantities . 13 of 50 Change to Page # 12 , adjusted pipe quantities non- slotted 48 x 76 & 18 " RCP 14 of 50 Change to Page # 13 , adjusted pipe quantities 18 " RCP 15 of 50 Change to Page # 14, move 41St . & sidewalk north 16 of 50 Change to Page # 15 moved 41St &, sidewalk north 17 of 50 Change to Page # 16 , move 41 " & sidewalk north, S - 5A moved 18 of 50 Change to Pg . # 17 , move 41st & sidewalk north, moved S -2 & adjusted. 15 " RCP +3 LF . F :\Engineering\Capital Projects\0016 & 0236- 41st'Street lrnprovements\0016 & 0236 41st St-Revised sheets .doc rri Cont ' d 0236 Revised Sheets •r 19 of 50 Change to Page # 18 , move 41St & sidewalk north, move S - 5A and adjust 15 " RCP +5 L.F . Removed 2 culverts 20 of 50 Change to Page # 19 , move 41st north & adjust 18 " RCP 21 of 50 Change to Page # 20 & moved 41 St north 22 of 50 Change to Page # 21 , moved 41St north, adjusted S -21 location, adjusted curves & curve tables 23 of 50 Change to Page # 22 , adjusted curve 24 of 50 Chang L to Page # 23 25 of 50 Change to Page # 24 , concrete sidewalk note 26 of 50 Change to Page # 25 , remove slotted RCP with filter fabric and rock, add non-slotted RCP 27 of 50 Change to Page # 26 28 of 50 Change to Page # 27 , adjust structures S -6 & S - 7 29 of 50 Change to Page # 28 .. 30 of 50 Change - to Page # 29 , move sidewalk north 31 of 50 Change to Page # 30 , move sidewalk north New page #31 includes Sta. 137+ 00 and 138 +00 X- Section 32 of 50 Grade notation added, "& sidewalk elevation change 33 of 50 Text and grade adjustments 34 of 50 Text adjustments 35 of 50 Sidewalk note added 36 of 50 Sidewalk notes added 37 of 50 Sidewalk notes added ,. 38 of 50 Text size change 39 0f 50 Font chaUge 40 of 50 Font change �. 41 of 50 Font change 43 of 50 41st roadway and sidewalk move north 44 of 50 41 " roadway and sidewalk move north •• 45 • of 50 41 " roadway and sidewalk move north M F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 41st St-Revised sheets.doc rr INDIAN "RIVER COUNTY, FLORIDA CHANGE ORDER NO . : 1 PROJECT NO. 0016 and 0236 Bid # 7074 PROJECT : 41 " Street between Kings Highway and 43rd Ave and Intersection Improvements CONTRACTOR NAME/ADDRESS : Ranger Construction industries , Inc . 4510 Glades Cut-off Road FIs Ft Uicr a R 'M � DATE : August 29 , 2005 DESCRIPTION OF. PRICE PRICE CHANGE INCREASE DECREASE 1 Delete 630 L.F . � 48 " x 76 $ 1783920 . 00 ERCP Slotted W/ Filter Fabric. & Rock @ $ 284 . 00 L.F . in Item 32 2 Add 48 L.F . � 48 " x 76" $ 13 , 536 . 00 .. ERCPSolid@ $282 . 00/L.F .-::-in Item 33 3 Delete 25 ,405 C .Y . — Yellow. $210 , 099 . 35 �. Sand $ 8 .27/ .C .Y._m Item°:5 4 Add 20, 000 C .Y . General Fill . 370 , 000. 00 $ 3 . 50 C .Y . and 5 ,4050 :Y. of Hydrologic Group "A" Soil @ $ 8 . 27 C . Y. in Item . 5 $4409 . 35 5Delete 30 L.F . � 18 " BCCIvV .. @ STA. 134 + 00 Q $ 81 . 1. 0 L .F . in Item 40 $2 , 433 . 00 Add 10 L .F . 18 " BCCMP Cagy STA 132 + 85 a) $ 81 . 10/L.F . in Item 40 $ 811 . 00 •• 6 Delete 40 LF � 15 " BCCNP $2 , 168 . 00 @ STA. STA 133 + -04-14 $ 54 .20 in Item ' 39 7 Add 3 L .F . of 15 " RCP @ 'STA. $ 239 . 70 128 + 70 @ $ 79 . 90/L.F . in Item 27 8 Add 5 L .F . 15 " . RCP @ STA. $ 399 . 50 135 + 00 @ $ 79 .90 ' L .F . in Item 27 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 CO # 1 -Ranger-08 -29 -05-mag. doc Page 1 of 3 r DESCRIPTION OF PRICE PRICE CHANGE INCREASE DECREASE 9 Delete 3 L.F . � 15 " RCP $239 . 70 @ STA. STA 135 + 00 +• @ $ 79 . 90/L.F . in Item 27 10 Delete 1 Type 3 — 7 M .H . $ 5 , 950 . 00 S -20 @ $ 5 , 950 . 00 ea. @ STA . 136 + 05 . 7 in Item 23 11 Add 99 L.F . � 18 " Solid White $ 277 . 20 Traffic Stripe @ $2 . 80/L. F . in Item 0 12 Delete 500 Tons overbuild / ow leveling figured in Maintenance of Traffic in Item 2 @ $ 64 . 00 - $ 32 , 000 . 00 /Ton Delete $2 , 470 . 00/Day for 30 Days for liquidated damages in Item 2 $ 74, 100 . 00 13 Delete 9904 L.F . 2" PVC . $ 833688 . 80 Conduit Schedule 40 . $ 8 . 45/L . F . in Item 114 14 Delete 543 S .Y Concrete $24, 923 . 70 Sidewalk @ $ 45 . 90/S . Y. in ;., . Item 53 15 Adjust unit price of overbuild in $ 32 ,000 . 00 item 11 fiom $ 0 . 01/Ton to $ 64-. 00/Tom0,.1ra chancre 16001 Tons to 500 Tons overbuild/leveling @ .. $ 64 . 00/Ton Total Increase/Decrease $ 161 , 962 . 75 $ 614, 522 . 55 +� NET CHANGE IN AMOUNT +($452,559 . 80) , ORIGINAL CONTRACT PRICE $ 7 , 922 , 796 . 00 TIME 300 DAYS CURRENT CONTRACT PRICE $ 7,470.236 .20 TEAE 330 DAYS NET CHANGE PRICE/TIME FROM THIS CHANGE ORDER NO . 1 (,$452 , 559 . 80) 30 DAYS NEW CONTRACT PRICE/TIME INCLUDING THIS CHANGE ORDERS 7 , 470 ,236 .20 330 DAYS r. F )Engineering\Capital Projects\00"16 & 0236- 41st Street Improvements\0016 & 0236 CO. # 1 -Ranger-08 -29-05-mag:doc Page 2 of 3 INDIAN RIVER COUNTY, FLORIDA ,. CHANGE ORDER NO. 1 PROJECT NO . 0016 and 0236 Bid -W 7074 .APPROVAL ENGINEERS RECOI\vIlvIENDATION : .. I have examined the ' above changes . They are necessary to satisfactorily complete the Contract. The price changes are reasonable I recommend that the changes be made . - ds istophe . K r; J Date County gineer I agree to the amendment of the 41 " . Street improvements Contract as indicated on the attached (3 ) three page Change Order No . 1 . This Change Order shall become a part of the 41St Street Improvements Contract and +• incorporated therein. VGO UOION INDUSTRIES , INC . INDIAN RIVER COUNTY, FLORIDA . . (Name and Title of Si atory) Thomas S . Lowther, Chairman I cam,. P► eS Witnessed by: Approved by BCC Attest:` Jeffrey K . Barton, Clerk of Circuit Court ` By. . ,. County Attorney Deputy Clerk Approved as to Form and Legal Sufficiency Joseph A . Baird, County Administrator r CADocuments and Settings\rgfprksEocal SettingsUemporary IntemetFiles\OLK57F\0016 0236 CO 41 -Ranger-08-29 -05 -mag. doc Page 3' of 3 TABLE OF CONTENTS Section No . Title VOLUMEI DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 - 1 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00450 Sworn Statement under Section 287 . 133 , Florida Statutes on Public Entity Crimes 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire .,. 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement •• 00550 Notice to Proceed 00610 Performance Bond 00612 Payment Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor' s Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor' s Final Certification of the Work 00634 Professional Surveyor and Mapper' s Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 01050 Surveying and Field Engineering 01220 Progress Meetings 01720 Record Documents 00010- 1 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00010 - Table of s Contents.doc r .. DIVISION 1 = GENERAL REQUIREMENTS DIVISION 2 — TECHNICAL PROVISIONS SOIL BORINGS VOLUME II APPENDIX A — PERMITS APPENDIX B — CHAPTER 4 , BEST MANAGEMENT PRACTICES + + END OF TABLE OF CONTENTS + + mu so 00010-2 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00010 - Table of *a Contents .doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS . 1840 25TH Street, Vero Beach, Florida 32960 VW gIVE� a. Z LORi� Telephone : (772) 567-8000 SUNCOM: 224- 1000 FAX: (772) 778-9391 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday , July 13 .. 2005 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "41ST ST. IMPROVEMENTS" . All bids , either mailed or walked in , will be received by the Purchasing Division , 1840 25 Street , Vero Beach , Florida , 32960 , where they will be opened publicly and read aloud at 2 : 00 PM . All bids received after 2 : 00 P . M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO. 0016 & 0236 INDIAN RIVER COUNTY BID NO. 7074 PROJECT DESCRIPTION: 41St STREET ROADWAY IMPROVEMENTS r All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be +. obtained from the Public Works Department, Engineering Division , 1840 25th Street , Vero Beach , FL 32960 , 772-567-8000 . Copies of the plans and specifications containing the . necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $275. 00 for each set, which represents cost of printing, handling, and mailing and which is non refundable. „r All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . A BID BOND must accompany each Bid , and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida , in the sum of not less than Five Percent ( of the total amount bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond . If he fails to do so , he shall forfeit the said bid Bond as liquidated damages . Please note that the questionnaire must be filled out completely including the financial statement . .. The County reserves the right to delay awarding of the Contract for a period of sixty 60 0016-00100 - Advertisement for Bids 00100 - 1 FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00100 - Advertisement for Bids.doc Rev. 05101 .r days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in part with or without cause/or to accept the bid that , in its judgement , will serve the best interest of Indian River County , Florida . The County will not reimburse any Bidder for bid preparation costs . 4W A Pre- Bid Conference will be held on Thursday, June 30 , 2005 , at 9 : 00 AM , in the first floor .. Conference Room A of the Indian River County Administration Building located at 1840 25th Street , Vero Beach , Florida , 32960 , ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED . INDIAN RIVER COUNTY r By : Jerry Davis Purchasing Manager "" For Publication in the Vero Beach Press Journal Date (s ) : 6/8/05 6/ 15/05 40 For: Vero Beach Press Journal 00 Please furnish tear sheet and Affidavit of Publication to : aw INDIAN RIVER COUNTY PURCHASING DIVISION 1840 251h Street, N- 118 .. Vero Beach , FL 32960 " * * END OF SECTION 0016-00100 - Advertisement for Bids 00100 - 2 ,r F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00100 - Advertisement for Bids.doc Rev. 05/01 SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No . - Title Page ARTICLE1 - DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 • ARTICLE 2 - COPIES OF BIDDING DOCUMENTS . . , . . . . . . . . . . . . . less wepam . . ma gas . . . . . . . . . . . . . . . 0 . 9 , 0 % 00 . . . . . . SA ow ARTICLE 3 - QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ,. AND SITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 - PRE - BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . 4 ARTICLE 6 - SITE AND OTHER AREAS . . . . . . . . " I ' ll , . . . a a a a a 0 0 . . . . a . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ARTICLE 7 - INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE8 - BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE9 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE10 - LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . 15 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 mw ARTICLE 13 - PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 111 . 1 . . 6 •• ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE15 - SUBMITTAL OF BID , ' , , , , . , . . . . . . . . SSG * . . . . . 0 . 00 , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE17 - OPENING OF BIDS . . . . , . . . . . . . . . . . . . 66 * 999 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . w . . . . . . . . . . . . . . . . . . . . . . . . 9 9+ ARTICLE 19 - AWARD OF CONTRACT ARTICLE 20 - CONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE 21 - SIGNING OF AGREEMENTS . , . . . . . . , . . . . . . . . . . . . . . . . . . . . 10 . . . . 11111110 ARTICLE 22 - SALES AND USE TAXES " . . . . , . . . . . . . . . . . . . 11 . . . . . . . p . . . . . . . I ' ll , . . . . . . . . . . . . . . 111 . 10 ARTICLE23 — RETAINAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 "' ARTICLE 24 - CONTRACTS TO BE ASSIGNED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE25 - PARTNERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 a 0016-00200 - Instructions to Bidders 00200 - i 4w F:\Engineering\ScottD\0016Master Contract Documents\0016-00200 - Instructions to Bidders.doc Rev. 05/16/01 r SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article .,, Award of Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 Basisof Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 AW BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . , . , . , ' . . . . . . . , . . . . . . , . . . . I ' ll . . . . . . . . . . . . . . . . . . �.' Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . " I ' ll. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 . . . . . . . . . . Contractsto be Assigned . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Copiesof Bidding Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ., Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretations and Addenda . , . " . . . . . . . . . . . . . . . . 1 . 111 , . . . . . . . . . . I . . . . . . . . . . . . . 7 LiquidatedDamages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 VW Modification and Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Opening of Bids17 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Partnering . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 Pre- Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 .,. Preparation of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualificationsof Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 450 . 0 . . . . . . . . . . . . . . . . 3 Retainage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Salesand Use Taxes " , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 dw Signingof Agreement . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Subcontractors , Suppliers and Others . . . . . . . . . . . . . " I ' ll " , . . . . . . . I ' ll . . . . . . . . . 111 : 11 , . . . . . . . . . 12 Submittalof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 �. Substitute or " Or-Equal' Items . . . . . . , . . . . . . . . . . . . . . . . . . go . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1111111 . 11 0016-00200 - Instructions to Bidders 00200 - ii 40 F:\Engineering\ScottD\0016Master Contract Documents\0016-00200 - Instructions to Bidders.doc Rev. 05/16/01 SECTION 00200 - Instructions to Bidders i ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder--The individual or entity who submits a Bid directly to OWNER. B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C . Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided ) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office . 2 . 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER aw nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, 2 . 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use . ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 . 01 To demonstrate Bidder's qualifications to perform the Work , within five days of OWNER's request Bidder shall submit written evidence such as financial data , previous .., experience , present commitments , and such other data as may be called for below. A. Bidder must have at least five years ' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. C . Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories . " E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 3 . 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract . 0016-00200 - Instructions to Bidders 00200 - 1 F:\Engineering\ScottD\0016Master Contract Documents\0016-00200 - Instructions to Bidders.doc Rev. 05/01 rl. 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA , AND SITE 4 . 01 Subsurface and Physical Conditions r. A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents . 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities ) that ENGINEER has used r in preparing the Bidding Documents , B . Copies of reports and drawings referended in paragraph 4 . 01 . A will be made available by OWNER to any Bidder on request . Those reports and drawings are not part of the Contract Documents , but the "technical data " contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 02 of the General Conditions has been identified and established in ■" paragraph 4 . 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data " or any other data , interpretations , opinions or information contained in such reports or shown or indicated in such drawings . 4 . 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER , or others . 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site , if any, that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract • Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 06 of the General Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions , or information contained in such reports or shown or indicated in such drawings . 4 . 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities , and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 . 02 , 4 . 03 , and 4 . 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site , if any , and possible changes in 0016-00200 - Instructions to Bidders 00200 - 2 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 rr the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the `� Contract Documents to be within the scope of the Work appear in paragraph 4 . 06 of the General Conditions . IM 4 . 05 On request, OWNER will provide Bidder access to the Site to conduct such examinations , investigations , explorations , tests , and studies as Bidder deems necessary for submission of a Bid . Bidder shall fill all holes and clean up and restore the Site to its former Mr condition upon completion of such explorations , investigations , tests , and studies . 4 . 07 It is the responsibility of each Bidder before submitting a Bid to : .. A. examine and carefully study the Bidding Documents , including any Addenda and the other related data identified in the Bidding Documents ; B . visit the Site and become familiar with and satisfy Bidder as to the general , local , and Site conditions that may affect cost , progress , and performance of the Work ; C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and Regulations that may affect cost , progress , or performance of the Work ; D . carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities ) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in .. paragraph 4 . 06 of the General Conditions ; E . obtain and carefully study (or assume responsibility for doing so ) all additional or .. supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (overhead , surface , subsurface , and Underground Facilities ) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs .. incident thereto ; F . agree at the time of submitting its Bid that no further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of its Bid for performance "r of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; G . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents ; �+ H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents ; r I . promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written ,. resolution thereof by ENGINEER is acceptable to Bidder; and 0016-00200 - Instructions to Bidders 00200 - 3 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work . .. 4 . 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4 , that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means , methods , techniques , sequences , and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has .. given ENGINEER written notice of all conflicts , errors , ambiguities , and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and .. convey understanding of all terms and conditions for performing and furnishing the Work . ARTICLE 5 - PRE - BID CONFERENCE 5 . 01 The date , time , and location for a Pre- Bid conference , if any , are specified in the W. Advertisement for Bids . Representatives of OWNER and ENGINEER will be present to discuss the Project . Bidders are encouraged to attend and participate in the conference . ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective . ARTICLE 6 - SITE AND OTHER AREAS VW 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment , or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR . Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents . ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. •• 7 . 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER . +r 0016-00200 - Instructions to Bidders 00200 - 4 VW F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 r ARTICLE 8 - BID SECURITY ..r 8 . 01 A Bid must be accompanied by Bid security made payable to OWNER in the amount specified in the Bid Form and in the form of a certified or bank check or a Bid Bond [on the form "` attached] issued by a surety meeting the requirements of paragraphs 5 . 01 and 5 . 02 of the General Conditions . MI 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful r Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited . The Bid security of other Bidders whom OWNER . believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . 8 . 03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . r ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) Substantially Completed and ( b ) also completed and ready for final payment are set forth in the .. Agreement w ARTICLE 10 - LIQUIDATED DAMAGES 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement . r ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or r described in the Bidding Documents without consideration of possible substitute or "or-equal" items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal " item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER , application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement . The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may • be supplemented in the General Requirements . r ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12 . 01 If the Supplementary Conditions require the identity of certain Subcontractors , Suppliers , individuals , or entities to be submitted to OWNER in advance of a specified date prior to the 0016-00200 - Instructions to Bidders rr 00200 - 5 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st Sl Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 low Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER . If OWNER or ENGINEER , after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . 12 . 02 If apparent Successful Bidder declines to make any such substitution , OWNER may r. award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier , individual , or ,III. entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID .I. 13 . 01 The Bid form is included with the Bidding Documents . Additional copies may be obtained VM from the Issuing Office . 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the +• Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . .. 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature . 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner `W (whose title must appear under the signature ) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . 13 . 06 A Bid by an individual shall show the Bidder's name and official address . r. 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . 0016-00200 - Instructions to Bidders ar 00200 - 6 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 4r 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . " 13 . 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract . Bidder's state contractor license number or county registration number for the state or .. county of the Project , if any , shall also be shown on the Bid form . 13 . 12 All supporting information requested in the Bid Form must be furnished . Do not leave ,. any questions or requests unanswered . 1W ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price 41111111 A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . .r B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C . Discrepancies between the multiplication of units of Work and unit prices will be + resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any , named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions . 14 . 03 The Bidder' s attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or ` elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate " of quantities or of the character, location of the work , or other conditions pertaining thereto . ARTICLE 15 - SUBMITTAL OF BID .. 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : A . Statement of Public Entity Crimes , B . Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships . C . Sworn Statement under the Florida Trench Safety Act. 0016-00200 - Instructions to Bidders 00200 - 7 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 wr D . General Information Required of Bidders . E . List of Subcontractors . "' 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable , the designated portion of the to Project for which the Bid is submitted ) , the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope + • plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be addressed to Indian River County, Purchasing Division , 2625 19th Avenue , Vero Beach , Florida , 32960 . ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID .r 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted ` 1111111111 prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with "' OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder +r will be disqualified from further bidding on the Work . ,.,. ARTICLE 17 - OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates , if any , will be made available to Bidders after the opening of Bids . ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 4W 18 . 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may, in its sole discretion , release any Bid and return the Bid security prior to the end of " this period . +. ARTICLE 19 - AWARD OF CONTRACT ,,. 19 . 01 OWNER reserves the right to reject any or all Bids , including without limitation , nonconforming , nonresponsive , unbalanced , or conditional Bids . OWNER further reserves the right to reject the Bid of any Bidder whom it finds , after reasonable inquiry and evaluation , to be „Ir non - responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves 0016-00200 - Instructions to Bidders 00200 - 8 r� F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 1r the right to waive all informalities not involving price , time , or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest . .r 19 . 03 In evaluating Bids , OWNER will consider whether or not the Bids comply with the prescribed requirements , and such alternates , unit prices and other data , as may be requested in ++■ the Bid Form or prior to the Notice of Award . It is the OWNER's intent to accept alternates ( if any are accepted ) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination . 19 . 04 In evaluating Bidders , OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers , and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19 . 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications , and financial ability of Bidders , proposed Subcontractors , Suppliers , individuals , or entities to perform the Work in accordance with the Contract Documents . .r 19 . 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20 . 01 Article 5 of the General Conditions , as may be modified by the Supplementary Conditions , sets forth OWNER's requirements as to performance and payment Bonds and insurance . When the Successful Bidder delivers the executed Agreement to OWNER , it must be accompanied by such Bonds , unless the Bonds have been waived due to the total contract being less than $50 , 000 . ARTICLE 21 - SIGNING OF AGREEMENT 21 . 01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto . Within fifteen ( 15 ) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the .r Agreement and attached documents to OWNER. 21 . 02 OWNER shall return one fully signed counterpart to Successful Bidder. 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly 110 complete the documents will be deducted , in equal amount , from the Contract time . Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for 0016-00200 - Instructions to Bidders 00200 - 9 ON 1= :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 w consequential damages incurred , and the Contract may be awarded as the OWNER desires . 1.1► ARTICLE 22 - SALES AND USE TAXES 22 . 01 OWNER is exempt from Florida state sales and use taxes on materials and equipment to be incorporated in the Work . Exemption No , 41 -05-012529-53C . Said taxes shall not be included in the Bid . Refer to paragraph 6 . 10 of the Supplementary Conditions for additional information . Iwo ARTICLE 23 — RETAINAGE 01111 23 . 01 This Section intentionally left blank . am ARTICLE 24 - CONTRACTS TO BE ASSIGNED 24 . 01 This Section intentionally left blank . ' ARTICLE 25 - PARTNERING 25 . 01 This Section intentionally left blank . r * * END OF SECTION MW MW AW ;r 0016-00200 - Instructions to Bidders .r 00200 - 10 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00200 - Instructions to Bidders.doc Rev. 05/01 r. SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS : SECTION TITLE SECTION NUMBER .� Bid Form 00310 Bid Bond 00430 Public Entity Crimes Affidavit 00450 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 �• General Information Required of Bidders 00456 List of Subcontractors 00458 SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID • .r * * END OF SECTION 00300 1 0016-00300 - Bid Package Contents F:\Engineering\ScottD\0016Master Contract Documents\0016-00300 - Bid Package Contents.doc Rev. 05/01 r SECTION 00310 - Bid Form ,r PROJECT IDENTIFICATION : r. Project Name : 41St Street Roadway Improvements County Project Number: 0016 & 0236 Project Address : 41St Street from 61St Avenue to 38 th Avenue r Project Description : 41St Street Roadway Widening & Intersection Improvements .. THIS BID IS SUBMITTED TO : INDIAN RIVER COUNTY 2625 19TH AVENUE VERO BEACH , FLORIDA 32960 1 . 01 The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents . .. 2 . 01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders , including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening , or for ,., such longer period of time that Bidder may agree to in writing upon request of OWNER . 3 . 01 In submitting this Bid , Bidder represents , as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents , the other related data identified in the Bidding Documents , and the following Addenda , receipt of all which is hereby acknowledged . Addendum Date Addendum Number 7 , �S � os' 1 .. B . Bidder has visited the Site and become familiar with and is satisfied as to the general , local and Site conditions that may affect cost, progress , and performance of the Work . *rlli. C . Bidder is familiar with and is satisfied as to all federal , state and local Laws and Regulations that may affect cost , progress and performance of the Work . D . Bidder has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in- or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities ) which have been identified in the Supplementary Conditions as . provided in paragraph 4 . 02 of the General Conditions , and (2 ) reports and drawings of a Hazardous Environmental Condition , if any, which have been identified in the Supplementary Conditions r - as provided in paragraph 4 . 06 of the General Conditions . Alt. -00310 - Bid Form 00310 - 1 FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\Alt.-00310 - Bid Form.doc Rev. 05/16/01 E . Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies and .. data concerning conditions (surface , subsurface and Underground Facilities ) at or contiguous to the Site which may affect cost , progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including applying the specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident. thereto . F . Bidder does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of this Bid for performance of the Work at .. the price (s ) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents , H . Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents . I . Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted . 4 . 01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group , association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding ; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER . [The remainder of page intentionally left blank] ..r r r Alt.-00310 - Bid Form 00310 - 2 '� F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236.41st St Contract Docs\NIt.-00310 - Bid Form.doc Rev. 05/16/01 ITEMIZED BID SCHEDULE . Project Name : 41St Street Roadway Improvements Bidder Name ; c v% Z4 " Mi po,� us► ��5 , ` L . >r 5 . 01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s ) contained in the Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will_ be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . B , The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans , Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . C'. Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the .. purpose of comparison of Bids , and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract and work may be less or more than so estimated , and , if so , no action for damages or for ., loss of profits shall accrue to the Contractor by reason thereof, D . Unit Prices have been computed in accordance with paragraph 11 . 03 . 6 of the General Conditions . 6 .01 Bidder agrees that the Work Will be substantially completed and ready for final payment in accordance with paragraph 14 . 07 . 6 of the General Conditions on or before the dates or . within the number of calendar days indicated in the Agreement, 6 .02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the Agreement. .. 7 . 01 The following documents are attached to and made a condition of this Bid : A, Required Bid security . in the form of .. B , A tabulation of Subcontractors , Suppliers [and other] individuals and entities required to be identified in this Bid ; C . Statement of Public Entity Crimes ; D . Sworn Statement under Section 105 .08 , Indian River County Code , on Disclosure of Relationships ; E . Sworn Statement Under the Florida Trench Safety Act; F . General Information Required of Bidders ; G : List of Subcontractors ; and H . ( List other documents as pertinent) , 8 . 01 The terms used in this Bid with initial capital letters have the meanings indicated in At A0310 - Bid Form 00310 - 5 i...,....%tan nfo1ntli6 & 0236-41 sl St Contract DomWt.-00310 - Bid Form.doc Rev. 05/01 ITEMIZED BID SCHEDULE Project Name : st Street RoadwayImprovements '� Bidder Name ; the Instructions to Bidders , the General Con itions , and the Supplementary Conditions . r SUBMITTED on 5e. IU 20 , 20bS , State Contractor License No , CSL C> M + l �o If Bidder is : . An Individual .. Name (typed or printed ) : _ By: ( SEAL) , (Individual 's signature) Doing business as : Business address : Phone No , : FAX No . : " A Partnership Partnership Name : ( SEAL) .. By: (Signature of general partner -- attach evidence of authority to sign) .. Name (typed or printed) : Business address : Phone No . : FAX No . : A Corporation Corporation Name : Zr�a �r- �oh�'r+ .�a,. v5+� TAC.. , ( SEAL) State of Incor oration : FL Type ( eral B ine rofes Tonal , Service , Limited Liability) : By: (Signature - attach evidence o uthority to sign) Name (typed or printed ): 906*4* &,L54tAff Title : (CORPORATE SEAL) �. Attest ( i ure - ofCorporateSecret ) ,4jv% Business address : PAX � 9 Phone No. : 'i7 m & 4*& b FAX No . : (,) ,) a 44to 015" ITEMIZED BID SCHEDULE Project Name : 41St Street Roadway Improvements Bidder Names 'Date of Qualification to do business is 96int. Venture Joint Venture Name : ( SEAL ) way; (Signature of joint venture partner -- attach evidence of authority to sign) .dame .(typed or printed ) : i title : Business address : 'hone No . : FAX No . : loint Venture Name : (SEAL ) (Signature -- attach evidence of authority to sign) 'Name (typed or printed ) : Title: 3usiness address : Phone No . , FAX No. : „'hone and FAX Number, and Address for receipt of official communications : Each joint venturor must sign . The manner of signing for each individual , partnership , and aborporation. that is a party to the joint venture should be in the manner indicated above . ) * * END OF SECTION k Alt:00310 - Bid Form �• i ITEMIZED BID SCHEDULE Project Name : 41st Street Between Kings HTV, & 43rd Avenue IRC Project #0016 And 43 "` Avenue & 41st Street Intersection IRC Project #0236 •• Bidder' s Name : ITEM DESCRIPTION UNIT QTY. NO. UNIT TOTAL .. PRICE PRICE 1 Mobilization LS 1 .. o 2 Maintenance of Traffic 33900 , 0b 33 goo• LS 1 3 Erosion & Water Pollution ControlI o SD ovv, J ;Dsn oo •0 0 LS 1 4 Clearing & Grubbing LS 1 ow LS 1 5 Earthwork 3At , 000 . oa ,� � i , o00 . o t, 6 As-Built Drawing LS 1 "' 1/ Y, aao, l � Yaao , o0 7 8" Coquina Shell Base (Furnish & Install) SY 62,468 / D . c7o foay, fogo . � 8 12 Type `B ' Stabilization (LBR40) SY 69 954 (Furnish & Install) ' 9 Type SP42,5 Asphaltic Concrete SY63 ,534 3 . 8s" a wY3aU.. J 63 534 ,�. Structural Course (1 .5') ' S, a c7 3 30, 374, ib 10 Type SP-9.5 Asphaltic Concrete Surface SY 73 ,093 Course ( 1 y, io (0810 3v 11 Superpave Asphaltic Concrete (overbuild TN 1 ,600 & leveling) 0 . a1 /lo . ao 13 Turnout and Drives (6" Concrete) SY 1 177 ' .. 13 . 1 Turnout and Drives SY 5 , 827 6" Coquina Shell Base for Drives 15 Yard Drains EA 3 16 Inlet (Type C) / 9 & o . oc� S8 a0 . oa EA 17 +► 17 Inlet (Type E) aa10 00038 93D . a EA 4 18 Curb InletPl ct 9 �o . oa 1 � (oo . o EA 1 19 Curb Inlet P2 � O3 o • op X03 © . oa EA 4 20 Curb Inlet P5 G ' � o . oo az oyo . o EA 1 21 Curb Inlet P-6 3 tV `l O . oo 3 (a Yo EA 11 21 . 1 Curb Inlet P-6 Conflict Structure ��� `� v • ° S� EA 1 22 Manhole P-7 SLS cv • oo @9.sso . O ic EA 3 �• yaw) . 00 / a goo . F:Tngineering�Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st 3 Contract Dod Bid cs\016-0dule 3 0 w Itemings zed d Schedule 41st&Kin� rr Hwy-43rd Ave&41st Intersection.doc gs •• ITEMIZED BID SCHEDULE Project Name: 41St Street _Between Kings Hwv, & 43rd Avenue IRC Project #0016 And 43r Avenue & 41St Street Intersection IRC Project #0236 Bidder' s Name : fZ u a Q < C o .� S I C ��- : o .•� ITEM DESCRIPTION UNIT QTY. UNIT TOTAL NO . PRICE PRICE . 23 Manhole (Type 7-7) EA 8 24 Conflict Manhole (Type 1-8) - EA 2 & 3 (00 . 00 ,,, 25 Concrete Pipe Culvert ( 12" x 18 ") LF 124 860600 25 . 1 Slotted Concrete Pipe Culvert ( 12" x 18 ') LF 311 & S, / o a01aY(V . 1 27 Concrete Pipe Culvert ( 15') LF 243 �+ 28 Concrete Pipe Culvert ( 18') LF 2,080 SD . "? o I (, ) g5& . v 29 Concrete Pipe Culvert (24') LF 768 30 Concrete Pipe Culvert (30') LF 246 13Y . 3D 3 03 ?. lb •. 31 Concrete Pipe Culvert (36") LF 16 / yy. oa 31oY 32 Concrete Pipe Culvert Slotted with Filter LF 880 Fabric & Rock (48" x 76') R 33 Concrete Pipe Culvert Solid (48" x 76') LF 3 ,458 aha 0o G 00 34 Masonry Plug with Magnetic Locator EA 16 . 34. 1 Masonry Plug (30' EA 1 1010 . 00 / v / 0006 34.2 Masonry Plug with Magnetic Locator EA 3 9 ;11 000 agq ;P . o 35 Mitered End Section ( 12" x 18 ') EA 8 �. / 900 . 0 /s 200. 0 36 Mitered End Section ( 18 ") EA 7 I ?a o . v ,,101 37 Mitered End Section (24") EA 2 38 Underdrain (2 ' x 2 ' w/ Filter Fabric) LF 190 4" PVC Perforated 39 15" BCCMP LF 597 , , 7-1/ .;l0 3a0 S.. 40 18" BCCMP LF 564 41 18" Perforated BCCMP LF 620 '. qq (P & p �� YI a 34). C) 00 6.00310 - Itemized Bid Schedule 41st&Kings Hwy43rd Ave&41st Intersection F:%ngineeringTapital Pmjects\0016 & 0236- 41st Street hmprovements\0016 & 023641st St Contract Docs\0016-00310 - Itemized Bid Schedule 41st&Kings r Hwy-43rd Ave&alst Intersection.doc i +�• ITEMIZED BID SCHEDULE ' Project Name: 41st Street Between Kings Hwy, & 43rd Avenue TRC Project #0016 And 43rd Avenue & 41 't Street Intersection IRC Project #0236 +� Bidder's Name . ITEM DESCRIPTION UNIT QTY. UNIT TOTAL NO . PRICE . PRICE 42 24" BCCMP . LF 469 1790 a S 3 & 230 * ; 1y 1 43 24" Perforated BCCMP LF 283 r+arn (Va . as 1 r r 44 1690 ACS �.F 30 i / 0 )r . 06 logo . as 45 Flashboard Risers (24") EA 1 oe 46 Flashboard Risers (36' a Yrp o • 0 2 � � o . � EA 1 Yo ka vD irosa 0d 47 Concrete Endwalls . 18 " RCP EA 2 ;? 000 . C>0 4ya0e. 0 ,0 48 Concrete Endwall 24" RCP LF 2 aagov oo yYko , oa 49 Concrete Endwall 48" x 76" ERCP LF 6 Sss o . 0 C s'i, ! ; 50 Gravity Wall CY 11 c( 2) 3 , Ob � o ate a 51 Hand Rail (Aluminum) LF 83 3a , els Y353- 52 Concrete Curb & Gutter (Type F) LF 149233 ls. � a ar 188. E 53 Concrete Sidewalk SY 7, 122 `''S. So 54 Sod (Bahia) SY 809463 r 2 . G o abs n3 Asa I 55 Sod (Floratam) SY 2,608 y. / s io, 823 . a 56 Mailboxes (Relocate) LS 1 to Sao . o 10 S'op . c? 100 Reflective Pavement Marker RPM EA 1 ,078 (Furnish & Install) Bi-Directional Amber / Amber S- a5 •S� S'7 S 101 Reflective Pavement Marker RPM EA 68 (Furnish & Install) Mono-Directional White / Clear 102 Solid Traffic Stripe LF 75786 (Double 6" Yellow) Thermoplastic 103 Solid Traffic Stripe LF 14, 134 (Single 6" Yellow Thermoplastic) p , S / �� 0 / 3 • u , 1n 001'6 W310 - Itemized Bid Schedule 41st&Kings Hvy43rd Ave&41 st Intersection FABngineering\Capital ProjecW0016 & 023& 41st Street Improvements\0016 & 0236-41st St Contract DocsVD016-00310 - Itemized Bid Schedule 41st&Kings THwy43rd Ave&41st Intersection.doc ITEMIZED BID SCHEDULE Project Name: 41st Street Between Kings Hwv, & 43rd Avenue IRC Project #0016 ow And 43r Avenue & 41st Street Intersection IRC Project #0236 Bidder's Name : 1 W) AS) ITEM DESCRIPTION UNIT QTY, NO. UNIT TOTAL PRICE PRICE .. 104 Solid Traffic Stripe LF 259551 (6" White Thermoplastic) 105 Solid Traffic Stripe 8 " White LF 270 ThermoplaSt; c 106 Solid Traffic Stripe LF 23, 896 ( 12" White Thermoplastic) 107 Solid Traffic Stripe LF 235 (1.8" White Thermoplastic) 108 Solid Traffic Stripe LF 755 P6 So .. 24" White Thermo lastic 2 # G0 109 Solid Traffic Stripe LF 498 ( 18" Yellow Thermoplastic) 1 .43 1 qr LID 110 Skip Traffic Stripe LF 13 913 (6" Yellow 10 ' -30 ' Thermoplastic) 7c� 3 r 4 it 0 l 1, V a (po ol 111 Skip Traffic Stripe LF 39010 (6" White 6 ' - 10 ' Thermoplastic) �' 00 S 112 Skip Traffic Stripe LF 864 (6" Yellow 6 ' - 10 ' Thermoplastic) .. 0 . r 931y . Ya 113 Directional Arrows, Thermoplastic EA 83 114 2" PVC Conduit Schedule 40 LF 193807 $ . 1157 j . 7 3 6 115 Pull Boxes EA 22 90 9- oa / S 200 Valve Box Adjustment EA 29 3 17 ••� 201 Fire Hydrant Relocation EA 6 0000 a (0 ? yo. 154D 202 Water Meter Relocation EA 11 � 3s. 00 203 Water Meter Assembly Relocation EA 1 I3av - oa l3a �o . c 204 Water & Force Main Conflict Relocation EA 25 � a3a , iss, o . n � 300 Payment Bond LS 1 .. l l . 00 loot OO1JO0310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection FAEngineering\Capital Pmjects10016 & 0236- 41st street hnprovements10016 & 023641st St Contract Does\0016-00310 - Itemized Bid Schedule 41 st&Kings Hwy-43rd Ave&41st Interseetion.doc aw ITEMIZED BID SCHEDULE Project Name: 41 't Street Between Kings Hwv, & 43rd Avenue IRC Proiect #0016 And 43r° Avenue & 41st Street Intersection IRC Project #0236 Bidder's Name : ►`' 1 �c- s ITEM DESCRIPTION UNIT . QTY. UNIT TOTAL ,. NO. PRICE PRICE 301 TPelformance Bond LS 1 .r 400 Off Duty Law Enforcement ME 160 , D :5a0;Jqs" 335a , v 01024 Force Account aw LS 1 $50,000. 00 $50, 000.00 TOTAL = 7, 12a 7y( 00 TOTAL AMOUNT OF BID (IN FIGURES) : $ TOTAL AMOUNT OF BID (IN WORDS) : f V p <leed X GL rLL4 f -$ 4 AJC :CAW �S r ' +�e rr +r ow • rr 00100310 - Itemized Bid Schedule 41st&Kings Hwy-43rd Ave&41st Intersection F.�Engineering\Capital Projects10016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00310 - Itemized Bid Schedule 41 st&Kings Hwy43rd Ave&41st Intersection.doc r; aw SECTION 00430 - Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we Ran er Construcfon Industries Inc. (81ooEWS NAME) er and as Principal, ($URETrS NAME) a corporation duly organized under the Laws of the State of Florida as a Surety with its principal ,,. offices in the City of Baltimore. MD and authorized to de r,t « 1 � �& ;Ow 1 .. .�, _ �� Florida , are held and firmly bound unto INDIAN RIVER COUNTY (hereift11 11 iioie of OWNER) in the penal sum of (hereinafter called the Five Percent of the total bid Dollars ($ 5% of total bid lawful money of the amounting to 5% of the total bid price, for the paymerit ofwhichsum well and trolly bed ade we bind ourselves, our heirs , executors , administrators, and successors , jointly and severally, firmly by these presents. .r Whereas said Principal is herewith submitting a Bid dated Juiv 13 for the construction of: , 2005 Project Name: 41 e1 Street Roadway Improvements County Project Number. 0016 & 0236 Project Address: 41 " Street "t' Vero Beach , Florida Project Description: Roadway Improvements to 41 " Street from 613t Avenue to 3e Avenue , 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 Sure severally, shall on or before the sixtieth day after request by the OWNER, p ty, Jomtly and the difference between the amount specified in said Bid and the amount o�which the OWNER to the OWNER mayneY, ++� 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. IN WPTNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this 113thday of July 2Q 05 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersi ed authority of its governing body, gn representative pursuant to r r r 00430 - 1 0016-00430 - Bid Bond FAEnpineering Cepitai Pr* dsWO16 & 023r. 41st Street hWovement$ 0016 6 0236-/1al St Cooped oom=1640430 - &d Bond doc Rpy, °501 1W r - # * # # !c### irk #* ## k * # * ** * * # # f * # +k * # # k # # * # k *# *# * # # # * ## # *# # * # #** * *# k # # # # * # ## # # # *# # *# * ## # # # # 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 r WHEN THE PRINCIPAL IS A SOLE PROPRIETORSffi OR OPERATES UNDER A TRADE .r NAME• Signed, sealed and delivered in the presence of rrr Witness Name of Partnership BY: Address pier er Printed Name of Partner Witness (SEAL) Address WREN THE PRINCIPAL IS A PARTNERSHIP: .r Signed, sealed and delivered in the presence of., ew Witness Name of Partnership BY: �. Address Partner •• Printed Name of Partner Witness (SEAL) Address F 0043 - 2 0016-00430 - Bid Bond �+qnylBaotlD10018MesterContraa Dod�nKnh1DD16 00130 • Bid Bantu= Rev.. 06!01 rr t_. . N THE PRIM S A C RPORATI N: hest: AW a, Ranger Construction Industries, Inc. Secretary Name of C tion BY: v . . 0 n n 4W Corporate SEAL) (Affix Printed Name Ro ),t,.4 5j�, O' qac— Oficial Title , . CERTII~'ICATE AS TO CORPORA PRINCIPAL I �AuE A cel, that I am the Secretary of the c Within bon ; that >�� SQ4,aP-rt_ gyration named as Principal in the then . i0 who signed the said bond on behalf of the Principal was of said corporation: corporation by authority of overning bod that I ]mow his signature, and his signature thereto is genuine; and that said Bond was duly signed, sealed and attested for and on behalf of Said 145%7 . Secre (SEAL) TO BE EXECUTED BY CORPORATE SURETY: ++� Attest. 1 --� United States Fidelity and Guaranty Company , ,. Corporate Surety 5801 Smith AV , BusinessBm03 .r BY: Corporate SEAL) r (Attach Power of A e lam eips orney-In-Fact George H. Friedlander Company Name of Local Agency " 447 Montreal Ave. Melbourne, FL 32935 Business Address Fwu+aennotsoona�oo1e�,�eebrcantrea 00430 - 3 0016.00430 - Bid Bond ooe WWft 1e-00430 - ad em,a.dw rtev. osro, r . X' • l. f' ' STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared William Phelps , to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the united states Fidelfit and Guaranty comony . and that he has . been authorized by United States Fidelity and execute the fore om bond on behalf of the CONTRACTOR named therein in -DrSnnu�acgr g g favor of the County of Indian River, Florida. Subscribed and sworn to before me this 17th day of July . 2005 '■' Notary Public, State of Florida My Commission Expires: , ^e Terry Jo Basher 4W My Commission DD143748 Any claims ander this bond shall be addressed to ^ co Expires August 21 , 2006 .r Name and address of Surety United States Fidelity and Guaranty Company r, 5801 Smith Ave. Baltimore, MD 21203 .r Name and address of agent or representative in Florida if different from above: George H . Friedlander Company 447 Montreal Ave. +•r Melbourne, FL 32935 Telephone number of Surety and agent or representative in Florida: 321 - 254-8477 + + END OF SECTION + + .r 0018-00430 - Bid Bond 00430 - 4 FAE„&8Wn0SC0 tO =16M23 C0ft as D00M a t=`1s-0043o • ew eond.dW Aw. 05MI +r 5 r21'' N ` STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE SURAIVCE OVERAGE On November 26 2002, President Bush Terrorism Risk Insurance Act of 2002 {the n q�ed t�In Te Act the establishes a short term p ram and Government will share In the program tar which the Federal certain acts. of international errorism, of are covered providing losses You With caused by this notice to inform you of the key features of he Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pa 1w a share of such losses. Specifically, the Federal Government will Pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established go deductible for that year, The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can .o be responsible at $ 10 has met its deductible . 0100010001000:009 provided that the insurer go Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted ). Please also note that no separate additional premlum charge has been made for the terrorism coverage r required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium , and is no more than one . percent of your premium . r ILT 101 S (9/04) r r r POWER OF ATTORNEY . Seaboard Surety Company I United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance :Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 24495 Certificate No, 2221109 rKNOW ALL MEN BY THESE PRESENTS : That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and *hat Fldplity anti (:u^r�nty T'15tLranCa C^`^yF2J 2S a care=r dim duly irrgantz,Fd andel ilio iaws Gf u'7e State (i1 toW'8, and that Fidelity and Guaranty Insurance Underwriters, Inc, is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the " Companies "), and that the Companies do hereby make, constitute and appoint William Phelps r Melbourne Florida of the City of State their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, sea] and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the res i err business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and underta s q�� o iitt d y actions or proceedings allowed by law. - � ,� � 20th October 2004 IN WITNESS WHEREOF, the Companies have caused this inset yao$ y day of Seaboard Surety Company '�, United States Fidelity and Guaranty Company St. Paul Fire and Marine "" �ft ce ( y Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance C� Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insuran � pan SaMiEfy � H0.F 6 ` O�l�..:.NSG,➢ .1!i 9y� StYANo "' 19'L� � � ''e �o0.o��AjF3T �'yPrwtATF•t� '� �FaAUm 6�'"w�•�O �OAfGIN14! ��\SEAL �a° a t896 ,19778 1951 PETER W. CARMAN, Vice President _ls Lr State of Maryland City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary 20th October 2004 On this day of before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, .Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. PEA Adi to ' jr In Witness Whereof, I hereunto set my hand and official seal. e pO q (J �/ UBCIC My Commission expires the 1st day of July, 2006. REBECCA EASLEY-ONOKALA, Notary Public r r 86203 Rev. 7-2002 Printed in U.S.A. 7 4WFFireand r of Attome is _ y ' granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Sure71apany,' Co] St. Pain ne Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, United States Fidelity and G uaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are norce and w effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, . under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any .w such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which itis validly attached; and r RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of rhe Porver ^f Attorney issued mem, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. r IN TESTIMONY WHEREOF, I hereunto set my hand this _ � day of V t-C( Y f , �Y� ���e.:• is . �W/jai' �+' . . *" O Thomas E. Huibregtse, Assistant Secretary 4W Thomas verify the authenticity of this Power of Attorney, call 1400- 880 f the above-named individuals and the detaus"of the bond to which t or �er ey clerk' Please refer to the Power of Attorney number, r SECTION 00450 = PUBLIC ENTITY CRIMES Pursuant to Florida Statutes Section 287 . 133 (2 ) ( a ) , all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a �. conviction for a public entity crime may not submit a bid , proposal , or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida , any of its departments or agencies , or any political subdivision ) ; may not submit a bid , proposal , or reply on a contract with a public entity for the construction or repair of a public building or public work ; may not submit bids , proposals , or replies on leases of real property to a public entity ; may not be awarded or perform work as a contractor , supplier, subcontractor, or consultant under a contract with any public entity ; and may �I not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287 . 017 for CATEGORY TWO [currently $ 25 , 000] for a period of 36 months from the date of being placed on the convicted vendor list . A if public entity crime means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States , including , but not limited to , any bid , proposal , reply , or contract for goods or services , any lease for real property , or any contract for the construction or repair of a public building or public work , involving antitrust , fraud , theft , bribery , collusion , racketeering , conspiracy , or material misrepresentation . * * END OF SECTION .r M �rlr 0016-00450 - Public Entity Crimes Statement 00450 - 1 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00450 - Public Entity Crimes Stalement.doc Rev. 05/01 r . SECTION 00452 - Sworn Statement under Sect. 105 . 0 8 Indian River County Code on .. Disclosure of Relation p +� THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . r. This sworn statement is submitted with Bid , Proposal or Contract No . 0016 & 0236 for 41 st Street Roadway Improvements . 11 ` +• 1 . . This sworn statement is submitted by : 1�+�r+w�.r (Name of entity submitting sworn statement) whose business address is : Po f3OX 'cb 3 and r` (if applicable) its Federal Employer Identification Number ( FEIN ) Is 5°1 ' Z02 Z ( If the entity has no FEIN , include the Social Security Number of the individual signing this sworn statement 2 . My name is Rod,, s Sr�h+ dL eor' (Please punt name inw dual �ni : .r and my relationship to the entity named above is 3 . 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. 4 . 1 understand that the relationship with a County Commissioner or County employee that must be disclosed is as follows : Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in- law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, ` stepsister, half brother, half sister, grandparent or grandchild. 5 . Based on information and belief , the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Please indicate which statement 4^ applies .] - '. .. 1 .. E; Neither the entity submitting this sworn statement, nor any officers , directors , M : executives , partners , shareholders , employees , members , or agents who are active in ., nships as defined in Section 105 . 08 , Indian management of the entity , have any relatio 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 : v 0016-00452 - Disclosure of Relationships 00452 - 1 . n,n.: M9LatN Cl rnrr.�'r nrr��001s 60452- Olseieureaf. fiolati^^ �;^� r .Rev. 05101 r r , Name of Affiliate Name of County Relationship or Entity Commissioner or employee 1 . 2 . +. 3 . 4 . 5. .. 6 . 7 . 8 . (signature) ( date) STATE OF V%-0 e-\ 04N " COUNTY OF 5 Personally appeared before me , the undersigned authority, e3e dir & %A 4C who after first beingsworn by me , affixed his/her signature in the space provided above on this '2�0 day of Syt•, , 20 0 5 . 6 Dianne Lynn on'Beasley C� `--�----- • MY Commission DD281180 Wtor Public, State at large Expires oot W 23, 2007 My Commission Expires : Io \ To b � rr sir i i * * END OF SECTION t r. 0016-00452 - Disclosure of Relationships ; SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK (" BIDDER") , OR ITS AUTHORIZED ~ REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS . 1 . This Sworn Statement is submitted with Project No . 0016 & 0236 for 41St Street Roadway Improvements . 2 . T his Sworn Statement is Submitted by f 4K (Leg"91 Name of Entity Submitting Sworn Statement) 'Pa P�o�C 145'9 fps ror i plserue ! hereinafter " BIDDER" . The BIDDER's address is _ BIDDER' s Federal Employer Identification Number ( FEIN ) is Sq - 8o9 0 84*&Z 3 . My name is l crk SrawSe r and my relationship to the BIDDER (Print Name of Individual Signing) is NAw (Position or Title) { I certify , through my signature at the end of this Sworn Statement , that I am an authorized representative of the BIDDER. 4 . The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act Section 553 . 60 et. se4 . Florida Statutes and refer to the applicable Florida Statue (s ) and/or OSHA Regulation (s ) and include the I, "effective date" in the citation (s ) . Reference to and compliance with the applicable Florida Statute (s ) and OSHA Regulation ( s ) is the completeand sole responsibility of the i BIDDER . Such reference will not be checked by OWNER or. ENGINEER and they shall ow have no responsibility to review or check the BIDDER's compliance with the Trench j Safety Standards . 5 . The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards and agrees to indemnify, defend and hold harmless the OWNER and ENGINEER , and any of their agents or employees , from any claims arising from the failure of the BIDDER to identify applicable standards or to comply with said standards . I: w. As specific consideration for the indemnification above , the OWNER agrees to give the BIDDER twenty-five dollars ( $ 25 . 00 ) , which the OWNER agrees is paid on behalf of all parties indemnified hereinabove . 6 . The BIDDER has allocated and included in its bid the total amount of $ Joao . of , based on the linear feet of trench to be excavated over five (5) feet deep , for - compliance with the applicable Trench Safety Standards , and intends to comply with said standards by instituting the following specific method (s ) of compliance on this Project : r 'ra The determination of the appropriate method (s ) of compliance is the complete and sole • responsibility of the BIDDER . Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness , or any other purpose . , The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER' s compliance �. with the Trench Safety Standards . i ,r I 0016-00454 - Florida Trench Safety Act nn454 - 1 II 11� r �I '11 7 ) The BIDDER has allocated and included in its. bid the total amount of $ bused on the square feet of shoring to be used for compliance with shoring safety I ly with said shoring requirements by instituting the requirements and intends to comp following specific method (s) of compliance on this Project: i ! 4W The determination of the appropriate method (s ) of compliance is the complete and sole responsibility of the BIDDER . Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness or any other purpose . The OWNER and ility to review or check the BIDDER- s compiiance ENGINEER shall have no responsib with the Trench Safety Standards . g ) The BIDDER , in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that, based on such information and the BIDDER' s own information , the BIDDER has .. sufficient knowledge of the Project' s surface and subsurface site conditions and characteristics to assure BIDDER' s compliance with the applicable Trench Safety Standards in designing the trench safety system (s) for the Project. BIDDER : ar uC0 i Y� L • Position or Title : �� Date : a# Jos .. STATE OFl.o �, © �c COUNTY OF Personally appeared before me , the undersigned authority , who after first being sworn by me , affixed his/her signature in the space provided above on this "M:b day of , 20 O5 . rr I. Cr P&O, Dkvm LyM Beasskv f . my commWelon D0261 M ..�►-- w r Expires octoW 23, 2007 Notary Public , State at large aw My Commission Expires : toll.4t, * * END OF SECTION ..I r.. 0016-00454 - Florida Trench Safety Act 00454 - 2 ;; -%;: ,Mn. =rinm\rnni4mi Prmtorftmi6 & 0236- 41st Street Improvements\0016 & 0236.41st St Contract Docs\0016.00454 - Florida Trench Safety Act.doc Rev. 05101 rr SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - .� RESPONSIBLE BIDDERS , UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy ,,. of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder . Attach additional sheets as required , Ctthw+ �+4prl .Arjttt project Nos 0016 X 0236 Sub iflat s sats s t ) vsr < , Project Name : 41St Street Roadway Improvements S? . L � � T, vriLS y ��•C 1 . Bidder' s Name / Address : c��M►-- y . • - � d,� 2 . Bidder' s Telephone & FAX Numbers : 4&4 - 64ss > b 0155 9 ak 3 . Licensing and Corporate Status : a . Is Contractor License current? Yew �. b . . Bidder' s Contractor License No : cow. M14olto [Attach a copy of Contractor' s License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity' s status is active and that lists the names and titles of all officers . ow 4 . Number of years the firm has performed business as a - Contractor in construction . work of the type involved in this contract: 75 5 . What is the last project OF THIS NATURE that the firm has completed ? 6 . Has the firm ever failed to complete work awarded to you ? 1- e, [If your answer is "yes , then attach a separate page to this questionnaire that explains +r the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which the firm failed to complete the work .] S. 7 . Has the firm ever been accessed liquidated damages ? MV [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner's telephone number for each project in which liquidated damages have been accessed .] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations ? 1� y [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner' s telephone number for each project in which OSHA violations were alleged . ] ',Ido 1 ` 0016-00456 - Qualifications Questionnaire +_:; :+: : 00456 - i .; F'.1Englneering\Capital Projects\0016 & 0236- 41st Street tmprovements\0016 & 0236.41st St Contract Docs\0016.00456 - Qualifications Questlonnaire.doc. Rev. 05/01 I i i ., 9 . Has the firm ever been charged with noncompliance of any public policy or rules ? [ If your answer is "yes , then attach a separate , page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project .] 10 . Attach to this questionnaire , a notarized financial statement and other information that documents the firm ' s financial strength and history . rr -11 Wap the firm over rlcfaUltcrl on any of it. project.? NO [ If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner' s telephone number for each project in which a default occurred . ] . "'■' 12 . Attach a separate page to this questionnaire that summarizes the firm 's current workload and that demonstrates its ability to meet the project schedule . %Xkoo C4 Go�'r+wes�'S a►�fa�ef • 13 . Name of person who inspected the site of the proposed work for the firm : Name : C� %a k SU-)% V* C Date of Inspections : IS • ? � , � ) 05 14 . Name of on-site Project Foreman : [ .a_rrb reylwL,- tw Number of years of experience with similar projects as a Project Foreman : 20 15 . Name of Project Manager: aw Number of years of experience with similar projects as a Project Manager: [The remainder of this page was left blank intentionally] M M r 0016-00456 Qualifications Questionnaire .r 00456 - 2 nVW7 A4a+ CI /`n.lreri fLrc1MAF.(Y1dFr. -.(]rmlifirpfM..c (Yrdinnnoi,w Aer. R" 05101 16 . complete, the following table for SIMILAR projects : ._.- Contact Person : Name OrIg1Amunt Contract Final Date and Telephone Number completed Owner t tY. Name of Project Gam, ; rA: C�.r IZ41 % 1Ila55 IZ*&% z ,3to 1^*k C ort e. � � c* c.F. wr o . 954') s s s • mss ---- . z Z ZZ1 000 �r9 Vii , `� � 10 �, � �.�y ��a►c�o�'" C3�5� � a12 - 53160copshlots fm S l c6 �� � �1'1L 4S9 - '] C�'1 Z s 0016-00456 - Qualifications Quesbonnaire 00456 - 1 F:\E ngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-415t St Contract Docs\0016-00456 - Qualifications Questionnalre.doc Rev. 05/Ot ��Y� 000 . 83410 Vecellio Group , Tnc . l JOBCOST Status Of Contracts On Hand 07/13 / 05 R90003 Ranger Construction 09 : 16 : 43 Form ID JOBCOST / Version RG0003 As of June 30 , 2005 Ranger Amount Balance Of Total Sub Ranger Net Contract Sublet Contract Work Revenue Remaining Current Net Net This Sub This Amount Tab Numbers, Name Amount To Others Amount Uncomp Remaining Revenue Estimate Accrual Eatimate Estimate Ranger RC Ranger Central A 300 Ranger - West P 3002213 FDOT Milli 1 , 029 , 620 42 , 408 987 , 212 11, 006 10 , 442 564 250000 25 , 000 25 , 000 3003242 SR 80 / I 4 , 283 , 550 940500 4 , 189 , 050 3 , 945 , 816 94 , 500 3 , 8511316 8 , 000 84000 8 , 000 3003243 Olive Aven 714 , 941 7 , 000 7070941 2571257 71000 250 , 257 29 , 860 15 , 000 - 14 , 860 14 , 860 3003341 Runway 9L- 5 , 813 , 578 3 , 098 , 587 2 , 714 , 991 266 , 463 176 , 495 89 , 968 15 , 000 150000 15 , 000 3003721 Harbour Oa 1 , 543 , 603 238 , 203 1, 305 , 400 543 , 471 27 , 652 5150819 28 , 329 80000 36 , 329 16 , 226 20 , 103 3003728 SR 7 (IIS 4 7 , 444 , 975 1 , 927 , 618 5 , 517 , 357 130 , 595 130 , 008 587 1690065 50 , 000 2190065 610585 157 , 480 3003736 Central Bo 3 , 6061856 2 , 479 , 788 101270068 144 , 257 143 , 653 604 46 , 971 10 , 000 56 , 971 160960 40 , 011 3003738 Hood Road 4 , 282 , 623 2 , 233 , 479 2 , 049 , 144 2 , 290 , 532 1 , 111 , OS4 1 , 179 , 478 1878743 15 , 000 202 , 743 81 , 983 120 , 760 3004201 Lake Worth 7 , 977 , 226 3 , 759 , 168 4 , 218 , 058 71977 , 226 3 , 755 , 088 4 , 222 , 138 3004216 Indiantown 3 , 1351884 1 , 342 , 994 18792 , 890 834 , 927 . 307 , 626 527 , 101 131 , 041 400000 171 , 041 83 , 442 87 , 599 3004219 Lantana/De 31 , 340 , 909 15 , 799 , 686 15 , 541 , 223 21 , 158 , 590 9 , 5720353 11 , 586 , 237 1 , 507 , 118 62 , 828 115690946 930 , 891 639 , 055 3004220 SR 91 (Bri 294 , 642 115 , 389 1790253 9480 311 91169 159020 5 . 000 20 , 020 6 , 175 13 , 845 3004224 Powerline 6 , 716 , 061 4 , 995 , 247 1 , 720 , 814 3 , 241, 014 2 , 361 , 047 879 , 967 2370805 380632 276 , 437 299 , 312 220875- 3004225 University 60848 , 080 4 , 301 , 627 2 , 546 , 453 3 , 878 , 872 2 , 658 , 716 11220 , 156 203 , 417 65 , 603 - 137 , 814 88 , 902 48 , 912 3004244 PGA Toll F 1 , 308 , 826 55 , 500 1 , 253 , 326 205, 091 28 , 900 176 , 191 153 , 609 23 ,. 678 - 129 , 931 129 , 931 3004245 295 PB Lax 9 , 631 , 772 212 , 500 91419 , 272 7 , 747 , 538 23 . 500 7 , 724 , 038 26 , 780 7 , 000 33 , 780 33 , 780 3004246 SR 91 (Bee 1 , 020 , 678 56 , 000 964 , 678 8240617 248500 8000117 100 100 100 3004273 PBC Annual 34000000 212 , 050 2 , 787 , 950 1 , 826, 614 2120050 1 , 614 , 564 148 , 452 634000 211 , 452 211 , 452 3004337 PBG Pgblic 85 , 375 85 , 375 269 269 3004372 School 03 180 , 642 180 , 642 157 157 103 , 100 150000 - 881100 888100 30D4500 Old Plam P 58 , 883 58 , 883 32 , 093 32 , 093 3004521 The Waterw 286 , 610 30500 283 , 110 116 , 586 3 , 500 115 , 086 3004525 DowaTown Y 443 , 018 443 , 038 275 , 048 275 , 048 2 , 000 2 , 000 24000 3004530 Eagle Trac 36 , 299 36 , 299 20 , 979 20 , 979 3004538 Mapleton N 92 , 575 4 , 000 88 , 575 43 , 726 262 43 , 464 3004541 Pine Key S 461, 745 77 , 152 384 , 593 82 , 755 23 , 032 59 , 723 9 , 040 5 , 000 14 , 040 4 , 583 9 , 457 3004542 Super Targ 61887 , 385 2 , 015 , 347 4 , 872 , 038 5 , 948 , 962 1 , 295 , 538 4 , 653 , 424 279 , 038 21 , 000 - 258 , 038 142 , 529 115 , 509 3004544 Sea Plum R 10167 , 019 273 , 760 893 , 259 4020473 127 , 311 2758162 107 , 854 3 , 000 - 104 , 854 5 , 868 98 , 986 3004546 Donald Ros 223 , 772 2230772 217, 933 217 , 933 3004548 On-Site We 1 , 059 , 027 159 , 628 899 , 399 964 , 115 1470828 816 , 287 21000 2 , 000 2 , 000 3004752 Banyan P1a 74 , 830 10 , 000 64 , 830 57 , 460 21524 540936 3005241 Shoulder G 233 , 920 233 , 920 50 , 740 50 , 740 50 , 000 - 50 , 000 - 500000 - 3005247 PGA Sculev 155 , 059 81000 1470059 139 , 857 81000 131, 857 22 , 702 21 , 500- 10202 1 , 202 3005270 Seminole P 2 , 260 , 884 4640649 1 , 796 , 235 2 , 039, 301 453 , 375 1 , 5854926 2310307 55 , 868 - 175 , 439 8 , 046 167 , 393 3005271 PBC Parks 178 , 299 2 , 500 175 , 799 32 , 322 698 31 , 634 3005301 Lyons Road 8710157 17 , 500 853 , 657 6370138 17 , 500 6190638 145 , 762 6 , 000 - 139 , 762 1394762 3005333 Delray 105 112 , 949 2 , 705 110 , 244 112 , 949 2 , 705 110 , 244 3005371 Meadow Par 102 , 660 1020660 49 , 569 490569 3005374 Fairchild 67 , 408 , 67 , 408 67 , 408 67 , 408 3005375 Promenade 29 , 400 29 , 400 29 , 400 290400 3005376 Yamato Tri 126 , 284 126 , 284 51 , 406 51 , 406 28 , 251 31000 31 , 251 31 , 251 3005378 BAR Middle 114 , 500 114 , 500 980556 98 , 556 15 , 944 15 , 944 15 , 944 3005379 PAU Lifelo 34 , 850 34 , 850 18 , 512 18 , 512 19x338 3 , 000 - 16 , 338 16 , 338 3005399 Atlantic A 76 , 590 9 , 041 67 , 549 76 , 590 9 , 041 67 , 549 3005503 Canterbury 357 , 301 3 , 500 353 , 801 239 , 552 3 , 500 236 , 052 38 , 745 6 , 000 44 , 745 44 , 745 3005510 Northwood 103 , 697 9 , 005 94 , 692 97 , 058 9 , 005 88453 5 , 000 5 , 000 5 , 000 3005511 Wellington 21 , 600 21 , 600 30696 3 , 696 3005513 Casa del S 43 , 845 43 , 845 350119 " 35 , 119 2 , 000 2 , 000 2 , 000 3005515 Summit Pin 71 , 250 71 , 250 71 , 250 71 , 250 3005516 Pero Farms 175 , 290 175 , 290 175 , 290 175 , 290 3005517 COuntrysid 109 , 664 1090664 109 , 449 109 , 449 20 , 215 20 , 000 - 215 215 3005519 PS Park of 11, 303 300 11 , 003 5 , 000 300 4 , 700 11 , 303 56000 - 6 , 303 6 , 303 3005522 Southern S - 43 , 150 4400 39 , 150 27 , 490 40000 23 , 490 17 , 160 18500- 15 , 660 15 , 660 3005523 Villa Rosa 74 , 260 74 , 260 48 , 140 48 , 140 31, 120 51000 - 26 , 120 26 , 120 3005524 Village Co 46 , 195 46 , 195 27 , 894 27 , 894 20 , 801 2 , 500- 18 , 301 18 ,301 3005526 ABC Liquor 35 , 800 350800 35400 35 , 800 Vecellio Group, Inc . 2 . . Status Of Contracts On Hand 07 /13 /05 ,SR9t1.003 9Ranger Construction 09 : 16 : 43 Form ID JOSCOST / Version R00003 As of June 30 , 2005 _ Ranger Amount Balance Of Total Sub Ranger Net Contract Sublet Contract Work Revenue Remaining Current Net Net This Sub This Amount Job Number& Name Amount To Others Amount Uncomp Remaining Revenue Estimate Accrual Estimate Estimate Ranger RC Ranger Central A ' 300 Ranger - West P , 3005527 Washington 21 , 547 210547 21 , 547 21 , 547 3005531 Tivoli I81 275 , 663 275 , 663 275 , 663 275 , 663 3005533 Super Targ 282 , 465 2820465 282 , 465 282 , 465 3005535 Haverhill 28 , 038 28 , 036 28 , 038 280038 3005537 RCA Boulev 1134250 113 , 250 113 , 250 113 , 250 • 3005543 Old Palm P 46 , 020 46 , 020 46 , 020 46 , 020 3005549 Legacy Pia 4510600 451 , 600 451 , 600 451 , 600 3005551 Bascom-Pal 86 , 221 86 , 221 86 , 221 86 , 221 3005700 Palm Isles 35 , 226 4 , 940 30 , 286 35 , 226 4 , 940 30 , 286 3005702 Stone Brid 334 , 988 29 , 243 305 , 745 334 , 988 290243 305 , 745 3005704 Maravilla 326 , 406 100 , 902 225 , 504 307 , 917 100 , 051 2070866 3 , 500 30500 31500 3005708 Old Trail 1620760 7 , 899 154 , 861 162 , 760 70899 1541861 3005712 Pebble Bea 14 , 700 14 . 700 736 736 3005713 Mack Dairy 187, 231 9 , 798 177 , 433 187 , 231 9 , 798 177 , 433 3005714 Cypress Cr 130 , 638 16 , 518 114 , 120 130 , 638 16 , SIB 114 , 120 3005754 Mack Dairy 65 , 268 7 , 745 57 , 523 65 , 268 7 , 745 57 . 523 _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ . .. . . _. . . .. . _ _ _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ _ _ _ _ _ _ _ _ _ _ _ _ .. . . . . . - - - - - - 300 Ranger - West P 119 , 070 , 340 44 , 213 , 376 74 , 856 , 964 70 , 266 , 976 22 , 929 , 398 47 , 337 , 578 3 , 986 , 890 62 , 411 4 , 049 , 301 1 , 746 , 502 2 , 302 , 799 320 Ranger - Ft . Pi ' 3203227 IIS 441 (SR 6 , 389 , 434 1 , 237 , 691 581511743 262 , 497 30318 2590179 85 , 993 - 85 , 993 - 19 , 851 105 , 844 - 32032B4 Cove Road 28 , 522 4 , 846 23 , 676 28 , 522 4 , 846 23 , 676 3203640 Portofino 489 ; 847 489 , 847 2620238 262 , 238 3204230 SRS (BREVA 1 , 6996456 369 , 217 103300239 4 , 608 485 4 , 123 3100787 253 , 907 - 564880 S4 , 334 2 , 546 3204231 SR 714 FPN 318 , 972 54 , 862 264 , 110 27 , 569 4 27 , 565 26 , 538 - . 26 , 538- 26 , 538 - 3204232 SR 507 * C 485 , 000 105 , 854 3799146 26 , 872 17 , 365 9 , 507 682 682 2 , 502 1 , 820 - 3204233 St . Lucie 13 , 918 , 523 4 , 9410149 80977 , 374 7 , 368 , 685 2 , 087 , 323 502810362 275 , 772 23 , 968 299 , 740 124 , 350 175 , 390 3204234 DS-1 (Franc 1 , 640 , 000 - 10 , 000 1 , 630 , 000 1 , 217, 286 5 , 720 1 , 211 , 566 3204236 A-1-A HutC 500 , 000 5000000 - 4860354 486 , 354 3204238 Turnpike D 100000 10 , 000 100000 100000 3204285 Edwards/Se 592 ; 599 201 , 234 3910365 860186 13 , 919 72 , 267 31520 3 , 520 60300 2 , 780- 3204286 St Lucie C 1, 090 , 112 41 , 682 1 , 048 , 430 186 , 301 15 , 975 170 , 326 77 , 600 77 , 600 4 , 916 72 , 664 3204287 Weatherbee 310 , 174 52 , 072 258 , 102 262 , 083 46 , 384 215 , 099 56 , 091 80000 - 48 , 091 5 , 088 43 , 003 3204291 Righland D 115 , 000 17 , 068 97 , 932 92 , 355 17 , 068 75 , 2B7 3204316 Rock Road 559 , 954 187 , 660 372 , 294 73 , 533 4 , 772 64 , 761 34 , 942 6 , 000 40 , 942 3 , 738 37 , 204 3204352 Okeechobee 1, 907 , 591 1 , 293 , 953 613 , 638 164 , 983 100 , 281 4 , 702 100 100 4 , 776 4 , 676- 3204353 Sayshore B 120716 , 316 2 , 727 , 248 90989 , 068 9 , 746 , 791 1 , 827 , 610 70919 , 181 129 , 472 86 , 149 215 , 621 660546 149 , 075 3204354 Eber Road 3 , 878 , 879 854 , 476 3 , 024 , 403 20949 , 732 786 , 360 2 , 1631372 310 , 634 396604 350', 238 22 , 826 327 , 412 3204355 PSL Annual 3311895 20 , 323 911 , 572 212 , 629 15 , 733 196 , 896 144 , 061 1 , 350 - 142 , 711 4 , 590 138 , 121 3204380 232d Street 78 , 705 780705 14 , 911 ' 14 , 911 3204645 Cove Isles 2 , 471 , 500 1 , 603 , 165 868 , 335 17 , 109 10908 15 , 201 45 , 616 45 , 616 81024 37 , 592 3204647 P .Malabar 355 , 502 355 , 502 28 , 367 28 , 367 198 , 403 151 , 150 - 47 , 253 471253 3204650 SaW Grass 62 , 900 62 , 900 32 , 188 320188 3204652 East Lake 201 , 700 201, 700 175 , 795 1750795 3204658 Vistana ' s 158989 - 150989 150989 15 , 989 3204667 Westfield 111, 738 41196 107 , 542 40 , 950 473 404477 29 , 200 29 , 200 29 , 200 3204668 Citrus Spr 102 , 505 102 , 505 201 201 3204676 Home Depot 2430563 243 , 563 177 , 759 1770759 3204677 Louisiana 30 , 744 1 , 680 29 . 064 300744 1 , 680 290064 3204680 Wal-Mart N 6460770 16 , 496 6300274 364 , 834 5 , 422 3599412 108 , 849 44 , 165 153 , 014 24360 150 , 654 3204681 Palm Bay W 109 , 644 109 , 644 1098644 109 , 644 3204683 Grant Lake 571600 57 , 600 570600 57 , 600 3204684 Sebastian 29 , 919 21010 27 , 909 12 , 974 1 , 590 110384 3204685 Emerson Ea 281 , 737 230097 258 , 640 281 , 737 23 , 097 2581640 3204687 Kanner Cro 259 , 139 259 , 139 3 , 054 3 , 054 79 , 918 79 , 918 79 , 918 Vecellio Group , Inc . 3 Status Of Contracts On Rand 07/13 / 05 Ranger Construction 09 : 16 : 43 Form ID JOBCOST / VeroiQn RG0003 .,;' '� '� As of June 30 , 2005 Ranger Amount Balance Of Total Sub Ranger Net Contract Sublet Contract Work Revenue Remaining Current Net Net This Sub This Amount + - - - -Job Number& Name Amount To Others _ - - -Amount - _ - -Dncomp- _ _ _ _ Remaining Revenue Estimate Accrual Estimate Estimate Ranger - - - - - - -- - - - - - - - - - ' - - - - - - - - . . . . . . - - - - - ^ - _ - _ _ _ _ � . _ _ _ _ _ . __ . _ . . . . . . ' - _ • . - _ _ . . . . _ . ._ _ _ • • _ _ » . _ - _ _ . _ - . . . . . . - - - - - - - RC Ranger Central A 320 Ranger - Pt . Pi 3204689 Martins Cr 616 , 477 22 , 700 593 , 777 343 , 648 211 343 , 637 19 , 776 50000 24 , 776 2 , 666 220110 3204690 Paladin Be 101 , 544 6 , 044 950500 101 , 544 61044 95 , 500 3204765 Summit Cov 60 , 000 1 , 582 58 , 418 60 , 000 1 , 582 58 , 418 3204769 Sea Cove R 31 , 540 1 , 375 30 , 163 190005 1 , 375 17 , 630 12 , 535 12 , 535 12 , 535 3204770 Sebastian 1870270 187 , 270 187 , 270 187 , 270 3205235 FDOT Pushb 500 , 000 105 , 276 394 , 724 5000000 105 , 276 394 , 724 3205257 Ernest F . 446 , 359 7 , 201 439 , 152 362 , 557 5 , 564 356 , 993 69 , 752 - 34 , 747 35 , 005 - 351005 - 3205294 IRC Beach 5 , 999 , 999 97 , 794 5 , 902 , 205 51253 , 327 86 , 292 5 , 167 , 035 109 , 660 109 , 660 54182 - 114 , 842 3205319 Okeechobee 241570 1 , 038 23 , 532 24 , 570 10038 23 , 532 3205320 IR Park of 703 , 759 9 , 344 694 , 415 663 , 830 5 , 880 657 , 950 39 , 929 39 , 929 3 , 464 36 , 465 3205381 Source Eva 45 , 442 5 , 502 39 , 940 45 , 442 5 , 502 39 , 940 3205382 Booker T . 37 , 910 37 , 910 37 , 910 37 , 910 3205383 Space Cons 278 , 539 6 , 347 2720192 278 , 539 6 , 347 272 , 192 3205384 Avenue 0A" 116 , 838 116 , 838 116 , 838 116 , 838 3205385 Decker Rd 1 , 4239509 27 , 353 10396 , 156 1 , 383 , 954 27 , 353 143560601 390555 39 , 555 39 , 555 3205601 St . Lucie 32 , 178 11529 30 . 649 320178 1, 529 30 , 649 3205602 Wal-Mart S 6 , 386 , 349 2 , 712 , 956 3 , 673 , 393 3 , 527 . 212 1 , 254 , 684 2 , 272 , 528 236 , 318 380960 - 197 , 358 81 , 684 115 , 674 3205604 Jaguar Den 47 , 208 2 , 425 44 , 783 47 , 208 2 , 425 440763 3205605 Parrot Day 22 , 221 10020 21 , 202 22 , 222 10020 21 , 202 3205606 Vero Mall 38 , 182 1 , 111 37 , 071 38 , 182 1 , 111 37 , 071 3205607 Sebastian 114 , 246 4 , 553 1090693 114 , 246 4 , 353 109 , 693 3205608 Las Palmas 17 , 784 766 17 , 018 17 ;784 766 17 , 018 3205609 Lakes a Br 35 , 088 2 , 456 32 , 632 35 , 088 2 , 456 32 , 632 3205610 Palm City 190 , 200 1900200 190 , 200 190 , 200 3205616 Sea Side 23 , 000 1 , 440 21, 560 1 , 003 990 13 21 , 997 21 , 997 21 , 997 3205617 Villas 4 V 95 , 474 3 , 765 91 , 709 95 , 474 3 , 765 91 , 709 3205618 Habitat fo 54 , 900 21520 52 , 360 54 , 900 2 , 520 52 , 380 3205619 Grace Grov 31 , 280 11288 29 , 992 31 , 280 1, 288 29 , 992 3205620 Lost River 66 , 050 21745 63 , 305 35 , 625 21745 32 , 880 3205621 Lake Pores 89 , 475 916 88 , 559 12 , 954 12 , 954 3 , 083 3 , 083 916 3205622 Son2 , 167 Sonata Wa 57 , 695 3 , 182 54 , 513 541 174 367 57 , 154 570154 3 , 008 54 , 146 3205623 Palm Cove 191 , 367 16 , 401 172 , 966 191, 367 186401 172 , 966 3205624 Lexington 112 , 643 6 , 549 106 , 094 107 , 665 6, 549 101 , 116 3205625 Lexington 122 , 367 3 , 596 118 , 771 122 , 367 3 , 596 118 , 771 3205626 Winter Lak 146 , 565 5 , 264 1416301 146, 565 5 , 264 141 , 301 3205627 Sandia Roa 160000 160000 247 247 12 , 000 12 , 000 3205628 Bridle Woo 175 , 391 175 , 391 175 , 391 175 , 391 12 , 000 3205629 City Purni 66 , 506 2 , 607 63 , 899 38 , 696 1 , 411 37 , 285 3 , 430 3 , 430 3205630 Village Sh 410650 1, 880 39 , 770 250 71 179 3 , 430 41 , 400 41 , 400 592 40 , 808 3205631 Self Stora 391650 2 , 135 37 , 515 39 , 650 2 , 135 37 , 515 3205632 Meadow Poi 530591 2 , 811 50 , 780 53 , 591 2 , 095 51 , 496 3205633 Riverside 28 , 410 11449 260961 28 , 410 1 , 449 716 716 - 26 , 961 3205634 Pox Grove 266 , 203 15 , 553 250 , 650 257, 478 7 , 701 249 , 777 . 81725 8 , 725 7 , 852 873 3205635 4 Lakes 41 , 537 2 , 308 39 , 229 41. 537 2 , 308 390229 3205636 Serenoa Ph 32 , 078 1 , 833 30 , 245 32 , 078 1 , 833 30 , 245 . 3205637 Builders P 272 , 257 8 , 696 263 , 561 2330624 7 , 414 226 , 210 38 , 633 380633 1 , 282 37 , 351 3205638 Sebastian 19 , 449 903 180546 852 1 851 ie , 597 18 , 597 902 17 , 695 3205640 Ashbury Su 122 , 358 5 , 717 116 , 641 122 , 358 5 , 717 116 , 641 3205641 Antilles S 2240935 14 , 441 2100494 224 , 935 140441 210 , 494 3205642 Sebastian 129 , 423 6, 800 122 , 623 129, 423 60800 122 , 623 3205643 River Mari 97 , 107 6 , 032 91, 075 97 , 107 6 , 032 91, 073 3205644 Crystal Be 413 , 406 240621 388 , 785 413 , 406 24 , 621 3880785 3205646 Tres Belle 2050200 81100 197 , 100 205 , 200 80100 1970100 3205648 Segovia La 130 , 552 5 , 013 125 , 539 130 , 552 5 , 013 125 , 539 3205649 Cove Lakes 1440207 6 , 185 138 , 022 1440207 6 , 195 138 , 022 3205650 Lost River 42 , 984 2 , 786 40 , 198 .42 , 984 2 , 786 409198 a' Vecellio Group , Inc . 4 Status Of Contracts On Hand 07/13 /05 Ranger Construction 09 : 16 : 43 Form ID JOBCOST / Version RG0003 As of June 30 , 2005 - Ranger Amount Balange Of Total Sub Ranger Net Contract Sublet Contract Work Revenue Remaining Current Net Net This Sub This Amount Job Number& Name Amount To Others Amount Dncomp Remaining Revenue Estimate Accrual Estimate Estimate Ranger RC Ranger Central A 320 . Ranger - Ft . Pi 3205652 Ascension 62 , 698 62 , 698 62 , 698 62 , 698 3205778 Island Dun 1100109 8 , 147 101 , 962 67 , 535 8 67 , 527 47 , 224 7 , 150 - 40 , 074 8 , 139 31 , 935 3205779 Oak Hammoc 680 , 300 46 , 255 6340045 37 , 161 330 36 , 831 190098 151000 34 , 098 13 , 191 20 , 907 3205780 Louie Drey 2 , 999 , 481 450 , 067 2 , 549 , 414 2 , 381 , 928 170 , 291 2 , 211, 637 118 , 607 31 , 000 149 , 607 . 32 , 565 117 , 042 3205781 River Plmc . 179 , 722 - 6 , 227 173 , 495 2 , 034 1 2 , 033 177 , 412 20680 - 174 , 732 6 , 226 168 , 506 3205784 Fox Cross 32 , 909 3 , 750 29 , 159 32 , 909 3 , 750 29 , 159 3205785 River Ridg 380860 60100 32 , 760 38 , 860 61100 32 , 760 3205786 Villaggio 31 , 250 1 , 275 29, 975 31 , 250 1, 275 29 , 975 320 Ranger - Ft . Pi 771788 , 181 17 , 479 , 714 60 , 306 , 467 44 , 042 , 126 6 , 640 , 101 37 , 202 , 025 285510910 80 , 977 - 20470 , 933 488 , 222 1 , 9820711 RC Ranger Central A 196 , 858 , 521 61 , 693 , 090 135 , 165 , 431 114 , 309 , 102 29 , 769 , 499 849539 , 603 6 , 538 , 800 181566 - 6 , 5208234 2 , 234 , 724 4 , 285 , 510 RG Ranger Golf 370 Ranger - Golf C 3703101 Saddle Rid 3 , 427 , 093 3 , 249 , 425 177 , 668 932 , 983 866, 262 660721 60 , 174 11000 61 , 174 57 , 859 3 , 315 3703515 The Retrea 11 , 948 , 611 3 , 926 , 223 8 , 022 , 388 957 , 069 131357 943 , 712 720 , 039 65 , 000 - 655 , 039 343 , 548 311 , 491 3704081 Dos Lagos 4 , 531 , 337 2 , 088 , 582 2 , 442 , 755 820 , 473 354 , 706 465 , 767 496 , 026 496 , 026 233 , 743 262 , 283 3704115 The Retrea 3 , 216 , 780 180 , 463 3 , 036 , 317 1 , 924 , 132 102 , 754 1 , 8211378 1500154 95 , 000 245 , 154 8 , 427 236 , 727 - 3705314 Mountain F 323 , 625 76 , 587 247 , 038 42 , 714 38 , 300 4 , 414 7 , 286 70286 7 , 286 3705328 Rams Hill 10 , 471 , 427 4 , 631 , 481 5 , 839 , 946 9 , 458 , 014 4 , 2290571 5 , 228 , 443 6720947 672 , 947 334 , 630 338 , 317 _ . . . . . . . _ . . . . . . _ _ _ __ _ _ _ ___ _ _ .. . .. _ . . . _ . . . . . . __ _ __ . .. . . . . . . . . . 370 Ranger - Golf C 33 , 920 , 873 14 , 1520761 190768 , 112 14., 135 , 385 5 , 604 , 950 - 8 , 530 , 435 2 , 106 , 626 31 , 000 2 , 137 , 626 978 , 207 1 , 159 , 419 RG Ranger Golf 33 , 920 , 673 14 , 152 , 761 19 , 768 , 112 14 , 135 , 385 5 , 6049950 8 , 530 , 435 24106 , 626 31 , 000 2 , 137 , 626 978 , 207 1 , 159 , 419 RN Ranger North Are 340 Ranger - De Bar 3500372 SR=500 (US- 25 , 440 , 564 11 , 032 , 579 14 , 407 , 985 7 , 240 626 6 , 614 379 , 442 221 , 174 - 158 , 268 116 , 939 41, 329 3505005 SR 40 1-95 25 , 793 , 637 11 , 6724577 14 , 121 , 060 5 , 795 , 078 2 , 303 , 929 3 , 491 , 149 199 , 591 2560810 456 , 401 132 , 272 324 , 129 3507144 CR 535 10 , 145 , 411 2 , 165 , 106 7 , 9600305 2 , 147 , 331 6770552 1 , 469 , 779 194 , 080 1100229 - 83 , 851 530176 30 , 675 340 Ranger - De Bar 61 , 379 , 612 24 , 890 , 262 36 , 489 , 350 7 , 949 , 649 2 , 982 , 107 4 , 967 , 542 773 , 113 74 , 593 - 698 , 520 302 , 387 396 , 133 350 Ranger - winter . 3500424 North Tann 540 , 805 540 , 805 540 , 605 540 , 805 3505002 I4 Osceola 25 , 951 , 285 131953 , 858 11 , 997 , 427 2 , 935 , 849 2 , 8881581 47 , 268 622 , 391 72 , 541- 549 , 850 115 , 754 4349096 3505004 IIS 27 Dave 61616 , 134 21144 , 017 4 ,472 , 117 2 , 852 , 506 11462 , 928 1 , 389 , 578 722 , 437 620861 - 659 , 576 57 , 435 602 , 141 3505008 SR 520 St . 9 , 664 , 484 3 , 920 , 441 5 , 764 , 043 1 , 708 , 941 443 , 240 1 , 26S , 70I 212 , 736 204 , 475 417 , 211 62 , 409 354 , 802 3505009 429 Expres 268042 , 922 160367 , 773 9 , 675 , 149 5 , 518 , 759 2 , 5398043 2 , 979 , 716 1 , 066 , 747 35 , 320 1 , 102 , 067 531 , 279 570 , 788 3505010 John Young 3 , 954 , 885 53 , 091 3 , 931 ; 794 2 , 846 , 249 48 , 53a 2 , 797 , 711 34 , 768 - 43 , 112 8 , 344 8 , 344 3505013 SR 519 2 , 944 , 391 602 , 963 2 , 341 , 428 18 , 398 50616 12 , 782 3505017 SR 520 (B 18 , 648 , 401 4 , 885 , 665 13 , 762 , 716 15 , 485 , 397 30637 , 877 11 , 847 , 520 11013 , 350 2711320 - 742 , 030 153 , 146 588 , 884 3505021 SR 528 Bee 6 , 010 , 615 1 , 650 , 821 4 , 3594794 5 , 400 , 507 1 , 642 , 831 3 , 757 , 676 295 , 697 299 , 411 595 , 108 70990 587 , 118 3505022 I-4 (Saxon 271284 , 840 110970 , 880 15 , 313 , 960 23 , 2100503 9 , 500 , 379 13 , 7100124 1 , 308 , 659 3380035 1 , 646 , 694 532 , 482 1 , 114 , 212 3505023 SR 46 2 , 661 , 588 146 , 578 2 , 515 , 010 272 , 507 56 , 120 216, 387 406 , 915 323 , 964 - 82 , 951 17 , 173 65 , 778 3505024 SR 404 Slo 3 ; 103 , 831 11365 , 900 1 , 737 , 931 4210405 3450719 7$ , 686 3505025 District 5 584 , 294 52 , 574 5310720 584 , 294 52 , 574 531 , 720 3505226 Lancaster 571 , 370 50000 566 , 370 317 , 973 5 , 000 312 , 973 351 351 351 3505260 2005 Orang 4 , 410 , 910 170300 4 , 393 , 610 3 , 763 , 970 17 , 300 30746 , 670 222 , 156 35 , 171- 186 , 987 186 , 987 3505262 Apopka Str 598 , 211 105 5980106 30038 105 2 , 933 ..•, '. Vecellio Group, Inc , Status Of Contracts On Band 5 Ranger Construction 07/13 / 05 Form ID JOBCOST / Version R00003 09716 : 43 As Of June 30 , 2005 Ranger Amount Balance Of Total Sub Ranger Contract Sublet Contract Work Net Job Number& Name Remaining Remaining Current Net Amount To Others Amount UnComp Remainia Revenue Net This Sub T173.e Amount - - - - - - - -- - - - - - - -- - - g Estimate Accrual Estimate Estimate Ran r RN Ranger North Are 350 Ranger - Winter 3505264 Tildenvill 92 , 673 92 , 673 58 , 662 3505265 Sanford Ai 430 , s60 58 , 662 38 , 010 10 , 465 •• 27 , 545 430 , 860 29 , 774 29 , 774 7 , 805 27 , 545 3505266 Sanford Ai 41 , 381 41 , 381 310 7 , 805 70805 3505267 a'pcote Cen 359 , 066 27 , 189 331 , 877 7 , 385 310 47 , 034 5 , 963 -. a1 , 071 41 , 071 3 , 229 40156 5 , 500 3505268 City of Wi 182 , 934 51 182 , 683 11 , 469 5 , 500 2 , 010 3 , 490 3505269 90 , 072 51 11, 418 182 , 934 150042 - 167 , 892 90 , 072 90 , 072 90 , 072 167 , 892 3505453 Brighton L 236 , 300 236 , 300 69 , 941 3505461 Walk About 186 , 907 698941 3505465 Port Orang 80 , 240 186 , 907 113 , 877 113 , 877 3505468 Terrace a 86 , 169 800240 800240 80 , 240 3505469 Middle Sch 159 , 282 86 , 169 38 , 775 38 , 775 3505470 North n La 205 , 070 205 , 205 , 070 159 , 282 159 , 282 159 , 282 070 3505471 Bronson La 146 , 160 2050070 3505473 DisneyPar 1468160 1460160 1460160 e 346 , 008 42 , 024 3030984 3505476 Lockheed M 82 , 871 82 , 871 - 66 , 963 3505477 Maguire Rd 82r701 66 , 963 914 914 82 , 701 820701 82 , 701 914 3505478 Southern W 710x926 710 , 926 710 , 926 3505479 Woodlawn C 57 , 260 710 , 926 3505481 Gateway Co 42 , 000 57 , 260 57 , 054 570054 206 42 , 000 42 , 000 42 , 000 206 206 _ _ _ _ _ _ _ _ _ _ _ _ _ 6666 _ 350 Ranger - winter 14302570846 57 , 206, 250 86 , 051 , 596 67 , 851 , 762 22 , 649 , 131 45 , 20 . . . . . 6 , 104 , 857 242 _ _ _ _ _ _ _ 6666 6666 - 137 , 24S 6 , 242 , 102 1 , 479 , 678 4 , 762 , 424 - _ _ _ 6666 _ _ . - - _ - 6666 _ _ _ _ _ . . . . . . . . . . . . . . 6666 _ _ _ RN Ranger North Are 204 , 637 , 458 82 , 096 , 512 122 540 , 946 75 , 801 , 411 25 , 631 , 238 50 , 170 , 173 6 , 877 , 970 62 , 652 6 940 622 1 , 782 , 065 I 5 , 158 , 557 _ _ 6666 - _ _ _ _ - - - - - 435 , 416 , 852 157 , 942 , 363 ' - - ' - - - - - - - - - - - - - - - - - - - 6666 _ _ _ _ _ _ _ _ _ _ _ _ 6666 277 , 474 , 489 204 , 245 , 898 61, 005 , 687 75 143 , 240 , 211 15 , 523 396 I � I . . , 086 15 , 598 , 482 4 994 996 10 , 603 , 486 y . $ fts Page , • 4 Z W PALM BCH. FL SCHUTTA; DAVID 6415 55TH SQUARE �.S VER • BEACH FL • ' JARRELL, SHELBY L :a 1 2523 25TH LANE PALM BCH GARDENS FL VECELLI • • ' JR 21OVIADELMAR g . { PALM BEACH FL 33480 1 2251 ROBERT / D ' AST BECKLEY WV : 1 Amual Reports Report JF� 1 Date 2003 02119/2003 11 03/0V2004 11 02/16/2005 View Events NoName History Information Document . ores Listed below are the images availablefor 02/ 16/2005 ANN REPAJNI • • 03/01/2004 ' ! ' 02/ 19/2003 ANNUAL RE 02/ 19/2002 ANN REPIUNi • ' ' 01/31/2001 • ' REP 02/ 14/2000 • • REP 03/22/ 1999 • • 03/ 12/ 1998 REPORT 02/ 11 / 19 7 ANNUAL REPORT 03/0711996 . . 6 ANNUAL REPORT THIS IS NOTOFFICIAL RECORD ; DOCUMENTS IF QUESTION 1 ' CONFLICT Y hlft i • • • • : ' 1 : 1 : 1 1 D : 1 1111 : / ' 11 r ow Florida Profit RANGER CONSTRUCTION INDUSTRIES , PRINCIPAL • 1 • , • „ • 0 BOX 15065 WEST PALM BCH FL 33416 Changed 03/07/ 1986 MAILINGADDRESS 101 SANSBURYS WAY ' • BOX 15065 WEST PALM BCH FL 33416 Changed 1 i ' : • Document Number FEI Number Date Filed 1 : 1 592098662 06/10/ 1981 State Status Effective Date FL ACTIVE 06/08/ 1981 Last Event EVENT • • EventDate Date NOTES . 91 01 /01 / 1991 Registered Agent Name : Address DEFREHN, • 101 SANSBURY'S WAY WEST PALM BEACH FL 33416 Hatne 05/15/1985 IF� Address Changed: 03/07/1986 Officer/Director Name : Address DEFREHN, JOHN 8645 PINE CAY WEST PALM BEACH FL 33411 149 : • • F—:p • • • • . • 41 : 1 : • D : 1111 : 11 WW < — . . -W r ,r • o nun 1 11VB1 1\ a11s:91 bU110 61 4 6 11 U11 1114116 61 1 Cad —Z85 P • OZ/ 04 'F- 750 - 56 .1 790 433.2 ,.r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION _ CONSTRUCTION .TNDUSTRY LICENSING HOARD ( 850 ) 487 - 1395 TALLAHASSEEMONROE STRFFLT3239.9 - 0783 �r. n,. CORREA , MIGUEL . GUILLERMO RANGER . CONSTRUCTION INDUSTRIES INC P 0 BOX 15065 WEST. PALM BCH FL 33416 rrr ww ow.��.• w •.Iwo. III v{..,,lt. .1v,. •. •'•:, fti:•.vx:1 5,:r •tl:w: ',.� f_ ..;1��.� . •q1• ,.1�. _ ' iSu•.:�asl`.•`•a:j ••yt%t-17�' ; .•tibe jy.: •!i :: •C;,q_ ,. h::y,^,!. �F•it ,,, �r.;t•,V '�:��`.•r;�{i io.ww.ls• .;u y! ^i t•>• M': %'Y: ti•%-••,1`:• ti, rs > `�Nr vPOOa+L� w-two.,. •.°. • e K• •tr•� Fi .if�r j ,�'•rr. •J . ' ..{; � • � 1`t^ Y:-W,-. . a:• of ,° P. tot, •. - ' , S , :4 (,.b. !•;r�J` to'. Y.l,: v'� / ; h• : e; : 1rSe��n:�. �\i1�>! ^�? lbh• 1�t•Ltr •. �Y O}4 • .• ,L . , �•• ,, ,• , r, - 'Y• r • •l.•- :.r• 'fni!T%:•1s.;w•.^ , N•-.h M, ,t,x> '>:•`.,.^T:' .. ..:a:-:�5 :•:..•.. .u.t:.l. y,.1.• :• r40 rr DETACH HERE .rr —• AC# 14 - 46321 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .r CONSTRUCTION INDUSTRY LICENSING BOARD SEQ# Lo4061101497 LICENSE NBR 06 11 . 2004 030717817 CGC019416 The GENERAL CONTRACTOR Named below : IS CERTIFIED "Leader the . . provisions of Chapter 489 FS . are Expiration date : AUG 31 , 2006 . . CORREA , MIGUEL GUILLERMO RANGER ' CONSTRUCTION INDUSTRIES INC 101 SANBURY ' S . WAY WEST PALM BCH FL 33411 JEB BUSH DIANE CARR GOVERNo: REGEIVED TIME OCT , 26 , 8136ANY AS REGIUIRED BY LAW SECRETARY : %naer Construction �. Industries, Inc. .. .. CERTIFIEDCOPY OF RESOLUTION OF BOARD OF DIRECTORS OF RANGER r. L.01kv7S %i%iON 1NDIJS TRIES, INC. IW RESOLVED, that Robert Schafer, Vice President and David Schutta, Chief Estimator for the Central Division of Ranger Construction Industries, Inc., be authorized to sign any and all documents relative to this Corporation' s business. The foregoing is a true and correct copy of the resolution adopted by Ranger Construction Industries, Inc. , at a meeting of its Board of Directors on the Ist day ofJuly, 2005. Jo A. DeFrehn etary/Treasurer ',. �:'�g.- \• y�am.. •i'.. ti. . � ` 3 NiAl . �..:. •: Oyu\ ,ti 1 Central Division Office & Company Headquarters : 101 Sansbury's Way, West Palm Beach , Florida 33411 Corporate Mailing Address: P. O. Box 15065 , West Palm Beach , Florida 33416 www . RangerConstruction . com Phone : (561 ) 793-940Q Toll-free : (800) 969-9402 Fax: (561 ) 7904332 16 . Complete the following table for SIMILAR projects : Date Contact Person : Name Original Contract Final Contract Name of Project Completed Owner and Telephone Number Amount Amount t+JdI.1 - �v-� �sene� 1 C►c» : M � k.., C...er r,. .� Dt�ikr:bv�i�r Ce �.lt a' °� l CA' G & NTE% 58 5 _ 55 1Z ,'1 Z 1 $ S.S It, i►$ Z .�310 t � 'Dava. .T .s ti a•A, b K� ` � �► Co �» P s 1 p4- K�ly t � o� C� s� � qz - s3�o �9 g , gL9 ? ?.zt o00 i; �t�, waa� �► i EA sty- A- t - A S ] 05 fn� o j i 0016-00456 - Qualifications Questionnaire 00456 - i FAEngineeringlCapital Proiects10016 & 0236- 41st Street Improvemenls10016 & 023641st St Contract Docs\0016-00456 - Qualifications Queslionnalre.doc Rev. 05/01 [NOTE : If requested by the County, the Bidder shall furnish references other information, sufficiently comprehensive to permit an appraisal of its abilities a contracto ] rr (Signatu e ) �. ( Position or Title ) . ( Date ) * * END OF SECTION .r. wr 001MOA.RR _ niinliflcntinne rinea+innnoire SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one- half percent of the total bid price , and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids , changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. •• Documentation Submitted with Project No . 0016 & 0236 for 41St Street Roadway lmr% rovements Work to be Performed Subcontractor's Name/Address 1 , G 0JJcte a Gary 066114y 4 % +V• i ei wS .r 21 sk Apt � S ' 9JV tt_ 3 � 4 rc - "l FTPT3YS ?/ � N &4wrc.1s 100% CC-pcc 1 3 . Sacicl in,rq ,3 �5 -�` �cd n��'t't'� jam• 3 �g �.� .. 4 TAT 5 . 11W 6 . .. 7 . 8 . 9 . ar 10 . 11 . .. 12 . 13 . 14 . 15 . 16 . .>M 17 . Note : Attach additional sheets if required . * * END OF SECTION r 00458 - 1 0016-00458 - List of Subcontractors FAEngineering\Capital Projecls10016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs10016.00458 - List of Subcmfmntnre ,i.,r Gu„ nam, B0�4 OF COUNTY COMMISSION` 'S � 4 v� r r H iF� IF .eptember 16 , 2005 VIA OVERNIGHT DELIVERY ' 1r. Robert Schafer, .manger Construction Industries , Inc . P . O . Box 14589 t . Pierce , FL 34979 +� NOTICE OF AWARD .eference : Indian River County Bid # 7074 41s' Street Improvements Dear Mr. Schafer, 'Pam pleased to inform you that on September 13 , 2004 , the Board of County Commissioners awarded the above referenced project to your company . The following documents are required before the applicable County apartment can issue a "Notice to Proceed" letter. 1 . Performance Bond in the amount of 125 % of the contract amount. ($9 ,903 ,495 . 25 ) 2 . Payment Bond in the amount of 100 % of the contract amount . ($7 , 922 ,796 . 20) 3 . Certificate of Insurance , must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation , i accordance with section 255 . 05 ( 1 ) (a) , Florida Statutes , you are required to execute and record a Performance 11ond and a Payment Bond for the above referenced project . Please submit the Bonds and the Certificate of T-isurance to the address provided below to this office no later than September 30, 2005. Failure to comply kith the established deadline for submittal of required documents may be grounds for cancellation of the award . T-1 addition , enclosed are two copies of the Agreement. Please execute both copies and return them together ith the required bonds and Certificate of Insurance to me . Thank you for your prompt attention and if you have any questions , please do not hesitate to contact our office . �Gycerely ,y D vis , Purchasing Manager cc : Michelle Gentile, Engineering ar General Services Department * Purchasing Division 1840 25`s Street, Vero Beach, Florida 32960•(772) 567=8000 Ext. 1416•Fax : (772) 770-5140 E-mail : purchasing CCircgov.com r rr INDIAN RIVER COUNTY, FLORIDA MEMORANDUM •r• TO : Joseph .A. Baird, County Administrator FROM : James W. Davis , P .E . , Public Works Director SUBJECT . Award of Sia #7074 V 1 . 41st Street Widening, Sidewalk and Drainage Improvements from 50th Avenue to East of County Jail 2 . 43r6 Avenue, 39th Street to Dodgertown Elementary 3 . 41 't Street/58th Avenue Intersection Improvements — turn lanes and sipalization DATE : August 31 , 2005 DESCRIPTION AND CONDITIONS Bids were received on July 13 , 2005 for the construction of the above three projects . These bids were received as follows : Engineer ' s Estimate $ 5 ,2025669 . 02 Ranger Construction Industries, Ft. Pierce, Florida $ 759223796 . 00 Ditkersou, Florida 1 $8 , 1108; 5-54 . x0 Community Asphalt Corp , , Vero Beach, Florida $ 8 , 7825601 . 30 Seven contractors picked up plans and contract documents for this project and Demand Star broadcasted the advertisement for bid to 300 companies . All bids received substantially exceeded the Engineer ' s Estimate, ALTERNATIVES AND ANAL'Y'SIS On August 8 , 2005 , the Public Works Department staff met with the low bidder, Ranger Construction, to review the bids and scope of work. As a result of that meeting, the following cost .. savings ($452 , 559 . 80) and scope changes can be obtained by issuance of the attached Change Order No . 1 . The resulting contract after Change Order No . 1 is $ 7 , 470 ,236 .20 . The following alternatives are presented: Alternative No. 1 — Rebid the project. In recent discussions with the FDOT District 4 office and • other entities, construction bids for road and drainage improvements throughout the State of Florida are as much as twice the amount of Engineer ' s Estimates . Since these bids were received from contractors that normally bid County work in the Treasure Coast area, staff is not confident that rebidding will be productive . FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-BCC Agn-Award Bids 08-23-05 jwd.doc �r rs PAGE TWO BCC Agenda Item from James W . Davis, P .E . , Public Works Director August 31 , 2005 Alternative No . 2 — Award the bid to the low bidder, Ranger Construction, in the amount of $ 7 , 922 , 796 . 00 and issue Change Order No . l reducing the scope and cost by $452, 559 . 80 to $ 7,470 ,236 .20 . This reduced cost is 41 % over the Engineer ' s Estimate . RECOMMENDATIONS AND FUNDING Staff recommends Alternative No . 2 whereby the low bid is awarded to Ranger Construction, as well as approval of Change Order No . 1 reducing ' the project cost to $ 7 ,470 ,236 .20 . Funding is from a blending of the following county accounts and developer contributions : Traffic Impact Fee Fund 102 $350005000 Gifford Road Improvement Fund 315 $213409000 U.P . S . Developer Contribution for turn lane $ 305000 Fund 471 UtilityRelocation $200, 000 Fund 471 — Local Option Sales Tax, County Annex $ 5009000 turn lanes — Utilities Operation Center Fund 109 — Local Option Gas Tax $ 483 , 916 . 20 Fund 316 — Local Option Sales Tax — sidewalks $ 100, 000 Fund 101 — District 4 Traffic Impact Fees $ 500 , 000 Fund 101 — District 5 Traffic Impact Fees $ 300, 000 Habitat for Humanity- Sidewalk Escrow $ 16 , 320 TOTAL $7,4709236.20 ATTACHMENTS .. Bid Comparison Spreadsheet Change Order No . 1 Sample Agreement List of contractors that picked up plans Indian River Approved Date County DISTRIBUTION Administration .. . Budget Christopher J . Kafer, Jr. , P .E . , County Engineer Legal ' oso� Michael Nixon, Design Professional Engineer +� Risk Management Michelle A. Gentile, Civil Engineer Jerry Davis , Manager, Purchasing Division Public works y b APPROVED AGENDA ITEM Engineering FOR ,q =t .mP her 11 , 200 -5 .. BY F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-BCC Agn-Award Bids 08-23-05jwd .doc .r ire SECTION 00520 - Agreement ( Public Works) TABLE OF CONTENTS Title Pia e ARTICLE1 — WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 r ARTICLE2 — THE PROJECT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE3 — ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE4 — CONTRACT TIMES ' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . 0 . . . . . . . . . . 0 . . . . . . . . . . . . . . 0 . . . . . . . . 2 r ARTICLE5 — CONTRACT PRICE . . . . . . . . . . . I ' ll , . . . . . . . . . . I . . . . . . . . 01 . 1 . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . 0 . . . . . . 0 . . . . . . . . . . . . . . . . 4 . . . . 3 r ARTICLE6 — PAYMENT PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . 0 . . . . . . . . . . . . 4 ARTICLE7 — INDEMNIFICATION . . . . . . . . . . . . . 0 . 0 . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . toot . . . . . . . . . . . 0 . . . . . . . . . . 0 . . . . . . . . 00 . . . . . . . . . 4 ARTICLE 8 — CONTRACTOR' S REPRESENTATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 +" ARTICLE 9 — CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . too . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . 1 . . 6 .. ARTICLE 10 — MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 LTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI r rr r r 0016-00520 to Agreement (Public Works ) 00520 - 1 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00520 - Agreement (Public Works).doc Rev. 05/01 SECTION 00520 - Agreement ( Public Works) r. THIS AGREEMENT is by and between INDIAN RIVER COUNTY , a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , (hereinafter called OWNER) and RANGER CONSTRUCTION INDUSTRIES INC . (hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , r.l► agree as follows : ARTICLE 1 - WORK r 1 . 01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents . The Work is generally described as follows : Roadway improvements consisting of roadway widening , horizontal and vertical realignment and intersection improvements . Drainage improvements consisting of removal of old piping and installation of new piping and structures . Construction of a new ditch and associated supporting structures and facilities . ARTICLE 2 - THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : 41 st Street Improvements County Project Number : 0016 & 0236 ,. Project Address : 41St Street from 61St Avenue to 38th Avenue . ARTICLE 3 — ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative , assume all duties and responsibilities , and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents . ARTICLE 4 - CONTRACT TIMES 4 . 01 Time of the Essence r A . All time limits for Milestones , if any, Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract . r ' 0016-00520 - Agreement (Public Works) 00520 - 2 rl CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 ,i. 4 . 02 Days to Achieve Substantial Completion and Final Payment A . The Work will be substantially completed on or before the 270th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions , and completed and ready for final payment in accordance with paragraph +� 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run . •■ 4 . 02 Days to Achieve Final Completion and Final Payment A. The Work will be fully completed ( Final Completion) and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions . r. 4 . 03 Liquidated Damages A . CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . The parties also recognize the delays , expense , and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof , OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) , CONTRACTOR shall pay OWNER $2 ,470 . 00 for each calendar day that .,, expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantially complete . After Substantial Completion , if CONTRACTOR shall neglect , refuse , or fail to complete the remaining Work within the Contract Time or any r proper extension thereof granted by OWNER , CONTRACTOR shall pay OWNER $2 ,470 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 .A and summarized in paragraph 5 . 01 . 8 , below: A . For all Work, at the prices stated in CONTRACTOR' s Bid , attached hereto as an exhibit. +� Be THE CONTRACT SUM subject to additions and deductions provided in the Contract: : Numerical Amount: $ 7 , 922 ,796 . 00 .. Written Amount: SEVEN MILLION NINE HUNDRED AND TWENTY TWO THOUSAND SEVEN HUNDRED AND NINETY SIX DOLLARS AND NO CENTS . 0016-00520 - Agreement (Public Works) 00520 - 3 aw CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 aw ARTICLE 6 - PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the • General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions . •• 6 . 02 Progress Payments; Retainage A . OWNER shall make progress payments on account of the Contract Price on the basis of ., CONTRACTOR's Applications for Payment at intervals not less than once each month during performance of the Work as provided in paragraph 6 . 02 . A . 1 below. All such payments will be measured by the schedule of values established in paragraph 2 . 07 .A of .. the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values , as provided in the General Requirements : ew 1 . Progress payments will be made in an amount equal to the percentage indicated below but, in each case , less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold , in accordance .. with paragraph 14 . 02 of the General Conditions: a . Ninety percent (90%) of Work completed (with the balance being retainage) ; and .. b . Eighty percent (80%) of cost of materials and equipment not incorporated in the Work but stored on the Project site (with the balance being retainage) . 6 . 03 Final Payment A . Upon final completion and acceptance of the Work in accordance with paragraph 14 . 07 of the General Conditions , OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14 . 07 . «. ARTICLE 7 - INDEMNIFICATION 7 . 01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 ( Indemnification) of the General Conditions to the Construction Contract, ARTICLE 8 - CONTRACTOR' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : 41 A . CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost , progress , and performance of the Work . C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost, progress , and performance of the Work. 0016-00520 - Agreement (Public Works) 00520 - 4 ■IU CADocuments and Settings\kjackson\Local SettingsWemporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions ■' in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and r• drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . w E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (surface , subsurface , and Underground Facilities) r at or contiguous to the Site which may affect cost , progress , or performance of the Work or which relate to any aspect of the means, methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR , including applying the specific means , methods , techniques , sequences , and procedures of construction , if any, ow expressly required by the Contract Documents to be employed by CONTRACTOR , and safety precautions and programs incident thereto r F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the r. Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents . G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . H . CONTRACTOR has correlated the information known to CONTRACTOR , information and rr. observations obtained from visits to the Site , reports and drawings identified in the Contract Documents, and all additional examinations , investigations , explorations , tests , studies , and data with the Contract Documents . I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . J . The Contract Documents are generally sufficient to indicate and convey understanding of .. all terms and conditions for performance and furnishing of the Work. r 0016-00520 - Agreement (Public Works) 00520 - 5 +r C:\Documents and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public W orks).doc Rev. 05/01 AW ARTICLE 9 - CONTRACT DOCUMENTS 9 . 01 Contents r A . The Contract Documents consist of the following : 1 . This Agreement (pages 1 to 8 , inclusive) ; .. 2 . Performance Bond (pages 1 to 5 , inclusive) ; 3 . Payment Bond (pages 1 to 5 , inclusive) ; 4 . General Conditions (pages 1 to 44 , inclusive) ; .. 5 . Supplementary Conditions (pages 1 to 9 , inclusive) ; 6 . Specifications as listed in the table of contents of the Project Manual ; 7 . (a) Drawings consisting of a cover sheet and sheets numbered 1 through 66 , inclusive , with each sheet bearing the following general title : Improvements on 41St Street; r 7 . (b) Drawings consisting of cover sheet and sheets 1 through 50 , inclusive , with each sheet bearing the following general Title : Intersection Improvements to 41St Street & .. 43r1 Ave . 8 . Addenda ; NONE .. 9 . Appendices to this Agreement (enumerated as follows) : .. Appendix A - Permits Appendix B — Best Management Practices 10 . Notice to Proceed (page 1 , inclusive) 11 . CONTRACTOR's Bid (pages 1 to 15 , inclusive) 12 . Documentation submitted by CONTRACTOR prior to Notice of Award ( pages 1 to 3 , inclusive) 13 . Statement of Public Entity Crime .. 14 . Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2 , inclusive) 15 . Sworn Statement Under Section 105 . 08 , Indian River County Code, on Disclosure of Relationships (pages 1 to 2 , inclusive) 16 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a . Written Amendments ; b . Work Change Directives ; 0016-00520 - Agreement (Public Works) 00520 - 6 r CADocuments and Settings\kjackson\Local SettingsWemporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 c . Change Order(s) . .. 17 . Contractor's Final Certification of the Work (page 00632- 1 & 2 of the Specifications) . W. Be The documents listed in paragraph 9 . 01 . A are attached to this Agreement (except as expressly noted otherwise above) . C . There are no Contract Documents other than those listed above in this Article 9 . D . The Contract Documents may only be amended , modified , or supplemented as provided .. in paragraph 3 . 05 of the General Conditions . ARTICLE 10 - MISCELLANEOUS 10 . 01 Terms A . Terms used in this Agreement will have the meanings indicated in the General Conditions . 10 . 02 Assignment of Contract +M A . No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys ,. that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment , no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10 . 03 Successors and Assigns A . OWNER and CONTRACTOR each binds itself , its partners , successors , assigns , and legal representatives to the other party hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents , 10 . 04 Severability A . Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall + •� continue to be valid and binding upon OWNER and CONTRACTOR , who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the ,.. intention of the stricken provision . 10 . 05 Venue .. A . This Contract shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida , or, in the event of a federal jurisdiction , in the .. United States District Court for the Southern District of Florida . r 0016-00520 - Agreement (Public Works) 00520 - 7 4W CADocuments and Settings\Igackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO . 1 j PROJECT NO . 0016 and 0236 Bid # 7074 PROJECT : 41S` Street between Kings Highway and 43 `d Ave and Intersection Improvements CONTRACTOR NAME/ADDRESS : Ranger Construction Industries , Inc . 4510 Glades Cut-off Road Ft . Pierce , Florida 34981 DATE : August 29 , 2005 DESCRIPTION OFPRICE PRICE CHANGE INCREASE DECREASE 1 Delete 630 L . F . � 48 " x 76" $ 1785920 . 00 ERCP Slotted W/ Filter Fabric & Rock @ $ 284 . 00 L . F . in Item 32 2 Add 48 L . F . � 48 " x 76 " $ 13 , 536 . 00 ERCP Solid @ $ 282 . 00/L .F . in Item 33 3 Delete 25 ,405 C . Y . — Yellow $ 210 , 099 . 35 Sand $ 8 . 27/ C . Y . in Item 5 4 Add 20 , 000 C . Y . General Fill @ $ 703000 . 00 $ 3 . 50 C . Y . and 5 , 405 C .Y . of Hydrologic Group "A" Soil @ $ 8 . 27 C . Y . in Item 5 $ 445699 . 35 5 Delete 30 L . F . � 18 " BCCMP @ STA . 134 + 00 Ra , $ 81 . 10 L . F . in Item 40 $ 25433 . 00 Add 10 L . F . 18 " BCCMP STA 132 + 85 $ 81 . 10/L .F . in Item 40 $ 811 . 00 6 Delete 40 LF , 15 " BCCMP $ 25168 . 00 @ STA . STA 133 + 04 . 4 $ 54 . 20 in Item 39 7 Add 3 L . F . of 15 " RCP @ STA . $ 239 . 70 128 + 70 @ $ 79 . 90/L . F . in Item 27 8 Add 5 L . F . 15 " RCP @ STA . $ 399 . 50 135 + 00 @ $ 79 . 90 ' L . F . in Item 27 F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 CO # 1 -Ranger-08 -29-05 -mag . doc Page 1 of 3 DESCRIPTION OF PRICE PRICE CHANGE INCREASE DECREASE 9 Delete 3 L . F . � 15 " RCP $ 239 . 70 @ STA . STA 135 + 00 $ 79 . 90/L .F . in Item 27 E12 Delete 1 Type J — 7 M . H . $ 5 , 950 . 00 S -20 @ $ 5 , 950 . 00 ea . @ STA . 136 + 05 . 7 in Item 23 Add 99 L . F . � 18 " Solid White $ 277 . 20 Traffic Stripe @ $ 2 . 80/L . F . in Item 107 Delete 500 Tons overbuild / leveling figured in Maintenance of Traffic in Item 2 @ $ 64 . 00 $ 32 , 000 . 00 /Ton Delete $ 2 ,470 . 00/Day for 30 Days for liquidated damages in $74 , 100 . 00 Item 2 13 Delete 9904 L . F . � 2 " PVC $ 83 , 688 . 80 Conduit Schedule 40 $ 8 . 45 /L .F . in Item 114 14 Delete 543 S . Y Concrete $ 24 , 923 . 70 Sidewalk @ $ 45 . 90/S . Y . in Item 53 15 Adjust unit price of overbuild in $ 329000 . 00 item 11 from $ 0 . 01 /Ton to $ 64 . 00/Ton and change 1600 Tons to 500 Tons overbuild/leveling @ $ 64 . 00/Ton Total Increase/Decrease $ 161 , 962 . 75 $ 614 , 522 . 55 NET CHANGE IN AMOUNT ($4529559 . 80) ORIGINAL CONTRACT PRICE $ 7 922 . 796 . 00 TIME 300 DAYS CURRENT CONTRACT PRICE $ 7 470 , 236 . 20 TIME 330 DAYS NET CHANGE PRICE/TIME FROM THIS CHANGE ORDER NO . I ( $ 452 , 559 . 80) 30 DAYS NEW CONTRACT PRICE/TIME INCLUDING THIS CHANGE ORDER $ 714702236 . 20 330 DAYS F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 CO # 1 -Ranger-08 -29-05 -mag . doc Page 2 of 3 INDIAN RIVER COUNTY , FLORIDA CHANGE ORDER NO . 1 PROJECT NO . 0016 and 0236 Bid # 7074 APPROVAL ENGINEERS RECOMMENDATION : I have examined the above changes . They are necessary to satisfactorily complete the Contract. The price changes are re able an I rec mmend that the changes be made . r istophe a Date County gineer , I agree to the amendment of the 41St Street Improvements Contract as indicated on the attached (3 ) three page Change Order No . 1 . This Change Order shall become a part of the 41St Street Improvements Contract and incorporated therein . VGGEROST U ION INDUSTRIES , INC . INDIAN RIVER COUNTY , FLORIDA ,57 Thomas S . Lowther, Chairman (Name a/n� d� T(1tle of Sign ry)\ 1 Witnessed by : Approved by BCC September 131 2005 Attest : F ' 0^00e Jeffrey K . Barton, Clerk of Circuit court 4 Deputy Clerk Approved as to Form and Legal Sufficiency C cL4 .nd eousphA . Baird , nty Administrator C : \Documents and Settings\rgfprks\Local Settings\Temporary Internet Files\OLK57F\0016 0236 CO 41 -Ranger-08 -29-05 -mag. doc Page 3 of 3 BID COMPAMSON PROJECT NAME : 41ST ST, IMPROVEMMENTS FROM 61ST AVE. TO 47TH AVE. INCLUDING ICINGS HWY INTERSECTION AND 41ST ST. FROM 47Th AVE. TO 38TH AVE. INCLUDING 43RD AVE. INTERSECTION PROJECT NO.: 0016 & 0236 -Bid No. 7074 ENGINEERS ESTIMATE RANGER CONSTRUCTION DICIERSON FLORIDA COMMUNITY ASPHALT CORP. ITEM BID BID BID UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. ITEM QTY. UNII PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE $0.00 $0.00 I Mobilization LS 1 $299,800.00 $2995800.00 $33,900.00 $33,900.00 $600,000.00 $600,000.00 $6507000.00 $650,000.00 2 .Maintenance ofTraffic LS 1 $294,000.00 $294,000.00 $ 1 ,050000.00 52,0501000.00 $430,000.00 $430,000.00 $625,000.00 $625,000.00 ( Erosion & Water Pollution Control LS 1 590,000.00 $90.000M $21 ,800.00 $21,800.00 $507000.00 $50,000.00 $68.000.00 $689000.00 4 Clearing & Grubbing LS 1 $60,000.00 $0000.00 5321 ,000.00 S321 .000M $ 168,000.00 $ 168,0110.00 53609000.00 5360,000.00 5 Earthwork LS 1 $4509000.00 5450,000.00 $ 1,240,000.00 $ 1 ,2407000.00 $ 1 ,6009000.00 51 ,600,000.00 51950,000.00 $ 19950,000.00 6 As-Built Drawing SY t $45,000.00 $45,000.00 $ 114,220.00 $ 114,220.00 $21,000.00 $21 ,000.00 $ 16,200.00 516,200.00 7 8" Coquina Shell Base (Furnish & Install) SY 62,468 $8.00 $499,744.00 $ 10.00 56247680.00 $ 12.70 $793,343.60 $ 12.50 $780,850.00 12" Type 'B' Stabilization (LBR40) (Furnish & g ]nye)) 695954 $ 1 .89 $ 132,213.06 $3 .85 $269,322.90 $5.20 53637110.80 $3.90 52721820.60 Type SP- 12.5 Asphaltic Concrete Structural Course 9 ( 1.511) SY 163.534 $5 .00 $317fi70.001 $5.20 $330.376.80 $6.001 $381 ;2114.00 $5.90 5374.850.60 10 Type SP-9.5 Asphalt Concrete Surface Course ( 1") SY 73.093 $3.00 $219,279.00 $4. 10 $299,681.30 $4.00 $2921372.00 $4.00 5292,372.00 Superpave Asphaltic Concrete (overbuild & l l leveling ) TN 19600 $55.00 $889000.00 $0.01 $16.00 $77.00 51237200.00 $75.00 $ 120,000.00 13 Turnout and Drives (6" concrete) SY i ,_ 177 $42.53 $50 057.81 $57.20 $67 324.40 $45.00 $52,9115.00 $45.00 $52,965 .00 Turnout and Drives 6" Coquina Shell Base for 13 . 1 Drives SY 5,827 $6.00 $344962.00 $29.20 $ 170, 148.40 _323 .00 $ 134,021 .00 $ 14.50 $847491 .50 15 Yazd Drains EA 3 $ 1,065.85 $3,197.551 $ 1,960.00 $5,880.00 $ 1 ,600.00 $4,800.00 $ 1 ,650.00 $4,950.00 16 Inlet (Type C) EA 17 $2,443.66 $4 1 t542.221 $25290.00 $38,930.00 $2,460.00 $41 ,820.00 $29530.00 5431010 .00 17 Inlet T eE) EA 4 $ 1 ,325.82 $5,303.28 $23940.00 Slt,760.00 $3,000.00 $ 12,0(10.00 $3 ,080.00 $ 12,320.00 18 Curb Inlet Pi EA I $ 1 ,800.00 $ 1,800.00 $7,030.00 $7,030.00 $5,250.00 $5,250:00 $5,390.00 $59390.00 19 Curb Inlet P2 EA 4 $ 11900.00 $7,600.00 $6760.00 $27,040.00 553450.00 $21,800.00 $5,610.00 5227440.00 20 Curb Net P5 EA 1 $2,400.00 $2,400.00 531640.00 $3 ,640.00 $3,750.00 $3,750.00 $3 ,850.00 $3,850.00 21 Curb Inlet P-6 EA 1 L $2,443.66 $26 880.26 $49690.00 $51 ,590.00 $49500.00 $49,500.00 54,620.00 $50,820.00 21. 1 Curb Inlet P•6 ConOict Structure EA 1 $2,443.66 52,443.66 $7,550.00 $7,550.00 561600.00 $6,600.00 $6,820.00 $6,820.00 22 ManholeP-7 EA 3 52,500.00 57,500.00 $4,270.00 $ 12,810.00 $37425 .00 $ 10,275.00 $3 ,520.00 $ 109560.00 23 Manhole (Type J-7) EA 8 $2,833 .61 522,668.88 $5,950.00 $47,600.00 $5. 150.00 $41,200.00 55,280.00 $42,240.00 24 ConflictManhole (TypeJ-8) EA 2 $3,733 .43 $7,486.98 $6,360.00 $ 12,720.00 56,200.00 $121400.00 $6,380.00 $ 12,760.00 25 Concrete Pipe Culvert ( 12" x 18") LF 124 $26.00 $3,224.00 $66. 15 $8 ,202.60 $62.00 $7,688.00 $65.00 $8,060.00 25. 1 ISlotted Concrete Pipe Culvert ( 12" x 18") LF 311 $30.00 $9,330.00 _ $65. 10 $20,246. 10 590.00 $279990.00 $95.00 $29,545 .00 27 Concrete PipeCulvert ( 15") LF 243 $26.00 $6,318.00 _ $79.90 $ 19,415.70 $60.00 $ 14,580.00 $61.00 $ 14,823 .00 28 Concrete Pipe Culvert ( 18") LF 21080 $27.82 $57,865.60 $80.70 $ 167,856.00 $68.00 $ 141 ,440.00 $70.00 $ 145,600.00 29 Concrete Pi a Culvert (24" LF 768 $34.84 526,757. 12 $36.20 $66M .,20260 580.00 561 ,440.00 $82.00 $62,976.00 30 Concrete PipeCulvert (30") LF 246 $46.27 $ 11,382.42 $ 134.30 $3$,037.80 585.00 $20,910.00 $88.00 $21,648 .00 3t ConCICteFlneCulvert (36") LF 16 558.23 5931 .68 $ 194.00 $3, 104.00 $ 134.00 52, 244.00 $ 140.00 $2,240.00 Concrete Pipe Culvert Slotted with Filler Fabric & 32 Rock (48" x 76") LF 880 $350.00 5308,000.00 5284.00 $249,920.00 $321 .00 $282,480.001 $330.001 $290,400 .00 0016 & 023B-41st St Imrpovements Bid Comparison 1 8/11 /2005 BID COMPARISON PROJECT NAME : 41ST ST. IMPROVEMENTS FROM 61ST AVE, TO 47TH AVE. INCLUDING IMGS HWV. INTERSECTION AP'(D 41ST ST. FROM 47TH AVE. TO 38TH AVE. INCLUDING 43RD AVE. INTERSECTION PROJECT NO. : 0016 & 0236 Bid No, 7074 ENGINEERS ESTIMATE RANGER CONSTRUCTION DICKERSON FLORIDA 1COMMUNITY ASPHALT CORP. Pial BID BID BID UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. ITEM QTY. UNIT PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE 33 Concrete Pipe Culvert Solid (48" x 76") LF 3 ,458 $250.00 5864,500.00 $282.00 $975, 156.00 $236.00 58161088.00 $250.00 $864,500.00 34 Masonry Plug with Magnetic Locator (30") EA 1 $300.00 $300.00 $ 1 , 170.00 $ 1, 170.00 $375.00 $375.00 $385.00 $385 .00 34. 1 Masonry Plug (30") EA t $200.00 $200.00 511010.00 $1,010.00 $350.00 $350.00 $360.00 $360.00 34.2 Masonry Plug with Magnetic Locator ( 18") EA 3 ' S200.00 $600.00 $929.00 $2,787.00 $320.00 $960.00 $330.00 $990.00 35 Mitered End Section ( 12" x 18") EA 8 $775.00 $6,200.00 SI900.00 $ 15,200.00 $ 1 ,020.00 $8, 150.00 $ 1,050.00 S84400.00 36 Mitered End Section 18" EA 7 ' $800.00 55,600.00 $ 1820.00 $ 12,740.00 $ 1 , 120.00 $7,840.00 S : , L55.00 $8,085 .00 37 Mitered End Section (24") EA 2 $ 1 .000.00 $27000.00 $ 1 ,920.00 $3,840.00 St,280.00 $2,560.00 $ 1,320.00 $2,640.00 Underdrain (2' x 2' w/Filter Fabric) 4" PVC - 38 Perforated LF 190 $36.00 $6,840.00 $35.90 $69821.00 $24.00 $4,560.00 $25.00 $4,750.00 39 15" BCCMP LF 597 $25.00 $ 1.4,925.00 $54.20 $32,357.40 $43.00 $2516'71.00 $44.00 $26,268.00 40 181, BCCMP LF 564 $30.00 $ 16,920.00 $81. 10 $459740.40 $43.00 $241252.00 $44.00 $24,816.00 41 18" Perforated BCCMP LF 620 $38.00 $23,560.00 $66.50 $41130.00 $9.6.00 $59,520.00 $100.00 $62,000.00 42 24" BCCMP LF 469 $38.00 $ 17,822.00 S77.25 $36,230.25 $48.00 $22,512.00 $50.00 $23,450.00 43 24" Perfbrzted BCCMP LF 283 542.00 $ 111886.00 $62.25 $ 17,616.75 $ 100.00 $28;300.00 $ 105.00 $291715.00 44 36" BCCMP LF 30 1 $45.00 $ 1 ,350.00 $108.00 53,240.00 $ 118.00 $3,540.00 $ 120.00 53 ,600.00 45 Flashboard Risers (24") EA I $ 1,000.00 $ 11000.00 $2,460.00 $2,460.00 $856.00 $856.00 $880.00 $880.00 46 Flashboard Risers 36") EA 1 $1,500.00 $1,500.00 $4,080.00 $49080.00 $ 1 ,285.00 $ 13285.00 $ 1 ,320.00 $ 1,320.00 47 Concrete Endwall 18" RCP EA 2 $ 19 50000 $33000.00 $2,000.00 54.000.00 $ 1,015.00 $2,030.00 $ 1.045.00 $2,090.00 48 Concrete Endwall 24" RCP LF 2 $ 1 .800.00 $3,600.00 $2,240.00 $4,480.00 $ 1 .390.00 $2,780.00 $ 1,430.00 $2,860.00 49 Concrete Endwall48" x 76" RCP LF 6 $3,000.00 $ 18,000.00 $8,520.00 $51, 120.00 $81025.00 $48,150.00 $8,250.00 $49,500.00 50 lGravity Wall CY ll $3 ,000.00 $33,000.00 $933.00 $ 10,263.00 $695 .00 $7,615.00 $3,300.00 $36,300.00 51 lHand Rail (Aluminum) LF 83 $25.00 $2,075.00 $52.45 $4,353 .35 $43 .00 $3.569.00 $ 110.00 $9, 130.00 52 lConcrete Curb & Gutter (Type F) LF 14,2331 $7.50 $ 106,747.50 515.40 $219,188.20 $12.50 5177,912.50 $ 13.00 $ 185,029.00 53 Concrete Sidewalk SY 7 122 $25.00 $ 1781050.00 545.90 $326,899.80 $37.25 $265,294.50 $25.00 $ 178,050.00 54 Sat(Bahia) SY 80,463 $ 1.50 $ 120,694.50 $2.60 52091203.80 $ 1 .60 $ 128,740.80 $ 1 .50 $ 120,694.50 55 Sod (Floratam) SY 2.608 $2.00 55,216.00 $4. 15 $ 109823 .20 $3.60 $9,388.80 $3.30 58 606.40 56 Mailboxes (Relocate) LS 1 $ 130.00 5130.00 $ 10,500.00 510,500.00 $9700.00 $91700.00 $ 120.00 $ 120.00 Reflective Pavement Marker RPM (Fumish & 100 Install) Bi-Directional Amber Amber EA 1 ,078 $5.00 $5,390.00 $5.25 $5.659.50 $4.85 $5,228.30 $5.001 $5,390.00 Reflective Pavement Marker RPM (Famish & 101 Install) Mono-Directional White ! Clear EA 1 68 $5.00 5340.00 $5.25 $357.00 $4.85 $329.80 $5.00 $340.00 Solid Traffic Stripe (Double 6" Yellow) 102 Thermoplastic LF 71786 $2.00 $ 159572.00 $ 1.75 $ 13,625.50 $ 1 .60 312,457.60 $ 1 .65 $12,846.90 Solid Traffic Stripe (Single 6" Yellow) 103 Themmplastic LF 14, 134 $ 1 .00 $ 14134.00 $0.85 5121013 .90 $0.80 $ 11 ,307.20 $ 1 .00 $ 14, 134.00 104 ooiidTraffieSiri e (6" nniie Thermoplastic) I LF 'v,551 1 $ 1 .00 $25,55100 $0.85 521,718.35 50.80 $20,440.80 $ 1.00 $25,551 .00 105 Solid Traffic Stripe (8" White Thermo lactic) LF 210 51.25 $337.50 $ 1. 15 $310.50 $ 1 . 10 $297.00 51 .00 $270.00 106 Solid TrnfficStripe ( 12" White Thermo lactic) LF 2.896 $ 1 . 75 $5,068.00 $1.75 $5,068.00 51 .60 $4,633.60 51 ,65 541778.40 107 Solid Trate Stripe ( 18" White Thermoplastic) I LF 2351 $2.00 $47000 WS2.801 5658.00 $2.601 $611.00 32.651 $622.75 0016 & 0236-41st St Imrpovements Bid Comparison 2 8/11 /2005 BID COMPAMSON PROJECT NAME : 41ST ST, IMPROVEMENTS FROM 61A AVE. TO 47TH AVE. INCLUDING ICINGS HWY INTERSECTION AND 41ST ST. FROM 4'TH AVE. TO 38TH AVE, INCLUDING 43RD AVE- INTERSECTION PROJECT NO.: 0016 & 0236 Bid No. "074 ENGINEERS ESTIMATE IRANGER CONSTRUCTION DICKERSON FLORIDA COMMUNITY ASPHALT CORP. tTii;; BG5 BID BID UNIT TOTAL UNIT TOTAL � IJNtT TOTAL ^®` UNIT TOTAL NO, ITEM QTY. UNIT PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE 108 Solid Traffic Stri (24" White Thermoplastic) LF 755 $3.50 $2,642.50 $3 .60 $2,718.00 $3.35 $2,529.25 $3 ,40 52,567.00 Traffic 109 Solid Trac Stri a (18" Yellow Thermoplastic) LF 498 $2.25 $ 1, 120.50 $2.30 $ 1,394.40 $2.60 $ 1,2!)4.50 $2.65 $ 1 ,319.70 Skip Traffic Stripe (6" yellow 10' - 30' 110 Thermoplastic) LF 139913 $ 1 .00 SI31913 .00 $0.85 $ 11 ,826,05 $0.80 $ 1111 :10.40 $0. 85 $ 119826.05 Skip Traffic Stripe (6" White 6' - 10' Ill Ther[no lastic) LF 31010 $ 1 .00 $3,010.00 $0.85 $2,558.50 $0.80 $2,408.00 $0.85 $27558 .50 Skip Traffic Stripe (6" yellow 6 - L(Y 112 Thermoplastic) LF 864 $ 1 .00 $864.00 $0.85 $734.40 $0.80 5691 .20 $0.85 $734.40 113 Directional Arrows, Thermoplastic EA 83 1 $65.00 $5,395.00 $52.00 $4,316.00 $48. 15 $31996.45 $49.50 $4, 108.50 114 2" PVC Conduit Schedule 40 LF 199807 $4.00 $79,228.00 $8.45 $ 167,369. 15 $3.00 $59,421 .00 $5.50 5108,938 .50 115 Pull boxes EA 22 $200.00 54,400.00 $909.00 $ 197998.00 $550.00 $ 12, 100.00 $385.00 $81470.00 200 Valve Box Adjustment EA 29 5300.00 $87700.00 $392.00 . $ 11,368.00 . $325.00 $91425.Q0 $330.00 $9,570.00 201 Fire Hydrant Relocation EA 6 $500.00 $39000.00 $4,490.00 526,940.00 $2,570.00 $ 15,420.00 52,640.00 $ 15,840.00 202 Water Meter Relocation EA it $350.00 $3,850.00 $835.00 $9385.00 519015.00 $ 11 , 1155.00 $ 19045.00 $ 111495 .00 203Water MeterAssembl Relocation EA 1 $700.00 $700.00 $ 1,320.00 $ 1,320.00 $ 1,925.00 $ 1 ,9""5.00 $ 1980.00 $ 1 ,980.00 202 4 Water Force main Conflict Relocation EA 25 $15,000.00 $375,000.00 $6,230.00 $ 155,750.00 512,850.00 $321 , 50.00 513,200.00 $330,000.00 300 Payment Bond LS ] $0.00 $$ 1.00 $ 1 .00 $53,120.00 $53, 120.00 5307000.00 $30,000.00 301 Performance Bond EA t $0.00 $ 1.00 $1 .00 S53, I20.00 $53, 120.00 $30,000.00 $30,000.00 400 Off Du Law Enforcement M.H. 160 $30.00 $4 800.00 $52.45 $8 392.00 $26.75 $4,2110.00 $42.00 $6,720.00 1024 ForceAccouut LS 1 $50,000.00 $50000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 TOTAL $5,202,559.02 $7v922,796,001 581782,60130 0016 & 0236-41st St Imrpovements Bid Comparison 3 8/11 /2005 41 " Street Between Kings highway and 43rd Ave and Intersection Improvements Project No . 0016 and 0236 Bid # 7074 0016 Revised Sheets Page Change 3 of 66 Took out " 75 #' S . Y . " 9 of 66 On culvert detail changed material to general fill 11 of 66 Removed endwall from driveway relocation plan 12 of 66 On quantities , took out "75 # / S .Y . " & adjusted quantity on 48 " x 76 " pipe 15 of 66 On summary of drainage structures , revised length on 48 " x 76 " pipe 22 of 66 Moved endwall on 48 " x 76 " pipe 23 of 66� Moved endwall on 48 " x 76" pipe 42 of 66 Removed 48 " x 76 " pipe from X-sections 0236 Revised Sheets Page Change Cover Page numbering changes . Removed a detail page & added cross section page 2 of 50 Moved 41St roadway and sidewalk (left) North 3 of 50 Moved 41 St roadway north 4 of 50 Sidewallt notation change 5 of 50 Text size change, & sidewalk notation change 6 of 50 Removed concrete collar & manhole structures 7 of 50 Page # combined with page 6 8 of 50 Revised culvert details 9 of SG Page # change & cosmetic text & arrow changes . 10 of 50 Change to page # 9 11 of 50 Change to Page # 10 12 of 50 Change to Page # 11 remove slotted pipe & conflict structure . Adjust pipe & sod Quantities . 13 of 50 Change to Page # 12 , adjusted pipe quantities non- slotted 48 x 76 & 18 " RCP 14 of 50 Change to Page # 13 , adjusted pipe quantities 18 " RCP 15 of 50 Change to Page # 14 , move 41St & sidewalk north 16 of 50 Change to Page # 15 , moved 41 " & sidewalk north 17 of 50 Change to Page # 16 , move 41 " & sidewalk north, S - 5A moved 18 of 50 Change to Pg .# 17 , move 41st & sidewalk north, moved S -2 & adjusted- 15 " RCP +3 LF . FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 41st St-Revised sheets . doc Cont ' d 0236 Revised Sheets 19 of 50 Change to Page # 18 , move 41 " & sidewalk north, move S - 5A and adjust 15 " RCP + 5 L . F . Removed 2 culverts 20 of 50 Change to Page # 19 , move 41St north & adjust 18 " RCP 21 of 50 Change to Page # 20 & moved 41 st north 22 of 50 Change to Page # 21 , moved 415 north, adjusted S -21 location, adjusted curves & curve tables 23 of 50 Change to Page # 22 , adjusted curve 24 of 50 Change to Page # 23 25 of 50 Change to Page # 24 , concrete sidewalk note 26 of 50 Change to Page # 25 , remove slotted RCP with filter fabric and rock, add non- slotted RCP 27 of 50 Change to Page # 26 28 of 50 Change to Page # 27 , adjust structures S - 6 & S - 7 29 of 50 Change to Page # 28 30 of 50 Change to Page # 29 , move sidewalk north 31 of 50 Change to Page # 30 , move sidewalk north New page #31 includes Sta. 137+00 and 138 +00 X- Section 32 of 50 Grade notation added, & sidewalk elevation change 33 of 50 Text and grade adjustments 34 of 50 Text adjustments 35 of 50 Sidewalk note added 36 of 50 Sidewalk notes added 37 of 50 Sidewalk notes added 38 of 50 Text size change 39 of 50 Font change 40 of 50 Font change 41 of 50 Font change 43 of 50 41 " roadway and sidewalk move north 44 of 50 41 " roadway and sidewalk move north 45 of 50 41 " roadway and sidewallc move north F :\Engineering\Capital Projects\0016 & 0236 - 41st Street Improvements\0016 & 0236 41st St-Revised sheets . doe SECTION 00520 - Agreement ( Public Works) TABLE OF CONTENTS Title Page ARTICLE1 - WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE2 - THE PROJECT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE3 - ENGINEER. , . . . . . " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE4 - CONTRACT TIMES . . . . . . . . . . . . .,,. ,. . . . . . ... . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 - CONTRACT PRICE ..... . . . . . . . .... . .. . . . . . . . . . . . . . . : : . . . . .. , ;: ,; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 6 - PAYMENT PROCEDU3 ES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE7 - INDEMV NIFICATION . . . . . . . .. . . .. :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 8 - CONTRACTOR' S REPRESENTATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE S - Icki RACT DOCUT�IENTS . . . . . . . . . . . . . . . . . . . . . . . . . ti . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ARTICLE10 - MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI 0016-00520 - Agreement (Public Works ) 00520 - 1 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00520 - Agreement (Public Works).doc Rev. 05/01 SECTION 00520 - Agreement ( Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY , a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , ( hereinafter called OWNER) and RANGER CONSTRUCTION INDUSTRIES INC . ( hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 - WORK 1 . 01 CONTRACTOR shall complete all Work �as specified : or :indicated in the Contract 11 , Documents . The Work is generally described as follows : Roadway improvements consisting of., roadway widening , -,:: horizontal and vertical realignment and intersection improvements , Drainage improvements consisting of removal of old piping and installation of :new, piping :and structures . Construction of a new ditch and associated supporting structures -:andfacilities . ARTICLE 2 - THE PROJECT 2 . 01 The Project fair which the Work ui der the Contract Documents may be the whole or only a part is generally descnbed' as=follows : Pro' ect 'Name : 41 St Street Improvements County Project Number : 0016 & 0236 Project Address : 41St Street from 61St Avenue to 38th Avenue , ARTICLE 3 — ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER ' s representative , assume all duties and responsibilities , =end have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents , ARTICLE 4 - CONTRACT TIMES 4 . 01 Time of the Essence A. All time limits for Milestones , if any , Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - 2 0016-00520 - Agreement (Public Works) F :\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00520 - Agreement (Public Works).doc Rev. 05/01 4 . 02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed on or before the 270th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions , and completed and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run . 4 . 02 Days to Achieve Final Completion and Final Payment A . The Work will be fully completed ( Final Completion ) and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions . 4 . 03 Liquidated Damages A . CONTRACTOR and .OWNER. recognize #I•iaf1irl of ):he:lessenee of this Agreement and that OWNER will suffer financial loss if the Work . is , notcompleted within the times specified in paragraph 4 :02 above , plus any extensior s (hereof allowed in accordance with Article 12, of the General 'iConditions ;The : parties also recognize the delays , expense , and difficulties, involved in proving Jn -�a ' legal �br. arbitration proceeding the actual loss suffered by OWNER ifAhe Work: js nipt completed` on time . Accordingly, instead of requiring any such proof, OWN Mand CONTRACTOR agree that as liquidated damages for delay ( but not as a pens 'ly) , CONTRACTOR shall pay OWNER $2 , 470 . 00 for each calendar day th?t expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantiafly complete . After Substantial Completion , if CONTRACTOR shall neglect, refuse , or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $2 , 470 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 . A and summarized in paragraph 5 . 01 . B , below: A. For all Work , at the prices stated in CONTRACTOR ' s Bid , attached hereto as an exhibit . B . THE CONTRACT SUM subject to additions and deductions provided in the Contract: : Numerical Amount : $ 72922 . 796 . 00 Written Amount : SEVEN MILLION , NINE HUNDRED AND TWENTY TWO THOUSAND , SEVEN HUNDRED AND NINETY SIX DOLLARS AND NO CENTS . 00520 - 3 0016-00520 - Agreement (Public Works) F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00520 - Agreement (Public Works) .doc Rev. 05/01 ARTICLE 6 = PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions , 6 . 02 Progress Payments; Retainage A . OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment at intervals not. fess than once each month during performance of the Work as provided in paragraph B. 02 . A . 1 below. All such payments will be measured by the schedule of values established in paragraph 2 . 07 . A of the General Conditions (and in the case of Unit Price Wor..k based on the number of units completed ) or, in the event there is no . schedule " of values,f as provided in the General Requirements : 1 . Progress payments will :be: made in ark, amount equal to , the percentage indicated below but, in each case , .less tfle aggregate :ot payrh6Ots�°;previously made and less such amounts as -ENGINEER :rnay determine or01NNER may withhold , in accordance with paragraph 14,02 of thb � General Conditions: a . Ninetyppercent (P.0 % ) of Work completed (with the balance being retainage ) ; and b . Eighty <percent (80%) ..of cost of materials and equipment not incorporated in the Work but stored "on the Project site (with the balance being retainage ) . 6 . 03 Final Paymen. tr , 11 A. Upon final completion and acceptance of the Work in accordance with paragraph 14 . 07 of the General Conditions , OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14 . 07 . ARTICLE 7 = INDEMNIFICATION 7 . 01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 ( Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR ' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A . CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents , B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost , progress , and performance of the Work . C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost, progress , and performance of the Work . 00520 - 4 0016-00520 - Agreement ( Public Works) F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 023641st St Contract Docs\0016.00520 - Agreement (Public Works).doc Rev. 05101 D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities ) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , expiorations , tests , studies , and data concerning conditions (surface , subsurface', and Underground Facilities ) at or contiguous to the Site which may affect ,cost, progress , .or.performance of the Work or which relate to any aspect of the means , methods 4,&ch niques , sequences , and procedures of construction to be . ,employed ;aay CONTRACTOR , including applying the specific means , methods , techniques ,, sequencesand procedures of construction , if any, expressly required by the Contract ,Documents to 'be employed <' by CONTRACTOR , and safety precautions and .: programs incidentthereto F . CONTRACTOR, does .;not consider .that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price, within the Contract Times , and in accordance with the other terms and conditions ofjhe Contract°:Documents: G . CONTRACTOR is. aware. 'of the general nature of work to be performed by OWNER and others at :the Site that relates to the Work as indicated in the Contract Documents , H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site , reports and drawings identified in the Contract Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Contract Documents , I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work . 0016-00520 - Agreement (Public Works ) 00520 - 5 R\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016.00520 - Agreement (Public Works).doc Rev. 05/01 ARTICLE 9 - CONTRACT DOCUMENTS 9 . 01 Contents A . The Contract Documents consist of the following : 1 . This Agreement (pages 1 to 8 , inclusive) ; 2 . Performance Bond ( pages 1 to 5 , inclusive ) ; 3 . Payment Bond ( pages 1 to 5 , inclusive) ; 4 . General Conditions ( pages 1 to 44 , inclusive) ; 5 . Supplementary Conditions (pages 1 to 9, inclusive) ; 6 . Specifications as listed in the table of contents :of the Project Manual ; 7 . (a ) Drawings consisting of a- cover sheet and sheets •numbered 1 through 66 , inclusive , with each sheet bearing the fiollowing :general title Irraprovements on 41 St Street; 7 . ( b ) Drawings consisting of .cover ,sheet :and sheets 1 through 50 , inclusive , with each sheet bearing thezfoliowing general Title : Intersection Improvements to 41St Street & 43rd Ave . 8 . Addenda ;,NONE:> 9 . Appendices to .this Agreement (enumerated as follows ) : Appendix A - Permits Appendix B — Best Management Practices 10 . Notice to Proceed (page 1 , inclusive) 11 . CONTRACTOR ' s Bid ( pages 1 to 15 , inclusive) 12 . Documentation submitted by CONTRACTOR prior to Notice of Award (pages 1 to 3 , inclusive) 13 . Statement of Public Entity Crime 14 . Sworn Statement Under the Florida Trench Safety Act ( pages 1 to 2 , inclusive) 15 . Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships (pages 1 to 2 , inclusive ) 16 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a . Written Amendments ; b . Work Change Directives ; 00520 - 6 0016-00520 - Agreement (Public Works) F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016.00520 - Agreement ( Public Works).doc Rev. 05/01 MOP c. Change Order(s ) , 17 . Contractor' s Final Certification of the Work ( page 00632- 1 & 2 of the Specifications ) . B . The documents listed in paragraph 9 . 01 .A are attached to this Agreement (except as expressly noted otherwise above) . C . There are no Contract Documents other than those listed above in this Article 9 . D . The Contract Documents may only be amended , modified , or supplemented as provided in paragraph 3 . 05 of the General Conditions . ARTICLE 10 = MISCELLANEOUS 10 . 01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions , 10 . 02 Assignment of Contract : A. No assignment by a ,:party hereto , af any`rights under. or interests in the Contract will be binding on anotherparty h6ret61: without7, 4he written consent of the party sought to be bound ; and , specifically 'but without limitation , moneys that may become due and moneys that are due may not be assigned :without such consent (except to the extent that the effect of this_ ; restrictuora .may , be limited by law) , and unless specifically stated to the contrary in any ,writ#eln -consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents , 10 . 03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other party hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents , 10 . 04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR , who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision . 10 . 05 Venue A . This Contract shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida , or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . 00520 - 7 0016-00520 - Agreement (Public Works) FAEngineenng\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00520 - Agreement (Public Works).doc Rev. 05/01 L0l90 'Aaa oop (s�jom oggnd) luewaaj6y - OZ900-9100\soo0loeiluoo IS ISIv 9¢ZO 8 9 L00\sluawanoidwl laaJIS Is I17 -9M 8 9L00\Sloafad el!deo\6uuoaui6u3\y 9 - OZ900 ( sAjoM oilgnd) lu9ws8J6y - OZ900-9 L00 * * N01103S =10 aN3 ( - u6! s of � l!joylne jo aouap !na goe4e ` d ! ysaau� ed e ao uo!lejodjoo e s ! � 010V I .LN00 11 ) : 91 ! w ! soe .4 : auoyd L6£6-8LL ( ZLL) : al !wlsoed 09Z L 'tea ` 0008-L99 ( ZLL) : ssaappy 096Z£ ep!aol :j ` 4oea8 oaan : 911!1 199JIS u19Z 0tF8 L : auaeN J99uw6u3 i !n!0 : alj!1 : an!jejuasaada� paleu6! saa • 1 . 3 . 0 ` al !l<ua0 OV apayo ! w : aweN : an!jejuasaadaa paleu6!sao : sseooid }o aovuas aol jua6y ( Iy3S) �aal0 fi4ndaa ( algeogdde aaay /N) : Lsauy -ON asuao!-1 :pno0 jo )pa10 ` uope8 -A Aaa.}ar :sao!}ou 6uln16 Jo} ssaappy Aawo}}y A;ungo`-' jI sutflo0 O' we! II ! M : AS : A0N31ou =ins W031 CINV WaO :l 01 SV a3AO0 JddV Isab' (-ly3S 31V10db07) joleals! u !wpy Ajuno0 ` pj! e8 -y ydesor :A8 (ao}oeiluo0 ) uewi ! ey0 `jegWol . S sewoyl :AS )UNf100 213nib NVIGN1 wN010b211N00 213NMO - (Iuewaaa6y eqj 10 alea an!}oa.43 ayl s! gOlgm ` sa9uo! ss ! wwo0 fi4uno0 }o paeo8 Ajuno0 Jan!�j uelpui ayj Aq panoidde s! }oealuo0 ayj alep ay}) 0Z ` uo an!Ioa}}a aq 1l !m luawaaa6y s! y1 �leyaq a ! ayL uo ao 2iOl "iN00 Pue 213NMO Aq pa!}!luepi ao pau6 ! s uaaq aneq sluawnooa joealuo0 ay} jo suopod 11V * 2J =V11N00 PUe 2ENMO of pajanllep ueaq seq goea pedialunoo eu0 - aleo! idnp u ! Ju9w99a6y s! yl p9u6! s ane ; 2J01 V` UN00 PUe ?: 3NMO ` =10MOHM SS3N11M NI INDIAN RIVER COUNTY - PUBLIC WORK DEPARTMENT ESTIMATE : $ 5 , 038 , 719 . 52 RECORD OF BID DOCUMENTS PROJECT MANAGER Michelle Gentile PHONE 567 -8000 EXT . 1280 BID # 7074 PROJECT NAME 41st Street Improvements PROJECT NOS . 0016 & 0236 AMT . PER SET $275 . 00 Ranger Construction Ind . , Inc . Bill Yoder 7/ 11 4510 Glades Cutoff Road P 772 -464- 6460 06/09/05 Ft . Pierce , FL 34981 F 772-446-9559 $275 . 00 X 1 1 McGraw- Hill Dodge Reports Annette Lamont 7/ 11 1399 Shot Gunn Road P 954-236-6868 6/ 10/2005 Sunrise , FL 33326 F 954-236-6895 $0 . 00 N/Al 1 1 2 Ferreira Construction Job Ireland 7/ 11 Southern Division Co . , Inc . 4125 SW Martin Hwy. P 772 -286-5123 6/ 10/2005 Palm City , FL 34990 772 -286 - 5139 $275 . 00 X 1 3 Construction Data Corp . Dorothy Cobb 7/ 11 1201 19th Place , Suite B200 IP 772 - 567-4141 6/ 13/2005 Vero Beach , FL 32960 IF 772- 562 -9146 $0 . 00 N/A 1 4 Community Asphalt Corp . Sean mcGuire 7/ 11 5100 29th Court P 772 -770-3771 6/ 15/2005 Vero Beach , FL 32967 F 772 -770-3707 $275 . 00 X 1 5 Dickerson Florida , Inc . Richard Forlifer 7/ 11 P . O . Box 910 P 772 -429-4444 6/30/2005 Ft . Pierce , FL 34954 -0910 F 772 -429-4445 $275 . 00 X 1 6 Sheltra & Son Construction Larry Winstead 7/ 11 P . O . Box 336 P 772 - 597 -3180 7/ 1 /2005 Indiantown , FL 34956 F 772 - 597 -4213 $275 . 00 X 1 7 Johnson & Davis 7/ 11 604 Hill Grath Drive P 561 - 588- 1170 7/5/2005 Lantana , FL 33462 F 561 -585- 5252 A $275 . 00 X 1 8 0016 & 0236 - 41 st St . Improvements Bidder's List- 5-23-05-mag Page 1 INDIAN RIVER COUNTY - PUBLIC WORK DEPARTMENT ESTIMATE : $ 5 , 038 , 719 . 52 RECORD OF BID DOCUMENTS PROJECT MANAGER Michelle Gentile PHONE 567-8000 EXT . 1280 BID # 7074 PROJECT NAME 41st Street Improvements PROJECT NOS . 0016 & 0236 AMT . PER SET $275 . 00 Ric- Man International , Inc . Lisa Handel 7/ 11 2601 NW 48th Street P 954 -426 - 1042 7/ 13/2005 Pompano Beach , FL 33073 F 954-426 -0717 $275 . 00 X 1 9 0016 & 0236 - 41 st St . Improvements Bidder' s List- 5-23-05-mag Page 2 13 . c5 SECTION 00610 - Performance Bond KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we Ranger Construction Industries, Inc. P . O. Box 14589 Ft. Pierce , FL 34979 (772) 464-6460 as Principal (Contractor) , (Insert name, principal business address , and telephone number of Principal/Contractor) and United States Fidelity and Guaranty Company 5801 Smith Ave. Baltimore, MD 21203 800-242-8734 a corporation , as Surety, (Insert name , principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street, Vero Beach , Florida 32960 , (772-567-8000) , in the sum of Nine Million Nine Hundred Three Thailand Four Hundred Ninety-Five and 25/100 Dollars ($ 919031495 .25 ) , amounting to 125 % of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns jointly anq severally, for the faithful performance of a certain written Contract, dated the _ Nay of 2005 , entered into between the Principal and the County of Indiah River, for: Bond Number: 104579277 Project Name : 41 "t Street Roadway Improvements County Project Number: 0016 & 0236 Project Address : 415t4Street Vero Beach, Florida Project Description : Roadway Improvements to 41 St Street from 615` Avenue to 381h Avenue A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and save harmless the County of Indian River against and from all expenses , damages , injury or conduct, want of care of skill , negligence or default, including patent infringement on the part of the Principal, his agents or employees , in the execution or performance of said Contract, including errors in the Drawings furnished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, then this obligation shall be null and void ; otherwise , the Principal and Surety, jointly and severally, agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work , by contract or otherwise , and any damages , whether direct, indirect, or 0016-00610 - Performance Bond 00610 - 1 F1Engimenng%Capital Projects=16 d 0236- 41M Street Improveffm0 gg16 & 023641st SI Contrad OOW0016.00610 . Performance aond.doc Rev. 05/01 consequential , including reasonable attorney's fees ( including appellate proceedings ), which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. AND , the said Principal and Surety hereby further bind themselves , their successors , executors , administrators and assigns , jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts , damages, costs and judgments which may be recovered against or which the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work , repair or maintenance thereof, or the manner of doing the same , or his agents or his servants , or the infringements of any patent rights by reason of the use of any material furnished or work done , as aforesaid or otherwise. AND , the said Surety, for value received , hereby stipulates and agrees that no change , extension of time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same , shall in any way affect its obligations on this Bond , and it does hereby waive notice of any such change, extension of time , alteration or addition to the terms of the Contract or to the Work or to the Specifications or Drawings . AND , the said Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River. IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals , this 23rd day of Se PmhPr , 20Dsi, 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 [The remainder of this page was left blank intentionally] 0016-00610 - Performance Bond 00610 - 2 F:1Enginee/ing%Ca 1W Projects10016 & 0236, 41st Street Improvementst00166 023641st St Con"d Docs=16-MI0 - PeAonnance SOMA= Rev. 05/01 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 WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness (SEAL) Address [The remainder of this page was left blank intentionally] 0016-00610 - Performance Bond FAEnglneeriW Capital Projects10016 d 0236- 41st Slot ImprovamaMs10016 6 0MSkontract Docs\0016.00610 - Performance Swd.doc Rev. 06101 WHEN THE PRINCIPAL IS A CORPORATION : Atte Q, ctmon Industries . Inc. ecretary 4VS7 Name Crati BY: Uorp (Affix orporate SEAL) Printed Name Rob..• ' Schaff Official Title 9 ? Ow PM*t ?j JC, t - C.,�.al a; N) ; y o ^ CERTIFICATE AS TO CORPORATE PRINCIPAL I St.Wylm , certify that I am the Secretary of the corporation named as Principal in the within bond ; that oB&=r 9000 , who signed the said bond on behalf of the Principal was then floekir 14&0r of said corporation : that 1 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. L... ?Secretary AW (SEAL) TO BE EXECUTED BY CORPORATE SURETY: Attest: United States Fidelity and Guaranty Company " �+' Witness Corporate Surety 5801 Smith Ave. Baltimore , MD 21203 Business Address 800-24W42 /BY: i orporate SEAL;act George H . Friedlander Comfy Name of Local Agency 447 Montreal Ave . 3Melbourne i 2 u54m_84�� 32935 Business Address [The remainder of this page was left blank intentionally] 0016-00610 - Performance Bond 00610 - 4 FAEngineennglCapital Pr0*tS=16 6 0236- 419t Street Improvements=16 & 0236.41s1 Sl Contract Docs10016.00610 • Perfonrence 8ond .doc Rev. 05/01 STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned , qualified and acting , personally appeared William Phelps , to me well known who bein by me first duly sworn upon oath , says that he is the attorne -in-fact for the B� $fates �idelii y y d uarant; a pl ny and that he has been authorized by united states Fidelity and Guaranty company to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this 23rd day of September , 20 05 Notary Public, State of Florida My Commission Expires : �.. Ny Terry Jo Basher -ur )`�' MY COmmiSWW DD143746 Expires August 21 , 2006 * * END OF SECTION 0016-00610 - Performance Bond 00610 - 5 FAEngineerinptCaotal Prcjecle=i6 & 0236- 41st Street ImprovemerAM16 d 0236-41st St contract Docs10016-00610 - Performance Bond.doc Rev. 05101 1 �r STPAUL �i TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002 , President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act" ) . The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium . Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses . Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism= related losses for which the Federal Government or an insurer can be responsible at $ 100,000, 000 , 000 .00, provided that the insurer has met its deductible . Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted ) . Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium , and is no more than one percent of your premium . ILT 1018 (9104) POWER OF ATTORNEY STPAUL Seaboard Surety Company United States Fidelity and Guaranty Company TRAVELERS St, Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 24495 Certificate No. 2422530 KNOW ALL MEN BY THESE PRESENTS : That Seaboard Surety Company is a corporation duly organized under the Taws of the State of New York , and that St. Paul Fire and Marine Insurance Company, St . Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota , and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the Slate of Maryland , and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc . is a corporation duly organized under the laws of the State of Wisconsin ( herein ( ollective1v called the " Companie.v "), and that the Companies do hereby make, constitute and appoint William Phelps Melbourne Florida of the City of State their true and lawfu; Attorneyls ) - in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge anv and all bonds , undertakings , contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelityof perscns . gu :u'anteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 20th day of October 2004 Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company SWiF7 � QJF\RE m4 +r;P� /� '�,� P+Mi .SUgq... -c`1TY.{Np T�ly t� pc me �icaa voa�r�.m : W coavoaarf m � ii,`3 f �" WC JOHN H. SIMANSKI . 1R . . Biu I tetiduit I EFt L .:oi SFAL ; 1951 0 State of Maryland City of Baltimore ROBERT P. MCGUIRE , As,, istant Secretary 20th October 2004 ned officer, personally t ear d John F. Simanski „Jr. . and On this day of , before me, the undersig 1 ' �: y ; pp . Robert P. McGuire, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Compmy, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters , Inc . ; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies ; and that they, as such , being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers . Gr,{. EAS[FA, *k4OW h - In Witness Whereof, I hereunto set my hand and official seal . �B<ic s My Commission expires the Ist day of July, 2006 . y �O REBECCA FASLEY-ONOKALA , Notary Public Cn1 86203- 11 -04 Printed in U . S . A . This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc . on September 2, 1998 , which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed , executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions . Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations . The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so j executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and ; i RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Robert P. McGuire, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St . Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc . do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. ?� R� IN TESTIMONY WHEREOF, I hereunto set my hand this � / day of 6u ! ee' Q ,fit:cts SUPETy ,SEE r Z 7 OIIVOR.,��� YicO�WR,Elf;,P W v • '�' � ✓yb'�Y 1927 � . 1977 �`•. n >:,SSILL,•'i ,�„ X896 ,�Q� ��� + y ' c° �tiSE AL�po r ... . a° AN�S .� i a i � a ,R.....~�� ROBERT P. MCGUIRE, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-4 + i k an f th �r of ttt} "iley clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to whic� e pot , ; , a r I a a a E F ri ]€4 1 5 1 0 ed, SPP Q 6 9 j F 1 N 4 `i 1 E l 1 SECTION 00612 - Payment Bond KNOW ALL MEN BY THESE PRESENTS: BY THIS BOND , we _Ranger construction Industries Inc P . O . Box 14589 Ft. Pierce . FL 34979 (772) 464-6460 as Principal (Contractor), (Insert name , principal business address , and telephone number of Principal]Contractor) and I WWI Statnc Fid -lify and r,naranf Company 5801 Smith Ave Ralfimnrek4Q 91903 80(1.949-8734 a corporation , as Surety, (Insert name, principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street , Vero Beach , Florida 32960 , (772-567-8000 ), in the sum of Seven Million Nine Hundred 'Twenty-Two Thousand Seven Hundred Ninety-Sic and 20!100 Dollars ($ 7,922 , 796.20 ) amounting to 100% of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally , for the faithful performance of a certain written Contract, dated the day of ,- 20 o5 entered into between the Principal and the County of Indian River, for: Bond Number: 104579277 Project Name : 41 s Street Roadway Improvements County Project Number: 0016 8 0236 Project Address : 41 Street Vero Beach , Florida Project Description : Roadway Improvements to 41g Street from 61 Avenue to 38 Avenue. A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions : 1 . A claimant is defined as any person supplying the Principal with labor, material or supplies, used directly or indirectly by the Principal or any subcontractor in the prosecution of the Work provided for in said Contract, and is further defined in Section 713 . 01 of the Florida Statutes . B . The provisions of Section 255 . 05 Florida Statute shall apply. The above named Principal and Surety hereby jointly and severally agree with the County of Indian River that every claimant as herein defined , who has not been paid in full before the expiration of a period of ninety (90 ) days after performance of the labor or after complete 00612 - 1 0016-00612 - Payment Bond F.'*n ineenagw.ap0ai PrO*0110018 & 0236 41st Street MrWavernents=18 & 023641st St Contract Docs10010.0002 • Peyrrmt aond.doc Rev. 05401 delivery of materials and supplies by such claimant , may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sums or sums as may be justly due claimant, and have execution thereon . The County of Indian River shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant: 1 . Unless claimant, other than one having a direct contract with the Principal, shall within forty five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal and Surety with a notice that he intends to look to this Bond for protection . 2 . Unless claimant, other than one having a direct contract with the Principal , shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials or supplies , deliver to the Principal and Surety written notice of the performance of such labor or delivery of such material or supplies and the nonpayment therefore. 3 . After the expiration of one ( 1 ) year from the performance of the labor or completion of delivery of the materials or supplies ; it being understood , however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof, such limitations shall be deemed to be amended , so as to be equal to the minimum period of limitation permitted by such law. 4 . Other than in a state court of competent jurisdiction in and for Indian River County , Florida , or in the United States District Court for the Southern District of Florida , and not elsewhere . The Surety, for value received , hereby stipulates and agrees that no charge , extension of time , alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to the Specifications applicable thereto , shall in any way affect its obligations on this Bond , and the Surety hereby waives notice of any such change, extension of time , alterations of or addition to the terms of the Contract, or to the work or to the Specifications . The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide , General Policyholder's rating of Wand Financial Size Category of Class "X". The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River, The Principal and Surety jointly and severally , agree to pay the County of Indian River all losses , damages , expenses , costs , and attorney's fees , including appellate proceedings, that the County of Indian River sustains because of a default by the Principal under the Contract. [The remainder of this page was left blank intentionally] 00612 - 2 0016-00612 - Payment Bond FAEngineonngZapilal Projects=16 6 0236- 41st Street Inpravenknts10016 S 023641st SI Contract 0ocsX0015-00612 . Payment Bond.doc Rev. 05101 IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals , this 23rd day of September , 20Q5 the name and corporate seal of each corporate party being hereto affixed and these presents duty signed by its undersigned representative , pursuant to authority of its goveming body. WHEN THE PRINCIPAL IS AN INDIVIDUAL . 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 [The remainder of this page was left blank intentionally] 00612 - 3 0016-00612 - Payment Bond F1EngineeringtCapitat Projeds%0016 6 0236. 41st Street krprovements10016 6 0236.41s1 St Contract DwA=16-00612 - Payment Hand.doc Rev. 05101 WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness (SEAL) Address WHEN THE PRINCIPAL IS A CORPORATION: Atte a ' Ranger Construction Industries Inc Secretary ,44rr . Name of (;or oration BY: Corporate SEAL) Printed Name 1?o6.v+ SaJrtr Official Title - C4t,.tr41 3N% V : � (i^ CERTIFICATE AS TO CORPORATE PRINCIPAL I D'¢ vr ,4. �� , certif that I am the Secretary of the corporation named as Principal in the within bond ; that saw" , who signed the said bond on behalf of the Principal was then !// ' i 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. A47. Secretary a (SEAL) [The remainder of this page was left blank intentionally] 00612 - 4 0016-00612 - Payment Bond FAEnpineerin"pitad Pro00510016 Q 0236 41st Street kromvemeng10016 & 02364191 SI ConVW OOCS%0016-00612 - Payment Sond.doe Rev. OW TO BE EXECUTED BY CORPORATE SURETY: Attest: United Mates Fidefty and riearanty Company �'Y` Witness Corporate Surety 5801 Smith Ave . Business Add s Baltimore, MD 21203 800- 2-8742 BY : (Affix Corporate SEAL) ttorne In-Fact George H . Friedlander Company Name of Local Agency 447 Montreal Ave . Melbourne, FL 32935 321 -2548477 Business Address STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned , qualified and acting , personally appeared William Phelps , to me well known, who being b me first duly swom upon oath , says that he is the attomey4n-fact for the _ ;n States dell'ienit and that he has been authorized by United states Fidehly and Guaranty Company to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and swom to before me this 23rd day of September 20 05 Notary Public, State of Florida My Commission Expires : .809( 0(" terry Jo Basher g• My Commission DD143746 of V4,ds Expires August 21 , 20U6 * ' END OF SECTION 00612 - 5 0016-00612 - Payment Bond F*ngineeringlCapital PrOWS 0016 6 0236 41st Str" Ingrovengnts10016 Q 023641st St Contract pocs=16.00612 • Payment Band.doc Rev. 05101 STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26 , 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act" ). The Act establishes a short term program under which the Federal Government will share 1n the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by intemational acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses . Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $ 10090001000, 000. 00, provided that the insurer has met its deductible . Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted ). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium , and is no more than one percent of your premium . ILT 1018 (9/04) ` POWER OF ATTORNEY STPAUL Seaboard Surety Company United States Fidelity and Guaranty Company TRAVELERS St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 2449$ Certificate No. 2422531 KNOW ALL MEN BY THESE PRESENTS : That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York , and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland , and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters , Inc . is a corporation duly organized under the laws of the State of Wisconsin (herein ( ollectiveh, rolled the " Companies " ), and that the Companies do hereby make, constitute and appoint William Phelps Melbourne Florida of the City of State their true and lawfil Attoiney ( s ) -in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to , and to execute, seal and acknowledge ilny and al ' bonds , undertakings , contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity 4 )f persetrs , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 20th day of October 2004 Seaboard Surety Company United States Fidelity, and Guaranty Company St, Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company �? V'. I .avu�\RE04�Wy, • irts`..w , V r•C0 4> ' 1 i W r'COPVOFAJf".. 1^ '- .y P X927 � }4 ° tlIC01iFORAiED %�oa` SEAL a� ' 1896 r ,y9� 'a X9$'1 a 'L, OHN F. SIMANSKI . JR . , Vice Pre� idcni 1 1s ... . .. �oFrfcW� rou�„�c�w� State of Maryland City of Baltimore ROBERT P. MCGL; IRF,. As ,istant Secretary On this 20th da of October 2004 Y before me, the undersigned officer, personally appeared John F. Simanski , Jr. , and Robert P. McGuire , who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters , Inc . ; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies : and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers . GclPEAs/FY�2 � M - r In Witness Whereof, I hereunto set my hand and official sea] p�TgRy k/c S My Commission expires the 1 st day of July, 2006 . �soqE QiTV �o REBECCA EASLEY-ONOKALA , Nouu v Public Q 6203- 11 -04 Printed in U . S . A . I / tit / � UUD 14 : 14 PURCHASING _ VJnlr nn , � UL1% LnvL PAGE 03 � r rr',+P .P�rr11M+•r•q�IM+rw.r •t BQ , CStTIFiCATOF ,1A3tLITY INSURANCEt' aA7tp11/JoaMq � C /12 / DS POPP FltamueR �'� a4 • � s - 46� o TKlir C@RTIFICA 19 INURD AS A MATTER OM INFORMATION 9eorge ]S , FriadJ4 666 Re . ONLY AND CONFERS NO RIQMTS UPON THE CERTIPICAT9 HOLDIR, THI✓s CRPI'TIFICATE DOSS NOT AM1140 , GXTIEND 6R vo Box 7404 A1.715 TNN COVENOIdAMBRID ly THE P26 PRIs 1569 XM*Wha Blvd , R , BhasieSten, tit 4EISa ! INSURRR` AFFORCING COV001 IMBUIUIo 1 �Nd R ,0. 'Prsva ar rualt o rioa Ranges CenstruatiM rAftitriaB , 22% 1 R@R Char +rsx Oak fire sTtsuD:Bnaa cm0any 4310 olades Cutmail Road - ! s , Oietcef TL 1401114900 INnRtR THII POLICIES OF INSURAKE LIET[D 091,OW HAVS DEEM m;RJ'- 0 TO TWE INSURLD NAA+IE.1ABOVE FGA THE POLICY 0`0I00 INDICATED , NOTWITWANDiN6 ANY REQUIRSMCNT TdRM OR CONDITION OF ANY WNTMOT OR 070I51k DOODUMC WITH ReSP90T Tp WHICH THIS CUmIPICATE MAY 0 I$9UED QR WY PERTAIN, THE BY1114E AC410JES099CRIBED HEREIN 19 941jajF07 TO ALL THE TERMS, EXGLL61ONS AND CCNDMONS OP SLCr PPLIGIM A9OREGATE LIW T 6 SHOWN WAY H V 6 BI 5:` + UOz E`+ PAI: GLAI I . R / T IT ' fl ' rer FI ^ A got RNAI. Lhmu'rY CO• Afa7AlpiT ^TSL• 05 01133/ Of b4 / OS / OB SACH NQt 10aJ00D X IJBRcuua� LAauT� l kIRSOAAIA w�cfiM YOCDQa Q W MA00 x Ot�illt + k .�dL19 I ober+ eoaa A P[wa V4NJUhY XaDODDO }!—�' --- ` OENIMAL R4GATE, I ! �0a000a a0J1'I. AGGRE LfAt,T MSN: I!` ' PRO c7MP'Olf 2009030 Loa rrr"" fill /x . J► AUT(JNKgi„EJUAILIIY OAp S1 - f13ac, e :L � os 34101/ 05 Dd /31101 4OUBlNEosma{XLMAT a 100DOQD x AW Auso I IAa ssedtrtil ALL OMNI) AMW BODILY NJURY A AOHEOULIDAUYOA I • ? HutAO "ma I I �L� j X NON•OWNIOAUTO& PPROMAW O,AMAOB f AbB UABWTY w� r . pA ACCIatNT Jw WY AUYJ I AUi��1T O A nelesLLOLf11 GAO - 5Aa7P1A0lCSL• 0 ; l D/ /b5 / O1 o4 /Q1/vd OURIte ] ooDDaO OpCLIR OWAIaAIAGLi RB ATII 1 3406000 � 1 PROLCTOLE S TEN B yJOPy(@hs tpM,IpipYION ANtm - 0y11M4Bf • ly 04 / GY / 03 04101 /Od X • sarwYanr LIA.a,rcT lQaoaao L. DIAEAOe • iNIF1-oFL2110000GQ ' A.L. • POI_Ic Y 1Daooee OTR4R 1 � I h I 1 JiBCMRIoR as A,0DE0 BY of 41"sKomspfftUkL rmwawa :ertiiiaate Bolder it an AddlCiomal Zn&Urid but &bay xlth saapett Cb wroth eondLu2044 ay tbo 41%ourad and at the apsaLfiad psoje :0g SID MOP 70741 14=07 00 , baif • 011aJ ICt MA NOV 120AIM PYO eats 4SAIS' SL'!>I/Y 3;ORdYBlgES a 411" AV"IOIUR SO SITM AVl11tTII C TIFIC Y a I. R a A C T ANCULD ANY 0FTMIA4DVC 901CRIBCD POLIOItI U OANOALLda rAR(IR1: YNE IY.PULATION Tads an livor Board bi Cou» CY CoIsuLsaioaOr s DATA TMEReor, TNA 162LI NI lNauROR WALL ANDAAVOR TO MAIL VV„ WE WlkWTAN NOV= TO TNI OBN IM"T4 NO&AW NAMab TbTNa LNOV, BUY AAILURB 70 00 p ANALI. L# 40 A d eb st WNW NO DOUd TOW OR LIAAaATY OF ARY KIND UPON TMs WAYRi16 rrs A06074 OR M Vera Sradh' FL 12l66 • fJAb AurNOIitABOl1lrat<AANTATIvII nen ACORD 2" (7117) 04441or R ACORp CORPORATION 9959 s ,1a091c !!Olrorcd �yC�eTYIRes(eANovrw , r All SECTION 00520 = Agreement ( Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , (hereinafter called OWNER) and RANGER CONSTRUCTION INDUSTRIES INC . (hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 = WORK 1 . 01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents . The Work is generally described as follows : Roadway improvements consisting of roadway widening , horizontal and vertical realignment and intersection improvements . Drainage improvements consisting of removal of old piping and installation of new piping and structures . Construction of a new ditch and associated supporting structures and facilities . ARTICLE 2 = THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : 41 st Street Improvements County Project Number: 0016 & 0236 Project Address : 41 st Street from 61 st Avenue to 38th Avenue . ARTICLE 3 — ENGINEER 3. 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER 's representative , assume all duties and responsibilities , and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents . ARTICLE 4 - CONTRACT TIMES 4 . 01 Time of the Essence A . All time limits for Milestones, if any, Substantial Completion , and completion and readiness . for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - 2 0016-00520 - Agreement (Public Works) CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05101 R 1. • 4 { 4 . 02 Days to Achieve Substantial Completion and Final Payment A . The Work will be substantially completed on or before the 270th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions , and completed and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run . 4 . 02 Days to Achieve Final Completion and Final Payment A . The Work will be fully completed ( Final Completion ) and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 300th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions . 4 . 03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . The parties also recognize the delays , expense , and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof , OWNER and CONTRACTOR agree that as liquidated , damages for delay ( but not as a penalty) , CONTRACTOR shall pay OWNER $2 , 470 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantially complete . After Substantial Completion , if CONTRACTOR shall neglect, refuse , or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER , CONTRACTOR shall pay OWNER $2 ,470 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment . ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 . A and summarized in paragraph 5 . 01 . B , below: A . For all Work , at the prices stated in CONTRACTOR 's Bid , attached hereto as an exhibit . B . THE CONTRACT SUM subject to additions and deductions provided in the Contract : : Numerical Amount : $ 7 , 922 , 796 . 00 Written Amount: SEVEN MILLION , NINE HUNDRED AND TWENTY TWO _THOUSAND , SEVEN HUNDRED AND NINETY SIX DOLLARS AND NO CENTS . 0016-00520 - Agreement (Public Works) 00520 - 3 CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05101 ARTICLE 6 = PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A . CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions . 6 . 02 Progress Payments; Retainage A . OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment at intervals not less than once each month during performance of the Work as provided in paragraph 6 . 02 .A . 1 below. All such payments will be measured by the schedule of values established in paragraph 2 . 07 .A of the General Conditions (and in the case of Unit Price Work based on the number of units completed ) or, in the event there is no schedule of values , as provided in the General Requirements : 1 . Progress payments will be made in an amount equal to the percentage indicated below but , in each case , less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold , in accordance with paragraph 14 . 02 of the General Conditions : a . Ninety percent (90%) of Work completed (with the balance being retainage) ; and b . Eighty percent (80%) of cost of materials and equipment not incorporated in the Work but stored on the Project site (with the balance being retainage) . 6 . 03 Final Payment A . Upon final completion and acceptance of the Work in accordance with paragraph 14 . 07 of the General Conditions , OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14 . 07 . ARTICLE 7 = INDEMNIFICATION 7 . 01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 ( Indemnification) of the General Conditions to the Construction Contract . ARTICLE 8 = CONTRACTOR ' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A . CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost, progress , and performance of the Work. C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost , progress , and performance of the Work . 0016-00520 - Agreement (Public Works) 00520 - 4 MDocuments and Settings\kjackson\Local SettingsUemporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (surface , subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR , including applying the specific means , methods , techniques , sequences , and procedures of construction , if any, expressly required by the Contract Documents to be employed by CONTRACTOR , and safety precautions and programs incident thereto F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents , G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site , reports and drawings identified in the Contract Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Contract Documents , I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work . 0016-00520 - Agreement (Public Works) 00520 - 5 CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 ARTICLE 9 = CONTRACT DOCUMENTS 9 . 01 Contents A . The Contract Documents consist of the following : 1 . This Agreement (pages 1 to 8 , inclusive) ; 2 . Performance Bond (pages 1 to 5 , inclusive) ; 3 . Payment Bond (pages 1 to 5 , inclusive) ; 4 . General Conditions (pages 1 to 44 , inclusive) ; 5 . Supplementary Conditions (pages 1 to 9 , inclusive) ; 6 . Specifications as listed in the table of contents of the Project Manual ; 7. (a) Drawings consisting of a cover sheet and sheets numbered 1 through 66 , inclusive , with each sheet bearing the following general title : Improvements on 41St Street; 7 . ( b) Drawings consisting of cover sheet and sheets 1 through 50 , inclusive , with each sheet bearing the following general Title : Intersection Improvements to 41 " Street & 43'dAve . 8 , Addenda ; NONE 9 . Appendices to this Agreement (enumerated as follows) : Appendix A - Permits Appendix B — Best Management Practices 10 . Notice to Proceed (page 1 , inclusive) 11 . CONTRACTOR 's Bid (pages 1 to 15 , inclusive) 12 . Documentation submitted by CONTRACTOR prior to Notice of Award (pages 1 to 3 , inclusive) 13 . Statement of Public Entity Crime 14 . Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2 , inclusive) 15 . Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships (pages 1 to 2 , inclusive) 16 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a . Written Amendments ; b . Work Change Directives ; 00520 - 6 0016-00520 - Agreement (Public Works) CADocuments and Settings\kiackson\Local Settings\Temporary Internet Files\OLK86\0016.00520 - Agreement (Public Works).doc Rev. 05101 IN MMMM A c . Change Order(s) , 17 . Contractor's Final Certification of the Work (page 00632- 1 & 2 of the Specifications) . B . The documents listed in paragraph 9 . 01 .A are attached to this Agreement (except as expressly noted otherwise above) . C . There are no Contract Documents other than those listed above in this Article 9 . D . The Contract Documents may only be amended , modified , or supplemented as provided in paragraph 3 .05 of the General Conditions . ARTICLE 10 = MISCELLANEOUS 10 . 01 Terms A . Terms used in this Agreement will have the meanings indicated in the General Conditions . 10 . 02 Assignment of Contract A . No assignment by a parry hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment , no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10 . 03 Successors and Assigns A . OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other parry hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents , 10 . 04 Severability A . Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR , who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision . 10 . 05 Venue A . This Contract shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida , or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . 00520 - 7 0016-00520 - Agreement (Public Works) CADocurnents and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016.00520 - Agreement (Public Works).doc Rev. 05/01 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered to OWNER and CONTRACTOR . All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf . This Agreement will be effective on 13 ,120 05 (the date the Contract is approved by the Indian River County Board of County Commissioners , which is the Effective Date of the Agreement) . OWNER : CONTRACTOR : • ` INDIAN RIVER COUNTY C 5ftt moi\ �.�d �K_ Lit 0 By: By: 17i6mas S . Lowther, ChairmanContra o By: Joseph A . Baird , County Administrator (C PO ATE IE Attest APPROVED AS TO FORM AND LEGAL SUFFI N Y: By: William G . Collins , County Attorney Addrjgks for giving notices : v o S g Jeffrey K. Barton , Clerk of Court License No . IZ19 410 Attest: (Where applicable) ", Deputy Clerk (SEAL) P � , 3 vQr �+ Agent for service of process : J off+^' �a'✓f7K� DesignatedR�pre ntative, Name : M112Me entile , E .T. Designat d Representative : Title : CiW Viginee� ,, Name : ,3 - r 5c l+aahc � 1840 25th 13tr Title : ✓trisr�o� Vero Beach7N&f &i4a 32960 Address : (772 ) 567-80064; 11 8a;,.: ' 4510.� [.a► y CLr off` Pio Facsimile : (772) 778-9391 Phone : 442 4 (o (04 & o Facsimile : 417. 41o & 43gs ( If CONTRACTOR is a corporation or a partnership , attach evidence of authority to sign . ) * * END OF SECTION * * 0016-00520 - Agreement (Public Works) 00520 - 8 CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 sw t IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered to OWNER and CONTRACTOR . All portions 1W of the Contract Documents have been signed' or identified by OWNER and CONTRACTOR or on their behalf . +• This Agreement will be effective on l31 20 4S (the date the Contract is approved by the Indian River County Board of County Commissioners , which is the Effective Date of the Agreement) . OWNER : CONTRACTOR : INDIAN RIVER COUNTY zWae.Py04Vinr\ u '�rrit5t1 By: By: Thomas S . Lowther, Chairman (Contractor) By: Joseph A . Baird , County Administrator a( RPORATE SAttestC-� APPROVED AS TO FOR LEGAL SUFFICI Y: .. By: William . Collins If, County Attorney Address for giving notices : " PO 0100 AOT67 P . PIXjeel . Flt 34°) ? 9 Jeffrey K. Barton , Clerk of Court 12� License No . C.C*G 014'5414o Attest: (Where applicable) Deputy Clerk �. (SEAL) Agent for service of process : -� c�1 ►�• �e.Fi�a�r� Designated Representative : Name: Michelle A . Gentile , C . E .T . Designated Representative : Title : Civil Engineer Name: Robes'} 5 `4,aICe.r 1840 25th Street Title : V ke . pre. 4.04 Vero Beach , Florida 32960 Address : +� (772) 567-8000 , ext. 1280 45t o G\,* ds4 Gub b(C Rd Facsimile: (772) 77&9391 Ft fowc & P" 34"9 $ 1 Phone : 11L - 4 (41 40440 . Facsimile : 1 'YL r 4106 - 55°) ( If CONTRACTOR is a corporation or a partnership , attach evidence of authority to sign . ) r Ir w * * END OF SECTION 0016-00520 - Agreement (Public Works) 00520 - 8 CADocuments and Settings\kjackson\Local Settings\Temporary Internet Files\OLK86\0016-00520 - Agreement (Public Works).doc Rev. 05/01 ■. ' � �iVER cp A Board of County Commissioners 1840 25th Street Vero Beach, Florida 32960 'L �A Telephone: (772) 5674000 OR1 FAX; (772) 7784391 ow November 18 , 2005 r. Mr. Jason Daley Project Manager Ranger Construction Industries , Inc . 4510 Glades Cut-Off road P . O . Box 14589 .. Ft . Pierce , FL 34979 Subject : IRC Project # 0016 and #0236 41St Street Improvements " Notice to Proceed " Bid # 7074 Dear Mr. Daley : The above- mentioned project was awarded to Ranger Construction on September 13 , 2005 . A pre-construction conference was held on October 13 , 2005 at the Indian River County Administration Building , 1840 25th Street , Vero Beach , FL . At that meeting numerous items were discussed , particularly, the Maintenance of Traffic Plans , Schedule and Clearing the Right-of-Way for Utility Poles . ( Minutes will follow) As of today there has not been any activity along 41St Street in regards to the clearing . I have spoken with you on a few occasions to find out when this clearing will begin . The right-of-way has been staked for some time . You told me that your contractor was down south working after the impact of Hurricane Wilma . There has not been a meeting scheduled to discuss the MOT Plans and you have not provided our office with a schedule . Our department has received your shop drawings and will be sending a copy of the approved drawings with our comments , to you by the end this week . Please consider this your " Notice to Proceed " with contract beginning November 28 , ,. 2005 . We would like to sit down with you as soon as possible to discuss the schedule MOT Plans , and the clearing . FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236 Notice to Proceed -Ranger-MAG 11 -18-05 . dot r Page Two Ranger Construction Industries , Inc . November 18 , 2005 Please contact me as soon as possible to discuss these issues . You can reach me at ( 772 ) 22 & 1280 . Sincerely , 7 , Michelle A . Gentile , C . E . T . .. Civil Engineer MAG/bjr cc: James W . Davis , P . E . , Public Works Director Christopher J . Kafer, Jr . , P . E . , County Engineer �. Michael D . Nixon , P . E . , Design Professional Engineer Michael Mezzina , Civil Engineer Terry Cook, Superintendent , Road & Bridge Chris R . Mora , P . E . , County Traffic Engineer File FAEngineering\Capital Projects\0016 & 0236- 41st Street improvements\0016 & 0236 Notice to Proceed-Ranger-MAG 11 - 18-05 . dot r 1634972 RECORDED IN THE RECORDS OF JEFFREY K BARTON , CLERK CIRCUIT COURT INDIAN RIVER CO FL , BK : 1946 PG : 2443 , 10 / 13 / 2005 11 : 12 AM sir s� A TRUE COPY CERTIFICATION ON r SECTION 00610 - Performance Bond 14 B roti CLEWtaSfpgp� KNOW ALL MEN BY THESE PRESENTS: 6,. BY THIS BOND , we Ranger Construction Industries, Inc. P. O. Box 14589 ®' Ft. Pierce, FL 3. 4979 (772) 464-6460 as Principal (Contractor), (Insert name , principal business address , and telephone number of Principal/Contractor) 1° and United States Fidelity and Guaranty Comoamr 5801 Smith Ave . _ Baltimore, MD 21203 80Q-242-8734 , a corporation , as Surety, (Insert name , principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street, Vero Beach , Florida 32960, (772-567-8000) , in the sum of Nine Million Nina Hundred Throe Tlfwamd Four Hundred Nelety-Five wW 251100 Dollars ($ 9,903,495.25 ) , amounting to 125% of the total bid price . For the payment of said sum we bind ourselves, our „e heirs , executors , administrators and assi ns�t jointly and severally, for the faithful performance of a certain written Contract, dated the day of Se �.Es .l.�� , 2005 , entered into between the Principal and the County of Indian River, for: r Bond Number: 104579277 Project Name : 41 Street Roadway Improvements County Project Number. 0016 & 0236 Project Address: 41 "Street +w Vero Beach, Florida Project Description : Roadway Improvements to 415' Street from 614' Avenue to 381h Avenue ver A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully .r copied herein. NOW , THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and save harmless the County of Indian River against and from all expenses , damages , injury or conduct, want of care of skill, negligence or r default, including patent infringement on the part of the Principal, his agents or employees, in the execution or performance of sald Contract, including errors in the Drawings fumished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work r provided for in said Contract, then this obligation shall be null and void; otherwise, the Principal and Surety, jointly and severally, agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work, by contract or otherwise, and any damages , whether direct, indirect, or r 0018400610 - Performance Bond 0000 - 1 FAFjgn*@rWVCapft1 Pro*e MIS i 0236 41" SVW WprowwrrUMIS L 0236412 el Comm 0000MI& W - Prwmorwe ewW.Ooc nlv. osA1 Ilf BK : 1946 PG : 2444 rrr A TRUE COPY CERTIFICATION ON LAST PAGE JX BARTON, CLERK MW consequential, including reasonable attorney's fees (including appellate proceedings), which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. rr AND, the said Principal and Surety hereby further bind themselves, their successors , executors , administrators and assigns, jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work, repair or maintenance thereof, or the manner of doing the same , or his agents or his servants , or the infringements of any patent rights by reason of the use of .r any material furnished or work done , as aforesaid or otherwise . AND, the said Surety, for value received , hereby stipulates and agrees that no change, extension of time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same, shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time , alteration or addition to the terms of the Contract or to the Work or to the Specifications or Drawings . r AND, the said Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of "'p Indian River. IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals, this 23rd day of pnfpmhp-r , 20DE, 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. r aff►Yrra#afrfacia►afrfaff►rfaraff►faa#f►raaar►#r►f►+frfffrf► ff►frawff#fffafrar►aaafrf#ff#ffrYfrff.#fra►a#rffa WHEN THE PRINCIPAL IS AN INDIVIDUAL: Signed , sealed and delivered in the presence of: WINWitness Signature of Individual Address Printed Name of Individual rrr Witness Address ffYYf#Yffff#ffaffffffltf#1fIf1#ffff#►►/►f#1ffYHffNM►►fKf11►##►*Mi►►iffK►###f###►#►###►IY#Y##f####f##### r [The remainder of this page was left blank intentionally) r 0018-00810 - Performance Bond 00610 - 2 F.VsV wWV0C@0W PMO t =16 6 0236- a/ft SV" 1nWwAn v"=16 6 M3"I k St Cw"a OMM1640610 • P«tomrnp SwWjdoc Aaw. 06101 t� BK : 1946 PG : 2445 r A TRUE C P - CERTIFICATION ON LAST PAGE rr. J.K. BARTON , CLERK WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME . Signed , sealed and delivered in the presence of: r Witness Name of Partnership BY: Address Partner r Printed Name of Partner Witness (SEAL) Address 1lfiririf•f•f►11ri11ff11111+1111•/f f ftN•f11f111t H11f f•1f+ •ift4/ttf tritffif 1.1.11.11•if f f•+f•+ ••fMf fH+Nf WHEN THE PRINCIPAL IS A PARTNERSHIP: Signed, sealed and delivered in the presence of: r Witness Name of Partnership Br BY: Address Partner Br Printed Name of Partner Witness (SEAL) Address r ffwf•f1111++•f•frrirrr•f+•f•+++t+•1f•ffr1f11f1f++•••1++•+t•+•►+:ft+ta+1• t►f.++++++f+++f•++1+++tft+tatf+:•tar [The remainder of this page was left blank intentionally] Bw r rr r �yy�� 0018.00610 - Pw m►anm Bond F.-*"rwerY�p GWW PMja,1 =16 d M3& 1171 EUW W pevenw4*=16 i CM&Amafd 0==1 &M610 • PWftmw a BMW.doc Rev. 06101 r BK : 1946 PG : 2446 A TRUE COPY CERTIFICATION ON LAST PAGE r1r WHEN THE PRINCIPAL IS A CORPORATION: J . K. BARTON , CLERK ZAs a�� a Banaer striction Ind f�c Secretary - Name or Conoration pc - rr BY: a, :5 MCorp iarat ; 1q ` Printed Name 2eew -t Sj,%Z - . Y. Official Title V Le, pk6NI CERTIFICATE AS TO CORPORATE PRINCIPAL 1 bI1Vr' AA..... , ce 'fy that I W the Secretary of the corporation named as rr Principal in the within bond; that e. wipewho signed the said bond on behalf of the Principal was then / - >r�T of said corporation: that 1 knot*;' his signature, and his signature thereto is genuine; and that said Bond was du -.,".'' and attested for and on behalf of Said corporation by authority of its govemin lY °" .,, g � .,::. . . 1 Y �.X I'•4s '1 r /gtt7kd Secretary TO BE EXECUTED BY CORPORATE SURETY: Attest: ' r ` 7 Witness end Guaranty Company Corporate Surety 5801 Smith Ave. Business Add s Baltimore 800-2 742 �9 �3R1 BY: orporate �. pi A "�. ld Wi , - y-I act �P� PFS V 11-ander Company Name of Local Agency 447 Montreal Ave. 3z1l III201 I L 32935 Business A If (The remainder of this page was left blank intentionally] W 00810 . 4 001600610 - Perfomwnce Bond F +�WNaaaMq�CaplW PmNda10016 i 0236 41st9aaM MprwMrnb10016 8 W364 tq 91 Ca*ad DOCIU16"M10 • PMcmWy ftW.doc Rev. 06+01 r now BK : ' 1946 PG : 2447 r aw A TRUE COPY CERTIFICATION ON LAST PAGE J. K, BARTON. CLERK STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Wiliam Phelps , to me well Ic 9wn, w so in by me first duly sworn upon oath, says that he is the attomey-in-fact for the rrev and that he has been authorized by united states Fidelity and Guaranty company to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to before me this 13rd day of September , 20 05 Notary Public, State of Florida My Commission Expires �l• „1 r . : .N " Terry Jo Basher - rJ p � �'_ = • MY Commission ()0143746 . ' d` Vis• � . . ah Expires August 21 , 2008 `a q �;:•',�'% rsr r ar rr • • END OF SECTION ` • 0018-00810 - Perlormance Bond 00810 - 5 f:�Enpnssnrp�C.piw aq.cuaou a o2x- . +.i so-.. a�ovMru�oo�s a awe-.�a sr co�o-w 000ao�saoero - wnone.na ewe.aoc a«. oso� BK : 1946 PG : 2448 r " A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK r STPAUL TRAVELERS r IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE r On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act") . The Act establishes a short term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium . Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the • Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Govemment or an insurer can be responsible at $ 100,000 , 000, 000.00, provided that the insurer has met its deductible . Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted ). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium , and is no more than one percent of your premium . ILT 10 IS (9/04) r rr EK : 1946 PG : 2449 A TRUE COPY .. CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK POWER OF ATTORNEY STPAUL Seaboard Surety Company United States Fidelity and Guaranty Company TRAVELERS St, Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance ( lndcrwrilcrs, Inc. tr St. Paul Mercury Insurance Company Power of Attorney No. 24495 Certificate No. 2422532 ttr KNOW ALL MEN BY THESE PRESENTS : That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York . and that St. Paul Fire and Marine insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations dulN.y organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the " Companies " ), and that the Companies do herehy make, constitute and appoint William Phelps l� Melbourne Florida of the City of State their true ane!lar iul Aiturney'tsl-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any. ar: „II boilds, undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of.rerson;, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by I:Iw, IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed flu20th s .. day of October ?004 Seaboard Surety Company United States Fidelity and Guaranty Company tlr St, Paul Fire and Marine In Company Fidelity and Guaranty Insurance Company Sl. Paul Guardian Insurance Cbmpany Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company y�`.. Sfit0.E.4. ML +��e°n a 1896 � 197•7� 19517 E D JOHN FSlNtxNtiKt. 1R . . Vice I'reVVvsi demp0✓ 4boci State of Maryland City of Baltimore ROBERT P MC'GUIRE. Asristani Secretary On this da__ 20th of October 2004 Y - before me, the undeisi ;ned officer, personally appeared John F. Simanski, Jr. , andRobert P. McGuire, who acknowledged themselves to he the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St . Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc . : and that the seals affixed to the foregoing instrument are the corporate seals of said Companies: and that they, as such, being authorized so to rlo . executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers . rw ocill A ' r ^fjtA& In Witness Whereof, I hereunto set my hand and otfc•ial seal My Commission expires the 1st day of July, 2tNM. REBECCA EASLEY-ONOKALA. Notary Public r 86203-11 -04 Printed in U. S.A. BK : ' 1946 PG : 2450 A TRUE COPY _. . CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as At(omey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman , or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed . The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey( s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached ; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority. and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fac( shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Robert P. McGuire, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St . Paul Guardian Insurance Company, ill St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters,, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect atkd }kiss not been revoked. W T$ f)IEOF, I hereunto set my hand this �� RD day of SF.Ptf t I(ir Q ODS � ;'- .,r, •�; ;� ,gym ,{ se ALj�e \$Ha> P ST /8888 1977 Iasi ROBERT P. MCGUIRE, Assistant Secretary 7b !(t�hut t�ty of this Power of Attorney, call 1 -800-4 b6D an¢ of thg $Q�vbr 'of 4,tt 0'Wy clerk. Please refer to the Power of Attorney number, tlt'e e nu e� t lYiduals and the details of the bond to whic/t e polke�attQq$�d.4. 3:FSC tr • r. BK : 1946 PG : 2451 r A TRUE COPY -- CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK r •■ SECTION 00612 - Payment Bond KNOW ALL MEN BY THESE PRESENTS: BY THIS BOND, we Ranger Construction Industries Inc r P.O. Box 14589 Ft Pienca FL 44979 (Z72) aaa_aaan as Principal (Contractor), ' (Insert name , principal business address, and telephone number of PrincipaUContractor) r and I Inited Sfafas Fideli rand Guaranty Cmmnany SM1_ Smith Ave ria BaltimneeAitr) 919n3 RM242_A734 a corporation, as Surety, (Insert name, principal business address, and telephone number of Surety) r. are held and firmly bound unto the County of Indian River, Florida, 1840 , 25th Street , Vero Beach , Florida 32960, (772-567-8000 ), in the sum of Seven Million Nine Hundred Twenty-Two Thousand Seven Hundred NkftSix and 201100 Dollars ($_7,922,796.20 ), amounting to 100% of the total bid price. For the payment of said sum we bind ourselves, our .. heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the day of , entered into between the Principal and the County of Indian River, for: Bond Number: 104579277 Project Name : 415' S et Roadway Improvements County Project Number: 0016 & 0236 r Project Address: 41 Street Vero Beach , Florida Project Description : _Roadway Improvements to 41 ' Street from 61 Avenue to W 38 Avenue. A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . as NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall be void ; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions : 1 . A claimant is defined as any person supplying the Principal with labor, material or supplies, used directly or indirectly by the Principal or any subcontractor in the prosecution of the Worts provided for in said Contract, and is further defined in Section 713 . 01 of the Florida Statutes . B . The provisions of Section 255 . 05 Florida Statute shall apply. The above named Principal and Surety hereby jointly and severally agree with the County of Indian River that every claimant as herein defined , who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete 00612 - 1 0016-00612 - Payment Bond FYypUNhV ,Ww1 PT0005=16 s 0236- 41st SOW Vrpw wwftV0J e i 0235,+19191 cw"o D0C&=15,006+x • r ynmw ewwA= Rev. 0", r rr BK : 1946 PG : 2452 A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sums or sums as may be justly due claimant , and have execution thereon . The County of Indian River shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant: 1 . Unless claimant, other than one having a direct contract with the Principal, shall within forty five (45 ) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal and Surety with a notice that he intends to look to this Bond for protection . 2 . Unless claimant, other than one having a direct contract with the Principal , shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials or supplies , deliver to the Principal and Surety written notice of the performance of such labor or delivery of such material or supplies and the nonpayment therefore. .r 3 . After the expiration of one ( 1 ) year from the performance of the labor or completion of delivery of the materials or supplies ; it being understood, however, that if any limitation embodied in this Bond Is prohibited by any law controlling the construction hereof, such rr limitations shall be deemed to be amended , so as to be equal to the minimum period of limitation permitted by such law. 4 . Other than in a state court of competent jurisdiction in and for Indian River County, Florida, or in the United States District Court for the Southern District of Florida , and not elsewhere . The Surety, for value received , hereby stipulates and agrees that no charge, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to the Specifications applicable thereto , shall in any way affect its obligations on this Bond , and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications . r The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Class "X". ON The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as Issued by the County of Indian River. The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses , damages , expenses , costs , and attorney's fees, including appellate proceedings, that the County of Indian River sustains because of a default by the Principal under the Contract. ( The remainder of this page was left blank intentionally] ■ IN 00612 - 2 0016-00612 - Payment Bond f.�En01mdh01CaD�ld Projegg0016 & 0236 4161 sled hpwwn♦ntt=15 L W38.41d St C0nbVd D0CX=1$-006I2 • Erne+ sondAm wv. 06001 1000 BK : 1946 PG : 2453 A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK 61r IN .WITNESS WHEREOF , the above bound parties executed this instrument under their several seals, this 23rd day of September , 201L, 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. r, # M # ff44rww #**►►#w#► ►►►► R#f►ww►#wf#a►f#*ffaa•►aw►►waff#Aff►# r*aw►•►►wfAwaNraaawa•wwaw►aaaf#►f►arfw#rf►wwf#fa WHEN THE PRINCIPAL IS AN INDIVIDUAL : Witness Signature of Individual Address Printed Name of Individual Br Witness Address ftrffrfrRrfftf►frrtffr/►1Mfrfffrfrrrrfrrfrrffrffrf*ifrffrfrfrffff/Nfrffr/rr►frfftffrfrrirrNrfr►rf/rfrf*rrf► WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME : B'B Signed , sealed and delivered in the presence of: w Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness ( SEAL) 61• Address fwfwa•rra•aaa►ara•arra► rr►wrfrrwwr••rwwrwrw►*aw•f•aff•rfrr►ra•fraf•f►r►a#frrrrrrr►wrrrrrrrrrarrrrrfrrrarrwrr 81 [The remainder of this page was left blank intentionally] 0016.00612 • Payment Bond 00612 - 3 F:1ErginferW4VQp1W Pmparo016 6 0236 41st 61ns1 bYgramrWV4 016 8 023"181 SI Corona D=W0t6-M12 • Po~ Bond.doc Rfv. 05f01 BIB BK : 1946 PG : 2454 ttr A TRUE COPY -- - --- CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY: M Address Partner W Printed Name of Partner Witness (SEAL) rr Address ffffRfRiff ►ifff fff Hf►f*►HMNffff fRflNfff lfR♦1fNf fN lNfff►Rffff iMfff fRfRffllf f1lff Rff fRlfffffffHfNff • WHEN THE PRINCIPAL IS A CORPORATION: Atte020 X�zo o 6,s . Ran er Construction Industries, Inc . Secretary 44sr7- . Name o raft BY: �(a i Corporatw$EA ) Printed Name " = ' IZobQ.r} Scl,a�� Official Title \) a CC_ Pr*5.,A A ' - G .*- ce D ::vx CERTIFICATE AS TQ CORPORATE PRINCIPAL I 2)i4rr od- 5c..41 .rrw , certit4 that I am the Secretary of the corporation named W as Principal in the within bond; that joQE;C7J' , who signed the said bond on behalf of the Principal was then k 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 govemin. body. . SecretarY (SEAL )AO `: [The remainder of this page was I ft blank intentionally] r r 00612 - 4 0016-00e12 - Payment Bond FAEngWMm MpWC8pN P.q.05ro01e s 0235. 4181 SV" WroroVORWOW01 e 5 0236+1MI S1 C 0M 00M=15.00512 • P&rTwd bond.doc Rev. 05MI 5+r BK : 1946 PG : 2455 r A TRUE COPY -- - CERTIFICATION ON LAST PAGE J , K, BARTON, CLERK e, TO BE EXECUTED BY CORPORATE SURETY: Attest: United States Fidelity and Guaranty �ny 'Seeretarr Witness Corporate Surety 5801 Smith Ave. Business Address Baltimore, MD 21203 800-242-8742 ; BY : `ot;���s�:r�r • � r t '�j � %ke .r (Affix C..orpot �', rte, orney-In-Fact ��^M fC• . ; George H . Friedlander Company Ile Name of Local Agency 447 Montreal Ave . Melbourne, FL 32935 • . 321 -254-8477 Business Address STATE OF FLORIDA 0 COUNTY OF INDIAN RIVER Before me , a Notary Public, duly commissioned , qualified and acting , personally appeared William Phelps , to me well known, who being bme first duly sworn upon oath , says that he is the attomey-in-fact for the _ and that he has been authorized by united States Fidelity and Guaranty company to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and swom to before me this 23rd day of September 20 05 ' a Notary Public, State of Florida My Commission Expires : 06 ` Tarty Jo Basher t • my commission 130.1 moo. n Expires August 21 , . : • ' O;Y W r END OF SECTION * ' r 00912 -, 5 001 MOO 12 - Payment Bond F'.1EnpMeix gWoq W P/gepa1001e 8 0236- 41st Sno YipovsnMxs10016 8 0236.4/at St Comrad D00Bft16-M12 - Pa,msnt emdhoc Rev. 0501 W BK : 1946 PG : 2456 r A TRUE COPY " CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26 , 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by intemational acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90°x6 of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $ 100,000 , 000, 000.00, provided that the insurer has met its deductible . Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted ). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such • coverage is inseparable from and imbedded in your overall premium , and is no more than one percent of your premium . ILT 1018 (9/04) r w BK : 1946 PG : 2457 ATRUE COPY CERTIFICATION ON LAST PAGE r J . K. BARTON, CLERK r " , a POWER OF ATTORNEY STPAUL Seaboard Surety Company United States Fidelity and Guaranty Company TRAVELERS St, Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company W St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 24495 Certificate No. 2422637 W KNOW ALL MEN BY THESE PRESENTS : That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York , and that St . Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the Slate of Maryland. and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin therein coltecrivelv rolled the " Companies " ). and that the Companies do hereby make , constitute and appoint William Phelps W r Melbourne Florida of the City of State , their true and lawful Attornev( s )- in-Pact. each in their separate capacity if more than one is named above, to sign its name ac surety to, and to execute, seal and acknowledge any and all bonds , undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, gtr�rinteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by lew. • 20th October 2004 IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this - day of __ - Seaboard Surety Company United States Fidelity and Guaranty Company r St. Paul Fire and Marine Insuralote Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company 1927 : ni t•0m ►kaAraalFp ,: SEAL %o'3 4 SEAL,t: N�� 1977 19$1 JOHN F. SI .\(ANSKI , JR. , Vice President a18a �� R• NCIL o �sN iN,jD .I 1t ,..... �f �� S- W State of Maryland Ci City of Baltimore ROBERT P. MCGUIRF. Assistant Sceretary On this 20th day of October 2004 before me, the undersigned officer, personally appeared John F. Simanski , Jr. . and , Robert P. McGuire, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St . Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc . : and that the seals affixed to the foregoing instrument are the corporate seals of said Companies: and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by .signing the names of the corporations by themselves as duly authorized officers. W I:AscE� `11„"""'", Av • rr/KI.1tR�i,. ev0 NOTq 5 ^� - r In Witness Whereof, I hereunto set my hand and official seal m pQ&A My Commission expires the 1st day of July. 2006. �'+f� VO REBECCA EASLEY-ONOKALA. Notary Public HE CiTt r r 86203- 11 -04 Printed in U.S.A. r BK : 1946 PG : 2458 W , r This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Comp'en';, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and W effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the NfM Company, either by the Chairman, or the President. or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The .signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the sea] of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any W such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of r Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Robert P. McGuire, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies , which is in full force and effect and has not been revoked. IIv x s SM1*MOF, I hereunto set my hand this 23 — day of ��1 it�F.� ZDLl3 IM U27N. 0 .10\r=*�i!! caMO\�r MYOIpY� p -.-�•wUty% R C ' '1 i � ✓�"�Y - Ase AL a �88xL !P S'n tin6 19 � eC ...-.. jA' j....._..:tri\ O�p� rW� Auld'' , to* n ROBERT P. MCGUIRE, Assistant Secretary AW To t s aagrtpi�ihis Power of Attorney, call 1 -800-443�lt ao?'`thg F�v 'of,�tt7iS�ey clerk. Please refer to the Power of Attorney number, the aballt ?nAtl�ipliwdlr gAtd the details of the bond to whit t e poi attga n3 r W S w w W STA" OF IRMIDA INDIANNINERt. UIOry TH i IS To CER IFY THAT THIS IS A TRUE AMC CORRECT COPY OF THE ORIQINAI. ON FILE IN THIS OFFICE. �"► K. BMT011114LERK �" EP TY CL RK *ate EAIE W r rr SECTION 00622 - Contractor's Application for Payment . doc Application for Payment No . For Work Accomplished through the period of through w To : Indian River County (OWNER) From : ( CONTRACTOR) +� Contract: Project: 0016 & 0236 . OWNER's Contract No . ENGINEER's Contract No . ENGINEER 1 . Original Contract Price : $ w 2 . Net change by Change Orders and Written Amendments (+ or - ) : $ 3 . Current Contract Price ( 1 plus 2 ) : $ 4 . Total Work to date : 4 . a Percentage of Work completed to date : % 4 . b Total Work completed to date : $ 4 . c Total equipment and material stored to date : $ ( 1 ) w 4 . d Total Work completed and stored to date : (4 . b plus 4 . c) $ 5 . Retainage (per Agreement) : 5 . a 10% of completed Work (0 . 10 x 4 . b ) : r. $ 5 . b 20 % of stored equipment and material (0 . 20 x 4 . c) : w 5 . c Total Retainage (5 . a plus 5 . b ) : $ 6 . Total Work completed and stored to date less retainage (4 . d minus 5 . c) : $ .. 7 . Previous Payments : $ 8 . AMOUNT DUE THIS APPLICATION ( 6 MINUS 7) : $ ( 1 ) Attach detailed schedule and copies of all paid invoices . 1 . Original Contract Price : $ 2 . Net change by Change Orders and Written Amendments ( + or - ) : $ 3 . Current Contract Price ( 1 plus 2) : $ 4 . Total completed and stored to date : $ ■ 5 . Retainage ( per Agreement) : % of completed Work : $ of stored material : $ w Total Retainage : $ 6 . Total completed and stored to date less retainage (4 minus 5 ) : $ 7 . Less previous Application for Payments : $ r 8 . DUE THIS APPLICATION 6 MINUS 7) : $ ■ 0016-00622 - Contractor's Application for Payment 00622 - 1 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00622 - Contractor's Application for Paymenl.doc Rev. 05/01 r CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY , the undersigned CONTRACTOR certifies that ( 1 ) all previous progress payments received from OWNER on account of Work done under the W Contract referred to above have been applied on account to discharge CONTRACTOR' s legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive ; (2 ) title of all Work , materials and equipment Ir incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens , security interests and encumbrances ( except such as are covered by a Bond acceptable to OWNER indemnifying r OWNER against any such Lien , security interest or encumbrance ) ; (3 ) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective and (4 ) If this Periodic Estimate is for a Final payment to project or improvement , I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by No . 212 Florida Statutes , ( Sales and Use Tax Act , as Amended ) have been paid and discharged , and that I have no claims against the OWNER . Dated ( CONTRACTOR) By: State of W County of Subscribed and sworn to before me this day of r Notary Public My Commission expires : CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE) : W I certify that I have checked and verify the above and foregoing Periodic Estimate for Partial Payment ; that to the best of my knowledge and belief it is a true and correct statement of the work performed and/or material supplied by the Contractor. W Dated (ARCHITECT / ENGINEER) SIGNATURE r CERTIFICATION OF ENGINEER / INSPECTOR : I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project . It is my opinion that this statement of work performed and/or materials supplied is accurate , that the Contractor is observing the requirements of the Contract , and that the Contractor should be paid the amount requested above . r Dated (ARCHITECT / ENGINEER) SIGNATURE r Accompanying Documentation : i 0016-00622 - Contractor's Application for Payment 00622 - 2 W FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00622 - Contractor's Application for Payment.doc Rev. 05/01 .r RANGER CONSTRUCTION PROJECT NAME : 41st St. Improvements from 61st Ave. to 47th Ave. Including Kings Hwy Intersection and 41st St. From 47th Ave. to 38th Ave Including 43rd Ave. Intersection PROJECT NO. : 0016 & 0236 Bid No. 7074 rw ITEM BID BID BID UNIT TOTAL NO. ITEM QTY. UNIT PRICE PRICE rr 1 Mobilization LS 1 $33 ,900.00 $332900. 00 2 Maintenance of Traffic LS 1 $ 1 ,050,000.00 $ 19050,000. 00 Erosion & Water Pollution Control LS 1 $21 ,800.00 $21 ,800. 00 r. 4 Clearing & Grubbing LS 1 $321 ,000.00 $321 ,000.00 5 Earthwork LS 1 $ 1 ,240,000.00 $ 1 ,240,000. 00 6 As-Built Drawing SY 1 $ 1149220.00 $ 1145220.00 7 8 " Coquina Shell Base (Furnish & Install) SY 62,468 $ 10.00 $624,680.00 8 12" Type 'B' Stabilization (LBR40) (Furnish & Install) 69,954 1 $3 . 85 $2699322 .90 9 Type SP- 12. 5 Asphaltic Concrete Structural Course ( 1 .5 ") SY 63 ,534 $5 .20 $330,376. 80 10 Type SP 9.5 Asphalt Concrete Surface Course ( 1 ") SY 73 ,093 $4 . 10 $299,681 .30 11 Sue ave Asphaltic Concrete (overbuild & leveling) TN 11600 $0.01 $ 16.00 13 Turnout and Drives (6" concrete) SY 11177 $57 .20 $679324.40 13 . 1 Turnout and Drives 6" Coquina Shell Base for Drives SY 5 ,827 $29 .20 $ 170, 148 .40 15 Yard Drains EA 3 $ 1 ,960.00 $5 ,880.00 16 Inlet (Type C) EA 17 $2,290.00 $38,930 . 00 17 Inlet (Ty e E) EA 4 $2,940.00 $ 11 ,760. 00 18 Curb Inlet P1 EA 1 $7,030.00 $79030. 00 19 Curb Inlet P2 EA 4 $6,760.001 $27,040.00 20 Curb Inlet P5 EA 1 $39640.00 $3 ,640 .00 21 Curb Inlet P-6 EA 11 $4,690.00 $ 51 ,590. 00 21 . 1 Curb Inlet P-6 Conflict Structure EA 1 $7,550. 00 $7,550.00 22 Manhole P-7 EA 3 $45270. 00 $ 129810.00 23 Manhole (Type J-7) EA 8 $55950.00 $473600.00 24 Conflict Manhole (Type J-8) EA 2 $69360.00 $ 12,720.00 rr 25 Concrete Pipe Culvert ( 12" x 18") LF 124 $66. 151 $8,202.60 25 . 1 Slotted Concrete Pipe Culvert ( 12" x 18") LF 311 $65 . 10 $205246. 10 27 Concrete Pipe Culvert ( 15 ") LF 243 $79. 90 $ 19,415 .70 28 Concrete Pipe Culvert ( I8 ") LF 2,080 $80.70 $ 167,856.00 W 29 Concrete Pipe Culvert (24 ") LF 768 $ 86 .20 $66,201 .60 30 Concrete Pipe Culvert (30") LF 246 $ 134.30 $339037. 80 31 Concrete Pipe Culvert (36") LF 16 $ 194.00 $3 , 104.00 Concrete Pipe Culvert Slotted with Filter Fabric & Rock (48" op 32 x 76") LF 880 $284. 00 $2499920.00 33 Concrete Pipe Culvert Solid (48" x 76") LF 39458 $282.00 $9757156.00 34 Masonry Plug with Magnetic Locator (30") EA 1 $ 1 , 170.00 $ 19170.00 34. 1 Masonry Plug (30") EA 1 $ 19010.00 $ 1 ,010.00 W 34.2 Masonry Plug with Magnetic Locator ( 18") EA 3 $929. 00 $29787.00 35 Mitered End Section ( 12" x 18 ") EA 8 $ 19900. 00 $ 15 ,200.00 36 Mitered End Section ( 18 ") EA 7 $ 15820.00 $ 12,740.00 37 Mitered End Section (24") EA 2 $ 1 ,920.00 $3 ,840.00 ■ 38 Underdrain (2' x 2' w/Filter Fabric) 4" PVC Perforated LF 190 $35 .90 $67821 .00 39 15 " BCCMP LF 597 $54.20 $32 ,357.40 40 18" BCCMP LF 564 $ 81 . 10 $459740.40 41 18" Perforated BCCMP LF 620 $66. 50 $413230.00 r 42 24" BCCMP LF 469 $77.25 $36,230.25 43 24" Perforated BCCMP LF 283 $62.25 $ 175616.75 44 36" BCCMP LF 30 $ 108.00 $3 ,240.00 45 Flashboard Risers (24") EA 1 $2,460.001 $2,460.00 ■ 46 Flashboard Risers (36") EA 1 $4,080.00 $4,080.00 47 Concrete Endwall 18 " RCP EA 2 $2,000.00 $4,000.00 48 Concrete Endwall 24" RCP LF 2 $27240.00 $43480.00 49 Concrete Endwal148 " x 76" RCP LF 6 $8,520.00 $519120.00 W 50 Gravity Wall CY 11 $933 .00 $ 10,263 .00 51 Hand Rail (Aluminum) LF 83 $52.45 $4,353 .35 52 Concrete Curb & Gutter (Type F) I LF 14,233 1 $ 15 .401 $219, 188.20 53 Concrete Sidewalk I SY 75122 1 $45 .90 $.126,899. 80 r 0016 & 0236-41 st St Imrpovements -Ranger Bid ( Breakdown 1 12/5/2005 r r PROJECT NAME : 41st St. Improvements from 61st Ave. to 47th Ave. Including Kings Hwy Intersection and 41st St. From 47th Ave. to 38th Ave W Including 43rd Ave. Intersection PROJECT NO. : 0016 & 0236 Bid No. 7074 or ITEM BID BID BID UNIT TOTAL NO. ITEM QTY. UNIT PRICE PRICE 54 Sod (Bahia) SY 80,463 $2 . 60 $2097203 .80 55 Sod (Floratam SY 2,608 $4. 15 $ 10,823 .20 W S6 Mailboxes (Relocate) LS 1 $ 10,500.00 % 10,500.00 Reflective Pavement Marker RPM (Furnish & Install) Bi- 100 Directional Amber / Amber EA 1 ,078 $5 .25 $57659.50 101 Reflective Pavement Marker RPM (Furnish & Install) Mono- EA 68 $5 .25 $357 . 00 102 Solid Traffic Stripe (Double 6" Yellow) Thermoplastic LF 7,786 $ 1 .75 $ 13 ,625 .50 103 Solid Traffic Stripe (Single 6" Yellow) Thermoplastic LF 14, 134 $0. 85 $ 12,013 .90 104 Solid Traffic Stripe (6" White Thermoplastic) LF 25 ,551 $0. 85 $21 ,718 .35 105 Solid Traffic Stripe (8" White Thermoplastic) LF P25896 $ 1 . 15 $310.50 r 106 Solid Traffic Stripe ( 12" White Thermoplastic) LF $ 1 .75 $5 ,068 .00 107 Solid Traffic Stri a ( 18" White Thermo lastic) LF $2 . 80 $658.00 108 Solid Traffic Stri a (24" White Thermo lastic LF $3 .60 $2,718.00 109 Solid Traffic Stri a ( 18 " Yellow Thermo lastic) LF $2 . 80 $ 1 ,394.40 110 Ski Traffic Stri a (6" ellow 10' - 30' Thermo lastic) LF $0. 85 $ 11 ,826.05 111 Ski Traffic Stripe (6" White 6' - 10' Thermoplastic) LF 3,010 $0. 85 $27558 .50 112 Ski Traffic Stripe (6" ellow 6' - 10' Thermo lastic) LF 864 $0. 85 $734.40 113 Directional Arrows, Thermoplastic EA 83 $52.00 $4,316.00 114 2" PVC Conduit Schedule 40 LF 195807 $8 .45 $ 1675369. 15 115 Pull boxes EA 22 $909.00 $ 19,998.00 200 Valve Box Adjustment EA 29 $392.00 $ 115368 .00 201 Fire Hydrant Relocation EA 6 $4,490.00 $26,940.00 r 202 Water Meter Relocation EA 11 $ 835 .00 $99185 .00 203 Water Meter Assembly Relocation EA 1 $ 15320.00 $ 13320.00 204 Water & Force main Conflict Relocation EA 25 $6,230.00 $ 155 ,750.00 300 Payment Bond LS 1 $ 1 .00 $ 1 .00 301 Performance Bond EA 1 $ 1 .00 $ 1 .00 400 Off Duty Law Enforcement M.H. 160 $52 .45 $8 ,392.00 1024 Force Account LS 1 $509000.00 $509000.00 TOTAL $799229796.00 W r W r 0016 & 0236-41 st St Imrpovements -Ranger Bid ( Breakdown 2 12/5/2005 W r [The Remainder of Page Intentional Left Blank] r r r r r Ir rr r r r r r r r r 0016-00622 - Contractor's Application for Payment 00622 - 3 r F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00622 - contractors Application for Payment.doc Rev. 05/01 r SECTION 00630 - Certificate of Substantial Completion r Date of Issuance : 20 r OWNER : Indian River Countv CONTRACTOR , Contract : 41st Strpet Rnadya i Improvements Project : 0016 & 0236 r OWNER's Contract No . ENGINEER's Project No . CONTACT FOR : ( Insert Name of Contract as it appears in the Bid Documents ) This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: W I• W To - OWNER And To , . CONTRACTOR r The Work to which this Certificate applies has been inspected by authorized representatives of OWNER , CONTRACTOR and ENGINEER , and that Work is hereby declared to be r substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto . This list may not be all- inclusive , and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents . The items in the tentative list shall be completed or corrected by CONTRACTOR within days r of the above date of Substantial Completion . 0016-00630 - Certificate of Substantial Completion 00630 - 1 r FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00630 • Certificate of Substantial Completion .doc Rev. 05/01 The responsibilities between OWNER and CONTRACTOR for security, operation , safety , maintenance , heat , utilities , insurance and warranties and guarantees shall be as follows : OWNER : CONTRACTOR : The following documents are attached to and made a part of this Certificate : [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] ' This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents . Executed by ENGINEER on : ( Date ) . ENGINEER : By : (Authorized Signature ) CONTRACTOR accepts this Certificate of Substantial Completion on (date ) . CONTRACTOR : By : (Authorized Signature ) OWNER accepts this Certificate of Substantial Completion on (date ) . OWNER : INDIAN RIVER COUNTY By: W (Authorized Signature ) * * END OF SECTION 0016-00630 - Certificate of Substantial Completion 00630 - 2 FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00630 - Certificate of Substantial Completion .doc Rev. 05101 r SECTION 00632 - CONTRACTOR' S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR' S FINAL APPLICATION FOR PAYMENT ) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County , Florida , a political subdivision of said state , did on the day of , 20 , enter into a . contract for the performance of certain work , more particularly described as follows : 41ST STREET ROADWAY IMPROVEMENTS INDIAN RIVER COUNTY PROJECT #0016 & #0236 UNDER PENALTY OF PERJURY , affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT : Name Description/Amount who have not been paid and who are due the amount set forth . r Affiant further says that: 1 . CONTRACTOR has reviewed the Contract Documents . 2 . CONTRACTOR has reviewed the Work for compliance with the Contract Documents . 3 . CONTRACTOR has completed the Work in accordance with the Contract Documents . 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below . 00632- 1 F:\Engineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00632 - Contractors Final Certification . doc r r 5 . The Work is complete and ready for final acceptance by the OWNER . 6 . CONTRACTOR hereby certifies that it has no claims against the OWNER . r ( Corporate Seal ) r ( Contractor) rr By : rr Subscribed and sworn to before me this _ day of , 20 •r Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + r ■ r r 00632-2 FAEngineering\Capital Projects\0016 & 0236- 41 st Street Improvements\0016 & 0236-41 st St Contract Docs\0016-00632 - Contractor's Final Certification .doc r r SECTION 00634 = PROFESSIONAL SURVEYOR AND MAPPER' S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR' S FINAL APPLICATION FOR PAYMENT) CERTIFY that I am a Florida Professional Surveyor and Mapper retained by : i ( Insert name of CONTRACTOR ) Who is the CONTRACTOR for the following Project : PROJECT NAME : 41St Street Roadway Improvements INDIAN RIVER COUNTY PROJECT # 0016 & 0236 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision . FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents , except for discrepancies listed below. [Attach additional sheets as necessary] ( SURVEYOR ' S SEAL ) CERTIFIED BY : Printed Name : ■ Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name : Company Address : Telephone Number: 0016-00634 - Professional Surveyor and Mapper's Certification as to Elevations and Locations of the Work 00634 - 1 FAEngineering\Capital Projects\0016 & 0236- 41st Street Improvements\0016 & 0236-41st St Contract Docs\0016-00634 - Professional Surveyor and Mappers Certification as to Elevations and Locations of the Work.doc Rev. 06101