HomeMy WebLinkAbout2008-342_, L
CONTRACT DOCUMENTS AND
SPECIFICATIONS
17TH LANE S.W. FROM 27TH AVENUE TO EAST APPROX. 900'
20TH AVENUE FROM 21ST STREET S.W. TO 17TH LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE
TO 20TH AVENUE
BID NO. 2008073
PROJECT NO. 0803, 0837, 0838
PREPARED FOR
THE BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
SANDRA L. BOWDEN, CHAIRMAN
WESLEY S. DAVIS, VICE CHAIRMAN
COMMISSIONER GARY C. WHEELER
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
MICHAEL D. NIXON, P.E., ROADWAY PRODUCTION MANAGER
00001 - Project Title Page - REV 04-07
00001-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00001 - Project Title
Page - REV 04-07.doc
TABLE OF CONTENTS
Section No. Title
DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE
CONTRACT
00001 Cover Sheet
00010 Table of Contents
BIDDING DOCUMENTS
00100 Advertisement for Bids
00200 Instructions to Bidders
00300-1 Bid Package Contents
00310 Bid Form & Itemized Bid Schedule
00430 Bid Bond
00452 Sworn Statement under Section 105.08, Indian River County Code, on
Disclosure of Relationships
00454 Sworn Statement under the Florida Trench Safety Act
00456 Qualifications Questionnaire
00458 List of Subcontractors
CONTRACT FORMS
00510 Notice of Award
00520 Agreement
00550 Notice to Proceed
00610 Performance Bond
00612 Payment Bond
00620 Sample Certificate of Liability Insurance
00622 Contractor's Application for Payment
00630 Certificate of Substantial Completion
00632 Contractor's Final Certification of the Work
00634 Professional Surveyor and Mapper's Certification as to the Elevations and
Locations of the Work
CONDITIONS OF THE CONTRACT
00700 EJCDC Standard General Conditions of the Construction Contract
00800 Supplementary Conditions to the General Conditions
00942 Change Order Form
00946 Field Order Form
00948 Work Change Directive
DIVISION 1 =GENERAL REQUIREMENTS
00010-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract
Documents\00010 - Table of Contents - REV 04-07.doc
DIVISION 2 - TECHNICAL PROVISIONS
APPENDIX A - PERMITS
APPENDIX B - CHAPTER 4, BEST MANAGEMENT PRACTICES
APPENDIX C--AS-BUILT SURVEY RECORD CHECKLIST
APPENDIX D -ROADWAY SOIL SURVEY
+ + END OF TABLE OF CONTENTS + +
00010-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract
Documents\00010 - Table of Contents - REV 04-07.doc
SECTION 00100 - Advertisement for Bids
BOARD OF COUNTY COMMISSIONERS
180127th Street, Vero Beach, Florida 32960
ADVERTISEMENT FOR BIDS
INDIAN RIVER COUNTY
Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, Sept. 24,
2008. 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 "Paving and Drainage Improvements to 17th Lane
.SW from 27th Avenue to East approx, 900', 20 Avenue from 215 Street SW to 17 thLane SW
and 17th Lane from Falcon Trace Project Entrance to 20 Avenue". 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.IVI., of the day specified
above, will be returned unopened.
INDIAN RIVER COUNTY PROJECT NOs. 0803, 0837,0838
INDIAN RIVER COUNTY BID NO. 2008073
PROJECT DESCRIPTION:
from
17th Lane from Falcon
to 17th Lane
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, Building A, 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 County, in the amount of $100.00 for each set, which represents cost of printing and
handling, which is non refundable. Communications concerning this bid shall be directed to
IRC Purchasing Department at 772-226-1416.
All bids shall be submitted in duplicate on the Bid Proposal forms provided within the
specifications. BID SECURITY must accompany each Bid, and must be in the form of an AIA
Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a
certified check or a cashier's check, drawn on any bank authorized to do business in the State
of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total
amount of the bid, made payable to Indian River County Board of County Commissioners. In
00100 - Advertisement for Bids REV 04-07
00100-1
F_NEngineeringZapital Projects1080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Docurrents\00100 -
Advertisement for Bids REV 04-07.doc
the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the
County and furnish the required 100% Performance Bond and 100% Payment Bond within the
timeframe set by the County. If Bidder fails to do so, the Bid Security shall retained by the
County as liquidated damages and not as a penalty. Please note that the questionnaire must be
filled out completely including the financial statement.
The County reserves the right to delay awarding of the Contract for a period of sixty 60
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 judgment, 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 Sept. 3, 2008 at 10:00 PM, in the first floor conference
room of the Indian River County Administration Building located at 1801 27th Street, Building B
Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS
HIGHLY ENCOURAGED.
INDIAN RIVER COUNTY
By: Jerry Davis
Purchasing Manager
For Publication in the Vero Beach Press Journal
Date: Aug. 13, 2008
For: Vero Beach Press Journal
Please furnish tear sheet and Affidavit of Publication to:
INDIAN RIVER COUNTY
PURCHASING DIVISION
1800 27th Street
Vero Beach, FL 32960
* * END OF SECTION * *
00100 - Advertisement for Bids REV 04-07
00100 - 2
FAEngineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Dowments\00100 -
Advertisement for Bids REV 04-07.doc
SECTION 00200 - Instructions to Bidders
TABLE OF CONTENTS
Article No. - Title
0
ARTICLE 1 be DEFINED TERMS.............................................................................................1
ARTICLE 2 — COPIES OF BIDDING DOCUMENTS........,..,.,.. ...... 86.0080.1 ........ ........ I'lles..1
ARTICLE 3 be QUALIFICATIONS OF BIDDERS......................................................................1
ARTICLE 4 be EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,
ANDSITE................................................................................................................... 2
ARTICLE 5 — PRE—BID CONFERENCE..................................................................................4
ARTICLE 6 as SITE AND OTHER AREAS,..,,.,,..,.. ................. 11 ............. &see.., ...... me .................... 4
ARTICLE 7 — INTERPRETATIONS AND ADDENDA..............................................................4
ARTICLE 8 — BID SECURITY ................................. ..... ...................... ........... ease ...................... 5
ARTICLE 9 — CONTRACT TIMES,,,....,",., ....... ........................ me@ -ow ............................... 5
ARTICLE 10 as LIQUIDATED DAMAGES................................................................................5
ARTICLE 11 — SUBSTITUTE AND "OR—EQUAL" ITEMS ........................................................ 5
ARTICLE 12 — SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6
ARTICLE 13 as PREPARATION OF BID",',"",',, ....................... 0 0 0 0 a a a 9 a ............... ........ 6
ARTICLE 14 — BASIS OF BID; EVALUATION OF BIDS ............. ............... a....... a..................... 7
ARTICLE 15 be SUBMITTAL OF BID........................................................................................8
ARTICLE 16 — MODIFICATION AND WITHDRAWAL OF BID................................................8
ARTICLE 17 be OPENING OF BIDS, ...... I ... 111199990s .......... ............ o-oo-o.o ............................. 8
ARTICLE 18 as BIDS TO REMAIN SUBJECT TO ACCEPTANCE ......... .............. I ... ................ 9
ARTICLE 19 be AWARD OF CONTRACT......................................0.................................1.11..1.9
ARTICLE 20 — CONTRACT SECURITY AND INSURANCE.,.., as I ease abbess* I so.. 9
ARTICLE 21 — SIGNING OF AGREEMENT...,.,..,,.,,.,,,,,,,,,,,, .............. "I'll" ... ...... I ..... 1110
ARTICLE 22 be REQUIRED PUBLIC DISCLOSURE OF RELATIONSHIPS STATEMENT., ... 110
ARTICLE 23 — PUBLIC ENTITY CRIMES..............................................................................10
00200 - Instructions to Bidders REV 04-07
00200 OR i
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc
SECTION 00200 - Instructions to Bidders
TABLE OF ARTICLES (Alphabetical by Subject)
Subject
Article
Awardof Contract......... ............ III ...... III, ....... ".." ............. I .... 0 1 0 .... ..... 0.0* ........ 0 ...... 00 19
Basis of Bid; Evaluation of Bids................................................................................................14
BidSecurity................................................................................................................................8
Bids to Remain Subject to Acceptance.....................................................................................18
Contract Security and Insurance, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . I I I I I I I I I I I . I I I I I I I a a 6 & I a 1 0 1 1 a I I I I I I 1 20
ContractTimes...........................................................................................................................9
Contractsto be Assigned.. .... ...... I ........... ................ .............................. 24
Copiesof Bidding Documents.....................................................................................................2
DefinedTerms............................................................................................................................1
Examination of Bidding Documents, Other Related Data, and Site.............................................4
Interpretations and Addenda.......................................................................................................7
Liquidated Damages.,.". 11 ... ... I ...... I ...... 10
Modification and Withdrawal of Bid...........................................................................................16
Openingof Bids.....................................:..................................................................................17
Partnering................................................................................................................................. 25
Pre -Bid Conference........... .................... 11.1.11 .............................................................................1 5
Preparationof Bid.....................................................................................................................13
Qualifications of Bidders.,... .................. .................................1 3
Retainage.................................................................................................................................23
Salesand Use Taxes...........,., .......... 0 ..... 1.1111, .... I ......... I .... 11.1 ................. I ... III ............................ 22
Signingof Agreement,,.,........... ...............................I I ......................... I ....... I ............................. 21
Siteand Other Areas..................................................................................................................6
Subcontractors, Suppliers and Others......................................................................................12
Submittalof Bid........................................................................................................................15
Substituteor "Or -Equal' Items..................................................................................................11
00200 - Instructions to Bidders REV 04-07
00200 - ii
F:\Engineering\Capital Projecls\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc
SECTION 00200 - Instructions to Bidders
ARTICLE 1 - DEFINED TERMS
1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the
General Conditions and Supplementary Conditions. Additional terms used in these Instructions to
Bidders have the meanings indicated below which are applicable to both the singular and plural
thereof:
A. Bidder --The individual or entity who submits a Bid directly to OWNER.
B. Issuing Office --The office from which the Bidding Documents are to be issued and where
the bidding procedures are to be administered.
C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom
OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award.
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS
2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if
any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office.
2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER
nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use
of incomplete sets of Bidding Documents,
2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license
or grant for any other use.
ARTICLE 3 - QUALIFICATIONS OF BIDDERS
3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of
OWNER's request Bidder shall submit written evidence such as financial data, previous
experience, present commitments, and such other data as may be called for below.
A. Bidder must have at least five years' experience in the construction of similar projects of
this size and larger.
B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three
projects similar in scope to this project.
C. Bidder must have good recommendations from at least three clients similar to the
OWNER.
D. The Bidder's superintendent and assistants must be qualified and experienced in similar
projects in all categories.
E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction
in which the project is located.
00200 - Instructions to Bidders REV 04-07
00200-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
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.
3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the
listed required qualifications.
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND
SITE
4.01 Subsurface and Physical Conditions
A. The Supplementary Conditions identify:
1. Those reports of explorations and tests of subsurface conditions at or contiguous to
the Site that Engineer has used in preparing the Bidding Documents.
2. Those drawings of physical conditions in or relating to existing surface and subsurface
structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used
in preparing the Bidding Documents.
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
others.
4.03 Hazardous Environmental Condition
A. The Supplementary Conditions identify those reports and drawings relating to a
Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in
preparing the Bidding Documents.
B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by
OWNER to any Bidder on request. Those reports and drawings are not part of the Contract
Documents, but the "technical data contained therein upon which Bidder is entitled to rely as
provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation
or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions,
or information contained in such reports or shown or indicated in such drawings.
4.04 Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders with respect to subsurface conditions, other physical conditions and
Underground Facilities, and possible changes in the Bidding Documents due to differing or
unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions.
00200 - Instructions to Bidders REV 04-07
00200-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders
with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in
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.
4.07 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)
226-1986) 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;
00200 - Instructions to Bidders REV 04-07
00200-3
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
H. correlate the information known to Bidder, information and observations obtained from
visits to the Site, reports and drawings identified in the Bidding Documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the Bidding Documents;
1. 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.
4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 4, that without exception the Bid is
premised upon performing and furnishing the Work required by the Bidding Documents and
applying any specific means, methods, techniques, sequences, and procedures of construction
that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has
given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder
has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are
acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and
convey understanding of all terms and conditions for performing and furnishing the Work.
ARTICLE 5 - PRE-BID CONFERENCE
5.01 The date, time, and location for a Pre -Bid conference, if any, are specified in the
Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss
the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER will
transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in
response to questions arising at the conference. Oral statements may not be relied upon and will
not be binding or legally effective.
ARTICLE 6 - SITE AND OTHER AREAS
6.01 The Site is identified in the Bidding Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment, or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for by
CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities
are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents.
ARTICLE 7 - INTERPRETATIONS AND ADDENDA
7.01 All questions about the meaning or intent of the Bidding Documents are to be
submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by
ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all
parties through the Issuing Office as having received the Bidding Documents. Questions received
less than ten days prior to the date for opening of Bids may not be answered. Only questions
answered by Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
00200 - Instructions to Bidders REV 04-07
00200-4
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
7.02 Addenda may be issued to clarify,
deemed advisable by OWNER or ENGINEER.
correct, or change the Bidding Documents as
ARTICLE 8 - BID SECURITY
8.01 Each Bid must be accompanied by Bid Security made payable to Owner in an amount
of five percent of the Bidder's maximum base bid price and in the form of a certified check;
cashiers check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements
of Paragraph 5.01 of the General Conditions. The Bid Bond 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 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 retained by owner. The Bid security of other Bidders whom
OWNER believes to have a reasonable chance of receiving the award may be retained by
OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after
the Bid opening, whereupon Bid security furnished by such Bidders will be returned.
8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable
chance of receiving the award will be returned within seven days after the Bid opening.
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
10.01 Provisions for liquidated damages, if any, are set forth in the Agreement.
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS
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"
00200 - Instructions to Bidders REV 04-07
00200-5
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
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,
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS
12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers,
individuals, or entities to be submitted to OWNER in advance of a specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within five days after Bid opening, submit to OWNER a list of all such
Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for
which such identification is required. Such list shall be accompanied by an experience statement
with pertinent information regarding similar projects and other evidence of qualification for each
such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or
ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor,
Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent
Successful Bidder to submit a substitute, without an increase in the Bid.
12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may
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 listed and against which OWNER or ENGINEER makes no written objection prior to the
giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph
6.06 of the General Conditions.
12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or
entity against whom CONTRACTOR has reasonable objection.
ARTICLE 13 - PREPARATION OF BID
13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained
from the Issuing Office.
13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the
Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit
price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not
Applicable" entered.
13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-
president or other corporate officer accompanied by evidence of authority to sign. The corporate
seal shall be affixed and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the signature.
00200 - Instructions to Bidders REV 04-07
00200-6
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
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.
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.
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.
13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the
state where the Project is located or covenant to obtain such qualification prior to award of the
Contract. Bidder's state contractor license number or county registration number for the state or
county of the Project, if any, shall also be shown on the Bid form.
13.12 All supporting information requested in the Bid Form must be furnished. Do not leave
any questions or requests unanswered.
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.
C. Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
between words and figures will be resolved in favor of the words.
14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and
profit on account of cash allowances, if any, named in the Contract Documents as provided in
paragraph 11.02 of the General Conditions.
14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be
done and materials to be furnished under the Specifications as shown on the Bid Schedule, or
elsewhere, is approximate only and not guaranteed. The OWNER does not assume any
responsibility that the final quantities shall remain in strict accordance with the estimated
00200 - Instructions to Bidders REV 04-07
00200-7
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05101
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. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of
Relationships.
B. Sworn Statement under the Florida Trench Safety Act,
C. General Information Required of Bidders.
D. 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
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, 1801 27`h Street, Vero Beach, Florida,
32960.
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.
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.
00200 - Instructions to Bidders REV 04-07
00200-8
FAEngineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE
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. Owner reserves the right to cancel the award of any Contract at any time
before the execution of such Contract by all parties without any liability to the Owner. For and in
consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid,
expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises
its right to cancel the award in accordance herewith.
19.02 More than one Bid for the same Work from an individual or entity under the same or
different names will not be considered. Reasonable grounds for believing that any Bidder has an
interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the
rejection of all Bids in which that Bidder has an interest.
19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the
prescribed requirements, and such alternates, unit prices and other data, as may be requested in
the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any
are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them
in any order or combination.
19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may
consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or
entities proposed for those portions of the Work for which the identity of Subcontractors,
Suppliers, and other individuals or entities must be submitted as provided in the Supplementary
Conditions.
19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the
responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers,
individuals, or entities to perform the Work in accordance with the Contract Documents.
19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid
is in the best interests of the Project.
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE
20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions,
sets forth OWNER's requirements as to performance and payment Bonds and insurance. When
the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by
00200 - Instructions to Bidders REV 04-07
00200-9
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
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.
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.
ARTICLE 22 — REQUIRED PUBLIC DISCLOSURE OF RELATIONSHIPS STATEMENT
Any entity entering into a contract with Indian River County as Owner shall
disclose any relationship that may exist between the contracting entity and an Indian
River County Commissioner or Indian River County employee. The relationship with
either must be disclosed as follows: Father, mother, son, daughter, brother, sister,
uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law,
daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother,
stepson, stepdaughter, stepbrother, half brother, half sister, grandparent, or grandchild.
The term "affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of the entity.
ARTICLE 23 - PUBLIC ENTITY CRIMES
Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders are hereby
notified that a person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid, proposal, or reply
on a contract to provide any goods or services to a public entity (defined as the State of
Florida, any of its departments or agencies, or any political subdivision); may not submit
a bid, proposal, or reply on a contract with a public entity for the construction or repair of
a public building or public work; may not submit bids, proposals, or replies on leases of
real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may
not transact business with any public entity in excess of the threshold amount provided
in Florida Statutes Section 287.017 for CATEGORY TWO [currently $25,000] for a
period of 36 months from the date of being placed on the convicted vendor list. A
"public entity crime" means a violation of any state or federal law by a person with
00200 - Instructions to Bidders REV 04-07
00200-10
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
respect to and directly related to the transaction of business with any public entity or
with an agency or political subdivision of any other state or with the United States,
including, but not limited to, any bid, proposal, reply, or contract for goods or services,
any lease for real property, or any contract for the construction or repair of a public
building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentation.
* * END OF SECTION * *
00200 - Instructions to Bidders REV 04-07
00200-11
FAEngineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00200 - Instructions
to Bidders REV 04-07.doc Rev. 05/01
SECTION 00300 = Bid Package Contents
THIS PACKAGE CONTAINS:
SECTION TITLE
Bid Form
Bid Bond
Sworn Statement on Disclosure of Relationships
Sworn Statement Under the Florida Trench Safety Act
General Information Required of Bidders
List of Subcontractors
SECTION NUMBER
00310
00430
00452
00454
00456
00458
SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID
* * END OF SECTION * *
00300 - Bid Package Contents - REV 04-07
003001
F:\Engineering\Capital
Projects\080317th
Lane SW Roadway Improvements from 27th Ave
to approx. 900 LF east of 27th Ave\0803 Contract Documents\00300 - Bid Package
Contents - REV 04-07.doc
PROJECT IDENTIFICATION:
Project Name:
County Project Number:
Project Address:
Project Description:
THIS BID IS SUBMITTED TO:
SECTION 00310 = Bid Form
LM
i
T1i1
to
I to 17"
n Trace
Project Entrance to 20th Avenue,
0803, 0837, 0838
17 Lane SW from 27 Avenue to East
to 17`" Lane SW, and 17th Lane from Falcon
Trace Project Entrance to 20th Avenue,
17`n Lane SW from 27th Avenue to East
approx. 900', 201 Avenue from 21 st Street SW
to 17th Lane SW, and 17th Lane from Falcon
Trace Project Entrance to 201h Avenue,
INDIAN RIVER COUNTY
180027 th Street
VERO BEACH, FLORIDA 32960
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with OWNER in the form included in the Bidding Documents to perform all Work
as specified or indicated in the Bidding Documents for the prices and within the times
indicated in this Bid and in accordance with the other terms and conditions of the Bidding
Documents.
2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid
security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for
such longer period of time that Bidder may agree to in writing upon request of OWNER.
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum Date
Addendum Number
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.
00310 - Bid Form REV 04-07
00310-1
F:\Engineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00310 - Bid Form
REV 04-07.doc Rev. 05/16/01
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the Site (except Underground
Facilities) which have been identified in the Supplementary Conditions as provided in
paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous
Environmental Condition, if any, which have been identified in the Supplementary Conditions
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
to the Site which may affect cost, progress, or performance of the Work or which relate to any
aspect of the means, methods, techniques, sequences, and procedures of construction to be
employed by Bidder, including applying the specific means, methods, techniques, sequences,
and procedures of construction expressly required by the Bidding Documents to be employed
by Bidder, and safety precautions and programs incident thereto.
F. Bidder does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the determination of this Bid for performance of the Work at
the price(s) bid and within the times and in accordance with the other terms and conditions of
the Bidding Documents,
G. Bidder is aware of the general nature of work to be performed by OWNER and others at
the Site that relates to the Work as indicated in the Bidding Documents,
H. Bidder has correlated the information known to Bidder, information and observations
obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and
all additional examinations, investigations, explorations, tests, studies, and data with the
Bidding Documents.
I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution
thereof by ENGINEER is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for the performance of the Work for which this Bid is submitted.
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on
behalf of any undisclosed individual or entity and is not submitted in conformity with any
agreement or rules of any group, association, organization or corporation; Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder
has not sought by collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
[The remainder of page intentionally left blank]
00310 - Bid Form REV 04-07
00310-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00310 - Bid Form
REV 04-07.doc Rev. 05/16/01
ITEMIZED BID SCHEDULE REVISED 9/22/08
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX. 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME JeW.Cheatham, LLC
0803 Itemized Bid Schedule REVISION 09-22-08
�..
�_ _ s
0803 Itemized Bid Schedule REVISION 09-22-08
MISCELLANEOUS
101-1
MOBILIZATION
LS
1
48,465.00
48,465.00
102-1
MAINTENANCE OF TRAFFIC
LS
1
55,318.00
55,318,00
104-1
EROSION & WATER POLLUTION CONTROL
LS
1
14,354.00
14,354.00
108-1
AS -BUILT - SURVEY
LS
1
2,700.00
2,700.00
108-2
N.P.D.E.S. PERMITTING
LS
1
500.00
500.00
800
PAYMENT BOND
LS
1
51400.00
5,400.00
801
PERFORMANCE BOND
LS
1
59400.00
5,400.00
802
TRENCH SAFETY COMPLIANCE OVER 5' SEE SECT. 00454
LS
1
258.00
258.00
803
TRENCH SAFETY COMPLIANCE SHORING SEE SECT. 00454
LS
1
258.00
258.00
MISCELLANEOUS
SUB TOTAL
1329653.00
17th LN SW (BY MASTELLER & MOLER, INC)
ROADWAY MATERIALS
110-1-1
CLEARING AND GRUBBING
LS
1
51000.00
5,000.00
110-4
EXISTING ASPHALT PAVEMENT REMOVAL
SY
2,095
1.00
2,095.00
120-1
REGULAR EXCAVATION
CY
842
5.15
41336.30
120-6
EMBANKMENT COMPACTED IN PLACE
CY
3 348
5.30
17,744.40
160-4-12
TYPE B STABILIZATION (1214)SY
4,266
1.35
5,759.10
285-706 ICEMENTED
COQUINA SHELL BASE GROUP 6 8" 2 LIFTS
SY
31821
9.10
34,771.10
334-1-1
SUPERPAVE ASPHALTIC CONCRETE -1"-SP 9.5
SY
3,821
5.25
20,060.25
334-1-2
SUPERPAVE ASPHALTIC CONCRETE -11/2"- SP 12.5
SY31821
7.10
27,129.10
0803 Itemized Bid Schedule REVISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9/22108
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX, 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J.W.Cheatham, LLC
17th LN SW (BY MASTELLER & MOLER, INC)
ROADWAY MATERIALS Con't)
425-1-351
INLET, TYPE P-5
EA
1 3,450.00
3,450.00
425-1-361
INLET, TYPE P-6
EA
2 31760.00
71520.00
430-171-125
CONCRETE PIPE (1861)LF
446 38.10
16,992.60
520-1-10
CONCRETE CURB & GUTTER TYPE F
LF
11566 10.00
15,660.00
522-1
CONCRETE SIDEWALK 4" THICK
SY
609 24.00
14,616.00
575-1-1
SODDING BAHIA
SY
1,995 1.40
2,793.00
TRAFFIC SIGNING AND MARKINGS
706-3
RETRO -REFLECTIVE PAVEMENT MARKER
EA
62
4.40
272.80
711-11-121
6" SOLID WHITE THERMOPLASTIC
LF
11951
0.60
11170.60
711-11-123
12" SOLID WHITE THERMOPLASTIC
LF
170
1.80
306.00
711-11-125
24" WHITE THERMOPLASTIC STOP BARS
LF
25
3.00
75.00
711-11-131
6" SKIP WHITE 6'-10' THERMOPLASTIC
LF
75
0.80
60.00
711-11-170
SOLID TRAFFIC ARROW WHITE THERMOPLASTIC
EA
8
52.00
416.00
711-11-211
6" SOLID YELLOW THERMOPLASTIC
LF
1,961.0
0.60
13176.60
711-11-214
18" SOLID YELLOW THERMOPLASTIC
LF
10
2.40
24.00
711-11-231
6" SKIP YELLOW 6'-10' THERMOPLASTIC
LF
478
0.80
382.40
17TH LANE SW ROADWAY IMPROVEMENTS
SUB TOTAL
181,810.25
0803 Itemized Bid Schedule REVISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9122/08
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX. 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J.W.Cheatham, LLC
y
xkW
s
17th LN SW (BY KNIGHT, WGUIRE & ASSOCIATES, INC)
ROADWAY MATERIALS
110-1-1
CLEARING AND GRUBBING
LS
1
51000.00
51000.00
110-4
EXISTING ASPHALT PAVEMENT REMOVAL
SY
2,995
1.00
2,995.00
120-1
REGULAR EXCAVATION
CY
11,976
0.10
11197.60
120-6
EMBANKMENT COMPACTED IN PLACE
CY
7,395
0.10
739.50
160-4-12
TYPE B STABILIZATION 12"
SY
71053
1.35
93521.55
285-706
CEMENTED COQUINA SHELL BASE GROUP 6 8" 2 -LIFTS
SY
61364
9.10
57,912.40
334-1-1
SUPERPAVE ASPHALTIC CONCRETE -1"-SP 9.5
SY
5,658
5.25
29,704.50
334-1-2
SUPERPAVE ASPHALTIC CONCRETE -11/2" - SP 12.5
SY
5 658
7.10
40,171.80
425-1-361
INLET, TYPE P-6
EA
2
3,760.00
71520.00
425-3-43
JUNCTION BOX, TYPE P-7
EA
1
21266.00
2,266.00
430-171-125
CONCRETE PIPE (1811)LF
46
38.10
11752.60
520-1-10
CONCRETE CURB & GUTTER TYPE F
LF
1,136
10.00
11,360.00
522-1
CONCRETE SIDEWALK 4" THICK
SY
938
24.00
22,512.00
575-1-1 fSODDING
BAHIA
SY I
2,128 1
1.40 1
2,979.20
TRAFFIC SIGNING AND MARKINGS
70040-1
SIGN, SINGLE POST 30" R 1-1 STOP
AS
1
222.00
222.00
700-40-2
SIGN, SINGLE POST R4-7 KEEP RIGHT
AS
1
222.00
222.00
706-3
RETRO -REFLECTIVE PAVEMENT MARKER
EA
220
4.40
968.00
310-5
0803 Itemized Bid Schedule REVISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9122108
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX. 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J.W,Cheatham, LLC,
17th LN SW (BY KNIGHT, McGUIRE & ASSOCIATES, INC)
TRAFFIC SIGNING AND MARKINGS Cont
711-11-121
6" SOLID WHITE THERMOPLASTIC
LF
21536
0.60
1,521.60
711-11-123
12" SOLID WHITE THERMOPLASTIC
LF
130
1.80
234.00
711-11-124
18" SOLID WHITE THERMOPLASTIC
LF
124
2.40
297.60
711-11-125
24" WHITE THERMOPLASTIC STOP BARS
LF
24
3.00
72.00
711-11-131
6" SKIP WHITE 6'-10' THERMOPLASTIC
LF
427
0.80
341.60
711-11-170
SOLID TRAFFIC ARROW WHITE THERMOPLASTIC
EA
2
52.00
104.00
711-11-211
6" SOLID YELLOW THERMOPLASTIC
LF
3r894
0.60
21336.40
711-11-214
18" SOLID YELLOW THERMOPLASTIC
LF
410
2.40
984.00
711-11-231
6" SKIP YELLOW 6'-10' THERMOPLASTIC
LF
200
0.80
160.00
17th LANE SW ROADWAY IMPROVEMENTS SUB TOTAL
203,095.35
20th AVENUE SW AND 17th LANE (BY ARCADIS)
ROADWAY MATERIALS
110-1-1
CLEARING AND GRUBBING
LS
1
61,276.00
61,276.00
110-4
EXISTING ASPHALT PAVEMENT REMOVAL
SY
21785
1.00
2,785.00
120-1
REGULAR EXCAVATION
CY
1,755
5.15
9,038.25
120-6
EMBANKMENT COMPACTED IN PLACE
CY
71732
5.30
40,979.60
160-4-08
TYPE B STABILIZATION (811)SY
695
1.35
938.25
1604-12
285-704
TYPE B STABILIZATION (1211)SY
CEMENTED COQUINA SHELL BASE OPTIONAL BASE GROUP 4)(6")I -LIFT
SY
25,276
695
1.35
7.40
34,122.60
1 51143.00
0803 Itemized Bid Schede 96ISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9/22/08
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX. 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J,W.Cheatham, LLC
NG: ' '�.
�,$�,•� �5�..;��J , k .,� e. �- + , a �� . x",
�
AR300itt ,a
20th AVENUE SW AND 17th LANE (BY ARCADIS)
ROADWAY MATERIALS Cont
285-706
CEMENTED COQUINA SHELL BASE OPTIONAL BASE GROUP 6)(811)2 -LIFTS
SY
22 058
9.10
200,727.80
327-70-6
MILLING EXISTING ASPHALT PAVEMENT 1" AVERAGE
SY
11045
3.50
3,657.50
334-1-1
SUPERPAVE ASPHALTIC CONCRETE -1"-SP 9.5
SY
23,460
5.25
123,165.00
334-1-2
SUPERPAVE ASPHALTIC CONCRETE -11/2" - SP 12.5
SY
22,000
7.10
156,200.00
334-1-163A
TYPE S ASPHALTIC CONCRETE OVERBUILD
TN
373
103.00
38,419.00
400-2-2
CLASS I CONCRETE, ENDWALL
CY
3
773.00
2,319.00
425-1-351
INLET, TYPE P-5
EA
2
3,450.00
6,900.00
425-1-361
INLET, TYPE P-6
EA
1
31760.00
3,760.00
425-1-551
INLET, TYPE E
EA
6
21730.00
16,380.00
425-1-711
INLET, TYPE V
EA
3
31300.00
91900.00
425-2-43
MANHOLE, TYPE P-7 PARTIAL
EA
3
2,008.00
6,024.00
425-2-61
INLET, TYPE P-8
EA
1
2,266.00
2,266.00
430-171-125
CONCRETE PIPE (1811)LF
11078
38.10
41,071.80
520-1-10
CONCRETE CURB & GUTTER TYPE F
LF
731
10.00
7,310.00
520-3
CONCRETE VALLEY GUTTER
LF
31898
10.00
38,980.00
522-1
CONCRETE SIDEWALK 4" THICK
SY
1,927
24.00
46,248.00
522-2
CONCRETE SIDEWALK 6" THICK
SY
731
35.00
25,585.00
310-7
0803 Itemized Bid Schedule REVISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9122108
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX. 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J.W.Cheatham, LLC
LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard TN = Ton AS = Assembly CY = Cubic Yard
310-8
0803 Itemized Bid Schedule REVISION 09-22-08
Fx ��•� a�
3vlC`'� �.c < ,ffd� �x
��
777
tP.twJ
„��, +�
Md;., �si .<. U . .k.
20th AVENUE SW AND 17th LANE (BY ARCADIS)
ROADWAY MATERIALS Cont)
575-1-1
SODDING BAHIA
SY
14784
1.40
20,697.60
575-1-2
SODDING FLORATAM
SY
3,000
3.00
93000.00
1643-700
VALVE BOX, ADJUST
EA
4
247.00
988.00
TRAFFIC SIGNING AND MARKINGS
700-40-1
SIGN, SINGLE POST
AS
13
222.00
2,886.00
700-46-21
SIGN SINGLE POST RELOCATE
AS
8
113.00
904.00
706-3
RETRO -REFLECTIVE PAVEMENT MARKER
EA
454
4.40
11997.60
711-11-121
6" SOLID WHITE THERMOPLASTIC
LF
15,256
0.60
91153.60
711-11-123
12" SOLID WHITE THERMOPLASTIC
LF
70
1.80
126.00
711-11-125
24" SOLID WHITE THERMOPLASTIC STOP BARS
LF
373
3.00
1,119.00
711-11-131
6" SKIP WHITE 6'-10' THERMOPLASTIC
LF
992
0.80
793.60
711-11-170
SOLID TRAFFIC ARROW WHITE THERMOPLATIC
EA
21
52.00
1,092.00
711-11-211
6" SOLID YELLOW THERMOPLASTIC
LF
15,453.0
0.60
91271.80
711-11-214
18" SOLID YELLOW THERMOPLASTIC
LF
957
2.40
2,296.80
20TH AVENUE SW ROADWAY IMPROVEMENTS
SUB TOTAL
943,521.80
LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard TN = Ton AS = Assembly CY = Cubic Yard
310-8
0803 Itemized Bid Schedule REVISION 09-22-08
ITEMIZED BID SCHEDULE REVISED 9/22/08
PROJECT NAME: PAVING AND DRAINAGE IMPROVEMENTS TO
17th LANE S.W. FROM 27th AVENUE TO EAST APPROX, 900'
20th AVENUE S.W. FROM 21st STREET S.W. TO 17th LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE TO 20th AVENUE
IRC PROJECT #0803
BIDDER'S NAME J,W.Cheatham,
MISCELLANEOUS
SUB -TOTAL:
132,653.00
SUB -TOTAL AMOUNT OF BID (IN WORDS) l
17th LN SW (BY MASTELLER & MOLER, INC)
SUB -TOTAL:
SUB -TOTAL AMOUNT OF BID (IN WORDS)
181,810.25
pt,I, y� VCIMC� AV6o$w 4J e;j1l1 k14vfJ60«i �'�-►� d.11a p..� -i'ws..�-� -�;vim
17th LN SW (BY KNIGHT, McGUIRE & ASSOC., INC.)
SUB -TOTAL:
SUB -TOTAL AMOUNT OF BID (IN WORDS)
203,095.35
cr.-.4,
TWO Y11AV1 A%eC'& -ItO""tNj V1i ii %fp 'f � � elftc�� -� :o+r T tVG cQNT}
20th AVENUE SW AND 17th LANE (BY ARCADIS)
SUB -TOTAL:
SUB -TOTAL AMOUNT OF BID (IN WORDS)
N, 4t4vi �ciT i rc� Jf O�ktK.►� -Yi
FORCE ACCOUNT:
943,521.80
4,.✓t» • y Grl t. jo lkwO.) ¢ e,/,.76 1 cc. ..�
$30,000.00
FORCE ACCOUNT (IN WORDS): THIRTY -THOUSAND DOLLARS AND NO CENTS
TOTAL BID AMOUNT:
TOTAL BID AMOUNT (IN WORDS).
Notot )tt») e.,: j ' ( do (ictfy
19491,080.40
QVt f -ti ��(t7vr, -�cuv �kwlvccl �'t I�4'7 oK a
0803 Itemized Bid Schedule REX/ M09-22-08
5.01 Bidder shall complete the Work in accordance with the Contract Documents for the
price(s) contained in the Itemized 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 cmissions.
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 11.03.13 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:
A. Required Bid security in the form of B g c N
B. A tabulation of Subcontractors, Suppliers [and other] individuals and entities
required to be identified in this Bid;
C. Sworn Statement Under the Florida Trench Safety Act;
D. General Information Required of Bidders;
E. List of Subcontractors; and
F. Itemized Bid Schedule.
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.
SUBMITTED on �t 1 , 20 $$.
State Contractor License No. C C C O
00310 - Bid Form REV 04-07
00310-9
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00310 - Bid Form
REV 04-07.doc
i
State Contractor License No. c G C o 3 L, G
If Bidder is:
A Corp9r9tion --�L �
Corporation Name:�-� ��r'`'' L
State of Incorporation: t t -
Type (General Business, Professional,
mited Liabil
(Signature — attach evidence of authority to sign)
Name (typed or printed): ,tee �G J� • h-� o kss -'
Title: V I_POO
(SEAL)
(CORPORATE SEAL)
Attest
(Signgturf 'gftorporate Secretary) F�
Business address: 739 wcstP''-+ P I
I,J- p• B P4 3 3 ti13
Phone No.: ( <6 i J ii 7 i - 4_it a a FAX No.: (5 61) 1171-e348'
Date of Qualification to do business is I I / Z ti I V 9
* * END OF SECTION * *
00310 - Bid Form REV 04-07
00310-10
F:\Engineering\Capital
Projects\0803 17th Lane SW Roadway Improvements from 27th
Ave
to approx. 900 LF east of 27th Ave\0803 Contract Documents\0031 D - Bid Form
REV 04-07.doc
Indian River County
Purchasing Division
180027 1h Street
Vero Beach, FL 32960
Phone (772) 5674000
Ext. 1416
Fax (772) 770=5095
ADDENDUM NO. 1
Date. Date August 26, 2008
Project Name: 17TH LANE S.W. FROM 27TH AVENUE TO EAST APPROX. 900'
20TH AVENUE FROM 21ST STREET S.W. TO 17TH LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE
TO 20TH AVENUE
Bid Number: 2008073
Bid Opening Date: September 24, 2006 at 2:00 pm
*************This Addendum MUST be returned with your Bid**************
All Bids must be mailed to the Purchasing Division office located at 1800 27th Street, Vero
Beach, FL 32960 Prior to the Date and Time shown above. Late bids will be returned
unopened.
The Pre -Bid Conference was inadvertently stated as Sept. 3, 2008 at 10:00 PM, please note
this Pre -Bid Conference will be held on Sept. 3, 2008 at 10:00 AM
Company Name
Name:
5 c; e J k ss 4 ue o Title: U .� .
(Type / Printed)
Authorized Signature: S P� Date:
Telephone: ( 5 j) 7 1 - j 4 4
Page 1 of I
e // /0 �
Fax:L 511) Lill -S)4b
Indian River County
Purchasing Division
180027 1h Street
Vero Beach, FL 32960
Phone (772) 5674000
Ext. 1416
Fax (772) 770-5095
ADDENDUM NO.2
Date. Date August 26, 2008
Project Name: 17TH LANE S.W. FROM 27TH AVENUE TO EAST APPROX. 900'
20TH AVENUE FROM 21ST STREET S.W. TO 17TH LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE
TO 20TH AVENUE
Bid Number: 2008073
Bid Opening Date: September 24, 2008 at 2:00 pm
*************This Addendum MUST be returned with your Bid**************
All Bids must be mailed to the Purchasing Division office located at 1800 27th Street, Vero
Beach, FL 32960 Prior to the Date and Time shown above. Late bids will be returned
unopened.
Addendum #I stated The Bid Opening is to be held on September 24, 2006
The Bid Opening is to be held on September 24, 2008
Company Name
-%.v. <_Ka
LL c.
Name: 5 ; c 110% • I`i ° ss ` Title:
(Type / Printed)
Authorized Signature: S • t* -6 1A W\ ~ Date:
Telephone:
5G1) 11- _11a.j
Page 1 of 1
v•P•
10/t/n a'
Fax: 5 61) ti 71 - 2' �"i
$
Indian River County
Purchasing Division
1800 27th Street
Vero Beach, FL 32960
Phone (772) 5674000
Ext. 1416
Fax (772) 770=5095
ADDENDUM NO.3
Date. Date September 8, 2008
Project Name: 17TH LANE S.W. FROM 27TH AVENUE TO EAST APPROX. 900'
20TH AVENUE FROM 21ST STREET S.W. TO 17TH LANE S.W.
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE
TO 20TH AVENUE
Bid Number: 2008073
Bid Opening Date: September 24, 2008 at 2:00 pm
********t****This Addendum MUST be returned with your Bid**************
All Bids must be mailed to the Purchasing Division office located at 1800 27th Street, Vero
Beach, FL 32960 Prior to the Date and Time shown above. Late bids will be returned
unopened.
The following are a list of questions that were brought up at the Pre Bid Conference held on
9-348
The Itemized Bid Schedule included in the Bid package stated incorrect quantities.
Attached is the corrected Itemized Bid Schedule. Please insert this document in your bid
package.
If you have any questions, please feel free to contact our office.
Company Name
Name:
5 a ✓ c J h'x . f� l .' Lt SS or %/ 1
(Type / Printed)
Page I of 2
Title: v P
Authorized Signature: S • r-.. �.,,�,.. Date:
Telephone:
Gtr t11 l —Llifta
Page 2 of 2
Fax:�jL() L�71-Z�3Lit�
Indian River County
Purchasing Division
180027 1h Street
Vero Beach, FL 32960
Phone (772) 2264986 Fax (772) 770-5095
ADDENDUM NO.4
Date. September 22, 2008
Project Name: 17TH LANE S.W. FROM 27TH AVENUE TO EAST APPROX. 900'
20TH AVENUE FROM 21ST STREET S.W. TO 17TH LANE
17TH LANE S.W. FROM FALCON TRACE PROJECT ENTRANCE
TO 20TH AVENUE
IRC Project No. 0803
Bid Number: 2008073
Bid Opening Date: The Bid Opening date September 24, 2008 at 2:00 pm is hereby
amended to October 1. 2008 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 supersedes 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.
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.
All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach,
FL 32960 prior to the date and time shown above. Late bids will be returned unopened.
Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by
OWNER or ENGINEER
*************This Addendum MUST be returned with your Bid**************
Page I of 3
..... w . . e n...• a I_ _. Ann . v _ __. _!1A r. I_._I I JJ.... J..Y. 8/ J....
GENERAL
ADDENDUM NO. 3, dated September 8, 2008, is VOID and ADDENDUM NO. 4, dated September
225 2008, SUPERCEDES IT.
The opening paragraph on previous Addendums stated "All bids must be "mailed to" the Purchasing
Division..... .
It should read "All Bids must be "received by" the Purchasing Division office located at 1800 27th
Street, Vero Beach, FL 32960 Prior to the Date and Time shown above. Late bids will be returned
unopened."
PRE-BID MEETING September 3, 2008 (Questions, clarifications, corrections and changes):
Clarification / Correction: The wrong Itemized Bid Schedule and Division 2 Technical Provisions were
inadvertently placed in the Contract Documents and Specifications and shall be amended by replacing the
attached revised Itemized Bid Schedule and Division 2 Technical Provisions.
Question 1. Who will remove the concrete pipes at the intersection of 21s' Street SW and 20th Avenue SW?
Answer. The concrete pipe at this location will be removed by the Developer of Falcon Trace prior to
construction.
Question 2. Will the oak trees along the 17"' Lane corridor between 27`" Avenue and 20th Avenue be
removed or remain?
Answer. The trees along the north side of 17'' Lane SW corridor between 27th Avenue and 20th Avenue
are as follows: The trees on the north side of the Masteller & Moler portion of the 17d' Lane SW plans are
behind the proposed curb & gutter which fall under a 4' clear zone, and are to remain.
The trees on the north side of the Knight & McGuire portion of 17th Lane SW plans, which does not have
curb & gutter, fall under an 18' clear zone and are to be removed and shall be included in the Itemized Bid
Schedule, Revised 09/22/08, Item No. 110-1-1 CLEARING AND GRUBBING with the exception of one
(1) 30" oak tree which is out of the clear zone and will be identified prior to construction by the
ENGINEER.
Masteller & Moler Plans.
Question 1. Item No. 327-7-6 MILLING EXISTING ASPHALT PAVEMENT is indicated in the
Itemized Bid Schedule, but is not on the plans.
Answer. This is intended to be included in Item No. 1104 EXISTING ASPHALT PAVEMENT
REMOVAL and will be added to the Itemized Bid Schedule.
See Itemized Bid Schedule, revised 09/22/08.
Question 2. Item No. 339-1 ASPHALT PAVEMENT (MISCELLANEOUS) is indicated in the Itemized
Bid Schedule in S.Y. but not shown on the plans. Please clarify.
Answer. There is no asphalt pavement (miscellaneous) shown on the plans. Line Item 3394 ASPHALT
PAVEMENT (MISCELLANEOUS) will be removed from the Itemized Bid Schedule.
See Itemized Bid Schedule, revised 09/22/08.
Page 2 of 3
Question 3. How is the Embankment to be measured and paid?
Answer. Embankment is measured in C.Y. based on plan quantities and will be paid as a
compacted in-place fill.
Arcadis Plans:
Question 1. There is an overbuild item on the plans but no line item.
Answer. This was added as Item No. 3344463A TYPE S ASPHALTIC CONCRETE — TN
See Itemized Bid Schedule, revised 09/22/08.
Knight and McGuire Plans:
Question 2. As stated on the plans, there is an option to use asphalt overbuild in lieu of new base and
stabilization.
Answer. Due to the high cost of asphalt, overbuild will only be allowed when the cost of overbuild is less
than the cost of new base and stabilization. The overbuild location is to be determined in the field by the
ENGINEER.
Addendum No. 1, No. 2, and No. 3 (VOID) are also attached for your use.
ADDENDUM NO.4 is submitted 1
Company Name
Name:
Se YeI
D. Nixon, P.E., Roadway Production Manager
Aov", LLr
Pot • J t a Title:y' P
(Type / Printed) //
Authorized Signature: S • hot kms' r Date: %° A/O 1?0
Telephone: C 5 6 LA I Ll I d '' Fax: � 5 1!) L0 I 3 Li e
Page 3 of 3
+w... A.._ nnn 7 r. __... _��e4L A....1 A dd....d..». 414 dnn
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we J.W. Cheatham, LLC
7396 Westport Place, West Palm Beach, FL 33413 (Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called the Principal, and SAFECO Insurance Company of America
(Here insert full name and address or legal title of Surety)
5792 Widewaters Parkway, DeWitt, NY 13214
a corporation duly organized under the laws of the State of Washington
as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County
(Here insert full name and address or legal title of Uwner)
Board of Commissioners, 18.00 27th Street, Vero Beach, FL 33960
as Obligee, hereinafter called the Obligee, In the sum of Five Percent of Amount of Attached Bid
-----------------------------------------------=--------------------------------------- Dollars ($ ---5% of Bid--- ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(Here insert full name, address and description of project)
17th Lane S.W. from 27th Avenue to East Appox 900', 20th Avenue from 21 Street S.W. to 17th
Lane S.W., 17th Lane S.W. from Falcon to 20th Avenue
Bid No. 2008073 - Project No. 0803, 0837, 0838
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and,5. this 10th day of September, 2008
J.W. Cheatham, LLC
(Witness) S.
(Witness)
(Principal) (Seal)
(Title)
SAFECO Insurance Comnanv of America
A. Lower /(Title) Attorney -In -Fact
AIA DOCUMENT A310 - BID BOND -
AIA
- FEBRUARY 1970 ED - THE
AMERICAN
INSTITUTE OF ARCHITECTS, 1735
N.Y.
AVE., N.W., WASHINGTON,
D. C. 20006
® Printed on Recycled Paper
9/93
(Seal)
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
�
County of
On this 10th day of September, 2008, before me personally came and appeared
Sc �� 1"% • 1`�% 0 4 ss A % t , to me known, who being by me duly sworn, did depose and say
that he resides in the City of • Q • G ; that he is the V • j�
of J.W. Cheatham, LLC, the limited liability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so affixed b order of the managing
members of said limited liability company, and that he sign thereto by like order.
i610te of Florida
•-•• — -- -
Commission # DD 357642
Bonded By National Notary Assn.
SURETY ACKNOWLEDGMENT
State of New York
County of Onondaga
On this 10th day of September, 2008, before me personally appeared Francis A. Lowther
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Syracuse, NY; that he is the Attorney -In -Fact of the above signed surety, the corporation
described in and which executed the within instrument; that he knows the corporate seal of said
corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by order of the Board of Directors of said corporation; and that he signed his name thereto by like
order.
12 C.
J Notary Public
JEAN C. MCCARTHY
Notary Public, State of New York
No. 01 MC6071225
Qualified in Onondaga County.
My Commission Expires March 11, 7LiU
Safeco Insurance Company of America
General Insurance Company of America
POWER Safeco Plaza
EM -S OF ATTORNEY Seattle, WA 98185
No. 13043
KNOW ALL BY THESE PRESENTS:
TGENERAL INSURANCE COMPANY OF AMERICA, each a
That SAFECO INSURANCE COMPANY OF AMERICA and
Washington corporation, does each hereby appoint
**********RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN;
Marcellus, New York********
its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
August 2008
this 18th day of
r.
S crnr+w._ ...-.�.. • -- - - - CERTIFICATE
Extract frod AMERICA
of GENERAL INSURANCE COMPANY OF AMERICA:
a
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from and of GENERAL INSURANCE (COMPANY OF AMERICA doptedrectors of SAFECO INSURANCE July COMPANY aF AMERICA
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 10th
day of Sevtembe 2-00-8--
S-0974/DS 4/05
SEAL'
woo rtyc0 •fit .- i
x
laSTEPHANIE DALEY-WATSON, SECRETARY
sOf.
Safeco and the Safeco logo are registered trademarks of Safeco Corporation.
WEB PDF
SECTION 00452
DISCLOSURE OF RELATIONSHIPS
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS8
the
aD1
0270), °aA0
This sworn statement is submitted with Bid, Proposal or Contract No's./ for
,Am. Ana Ilrnin!nnc ImnrnvcmanfQ fn 17th I ane SW from 27th Avenue to East
in
n
ne
Falcon Trace Project Entrance to 20"' Avenue.
1. This sworn statement is submitted by: 7Zy'
I (Name of entity submitting sworn statement)
whose business address is: 7 act ` 14/es+ Po oo + P
W P• 6. I✓ L 334 13 and
(if applicable) its Federal Employer Identification Number (FEIN) is 2 c ! 9 2 14 7 cl
2. My name is
(Please print name of individual signing.)
and my relationship to the entity named above is V i L c. Dir. s t a
3. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code,
means:
The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management
of the entity.
I. 4. 1 understand that the relationship with a County Commissioner or County employee
that must be disclosed is as follows:
Father, mother, son, daughter, brother, sister, uncle, aunt, first
cousin, nephew, niece, husband, wife, father-in-law, mother-in-
law, daughter-in-law, son-in-law, brother-in-law, sister-in-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother,
stepsister, half brother, half sister, grandparent or grandchild.
5. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. Please indicate which statement
applies
Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
management of the entity, have any relationships as defined in Section 105.08, Indian
River County Code, with any County Commissioner or County employee.
00452 - Disclosure of Relationships REV 04-07
00452-1
F:\Engineering\Capital Project5\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00452 - Disclosure
s aointinnshios REV 04-07.doc
*23
The entity submitting this sworn statement, or one or more of the officers, directors,
executives, partners, shareholders, employees, members, or agents who are active
in management of the entity have the following relationships with a County
Commissioner or County employee:
(signature)
(date)
1 STATE OF
�L
COUNTY OF
Personally appeared before me,
the undersigned authority, S
who sf�er first being sworn. by me, affixed his/her signature in the space provided above on thisof 0C4:
UzyftIWV l'0 l4,>jq hg f- )qP?coq01 L%P ,` W111
Notary R tic, State at 'ozao�r t'.1
1U nN.4.WUki0•Wy:,
O IJOh )n alr�„ Jrl�ind Alplp '�
Myr fission Expire: - �s
N :, ,
ef
END OF SECTION
00452 - Disclosure of Relationships REV 04-07
00452-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00452 - D sclosure
DCS/ nd_n7 rimr.
1
SECTION 00454 = Sworn Statement Under the Florida Trench Safety Act
THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE
FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED
REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO
ADMINISTER OATHS,
This Sworn Statement is submitted with Project No's. 0803, 0837. 0838 for Paving and
Avenue.
2. This Sworn Statement is submitted by J' w' ctt C4i a•wi , L L c.
I(Legal Name of Entity Submitting Sworn Statement)
hereinafter "BIDDER". The BIDDER's address is
I 73ti4 1 ab+pe•4 plats w• P• Q, PL• 331,13
BIDDER's Federal Employer Identification Number (FEIN) is Zo 19z 3 4 7 ei
3. My name is S i 5; h • M o LA AA Ar of 1 and my relationship to the BIDDER
(Print Namel of Individual Signing)
111 IS k/ Cc
(Position or Title)
I certify, through my signature at the end of this Sworn Statement, that I am an
authorized representative of the BIDDER.
4, The Trench Safety Standards that will be in effect during the construction of this Project
are contained within the Trench Safety Act, Section 553.60 et.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 of $ Z S13• ° a
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:
cps >L
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 $ ZSR'
based on the square feet of shoring to be used for compliance with shoring safety
requirements and intends to comply with said shoring requirements by instituting the
following specific method(s) of compliance on this Project: T�. k H a•�
00454-1 00454 - Florida Trench Safety Act - REV 04-07
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00454 - Florida
Trnn�h Qefehi AM . RFS/ n6.n7 Anr
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.
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,
based on such information and the BIDDER's own information, the BIDDER has
sufficient knowledge of the Project's surface and subsurface site conditions and
characteristics to assure BIDDER's compliance with the applicable Trench Safety
Standards in designing the trench safety system(s) for the Project.
BIDDER: 7370 w•
A
By: . r.., . AWL
LL
Position or Title: V; C c Pf&,3; 1 e..04
Date:
STATE OF r L
COUNTY OF �a '►� cL
16/1 /0 z?
Personally appeared before me, the undersigned authority, r-►. Ha uss #
who after first being sworn by me, affixed his/her signature in the space provided above on this
I &'--dav of n C f• ?n o k
•`'`"� P'�'''
0,_ .,t FIixlCiu
4i /arc • - Ccrnmt�4. w u •.; 2008
Notary P blic, State PT= CotTtmissi�1n 0 DD 357642
'' °i . Bonded By Nc,tioncl Notary Assn.
My Commission Ex e97 ,X11,,,
* * END OF SECTION * *
00454-2 00454 - Florida Trench Safety Act - REV 04-07
FAEnginearing\capital Projects\0803 77th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00454 - Florida
SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE
NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON -
RESPONSIBLE BIDDERS.
UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy
of all statements and answers herein contained. Failure to comply with these requirements
may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as
required.
Documentation Submitted with Project No's: 0803, 0837, 0838
Project Name:
17th Lane trom raicon i race rrolect tnirance to zu Hvenue.
kA 4t
Bidder's Name / Address: a • W • %- e" u"^" 10
:3 34 u✓etpo-4 pis i w• P• B_ FL• 33413
1. Bidder's Telephone & FAX Numbers: (5 41) t'i ? 1 — Li 1 e o
�S6I� Lo, 3 3 L 3'
2. Licensing and Corporate Status:
a. Is Contractor License current? YC 5
b. Bidder's Contractor License No: r K Co 19 4 6 S [Attach a copy of Contractor's
License to the bid]
c. Attach documentation from the State of Florida Division of Corporations that
indicates the business entity's status is active and that lists the names and titles of
all officers.
LL
3. Number of years the firm has performed business as a Contractor in construction work
of the type involved in this contract: 3?3 YC4�s
4. What is the last project OF THIS NATURE that the firm has completed?
GrCCvAy;��✓ 5140 9� 13\.,, •oli j ai-w, �e.,v4
jc�vL4 i✓► to rt.,_y 'IL Pkbl; L woo# ks Ds t
5. Has the firm ever failed to complete work awarded to you? A10
[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? AVD
[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? !V�
00456 - Qualifications Questionnaire - REV 04-07
00456-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0603 Contract Documents\00456 -
Qualifications Questionnaire - REV 04-07.doc
[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.]
9. Has the firm ever been charged with noncompliance of any public policy or rules?
No
[If your answer is "yes, then attach a separate page to this questionnaire that explains
the circumstances and list the project name, Owner, and the Owner's telephone number
for each project.]
10. Attach to this questionnaire, a notarized financial statement and other information that
documents the firm's financial strength and history. "v& j I`Wew tfaWV re�`i`«sf'
11. Has the firm ever defaulted on any of its projects?
12
13,
14.
15.
its
17
[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.]
Attach a separate page to this questionnaire that summarizes the firm's current
workload and that demonstrates its ability to meet the project schedule.
Name of person who inspected the site of the proposed work for the firm:
Name: S e ; c,1 Ho 1` 0"J SA mOl
Name of on-site Project Foreman:
Date of Inspections:
cc Civil a
C1/2 IV /a;
,j
Number of years of experience with similar projects as a Project Foreman: 5
Name of Project Manager: M o c I" iv a s.S A � I
Number of years of experience with similar projects as a Project Manager: Z o
State your total bonding capacity:
3:%4 CA Cc 20a5 0mr 5 lit boeft>
State your bonding capacity per job:
"LK C54 Zo Pill IIloom de 114L�00
18. Please provide name, address, telephone number, and contact person of your
5 u ,' [ p :C" S k *&&% ee Ce .
bonding company:
C N
$ Et /`+u i1 v 5d"• v (5o') 777- z e 9 4-
1#A4 C*,. C c0 0 A* s, N.Y. 13109
[The remainder of this page was left blank intentionally]
00456 - Qualifications Questionnaire - REV 04-07
00456-2
FAEngineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00456 -
Qualifications Questionnaire - REV 04-07.doc
i
in
U
N
O
L
CL
ca N..
Q
cJ_
G
Cn
0
m
co
CD
c
O
O
4-
W
w
N
a.
O
A
0
v
0
w
m
C:
c
0
U)
CD
d
c
0
U
cc
7
d
co
to
0
0
E
u
La
C
V
any
LL
t
V
LM
o
ca E
s
°
Pft
Q
a-
Ir
ao
—
v\
t)4
�-
LM
o
� L
d
R
1
Z
o
nQ
C Z
d
N
L Q
asCL
v d
�
V
.ia
_
n
�
A
A
No
O+ m
r• V
S
l�1Yl/
W
a
v
L
d
S
co
S�+
O
^L
S
"
a.
H
O�
r
o
d
0
m m
N
�l
N
�
r
o
as
CL
_.
fi C
>
°
f
S
f
LzE
0
v
0
w
m
C:
c
0
U)
CD
d
c
0
U
cc
7
d
co
to
0
0
E
u
[NOTE: If requested by the County, the Bidder shall furnish references, and other information,
sufficiently comprehensive to permit an appraisal of its abilities as a contractor.]
By:
* * END OF SECTION * *
S, r"t' it's �'►� I
(Signature)
(Position or Title)
(Date)
00456 - Qualifications Questionnaire - REV 04-07
00456 - t
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00456 -
Qualifications Questionnaire - REV 04-07.doc
-':.1 11/�/LVV2 V.VV t!]VL VV1/VVL �1V11uK LV(/.. �� ------
ap.partment of ftlp
I certify the attached is a true and correct copy of the Articles of
Organization of J.W. CHEATHAM LLC, a limited liability company organized
under the laws of the state of Florida, filed on November 24, 2004, as
shown by the records of this office.
I futher certify the document was electronically received under FAX audit
number H04000233871. This certificate is issued in accordance with
section 15.16, Florida Statutes, and authenticated by the code noted below
The document number of this limited liability company is L04000085403.
Authentication Code: 704A00066805 -112904-L04000085403-1/1
Given under my hand and the
Great Seal of the State of Florida,
at Tallahassee, the Capital, this the
Twenty-ninth day of November, 2004
_AND .
a
�= •IN •
0
2008 LIMITED LIABILITY COMPANY
ANNUAL REPORT
DOCUMENT # L04000085403
1, Entity Name
J.W. CHE:ATHAM LLC
Principal Place of Business Mailing Address
7396 WESTPORT PLACE
7396 WESTPORT PLACE
WEST PALM BEACH, FL 33413
WEST PALM BEACH, FL
33413
I IIIII�II IIII III VIII III q�l ��I B �II ��I IIB (NI
03192008 Chg-LLC CR2E083 (12/06)
2 Principal Place of Business - No P.O. Box #
3. Mailing Address
Suite, Apt. #, etc.
Suite, Apt. k, etc.
City &State
City & State
4. FEI Number
Applied For
20-192$479
Not Applicable
Zip
Country
Zip
Country
5. Certificate of Status Desired $5.00 Additional
Fee Required
8. Name and Address of Current ReOstered Agent
7. Name and Address of New RaOstered Agent
Name
BAKER, DAVID H ESQ
Street Address (P.O. Box Number is Not Acceptable)
321 ROYAL POINCIANA PLAZA
PALM BEACH, FL 33480
City
FL
Zip Code
8. The above named entity submits this statement for
the purpose of changing Its
registered office or
registered agent, or both, in the State of Florida. l am familiar with, and accept
the obligations of registered agent.
SIGNATURE
Signature, rypae orprinted rnme of registered agent andwo H applicable. (NOTE: RagiuereC Agent signature raquratl when reinstating) GATE
FILE NOW111 FEE IS $138.75
Make check payable to
After May 1, 2008 Fete will be $538.75
Florida Department of State
81
MANAGING MEMBERS/ MANAGERS
10,
ADDITIONS/CHANGES
MGR
❑ Delete
TITLE
/ ❑ Change ddition
tiG �r sr�ih �`rt
MAHEU, JOHN JR
NAME
C ht�L
✓_� ze, P/
[ETITLE
DOHESS
7396 WESTPORT PLACESTREET
ADDRESS
3''fG%r e./�
-ZIP
WEST PALM BEACH, FL 33413
CITY -ST -ZIP
�/; ,tir• T��t 33 y/
TITLE
MGR
❑ Delete
TITLE
❑ Change ❑ Addition
NAME
J.W.C. HOLDINGS, INC.
NAME
STREET ADDRESS
7396 WESTPORT PLACE
STREET ADDRESS
CITY -ST -ZIP
WEST PALM BEACH, FL 33413
CITY -ST -ZIP
TITLE
MGR
❑ Delete
TITLE
❑Change ❑Addition
NAME
BROWN, SHERRY Y
NAME
STREET ADDRESS
7396 WESTPORT PLACE
STREET ADDRESS
CITY -ST -ZIP
WEST PALM BEACH, FL 33413
CITY -ST -ZIP
TITLE
MGR
❑ Delete
TITLE
❑ Change ❑ Addition
NAME
DAMRON, HAROLD M
NAME
STREETADDREss
7396 WESTPORT PLACE
STREET ADDRESS
CITY -ST -ZIP
WEST PALM BEACH, FL 33413
CITY -ST -ZIP
TITLE
MGR
❑ Delete
TITLE
❑ Change Addition
NAME
MOUSSAVI, SEYED M
NAME
STREETADDREss
7396 WESTPORT PLACE
STREET ADDRESS
CITY -ST -ZIP
WEST PALM BEACH, FL 33413
Cm-ST-zIP
TITLE
MGR
❑ Delete
TITLE
❑ Change ❑ Addition
NAME
UHRIG, THOMAS
NAME
STREET ADDRESS
7396 WESTPORT PLACE
STREET ADDRESS
clTy-sT-zip
I WEST PALM BEACH, FL 33413
CITY -ST -ZIP
11. 1 hereby certify that the information
this filing does not quality for the exemptions contained in Chapter 119, Florida Statutes. I further certify that the information
indicated on this report is tru n that my signature shall have
the same legal effect as if made under oath; that I am a managing member or manager of the
limited liability company a receive r tru a
empowered to execute this
report as required
by Chapter 608, Florida Statutes.
/7lm
SIGNATURE:
Maw
0
SIGNATURE AND TYPED OR TED NAME OF
SIGNING MANAGING MEMBER, MANAGER, OR AUTHOR= IMM ESENTATNIE OaNime Phone
9705
[�7
L
the 'prd"vi.sions'=o!,r
Cna
tion date:
AUG
31,
20
WEST PALM REACH FL 33
411: IA+I a"�'' I. I'ttt ::i 11rYti.: I hr 'T'... '_'C—:�. l _
ft 11
I'y„ Hi I T I1 it 1ta� k' ypn 1 11 ,I'_a l r _`
;I
vl t:I"I ,�w0.1` Itilr� .�IF. ,r11
116' „c
OVERNOR
AC# 8 J:>
_I
6/:2,0.0.8
Named b1.elo
Under the`
Expiration
MOUSSA
JW CHZ:
7396_:=W
WEST R
.F
Idd
S'EQ# L'o:'�`0 7 i'8
WORK ALLW , n = _
IT HAS: A QiTALIF'I�" _
t 77
7717
c d '
Old
1r I
Id
Idd
i 'aef 14 P
Im
iM iMMq { y.':' dal, n. ; I, k.,
:` L `IhA: t 1 4
IT
�I IiO,I;LS1' BE I. _led
t r _
`.�,' x Gi SECRETARF
�r �a�w.n P.YIz /1111f11-1"1''�V 1 AIl1!"`�� � T% --
ATE Or FLORIDA- -
CONT, RA'CTO'R;`<'
ISI CER. 1TIFIRDr -4nId
D.Vis ons o -Cha . -81,
ate: AUG 311 2010
Id
PP
8EYE1.0 M '
7 K. r �rr
CPORT'`PL r 1
14" BEACH FL 3 13
'ESSIONAL REGULATION
LENSING .BOARD SEQ# L080816Ot)84`.5
CHARLIE CRIST r z; y
GOVERNOR ;<
Rl11REQ BY LAW
2006=09027
J W CHEATHAM LLC
MOUSS'AVI SEYED M
CW -001
CLASS]FICATION
LOCATED AT C/WIDE
7396 WESTPORT PLACE
WEST PALM BEACH FL 33413-1661
TOTAL
This receipt is hereby valid for the above address for the period
beginning on the first day of October and ending on the thirtieth
day of September to engage in the business, profession or
occupation of
GENERAL CONTRACTOR
CGCO18468
ANNE M. GANNON
TAX COLLECTOR, PALM BEACH COUNTY
THIS IS NOT A BILL - DO NOT PAY
369.60
369.60
PAID. PBC TAX COLLECTOR
369.60 BTR 049 01735522 09/25/2008
THIS DOCUMENT IS VALID ONLY WHEN RECEIPTED
BY TAX COLLECTOR
'v
r
n
4
Z
cr
z
3
Z
o
$
v
proj
C
C
gco
3
m
=1Z
_
=r
a
O
FRL
a�
C 0
to
i+
yp
N
Chi Z
O
toCD
10O
v M
40)
40
w
N
P
OD
o co) D
ww
W
Q�p
N
V
ea
w
v
owo
w
N
�
NV
�
�
� C
q F4
G
m
W
A
to
N
s
n
v
ZO
O
N
CD
m
O
V
Ori
W
�A
w
yOj
C
~
O
O
-►
QNB
f0
IA
cm
ML
m
.40
n
C!
G
�j
0
yN
ca
cy,
Cb)
Z
0
Z
C
-1
m
W60
{
0
0
0
0
0
0
o
-Z-f A
C�
O
O
�o
A
O
O
N
z
a
v
n
O
p „
low*
Q
O
w
rn
N99
7C
a
�p
M
O
-n
v
WO
.n
0
x
�m
U;p
3
oz
m
a m
m
3
C$
m
s
a
to
sr
3
O
x
O
O
RL
co
n ?
$
C"
CZ�
N
s
o
40
40
O CD
MIL%
p
=mC
w
m
o
�
m z
N
0
44
49
w
CA
0
t Oz
0 vi
p
N
g
O
n
a
yq
N
Nto
0
.86
A
1
SMIz
nw
-_
CA •
~
s
C)
3
WCA m
v
v
v
Omvr
O�
"' v
Cc
F9
o
z
60
0
d,
0
.4
vZ0)
o
�
A
-I
O
8
A
O
O
N
z
a
v
Cerci icate
(Limited Liability Company)
The undersigned hereby certifies that the following are true and correct statements:
1. That he/she is the assistant Secretary of J.W. Cheatham, LLC, a Limited Liability
Company organized and existing in good standing under the laws of the State of
Florida hereinafter referred to as the "LLC" and that the following Resolutions are
true and correctcopies of certain Resolutions adopted by the Board of Directors
of the LLC as the 1st day of October, 2008, in accordance with the laws of the
State of the state of incorporation of the LLC, the Articles of Incorporation and
the By-laws of the LLC.
RESOLVED, that the LLC shall enter into that certain Agreement between Indian River
County, a political subdivision of the State of Florida and the LLC, a copy of which is
attached hereto, and be it.
FURTHER RESOLVED, that So ed M. Moussavi, the Vice President of the LLC, is
hereby authorized and instructed to execute such Agreement and such other instruments
as may be necessary and appropriate for the LLC to fulfill its obligations under the
Agreement.
2. That the foregoing resolutions have not been modified, amended, rescinded,
revoked or otherwise changed and remain in full force and effect as of the date
hereof.
3. That the LLC is in good standing under the laws of the State of Florida or its state
of Incorporation and has qualified, if legally required, to do business in the State
of Florida and has the full power and authority to enter into such Agreement.
IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate
Seal of the LLC the 1 st day of October,
(Corporate Seal)
She Y. Brown Assistant Secretary
(Print Signatory's name & title)
SWORN TO AND SUBSCRIBED before me this I s day of
v c.4' , 2008, by the assistant Secretary of the aforesaid LLC, who is personally
known to me OR who produced as identification and who did
take an oath.
�,,...u„ MIKE DAMRON
0�,.{yY PV�.,�
Notary Public -State of Florida
* * • _ My Commission Expires Mar 12, 2011
",o;= commission f1 DD 631902
r oo-�.
OF ���` Bonded Through National Notary Assn
otary
Notary's Name) NOTARY PUBLIC
State of Florida at Large
My commission Expires:
SECTION 00458 - List of Subcontractors
The Bidder SHALL list below the name and address of each Subcontractor who will perform
work under this Contract in excess of one-half percent of the total bid price, and shall also list
the portion of the work which will be done by such Subcontractor. After the opening of Bids,
changes or substitutions will not be allowed unless approved by Indian River County after a
request for such a change has been submitted in writing by the Contractor, which shall include
reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate
of Competency.
C%6 ok�i++ora ,Ari+h Prniact Nn's_ 0803.0837. 0838 for Paving and Drainage
Work to be Performed
1. U N �iJ A►rpN�
2.
3, s o
4.
5, 5�~ P1A 7
6,
7,
8.
9.
10,
11,
12,
13,
14,
15,
16,
17.
Note: Attach additional sheets if required.
Subcontractor's Name/Address
15jrel lot
is &�, F6. 33 y720
Ack '- f'as rwe*Lp Y►� s erzv,6efq J 3 ✓1 �'
�►^� 177 7j 40 ynf
p,G�� s��� P� �"
p• o- g e �. S z- S� Lox 4 k� c ti �-�-� �C..
33ti7�
00458 - List of Subcontractors REV 04-07
00458-1
F:\Engineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00458 - List of
Subcontractors REV 04-07.doc
SECTION 00520 - Agreement (Public Works)
TABLE OF CONTENTS
Title
- . • -
ARTICLE1 - WORK.................................................................................................................................2
ARTICLE2 - THE PROJECT..................................................................................................................2
ARTICLE3 - ENGINEER........................................................................................................................2
ARTICLE4 - CONTRACT TIMES..........................................................................................................2
ARTICLE5 - CONTRACT PRICE..........................................................................................................3
ARTICLE 6 - PAYMENT PROCEDURES...... ........................... .............................................. 3
ARTICLE7 - INDEMNIFICATION........................................................................................................5
ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS......................................................................5
ARTICLE 9 - CONTRACT DOCUMENTS...."....,., .................. ............... .... 0 .................... 6
ARTICLE 10 - MISCELLANEOUS.........................................................................................................7
rTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY]
00520 - Agreement (Public Works) REV 04-07
00520-1
F:\Engineering\Capital Projects\080317th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00520 - Agreement
(Public Works) REV 04-07.doc
SECTION 00520 = Agreement (Public Works)
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the
State of Florida organized and existing under the Laws of the State of Florida, (hereinafter
called OWNER)
and
J.W. Cheatham, LLC
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1 - WORK
1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The work is generally described as follows:
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:
County Project Numbers:
Pr ect Address: L 17U
ARTICLE 3 — ENGINEER
3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER
and will act as OWNER 9s representative, assume all duties and responsibilities, and
have the rights and authority assigned to ENGINEER in the Contract Documents in
connection with the completion of the Work in accordance with the Contract
Documents,
ARTICLE 4 = CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and
readiness for final payment as stated in the Contract Documents are of the essence of
the Contract.
4.02 Days to Achieve Substantial Completion and Final Payment
A. The Work will be substantially completed on or before the 210day 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 240 day after the date when the
Contract Times commence to run.
4.03 Liquidated Damages
A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement
and that OWNER will suffer financial loss if the Work is not completed within the times
specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance
with Article 12 of the General Conditions. Liquidated damages will commence for this
portion of work. The parties also recognize the delays, expense, and difficulties
involved in proving in 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 $1,288.00 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
$1,288.00 for each calendar day that expires after the time specified in paragraph 4.02
for completion and readiness for final payment until the Work is completed and ready
for final payment.
ARTICLE 5 = CONTRACT PRICE
5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents, an amount in current funds equal to the sum of the amounts
determined pursuant to paragraph 5.01.A and summarized in paragraph 5,01,B, below:
A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an
exhibit.
B. THE CONTRACT SUM subject to additions and deductions provided in the Contract::
Numerical Amount: $ 1, 491, 080.40
Written
One Million Four Hundred Nintety One Thousand Eighty
Dollars and Forty Cents.
ARTICLE 6 - PAYMENT PROCEDURES
Amount:
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,
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
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 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.
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
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.
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 Conditions,
E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
having done so) all additional or supplementary examinations, investigations,
explorations, tests, studies, and data conceming 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
Agrcert*rt.dw
i% �
CONTRACTOR, including applying the specific means, methods, techniques,
sequences, and procedures of construction, if any, expressly required by the Contract
Documents to be employed by CONTRACTOR, and safety precautions and programs
incident thereto
F. CONTRACTOR does not consider that any further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of the Work at
the Contract Price, within the Contract Times, and in accordance with the other terms
and conditions of the Contract Documents,
G. CONTRACTOR is aware of the general nature of work to be performed by OWNER
and others at the Site that relates to the Work as indicated in the Contract Documents,
H. CONTRACTOR has correlated the information known to CONTRACTOR, information
and observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents,
I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities,
or discrepancies that CONTRACTOR has discovered in the Contract Documents, and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
J. The Contract Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for performance and furnishing of the Work.
ARTICLE 9 - CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. This Agreement (pages 00520-1 to 00520-9);
2. Performance Bond (pages 00610-1 to 00610-5);
3. Payment Bond (pages 00612-1 to 00612-5);
4. General Conditions (pages 00700-1 to 0070046);
5. Supplementary Conditions (pages 00800-1 to 00800-8);
6. Specifications as listed in the table of contents of the Project Manual;
7. Drawings consisting of a cover sheet and sheets numbered 1 through 9, inclusive,
with each sheet bearing the following general title: Roadway Plans for 17'h Lane
SW;
Drawings consisting of a cover sheet and sheets numbered 1 through 44,
inclusive, with each sheet bearing the following general title: 2& Avenue from
218' Street SW to North of 174' Lane SW Roadway Plans;
Drawings consisting of a cover sheet and sheets numbered 1 through 3, inclusive,
with each sheet bearing the following general title: Construction Plans for
Falcon Trace Subdivision Offsite Roadwav Imomvempntc fnr 17th I vino cw•
8. Addenda NONE
9. Appendices to this Agreement (enumerated as follows):
Appendix A — Permits
Appendix B - Best Management Practices
Appendix C — As Built Record Survey
Appendix D — Roadway Soil Survey
10. Notice to Proceed (Page 1, inclusive)
11. CONTRACTOR'S BID (pages 1 to 9, inclusive)
12. Bid Bond (pages 1 to 4, inclusive), Qualifications Questionnaire (page 1 to 4,
inclusive), List of Subcontractors (page 1 inclusive).
13. Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2, inclusive)
14. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure
of Relationships (pages 1 to 2, inclusive)
15. The following which may be delivered or issued on or after the Effective Date of the
Agreement and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
16. Contractor's Final Certificate of the Work (page 00632 —1 & 2 of the Specifications)
ARTICLE 10 - MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the General
Conditions.
10.02 Assignment of Contract
A. No assignment by a party hereto 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.
AWewwnwoc
00520-7
FAIDuid ng%Bida12W7-2008 FY (2008900)12008073 Paving and da lege 4rProran ent b Ift Lana SW (Falcon Trace Pmj cQVkWaemenLdoc
10.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and
legal representatives to the other party hereto, its partners, successors, assigns, and
legal representatives in respect to all covenants, agreements, and obligations
contained in the Contract Documents,
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree
that the Contract Documents shall be reformed to replace such stricken provision or
part thereof with a valid and enforceable provision that comes as close as possible to
expressing the intention of the stricken provision.
10.05 Venue
A. This Contract shall be governed by the laws of the State of Florida. Venue for any
lawsuit brought by either party against the other party or otherwise arising out of this
Contract shall be in Indian River County, Florida, or, in the event of a federal
jurisdiction, in the United States District Court for the Southern District of Florida.
[The remainder of this page was left blank intentionally]
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 ergg 2008 (the date the Contract is approved
by the Indian River County Board of County Commissioners, which is the Effective Date of the
Agreement).
OWNER:
INDIAN RIVER COUNTY
Bir
TPM
S
SUFFICII
By:
Vide -Chairman
� A A. Band;Coc
Ea3
G:
fir 9 Jeffrey K. Barton,
(SEAL)
Administrator
LEGAL
II, County Attorney
of Court
Designated Representative:
Name: Christopher J. Kafer . Jr.. P.E.
Title: County Engineer
1801 27th Street
Vero Beach, Florida 32960
(770) 567-8000, ext. 1221
Facsimile: (772)778-9391
CONTRACTOR:
J.W. Cheatham, LLC
By:
(Contractor)
PORATE :SEAL)
..-J-ez..�
Address for giving notices:
7396 Westport Place
West Palm Beach, FL 33413
License No. CGCO18468
(Where applicable)
Agent for service of process:
Designated Representative:
Name:
Seyed M. Moussavi
Title:
Vice President
Address:
7396 Westport Place
West Palm Beach, FL 33413
Phone: ([;All 1M.A100
Facsimile: (561) 471-8348
0-`_,rw-,,.
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to
sign.)
SECTION 00550 - Notice to Proceed
[Certified Mail -- Return Receipt Requested]
TO:
ADDRESS:
Contract For:
(BIDDER)
name of Contract as it appears in the Contract Documents)
Dated
OWNER's Contract No.
You are notified that the Contract Times under the above contract will commence to run on
. By that date, you are to start performing your obligations under the Contract Documents.
The contract has allocated 240 days for the completion of this project. In accordance with Article 4
of the Agreement the date of Substantial Completion is 210 and the date of readiness for final
payment is 240.
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.
Also, before you may start any Work at the Site, you must:
(add other requirements, if applicable)
INDIAN RIVER COUNTY
(OWNER)
By:
(AUTHORIZED SIGNATURE)
(TITLE)
END OF SECTION
00550 - Notice to Proceed REV 04-07
00550-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00550 - Notice to Proceed
REV 04-07.doc Rev. 05/01
SECTION 00610 - Performance Bond
KNOW ALL MEN BY THESE PRESENTS:
BY THIS BOND, we
J.W. Cheatham, LLC
►lciT61
ort Place
Beach, FL
kc;ontractor),
(Insert name, principal business address, and telephone number of Principal/Contractor)
and
ance
5792 Widewaters P
DeWitt, NY 13214
as Surety,
(Insert name, principal business address, and telephone number of Surety)
9-2842
1958082
THIS DOCUMENT HAS BEEN
RECORDED IN THE PUBIC RECORDS
OF INDIAN RIVER COUNTY FL
BK: 2303 PG:2599 Paget of 15
11 /12/2008 at 11:22 AM,
JEFFREY K BARTON, CLERK OF COURT
Principal
a corporation,
are held and firmly bound unto the County of Indian River, Florida, 1801, 27th Street, Vero
Beach, Florida 32960 (772-567-8000)
in the sum of On—;��andnIO�lU hundred Ninety One Thousan601lars (' 491,080.4Q
amounting to 100 t, o the total bird price. For the payment of said sum we bind ourselves, our
heirs, executors, administrators and assigns, jointly and severally, for the faithful performan�
of a certain written Contract, dated the f"day of t� c� , 2007,
entered into between the Principal and the County of Indian River, for:
Bond Number: 6595815
County Project Numbers: 0803, 0837. 0838
Project Address:
Project De§cription: Provide Paving and Drainage Improvements to 17'h Lane SW from 2
Avenue to East aoarox. 900', 20 Avenue from 21' Street SW to 17 Lane SW, and17th La
s►
A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully
copied herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the
Principal shall in all respects comply with the terms and conditions of said Contract and its
obligations thereunder, including all of the Contract Documents therein referred to and made a
part thereof, and such alterations as may be made in the Contract Drawings and Specifications
as therein provided for, and shall indemnify and save harmless the County of Indian River
against and from all expenses, damages, injury or conduct, want of care of skill, negligence or
default, including patent infringement on the part of the Principal, his agents or employees, in
the execution or performance of said Contract, including errors in the Drawings furnished by the
00610 - Performance Bond REV 04-07
00610-1
FAENInewiroCapitel ProjedsWW3171h Lane SW Roadway Improvements from 271h Ave to epprox 900 LF met of 271h Ave10803 Contract Dom men4100810 • Performance
Bond REV 04.07.doc
Principal, and further, if the Principal shall promptly make payments to all who supply him with
labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work
provided for in said Contract, then this obligation shall be null and void, otherwise, the Principal
and Surety, jointly and severally, agree to pay the County of Indian River any difference
between the sum that the County of Indian River may be obliged to pay for the completion of
said Work, by contract or otherwise, and any damages, whether direct, indirect, or
consequential, including reasonableattorney's fees (including appellate proceedings), which the
County of Indian River may incur as a result of the failure of the Principal to properly execute all
of the provisions of the Contract.
AND, the said Principal and Surety hereby further bind themselves, their successors, executors,
administrators and assigns, jointly and severally, that they will amply and fully protect the
County of Indian River against, and will pay any and all amounts, damages, costs and
judgments which may be recovered against or which the County of Indian River may be called
upon to pay to any person or corporation by reason of any damage arising from the
performance of the said work, repair or maintenance thereof, or the manner of doing the same,
or his agents or his servants, or the infringements of any patent rights by reason of the use of
any material furnished or work done, as aforesaid or otherwise.
AND, the said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Contract or to the work to be
performed thereunder, or the Specifications or Drawings accompanying the same, shall in any
way affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract or to the Work or to the
Specifications or Drawings.
AND, the said Principal and Surety jointly and severally covenant and agree that this Bond will
remain in full force and effect for a period of one year commencing on the date of Completion
as established on the Certificate of Completion as issued by the County of Indian River.
IN WITNESS WHEREOF, the above bound parties executed this instrument under their several
seals, this 28th day of October , 20 08, 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.
[The remainder of this page was left blank intentionally]
00610 - Performance Bond REV 04-07
00610-2
FAErglneering Cepllal PMects4M 171h Lane SW Roadway Vprovemants Uom 271h Ave to approx, OW 1F seal of 271h Ave%0909 Contract D=AnentsX00610 . Parw"nce
Bond REV 04-07.doc
z, iA. Z4'a /lir
Li -(00
ie of Corporation J.W. Chea
BY: lj • h • µ t -`—
(Affix
It.
�,,
.. & I
MM
e Woo
�7
Printed Name 5 ¢ p<►
�T
F
00
Y
41.
Official Title v
� nndonoATc noltantnwt � •* .
uss;•ie,. On LL t►
I 5 ��bet( $Yo w , certify that I am the Secretary of the corperation named as
Principal in the within bond; that Se c d r-► • be w s sAw � %., who signp ti-e-saidbond on
behalf of the Principal was then Joiov t c P s to i w, wf of said corporation: that ,)AnW
his signature, and his signature thereto is genuine; and that said Bond was duly signp waled.,, -_
and attested for and on behal id corpoMfion by authority of Its governing body, - ti,� ,t fg�
iAL0 .:
a
Attest:
witness
TO BE EXECUTED BY CORPORATE SURETY:
r. r
f ••
t:
Corporate Surety SAFECO Insurance Company, q.-V"A ne>Kca
Business Addre 792 W e ters Parkway, x
DeWit 1
BY:
(Affix Oorporate SEAL) Y4"
- J •u .
i
Francis A. Lowther` r:
Attorney -In -Fact s �'
=Y ,
Name of Local Agency James P. Reagan Agency, Inc.
8 East Main Street
Marcellus, NY 13108
Business Address
[The remainder of this page was left blank intentionally]
00610 • Performance Bond REV 04-07
00610 - 3
F:1EnginaeringXCapitat PrgectsvwS 171h Lane SW Roadv"a7 Improvements from 27th Ave to approc 900 LF east of 27th Ave10603 Contract Downwnta100610 • Perfomnnce
SON REV 04.07.doc
STATE OF FLORIDA
COUNTY OF INDIAN RIVER SEE ATTACHED
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn upon oath,
says that he is the attorney-in4act for the and that he has been
authorized by to execute the foregoing bond on behalf of the
CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and
sworn to before me this day of 9 20
My Commission Expires:
Notary Public, State of Florida
* * END OF SECTION * *
00610 - Performance Bond REV 04-07
00610 - 4
F.Vx4neermgr.a0tai PrgpdsW803 171h Lana SW Roadway tmprova rents from 27th Ave to apprmc. 900 LF ON or 27th Ave%0803 Contract DoamenUM810 - Perfornmee
Bond REV 04*07.doc
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
County of p . Q ,
On this Ll M day of Ny v 2008, before me personally came and appeared
S clrr�1 P'' • f"t o , to me known, who being by me duly sworn, did depose and say
that he resides in the City of _ Q . ,9 . co ; that he is the _ t� i c P 3 ; 1..,f
of J.W. Cheatham, LLC, the limited liability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so affixed by order of the managing
members of said limited liability company, and that he signed his name thereto by like order.
���
Ail,
i, 0 • n
•
SURETY ACKNOWLEDGMENT
State of New York
County of Onondaga
On this 28th day of October, 2008, before me personally appeared Francis A. Lowther
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Syracuse, NY; that he is the Attorney -In -Fact of the above signed surety, the corporation
described in and which executed the within instrument; that he knows the corporate seal of said
corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by order of the Board of Directors of said corporation; and that he signed his name thereto by like
order.
�,. C. vet._ u
Notary Public
JEAN C. MCCARTHY
Notary Public, State of New York
No. 01 MC6071225
Qualified in Onondaga County
My Cory lmi:ftsi ,r x?in9S PilGrch 11, 2010
POWER
OF ATTORNEY
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
KNOW ALL BY THESE PRESENTS:
No. 13043
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
"**"*"""**RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN;
Marcellus, New York **
its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 18th day of August 2008
STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any Instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 28th day of October 1 2008
S-0974/DS 4/05
DALEY-WATSON, SECRETARY
logo are registered trademarks of Safeco Corporatlon.
Fnsurarcp SAFECO INSURANCE COWANY OFAUERsCA
FINANCIAL STATBAMNr — DB CEAMER 311, 2007
Aatets Llstbliities
Cash and Bank
./yDeposits
�»�N...»NY.........«_.»..N»».. S 53oWA26 LhteatnedyPtgtmums..x»».»..»..»..N..yy»�3 7�2f8,53AQ02
*Bonds w -I Government... NN»..N..xMx.MMM..tlN...»» 16,728�D67 a for
o clulm and Qao=�Spenfe.»»wow s. N..N». 1,560913,M
*Other Sonds.....N........x._..x......N.»........x.xNN..xN 2r178,711,02007
*Stocks ....Nx..Nx_N.N...._«...x..xNxx «..499,235,954
�•' vu« YNMNYN
499,235,954Red e..u. n..Nm Y«Y«Y.«w«www «u «wM Nn w..w N. Ad It 0.
Agents' Balances or Uncolleeted Premum L,.,,«NN ..« 625 :553p621
Acemedht lest and Rentsx.._N.._««.N..»Y........ 339364490
Other Admitted Assets.x....'Woo x.YN...wool ...«..xN...... ]39.599 '72
PnndsHeld Un RainsurmeIkesdisx»_._..N.. 430"
Reserve for Dividends
�to Polioyholdess...»»..«....._..x.. 2A21$611
Addittoml
Reserve for Comsmissiau, Tmces and
Ot#rerLl"ties tlw».......»._......»N.Y_Y.....N.... 9=6z81
Tata1.............................N........«..... $3=84SAIM
Special Stapiw Fmdr.w.»..4, $ 2263334
tapihl Stoelc..«»_..».xN_NN.....N. 5;000,pp0
Paid in
UmmignedStr$ms«NNw..._N_N __=81.487
Swphw toPdk kidders..«.................,. 838b1Ob94
Total Ltabltbllas aad Stapias «.«.«................ $l11�7.1�'d8.11Z
1 • 'C :151' :J• r.: i., _.�.: _ n �..:. . .. - .. :.. .0 �.
191!: u.
S4261a yob
GA nyaarM! V*danwk of SAF E00 CoMition
SECTION 00612 "Payment Bond
KNOW ALL MEN BY THESE PRESENTS:
BY THIS BOND, we
J.W. Cheatham, LLC
(Contractor),
(Insert name, principal business address, and telephone number of Principal/Contractor)
and
SAFECO Insurance Company of America
5792 Widewaters Parkway
DeWitt, NY 13214 315-449-2842 , a corporation,
as Surety,
(Insert name, principal business address, and telephone number of Surety)
are held and firmly bound unto the County of Indian River, Florida, 1801, 27th Street, Vero
Beach, Florida 29677 567- 000)
in the sum ofghy an�n0 Q�� Hundred Ninety One Thousan6bllars ($1, 491, 080 .4 0
amounting to 100% of the total bid price. For the payment of said sum we bind ourselves, our
heirs, executors, administrators and assi ns, jointly and severally, for the faithful performance
of a certain written Contract, dated the day of
entered into between the Principal and the County of Indian River, for:
Bond Number:
Project Name:
County Project
Numbers.
Project Address:
Project Description:
6595815
Street SW to 17' Lane
Trace Project Entrance to
0803, 0837, 0838
Avenue.
Avenue from 210' Street SW to 17"' Lane SW and 17th
Lane from Falcon Trace Project Entrance to 20 Avenue,
A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully
copied herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the
Principal shall promptly make payments to all claimants, as herein below defined, then this
00612 - Payment Bond REV 04-07
00612 - 1
F.*np1naerinq%CepNa1 Proleft%080317th Lane SW Roadway Vwovements hom 27th Ave to approx. 900 LF ael of 271h AveW803 ConUaot 0ocumontaWW12 'Payment
Bond REV 04-07.doe Rev. 05101
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.
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 "A" and Financial Size Category of Class "X".
The Principal and Surety jointly and severally covenant and agree that this Bond will remain in
full force and effect for a period of one year commencing on the date of Final Completion as
established on the Certificate of Final Completion as issued by the County of Indian River.
The Principal and Surety jointly and severally, agree to pay the County of Indian River all
losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that
the County of Indian River sustains because of a default by the Principal under the Contract.
[The remainder of this page was left blank intentionally)
00612 - Payment Bond REV 04-07
00612 - 2
F.*A91nOWWq CWLa1 ProjecWWM 17th Lens SW Road "y krprovenwls from 27th Ave b opprox. 900 LF 0531 of 271h AveMMM Contract Doowrants100612 . Payment
Bond REV 04-07.doc Rev. 05101
IN WITNESS WHEREOF, the above bound parties executed this instrument under their several
seals, this 28th day of October , 20_QL, the name and corporate seal of
each corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
WHEN THE PRINCIPAL IS A
Li.L�
Name of Cooperation J.We Cheatham, LLC
BY: 5 0 h• pt 00 '� r
(Affix
Printed Name S e, Ya I
Official Title v - P
CERTIFICATE AS TO CORPORATE PRINCIPAL
5�► (3� e w h . , certify that I am th6Tecretary of the corporation named
as Principal in the within bond; that 5e Yc J t& a M e L+s! Ar � 1 , who signed h%s`aid
bond on behalf of the Principal was then vfc.. p—c,;1vw. * of said coc ration:
that I know his signature, and his signature thereto is genuine; and that said Bond was duly
signed, sealed and at sted for and on behalf of Said cowration by authority of Its gov rrtjP
body.
f6
yI
(SEAL)
[The remainder of this page was left blank intentionally]
3jr9):131�.'aii1:1lS',:
t it
00612 - Payment Bond REV 04-07
00612 - 3
F*npineMngNCCap11a1 ProjadsWM 17th Lana SW Roadway Improvements kom 27th Aw to approx. 800 LF SW of 2711 AvaW803 ConVad Documen1s100812 . Payment
Bond REV 04-07.doc Rev. 05101
TO BE EXECUTED BY CORPORATE SURETY:
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Corporate Surety SAFECO Insurance Company of America
Business Address 792 Widew ters Parkw�"
eWit 13
BY: ,Al ,
(Affix Corp or fe $11
Francis A. Lowther
r
Attorney -In -Fact =;*
Name of Local Agency James P. Reagank;
8 East Main Stree
Marcellus,,, k13
..... „)
Business Address
SEE ATTACHED
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn
upon oath, says that he is the attorney-in-fact for the and
that he has been authorized by to execute the
foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian
River, Florida. Subscribed and sworn to before me this day of ,
20
My Commission Expires:
Notary Public, State of Florida
* * END OF SECTION * *
00612 - Payment Bond REV 04.07
00612 - 4
F:1£rtpineerinaTepitel "ed$V80317th lane Sw y ImprovemanU from 27th Ave to appm. 900 LF out of 27th Ave10803 C0n1rad D0CL man1s100012 - Payment
WN REV 04-07.doe Rev. 05J01
ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY
State of Florida
County of p • 13
On this k4' day of /�/a w 2008, before me personally came and appeared
5e fe L h • I*%*v S1 tome known, who being by me duly sworn, did depose and say
that he resides in the City of p • (3 • G. ; that he is the V C C & ?mac, 4) A I •-�f"
of J.W. Cheatham, LLC, the limited liability company described in and which executed the
foregoing instrument; that he knows the seal of said limited liability company; that one of the
seals affixed to said instrument is such seal; that it was so affixed by order of the managing
members of said limited liability company, and that he signed his name thereto by like order.
*e Notary Public S66- t Public
Roseann M Tract
My Commission DD515723
a Expires 0511012010
SURETY ACKNOWLEDGMENT
State of New York
County of Onondaga
On this 28th day of October, 2008, before me personally appeared Francis A. Lowther
to me known, who being by me duly sworn, did depose and say: that he resides in the City of
Syracuse, NY, that he is the Attorney -In -Fact of the above signed surety, the corporation
described in and which executed the within instrument; that he knows the corporate seal of said
corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed
by order of the Board of Directors of said corporation; and that he signed his name thereto by like
order.
C. V1,
Notary Public
JEAN C. MCCARTHY
Notary Public, State of New York
No. 01 MC6071225
Qualified in Onondaga County Zu t v
My Commission Expires March 11
Safeco Insurance Company of Ameri
aafcoPOWER General Insurance Company of AmerSafeloo PlazaOF ATTORNEY Seal WA 98185
No. 13043
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
****""***RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN;
Marcellus, New York
its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 18th day of August 2008
wlllllllF1 IAA ZIP
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
G) The provisions of Article V, Section 13 of the By -Laws, and
A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said Corporation
this 28th day of October 2008
S-0974MS 4/05
y�yy I�"�, 41• s,�:+;�` q' ��'r' STEPHANIE DALEY-WATSON, SECRETARY
Al .i . .�'96 A., I 1 '3_ ii7°
sand tnaTM5re registered trademarks of Safeco Corporation.
F Ll
a+Yv ar .-. WEB PDF
S s17
yf A 1t._ rtr:' a q
.. y
I s u fa r CP SAFECO INSURANCE COMPANY OF AlmMCA
FDIANCLAL BTATEAIBNT—DECB1AM 31, 2807
Aas� IJtt611itles
Cash and BaokDeposits .M.NYnMnN1.»wY wNww»I. rS 33,4 A26 NNYM.N.YMNYyNNpYN.I1YYy � Mr534X2
*Bonds —U.S t3ovelrmxat �g RaIave far Clainot and CLaimsFspaxe.Y».w..N..N,1�603913,930
NtlN Mn MwpNNwIIIN».IY«MYNN
*Mer Bonds.Y..«.«....nY ..w..NN.N»..w....w.N»«..«N 2,A78,7119W
*Sto1c1kRs.�..N.w«ww_w.NNwN»Y.N..NYYw ......«N» nYYwN 494,23S.9SK4
Real M.Y.e1NN.Y..YNI.NY...Y Y..MYN.YNY1... .YI.««YN.MYY. V
Agents' Balances or UncoHeeted Fraritmas .w..pY»...» 62S.iS3�6s1
Awed Interest and ReatsNYNMwpwN »«Yw NY... 33 ftomormMom
4tiurAdmittedAssets...wwN..Y.MNwwNYN.»«..wN»NY 339.599.372
S licia uwt-,t
1
Raw" fat /Pofi**Um 2t421411
Pmem for 1'
R
►m1:. I11 11I
Wd
II
<< y
YI . 11 ' ` YI 5r/
91 1"l=4rwqwlMl7T III.1III ,
. I l : �. o• il. ,
Sol 26h 310e
OA MOOret1 f'sosmrk Of SAFBCO 00"don
Certificate
(Limited Liability Company)
The undersigned hereby certifies that the following are true and correct statements:
1. That he/she is the assistant Secretary of J.W. Cheatham, LLC, a Limited Liability
Company organized and existing in good standing under the laws of the State of
Florida hereinafter referred to as the "LLC" and that the following Resolutions are
true and correct copies of certain Resolutions adopted by the Board of Directors
of the LLC as the 2!.day of November, 2008, in accordance with the laws of the
State of the state of incorporation of the LLC, the Articles of Incorporation and
the By-laws of the LLC.
RESOLVED, that the LLC shall enter into that certain Agreement between Indian River
Co un a political subdivision of the State of Florida and the LLC, a copy of which is
attached hereto, and be it.
FURTHER RESOLVED, that Seyed M. Moussavi, the Vice President of the LLC, is
hereby authorized and instructed to execute such Agreement and such other instruments
as may be necessary and appropriate for the LLC to fulfill its obligations under the
Agreement.
2. That the foregoing resolutions have not been modified, amended, rescinded,
revoked or otherwise changed and remain in full force and effect as of the date
hereof.
3. That the LLC is in good standing under the laws of the State of Florida or its state
of Incorporation and has qualified, if legally required, to do business in the State
of Florida and has the full power and authority to enter into such Agreement.
IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate
S
Wq f ,be LLC the P day of November, 2A6�1
r.
',a t` jal a WY > ,��,lip, i
Am.y
NN
(Print Signatory's name & title)
SWORN TO AND SUBSCRIBED before me this 3� day of
�> , _, 2008, by the assistant Secretary of the aforesaid LLC, who is personally
known to me OR who produced as identification and who did
take an oath. -�
y1:
MIName OTARY PUBLIC
State of Florida at Large
My commission Expires:
ACORDm CERTIFICATE OF LIABILITY INSURANCE 10/28/2 8
PRODUCER (561) 746-4546 FAX: (561) 746-9599 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Tequesta Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
218 S. US Highway One ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
Suite 300
Teguesta FL 33469 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURERA:National Fire Insurance 20893C
J.W. Cheatham, LLC INSURERB:National Fire Insurance 20893C
7396 Westport Place INSURERaValley Fore Insurance 20508C
INSURER D: Trans ortation Ins, Co. 20894C
West Palm Beach FL 33413 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANIY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,
AGI MM kTE LIMITS SHOWN MAY HAVE N REDUCED BY PAID CLAIMS-
NS&
Ijai&
ADD'L
um
TYPE OF INSURANCE
POLICY NUMBER
POLICY
DATE (MWDDTIVE
POLICY
MWDD YYI TION
LIMITS
A
X
GENERAL LIABILITY
NCOM MERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
02083039906
3/1/2008
3/1/2009
EACH OCCURRENCE
$ 1 r 000 r 000
DAMAGE TO RENTED
PREMISES Ea occurrence
50 000
$ r
MED EXP An one person)$
5,000
PERSONAL & ADV INJURY
$ 1 r 000 r 000
GENERAL AGGREGATE
$ 2 r 000 r OOO
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X JECTT LOC
PRODUCTS - MP/OP AGG
$ 2 r OOO , OOO
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
02055533016
3/1/2008
3/1/2009
COMBINED SINGLE LIMIT
(Ea accident)
$ 1 , OOO , OOO
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EAAC
AUTO ONLY: AGG
$
$
D
EXCESS/UMBRELLA LIABILITY
X1 OCCUR 7 CLAIMS MADE
DEDUCTIBLE
hX RETENTION $10,000
02067525954
3/1/2008
3/1/2009
EACH OCCURRENCE
$ 10 r 000 r 000
AGGREGATE
$ 10 , OOO , OOO
S
$
C
WORKERS COMPENSATION ANDX
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
WC2055533047
3/1/2008
3/1/2009
WTO Y LATU-
OTH-
ER
E.L. EACH ACCIDENT
$ 500 r 000
E.L. DISEASE - EA EMPLOYEE
$ 500,000
E.L. DISEASE --POLICY LIMIT
$ 500 r 000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
The Certificate Holder is an additional insured per form G140331A atttached to the General Liability Policy. Form
G140331A is attached for reference. Job Desc: 17th Lane SW from 27th Ave.to East Approx. 900' 20th Ave. from 21st S
SW to 17th Lane SW 17th Lane SW from Falcon Trace project entrance to 20th Ave. Project No.'s 0803, 0837 6 0838
*Except 10 Days cancellation notice for nonpayment of premium.
CERTIFICATE
INDIAN RIVER COUNTY
1801 27TH STREET
VERO BEACH, FL 32960-3388
ACORD 25 (2001/08)
rucn9S,n,na, no.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL XXXXW" MNL
*30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
AUTHORIZED REPRESENTATIVE
dark Kasten/DEBBIE
® ACORD CORPORATION 1988
Dene 1 n! 7
G -140331-A
(Ed. 01/01)
IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE
ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT.
SEE PARAGRAPH C.I. OF THIS ENDORSEMENT FOR THESE DUTIES.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED
ENDORSEMENT WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: Designated Project:
See Certificate of Insurance
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.)
A. WHO IS AN INSURED (Section II) is amended to 3. The coverage provided to the additional insured
include as an insured any person or organization, by this endorsement and paragraph f. of the
including any person or organization shown in the definition of "insured contract" under
schedule above, (called additional insured) whom DEFINITIONS (Section V) do not apply to
you are required to add as an additional insured on "bodily injury" or "property damage" arising out
this policy under a written contract or written of the "products -completed operations hazard"
agreement; but the written contract or written unless required by the written contract or written
agreement must be: agreement.
1. Currently in effect or becoming effective during 4. The insurance provided to the additional insured
the term of this policy; and does not apply to "bodily injury," "property
2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury"
damage," or "personal and advertising injury'. arising out of an architect's, engineer's, or
surveyors rendering of or failure to render any
B. The insurance provided to the additional insured is professional services including:
limited as follows: a. The preparing, approving, or failing to
1. That person or organization is an additional prepare or approve maps, shop drawings,
insured solely for liability due to your negligence opinions, reports, surveys, field orders,
specifically resulting from "your work" for the change orders or drawings and
additional insured which is the subject of the specifications; and
written contract or written agreement. No b. Supervisory, or inspection activities
coverage applies to liability resulting from the
sole negligence of the additional insured. performed as part of any related
architectural or engineering activities.
2. The Limits of Insurance applicable to the C. As respects the coverage provided under this
additional insured are those specified in the endorsement, SECTION IV — COMMERCIAL
written contract or written agreement or in the GENERAL LIABILITY CONDITIONS are amended
Declarations of this policy, whichever is less. as follows:
These Limits of Insurance are inclusive of, and
not in addition to, the Limits of Insurance shown
in the Declarations.
G -140331-A Page 1 of 2
(Ed. 01/01)
PDF created with FinePrint pdfFactory trial version httg://www.pdffactory,com
1. The following is added to the Duties In The
Event of Occurrence, Offense, Claim or Suit
Condition:
e. An additional insured under this
endorsement will as soon as practicable:
(1) Give written notice of an occurrence or
an offense to us which may result in a
claim or "suit" under this insurance;
(2) Tender the defense and indemnity of
any claim or "suit" to any 'other insurer
which also has insurance for a loss we
cover under this Coverage Part; and
(3) Agree to make available any other
insurance which the additional insured
has for a loss we cover under this
Coverage Part.
G -140331-A
(Ed. 01/01)
f. We have no duty to defend or indemnify an
additional insured under this endorsement
until we receive written notice of a claim or
"suit" from the additional insured.
2. Paragraph 4.b. of the Other Insurance Condition
is deleted and replaced with the following:
4. Other Insurance
b. Excess Insurance
This insurance is excess over any other
insurance naming the additional insured
as an insured whether primary, excess,
contingent or on any other basis unless
a written contract or written agreement
specifically requires that this insurance
be either primary or primary and
noncontributing.
G -140331-A Page 2 of 2
(Ed. 01/01)
PDF created with FinePrint pdfFactory trial version http://www.pdffactory.com
fA
N
O
N
U
N
0
U
Q
Z
0
U
0
I
0
w
C:
Q)
E
f0
a
L
o
c
O
m
U
.Q
CLQ
V1
i
O
u
U
L
C
O
U
N
N
O
O
W
I.
75
�
U
E.:
a)
OL
O O
O
E-U.0a
0
I
0
w
C:
Q)
E
f0
a
L
o
c
O
m
U
.Q
CLQ
V1
i
O
u
U
L
C
O
U
N
N
O
O
W
01
r
O
Qc. 'a
y
C L
00
U N
r -p
cO
C
Q
'C m
� L
O
r
C
G CO
d
G
V O
L C
dO
aV
r
C
O
Q
w d
C Q.
(+J O
V
�
� r
O C
O
no.
R O
i> E
y0Q
� r
E R
:
*,a =
N CY
ww
,
W
�L
CL
r
a E 61
00
0
0
r-
N
m dz
T�
1
0
I
0
w
C:
Q)
E
f0
a
L
o
c
O
m
U
.Q
CLQ
V1
i
O
u
U
L
C
O
U
N
N
O
O
W
SECTION 00630 - Certificate of Substantial Completion
A
Date of Issuance: , 200
OWNER: Indian River County
CONTRACTOR-
rroiect Cntranc6 W zu nvin iuv.
OWNER's Contract No.
ENGINEER's Project No's, 0803, 0837, 0838
CONTACT FOR:
(Insert Name of Contract as it appears in the Bid Documents)
This Certificate of Substantial Completion applies to all Work under the Contract Documents or
to the following specified parts thereof:
T
And T
OWNER
CONTRACTOR
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 complete in accordance with the Contract Documents on
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-
inclusive, and the failure to include an item in it does not alter the responsibility of
CONTRACTOR to complete all the Work in accordance with the Contract Documents. The
items in the tentative list shall be completed or corrected by CONTRACTOR within 30 days of
the above date of Substantial Completion.
00630 - Certificate of Substantial Completion REV 04-07
00630-1
FAEngineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00630 -Certificate of
Substantial Completion REV 04-07.doc
The responsibilities between OWNER and CONTRACTOR for security, operation, safety,
maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows:
OWNER:
CONTRACTOR:
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other specifically
noted conditions precedent to achieving Substantial Completion as required by Contract Documents.]
This certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of CONTRACTOR's obligation to complete the Work in
accordance with the Contract Documents.
Executed by ENGINEER on:
ENGINEER:
By:
(Authorized Signature)
(Date).
CONTRACTOR accepts this Certificate of Substantial Completion on
CONTRACTOR:
By:
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on
OWNER: INDIAN RIVER COUNTY
By:
(Authorized Signature)
* * END OF SECTION * *
(date).
(date).
00630 - Certificate of Substantial Completion REV 04-07
00630-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803 Contract Documents\00630 - Certificate of
Substantial Completion REV 04-07.doc
SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION
OF THE WORK
(TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT)
STATE OF _
COUNTY OF
Personally before me the undersigned officer, authorized by the laws of said state to
administer oaths, comes , who on oath
says: That he is the CONTRACTOR with whom Indian River County, Florida, a political
subdivision of said state, did on the day of ,20 , enter
into a contract for the performance of certain work, more particularly described as follows:
UNDER PENALTY OF PERJURY, affiant further says that said construction has
been completed and the Contract therefore fully performed and final payment is now due
and that all liens of all firms and individuals contracting directly with or directly employed by
such CONTRACTOR have been paid in full EXCEPT:
Name Description/Amount
who have not been paid and who are due the amount set forth.
Affiant further says that:
1. CONTRACTOR has reviewed the Contract Documents.
2. CONTRACTOR has reviewed the Work for compliance with the Contract
Documents.
3. CONTRACTOR has completed the Work in accordance with the Contract
Documents.
4. All equipment and systems have been tested in the presence of the ENGINEER or
his representative and are fully operational with no defects or deficiencies except as
listed below.
5. The Work is complete and ready for final acceptance by the OWNER.
6. CONTRACTOR hereby certifies that it has no claims against the OWNER.
00632-1
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803
Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc
(Corporate Seal)
(Contractor)
By:
Subscribed and sworn to before me this _ day of , 20
Notary Public State of Florida at Large
My Commission expires:
+ + END OF SECTION + +
00632-2
F:\Engineering\Capital Projects\0803 17th Lane SW Roadway Improvements from 27th Ave to approx. 900 LF east of 27th Ave\0803
Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc
STANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
Issued and Published Jointly By
PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE
a practice division of the
NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS
AMERICAN CONSULTING ENGINEERS COUNCIL
AMERICAN SOCIETY OF CIVIL ENGINEERS
This document has been approved and endorsed by
The Associated General Contractors of America
Construction Specifications Institute
Copyright 01996
National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
1015 15th Street N.W., Washington, DC 20005
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017