Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2008-009 (1)
so 703 71 r CONTRACT DOCUMENTS AND SPECIFICATIONS Im FOR ON CR512, PHASE IV ROADWAY IMPROVEMENTS BID NO. 2008012 r PROJECT NO, 9611 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA GARY C. WHEELER, CHAIRMAN SANDRA L. BOWDEN, VICE CHAIRMAN COMMISSIONER WESLEY S. DAVIS COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER PETER D. O'BRYAN 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 r at /09 /08 00001 - Project Title Page - REV 04-07 00001-1 Ir F]Engineering\Capital Projects\9611-CR 512 W ICening19611 CR 512 PHASE MContract Documarts\00001 -Project Title Page -REV 04-07.doc Indian River County Purchasing Division 1840 25h Street Vero Beach, FL 32960 Phone (772) 567=8000 Fax (772) 770-5095 Ext. 1986 ADDENDUM NO.1 Date: November 1, 2007 Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS _ Bid Number: 2008012 Bid Opening Date: November 14, 2007 at 2:00 p.m. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supercedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. The Bid Opening date November 7, 2007 at 2:00 pm is hereby amended to November 14, 2007 at 2:00 pm. 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 five 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. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. The Bid shall contain an acknowledgment of receipt of all Addenda, the num rs of which shall be filled in on the Bid form. 1 �. i In the event the Contract is awarded to the Bidder, he will enter into a i Contract with Indian River County and furnish the required Performance and Payment Bond. W *************This Addendum MUST be returned with your Bid************** i All Bids must be mailed to or hand delivered to the Purchasing Division office located at 1800 2711 Street, Vero Beach, FL 32960 prior to the Date and Time shown above. Late bids will be returned unopened. / Company Name i Name: )/to; �' i i Title: 4e (Type / Printed) Authorized Signature: Date: Telephone: s5&/ - e�7%— IZ/ 5 3 Fax: S� l - 7is iZ8 z i go :-� i 2 W Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 r Phone (7 72) 567-8000 Ext. 1986 Fax (772) 778-9391 ADDENDUM NO.2 Date: November 6, 2007 Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS IRC # 9611 r Bid Number: 2008012 Bid Opening Date: November 14, 2007 at 2:00 p.m. ■r TO ALL PROSPECTIVE BIDDERS: d. TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supercedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. w PRE-BID MEETING October 24, 2007: Questions and clarifications: r 1. SC 13.03 Test and Inspections of the SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS is clarified as follows: r The owner (County) shall employ, direct and pay for the services of an independent testing laboratory on the initial testing of the work such as but not limited to LBR, Proctor, soil density, concrete compressive strength cylinders, asphalt testing, etc. Any re -test due to failed tests shall be r paid for by the contractor. Any testing such as for bidding, construction related opted by the contractor, mix design, supplemental product design shall be paid for by the Contractor. 2. SECTION 00520 — Agreement, ARTICLE 4 — CONTRACT TIMES, 4.02, A - Shall be amended as follows: a. Substantial completion is 360 days b. Final completion is 390 days i F. IEngineeringlCapital ProjecL09611-CR 512 Widemngl9611 FR 512 PHASE I M9611 Addendum No. 2 for CR512 Ph IV.doc to 3: Sheet 7 of 74, Typical Section, of the CR 512 Phase IV Roadway Improvement construction • drawings for the 4" sidewalk detail, *6" thick at Driveways (no extra charge) is hereby clarified as follows: The Contractor shall thicken the proposed concrete sidewalk from 4" to 6" throughout all driveway sections. The cost is to be included in the over all cost of the sidewalk per square yard. 4. SECTION 00310 — Bid Form, page 00310-4, Item 327-73, Milling Existing Asphalt Paving of the ITEMIZED BID SCHEDULE description shall be amended to read (Milling Existing Asphalt • Paving -1" Depth) Milling and resurfacing thickness is called out to be 1" minimum in the Summary of Pay Items. • Notes have been added to the plan sheets to call out the required thickness. This pay item quantity includes milling and resurfacing at the west end of the project (Sta 34+00 to Sta 40+00). Sheets 9 • & 10 of the CR 512 Phase IV Roadway Improvement construction drawings have been revised to call out the thickness and limits of milling and resurfacing. • 5. The Maintenance of Traffic between Station 34+30 and Station 40+00 shall be done per the FDOT Design Standards for Design, Construction, Maintenance and Utility Operations on the State Highway System, 2006, Index 600 through 670. • 6. All suitable material excavated from the ponds shall be utilized for the roadway embankment. The Contractor shall take measures to assure proper moisture content for compaction. All un -suitable ,. material shall be disposed of in a proper manner at the Contractors expense. 7. Soil fines according to the plans require no more than 8% fines passing the 200 sieve. The .. specifications require no more than 12%. The 12% fines passing the 200 sieve shall govern. 8. Road work between stations 34+30 to 40+00 shall be widening only. Not reconstructed. • 9. An additional sewer force main stub -out on the northwest comer of 1015` Avenue and CR 512 has been added to Sheet U4 and the summary of pay items. IRCUD will handle all permitting related to M the addition of this stub -out. SECTION 00310 — Bid Form, page 00310-7, ITEMIZED BID SCHEDULE - • Item Description Quantity unit unit price Amount 1543-111-008 10"x 6" wet tap W/ valve box 3 EA W Shall be amended to read: (NEVA 1513-160-216 Sanitary sewer force main (6"PVCI 70 LF • 1543-111-008 10"x6" wet tan W/ valve box 4 EA 10. Pay Item 102-3, Commercial Material — are units CY. Commercial material is defined as material typically used for base, including recycled asphalt that will provide a firm surface under wet conditions. Commercial material will be used primarily in the temporary transitions between the existing and constructed portions of the roadway. W • F. EngineeringlCapital Projectsl9611-CR 512 Widening19611 JR 512 PHASE I M9611 Addendum No. 2 for CR512 Ph I Rdoc 11. Cut and Fill Calculations do not balance. After review of the cut/fill shown on the plans, revisions h ve been made to the excavation and embankment quantities Pay items 120-1 and 120-6, a respectively). The cut/fill breaks down as follows: Description Excavation Embankment Total " Roadway 19,547 77,365 -57,818 Unsuitable Mat. - 45970 -41970 Pond A 26,690 137048 13,642 • Pond B 71,928 2459 69.469 Totals: 118,165 CY 97,842 207323 SECTION 00310 — Bid Form, page 00310-4, ITEMIZED BID SCHEDULE - Item Description Quantity unit unit price Amount • 120-1 Excavation regular 102.747 CY 120m6 Embankment (fill) 82,335 CY Shall be amended to read: Item Description Quantity unit unit price Amount ., 120-1 Excavation regular 118165 CY 120-6 Embankment (fill) 97 842 CY • OTHER ADDENDUM ITEMS 12. SECTION 00310 — Bid Form, page 00310-11, ITEMIZED BID SCHEDULE Shall include an additional Item under — Miscellaneous • Item Description Quantity unit unit price Amount 108.4 Aerial Photograph 65 EA r Description: The Contractor shall provide aerial photographs of the project every 30 days during construction. The photographs shall be done in a manner to show the construction progress the • entire length of the project. It is estimated that 5 photographs will be needed during one flight. The photographs can be angled and not to a particular scale however must be detailed enough to identify the work in detail. • 13. SECTION 00310 — Bid Form, page 00310-6, ITEMIZED BID SCHEDULE - Item Description Quantity unit unit price Amount 522-2 Concrete Sidewalk (4" thick) — 8' wide 8713 SY 171 • Shall be amended to read: Item Description Quantity unit unit price Amount 522-2 Concrete Sidewalk (4" thick) - 8' wide 8903 SY 14. SECTION 00310 —Bid Form, page 00310-11, ITEMIZED BID SCHEDULE Shall include an r additional Item under — Miscellaneous Item Description • 108.5 Relocate palm 108.6 Protection of trees to remain • See Sabal Palm Replanting Specification See Tree Protection Detail Quantity unit unit price Amount 200 EA 35 EA F. IEngineeringlCapital Projects19611-CR 512 Widening196112FR 512 PHASEIVl961 J Addendum No. 2 for CR512 Ph IV. doc r 15. SECTION 00310— Bid Form, page 00310-8, ITEMIZED BID SCHEDULE - Item Description Quantity unit unit price Amount 630-1-22 Conduit (famish) (Underground) (2"PVC) 2580 LF r Shall be amended to read: ` Item Description Quantity unit unit price Amount 630-1-14 Conduit (furnish) (Underground Bore) (2"PVC) 2580 LF 16. Sheet T-2 of the Signalization Plans, Section H, notes 2 & 3 shall be omitted. 17. Sheet T-2 of the Signalization Plans, (Traffic Signal Mast Arms) FDOT approved paint process of Hunter Green; (wet paint) will be accepted. r 18. Sheet T-2 of the Signalization Plans, Section D, note 4 shall be amended to read: FIBER OPTIC CABLE SHALL BE 96 -FIBER SINGLE MODE. A#14 AWG (OR IRC - APPROVED ALTENRATIVE) TRACE WIRE MUST BE INSTALLED WITH THE FIBER .� RUN. r 19. SECTION 00310 — Bid Form, page 00310-9, ITEMIZED BID SCHEDULE Shall include an additional Item under — Signalization Item Description Quantity unit unit price Amount 630-1-12 Conduit (furnish) (underground) (2"PVC) 545 LF 685-128A Interface Panel (FO termination Cabinet 3 EA .. 12 F Wall) (F&I) 685-128B Interface Panel (FO Splice Closure 12F 2 EA UG) (F&I) r 685-128B Interface Panel (FO Splice Closure 96F 1 EA UG) (F&I) 680-201 Sys Aux — Terminal Server, Ethernet- 3 EA r RS232, 2 Port (F&I) 687-011 Sys Aux — FO Ethernet Switch (F&I) 3 EA 686-101B Sys Aux — Camera Assembly, OSP (F&I) 3 EA 686-102B Sys Aux — Video Encoder MPEG IV 1 EA (4 Channel) (F&I) 686-102B Sys Aux — Video Encoder MPEG W 2 EA (8 Channel) (F&I) 700-48-18 Sign Panel 36"X30" (R10-16) 2 EA ` 20. SECTION 00310 — Bid Form, page 00310-6, ITEMIZED BID SCHEDULE items 570-1 through 590-70-2 shall include all landscaping, irrigation and littoral plantings for POND A, POND B and r 101` Avenue. ( see revised ITEMIZED BID SCHEDULE) 21. All irrigation pumps shall include all labor and material necessary for power hook up. ` 22. Section 01720 Record Documents shall be included in Division 1 General Requirements of the Contract Documents. (See attached Section 01720 Record Documents) F.IEngineeringlCapita! Projects19611-CR 511 Wideningl9611 fR 51 Z PHASE 1 N9611 Addendum No. 2 for CR512 Ph 1V.doc W ■• ATTACHMENT: • Palm Relocation Specification • Tree Protection Detail ` Revised itemized Bid Schedule • Revised CR 512 Phase 1V Roadway Improvement construction drawings, sheets3A, 3B, 9, 10, 18, 19, 23, 24, and U4. 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 five 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. r Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. �. The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. In the event the Contract is awarded to the Bidder, he will enter into a Contract with Indian River County and furnish the required Performance and IV Payment Bond. *************This Addendum MUST be returned with your Bid************** " All Bids must be mailed to or hand delivered to the Purchasing Division office located at 1800 27 h Street, Vero Beach, FL 32960 prior to the Date and Time shown above. Late bids r will be returned unopened. M Company Name i_ r i / L O�L7z/ TJ�tICe �% .,, Name: pl ov -o G • �m/NI Z% Title: lir+ c t 4�- (Type / Printed) Authorized Signature: &4" Date: It 1672 Telephone: �6 t1 '791 IVS% Fax: W W F. TngineeringlCapital Projecu19611-CR 312 Widemng196115R 512 PHASE IM611 Addendum No. 2 for CR512 Ph IN:doc IN �,. Sabal Palm Replanting Specifications 1. Prior to excavating the tree, properly prune the tree to reduce wind drag after planting. Ensure that the trees root system is moist from adequate rainfall or irrigation and that the r' surrounding soil is at field capacity, (field capacity is the state of the soil after all of the gravitational water has drained out of it). r 2. Locate and excavate the planting pit that is to receive the newly transplanted palm tree using a minimum 90 inch tree spade. 3. Excavate the palm tree using a minimum 90 inch tree spade. r 4. Immediately plant the palm tree using the same soil excavated from the planting pit. Soil amendments are not necessary unless the soil from the excavated planting pit is not ai natural such as old asphalt, concrete, gravel, shell, or the soil is altered in some manner that is toxic to plants, i.e. has been poisoned with petroleum products, herbicides, etc... 5. Backfill the palm trees root system using the same soil excavated from the pit. Ensure that the soil is properly backfilled and large air pockets are minimized through hand compaction. Once the tree is set, thoroughly water the entire root ball and planting pit to ensure even, adequate moisture is applied and is present throughout the entire root ball. r Backfill any air pockets that may emerge after watering with soil. 6. Stake and guy the tree to ensure it is properly secured. See Sheet 2 of 13 of the bid set, titled" C.R. 512 Phase IV Landscape Detail Sheet" for the approved method. 7. Supplement watering as needed. 8. Trees are to be re -located to locations provided by Indian River County at North County Regional Park, which is at the east end of the Project. W M n 0 so 0 w EXISTING TRI DIAMETER V/ ORANGE VIN' CONSTRUCT[, CHAIN LINK FENCING OR EQUIVALENT NOTES: 1. ALL TREES RETAINED ON A SITE SHALL BE PROTECTIVELY BARRICADED BEFORE AND DURING CONSTRUCTION ACTIVITIES. 2. UNDERGROUND UTILITY LINES SHALL BE ROUTED AROUND EXISTING TREES TO THE OUTSIDE OF THE DRIPLINE WHERE. ABLE. 3. INSTALLATION OF FENCES AND WALLS SHALL TAKE INTO CONSIDERATION THE ROOT SYSTEMS OF EXISTING TREES. 4. FENCE/BARRICADE SHALL BE INSTALLED AT PERIMETER OF ALL TRESS OR GROUP OF TREES TO BE PRESERVED. FENCE SHALL BE MAINTAINED DURING CONSTRUCTION. 5. DO NOT PARK HEAVY EQUIPMENT ON TREE ROOTS. DO NOT ADD FILL 4" TO 6" AROUND TREE. ALL WORK WITHIN THE CRZ MUST BE DONE BY HAND. ELEVATION EXISTING TREE TRUNK - DIAMETER VAR l 12 PROTECTIVE FENCING FOR TREES-N.T.S. 3ENCY: /ND/.4N R/V£R COUNTY, FL PUBLIC WORKS D£PT./RGZ4M Y PROOUCTi T -POSTS OR APPROVED ATIVE ORANGE VINYL CONSTRUCTION FENCING, CHAIN LINK FENCING, SNOW FENCING OR OTHER SIMILAR FENCING AT LEAST (41) HIGH AND SUPPORTED AT A MAXIMUM OF TEN -FOOT (10') INTERVALS BY METAL T -POSTS OR APPROVED METHODS SUFFICIENT TO KEEP THE FENCE UPRIGHT AND IN PLACE. WOODEN STAKES AND REBAR POSTS ARE NOT CONSIDERED AS AN APPROVED METHOD SUFFICIENT ENOUGH TO KEEP THE FENCE UP RIGHT AND IN PLACE. C.A .5/2 Pti,4sE /v TREE PROTECT/ON DET,4/L W r' SECTION 01720 RECORD DOCUMENTS 1.1 GENERAL A. Maintain and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified in Divisions 2-16 or the • Supplementary Conditions. B. Maintenance of Documents: " 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. C. Recording: 1. Label each document "PROJECT RECORD" in 2 -inch high printed letters. 2. Keep record documents current. 3. Do not permanently conceal any Work until required information has been recorded. W 1.2 RECORD DRAWINGS During the entire construction operation, the CONTRACTOR shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom "record" drawings showing correctly and accurately all changes and deviations from the work, made during construction to reflect the work as it was r. actually constructed. The following items are required to be shown on County project record drawings: 1. Right-of-way Swale/Drainage — All culvert inverts; inlet grate and bottom .. elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of Swale. 2. Pipe Culvert/PVC Sleeves — All inverts, stations and offsets. ,. 3. Outfalls — All pipe inverts, weir box elevations, weir elevation, and sizes. W 01720-1 01720 Record Documents FAEngineering\Caphal Projectsh9611-CR 512 Widening\9611 CR 512 PHASE MOontract Documents\0001-01720 - Record Documents.doc C: W 4. Roadway/Off Site Drainage — All inverts; manhole top elevation; grate top elevations. 5. Retention Ponds — Perimeter elevations, grade breaks, depths, and ,. calculate pond area at control elevation and grade breaks above water surface. 6 Road:A:ay: r a. Elevations of PVI at Profile Grade Line (PGL). b. Edge of pavement elevations at curb inlets. c. Survey Control: Install/re-establish new roadway alignment control +. points (Survey Baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. Latitude, departure and elevations for all +r control points. d. Either if shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s) destroyed and/or disturbed r6 during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying an mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in am writing of disturbance and re -establishments. e. Stations and offsets, all structures. 1.3 AS-BUILTS A. CONTRACTOR shall submit marked up Record Drawings to the OWNER. ENGINEER will input As -Built information on Electronic Drawing files. B. OWNER shall deliver to CONTRACTOR seven (7) sets of As-Builts plotted from electronic files with the marked up Record Drawings. ~ C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state, type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards „„ for As-Built/Record surveys CONTRACTOR shall return marked up Record Drawings and six (6) sets of signed and sealed As-Builts to OWNER. W 01720-2 01720 Record Documents F:1Engineering\Capital Projects19611-CR 512 Widening19611 CR 512 PHASE MContract Documents10001-01720 - Record Documents.doc 7 1W M D. All Record Drawings are subject to review and approval by County Surveyor. ,. E. Payment for Record Drawings, Review of Electronic As-Builts and signing and sealing As-Builts shall be made under: W Pay Item No. 108-1 — Record Drawings — Lump Sum +. 1_4 ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of r Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. 1.5 SUBMITTAL Upon Substantial Completion of the Work, deliver Record Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received by ENGINEER. W + + END OF SECTION + + W r • so M M 01720-3 01720 Record Documents F:1Engineering%Capital Projects19611-CR 512 Widening19611 CR 512 PHASE RAContract Documents10001-01720 - Record Documents.doc 40 t. ITEMIZED BID SCHEDULE • . Project Name: CR512, Phase IV Koaaway Improvements incrrut=lxumw NM„ IRC Bid Number 2008012 Bidders Name: fr &1�4C�'?K REVISED 11106102 ADDENDUM #2 7 .7 to W No • 7 :7 410 r L7 W M 15- • No KBVISeU une uema Quantity Unit Unit Price Amount Item No. Descri tion :. • .. s ......, : ... CR512IMPROVEMENTS 101-1 Mobilization 1 LS 102-1 Maintenance of Traffic 1 LS 102-3 Commercial Materials 1 196 CY 104-4 Movvinq 46 AC -104-10 Baled Hay or Straw 270 EA 10413 Staked Silt Fence Type III 25,943 LF 109-71 Field Office Contractors 1 LS 110-1-1 Clearing & Grubbing 1 LS Plugging Wells (Artesian Wells) (if necessary) *(Actual quantity to be 110-5 determined at a later date) 2 EA Plugging Wells (Non -Artesian Wells ) (if necessary)' (Actual quantity to be 110-6 determined at a later date 2 EA * 120-1 Excavation, Regular 118,165 CY 1204 Excavation Subsoil (Muck,Clay, Rock etc., all unsuitable materials 4,970 CY ” 120.6 Embankment (fill) - (includes replacement of subsoils) 97,842 CY 160-4-1 Type BStabl'ization 8" Min) 44,606 SY 160-42 T e B Stablization (12" Min 90,121 BY.. 2855-7-09 0 tional Base Grou 9 10" Cemented Coquina Base 80 420 SY 285-7-16 O tional Base Grou 16 4" Cemented Co uina Base 8600 SY 286-1-2 Turnout Construction As haN 6 556 BY &5-..:r:>>:: n: . _.,. " 327-73 Milling Existing Asphalt Paving - 1" Depth 13,715 SY 33424-10 Superpave Asphaltic Concrete T SP 9.5 1" Thick 94,610 SY Su ve As haltic Concrete T eSP12.5 11/2"Thick 84512 SY Class I Concrete Endwalls Index 250 9 CY E425-1-351 InletT a P-5 (<10')1 �'InletType P-6 (<I Y) 3 EA 425-1-521 Inlet DT Bot Tye C, (<10") 1 EA 425-1-542 Inlet, pe D 13 1 EA 425-1-549 Inlet e D Modified 2 1 EA 11 1w' ITEMIZED BID SCHEDULE r Project Name: CR512, Pha a IV Roadway Improvements RC Project Number 9611 IRC Bid Number 2006012 Bidders Name: ff REVISED 11106/02 AnDENouM #2 r, W L7 r • iii • 4w • Y No 77 SO 00310-5 Item No. 425-1571 425-1-573 425-2-041 Descri tion Inlet, Type G Inlet, Type G w/ J Structure Bottom Manhole. Type P-8, (<1 O) Quantity 5 1 2 Unit EA EA EA Unit Price Amount 775 425-2-042 Manhole, Type J-7, (<19) EA 430.11-325 430-11-329 Concrete Pipe Culvert, Storm Sewer, Class III, 18"d Concrete Pipe CulvertStorm Sewer Class III 24"d 246 1,576 LF LF 430-11-333 430-11-338 Concrete Pie CulvertStorm Sewer Class III 30"d Concrete Pipe CulvertStorm Sewer Class III 36"d 1,213 950 LF LF 430-11-340 430-11-341 Concrete Pipe CulvertStorm Sewer Class III 42"d Concrete Pipe Culvert, Storm Sewer, Class III, 48"d 672 140 LF LF 430-69-225 Corrugated Aluminum Pipe CulvertStoma Sewer, 18"d 16 Gauge 22 LF 430-89-229 Corrugated Aluminum Pie CulvertStorm Sewer, 24"d 16 Gauge 718 LF 430-83233 Corrugated Aluminum Pie CulvertStorm Sewer, 30"d 14 Gauge 315 LF 430-83238 430-89-240 430-89-242 430-141-102 Corrugated Aluminum Pipe Culvert, 36"d, 14 Gauge Corrugated Aluminum Pipe Culvert, 42"d, 12 Gauge Corrugated Aluminum Pipe Culvert60"d 10 Gauge Elliptical Concrete Pipe CulvertStorm Sewer HE 111 14"X23" 542 120 125 130 LF LF LF LF 430.141-103 Elliptical Concrete Pipe CulvertStorm Sewer HE III 19960" 1441 LF 430.141-104 Elliptical Concrete Pie CulvertStorm Sewer HE III 24'568" 274 LF 430-994-X29 ADS Storm Pipe Culvert30"d 40 LF 430582-225 MES Side Drain 18"d Corrugated Aluminum Pie 2 EA - 430 -984-329-1 MES Side Drain Double 24"d Corrugated Aluminum Pie 1 EA 430-984-233-1 MES Side Drain Double 30"d Concrete Pie 2 1 EA 430-984338 MES Side Drain 36"d Corrugated Pipe 2 EA 430.964-402 MES Side Drain 14'x23" Concrete Pie 4 EA 430-984403 MES Side Drain 19'%30" Concrete Pie 6 EA 430-984403-1 MES Side Drain Double 19"X30" Concrete Pie 6 EA 430-984-404 MES Side Drain 24'568" Concrete Pie 4 EA 520-1-10 Concrete Curb and Gutter Type F 3 561 LF 5205-X42 Concrete Traffic Separator - Type IV 6 wide 800 LF SO 00310-5 (i L as • • i W W 7 to r r • W ED L-1 W ITEMIZED BID SCHEDULE Project Name: CR512, Ph se IV Roadway Improvements IRC ProjeclNumber 9611 IRC Bid Number 2006012 Bidders Name: N, �COAI?ZOAC7iWd % REVISED 11/06/02 4nnFNDUM #2 MM Quantity Unit Unit Price Amount Item No. Descri tion 522-1 Concrete Sidewalk 4" Thick - 6' wide 552 SY ' 522-2 Concrete Sidewalk (4" Thick) - & wide 81903 SY 550-1 Livestock Fence 5' High, Type A 5,841 LF 550-2 Fencing, Type B STD.6' 4,448 LF 5503-1 Corner Post Assembly e A Fence 2 EA 550.3-2 Corner Post Assembly B Fence 12 EA 550.4-1 Pull Post Assembly e A Fence 23 EA 550-5-1 Pull Post Assembly B Fence 8 EA 550-76.242 Fence Gate, Type B (Double 24' O ping) 3 EA Landscape, irrigation and Littoral Planting for Pond "A", Pond "B" and 101st Avenue 570.1 Littoral Zone Planting (Pond A) 1 LS 570.2 Seedinq & Mulching 33,130 SY 575-1-1 Soddin Bahia Water & Fertilizer Medians not included 159,871 SY 580326-2 Mulch - Pine Straw 814 BA 581-2-1 Ground Cover - Sand Cordgrass: 18" to 24" x 18" to 24" 3 gal) 1,724 1 EA 582-2-1 Shrub- Dwarf Yaupin Holly: 15"-18"x 15"- 18" (3 gal.) 184 EA 582-2-2 Shrub - Flax Lily (Full 1 gal., 2' o.c.) 28 EA 582-2-3 Shrub - Dwarf Petite Pink Oleander: 18" - 24" x 15-18" (3 gal.) 23 EA 583-2-1 Tree - S. Red Cedar 6' to 7'(15 gal.) 42 EA 583-4-1 Tree - Red Maple: 10' toll' x 5' to 6' (2" to 2.5" cal. 30 gal) 11 EA 5834-2 Tree - East Palatka Holly: 12' to 14' x 6' to T (100 gal. 6 EA 583-4-3 Tree - Southern Wax Myrtle 6 to 8' x 4' to 6 1 114" to 2" cal., 30 gal) 50 EA 583-4-0 Tree - Live Oak 13' to 14'x 6' to & (3" to 4' cal., 65 al) 19 EA 583-45 Tree - Bald Cypress 10to 12'x 4' to 5' (2.25" to 2.5" cal, 30 930 38 EA 584.41 Tree - Cabbage Palm:12' to 18' c.t.; N stagger in height 172 EA 590-70-1 irrigation System Pond A 11 LS 590.70.2 Irrigation System (Pond B) 1 LS Pavement Marking & Signing 630-12 1 Underground 2-2" Conduit 10,570 LF 635.1-11 12" x 20" x1 2"d Pull Box 17 EA MM W No t� 7 W L7 7 L.:11111111 W W tr W r WP ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Pmject Number 9611 IRC Bid Number 2008012 Bidders Name: �< J' Cantr.�ftcntl� ice. REVISED 11106102 ADDENDUM #2 WO -7 Quantity Unit Unit Price Amount item No. Description 301x49Q4"d Slack 18 lice Box 6 EA 635-1-15 42 AS 700-40-1 Si n Sin Ie Post 2 AS 700-40-2 Sign - Multi Post 18 AS 700-06-11 Sign Existing (Remove 700-46-21 Sin Existing Relocate Sin le Post 33 AS 700-46-22 Sign Existing Relocate - Multi -Post 2 AS 706.3 Reflective Pavement Markers 3,310 EA 711-3 Pavement Messages, Thermo. 2 EA 711-4 Directional Arrows Thermo. 86 EA 711-33 Slap Traffic Stripe, Thermo. white 33,254 LF 711-34 Slap Traffic Stripe, Thermo. ellow 2,915 LF 711-35-61 Solid Traffic Stn a Thermo. 6" White 30.816 LF 711-35-121 Solid Traffic Stri Thermo. 12" White 1,174 LF 711-35-181 Solid Traffic Stn a Thermo. 18" White 303 LF 711-35241 IS01id Traffic stria Thermo. 24" White 368 LF 711-36-61 6' Solid Traffic Stripe, Thermo. ( Yellow) 23,073 LF Utilities 1512-120-18 Sewer Pie 6" DIP Sug2ly & Install 496 LF 1513-160-216 Sanitary Sewer Force Main (6' PVC) 70 LF 1542-116-008 Valve, Sanitary, 6' Gate w! Valve Box and Concrete Pa 4 EA 1512-86-20 Sanitary Sewer Adjustment Assembly, 1 D" DIP include 4450 Elbow 1 EA 1543-111-008 10" x 6" Wet Ta w /Valve and Box 3 EA 1612-19-318 Potable Water Main 8" HDPE 1,412 LF 1612-198-321 Potable Water Main 12"HDPE 232 LF 1 EA 1511-164-105 81h6' Restrained Increaser 1644-111-26 Fire Hydrant Assembl 5 EA 1644 -BOD Fire Hydrant Assembly,Relocation 4 EA 1642-151-018 Valve Potable Water, 8" Gate w / Valve Box and Concrete Pad 10 EA 1642-151-021 Valve Potable Water, 12" Gate w / Valve Box and Concrete Pad 2 EA 1619-832-326 Potable Water Adjustment Assembly. 20" DIP Jinclude 4 45u Elbow 1 EA WO -7 ITEMIZED BID SCHEDULE Project Name: CR512,�ase IV Roadway Improvements IRC Project Number 9611 •0 Bidders Name: &^ 'r6LA-1r�GTi iIT IlVe IRC Bid Number 2008012 — REVISED 1 UM #2 ADDENDUM #2 W W on 7 r •2 • L' W to O G W IN C Quantity Unit Untt Price Amount Item No. Description _. 1637-150-218 20" x 8"Wet Ta w! Valve and Box 11 EA 1637-150-218 425-6 20" x 12" Wet Ta w! Valve and Box Valve Box! Valve Pad Ad'ustment 2 25 EA EA 12 EA 1648-100-7 2" Blow Off CR612 IMPROVEMENTS SUBTOTAL 101stAVEN6EIMPROVEMENTS 417 CY 120-1 Excavation Regular 58 CY 120-6 Embankment(fill) 317 BY 327-70 Milling Existing As haft Paving er ave As haftic Concrete T SP 9.5 1" Thick 1,775 BY Su er ave As harde Concrete Type SP12.5 1 1!2" Thick 1502 SY Su er ve As haltic Concrete (LevelingAnd overbuild)545 TON Class I Misc. Concrete 32 CY X34,'kSu O tional Base Grou 6 8" Cemented Co uiLm 1 101 SY T e B Stabl¢ation 12" Min 1 396 SY 1 Elli tical Concrete Pi a CulvertStorm Sewer HE III 12')(18"120 LF 01 MES Side Drain 12')(18" Concrete Pie 8 EA 3 EA 711.4 Directional Arrows Thermo. 71134 Skip Traffic Stripe, Thermo.(Yellow) 93 LF 711-35-61 Solid Traffic Stri The"D. 6" White 1,051 LF 711-35-241 Solid Traffic StrIR2, Thermo. 24" White 38 LF 71136-61 Solid Traffic Stripe, Thermo. 6" Yellow 1,340 LF 71136-181 Solid Traffic Stripe, Thermo. 18" Yellow 93 LF 575-1-1 Sodding Bahia Water&Fertilizer 1,124 BY 575-1.4 Sodding St. Augustine) Water & Fertilizer 700 BY 101st AVENUE IMPROVEMENTS SUBTOTAL SIGNALIZATION ' 630.1-12 Conduit (fumish) (underground) (2"PVC) 545 LF ' 630-1.14 Conduit (Fumish) (Underground Bore) (2" PVC) 2,580 LF 632-7.1 Si nal Cable Furnish & Install 3 PI W it III L-�lm 7 Ii! f7 to J W • W C ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Project Number 9611 IRC Bid Number 2008012 Bidders Nam11C e: �/�S aaleW7-i//✓iL REVISED 11/06102 ADDENDUM #2 WO -9 Quantity Unit Unit Price Amount Item No. - Description tic Branch ConnecBon 120 LF - 633-121.1 Fibero Fiberoptic Interconnect (96 Single Mode Installed with in Conduit Placed by 13 512 LF 633.121-3 Others 635.1-11 Pull Box Fumish & Install raffrc Si nal 25 EA 639-1-13 Electrical Power Service Overhead 3 AS 639-2-1 Electrical Service Wire Furnish & instairl 300 LF 641-42-120 Concrete Service Pole JFurnish & Install - Direct Burial N -III 20' 3 EA Mast Arm Assembly (F & I/High Loading) (Double Arm w/o Luminaire) (B6- 1 FA 649-426-504 B5 -Q4 Mast Arm Assembly IF & I/High Loading) (Single Arm w/Luminaire) (183- 2 EP. 649.433-008 Q22LUM Mast Arm Assembly (F & [/High Loading) (Single Arm w/Luminaire) (136- 3 EA 649-436-010 Q24LUM Mast Ann Assembly (F & 1/High Loading) (Single Arm w/Luminaire) (B5- 4 EA 649-435-009 Q23LUM 650-51-311 Traffic Signal Furnish & Install 3 -Section 1-W2LED Horizontal 6 AS 65051-511 Traffic Signal Fumish & Install 5-Section(1-Way) LED Horizonte 16 AS 653-191 Pedestrian Signal Fumish & Install LED-Countdown(1-Way) 2 EA 653-192 Pedestrian Signal Furnish & Install LED -Countdown 2-W 8 AS 659-107 signal Head Aux. Furnish & Install Aluminum Pedestal 1 EA 663-74-11 Vehicle Detector Assembly (Furnish & Install ideo Detection Pedestrian Detector Furnish & Install JPole Mounted) 11 18 EA EA 665-11 670-5-111 Traffic Controller Assembl Furnish & Install NEMA w/Fire Prem tion 3 AS 680106 System Control Equipment Fumish & install Communication Interface 3 EA * 680201 Sys Aux -Terminal Server, Ethemet-RS232, 2 Port (F&I) 3 EA 683107 System Communications Modem Interface Panel (FO termination Cabinet 12F Wall) (F&I) 3 LS 3 EA * 685-128A * 685-1288 Interface Panel (FO Splice Closure 12F UG) (F&I) 2 EA * 685-128B Interface Panel (FO Splice Closure 96F UG) (F&I) 7 EA 6B6 -1D1 Closed Circuit Television Equipment 3 EA * 686-1018 Sys Aux- Camera Assembly, OSP (F&I) 3 EA * 686-1028 Sys Aux- Video Encoder MPEG IV (4 Channel) (F&I) 1 EA * 686-1028 Sys Aux - Video Encoder MPEG IV (8 Channel) (F&I) 2 EA * 687-011 Sys Aux - FO Ethernet Switch (F&I) 3 EA 69010 Remove Traffic Si nal Head Assembl 12 EA WO -9 ITEMIZED BID SCHEDULE w Project Name: CR512, Phase IV Roadway Improvements IRC Project Number 9611 Bidders Name: //¢ REVISED 11106/02 IRC Bid Number 2008012 nonENOUM #2 r LIM 7 W :7 7 up LJ W r7 M W • W W 00310-10 Quantity Unit Unit Price Amount Item No. Description 690-32-1 Pole Removal Shallow Direct Burial Class V 40' 6 EA 69030 Remove Controller Assembly 2 EA 690-60 Remove Vehicle Detector Assembly 8 690.80 Remove Span Wire Assembly2 690-90 Remove Conduit and Cabling2 FEA 690-100 Remove Miscellaneous Signal Equipment 2 699-1-1 Internal! Illuminated Sin Furnish 8 Install Street Name 11 'r 700-48-18 Sign Panel 36"X 30" (R10-16) 2 SIGNILIZATION SUBTOTAL LANDSCAPING AND IRRIGATION IN MEDIANS MIA Rainbird 1800 -PRS Series 44an 17 EA MI -2 Rainbird 1800 -PRS Series &Van 9 EA MI -3 Rainbird 1800 -PRS Series 8 -Van 7 EA MI -4 Rainbird 1800 -PRS Series 10 -Van 9 EA MI -5 Rainbird 1800 -PRS Series 12 -Van 11 EA MI -6 Rainbird 1800 -PRS Series 15 -Van 357 EA MI -7 Rainbird 1800 -PRS Series 18 -Van 1,137 EA MI -8 1rritrol Valve - Model 217B 95 EA Goulds Pump - Madel 50 SPH 10 wlAllied Fiberglass Pump House FPH - 4 4 EA MI -9 x 4 or E uil. MI -10 Controller Clock and Pedestal Hunter ACC -1200 -PP 4 EA MI -11 Rain Sensors - Mini-Clik 4 EA MI -12 2-12" PVC Sch 40 10,702 LF MI -13 1-12" Class 200 23,098 LF MI -14 6" PVC Sch 40 795 LF MI -15 Irri atlon Wirin 1 LS MI -16 4" Dia. Artesian Well 4 EA MLS -1 Li ustrum 6 -10' ree 65 Gal, 12 EA MLS -2 Cra em a 12'. 14' Standard 3" - 4" Cal., 65 Gal. 24 EA MLS -3 Solitaire Palms 14' - 16' d le 45 Gal. Min. 6 EA MLS -4 Sabal Palm '10' - 16 12" - 18" Cal. 10 EA W 00310-10 4w w r 01 w J y 7 410 • r 4110 7 r r 177 ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Project Number 9611 IRC &d Number 2008012 Bidders Name: ,.//Tl'De�h7.'iCi7.d/•-' �/ji>4i� REVISED 11106102 ADDENDUM #2 OD310-11 Quantity Unit Unit Price Amount Item No. Descri tion Plumbago 18" - 24" 1 Gal, 3'0 C' 90 FA MLS-5Blue MLS -6 Indian Hawthome 15"-18", 3 Gal. 30" O.C. 264 EA MLS -7 Purple Lantana 15" -18" 1 Gal. 3' O.C. 280 EA MLS -8 Aztec Grass Full 1 Gal. 18" O.C. 880 EA MLS -9 Beach Sunflower Full 1 Gal. T O.C. 200 EA MLS -10 Day Lilly, Full I Gal. 18" O.C. 168 EA MLS -11 Dwarf Fakahatchee Grass 1 Gal. 18" O.C. 168 EA 105 EA MLS -12 Coontie 1 Gal. 2' O.C. MLS -13 Shredded Cypress Bark Mulch 161 CY 19.036 SY MLS -14 Roratam Sod LANDSCAPING & IRRIGATION IN MEDIANS SUBTOTAL c Zr ,J WS SIDEWALK IMPROVEMENTS 120-1 Excavation Re ular 148 CY 1,321 CY 120-6 Embankment fill 160-4-1 Type B Stabilization 8" Min 1,864 SY 4252-042 Manhole Type J-7 <1 0-1 EA 430-89-229 Corrugated Aluminum Pipe CulvertStorm Sewer, 24"d 12 Gauge Corrugated Aluminum Arch Pipe CulvertStorm Sewer 24" x 35" 12 Gauge 98 198 LF LF 430-89-233 430-984-329 MES Side Drain 24"d Corrugated Pipe 3 EA 43D-984-505 MES Side Drain 24"x 35" Aluminum Arch Pie 2 EA 522-2 Concrete Sidewalk (4n Thick) -V Wide 1,651 BY 700-46-21 Sin EAstin Relocate (Single Post 1 AS 700-46-22 Sin EAstin Relocate Multi Post 1 AS 711.35121 Solid Traffic Strip, Thermo. 12" Whlte 290 LF 711-35-241 Solid Traffic Strig, Thermo. 24" White 26 LF 1.96 SIDEWALK IMPROVEMENTS SUBTOTAL OD310-11 ITEMIZED BID SCHEDULE -�' • Project Name: CR512,Poase qIV Roadway Improvements IRC Project Number 9611 IRC Bid Number 2008012 Bidders Name: cTLO�T,L'/i REVISED 11106102 ADDENDUM #2 IN 7 W r W r M W -- M r W W 177 00310-12 Quantity Unit Unit Pnce Amount Description . MISCELLANOUS P801 1 LS Pa ent Bond 1 LS Performance Bond LS 108.1 Record Drawing1 N.P.D.E.S. Permitting 1 1 LS LS 108.2 108.3 S.W.P.P.P. Aerial Photograph 65 200 EA * 108A * 108.5 Relocate Palm 1.PEjectin of Trees to Remain 35 EA * 108.6 MISCEL.LANOUS SUBTOTAL LS = LUMP Sum LF = Linear Foot EA = Each CY = Cubic Yard SY = Square Yard TN = Ton DA = Day AC = Acre LB =Pound PI = Per Installation AS = Assembly BA = Bale 00310-12 ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Bid Number 2006012 Bidders Name: Sl'ok 'j'G�'� — IRCProjeotNumber 9611 `SUMMARY - ITEMIZED BID SCHEDULE PROJECT NAME: CR5122 PHASE IV, ROADWAY IMPROVEMENTS NSIDDER'S NAME: :R512. PHASE IV ROAD IMPROVEMENTS r SUB -TOTAL: ;UB -TOTAL AMOUNT (IN WORDS) W .01st AVENUE IMPROVEMENTS W SUB -TOTAL: $ r>UB-TOTAL AMOUNT (IN WORDS) r IGNALIZATION SUB -TOTAL: "UB -TOTAL AMOUNT (IN WORDS) +LANDSCAPING & IRRIGATION IN MEDIANS 3UB-TOTAL: wSUB-TOTAL AMOUNT (IN WORDS) OM -95 SIDEWALK SUB -TOTAL: $ 06UB-TOTAL AMOUNT (IN WORDS) MISCELLANEOUS r SUB -TOTAL: $ SUB -TOTAL AMOUNT (IN WORDS) r FORCE ACCOUNT $200,000.00 rFORCE ACCOUNT (IN WORDS): TWO HUNDRED THOUSAND DOLLARS AND NO CENTS .TOTAL BID AMOUNT: $ TOTAL BID AMOUNT (IN WORDS): OD310-13 r J TABLE OF CONTENTS " Section No, Title VOLUME 1 CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 'w 00300-1 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 0 00450 Sworn Statement under Section 287.133, Florida Statutes on Public Entity Crimes 105.08, Indian River County Code, on 00452 Sworn Statement under Section Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire ` 00458 List of Subcontractors r CONTRACTFORMS 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 r- 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 tr F:\Engineering\Capital Projects\9611-CR 512 Widening\9611 CR 512 PHASE Iv\contract Documents\00010 -Table of Contents -REV 04- 07.doc 71 +■ DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS r VOLUME II No APPENDIX A — PERMITS on APPENDIX B — CHAPTER 4 BEST MANAGEMENT PRACTICES + + END OF TABLE OF CONTENTS + + ,1 r or u m s 00010-2 r FAEngineering\Capital Projects\9611-CR 512 Widening\9611 CR 512 PHASE I\AContract Documents\00010 -Table of Contents -REV 04- 07.doc SECTION 00100- Advertisement for Bids • BOARD OF COUNTY COMMISSIONERS r 1801 2r Street, Vero Beach, Florida 32960 U71 r-1 • Telephone : (772) 567-8000 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY BID # 2008012 FAX: (772) 770-5140 Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, November 7, 2007. 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 "Bid Number 2008012, 49611 - CR512 PHASE IV ROADWAY IMPROVEMENTS." Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids 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. 9611 r INDIAN RIVER COUNTY BID NO. 2008012 0 PROJECT DESCRIPTION: • 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, 1801 27th Street, Vero Beach, +" Florida, 32960, (772) 226-1380. Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River Coun in the amount of $275.00 for each set, which represents cost of printing and handling, which is non refundable. All bids shall be submitted in duplicate on the Bid Proposal forms provided within the �. specifications. A BID BOND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to 00100 -Advertisement for Bids REV 04-07.doc 00100-1 Ci =mends and Settings)iW iamsy-0oa1 SetfingsWemporary Internet FilesV)LOCA00100-Mvetisement for Bids REQ/ 04-07.dx do business in the State of Florida, in the sum of not less than Five Percent (5%) of the total �. amount bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance Bond 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 ninety 90 ' 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. A Pre -Bid Conference will be held on October 24, 2007 at 10_00 AM, in Conference Room • Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED. w INDIAN RIVER COUNTY By: Jerry Davis Purchasing Manager For Publication in the Vero Beach Press Journal No Date: September 26, 2007 For: Vero Beach Press Journal r Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION ' 1800 27th Street Vero Beach, FL 32960 or W 0 as * * END OF SECTION * * 00100 - Advertisement for Bids REV 04-07.doe r 00100-2 C:MD uments and sedingsywiilems%L c l Settings\Temporary Irdemet FiWSX0LK7Dt00100-Advertisementfor Bids REV 04-07.doo W7 SECTION 00200 - Instructions to Bidders r TABLE OF CONTENTS Article No. -Title Paye rARTICLE 1 - DEFINED TERMS...............................................................................................1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS................................................................. 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS........................................................................ 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, rAND SITE...................................................................................................................... 2 ARTICLE5 - PRE-BID CONFERENCE.................................................................................... 4 r ARTICLE 6 - SITE AND OTHER AREAS................................................................................. 4 r ARTICLE 7 - INTERPRETATIONS AND ADDENDA................................................................ 4 ARTICLE8 - BID SECURITY................................................................................................... 5 rARTICLE 9 - CONTRACT TIMES............................................................................................. 5 ARTICLE 10 - LIQUIDATED DAMAGES.................................................................................. 5 ARTICLE 11 -SUBSTITUTE AND "OR -EQUAL" ITEMS.......................................................... 5 r ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS ........................................ 6 ARTICLE13 - PREPARATION OF BID.................................................................................... 6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS........................................................... 7 ARTICLE15 - SUBMITTAL OF BID......................................................................................... 8 r ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ................................................. 8 rARTICLE 17 - OPENING OF BIDS........................................................................................... 8 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE ............................................ 9 ARTICLE19 - AWARD OF CONTRACT.................................................................................. 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE..................................................... 9 r ARTICLE 21 - SIGNING OF AGREEMENT..............................................................................10 r ARTICLE 22 - SALES AND USE TAXES.................................................................................10 ARTICLE23 — RETAINAGE.....................................................................................................10 r ARTICLE 24 - CONTRACTS TO BE ASSIGNED.....................................................................10 ARTICLE25 - PARTNERING................................................................................................... 10 00200 - Instructions to Bidders REV 04-07.doc 00200-1 F:1Engineerng\Capbl FrojedsW11-CR 512 Widening1g811 CR 612 PHASE IV1Contrad DowmerHs=288- Instrodions to Bidders REV 84-07 doo J SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Article Subject MW Award of Contract... .................................. ffi .............................................................. ontract.................................................................................................... Basis of Bid; Evaluation of Bids..................................................................................................14 wBid Security...................................................................................................................................8 Bids to Remain Subject to Acceptance.......................................................................................18 Contract Security and Insurance................................................................................................ 20 Contract Times.................................................................................................. ........................... 9 Contracts to be Assigned. ........ o ........................ 4 .... ffi ......... 4 4 .............. 4 ................................. ssigned............................................................................................................ 24 Copies of Bidding Documents............................................................................................ .......... 2 a. Defined Terms. P ...... o ................ P ..... o ... 0 .............. 4 ................... 4 ................... 4 ... 6 .......... erms......................................................................................................... Examination of Bidding Documents, Other Related Data, and Site..............................................4 Interpretations and Addenda........................................................................................................ LiquidatedDamages............................................................................................4...........0.........4 10 Modification and Withdrawal of Bid................................................................................4............ 16 00200 - Instructions to Bidders REV 04-07.doc s 00200 - 5 F:\Engineering\Capital Prgect MJ 1 -CR 512 Wd 09\9611 CR 512 PHASE MContmd 00wments100200 -1n wc5ons to Bidden; REV 04-07.doc SECTION 00200 - Instructions to Bidders No ARTICLE 1 — DEFINED TERMS r 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 wr 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, uu 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 40 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 so 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. as ARTICLE 3 - QUALIFICATIONS OF BIDDERS r 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 rr 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. 00200 - Instructions to Bidders REV 04-07.doc r 00200-1 FAEnginsedng\Capft] Prcjects19611-CR 512WM"M09611 CR 512 PHASE l 1Contr Dowmenls10020U - imi lions to Bidders REV 04-07.doc Rev. 05/01 r 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 r 4.01 Subsurface and Physical Conditions ` 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 w structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. r B. Copies of reports and drawings referenced 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 a others. 4.03 Hazardous Environmental Condition i 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 has been identified and established in paragraph 4.06 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. a 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 00200 - Instructions to Bidders REV 04-07-doC Im 00200-2 FAEn9inwnng\Capital Prgects1.9611-CR 512 WdeningN9611 CR 512 PHASE MCOn a Do Ments=00 - Inch ons to Bidders REV 06-07.tloc Rev. 05!01 r with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in s 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. 4.05 Upon a request directed to the ENGINEER (Michael D. Nixon, P.E., 772-226-1986), 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 condition upon completion of such ` explorations, investigations, tests, and studies. 4.06 This paragraph has been deleted intentionally. 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 AFTER CONTACTING THE ENGINEER (Michael D. Nixon, P.E., (772) 567-8000, EXT. 1986) TO MAKE ARRANGEMENTS IN ADVANCE, 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 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; w 00200 - Instructions to Bidders REV 04-07.doc go 00200-3 FAEngineenglCapkal "ects19-CR 512 Wdening1ge11 CR 512 PHASE PACoM d DocumenGs100200 - InsWcSons m Bidtlers REV 04D].doc Rev. OMI 511 H. correlate the information known to Bidder, information and observations obtained from r 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. 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 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. r 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 w 5.01 The date, time, and location for a Pre -Bid conference, if any, are specified in the 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. rr ARTICLE 6 - SITE AND OTHER AREAS ,,. 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. M 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 r without legal effect. 00200 - Instructions to Bidders REV 04-07.doc 00200-4 F.iEMineehnoCapBs1 Projects19611-CR 512 Widening\9611 CR 512 PHASE IV1Contrac[ Documer =200. Inst cllom 10 Bidden: REV 06-07.doc Rev. 05/01 7,02 Addenda may be issued to clarify, correct, or change the Bidding Documents as �. deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 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 except as provided otherwise by Laws or Regulations]. All Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder • shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General wr Conditions. 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 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 91 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. ARTICLE 10 - LIQUIDATED DAMAGES 1W 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. 0 n 00200 - Instructions to Bidders REV 04-07.doc M 00200-5 P:1EngineednglCapiW Proje 00611 -CR 512 Widening19611 CR 512 PMASE MContract D000meM 00200 - InsWtlbns to 6'rJders REV 040Zdoc Rev. 05ro1 W ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS ,r 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or 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. w ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS r 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 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 w 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 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 entity so w. 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 w General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or w entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained Not from the Issuing Office. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the w 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. w 00200 - Instructions to Bidders REV 04-07.doc w 00200-6 F;tErglneenrg\Capital Projec V)611 -CR 512 Widening\9611 CR 512 PHASE IV\Cw trad Dccumeniss100200 - InsWdions to Bidders REV 04-07.Ooc Rev. 05/01 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice - r 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. so 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (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. in 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. 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. i 13.08 All names shall be typed or printed in ink below the signatures. 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. r 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. r 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. 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. r 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. 00200 - Instructions to Bidders REV 04-07.doc up 00200-7 F.%Engineering\Capi l Prcjedslg611-CR 512 Wdening)S611 CR 512 PHASE N Cw"d OocumeMeN0200 - Instmdms to Bidden: REV 04-07.doc Rev. 05101 I0 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. r D. General Information Required of Bidders. • F. 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 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 r 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, 1800 27"' Street, Vero Beach, Florida, r 32960. rr ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 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 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 will be disqualified from further bidding on the Work. W r 00200 - Instructions to Bidders REV 04-07.doc • 00200-8 F-1Pngh,eering\C PW Projede1g611-CR 512 Wideningl9611 OR 512 PHASE MContract Doc=9ntsW200 - iws cbons to Bidders REV 04-07.doc Rev. 05/01 • 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. LL ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE r 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 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 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 w 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. 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 r 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 i 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. W 00200 - Instructions to Bidders REV 04-07.doc rrr 00200-9 F:�Engineering�CVp l Project 9611 -CR 512 WideningW11 CR 512 PHASE N1CW"Cl Dowments=200- Inshu[tlons to Bidders REV 0"7Aw Rev. 05/01 W r 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 Agreement and attached documents to OWNER. r. 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 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 consequential damages incurred, and the Contract may be awarded as the OWNER desires. r 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. 85-80126220340-3. Said taxes shall not be included in the Bid. Refer to paragraph 6.10 of the Supplementary Conditions for additional r information. ARTICLE 23 — RETAINAGE r 23.01 This Section intentionally left blank. r ARTICLE 24 - CONTRACTS TO BE ASSIGNED W 24.01 This Section intentionally left blank. ARTICLE 25 - PARTNERING r 25.01 This Section intentionally left blank. * * END OF SECTION * * on 00200 - Instructions to Bidders REV 04-07.doc W 00200-10 FAFnginee n9XCepft91 Pmjacf \9611 -CR 512 WAening\9611 CR 512 PHASE MContract Dacumenrs100200- Insbuctionsto BIMREV 04-07.d= Rev. 05101 SECTION 00300 - Bid Package Contents s THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER r Bid Form 00310 Bid Bond 00430 Public Entity Crimes Affidavit 00450 Sworn Statement on Disclosure of Relationships 00452 r Sworn Statement Under the Florida Trench Safety Act 00454 General Information Required of Bidders 00456 List of Subcontractors 00458 r SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID W M W * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07.doc ra 003001 FAEngineeringl aPrcal Projects\9611-CR 512 WdeningW611 CR 512 PHASE Wontraet Documents\00300 - Bid Package contents -REV 04-07.tloe W SECTION 00310 - Bid Form W PROJECT IDENTIFICATION: Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS County Project Number: 9611 r Project Address: CR 512 (108` Avenue to 1800 feet west of CR 510) Project Description: The project will consist of the widening of approximately two miles of CR 512 to a four -lane divided highway between 108`" Avenue and 1800 feet west of CR o i U. Also included will be the installation of a new mast arm traffic signal at the intersection of CR 512 and 1081 Avenue, the replacement of two existing span wire traffic signals with new mast arm traffic sign Is at the intersections of CR 5121 -TO-1'7—Avenue and CR 512/Sebastian River Middle School driveway, the construction of retention ponds landscaping and irrigation. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 27th 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 r 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 r 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. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and r Regulations that may affect cost, progress and performance of the Work. 00310 - Bid Form REV 04-07.doc 00310-1 P;1Engineenng\Capital Proleels18611-CR 512 VVd ning1g611 CR 512 PHASE MContmd Documeotet00310-RW Form REV 04-07.doc Rev. 05/16/01 do 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 as provided in paragraph 4.06 of the General Conditions. 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 10' 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. r 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. an 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. r 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. OW 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. M [The remainder of page intentionally left blank] r:3 00310 - Bid Form REV 04-07.doc r 00310-2 F:1Engine wg\capksl PrgecisMl l 1 CR 512 WK a ingl 611 CR 512 PHASE MCon"d Oocu tsM310 - BE Fm REV 04 7.doc Rev. 05H6IOt 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 14.07.13 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: r 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; r 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; M 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 the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. 00310 - Bid Form REV 04-07.doc 00310-1 FAEwineennq\CvAal Projects58611-CR 512 Widening19611 CR 512 PHASE MC "d Do ments100310 - Bid Form REV 0"7.doc s SUBMITTED on , 20_ rr State Contractor License No. If Bidder is: :7 r r. An Individual Name (typed or printed): _ By: (individual's signature) Doing business as: Business address: Phone No.: A Partnership r Partnership Name: Rv r • r No r iow s FAX No.: (Signature of general partner-- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.: (SEAL) (SEAL) A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest (Signature of Corporate Secretary) Business address: Phone No.: FAX No.: Date of Qualification to do business is 00310 - Bid Form REV 04-07.doc r 00310-2 F\ErigineeringlCapital Project Ml l -CR 512 Wideningr9511 CR 512 PHASE MCOMd DommeM V)0310- Bid Form REV 0 -07.dm w A Joint Venture (SEAL) Joint Venture Name: w By: (Signature of joint venture partner —attach evidence of authority to sign) w Name (typed or printed): Title: w Business address: 0 Phone No.: Joint Venture Name: FAX No.: w By; (Signature — attach evidence of authority to sign) w Name (typed or printed): Title: Business address: w Phone No.: FAX No.: w w to 0 M I= Phone and FAX Number, and Address for receipt of official communications: (SEAL) (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * 00310 - Bid Form REV 04-07.doc i 00310-3 F;1Fsgineering\Capilal Projede 9611 -CR 512 Wdewg\9611 CR 512 PHASE MConnd Doeamem=31g -Bid Form REV 04-07.doc ITEMIZED BID SCHEDULE Project Name: CR512, Phase qIV � �R�oadway Improvements IRC Project Number 9611 • IRC Bid Number 2006012 Bidders Name: l.F3A11ZA,77-4K REVISED 11106/02 ADDENDUM#2 so * Revised Line Items L -A 7 w up ON 40 7 7 i • w L i 0031 r Item fil Description Quantity I Unit I Unit Price Amount CR512IMPROVEMENTS 101-1 Mobilization 1 LS 42_7, 77 41 , qZ7 77 102-1 Maintenance of Traffic 1 LS . IST LIS W i a 102-3 Commercial Materials 1,196 CY t"o2. 74 q&Z .9 104-4 Movvinq 46 AC 5V. X Z 3Cb (CO 104-10 Baled Hay or Straw 270 EA 11,5-5- 104-13 Staked Slit Fence. Type ill 25.943 LF /,97 5ig3Z9, ya 109.71 Feld Office Contractors 1 LS g 5z,,57&veq,16-2,5,Qe�) 110-1-1 lClearing & Grubbing 1 LS 1A a0©: 00 / �Q eXO• 00 110-5 Plugging Wells (Artesian Wells) (if necessary) "(Actual quantity to be determined at a later date) 2 EA OO 110-6 Plugging Wells (Non -Artesian Wells ) (if necessary) ' (Actual quantity to be determined at a later date) 2 EA y�2, * 120-1 Excavation. Regular 118,165 CY 24 ��11Jrtt777li ZI 906F o0 120.4 Excavation, Subsoil (Muck,Clay, Rock, etc., all unsuitable materials 4 970 CY !, .5y 3 • /�' * 120-6 Embankment (filD - (includes replacement of subsoils) 97.842 CY t % /..J I 160-41 Type B Stablization (B" Min) 44,606 BY 5 zyc5- 3/33:. CY 160-4-2 TY e B Stabl'¢ation (12" Min) 90,121 SY 5549 1.2J,59 qq 665P I C6 2B5-7-09 Optional Base Group 9 10" Cemented Coquina Base 60 420 SY 285-7-16 Optional Base Group 16 (4" Cemented Coquina Base) 8,600 SY ,�q S eO •w 286.1-2 Turnout Construction 1 6,556 SY 0��. 367, 327-73 7-=-"" ...:a> : , .:.77777,77I:..:.. Milling Existing Asphalt Paving - 1" Depth a 13,715 •:I SY * 334-2410 Suoerpave As haltic Concrete, 7ypeSP 9.5 (1"Thick) 94,610 SY 334-2414 Sunerpave Asphaltic Concrete, TypeSP12.5 11Y2"Thick) 84,512 SY 7+17 (PDS 400-1-2 Class I Concrete Endwalls (index 250) 1 9 CY 425-1351 r Inlet Type P-5 (<19) I I 1 EA 33075-01 7, S0 425.1361 Inlet Type P-6 <10') 3 EA 31-7Z7,,01 425.1321 Inlet OT Bat Type C, <1 O'� 1 EA 27.X 1.57' 425.1-542 Inlet, type D 13 EA 712.5 425-1-549 Inlet type 0 Modified - 2 EA 322,-St7 y�s 0031 r r w 1W or OW r W r W tlo M L� • to ITEMIZED BID SCHEDULE Project Name: CR512, ,P�'ha a IV Roadway Improvements IRC Project Number 9611 IRC Bid Humbw20D6012 Bidders Name: /ter T (�201SI7;e4C7-7N6 //VC. REVISED 11106102 ADDENDUM *2 a W 11 Item No. Description Quantity Unit Unit Price Amount 425-1-571 Inlet, Type G 425-1-573 Inlet, Type G w/ J Structure Bottom 1 EA , 06 I r O 03, CO 425.2-041 Manhole, Type P-8, (<1M - 2 EA Z 310,X o, 425-2-042 Manhole, Type J-71 (<10') 1 EA 334919, CC 3,qcto, 00 430.11-325 Concrete Pipe Culvert, Storm Sewer, Class 18, 18"d 246 LF -rq, ti 10 430-11-329 Concrete Pie CulvertStorm Sewer Class III, 24"d 1,578 LF 5565ele 430.11.333 Concrete Pipe Culvert Storm Sevrer, Class III 3C"d 1,213 LF 70 430-11-338 Concrete Pipe CulvertStorm Sewer Class 111 36"d 950 LF 430-11,340 Concrete Pipe CulvertStorm Sewer, Class III 42"d 672 LF 430-11-341 Concrete Pipe Culvert Storm Sewer, Class III, 48"d 140 LF 6,7.L10 Z/ %15�6 , 40 430-89-225 CorrucatedAluminum Pipe CulvertStone Sewer, 18"d 16 Gauge 22 LF W, 10 -lee 2 430-&4229 Corrugated Aluminum Pine Culvert. Storm Sewer, 24"d 16 Gauge 718 LF 5E &4 3?J 95-(0 s7e 430.89-233 Corrupated Aluminum Pipe CulvertStone Sewer. 30"d 14 Gauge 315 LF 741VO 430-89.238 Corrugated Aluminum Pipe Culvert, 36"d, 14 Gauge 542 LF . 10 96110 Urp ezn 6 430-89-240 Corrugated Aluminum Pipe Culvert, 42"d, 12 Gauge 120 LF 126, l.$ % 430-84242 Corrugated Aluminum Pioe Culvert, 60"d 10 Gauge 125 LF 16b. LYS 2% Qom, 430-141-102 Elliptical Concrete Pie CulvertStorm Sewer HE III 14'523" 130 LF ,50,q6>; ,i'Z . 430-141-103 Elliptical Concrete Pipe Culvert Storm Sewer, HE IN, 19'X30" 1,441 LF�O- 430-141-104 Elliptical Concrete Pie CulvertStorm Sewer HE III, 24'X38" 274 LF <:&730 2q, 7y,?,. 430-994-X29 ADS Storm Pipe Culvert- W'd 40 LF -57 y.J 412 430-982-225 MES Side Drain, 18"d Corrugated Aluminum Pipe 2 EA 115569 ---L;z.n5E 43 /Q. 43D-984-329.1 MES Side Drain Double 24"d Corrugated Aluminum Pipe 1 EA /r� �u 430-984-233.1 MES. Side Drain, Double 30"d Concrete Pie 2 EA Z , ,�J 7930,4e 430.984-338 MES Side Drain 36"d Corrugated Pipe 2 EA /, X 3 &PC/a 430-964-402 IMES, Side Drain 14'523" Concrete Pie 4 EA 1,3 / ZJO C J Z 430-984-403 MES Side Drain. 19"x30" Concrete Pipe 6 EA /115 430-984-403- i MES Side Drain Double 19'X30" Concrete Pipe 6 EA Z5240; % T- 430.984-404 MES Side Drain, 24'X38" Concrete Pipe 4 EA 520.1.10 Concrete Curb and Gutter Type F 3,561 LF 520 5205-X42 Concrete Traffic Se rator-T eIV 6'wide .800 LF S -6r70 Z15:. X1.98 a W 11 ITEMIZED BID SCHEDULE Project Name: CR512, Ph se IV Roadway Improvements RCPrblect Number 9611 40 IRC Ego Number 2008012 Bidders Name: r REVISED 11(06102 cnnFNniim Aq W :J ear u W • t> an O M eta r^ C so 00310-6 Item No. Oestri tion quantity Unit Unit Price Amount .. ....:fn ...:.¢.F Y:'.i%.:n:::.i:ff T.%C:v'•n\CY.S:. K1):fJ:. yn::: n.:. *:U';. d'iik. ... ,Y. .JY n({$.� U)$)'G•�k,i knf. .: .fS[il moi"'{i'} `v.(An4i'ti$)f $�:SQKt })i�$$. i' Sidewalk 4" Thick 33 L1t / �E �' `� 522-1 Concrete 6 wide 552 SY . " 522.2 Concrete Sidewalk (4'Thick)-8'.wide 8,903 SY 33.61 Z99,Z2cl.93 I -7 �8 q / -33ji 3S 550-1 Livestock Fence 5' High, T Type A 5 841 LF / •'3 ZZ OS C2/ �7 550-2 Fencino, Type B (STD. 6) 4 448 LF V r U •�� 550-3-1 Corner Post Assembly e A Fence 2 EA 550.3.2 Comer Post Assembly e B Fence 12 EA 1 t SDf y 0 Z �5 550.4-1 PUII Post Assembly e A Fence 23 EA o 2S � 3 f• 1+ Q sO, 00 550-1 Pull Post Assembly e B Fence B EA 550-76.242 Fence Gate, Type B 24' 5 Z s,00 1,5 75 (Double Opening) 3 EA rOo Landscape, irrigation and Littoral Planting for Pond "A', Pond "B" and 101 st Avenue 570-1 Littoral Zone Planting (Pond A) 1 LS 523506, 00 rj Z7 5 00, as 570.2 seeding & Mulching ZZ 7r 28 o 33,130 SY ° jQ+ Z0ZJZ20,6� 575-1-1 Sodding Bahia Water & Fertilizer Medians not included 159.671 SY 580-326-2 Mulch Phe Straw ,t�r /! 77 wdt - 814 BA (c/2 Y 581-2-1 H 64 d5� w 3 Ground Cover - Sand Cordgrass: 18" to 24" x 18" to 24" 3 gal 1,724 EA 4/� • .r� 'S •3 582-2-1 Shrub - Dwarf YauPi.1 Hour. 15" -18" x 15" -18" (3 gat.) 184 EA ((7 l Jr t g Lit, 582-2-2 Shrub- Flax Uly(Full 1 gat., Ta.c.) 28 EA 582-23 Shrub Dwarf Petite Pink - Oleander. 18" - 24" x 15-18" 3 gal.) 23 EA 583-2-1 Tree Red Cedar 90 7j S2 �j g0 - S. T to T (15 gal.) 42 EA 7 � SZ. 0 7 I �7� 583-4-1 Tree - Red Maple: 10' to12' x 5' to 6 (2" to 2.5' cal. 30 gal. 11 EA r • 583.4-2 Tree - East Palatka Holly: 12' to 14'x 6' to T (100 gal.) 8 EA Soo, `H3 'S G—.7� 60 3, 4't 583-4-3 Tree Southern Wax Myrtle d3 4 i w rT rr 3 + S '0 - 6' to 8' x 4' to 6'(1 114" to 2" cal. 30 gal) 50 E4 t • 583-44 Tree Live Oak 13' to 14' T /(),S3 4/(),S3 —/707 - x to 8'(3" to 4" cal., 65 gal) 19 EA /@� • 5834.5 Tree - Bald Cypress 10' to 12'x 4' to 5' (2.25" to 2.5" cal., 30 gal) 38 EA � � 5 Z •40 0 584.4-1 T �—� Tree - Cabbage Palm:12' to 1 S' c.t.; 4' stag er in height 172 EA ` 1 590-70.1 -70 39i �7f 7 �+n ,p 3gr��7 �0 Irri ation em PondA 1 LS 590.70.2 Irrigation System S) —I Iy-3f b, IS 41, -3'0 • 1 S (Pond 1 LS Pavement Marking & Signing 630.12 Underground S,40 O6 $ �r 2-2" Conduit 10.570 LF (s �' SO -�T� $ z �T - y0 635-1.11 12" x 20" x12"d Pull Bax 17 EA r L 00310-6 Cl r 7 7 w 7 No w 7 LA i 4w r • G so ITEMIZED BID SCHEDULE Project Name: CR512, P se IV Roadway Improvements IRC Project Number 9611 Bidders Name: /� T t:onl�c29Wd Ml e4 61d Number 2606612 , REVISED 11186102 ADDENDUM #2 WO -7 Item No. Description Quantity Unit Unit Price Amount �� Sx`v;,: � 3 1-7 635-1.15 30'wg8 24"d Slack! Splice Box 6 EA Y' • 25 �, 9 ZZ., SO 70040-1 Sign Shale Post 42 AS ISi 223 3.3 0 00 (0-7 2G ,QO 700-40-2 n - Multi Post 2 AS �'� S-7 S �° 700-46-11 Sin Existing Remove 18 AS S ° u s Z 1,,'7 3 2 SO 700.46-21 Sian Existing Relocate Sin le Post 33 AS , $6 / ! 3S 700-46-22 Sign Existing Relocate - Multi -Post 2 AS ' I • Zo r3,4oz;'° 7063 Reflective Pavement Markers 3,310 EA 711-3 Pavement Massages. Thermo. 2 EA I 00 0c 711-4 Directional Arrows. Thermo. 86 EA 7 • 601 711-33 Skip Traffic Stripe, Thermo. white 33T254 LF7 df $ 70S0 2fo4c)s 711-34 Skip Traffic Stripe, Thermo,(Yellow) 2915 LF � �' /-7/ 373,2& 711-3$-61 Solid Traffic Stripe Thermo. 6" White 30.616 LF 711.35-121 Solid Traffic stria Thermo. 12" White) 1.174 LF $ �.G, 711-35-181 Solid Traffic Strips. Thermo, 08"White 303 LF ,s9 Is 711-35-241 Solid Traffic Stripe, Thermo. 24" White) 368 LF Mn w ` Ss 1-3; -3 D C 2 711.36.61 Solid Traffic Stripe, Thermo. (6" Yellow) 23, LF Utilities r `f Z'� ZO/ 8 -32 1512420-18 Sewer Pipe, 6" DIP. Su221Y& Install 496 LF x 70 LF �F 2, Oro 2 �Cq 4Q 1 0O 1513-160-216 Sanitary Sewer Force Main (6" PVC) qy 2� 1 d� W �r D s ' * 1542-116-008 Valve, Sanitary, 6" Gate w / Valve Box and Concrete Pa 4 FA • //1 �O, 346. • 300• x 1512-86-20 Sanitary Sewer Adjustment Assemb 10" DIP (include (4) 45° Elbow) 1 EA % 41044 2'30 1543-111.008 10" x 6" Wet Tea w! Valve and Box 3 EA 1612-19-318 Potable Water Main 8" HDPE 1,412 LF 1612-198321 Potable Water Main. 12"HDPE 232 LF 3 2Z %1t-184-105 8'X6" Restrained Increaser 1 EA $ 3; 83Z so so 1644-111-26 Fire Hydrant Assembl 5 EA 2 2.t�S 00 S)9_20Oro 1644-800 Fire Hydrant AssembRelocation 4 EA q $ I 3 i r 3 . Z • } 1642-151-018 Valve, Potable Water, 8" Gate w /Valve Box and Concrete Pad 10 EA r k /R) � C '7C. Z, r' #S 302• `'° 1642-151-021 Valve Potable Water, 12" Gate w / Valve Box and Concrete Pad 2 EA (P-' / -T1y 179,00 0,2 114,1IT. 1619.532.326 Potable Water Adjustment Assembly, 20" DIP (include 14) 45* Elbow) 1 EA WO -7 7 • 4W W I* 10 W • W 171 J J M U • ITEMIZED BID SCHEDULE Project Name: CR512, Prase IV Roadway Improvements IRC ProJW Numbar 9611 Bidders Name: $ SC0*e.V7 V&1-1.✓ iirlC, IRC Bid Number 2008012 REVISED 11106102 ADDENDUM #2 on 00310-8 Item No. Oescrl tion Quantity Unit Unit Price Amount 61037a 90 V6j1gIZ•S6 1637-150.218 20"x8"Wet Tap w/Valve and Box 11 EA 1637-150-218 20" x 12" Wet Top w / Valve and Box 2 EA 425-6 [Valve Box/ Valve Pad Adjustment 25 EA�� !r Z07•y"' 'J I� 45 4910 00 1648-100-7 2" Slaw Off 12 EA ORS12 IMPROVEMENTS SUBTOTAL 7Z8 S -S7 O x 101st AVENUE IMPROVEMENTS LLII of � T 7 1? 120-1 Excavation, Regular 417 CY ,rJJ J •7,30 �/ e7I +i0 120-6 Embankment fill 58 CY 7' 4 327-70 Milling EAsting Asphalt Paying 317 BY 3Z gi 00 334-1 Superipave As hallic Concrete Type SP 9.5 1"Thick 1 775 BY r r. r l 2 -7 3, 334-2 Isup"payeAsohaftlo Concrete Type SP12.5 (1 112" Thick) 1.502 SY rIs•�0 �0 `v Zr94—]'S 334-1.4 Sue ave Asphaltic Concrete (Leveling And Overbuild) 545 TON t�S 400-1.15 Class I Misc. Concrete 32 CY �� I T, U5 `j ,'� 285-7.09 Optional Base Group 6 8" Cemented Co ulna 1 101 BY • 160.4-1 Type 8 Stablizatlon 12" Min) 1.396 BY �Z/-!�• `0 00 tq� —7� 8 430-141-101 Elliptical Concrete Pie CulvertStom Sewer. HE 111 12"x18"120 LF 7 r , a ay V1 /,Z3'5,-TT ! 2-704 00 430.984-401 MES Side Grain 12"x18" Concrete Pie 8 EA JZ35.75 g 0U 711-4 Directional Arrows Thermo. 3 FA `� 0 711-34 Sidp Traffic Stripe. Thermo. ellow 93 LF U,srr ' ('69 711.351 Solid Traffic Stripe. Thermo. 6" Whitt) 1,051 LF ,yfr I I 711-35.241 Solid Traffic Stripe, Themo. (24" White) 38 / LP �'s 17-7 • ZO 711-36-61 Solid Traffic Stripe, Thermo. (6" Yellow) 1.340 LF 99 1-7 711-36.181 Solid Traffic Stripe, Thermo. (18" Yellow) 93 LF 575-1.1 Soddin (Bahia) Water & Fertilizer 1,124 BY S5-1.4 i8oddin i5t. Au ustine) Water &Fertilizer 1 700 1 BY 101st AVENUE IMPROVEMENTS SUBTOTAL 9 S 7 ::v >.. <, ,.. ...T ', f y:Q: ,. Ifu».: °:r:. ,'.,u f.vv• a...R-'G :[. .['<'Y u. 'tr< .:::@:n i- '%< SiGNALIZATION do 7' T r 0 I S " 630.1-12 Condult (furnish) (underground) (2" PVC) 545 LF i [Conduit fI6 S Z� 00 �r o�'9 ' * 630-1.14 (Furnish) (Underground Sore) (2" PVC) 2.580 LF r 632-7-1 Si al Cable (Furnish & Install) PI on 00310-8 t_MI4E17 8110 SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRCProject Number 9611 11110 IRC Bid Number 2008012 Bidders Name: `T eDA17;"d7'14L REVISED 11106102 ADDENDUM #2 W 1110 US GO �� so 40 u • • ON r 0 a 00310-9 Item No. Descri tion Quantity , Unit Unit Price Amount 'w.^:�}l;'.:4':.3'kt::ik'>:';'. M1ov 6>'%4fi.:'Fe S::S ��>:: a>. >::.R?;:.>. if.'r� :: ^y .. n::.:S !:: '< ':; :.. ... Fiberoptic Branch Connection "L <,.w,^}s< 120 LF x. 2X.tf1 •s A.. o-55>" 9'. bi 633-121.1 633-121-3 Fiberoptic Interconnect (96 Single Mode Installed with in Conduit Placed by Others) 13.512 LF e4l L3 5590q, 635-1-11 Pull Boz (Fumish & Install(Traffic Signal) 25 EA /7ea 11 r 7 639-1-13 Electrical Pourer Service (Overhead) 3 AS /]5Bq,y 62 639-2-1 Electrical Service Wire (Furnish & Install) 300 LF /z 327. rV 641-42-120 Concrete Service Pole(Furnish & Install - Direct Burial N -III) (201)3 EA 7Z' 88 649-426-504 Mast Ann Assembly (F & 1/High Loading) (Double Arm w/o Luminaire) (86- B5 -Q4 1 EA q9 1C9 Z7 % / < Z ' 649.433-008 Mast Arm Assembly (F & I/High Loading) (Single Ann w/Luminaire) (83 Q22LUM)) 2 EA ZN lOZ .Z �) �, 649-436-010 Mast Ann Assembly IF & I/High Loading) (Single Ann w/Luminaire) (66- Q24LUM 3 EA 37. X19 .' %lZ yBZ, 649-435-009 Mast Arm Assembly (F & I)High Loading) (SingleArm w/Luminaire) (B5- Q23LUM) 4 EA 31 57/, tP9 , % % 2.966 650.51-311 Trac Slone] Furnish & Instal (3 - Section) (I -Way) LED Horizontal ffi 6 AS > 1 r73 �. /ve 650-51511 Traffic Signal Fumish& Instal)5-Section (1-Way)LED, Horizontal) 16 AS / Q/�'�/It 5- / IID dZLI, li 653.191 Pedestrian Signal (Furnish & Install) LED -Countdown 1-W 2 EA 443, © % 3Zfo. /D 653-192 Pedestrian Signal Furnish & Instal LED-Countdown(2-Way) 8 AS / z. 90. 8R /Dj 3q3 659.107 ISlonal Head Aux. (Furnish & Install) (Aluminium Pedestal 1 EA 66374-11 Vehicle Detector Assembly (Furnish & Install ideo Detection 11 EA .3 / / 5G. 3 0., 3Z 665-11 Pedestrian Detector Furnish & Install (Pole Mounted) 18 EA 663. ZI 9 7 6705.111 Traffic Controller Assembly Furnish & Install NEMA w/Fire Premption 3 AS 2 �t 680.106 System Control Equipment(Famish & Install) Communication Interface) 3 EA • 680-201 Sys Aux -Terminal Server, Ethernet -RS232, 2 Port (F&I) 3 EA �,j �% 3 /Lp �16 Il 683.107 18 em Communications Modem 3 LS % 03Y, B3 t/ -� /O �/ " 6B5.128A Interface Panel (FO tenninatlon Cabinet 12F Wall) (F&I) 3 EA / 7rp0G, rp 5Z91,Y3 685.1286 Interface Panel (FO Splice Closure 12F UG) (F&I) 2 EA / / r , 29 3 Z 3 � S i "` 685.1288 Interface Panel (FO Splice Closure 96F UG) (F&I) 1 EA 237, 7$ 8 Z 3 7 , 78 686.101 Closed Circuit Television Equipment 3 EA " 686.1016 Sys Aux- Camera Assembly, OSP (F&I) 3 EA 2 3 qy, 47 Z J2 -(P5 J r q1 * 686.1026 Sys Am - Video Encoder MPEG IV (4 Channel) (F&I) 1 EA S, %QS ;Ij S -70 s,-7 ' 686.102B Sys Aux - Video Encoder MPEG IV (S Channel) (F&1) 2 EA 7,4 Z5, 3c? t&L ZS'7 p , / � * 687-011 SysAux-FOEthernet Switch (F&I) 3 EA Z 973,0 �4U2p0'83 690.10 Remove Traffic Signal Head Assamblv 12 EA 00310-9 ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Project Number 9611 WBidders Name; i7` JG`a�72Aerl4e /.t". IRC Bid Number 2008012 REVISED 11108102 Gnnsmn11M 8q 7 1W 7 W I W up go W& 40 • LA to • W • =0-io Item No. Description Quantity Unit Unit Price Amount 690-32-1 Pole Removal Shallow Direct Burial! Class V 40 6 EA 74'1 %73 3 7 8, f`10, 2 Z. 690-50 Remove Controller Assembly 2 EA 6 so -z-5 /360 56 690-60 Remove Vehicle Detector Assemb - 8 EA 3cE�3 . Z - Z (D 6 . 3 z 690-80 Remove Span Wire Assembly 2 EA I (J= ZJr 13fcs + 50 690-90 Remove Conduit and CablinQ 2 PI l r o% 3 ffs y z 690.100 Remove Miscellaneous Signal Eoui ment 2 PI 1 3 3 1931 Z) 4o4 Z , W � 699-1-1 lntemally Illuminated Sin (Furnish & Install) (Street Name - 11 EA 6377w34 36 15 %$O0q(( 700-48-18 Sign Panel 36" X 30" (R10-18) - 2 EA 33(0. 4/1 40-7Z . 82 SIGNIL17ATION SUBTOTAL LANDSCAPING AND IRRIGATION IN MEDIANS MIA Rambird 1800 -PRS Series 4 -Van 17 IBAr'o » `J 1 ei50 7 MI -2 Rainbird 1800 -PRS Series 6 -Van 9 EA 2 - Jr% Z 9 8 . 5q MI -3 Rainbird 1800 -PRS Series S -Van 7 EA Zip.' S) fig$-, ,5 -77 MI.4 Rainbird 1800 -PRS Series 10 -Van 9 EA Z(0 Sr/ MI -5 Rainbird 1800 -PRS Series 12 -Van 11 EA Z6' .51 [G • (0 25/-(0/ Mi -6 Rainbird 1800 -PRS Series 15 -Van 357 EA 26 ° 5) ��/// % 7&q . j) 7 MI -7 Rainbird 1800 -PRS Series 18 -Van 1,137 EA 264-51 3Q. 1411 •97 MI -8 Imitrol Valve- Model 2178 95 EA 1-7 MI -9 Goulds Pump - Model 50S PH 10 w/Allied Fiberglass Pump House FPH - 4 x4orE uil. 4 EA. 3. 25.5.66. 1 3 OZO00 MI -10 Controller. Clock and Pedestal Hunter ACCA 200 -PP 4 EA 89 8 - .3Z5q' 3 r 22 MI -11 Rain Sensors - Mini-Clik 4 EA 76. %S 260.6 C> MI -12 2.12" PVC (Sch 40) 10.702 LF 68 41 so MI -13 1-12" Class 200 23,098 LF e9 a y i� Z3 Pi Z C7 MI -14 6" PVC Sch 40) 795 LF - 7 96 'q MI -15 IIrri ation Widng 1 I LS 1 3Z 55(:) 3 z .550 MI -16 IjV0 " Dia. Artesian Welf I 4 EA f Q (pZj, 31 i zias, 41 MLS-1 Licustrurn 8'- 19(Tree),65 Gal. 12 EA Z I I , q8 3 'K -7y 76 MLS -2 Crapemyrtle 12'- 14' Standard 3" - 4" Cal., 65 Gal. 24 EA 373.8c 60971,20 MLS.3 Solitaire Palms 14'- 16'(Triple),45 Gal. (Min.) 6 EA 3 €3 q • -T 3 2.337./ MLS -4 Sabal Palm 10' - 16', 12" - 18" Cal, 10 EA 157. zg Y 5 % Z • U • =0-io i ITEMIZED BID SCHEDULE Project Name: CR512, Phase IV Roadway Improvements IRC Bid Number 2008012 Bidders Name: ,//( f&, IRC Project Number 9611 REVISED 11106102 ADDENDUM #2 ru Item No. Descri tion quantity Unit Unit Price Amount MLS -5 Blue Plumbago 18"-24" 1Gal. 3'O. C. 90 EA 1/6" 7d' r MLS -6 Indian Hawthorne 15" - 18". 3 Gal. 30" O.C. 264 EA ` / / 2 5n MLS -7 Pumle Lantana 15"- 1B". 1 Gal. 3' O.C. 280 EA % `/O5 • too w MLS -8 Aztec Grass Full t Gal, 1S"O,C, 880 EA 540z -7 2/)-7. MLS -9 Beach Sunflower Full 1 Gal. T O.C. 200 1 EA 76 y� MLS -10 Day Lilly, Full Gal. 18"O.C. 168 EA s•e�(1 qO 7, 2 U r. MLS -11 Dwarf Fakahatchee Grass, 1 Gal. 18" O.C. 1 168 EAer+ o z -J% MLS -12 Coontie 1 Gal. 2'O.C. 105 EA Op1-7fo 9r9. av r MLS -13 Shredded Cypress Bark Mulch 161 CY 38 Q(�IC7(p 08!z MLS -14 Floratam Sod 19,036 BY Z'00 077. neri 1 LANDSCAPING BIRRIGATIONINMEDIANS SUBTOTAL ��%c%. O97 S7 _. .,',✓<;�.x<yy?!?2 x.>s�.n?s i., �s=:. :.;xr -s: xx:: •.. '!._.r. I ;:. :,: ', x!.�:f.ts x,.': .`�� , .C,Yn.X..: .:'�sl,:a;:�¢;:;r,;. ..',>.:. .,.! .., . , .. .!•.'.< ..,'...! 1-95 SIDEWALK IMPROVEMENTS .. 120.1 Excavation Reular 148 CY 2o36 z 3y9,8 120-6 Embankment (flii) 1 t321 CY '50 25. rP q3s Z5 • 160.4.1 T e B Stalaillration (8" Mln) 1,864 BY 2: Z Hca Z/2 0(091 425-2-042 Manhole Type J-7 <10' 1 EA qrl D = 00 3.879 a a 60 • 430-89-229 Corrugated Aluminum Pipe Cuivert. Storm Sewer, 24"d 12 Gauge 98 LF 66' IV 5 . % U IR 430-89-233 Coro ated Aluminum Arch Pipe CulvertStorm Sewer. 24" x 35' 12 Gauge 198 LF 4? 0 • 3O - / 7 coy3Jr,3 430-9134-329 MES, Side Drain, 24"d Corrugated Pice 3 EA f 2. a .5U 3 7• SO 430-984505 MES Side Drain, 24"x 35" Aluminum Arch Pioe 2 EA % cg Q,Tita ` 7- 0 • 00 522-2 Concrete Sidewalk (4"Thick) -8' Wlde 1,651 BY .3Z.�C/S -, 16 NO 700-46l.21 Sin Existine (Relocate) (Single Post) 1 AS 52 r 5 0 5--0 700-46-22 SI n Existing Relocate Multi Post) 1 AS S67i 50 711.35.121 ISolid Tratic Stnp, Thermo, 02" White) 290 LF j ° 7 ices 3(05V 410 I 711-35-241 Solid Traffic Strip, Thermo. (24" White) I 26 LF 2, 5z sZ • 1-95 SIDEWALK IMPROVEMENTS SUBTOTAL IVO, / UO s.3y .8 00310-11 IN to IN r -a W we 1111111177 r W 71 OW r L] W i ITEMIZED BID SCHEDULE Project Name: CR512, Poase IV Roadway Improvements IRC Project Number 9811 Bidders Name: i� JC`!� slTpflG77�C� IRC Bld Number 2008012 REVISED 11/06102 ADDENDUM #2 Item No. Description ::I :>,n:Yb ExY <"^i:'^. ): `.i oi'[.'• ..iti'D> l£:,yu ::h .< .F.Iv <.: MISCELLANOUS .)S' Ouantlty Umt .fv f%:t Vmt Pnce .Fs 'n'f $.. Amount $).., n`.!" � 800 Payment Band 1 LS 11 7 Z(� bGY�• w % Z 6 C7Cp .D (� 801 Performance Bond 1 LS l i{ 3 Zt/Q.9P (L(3 , 'Zyrf qc, 108.1 Record Drawiric 1 LS (8900,00 ( 900)0 108.2 N.P.D.E.S. Permitting LS (tel S3D,CtJ ("1 ,j 30 O� 108.3 S.W.P.P.P. 1 LS I.�ZZS,DD %s ZZ.s.6C� * 108.4 Aerial Photograph 65 EA * 108.5 Relocate Palm 200 EA 131, ZS� * 168.5 Proteetin of Trees to Remain 35 EA <9 61e PJQ 2 y0 • oiJ MISCELLANOUS SUBTOTAL (06 967�k0 LS = CY = Lump Sum Cubic Yard LF = Linear Foot SY = Square Yard EA = TN = Each Ton DA = Day AC = Acre LB = Pound PI = Per Installation AS Assembly BA = Bale 00310-12 ITEMIZED BID SCHEDULE Project Name: CR512,Ph4selV Roadway improvements IRC Bid Number 2009012 Bidders Name: f5reo y4e --- wUMMARY - ITEMIZED BID SCHEDULE PROJECT NAME: CR512, PHASE IV, ROADWAY IMPROVEMENTS -IDDER'S NAME: "RS12, PHASE IV ROAD IMPROVEMENTS SUS -TOTAL: $ `7z5. 557 0 S IRC Project Number 9611 M�JB-TOTAL AMOUNT (IN WORDS) �X M/G C / � n/y .SLfi/Eit/ hiiix/O.0-'C� 7T/IGrNT�/CT/6 HT 7.F/aUSf�n/O /`iYc�%�llr/Qc�t� Fi.`=n/SNric�i✓�'/lR.er�<%GfrcEn/r )1st AVENUE IMPROVEMENTS ow SUB -TOTAL 79 JB -TOTAL AMOUNT (IN WORDS) • GNALIZATION SUB -TOTAL: $ /` SSu{' . 4� =JB-TOTALAMOUNT (IN WORDS) ScYc�i�ii r�ec t� me 7Y d. r/�T sA ✓0 4-1 cri�i <a�i� �. 7Y 1r 0ze445es ixrY -141" c�v✓r s LANDSCAPING & IRRIGATION IN MEDIANS c+JB-TOTAL: $ a/�% 097e ---5-7 ,,JB -TOTAL AMOUNT (IN 10)5 SIDEWALK cUB-TOTAL: $ /00 ,,1B -TOTAL AMOUNT (IN WORDS) ` 0,V&7414&&er�0 i�fDtsS.4n/q f'�i/�'Hl�/.U�7�F7J >•�i.[?7'//�//G erJQil,4P'•'S�C T/Gif/E'��///C�T�iS ISCELLANEOUS SUB -TOTAL: $ I(Lbr'Iry 7. 96 JB -TOTAL AMOUNT (IN WORDS) "J'�,�"/�iaiaeer� Sixry %.�s�-,y �/.r/��,yu��✓ ,.5�.-y.S��xf.�-��`-€�=vC�ui-s �Prc errOL R07 c20n nnn nn rwbRCE ACCOUNT (IN WORDS): TWO HUNDRED THOUSAND DOLLARS AND NO CENTS r TAL.BID.AMOUNT: $ r_ 810° TOTAL .BID-AMQUNT(IN WORDS).yCl,�i Nlr<!<:y,/�u��uo������Y��/e 00310-13 z W SECTION 00430 • Bid Bond ow KNOW ALL MEN BY THESE PRESENTS, that we (BIDDER'S NAME) H ti: J CONTRACTING, INC. as Principal, and LIBERTY MUTUAL INSRUANCE COMPANY (SURETY'S NAME) a chose a corporation duly organized under the Laws of the State AM as a %%tueraty with its principal offices in the City of Boston. MA and authorized to do business in the State of r- Florida, are held and firmly bound unto INDIAN RIVER COUNTY (hereinafter called the OWNER) in the penal sum of *Five Percent of Amount B0611ars ($_******5Z****** ), lawful money of the United States, amounting to 5% of the total bid price, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. r Whereas said Principal is herewith submitting a Bid dated November 7 , 2007 , for the construction of: Project Name CR 512, PHASE IV ROADWAY IMPROVEMENTS County Project Number: 9611 Project Address: CR 512 (108"' Avenue to 1800 feet west of CR 510) Project Description: The project will consist of the widening of approximateix two miles .. of CR 512 to a four -lane divided highway between 108' Avenue and 1800 feet west of CR 510. Also included will be the installation of a new mast arm traffic signal at the intersection of CR 512 and108'" Avenue, the replacement of two existing span wire traffic signals with new mast arm traffic signals at the intersections of CR 512/101" Avenue and CR 512/Sebastian River Middle School driveway, the construction of retention ponds, rr landscaping and irrigation. 10 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 Principal enters into a written contract with the OWNER in accordance with the Bid as accepted, and if the Principal gives the required bonds with good and sufficient sureties for the faithful performance and proper fulfillment of such Contract and for the protection of laborers and materialmen, then this obligation shall be null and void. Otherwise, the Principal and Surety, jointly and severally, shall on or before the ow sixtieth day after request by the OWNER, pay to the OWNER in money, the difference between the amount specified in said Bid and the amount for which the OWNER may procure the required work if the latter amount is greater than the former, together with any expense and reasonable attorney fees, including appellate proceedings, incurred by the OWNER if suit is brought hereon, but in no event shall Surety's liability exceed the penal sum hereof plus such expenses and attorney's fees. 40 IN WITNESS WHEREOF,.the above -bound parties have executed this instrument under their several seals this 7th day of November 20 07 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by Its undersigned 4r. representative pursuant to authority of Its governing body. n F:IEnpineedng%CapW Pmlects19611-CR 512 VAdeningW611 CR 512 PHASE Nrontrect Documents100430 • Bid 80rM REV 04-07.dw w • . a•a!•afa++ra++ararlMMMrafr+e+rM+r+ara+raaaaaaaaar+rrraaaarr•rrraMMra+rrr+a++rr WHEN THE PRINCIPAL IS AN INDIVIDUAL: Signed, sealed and delivered in the presence of: N/A Witness Signature of Individual " R/A Address Printed Name of Individual Witness N/A w Address N/A faflfalf aRrarrrlflfr*Ra+rrlallrMrarlfrarrlffrf•rartllfaf fHR+MIrNHal+rrr+lM+alR .r WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: Signed, sealed and delivered in the presence of: N/A Witness Name of Partnership r N/A BY: Address Partner w N/A Printed Name of Partner r N/A Witness (SEAL) w Address N/A fM•Nfffffflk11ff11r•frM+klaMrfMlrkfkkffAflfifffftffffaffifflHflH+NrfM}fiH ff .r WHEN THE PRINCIPAL IS A PARTNERSHIP: Signed, sealed and delivered in the presence of: 40. N/A Witness Name of Partnership • N/A BY: Address Partner v FAEndnaadna%Capftal ProleclsM11-CR 512 W1dM1ngM11 CA 512 PHASE Wontmct D=manu100 W • Bid Bond REV 0447.doe wo • N/A Printed Name of Partner N/A Witness W (SEAL) Address N/A • #YfYMM#iM##MM####f ##'tMIrM#fMhMf Y##4##i#Mii##iiM#fMM#k#Y######i#M##M##tk WHEN THE PRINCIPAL IS A CORPORATION: ' Attest: Sec; Name of Corporation H J CONTRACTING, INC. dory �'Z,As1or, d.� t BY: p� r Cll (Affix Corporate SEAL) VA Printed Official Title ^'tce 6tOsnlc i CERTIFICATE AS TO CORPORATE PRINCIPAL I Mor abt, certify that I m the Secretary of the corporation named as Principal In the within bond; that 1d -� , who signed the said bond on behalf of the Princin{�awas then. iec,kcLar i of said corporation: that I know VWige•signature, and.ki-1 slgnature thereto is genuine; and that said Bond was duly signed, sealed • and attested for and on behalf of Said corporation by authority of Its governing body. „„ Secretary' \ (SEAL) r TO BE EXECUTED BY CORPORATE SURETY: Attest: 4 See attached Power of Attorney Secretary Corporate Surety LIBERTY MUTUAL INSURANCE COMPANY Business Address 1051 Winderley Place, Suite 105 Maitland, PL 3 T 1 BY: A c .orpo at S ) " w (Attach Power of Attorney) Michael A. Holmes • Attorney -In -Fact F-.GVne kVi CapIW Projeets19S11-CR 512 widerdng19911 OR 512 PHASE Wonhad D=wm MM00030 - Bid Bond REV 00-07.doe Name of Local Agency up Brawn S Brown of Florida, Inc, Business Address 5900 N. Andrews Ave, Suite 400 STATE OF FLORIDA Ft. Lauderdale,, FL 33309 COUNTY OFXXM0ZtRnM Broward I Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Michael A. Holmes to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the Liberty Mutual Insuranceand that he has been ,e, authorized by Liberty Mutual Insurance Comlimetlecute the foregoing behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to before me this 7thday of November ,2007 • N t ry Public, S ate of Florida r My Commission Expires: May 25, 2009 Official Seal •iter.a,rfifw+xxrat�at�a��rFr`,rfwwt�a„f♦i,ur++.,r,xa.s,»�s,a�ei�,i„i4a a JOANNE M. MURSELL y' Any claims under this bond shall be addressed to: '” Ag My Nota Public, Stats of Florida am Comm. Expires May 25, 2009 No. DD 399234 Name and address of Surety: !� Liherty Mutual Insurance Company 1051 Winderley Place Suite 105 Maitland,_ FL 32715 so Name and address of agent or representative in Florida if different from above: L Brown 6 Brown of Florida, Inc. 5900 N, Andrews Avenue, Suite 400 Ft. Lauderdale, FL 33309 Telephone number of Surety and agent or representative in Florida: ( 407 ) 667 -1744 ++ END OF SECTION ++ • W 0110 F;WVneeAnpiCapltal Proiects1B611-CR 512 WiderAngW611 CR 512 PHASE Mf o' rtbact O0cumente100430 _ Bid Bond REV 04407.doc VOW SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act r THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED r REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with Project No. 9611 for CR512. Phase IV Roadway Improvements 1 2. This Sworn Statement is submitted by �� �dl I t u f�G 4,, r (Legal Name of Entity Submitting orn Sta ement) hereinafter_ OCt IDDER". Th IDDER'c a dre is _ 4W a1. (e V J-0 kf JC{(\>Z Fbyi iY�S �, wZl, c i 5.3 BIDDER's Federal Employer Identification Number (FEIN) is AW 3. My name is D i t)U 6- 1 t tcuzI n tTL and my relationship to the BIDDER qt C�(Print N e of Individu I Signi _ IS �� `✓' t (Position or Title) r 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.seq. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the ` BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall _ have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount ofp� Op r 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: 5tOoinlQ� , 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. 7) The BIDDER has allocated and included in its bid the total amount of $ Z based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements instituting the awl following specific method(s) of compliance on this Project: .t5e.071 1 /by 00454 - Florida Trench Safety Act - REV 04-07.doc OWN 00454 -I F?EngineermglCapilal Projects19611-CR 512 Wldening\9611 CR 512 PHASE MContraa OowmentsW0454 - Florida Trench Safety Act -REV 04-07.doc u The determination of the appropriate method(s) of compliance is the complete and sole or 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 r with the Trench Safety Standards. 8) The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, aw 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 4. Standards in designing the trench safety system(s) for the Project. r 0 BIDDER: By: Position or Title: Date: STATE OF _ 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 day of 20_ 4r Notary Public, State at large My Commission Expires: r 73 40 * * END OF SECTION * * 00454 - Florida Trench Safety Act - REV 04-07.doc 00454-2 FAEngineenng\Capifal Prcjeds19611-CR 512 Widening19S11 CR 512 PHASE Won"& Dommen1s100454 - Flodda Trench Safety Act - REV D4-07.doc SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE aw 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. 4r Documentation Submitted with Project No: 9611 Project Name: CR 512 PHASE IV ROADWAY IMPROVEMENTS 1. Bidder's Name / Address: 2. Bidder's Telephone & FAX Numbers: 411 3. Licensing and Corporate Status: a. Is Contractor License current? b. Bidder's Contractor License No: [Attach a copy of Contractor's r. 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. 4. Number of years the firm has performed business as a Contractor in construction work • of the type involved in this contract: 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? [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 the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? [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 assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? [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.] 00456 - Qualifications Questionnaire - REV 04-07.doc 00456-1 F:\Engneering\Capkal Prcieds19811-CR 512 Wdening\gett CR 512 PHASE pAContmd Doruments\00456 - Qualifications Questannalm - REV O"7.doc 9. Has the firm ever been charged with noncompliance of any public policy or rules? aw (If your answer is "yes, then attach a separate page to this questionnaire that explains aw the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 411111 10. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 11. Has the firm ever defaulted on any of its projects? [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 +r and that demonstrates its ability to meet the project schedule. 13. Name of person who inspected the site of the proposed work for the firm: rr Name: Date of Inspections: 14. Name of on-site Project Foreman: Number of years of experience with similar projects as a Project Foreman: 15. Name of Project Manager: Number of years of experience with similar projects as a Project Manager: • 16. What is the firm's bonding capacity? 0 [The remainder of this page was left blank intentionally] AV 77 W w 11111110 00456 - Qualifications Questionnaire - REV 04-07.doc +� 00456-2 F:\Engineering{CapiW Prgeds49611-CR512WidWin9W11 CR 512 PHASE MCordrad Dwo n%X00456- Qu Iifimbons Questionnaire -REV 04-OZdoc w 701 qw r V • N U N O L LL V L ! O N R m .3 0 0 Y w m a� 4. n E W � 0 U V R Y W � C � O O U E RQ C LL U L Y Y C c O .O U O R E Q .S �L 0 d Es A E Z 0 CZ O d N C L O ar CL Y Gf v -y Yr O = U � Lm c O Fc Y v d .O a` LE [NOTE: If requested by the County, the Bidder shall furnish references, and other information, or sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] By: (Signature) (Position or Title) • (Date) * * END OF SECTION r aw aw w :3 00456 - Qualifications Questionnaire - REV 04-07.doc w 00456-1 RNEngineering\Capital Projects\9611CR512 Widening\9611 CR 512 PHASE MContract Dowment%00456-Qualjg cion Duestionwire-REV 00.07doc r SECTION 00458 - List of Subcontractors W The Bidder SHALL list below the name and address of each Subcontractor who will perform No 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. 9611 for CR 512, PHASE IV ROADWAY IMPROVEMENTS. Work to be Performed Subcontractor's Name/Address 1. s 2. r+ 3. 4. 5. _ 6. 7. • 8. 9. r 10. Ir 11. 12. 1W 13. _ 14. 15. 16. 17. Note: Attach additional sheets if required. ,., * * END OF SECTION 00458 - list of Subconimctors REV 04-07.doc W 00458-1 F:Tnginaenwg Capital Proie s49511 -CR 512 Wdeninglg511 CR 512 PHASE AACMMU DowmentsM0458 - List of Sub tra rs REV 0407.d= 10 W Month Day, 2007 Persons Name Vendor name aw Vendor address City/State, Zip W W BOARD OF COUNTY COMMISSIONERS e U NOTICE OF AWARD Reference: Indian River County Bid # 2008012 Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS Dear Mr. , VIA OVERNIGHT DELIVERY to I am pleased to inform you that on XXX , 2007, the Board of County Commissioners awarded the above referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Performance Bond in the amount of 100% of the contract amount. ($XXXX.00) 2. Payment Bond in the amount of 100% of the contract amount. ($XXXX.00) 3. Certificate of Insurance, must name Indian River County as an additional insured and must provide for ow a 30 day Notice of Cancellation. 4. Agreement, execute the enclosed two (2) copies. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Performance Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the Certificate of Insurance to this office at the address provided below no later than Date XX, 2007. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. Enclosed are two copies of the Agreement. Please execute both copies and return them together with the wo required bonds and Certificate of Insurance to the Purchasing Office. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. r Sincerely, Jerry Davis, Purchasing Manager cc: Project Engineer's name, Department General Services Department• Purchasing Division 1840 25" Street, Vero Beach, Florida 32960•(772) 567-8000 Ext. 14169Fax: (772) 770-5140 E-mail: purchasing @ircgov.com 00510 - Notice of Award REV 0407 F:\Engineering\Capital Projects\9611-CR 512 Widening\9611 CR 512 PHASE IV\Contract Documents\00510 - Notice of Award REV 04-07.doc r SECTION 00520 - Agreement (Public Works) r TABLE OF CONTENTS r Title Page ARTICLE1 - WORK...............................................................................................................................2 r ARTICLE2 - THE PROJECT.................................................................................................................2 r ARTICLE3 - ENGINEER.......................................................................................................................2 r ARTICLE4 - CONTRACT TIMES........................................................................................................2 r ARTICLE5 - CONTRACT PRICE........................................................................................................3 r ARTICLE6 - PAYMENT PROCEDURES............................................................................................ 3 ARTICLE7 - INDEMNIFICATION.......................................................................................................5 so ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS....................................................................5 rARTICLE 9 - CONTRACT DOCUMENTS...........................................................................................7 rARTICLE 10 - MISCELLANEOUS........................................................................................................8 w FTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] r r r r 00520 - Agreement (Public Works) REV 04-07.doc r 00520-1 FSEngimennglCapilal Projecle19611-CR 512 WidmingMlI CR 512 PHASE IV\Conbr cl occuments100520 -Agreement (Public Works) REV 04-07.doc a fuary 8, 2008 vi Mary Lynn Rusbridge 3TJ Contracting S' S0 Fairlane Farms Road J`llington, Florida 33413 BOA: OF COUNTY COMMISSION :S NOTICE OF AWARD VIA OVERNIGHT DELIVERY 2,i„erence: Indian River County Bid #2008012 CR512 Phase IV Roadway Improvements C ar Ms. Rusbridge, W ( am pleased to inform you that on January 8, 2008, the Board of County Commissioners awarded the above rc =nced project to your company. The following documents are required before the applicable County dbpartment can issue a "Notice to Proceed" letter. 1. Performance Bond in the amount of 100% of the contract amount. ($8,584,040.58) 2. Payment Bond in the amount of 100% of the contract amount. ($8,584,040.58) ar 3. Certificate of Insurance, must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. IfFaccordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Performance Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the Certificate of Insurance to t s office at the address provided below no later than (January 23. 2008). Failure to comply with the eliablished deadline for submittal of required documents may be grounds for cancellation of the award. I addition, enclosed are two copies of the Agreement. Please execute both copies and return them together with the required bonds and Certificate of Insurance to this office. 'Wiank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. F`nc ly, &ttr !-10 Dav' , Purchasing Manager 10�: Michael D. Nixon, P.E., Roadway Production Manager • U7 General Services Department• Purchasing Division 1800 27th Street, Vero Brach, Florida 32960e M2) 5674000 F.xt.1416•Fax: (772) 770-5140 Email: purchasing @ircgov.com rr ACORD_ CERTIFICATE JF LIABILITY INSURANCE GPIDHANDJ02 0JJ °A 01/11/1N/4/00 8 PRODUCER Gateway Insurance Agency, LC Leggett Group, Inc 2430 West Oakland Park Blvd. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TYPE OF INSURANCE GENERAL LIABILITY IEACH X COMMERCIALGENERALUABILITY CLAIMS MADE 1KOCCUft X contractual POLICY NUMBER GL2057353466 Fort Lauderdale FL 33311 DATE (MMlDDIYY) 01/01/09 LIMITS OCCURRENCE Phone:954-735-5500 INSURERS AFFORDING COVERAGE NAIL# INSURED H and J ContractinInc. gq Lynn Marine Inc; Jam, Inc;Sea Sea -Lyn MacAinery Inc; Attn: Mr. Harry 14usbridge BPalFL 33421-0427 INSURER A: Al Co of RUCing PA lcan 09035 INSURER B: centfnmt>1 C+sualty Cenpam! tPERSOr1i ERAL AGGREGATE INSURER C. Phoenix Insurance Co. . INSURER DRoyallmBeach DUCTS-COMPIOP AGO INSURER E: GEN \. V Y GIM'PaGv THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR B NSR X TYPE OF INSURANCE GENERAL LIABILITY IEACH X COMMERCIALGENERALUABILITY CLAIMS MADE 1KOCCUft X contractual POLICY NUMBER GL2057353466 DATE (MMTDIYYI 01/01/08 DATE (MMlDDIYY) 01/01/09 LIMITS OCCURRENCE $ 1000000 UAAAi PREMISES(Eaoccurence) $ 300000 MED EAP (Ary one person) $10000 B ADV INJURY $1000000 tPERSOr1i ERAL AGGREGATE $2000000 DUCTS-COMPIOP AGO $2000000 GEN 'L AGGREGATE L IMIT APPLIES PER POLICY X JEC Lp Ben. 1000000 B AUTOMOBILE L"ll ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED ALTOS BUA2057353497 01/01/08 01/01/09 COMBINED SINGLE LIMIT (Es accident) $ 1000000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accldenll $ GARAGE LIABILITY LH ANY AUTO AUTOONLY-EAACCIDENT $ OTHER THAN EA"ACC AUTO ONLY AGS $ $ B EXCESSIUMSRELLA LIABILITY X OCCUR ❑ CLAJMSMaDE DEOLICTIBLE X RETENTION $10000 2097705145 01/01/08 01/01/09 EACH OCCURRENCE $ 5000000 AGGREGATE $ 5000000 $ $ $ A WORKERS COMPENSATION AND EMPLOYERSLIABILprY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERJMEMEER EXCLUDEDn It yes descrbe under SPECIAL PROVISIONS below WC20S7353449 01/01/08 01/01/09 X TORY LIMITS ER E L. EACH ACCIDENT $ 1000000 EL. DISEASE - EA EMPLOYEE $1000000 EL. DISEASE -POLICY LIMIT $1000000 C OTHER Equipment Floater QT660508SC181PHX07 06/05/07 06/05/08 Leased/ Rented 600000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS The Certificate Holder is listed as Additional Insured with respects to General Liability Only. Re: CR512 Phase IV Roadway Improvements. *10 Days notice for non payment of premium. to r ACORD 25 (2001108) • v INDRI01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL Indian River County IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Building Department 1840 25th street REPRESENTATIVES. Vero Beach FL 32960-3365 AUTHOR P • v ACORD_ CERTIFICATL \)F LIABILITY INSURANCE 13ateway Insurance Agency, LC Leggett Group, Inc $�I�930 West Oakland Park Blvd. bort Lauderdale FL 33311 Phone:954-735-5500 INSURED H and J Contracting Inci, Sea Lynn Marine Inc; SMP, nc; a -Lyn SeMachinery Inc. Attn: Mr. Harry {tusbridge P.O. Box 210927 Royal Palm Beach rL 33421-0421 an DATE (MMIDDNY(YI ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAIC # INSURER A. loarioan Cas. Co of loading IIA 09035 INSURER B: Continental C NIJAlty C*a &a INSURER C: Phoenix Insurance CO. INSURER D'. INSURER E t VvICI`I THE DOLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING MY REQUIREMENT, TERM OR CONDITION OF PNY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR r B �I SR X TWE OF INSURANCE GENERAL LIABILITY X COMMERCIALGEIERALUASIUTY CLAIMS MADE Z OCCUR X Contractual POLICY NUMBER GL2057353466 DATE (MI 01/01/08 DATE (MINIMONY) 01/01/09 LIMITS EACH OCCURRENCE i 1000000 PREMISES (Ea occvence) $ 300000 MED EXP (Any ww person) $ 10000 PERSONAL& ADV INJURY $1000000 GENERAL AGGREGATE $2000000 PRCWCTS- COMPIOP AGG $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY X PEO LOC Emp Ben. 1000000 HIM B AUTOMOBILE LIABII My AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BUA2057353497 01/01/08 01/01/09 COMBINED SINGLE LIMIT [Ed acciCert) $ 1000000 X EODILY INJURY (Per Person) $ BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE IPer accleenq $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THWJ EA ACC AUTO ONLY AGG $ $ B EXCESSNMBRELLALIABILTTY X OCCUR CLAIMS MADE DEDUCTIBLE X RETENTION $ 10000 2097705145 01/01/08 01/01/09 EACH OCCURRENCE $5000000 AGGREGATE $ 5000000 r $ $ $ A WORKERS COMPENSATION AND EMPLOYERS'LWBILITY My PROPRIETOR/PARTNERrEXECUTIVE OFFICERIMEMBER EXCLUDED? IH yes, descnba under SPECIAL PROVISIONS below WC2057353449 01/01/08 01/01/09 X TORY LIMITS ER EL EACHACCIDENT $ 1000000 EL. DISEASE-EAEMPLOYEE $1000000 EL DISEASE -POLICY LIMIT I $1000000 C OTHER Equipment Floater QT6605085C181PHX07 06/05/07 06/05/08 Leased/ Rented 600000 r DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES i EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The Certificate Holder is listed as Additional Insured with respects to General Liability Only. Re: CR512 Phase IV Roadway Improvements. *10 Days notice for non payment of premium. W 1W rAurFI 1 ATInN ACORD 25 (2001108) U SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION INDR101 DATE THEREOF. THE ISSUNG INSURER WILL ENDEAVOR TO MAIL *30 DAYSYRUTfEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL Indian River County IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Building Department REPRESENTATIVES. 1840 25th Street Vero Beach FL 32960-3365 AUIHORI1141.j I Anon ACORD 25 (2001108) U r 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) r 11II t 1 - and Loc. hi �S Cr�nTfaCtlllG .. oc. (hereinafter called CONTRACTOR). r OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: r 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: r The project will consist of the widening of approximately two miles of County Road 512 to a four lane divided highway between 10e Avenue and 1800 feet west of County Road 510. Also included will be the installation of a new mast arm traffic signal at the ,. intersection of (CR 512 & 1081h Avenue), the replacement of two existing span wire traffic signals with new mast arm traffic signals at the intersections of CR 512/101s' Avenue and CR 512 & the Sebastian River Middle School driveway, the construction of retention ponds, landscaping and irrigation. 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: to Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS County Project Number: 9611 Project Address: CR 512 (108th Avenue to 1800 feet west of CR 510) No ARTICLE 3 — ENGINEER r 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 r 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, it any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. r!!t#f!##44lflff#!###444ff#ff!!!ff#!#!!!ff!!!#1f!##t44##1flllf#4#f#!!f!llfllflfff####ff###!f##f!##if#44f##f#4 W 00520 - Agreement (Public Works) REV 04-07 00520 - 2 c:\oocarsrn and semngsVno wgt inugcel SetwW%Terrporery Memel FlreskOL G=520 - Agreerrenl lbw works) nev 04-07.60c 100 W M 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed 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, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 330"' day after the date when the Contract Times commence to run. RR!####llRRR*R*****R*}R}R4lRR*IRRRlR!#####**RRRl4R*###*#####***R#!###**RR#!*###*#*******R!!####*R#!#4#####** N ARTICLE 6 PAYMENT PROCEDURES r 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 and the Contract Documents. 00520 - Agreement (Public Works) REV 04-07 00520-3 Ilr CADooum eno SeeingsVnrrdeugnOMLocY SethrasWerryore7 knemet FlIes10LK5W0SW- Agreement (Pudic Works) REV 04.07.60C 4.03 Liquidated Damages r 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. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in r a legal 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 $3.5 88.00 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 $3.5 88.00 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. r 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 5.01.6, below: t. 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: $ �;�Sfi�1 „ n _ 923 Written Amount: N ARTICLE 6 PAYMENT PROCEDURES r 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 and the Contract Documents. 00520 - Agreement (Public Works) REV 04-07 00520-3 Ilr CADooum eno SeeingsVnrrdeugnOMLocY SethrasWerryore7 knemet FlIes10LK5W0SW- Agreement (Pudic Works) REV 04.07.60C 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final r completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater r than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. r 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to r federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. M 00520 - Agreement (Public Works) REV 04-07 00520-4 r C:\Da+xrenm trW SaninpsMnclsuphlinLLncal SeNnps\Tarypary IMamet Files\OLKSL0520 - Agreement (Pudic Works) REV 00-07.Eoc �/" M r M IN M 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. 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. 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 r Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having i 1 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 00520 - Agreement (Public Works) REV 04-07 00520-5 �[,L,'t✓/ C:M)OCenrane and seainosmn auohunuxel seairogmTenVonuy lMemet F4"No J5=Wo-Fgrssm (PWlk Works) REV 04-07-doc 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 No discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. '1 C M r r M • M 177 M J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 00520 - Agreement (Public Works) REV 04-07 00520-6 C1Doaimenb WW SMIn98W#Td upYW1acN SeWngsRwMwary InWr a FlIMWL 5==- AOAanaM (PubBe WMa) REV 0407.tloe Lil Us ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 10 tt�, 1. This Agreement (pages 520-1 to 5?0- X inclusive); 2. Performance Bond (pages 610-1 to 610-5, inclusive); 3. Payment Bond (pages 612-1 to 612-5, inclusive); 4. General Conditions (pages 700-1 to 700-45, inclusive); 5. Supplementary Conditions (pages 800-1 to 800-9, inclusive); 6. Specifications as listed in the table of contents of the Project Manual; • 7. Drawings consisting of a cover sheet and sheets numbered, bearing a title, project number, dated and revisions as follows: A) CR 512 Corridor Improvements, Phase IV by: Masteller & Moler, Inc., Project No. +� 9649TITL, S&S 9-25-072 W/ Rev. #7 Sept 07. Sheets: 1,2,3A, 389 4A, 4B, 5,6A, 6B, 7,8A, - BE, 9 —19,20A, 20B, 21A — 21 D, 22-74,Int 1, Int 2,101-1-1014, L1-L�R,1 141S1—S7,U1—U 11. • 3 B) CR 512 Sidewalk Construction Plans, by: Masteller & Moler, Inc. Project No. 9649-13, S&S 9-24-07, W/ no Rev. OF Sheets: 1 — 9 C) CR 512, Phase IV Landscape and Irrigation Plans by: Indian River County Us Engineering Division, Project No. 9611 B, dated 1-30-07 W/ no rev. D) Signalization Plans County Road 512 by: Kimley-Horn and Associates, Inc., Project No.SG 1 08.dgn, dated 9-26-07, W/ no Rev. '~ Sheets: T1 — T10 B. Addenda (numbers Ito inclusive); 9. Appendices to this Agreement (enumerated as follows): Us Appendix A — Permits Appendix B - Best Management Practices Us 10. Notice to Proceed (Page 1, inclusive) 11. CONTRACTOR'S BID (pages 1 to 8, inclusive) r 12. Bid Bond (pages 1 to 4, inclusive), Qualifications Questionnaire (page 1 to 4, inclusive), List of Subcontractors (page 1 inclusive). 13. Statement of Public Entity Crime. r 00520 - Agreement (Public Works) REV 04-07 00520-7 CADMIrrKM5 end $Mng5Vrnr1wONinM oval SN0ngsWenporuy MN et nl9s\OLKS40S20 - AOreemanl (PUNIC Works) REV 0407Aoe 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: ft a) Written Amendments; b) Work Change Directives; c) Change Order(s). Go 17. Contractor's Final Certificate of the Work (page 00632 —1 & 2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10.01 Terms VA A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract rr 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 rr 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 40 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. 00520 - Agreement (Public Works) REV 04-07 00520-8 411110 :�Dmuiwiu Md Coeu0 SeltlnpsNnrJwpNinrloeel SeNrgs\Tenporary InUmet Fllw\OIIGSO052e - Apraemem (Public(PublicW Works) REV 06•.aoc 101110 10.05 Venue Us 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. 10.06 Other Provisions [The remainder of this page was left blank intentionally] r W M r M INS IMF r iv NONE" 00520 - Agreement (Public Works) REV 04-07 00520-9 CADOMv ft era SWgsVw auWMnV.oeel SMtlngsRanpuan Inlemel FneMOUGD0520- AweeffWK(Pudb works) REV 04-07.dot 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 Tct�, 2005 (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 COUN r ail 1►L`(� a" 1 Sm*a I30 dm, Maimm r r1r AP SU .. By: r7 M AS TO FORM AND Jeffrey K. Barton, Clerk of Court Attest: Deputy Clerk (SEAL) Designated Representative: Name: Title: +. 1801 27th Street Vero.Beach 'Florida 32960 r (770) 5671-8000, ext Facsimile: (770) _ .1 0 do L� lotY4 A0041& By: V �/ (Contractor) )7inD Hoc; nl,Fxec%4;,re V (CORPORATE SEAL) Attes �1 I-d\0.aa..,;ilen, 4 ec t L n46tr Address for giving notices: r� 4 F,etrn5 Kul. el ; seA a Vl 33H118 License No. GaG CkS IH05 (Where applicable) Agent for service of process: Hurd ),�nr;RLA ;I. ies;Nt.. Designated Represent $ five: Name AK 1 i 1� � mA n Title: Address: 1 Phone: '1"12 - H'11)- QS -55 Facsimile: Stal - '155. A2d22 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520 - Agreement (Public Works) REV 04-07 00520-10 CADccum %anesamlgaVmrdauglninA=d Selunga\TallparNkft dPowWLK5 Wzo-Agrcemanl(pudic Wong)REV 04-07AW Vj\ 10 SECTION 00550 - Notice to Proceed W Dated February 6, 2008 [Certified Mail -- Return Receipt Requested] r TO: H & J Contracting, Inc. (BIDDER) �. ADDRESS: 3160 Fairlane Farms Road Wellington, Florida 33414 so Contract For: CR 512, PHASE IV ROADWAY IMPROVEMENTS to Project: 9611 B • OWNER'S Bid No. 2008012 rr You are notified that the Contract Times under the above contract will commence to run on February 7, 2008. By that date, you are to start performing your obligations under the Contract • Documents. The contract has allocated 390 days for the completion of this project. In accordance with Article 4 of the Agreement the date of Substantial Completion is February 10, 2009 and the date of readiness for final payment is March 12, 2009. Before you may start any work at the site, paragraph 2.05.0 of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified ., additional insured) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. M Also, before you may start any Work at the Site, you must: 1 Provide protection to various gopher tortoise sites until tortoise relocations have been W 2. rr W M J Right -of- way acquisition is locations will be permitted locations. for three parcels of land. No clearing in right-of-way is acquired. See construction plans for INDIAN RIVER COUNTY (OWNER) By: Michael D.. i)(On, P. E. Roadway Production Manager END OF SECTION 00550 - Notice to Proceed 00550-1 r F9EngineennglCapital Projects.9611-CR 512 WideningV9611 CR 512 PHASE MCmtract DocmieMSW0550- Notice to Procoed.doc M Li ft 0 This is the front page of the performance/payment bond issued in compliance with Florida Statute Chapter 255.05 Surety Name: r Bond Number: r Contractor Name: 0 W No e~ r Owner Name Project Number: Liberty Mutual Insurance Company 1051 Winderley Place, Suite 105 Maitland, FL 32751 407-667-1744 964010747 H & J Contracting, Inc. 3160 Fairlane Farms Road Wellington, FL 33414 561-791-1953 Indian River County 1801 27th Street Vero Beach, FL 32960 772-567-8000 Bid #2008012 Project Description: CR 512 Phase IV Roadway Improvements Project Address: CR 512 (108th Avenue to 1800 feet west of CR 510), Indian River County, FL r Legal Description of Property: CR 512 (108th Avenue to 1800 feet west of CR 510), Indian River County, FL r :D This is the front page of the bond. All other pages are subsequent regardless of the pre-printed numbers, SECTION 00610• Performance Bond Bond #964010747 KNOW ALL MEN BY THESE PRESENTS: BY THIS BOND, we H & J CONTRACTING, INC, 3160 Fairlane Farms Road, Wellington, FL 33414 so 561-791-1953 as Principal (Contractor), (Insert name, principal business address, and telephone number of Principal/Contractor) r• and LIBERTY MOTUAL INSURANCE COMPANY 1051 Winderley Place, Suite 105, Maitland, FL 32751 • (407-667-1744) 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, 1801 27th Street, Vero Beach, Florid 32q 0 /7 567- 00 , i h MiT i y� Hundred Eighty Four Thou )n the sum Of ugrrF an SR --- — oII�rS (x.584.040.#8** 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 - z AAdtlAl/ , 200$; W entered into between the Principal and the County of Indian Rivef, for. Bond Number: 964010747 aw Project Name: CR 512, PHASE IV ROADWAY IMPROVEMENTS County Project Number: 9611 Project Address: CR 512 (10& Avenue to 1800 feet west of CR 510) • . 1. Project s 512/101"Avenue and CR 512/Sebastian River Middle School driveway, the construction of retention ponds, landscaping and irrigation. w A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein. 5. 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 r• 00610 - Performance Bond REV 04.07.doc 00610-1 F.iEngkwodn CpiWPmjsa MllCR517W4w*VM11 CR 512PMSE IViCmbtl Daamem,100A10-Pelamwn4 BWW REV 0407AM • 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 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 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, r, 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. r IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals, this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. HlRfRRf k1RYR}R1fH1;HIHtIMkf ff ffRf RNf f Hff ffHlHf IIHf}1 f tRHHfHHI;IHf kf;fYRi}tttlftHRHH!/,4R;f H WHEN THE PRINCIPAL IS AN INDIVIDUAL: • Signed, sealed and delivered in the presence of: N/A Witness Signature of Individual N/A N/A Address Printed Name of Individual N/A • Witness N/A r Address N/A Rt/MI�H11RlfMHif;flt�tRlR1fMRH#1,fef1f1f1R}MHf1Mf4H111f111f HRVlHf4iffHHHHH1Hff1}HHff1HfRlRlfttff C" [The remainder of this page was left blank intentionally] •Ill: L. ,JJ r I'V N LZ WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: Signed, sealed and delivered in the presence of: M. N/A Witness Name of Partnership N/A N/A BY: N/A Address Partner " Printed Name of Partner N/A N/A Witness .. (SEAL) N/A ' Address ' }HfRH4H}}lhMRIMR!}1R44444HH44flaH4lflHR4ilHll4kRflf?f lffifHfHl4lHfr}tf4<4fHHiitll llH4tf ltlf Hlfht , WHEN THE PRINCIPAL IS A PARTNERSHIP: Signed, sealed and delivered in the presence of: N/A N/A !. Witness Name of Partnership N/A BY: N/A Address Partner aw Printed Name of Partner N/A N/A Witness • (SEAL) N/A Address •YIHHHHHHaHHf HH<eHH}HR<HtHtH HHaf HaHIH RHH}!HH RlRRRHaRH Hf 1 HHRH}H H4HHHH}1 [The remainder of this page was left blank intentionally) M ,� ^• r7 f"10 - Pedormance Bond RE T, 17'�T.doc 00610-3 W WHEN THE PRINCIPAL IS A CORPORATION: • Attest: H & J CONTRACTING, INC. r Secr a Name of Corpora' n BY: r (Affix Corporate SEAL) Printed Name Official Title r CERTIFICATE AS TO CORPORATE PRINCIPAL .. I \\ U� nn X-J�ft 6 certify tha I am the Secretary of the corporation named as Principal in the within bond; that Hoot& sbr; -e , who signed the said bond on behalf of the Principal was then \l ce Vt-es-:da,\l—� 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. rW Secretary1 ` `QA� (SEAL) TO BE EXECUTED BYCORPORATESURETYfts: Attest: See attached Power of Attorney • Secretary Corporate Surety LIBERTY MUTUAL INSURANCE COMPANY Business Address 1051 Winderley Place, Suite 105 r Maitland, FL 32751 BY: (Affix Attomey-In-Fact — Michael A. Holmes r Name of Local Agency Brown & Brown of Florida, Inc. r Business Address 5900 N. Andrews Ave, Suite 400 Ft. Lauderdale, FL 33309 r [The remainder of this page was left blank intentionally] MP r 00610 - Performance Bond REV 04-07AM 00610.4 FAEnftmOk Capital ProW.W 1itR 512 YQvft10S11 CA W PHASE San? REN0447AD0 . 1001 STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Michael A. Holmes to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for thet*ut he has been authorized byLiberty Mutual insurance coapaaxecute 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 17tbday of January 120 08 ar Official Seal My Commission Expires: .c"�`� JOANNE M. MURSELL Notary Public, State of Florida y hor 0 M' Connm' Expim May 25, 2009 No. DO 399234 4011 W _» .1110 EK::w W 111111117- 40 END OF SECTION 00610 - Performance Bond REV 04.07.doc 00610-5 F.WNWwkVTAPdalPmWtM11CR 512VAde p19511 CR $12 PHASE PtContadr Bond REV 0Id7.doc e7e L-1 SECTION 00612 - Payment Bond Bond #964010747 KNOW ALL MEN BY THESE PRESENTS: BY THIS BOND, we H & S CONTRACTING, INC, 3160 Fairlane Farms Road, Wellington, FL 33414 (561-791-1953) as Principal (Contractor), (Insert name, principal business address, and telephone number of Principal/Contractor) ., and (Insert name, principal business address, and telephone number of Surety) .. are held and firmly bound unto the County of Indian River, Florida, 1801 27th Street, Vero Beach, Florida 32%61r0, 7i -567-8((r��0� in the sum of t an Xggyl Oy -Hundred Ei�ht� Four ThousFzc fs ($8,584,040 58** 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 Y day of r1AAJ01&% 20_a, entered into between the Principal and the County of Indian River, for: Bond Number: Project Name: .r County Project Number: Project Address: Project Description: M 964010747 CR 512, PHASE IV ROADWAY IMPROVEMENTS 9611 CR 512 (10e Avenue to 1800 feet west of CR 510) The project will consist of the widening of approximately two miles of County Road 512 to a four -lane divided highway between 108 Avenue and 1800 feet west of County Road 510. Also included will be the Installation of a new mast arm traffic signal at the intersection of CR 512 and 1W Avenue, the replacement of two existing span wire traffic signals with new mast arm traffic signals at the intersections of CR 512! 101 Avenue and CR 512fSebastian River Middle School driveway, the construction of retention ponds, landscaping and irrigation. 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, as defined in Florida Statutes Section 255.05(1), supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution ,. of the Work provided for in the Contract. 00612 - Payment Bond REV 04-07.doc 4W 00612-1 F:1Fnphmal,q�C,piW PrgeMW611-CR 512W4wikVW611 CR 612 PHASE NrC *aleowm WG12- P,ymenl Bond REVC407.dm NEW 2. Florida Statutes Section 255.05 (2002), as amended from time to time, together with all notice and time provisions contained therein, is incorporated herein in its entirety ., by this reference. • 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". r 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 intenfionallyj • r_ W • • ID • ON 00612-2 00612 - Payment Bond REV 04.07.doe F.1EnW4WkplC2Pgo1 Pr*1612811CR 512WWO*VY011 CR 512 -Pnm Batl REV O"7.4= IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals, this day of , 20_, the name and corporate seal of 010 each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. r f1}R}ffftfff}fflf MfRllflRflff}}ffflRRflRfrtNRHRfllfRlf4Mtff fffffffflffRMlff flRlflffRRf}ff11f1f;1ff}R}ff WHEN THE PRINCIPAL IS AN INDIVIDUAL: � N/A N/A Witness Signature of Individual N/A N/A Via Address Printed Name of Individual r Witness N/A ,IN Address Hf fffffllHfff }ff}f ftYfiffRff MfH#ffftfffltRfbf}fffff1Hf11fff}#f4iff }ff}ffbfHpRffllffRf H}Rfff f llffff WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE • NAME: Signed, sealed and delivered in the presence of: t. N/A N/A Witness Name of Partnership ~ N/A BY: N/A Address Partner Printed Name of Partner N/A a Witness N/A (SEAL) • Address f1RR#lffff}ff}fff4lfffaff}asfff}ffw}}#}fffff<Y#fff}}�af}ffffifeff}#falaffaf}Yff#ff4}feffffffffaffffflfffeYff M [The remainder of this page was left blank intentionally] 001 r. /. 010 00612 - Payment bad REV 04-07.doa F.1Enph "*WCapeal P�df %M11d:R 612 00612-3 Vedai4p�6611 lXt 611 PNg6E MCawrw Boeemwbg66t1 • Pgmfrw Bone REV 0/-07.dot -r 1W W VV r r WHEN THE PRINCIPAL IS A PARTNERSHIP: Signed, sealed and delivered in the presence of N/A Witness N/A Address MIA Witness N/A Address Name of Partnership BY: N/A Partner Printed Name of Partner N/A N/A (SEAL) fkiifffffiyfiiikiiiiiitltH Rf4lkikkifRfHikRtf HftHfiRfitRHfRtftltifiNiliiittfiiiRiMfHfitiiHiif fifuM• WHEN THE PRINCIPAL IS A CORPORATION: Attest: Secr H S J CONTRACTING, INC. Name of Corporation BY: (Affix Corporate SEAL) Printed Namd�Co,�i�r�r��2i�G t� Official Title W CERTIFICATE AS TO CORPORATE PRINCIPAL ' %� ut: je.� , certif That m the Secretary of the corporation named as Principal in the within bo • that. ori\d r0, -e, , who signed the said ~' bond on behalf of the Principal was then Vis e_ c esu._• �a 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. Secreta \ lzr6�(SEAL) (The remainder of this page was left blank intentionally] r W go 00612-4 00812 - Payment Bond REV 04-07.do F.9En0MxYq'Cf0al PmjedeW311CR 312 MMa,WqM17 CR 312 PiVSE N1CaMnd Dowfnenng0a/1 • V+ymeN BoiW REV 04-0ldoc i -- M TO BE EXECUTED BY CORPORATE SURETY: " Attest: See attached Power of Attorney LIBERTY MUTUAL INSURANCE COMPANY Secretary Corporate Surety Business Address 1051 Winderley Place, Suite 105 Maitland, FL 32751 BY: r ( ix Corp orate4A�L)— W Attorney -In -Fact - Michael A. Holmes Name of Local Agency Brown & Brown of Florida, Inc. aw ' Business Address 5900 N. Andrews Ave, Suite 400 STATE OF FLORIDA Ft. Lauderdale, FL 33309 COUNTY OF INDIAN RIVER • Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Michael A. Holmes , to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the Liberty Mutual Insurance CompagAd that he has been authorized by Liberty Mutual insurance 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 17ttday of January 20 08 Not Public, State of Florida •� Official Seal My Commission Expires: i.•`•" •. JOANN M SELL Notary Public, Stela of Flo ide ^"tea My Comm. Expires May 25, 2009 • r ^ No fin 9 Q iA • r W7 laa a a END OF SECTION •' X11 00612 • Pa 00612 5 Payment Bcnd REV 0<-07Am FiFjipila7nyp7Caaar PlpaWagl/-CR all MMMYie10e/7 CR a17 PWISE IN CMM naaafMrt WW17•Parn nmq REV Md7Aoe 0 THIS POWER OF ATTORNEY IS NOT VALID. ._ESS IT IS PRINTED ON RED BACKGROUND. 1. 2146791 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint ow GERALD J. ARCH, MICHAEL A. HOLMES, ALL OF THE CITY OF FT. LAUDERDALE, STATE OF FLORIDA ........................ ............................................................................................................................................................................................... ......................................................................................................................................................................0...................... each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its r behalf as surety and as its act and dead, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS ($ 50,000,600.00""` ) each, and the execution of such undertakings, bonds, recognizances and other suretyobligations, in pursuance of these presents, shall be as binding upon the No Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. a: I By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. day of That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q•,ONw ,. COMMONWEALTH OF PENNSYLVANIAOF /,t� Traa9¢Pd�ele, Ndmy Pib4c By t`y*.7CQ1XW kVCarmiismEmi% Mec?9. 2009Ter sa Pastella, Notary Public CERTIFICATE 0��Qr. P�sylvww Asmci waa Nota I, the undersigned, Assistan cretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing r• is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. - - This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company r with the same force and effect as though manually affixed.. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By r , Davifl M. Carey, Assigt "t Secretary ISO IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of = Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 24th day of Mav ! 2007 OP LIBERTY MUTUAL INSURANCE COMPANY By� /w/ Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss r!! COUNTY OF MONTGOMERY n On this 24th day of May 2007 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged — that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q•,ONw ,. COMMONWEALTH OF PENNSYLVANIAOF /,t� Traa9¢Pd�ele, Ndmy Pib4c By t`y*.7CQ1XW kVCarmiismEmi% Mec?9. 2009Ter sa Pastella, Notary Public CERTIFICATE 0��Qr. P�sylvww Asmci waa Nota I, the undersigned, Assistan cretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing r• is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. - - This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company r with the same force and effect as though manually affixed.. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By r , Davifl M. Carey, Assigt "t Secretary ISO SECTION 00622 • Contractor's Application for Payment.doc w r w w No r 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: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): $ 00622 - Contractor's Application for Payment REV 04-07.doc 00622-1 F:1Engineedng\Capital Pmjectal9011-CR 512WIng19511 CR 512 PHASE W ontrad Cocume W00522 - Contractors Applicatlon for Paymem REV 04-07.doc Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) r From: (CONTRACTOR) Contract: Project: 9611. OWNER's Bid No. 2008012. ENGINEER's Contract No. N/A. ENGINEER IRC 1. Original Contract Price: $ 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: $ t. 4.c Total equipment and material stored to date: $ (1) 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): 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. w r w w No r 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: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): $ 00622 - Contractor's Application for Payment REV 04-07.doc 00622-1 F:1Engineedng\Capital Pmjectal9011-CR 512WIng19511 CR 512 PHASE W ontrad Cocume W00522 - Contractors Applicatlon for Paymem REV 04-07.doc 771 r CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE): 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. Dated r (ARCHITECT / ENGINEER) SIGNATURE 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 (ENGINEER/INSPECTOR) SIGNATURE Accompanying Documentation: l7he Remainder of Page Intentional Left Blankl 00622 - Contractor's Application for Payment REV 04-07.doc i" 00622-2 FAEriglneenngtCapital Projer k%11 -CR 512 Widening19611 CR 512 PHASE N,Contraa Dowments100622 -Contractors Application for Payment REV 0"7.doc CONTRACTOR'S CERTIFICATION: r UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the r 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 incorporated in said Work or otherwise listed in or covered by this Application for Payment will r 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 OWNER against any such Lien, security interest or encumbrance); (3) all Work covered by this r 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 r 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. r Dated (CONTRACTOR) r By State of County of • Subscribed and sworn to before me this day of Notary Public My Commission expires: r CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE): 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. Dated r (ARCHITECT / ENGINEER) SIGNATURE 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 (ENGINEER/INSPECTOR) SIGNATURE Accompanying Documentation: l7he Remainder of Page Intentional Left Blankl 00622 - Contractor's Application for Payment REV 04-07.doc i" 00622-2 FAEriglneenngtCapital Projer k%11 -CR 512 Widening19611 CR 512 PHASE N,Contraa Dowments100622 -Contractors Application for Payment REV 0"7.doc ON w � 0 e F d U N W N ca03 u LL o fp 0 W r Y d Z oCY) _ t U U N O o O O I LLma d O z E 0 e F d U W N N N u LL o _Q 0 oa Y d Z W _ t U = 7 N O 0 CL y Q o m Z _ m D �m 0 O +m+ Q C fA J Q F H m C d c "0 E" CL 0 � C 3 O E Q MID r d w m C Q E rya V O U m r 3 � C v 3 m m o a to 0 m c Y E eo N W m v a` c E Or N M 4 L661-. CO O)OrN('7 V «]CO r-�O66 CN m r Z r r r r r r r r r r N N N d O z E R s 0 e F d U W N N N u LL o _Q 0 oa Z W _ t U R s M SECTION 00630 - Certificate of Substantial Completion or Date of Issuance: 20 r OWNER: Indian River County r CONTRACTOR - Contract: Project: 9611 — CR 512, PHASE IV ROADWAY IMPROVEMENTS OWNER's Bid No. ENGINEER's Project No. CONTRACT FOR: CR 512. PHASE IV ROADWAY IMPROVEMENT r (Insert Name of Contract as it appears in the Bid Documents) an This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: M T OWNER And To - CONTRACTOR i 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 substantially r complete in accordance with the Contract Documents on r 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 30 days of �. the above date of Substantial Completion. :7 00630 - Certificate of Substantial Completion REV 04-07.doc • 00630-1 FAEgir d g\Capital Pmjects49611-CR 512 Widening1 611 CR 512 PHASE IVtCwn d Domments100630 -Certificate of Subatan6al Completion REV 04-07.dm The responsibilities between OWNER and CONTRACTOR for security, operation, safety, ,�. maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: W The following documents are attached to and made a part of this Certificate: r [For items to be OWNER: r other specifically noted conditions precedent to r CONTRACTOR: r W The following documents are attached to and made a part of this Certificate: r [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.] r 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. No Executed by ENGINEER on: r ENGINEER: r By: (Authorized Signature) r (Date). CONTRACTOR accepts this Certificate of Substantial Completion on (date). r CONTRACTOR: r By: (Authorized Signatu M OWNER accepts this Certificate of Substantial Completion on (date). �71 OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION * * - 00630 - Certificate of Substantial Completion REV 04-07.doc M 00630-2 FAEngineennglCapRal Prof c M9611CR 512 \Art ning19611 CR 512 PHASE IV,CoMract Docum nta100630-Cedlfl to & Substantial Completion REV 04-07.Eoc