Loading...
HomeMy WebLinkAbout1994 07 27 - Bid DocumentsCSTY OF SEBASTSAN U77=1=1SE.9 DEPARTMENT BID DOCUMENTS FOR ANNUAL INSTALLATION OF WATER SERVICES AND SEWER LATERALS APRIL, 1994 DK -XE OF CbN MPCC $16NINCA J V L`( 27, , 1994 CITY OF SEBASTIAN 1225 MAIN STREET SEBASTIAN, FL 32958 PHONE (407) 589-5330 FAX (407) 589-5570 NOTICE OF INVITATION TO BID SEALED BIDS FOR UNIT PRICES FOR INSTALLATION OF WATER SERVICES AND SEWER LATERALS WITHIN THE CITY OF SEBASTIAN WILL BE ACCEPTED BY THE CITY OF SEBASTIAN, IN THE OFFICE OF THE CITY CLERK, CITY OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 UNTIL 2:00 P.M. ON MONDAY, MAY 23, 1994. BID ENVELOPES ARE TO BE MARKED AS FOLLOWS: ANNUAL INSTALLATION OF WATER SERVICES AND SEWER LATERALS THE CITY OF SEBASTIAN IS SEEKING BIDS FROM UTILITIES CONTRACTORS FOR A CONTINUING ONE YEAR CONTRACT FOR INSTALLATION OF VARIOUS SIZED DIAMETER WATER SERVICES FROM EXISTING WATER MAINS TO PROPERTY OR EASEMENT LINES AND 4" AND 6" DIAMETER PVC PIPE SANITARY SEWER LATERALS FROM EXISTING GRAVITY SEWER MAINS TO PROPERTY OR EASEMENT LINES. CONTRACTORS MUST POSSESS A FLORIDA STATE UTILITIES CONTRACTOR'S LICENSE AND BE REGISTERED IN THE CITY OF SEBASTIAN OR A LICENSED UTILITIES CONTRACTOR IN THE CITY OF SEBASTIAN. A PERFORMANCE BOND IN THE AMOUNT OF $10,000 SHALL BE REQUIRED TO BE MAINTAINED THROUGHOUT THE DURATION OF THE CONTRACT. PROSPECTIVE BIDDERS MUST CONTACT THE CITY CLERK'S OFFICE IN PERSON, BY MAIL AT THE ABOVE ADDRESS, OR BY TELEPHONING (407) 589- 5330, FOR BIDDING DOCUMENTS AND SPECIFICATIONS. QUESTIONS OR CONCERNS SHOULD BE ADDRESSED TO THE CITY OF SEBASTIAN, UTILITIES DIRECTOR, RICHARD B. VOTAPKA, P.E. BIDS WILL BE PUBLICLY OPENED AND READ ALOUD AT 2:00 P.M. ON MONDAY, MAY 23, 1994 IN THE CITY HALL CONFERENCE ROOM. THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. BY: KATHRYN M. O'HALLORAN CITY CLERK CITY OF SEBASTIAN PUBLISH: VERO BEACH PRESS JOURNAL PUBLISH: FRIDAY, MAY 6, 1994 LEGAL NOTICES INSTRUCTIONS FOR BIDDERS 1. All bids shall be submitted in duplicate on the Bid Proposal Forms provided by the City. 2. Bids shall be enclosed in a sealed envelope which shall show the date and time for the opening of the bids, the name of the bid, and the name and address of the Bidder. 3. Late bids, telegraphed, or FAXed bids will not be considered. However, bids may be withdrawn by telegraphic or FAX notice, providing such notices are received prior to the hour and date specified on the bid. 4. Bids must be received at or before the specified time of opening as designated on the Notice of Invitation to Bid. Bidders are welcome to attend; however, attendance is not mandatory. Bids will be immediately opened after the time designated in the Notice of Invitation to Bid and publicly read aloud, providing one or more Bidders are in attendance. A bid tabulation will be furnished upon request after the bids have been reviewed and analyzed by the Bid Review Committee. 5. Bid files may be examined during normal working hours, ten (10) days after bid opening by appointment. 6. Bidders shall follow all instructions and provide all information requested on the Bid Proposal Forms. Contractors wishing to qualify all or any portion of the bid shall provide a hand printed or typed explanation on the bid or separate attachment to be submitted with the bid. 7. Bid proposals shall be typewritten or filled in with ink. Proposals having erasures or corrections must be initialed by the Bidder in ink. 8. Prices shown on the bids must be prices for new materials. 9. Although the City of Sebastian is exempt from Federal and State Sales and Use Taxes, vendors or contractors doing business in Sebastian are not exempted from paying sales tax to their supplier for materials to fulfill contractual obligations with the City nor shall any vendor/contractor be authorized to use the City's Tax Exemption Number is securing such materials. 10. ALTERNATING/APPROVED EOUAL/DEVIATIONS Statement of a specific manufacturer's brand name or model in the specifications does not imply that this specific product Page 1 of 5 11 12 INSTRUCTIONS FOR BIDDERS is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Alternate offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with alternate offers may be cause for disqualification of the bid. The determination as to whether any alternate products or service is or is not equal shall be made by the City of Sebastian and such determination shall be final and binding upon all Bidders. Although the City of Sebastian provides for the consideration of alternate bids, it reserves the right to make an award in the best interest of the City. Such award may not necessarily be given to the lowest bid offered. The Bidder shall be responsible for reading very carefully, and understanding completely, the requirements and the specifications of the items bid upon. Any deviation from specifications listed herein must be clearly indicated. Otherwise, it will be considered that items offered are in strict compliance with these specifications, and the Successful Bidder will be held responsible. Therefore, deviations must be explained in detail on an attached sheet(s) and itemized by number. Any item or items that do not meet City specifications upon delivery will not be accepted. If the item cannot be brought up to specifications in a reasonable time, the Bidder will be required to compensate the City for the difference in price paid for the alternate product. NO BID Where more than one item is listed, any items not bid upon must be indicated "NO BID". Failure to bid on an item may cause the entire bid to be disqualified. A "NO BID" item should be accompanied by an explanation of why it was not bid. CONFLICT OF INTEREST The award is subject to provisions of State Statutes and City Ordinances. All Bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Sebastian. Further, all Bidders must disclose the Page 2 of 5 INSTRUCTIONS FOR BIDDERS name of any City employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Bidder's firm or any of its branches. Should the successful Bidder permanently or temporarily hire any City employee who is, or has been, directly involved with the Bidder prior to or during performance of the resulting contract, the contract shall be subject to immediate termination by the City. 13. LEGAL REQUIREMENTS Contractors must possess a Florida State Utilities Contractor's License and be registered in the City of Sebastian or a Licensed Utilities Contractor in the City of Sebastian. Federal, State, and City laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. Contractors doing business with the City are prohibited from discriminating against any employee, applicant, or client because of race, religion, color, disability, national origin, gender, or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. 14. MISTAKES In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the Bidder's total will be corrected accordingly. Bidders must check their bid proposal where applicable. Failure to do so will be at the Bidder's risk. Bids having erasures or corrections must be initialed in ink by the Bidder. 15. WITHDRAWAL If, within two business days after the Bids are opened, and Bidder who files a duly signed, written notice with the City's Utilities Department, and promptly, thereafter, demonstrates to the reasonable satisfaction of the City that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his/her bid. Page 3 of 5 INSTRUCTIONS FOR BIDDERS 16. WITHDRAWAL OF FUNDS The obligations of the City of Sebastian under this award are subject to the availability of funds lawfully appropriated for its purpose by the City Council of the City of Sebastian. 17. PUBLIC ENTITY CRIMES Any person submitting a Bid Form in the response to this invitation must execute the attached SWORN STATEMENT UNDER SECTION 287.133, FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, Form PUR. 7068, including proper check(s) in the space(s) provided, and enclose it with said Bid Form. Forms submitted with this bid will be in effect for the duration of the Agreement. 18. DRUG-FREE WORKPLACE The Drug -Free Workplace form, in accordance with Section 20 of the Agreement and as attached hereto, shall be submitted with the Bid Form. 19. BID GUARANTEE The Bidder warrants that the unit prices, terms, and conditions quoted in his/her bid will be firm for acceptance for a period of not less than sixty (60) days from the bid opening date. Once the successful Bidder enters into Agreement with the City, such prices will remain firm for the period of one year. 20. AWARD The contract will be awarded to the lowest responsible Bidder whose bid, conforming to the specifications and Instructions For Bidders, will be most advantageous to the City in consideration of price, compliance with the conditions of the Bid Documents, and other factors. 21. PERFORMANCE BOND A Performance Bond in the amount of $10,000 is required to be maintained throughout the duration of the agreement with the City. This bond shall be with a surety insurer authorized to do business in the State of Florida. A standard Performance Page 4 of 5 INSTRUCTIONS FOR BIDDERS Bond form is included with the Bid Documents. In place of a bond, an irrevocable letter of credit from a qualified lending institution for $10,000 may be submitted to the City. When the successful Bidder delivers the executed Agreement to the City, the required Performance Bond must accompany it. The Bidder is referred to Section 12 of the Agreement and the Special Terms and Conditions. 22. REJECTION OF BIDS The City reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time, or charges in the work and to negotiate contract terms with the successful Bidder, and the right to disregard all non- conforming, non responsive, unbalanced, or conditional Bids. More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Any or all proposals will be rejected if there is reason to believe that collusion exists among the Bidders and no participants in such collusion will be considered in future proposals for the same work. Page 5 of 5 AGREEMENT THIS AGREEMENT, made this 271 day of JULf 1994 by and between the City of Sebastian, a Political Subdivision of the State of Florida (hereinafter called the "City"), and Treasure Coast Contracting, Inc. I or its successors, executors, administrators, and assigns (hereinafter called "Contractor"): W I T N E S S E T H: The City and Contractor for good and valuable consideration as hereinafter set forth, do mutually agree as follows: 1. Scope of Work. Contractor agrees to furnish all materials, labor, supervision, and services necessary to complete the Work as described in the contract documents (the "Contract Documents") and agrees to complete the Work in a workmanlike manner in accordance with all applicable codes and in full compliance with the Contract Documents. 2. Contract Documents. (a) The Contract Documents consist of this Agreement, Notice of Invitation to Bid, Instructions for Bidders, Special Terms and Conditions, Bid Form, all drawings, specifications, addenda issued prior to the execution of this Agreement, other documents listed in this Agreement and modifications issued after execution of this Agreement. The Addenda, if any, are as follows: The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by Contractor. The Contract Documents are complimentary, and what is required by one shall be binding as if required by all; performance by Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the intended results. (b) The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the City and a Subcontractor or a Sub -subcontractor, or, (2) between any persons or entities other than the City and Contractor. (c) The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations hereunder. The Work may constitute the whole or a part of the project. 3. Contract Sum and Payment to Contractor. (a) Contract Sum. The City shall pay to Contractor for Contractor's performance hereunder, the amount(s) specified in the Contract Documents (the "Contract Sum"). (b) Progress Payments. The City shall make progress payments on account of the Contract Sum to Contractor as provided below and elsewhere in the Contract Documents. (i) Each Application for Payment by Contractor shall be submitted to the City by the twenty-fifth (25th) day of each month. (ii) Provided an Application for Payment is received by the City not later than the twenty-fifth (25th) day of a month, the City shall make payment to Contractor not later than the tenth (10th) day of the following month. If an Application for Payment is received by the City after the application date fixed above, payment shall be made by the City not later than ten (10) days after the City receives the Application for Payment. (iii) Final payment to Contractor is contingent upon acceptance of the Work by the City. (c) Reimbursable Expenses. The provisions of Florida law shall govern the reimbursement of per diem and travel expenses to Contractor. Contractor shall not be reimbursed in excess of the rates prescribed by law. Any request for reimbursement by Contractor shall be accompanied by documentation which is, in the reasonable opinion of the City, sufficient to establish the expenditure on the part of Contractor. 4. Contractor's Obligations. (a) Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Agreement, unless the Contract Documents give other specific instructions concerning these matters. (b) Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 2 (c) Unless otherwise provided in the Contract Documents, Contractor shall pay all sales, use and other similar taxes and shall secure and pay for all permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work. (d) Contractor shall enforce strict discipline and good order among Contractor's employees and other persons carrying out the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. (e) Contractor currently holds and shall maintain at all times during the term of this Agreement all required federal, state and local licenses necessary to perform the Work required under the Contract Documents. (f) Contractor shall be responsible to the City for the acts and omissions of Contractor's employees, Subcontractors and their agents and employees, and other persons performing portions of the Work under a contract with Contractor. 5. Warranty. Contractor warrants to the City that all materials and labor furnished under this Agreement shall be free from any and all defects for a period of one (1) year from the date of completion of the Work, and that the Work will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. 6. Correction of Work. (a) Contractor shall, at no cost to the City, promptly correct Work failing to conform to requirements of the Contract Documents, whether observed before or after completion of the Work and whether or not fabricated, installed or completed, and shall correct any Work found to be not in accordance with the requirements of the Contract Documents within a period of one (1) year from the date of completion of the Work or by the terms of an applicable special warranty required by the Contract Documents. The provisions of this Paragraph 6 apply to the Work done by Subcontractors as well as to the Work done by direct employees of Contractor. (b) Nothing contained in this Paragraph 6 shall be construed to establish a period of limitation with respect to other obligations which Contractor might have under the Contract Documents. Establishment of the time period of one (1) year as described in Subparagraph 6(a) above relates only to the specific obligation of Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability with respect to Contractor's obligations other than specifically to correct the Work. 3 7. Subcontracts. (a) A Subcontractor is a person or entity who has a direct contract with Contractor to perform a portion of the Work. (b) A Supplier is a person or entity who has a direct contract with Contractor to provide materials and/or supplies required to perform a portion of the Work. (c) Unless otherwise stated in the Contract Documents or the bidding requirements, Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the City the names of the Subcontractors and Suppliers for each of the principal portions of the Work. Contractor shall not contract with any Subcontractor or Supplier to whom the City has made reasonable and timely objection. Contracts between Contractor and its Subcontractors and Suppliers shall require each Subcontractor and Supplier, to the extent of the Work to be performed by the Subcontractor and the material and/or supplies to be provided by the Supplier, to be bound to Contractor by the terms of the Contract Documents, and to assume toward Contractor all the obligations and responsibilities which Contractor, by the Contract Documents, assumes toward the City. 8. Term. The term of this Agreement shall be one (1) year from the date of the Agreement unless otherwise specified in the Contract Documents. The parties reserve the right to extend the term of this Agreement for an additional term of one (1) year on the same terms and conditions upon mutual written agreement. 9. Termination. (a) For Cause. If Contractor defaults or persistently fails or neglects to carry out the Work in accordance with the Contract Documents or fails to perform a provision of this Agreement, the City, after ten (10) days written notice to Contractor and without prejudice to any other remedy the City may have, terminate this Agreement. (b) Without Cause. The City retains the right to cancel this Agreement at any time, with or without good cause, upon written notice to Contractor when such termination is deemed by the City Council, or their designee, to be in the public interest. (c) Payment Upon Termination. In the event of termination as provided herein, Contractor shall be paid for services performed through the date of termination, less damages incurred by the City as a result of Contractor's failure to carry out the Work in accordance with the Contract Documents and Contractor's failure to perform any provision of this Agreement. 4 10. Indemnity. To the fullest extent permitted by law. Contractor shall indemnify, defend and hold harmless the City and the City's agents, servants and employees, from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the Work, except for injuries, damages or claims which are the result of the sole negligence of the City, its agents, servants, or employees. Contractor hereby acknowledges that the obligations imposed upon the City and the terms of this Agreement are the specific consideration for the indemnification provided herein. 11. Insurance. Contractor shall procure and maintain during the life of this Agreement insurance of the types and subject to the limits set forth below. Contractor shall also provide the City with evidence of this insurance prior to commencement of the Work in the form of Certificates of Insurance which shall be subject to the City's approval for adequacy. (a) Workers' Compensation. Contractor shall purchase from and maintain in any company or companies lawfully authorized to do business in Florida, workers' compensation insurance for protection from claims for damages because of bodily injury, including death, and from claims for damages, other than to the Work itself, to property which may arise out of or result from Contractor's operations under this Agreement, whether such operations be by Contractor or by Subcontractors or by anyone directly or indirectly employed by any of them. This insurance shall be written for not less than the limits of liability required by law, and shall include contractual liability insurance applicable to Contractor's obligations under Paragraph 10. Coverage B, Employer's Liability, shall be written for a minimum liability of $100,000.00 per occurrence. (b) Commercial General Liability. Contractor shall provide and maintain during the life of this Agreement, at Contractor's own expense, Commercial General Liability insurance on an occurrence basis for a minimum of $1,000,000.00 per occurrence for claims of bodily injury including death, and $500,000.00 for property damage. (c) Commercial Auto Liability. Contractor shall provide and maintain during the life of this Agreement, at Contractor's own expense, Commercial Auto Liability insurance on an occurrence basis for a minimum $100,000.00 per occurrence for claims of bodily injury including death, and $300,000.00 for property damage. 12. Performance Bond. Contractor shall purchase and maintain throughout the duration of this Agreement a Performance Bond in an amount equal to 110% of the face amount of the Contract Sum, unless such requirement is specifically waived or modified in writing by the City. Said bond shall be with a surety insurer authorized to do business in the State of Florida. In lieu of said bond, 3 Contractor may obtain and deliver to the City an irrevocable letter of credit from a qualified lending institution in an amount equal to the Performance Bond required. Contractor shall submit to the City proof of said surety bond or letter of credit upon execution of this Agreement. 13. Assignment. Contractor shall not assign this Agreement to any other persons or firm without first obtaining the City's written approval. 14. Notices. All notices, requests, consents, and other communication required or permitted under this Agreement shall be in writing and shall be (as elected by the person giving such notice) hand delivered by messenger or courier service, or mailed by registered or certified mail (postage prepaid) return receipt requested, addressed to: IF TO THE CITY: WITH A COPY TO: City of Sebastian Attn: Joel Koford, 1225 Main Street Sebastian, Florida Charles Ian Nash, City Attorney c/o Frese, Nash & 930 S. Harbor City Suite 505 Melbourne, Florida City Manager 32958 Esquire Torpy, P.A. Boulevard 32901 IF TO CONTRACTOR: Lawrence J. Myers, President Treasure Coast Contracting,Inc. PO Box 2 9, 5 1 th Avenue Vero BeachFl 32965 15. Time. Time limits stated in the Contract Documents are of the essence of this Agreement. By executing this Agreement, Contractor confirms that the contract time is a reasonable period for performing the Work. 16. Conflict of Interest. (a) Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided by law. Contractor further represents that no person having any such interest shall be employed in performance of the Work. (b) Contractor shall promptly notify the City in writing by certified mail of all potential conflicts of interest prohibited by existing state law involving any prospective business association, interest or other circumstance which may influence or appear to influence Contractor's judgment or quality of services 2 being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that Contractor may undertake and request the opinion of the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by Contractor. The City agrees to notify Contractor of its opinion by certified mail within thirty (30) days of receipt of notification by Contractor. If, in the opinion of the City, the prospective business association, interest or circumstance would not constitute a conflict of interest by Contractor, the City shall so state in the notification and Contractor shall, at its option, enter into said association, interest or circumstance and it shall be deemed to be not a conflict of interest with respect to services provided to the City by Contractor under the terms of this Agreement. 17. Compliance With All Applicable Federal Laws. Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work, including, but not limited to, The Clean Air Act (42 USC 57506(c)), The Endangered Species Act (16 USC 51531, et sea.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as amended), The Wild and Scenic Rivers Act (PL 90-542, as amended), The Demonstration Cities and Metropolitan Development Act of 1966 (PL 89-754), Section 306 of The Clean Air Act, Section 508 of The Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500), Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No. 12549, The Davis Bacon Act (40 USC 5276), the Occupational Safety and Health Act and applicable regulations, and the Americans with Disabilities Act (PL 101-336). 18. Liquidated Damages. In the event Contractor violates or fails to perform any provision of the Contract Documents, then the City may elect to receive as liquidated damages the amount(s) specified in the Contract Documents. It is expressly acknowledged by Contractor that said payment shall not be interpreted nor construed as a penalty but is in fact a good faith attempt to fix damages which the City will suffer in the event Contractor fails to perform as required hereunder or violates any provision of the Contract Documents. 19. Bid and Payment Bonds. Contractor shall purchase and maintain such bid and payment bonds as are required by the City and specified in the Contract Documents. 7 20. Drug -Free Workplace. Contractor, in accordance with Florida Statute 287.087, hereby certifies that Contractor does: (a) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (b) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. (c) Give each employee engaged in providing the commodities or contractual services that are required hereunder a copy of the statement specified in Subparagraph (a). (d) In the statement specified in Subparagraph (a), notify the employees that, as a condition of working on the commodities or contractual services that are required hereunder, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (e) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (f) Make a good faith effort to continue to maintain a drug-free workplace through implementation of Subparagraphs (a) thru (e). 21. Public Entity Crimes. (a) Contractor hereby acknowledges, represents and warrants: (i) That a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. n (ii) That "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. (iii) That an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. (iv) That a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. (b) Based on information and belief, the statement which Contractor has marked below is true in relation to Contractor submitting this sworn statement. [indicate which statement applies.] Neither Contractor, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of Contractor, nor any affiliate of Contractor has been charged with and convicted of a public entity crime subsequent to July 1, 1989. 0 Contractor, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of Contractor, or an affiliate of Contractor has been charged with and convicted of a public entity crime subsequent to July 1, 1989. Contractor, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of Contractor, or an affiliate of Contractor has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place Contractor on the convicted vendor list. [attach a copy of the final order]. (C) CONTRACTOR UNDERSTANDS THAT THE ACKNOWLEDGMENTS, REPRESENTATIONS AND WARRANTIES MADE IN THIS PARAGRAPH 21 TO THE CITY ARE FOR THE CITY ONLY AND, THAT SUCH ACKNOWLEDGMENTS, REPRESENTATIONS AND WARRANTIES ARE VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH THIS AGREEMENT IS EXECUTED. IN THE EVENT THE TERM OF THIS AGREEMENT SHALL EXTEND BEYOND THE CALENDAR YEAR IN WHICH IT WAS EXECUTED, CONTRACTOR SHALL EXECUTE AND SUBMIT TO THE CITY A NEW SWORN STATEMENT UNDER SECTION 287.133, FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, FORM PUR. 7068, AS REVISED FROM TIME TO TIME. CONTRACTOR ALSO UNDERSTANDS THAT CONTRACTOR IS REQUIRED TO INFORM THE CITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS PARAGRAPH 21. 22. Entire and Sole Agreement. Except as specifically stated herein, the Contract Documents constitute the entire agreement between the parties and supersede all agreements, representations, warranties, statements, promises and understandings not specifically set forth in the Contract Documents. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth in the Contract Documents. 23. Successors and Assigns. Except as otherwise provided in the Contract Documents, all covenants and agreements of the parties contained in the Contract Documents shall be binding upon and inure to the benefit of the respective successors and assigns of the parties. itol 24. Attorney's Fees. In the event any action, proceeding, suit or claim is filed, initiated or maintained to enforce any of the provisions of the Contract Documents, the prevailing party shall, in addition to relief to which it is otherwise entitled, be entitled to recover such further amounts, to the extent lawful, as shall be sufficient to pay the cost and expenses of enforcement, including reasonable attorney's fees, both at trial and all appellate levels. 25. Remedies. No remedy herein conferred upon any party is intended to be exclusive of any other remedy and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. 26. Governing Law. The Contract Documents shall be construed and enforced in accordance with and governed by the laws of the State of Florida, and venue for any action pursuant to the Contract Documents shall be in Indian River County, Florida. 27. Amendments. Neither the Contract Documents nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. 28. Waiver. The failure of any of the parties at any time to require performance of any provision of the Contract Documents shall in no manner affect the right of such party at any later time to enforce or require the same unless waived in writing. No waiver by any party of any condition or breach shall be construed or deemed to be a waiver of any other condition or any other breach of any term, covenant or warranty contained in the Contract Documents. IN WITNESS WHEREOF, the City has hereunto subscribed and Contractor has affixed his, its, or their names, or name. ATTE T: /� 9 Kait)hryt M. O'Halloran CMC/AAE, City Clerk (Corporate Seal) Approved Form and Legal Sufficie;Zan—. Charles NashCity Attorney 11 CITY: THE Y OF SEBASTIAN, FLORIDA By: Name: cia G (( Title: cl f M(,(,tlye✓ Signed, sealed and delivered in the presence of: Name Name: STATE OF FLORIDA COUNTY OF INDIAN RIVER CONTRACTOR: By: Name: Lawrence J. MyersG% Title: President The for going instrument was ack%owle�tged_before me this day of 199_ by the Dt'A 111&1t4ter of the CITY OF SE ASTIAN, FLORIDA, on behalf of he CITV OF SEBASTIAN. He�is personally known to me or produced as identification. SALLY A. NAIO No" PuNk-State of Florida W 0WMis8W Expires OCT 05,19W COMM a CC 045206 STATE OF FLORIDA COUNTY OF INDIAN RIVER Notary.P blic, Sta`te� n Florida f Printed 3rame CG04sg0G Commission Number The foregoing instrument was acknowledged before me this 26th day of July 199 4 b Lawrence J. Myers , on behalf of CONTRACTOR. He sis personally known to me or produced as identification. PAMELA R. LIPPS 6T! COMMISSIOP, N CGM101 DIPIAE3 Febxny S, 1996 ,�, , O:N3J irN;l �n7Y `iwS ih^aOflNiCE, IM;. 12 Notary Public, State of Florida f�/1nx.l I.lDas Printed Name Bond No.:OFL439134 PERFORMANCE BOND Treasure Coast KNOW ALL MEN BY THESE�P1 RgENTiS.THAT Contracting, Inc. as Principal, hereinafter called Contractor, and Ln uraegce 6omoany as surety, hereinafter called Surety, are held and firmly bound unto CITY OF SEBASTIAN, .Florida as Obligee, hereinafter called Owner, in the amount of Ten Thousand and 00/100-- Dollars ($10,000.00--- ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.- WHEREAS, resents.-WHEREAS, the Contractor has by nnua rsCa a 'ionatof July 2� 19 94 , entered into a contract with the Owner for ��' �g �a��� Services and Sewep once with the Specifications prepared by the Owner, hereinafter called the ontrac . NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the principal: I. Faithfully performs the contract at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all persons, including claimants as defined in Section 255.05(1), Florida Statutes, supplying labor, materials, and equipment used directly or indirectly by the said Contractor, Contractors, Subcontractor, or Subcontractors in the prosecution of the work provided for in the contract; and 3. Satisfies all claims and demands incurred for the same, and fully indemnifies and saves harmless the owner, from all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, which the Owner suffers by reason of failure to do so and fully reimburses and repays the Owner all outlay and expense which the Owner may incur in making good any such defect, and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. And provided, that any alterations which may be made in the terms of the Contract or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forebeardnce on the part of either the Owner or the Principal to the other shall not in any way release the Principal and Surety or Sureties, or either or any of them, their heris, executors, administrators, successors or assigns for their liability hereunder, notice to the Surety or Sureties, of any such alteration, execution, or forebearance being hereby waived. SIGNED AND sealed this Z-7 day ofOW_ 19 914-, in the presence of: ATTEST: 2LJZvi �i.� T I TLE: ATTEST: EL4LL�� TITLE: Secretary COUNTERS I GNED BY: NAME: Bryce R. Guignard AS TO PRINCIPAL: Treasure Coast Contracting, Inc. BY: T I TLE: -PR Es r7)6w7- AS TO SLRETY: Old Republic Insurance Compa BY:(- BRYCE R. GUIGNARD, TITLE: Attorney-in-fact & Licensed Resident Agent TITLE: _ Resident Aaent STREET ADCRESS: 218 Live Oak Blvd., Casselberry, Florida 32707+ *NOTE: Post Office address of resident agent is not acceptable. This Bond shall be accompanied with Attorney -in -Fact's and Agent's authority from Surety. OLD REPUBLIC INSURANCE COMPANY t. POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania stock insurance corporation, does make, constitute and appoint: BRYCE R. GUIGNARD **, M. GARY FRANCIS *, JACK W. GUIGNARD *", JEFFREY I4. REICH *, OF CASSELBERRY, FL its true and lawful Attorneys) -in -Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, as 'follows ALL 47RITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF FIVE HUNDRED THOUSAND DOLLARS(5500;000)-------- FOR ANY SINGLE OBLIGATION; REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUEDFORTHE OBLIGATION. and to bind. OLD REPUBLIC INSURANCE COMPANY thereby. and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed This appointment is made under and by authority of the board of directors at a special meeting held on May 29, 1986. This Power of Attorney is signedandsealed by facsimileunderand by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC INSURANCE COMPANY on May 29, 1986. RESOLVED FURTHER, that the chairman, president or any vice-president of the Company's surety division, in conjunction with the secretary or any assistant secretary of the Company, be and hereby are authorized and directed to execute and deliver, to such persons as such officers of the Company may deem appropriate, Powers of Attorney in the form presented to and attached to the minutes of this meeting, authorizing such persons toexecute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty. bonds. The said officers may revoke any Power of Attorney previously granted to any such person. The authority of -any Power of Attorney granted by any such officer of the Company as aforesaid shall not exceed five million dollars (S5,000,000.00), except (a) bonds. required to be filed as open penaltybonds, and (b) bonds .filed with any court or governmental authority requiring an unlimited penalty in bonds filed in that court. .RESOLVED FURTHER,. that any. bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the chairman, president or any vicepresident of the Company's surety division and attested and sealed (if a seal be required) by any secretary or assistant secretary; or - (ii) when signed by a duly authorized attorney-in-fact and sealed with the seal of the Company (if a seal be required). RESOLVED FURTHER, that the signature of any officer designated above, and the seal of the Company, may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC INSURANCE COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 3 1 S T day of MAY 19 94, ;sew<o T OLD REPUBLIC INSURANCE COMPANY ! a SEAL A95t. Secretary l vice Pre sid nt STATE OF WISCONSIN, COUNTY OF WAUKES — SS On this 3 1 S T day of MAY 19 94 , personally came before me, DONALD L. BOWEN and PATRICIA A. MORTAG to me known to be the individuals and officers of the OLD REPUBLIC INSURANCE COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said organization,' q •ue.\c r' Notary Public ? o; My commission expires: 01/26/97 CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania corporation, CERTIFY that the fore- going and attached power of attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. CF 92-2787 .� oo . Signed and sealed at the City of Brookfield this day of 19 Assistant Secretary GUIGNARD`-COMPANY ORSC 11OW-R (6-86) SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Sebastian [print name of the public entity] by Lawrence J. Myers [print individpal's name and title] for Treasure Coast Contracting, lnc. [print name of entity submitting sworn statement] whose business address is F.0. Box 650249, 165 14th Avenue, Vero Beach, FL 32965 and (if applicable) its Federal Employer Identification Number (FEIN) is 65-0369820 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn 2. I understand that a 'public entity crime' as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted' or 'coaviction' as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result, of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an 'affiliate' as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term 'affiliate' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a 'person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies.] XX Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. _ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order]. I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [signature] Sworn to and subscribed before me this 23rd day of May -'19 94 Personally known XX l72/ .q� OR Produced identification Notary Public - State of L > llodl (Type of identification) Form PUR 7068 (Rev. 06/11/92) Mycommissionexpires:_1'-t- y' PAMELA R. LIPPS ar .ir MY COMMISSION B CCM101 EXPIrM '. Febmary 8.1998 (Printed' or stamped commissioned name of notary public) . A'; + DATE(MWDDNY) III Ile CERTIFICATE OF INSURANCE 6/17/94 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION David G. Willbur Ins. Agy., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 1360 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Pierce, FL 34954-1360 (407) 461-8870 INSURED Treasure Coast Contracting, Inc. P. 0. Box 650249 Vero Beach, FL 32965 COMPANIES AFFORDING COVERAGE COMPANY Transportation Insurance Company A P P Y COMPANY B COMPANY C COMPANY D ES COVERAG THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POUCYEFFECTIVE POLICY EXPIRATION DMS LTR DATE(MMIDDIYY) DATE(MWDDIYY) GENERAL gBILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY Al 17195017 12/21/93 12/21/93 12/21/94 PRODUCTS-COMP/OP AGO $ 1,000,000 CLAIMS MADE XOCCUR PERSONAL &ADV INJURY $ 1,000,000 OWNER'S& CONT PROT EACH OCCURRENCE $ 1,000,000 SCHEDULED AUTOS FIRE DAMAGE (Any one lire) $ 50,000 $ MED EXP (Anyone person) $ 5,000 AUTOMOBILE LIABILITY A X Al 17195020 12/21/93 12/21/94 COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON OWNED AUTOS (Per accident) $ — — PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: — I EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY - ' - --"- 500,000 A WC 1 17195034 12/21/93 12/21/94 EAcrIAccIDENr $ THE PROPRIETOR/ INCL DISEASE -POLICY LIMIT $ 500,000 PARTNERS/EXECUTIVE — — 500,000 OFFICERS ARE: EXCL DISEASE - EACH EMPLOYEE $ OTHER (DESCRIPTION OF OPERATIONS20CATONSNEHICLES!SPECIAL ITEMS Ref: City of Sebastian annual installation of Florida water services and sewer laterals CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Sebastian EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1225 Main Street 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Sebastian, FL 32955 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABIL17Y OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHORIZED j3EPRESENTATIVE i)a'LLL61- VyI ACORD25-S(3/93) ��LOACORDCORPORATION 1993 DRUG-FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies that TREASURE COAST CONTRACTING, INC. Name of Business does: I . Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to , any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Bidder's Signature arn_ / __/ 1! —�— Q Date SPECIAL TERMS AND CONDITIONS 1. TIME FOR INSTALLATIONS Installation of water services and sewer laterals under this Contract shall be on an "as -needed" basis. Only one installation may be needed at a time. There is no limit as to the total amount of installations required depending on the demand for service by City utility customers. Once notification is given by the City to the Contractor to proceed with installation of the water services and/or sewer laterals, the Contractor shall be allowed a maximum of two weeks to perform the installation. Non-compliance with the two week time period shall be sufficient grounds for termination of the Agreement for cause. The Contractor, upon receiving written or verbal authorization to proceed with the installation(s) for non -emergency service, shall confirm within 72 hours the date the installation(s) shall be performed. Occasionally, emergency installations may arise. The Contractor shall make every attempt to perform the installation within 72 hours following notification by the City. The City will make every attempt to prevent an occurrence of emergency type installations to minimize the inconvenience to the Contractor. All installations, except emergencies, will be performed during normal working hours during the standard work week, Monday through Friday. Emergency work after hours, and on weekends, shall constitute an additional reimbursement of 50% for labor only. 2. PERFORMANCE BOND Being that this contract will be on the basis of time and material for an indeterminate number of installations of water and sewer services over the course of one year, a one time Performance Bond in the amount of $10,000.00 shall be required to be maintained throughout the duration of the contract with the City. The Bond shall be procured in accordance with Section 12 of the "Agreement". 3. LIQUIDATED DAMAGES Failure on the part of the Contractor to confirm installation dates with the City within 72 hours from the time the City notifies the Contractor to proceed with a non -emergency service and to commence and complete installation as required hereunder, shall entitle the City to collect $225.00 per day in liquidated damages unless the Contractor can prove that non-performance was due to circumstances beyond his control. SPECIAL TERMS AND CONDITIONS Page 2 of 2 BID BOND AND PAYMENT BOND Neither bond shall be required for this Contract. PAYHENT The Contractor, when submitting his invoice for payment, shall be specific in identifying the type and sizes of the materials installed and the street address(es) where the materials were installed. BID FORM TO: City Clerk's Office Sebastian City Hall 1225 Main Street Sebastian, FL 32958 (407) 589-5330 PROJECT IDENTIFICATION: Annual Contract for Installation of Water Services and Sewer Laterals BIDDER: TREASURE COAST CONTRACTING, INC. For the purpose of bidding, a typical single water service shall include a tapping saddle, corporation stop, water service tubing, angle meter valve or straight curb stop, and meter box. A typical double water service shall include a tapping saddle, corporation stop, water service tubing, "U" branch connection or wye, angle meter valves or straight curb stops, and meter boxes or double meter box. A typical short service on the same side of the right-of-way where the water main is located will normally be between 10 to 15 feet long. A typical long service on the opposite side of the right-of-way from where the water main is located will normally be 40 to 45 feet long and will require a minimum of a 25 foot long sleeve to be pushed under the road. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with the City of Sebastian to furnish all labor, supervision, materials, tools, equipment, permits, and licenses in order to complete the required work in accordance with the specifications for this project at the unit prices shown below: WATER SERVICES UNIT PRICE 1. Installation of the following tapping saddles and corporation stops with pack joint fitting for Polybutylene (PB) or Polyethylene (PE) tubing A. 4" x 3/4" $ 22F no /each B. 6" x 3/4" $ 230.00/each C. 8" x 3/4" $ 240.00/each D. 10" x 3/4" $ 280.00 /each E. 1.2" x 3/4" $ 290.00/each F. 16" x 3/4" $ 425.00/each G. 4" x 1" $ 225-00 /each H. 6" x 1" $ 230.00 /each I. 8" x 1" $ 240.00/each J. 10" x 1" $ 280.00 each K. 12" x 1" $ 290.00/each 2 3 4. IE d 7 BID FORM L. 6" x 1-1/2" S 325.00 /each M. 8" x 1-1/2" $ 335.00 /each N. 10" x 1-1/2" $ 365.00 /each 0. 12" x 1-1/2" $ 375.00 /each P. 16" x 1-1/2" $ 500.00 /each Q. 6" x 2" $ 350.00 /each R. 8" x 2" $ 360.00 /each S. 10" x 2" $ 390.00 /each T. 12" x 2" $ 400.00 /each U. 16" x 2" $ 575.00 /each Installation of Polybutylene Service Tubing Per Linear Foot A. 3/4" Diameter B. 1" Diameter C. 1-1/2" Diameter D. 2" Diameter $ 1.00 /If $'.W/lf $ 1.50/lf $ -=/ I f Installation of Polyethylene Service Tubing Per Linear Foot A. 3/4" Diameter $ 1.00/1f B. 1" Diameter $1. 00/1f C. 1-1/2" Diameter $ 1.50/1f D. 2" Diameter $ 2. 00/1f Installation of bronze "Y" fittings with Pack Joint Fittings Installation of "U" Branch Connectors with Bronze Angle Meter Stops and Pack Joint Fitting Installation of a Bronze Curb Stop and Pack Joint Fitting A. 3/4" C. 1-1/2" D. 2" Installation of a CDR Single Meter Box With C.I. Meter Reading Lid Page 2 $ 40.00/each $ 60.00/each $ 30.00/each S 30.00/each S_ 80.00/each S 100.00/each $ 10.00/each BID FORM 8. Installation of Angle Meter Stops with $ 40.00 /each Pack Joint Fittings 9. Installation of a CDR Double Meter Box $ 10.00 /each With C.I. Meter Reading Lid 10. Pushing or Jacking Casing Pipe Per Linear Foot Under Roadways A. 2" inside diameter $ 12.00 /if B. 2-1/2" inside diameter $lb.UU/lf C. 3" inside diameter $ 25.00 /if D. 4" inside diameter $ 35.00 /1f 11. Installation of Sod $ q.ft. SANITARY SEWER LATERALS UNIT PRICE 1. Installation of Tapping Saddle on Existing 8" PVC.Sewer Main A. 4" Tap $ 500.00/each B. 6" Tap $ 500.00 /each 2. Installation of Tapping Saddle on Existing VCP Sewer Main A. 4" Tap $ 500-00 /each B. 6" Tap $5 - /each 3. Installation of PVC Sewer Lateral A. 4" Diameter$ 10.00*�*,9d**® /if B. 6" Diameter $fin nn /aa®k* /if 4. Installation of PVC Wye with Plugs $ 75.00/each Page 3 BID FORM 5. Installation of 4." PVC Cleanout with $ 75.00 /assembly Sanitary Wye, Riser Pipe, Cleanout Fitting A. The above prices shall be considered firm bids not subject to price adjustment unless Bidder's provisions for price escalation are stated on a separate sheet attached to the Bid. B. The Bidder has acknowledged Addenda issued by the Sebastian Utilities Department on the lines below: ADDENDA ACKNOWLEDGMENT The undersigned Bidder acknowledges that he has received the following Addenda for this project prior to the submittal of this bid and that work called for in these addenda is included in the prices above. Addendum No. Dated Signature and Title C. The Bidder acknowledges that the prices will remain firm for sixty (60) days following the date of this bid. Page 4 Respectfully Submitted By: BIDDER TREASURE COAST CONTRACTING, INC. ADDRESS P. 0. Box 650249 165 14-tF Avenue Vero Beac , BY Signature Lawrence J. Myers/ Printed or typed name President Title PHONE NO. (407) 562-4587 FAX NO. (407) 562-0721 DATE May 23, 1994 C. The Bidder acknowledges that the prices will remain firm for sixty (60) days following the date of this bid. Page 4 TECHNICAL SPECIFICATIONS FOR ANNUAL INSTALLATION OF WATER SERVICES AND SEWER LATERALS IN THE CITY OF SEBASTIAN, FLORIDA INDEX Water Services 1. Tapping Saddle 2. Corporation Stop 3. Polyethylene and Polybutylene Tubing 4. Punching of Small Diameter Pipe Casings 5. Meter Boxes 6. Sodding Sanitary Sewer Laterals 1. Gravity Sewer Pipe 2. Fittings 3. Installation 4. Construction Interference 5. Retrofitting Laterals 6. Sewer Cleanouts APRIL, 1994 WATER SERVICES TAPPING SADDLE I. TAPPING SADDLES FOR 4" THROUGH 12" DIAMETER PVC PIPE A. MATERIALS 1. The tapping saddle shall be Ford Meter Box Company Style S70 for standard PVC pipe or Style S90 for C900 PVC pipe. The saddles are to be cast from certified 85-5-5-5o water works brass alloy in accordance with ASTM B-62 with AWWA tapered threads to accept CC or CS threaded corporation stops. Gaskets shall be Buna-N rubber in accordance with ASTM D-2000-8OM5-BG506. Bolts shall be 1/2" or 5/8" hex head silicon bronze bolts. II. TAPPING SADDLES FOR 4" THROUGH 16" DIAMETER ASBESTOS CEMENT (AC) OR DUCTILE IRON (DI) PIPE A. MATERIALS 1. The tapping saddle shall be Ford Meter Box Company Style 202B for standard asbestos cement or ductile iron pipe. The saddles are to be cast from certified 85-5-5-5o water works brass alloy conforming to AWWA C800 specification with AWWA tapered threads to accept CC or CS threaded corporation stops. Straps shall be high quality silicon bronze. Gaskets shall be Buna-N rubber is accordance with ASTM D-2000-80M5-BG506. The nuts are to be cast of the identical brass alloy as the saddle. III. INSTALLATION Prior to installing the tapping saddle, the pipe shall be wiped free of all soil, especially in the vicinity of where the rubber gasket will be positioned. Once the saddle is correctly positioned in the direction of the service line, the hex head nuts shall be tightened as evenly as possible on both sides of the saddle. Care shall be taken so as to not over tighten the nuts thereby damaging the threads. Once the saddle is secured to the pipe, the corporation stop can be inserted into the saddle and tightened. CORPORATION STOPS I. MATERIALS Corporation stops shall be Ford Meter Box Co. Type F 1000 or FB 1000 with AWWA Taper (CC or CS) threads for the inlet and pack joint fitting for CTS tubing for the outlet. The corporation stop and pack joint fitting shall be cast from certified 85-5-5% waterworks brass alloy and shall conform to AWWA standard C800-84. II. INSTALLATION AND TAPS Once the corporation stop is securely tightened in the tapping saddle, the contractor shall use a standard drilling machine to bore the water main pipe. Once the bore is completed, the contractor shall remove the drilling machine. The corporation stop shall be closed tightly shut after a sufficient amount of water is used to flush out the interior of the corporation stop from any metal, asbestos, or PVC fragments resulting from the drilling operation. No direct taps in either PVC, AC, or DI pipe will be allowed. WATER SERVICES POLYETHYLENE AND POLYBUTYLENE TUBING I. POLYETHYLENE AND POLYBUTYLENE TUBING 2 INCHES IN DIAMETER AND SMALLER A. Polyethylene (PE) tubing shall be black in color, copper tube size, and comply with applicable requirements for PE -3408 extrusion compound polyethylene plastic material as stated in AWWA C-901-88 and meet the requirements of ASTM D-2239 with a standard dimension ratio (SDR) of 9. B. Polybutylene (PB) tubing shall be blue in color, copper tube size, and comply with the requirements of ASTM D- 2581, and shall meet Type II Grade I (PB2110), AWWA C-902 SDR 9 specifications. Tubing shall have a minimum working pressure of 250 psi at 73.4° F. C. Tubing surfaces shall be glass smooth, and shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. D. Tubing shall be fully labeled with brand name and manufacturer. NSF seal, size, type of plastic material, and ASTM designation with which the tubing complies. II. JOINTS A. Joints for tubing shall be of the compression type, utilizing a totally confined grip seal and coupling nut. Stainless steel tube stiffener inserts shall be inserted into the end of the tubing prior to fitting the compression connections. B. Other type joints may be considered for specific installations upon submission of specifications and approval by the City of Sebastian Utilities Department. III. FITTINGS A. Fittings for water service tubing shall be made of brass and shall conform to AWWA Standard C800. Fittings shall be compression type for use with copper tube size CTS PE or PB services. Fittings shall be manufactured by the Ford Meter Box Co., Mueller Company, or equal approved by the City of Sebastian Utilities Department. All curb stops for single services shall be ball valve curb stops with a pack joint fitting at one end and threaded meter coupling at the other; and they shall have padlock wings. Four double services, angle meter stops with padlock wings mounted on a "U" branch or key valve branch assembly. The downstream side of the "U" branch connection shall have a pack joint fitting. IV. INSTALLATION A. Backfill - Only good quality backfill, free of stones, roots, rocks, broken cement or other material which might be damaging to the pipe, shall be used. Backfill shall be put in the trench in uniform lifts. B. Compaction - All pipe must be compacted by hand tamping, from under the pipe up to the center line. Backfill shall be compacted in lifts (not to exceed 12 inch depth) up to the surface to achieve a minimum compaction of 95% of maximum density in accordance with AASHTO T-180 and ASTM D-2167. C. Compaction Under Service Line Fittings - The Contractor must ensure that the backfill is well compacted under the tubing at pack joint fittings to prevent any undue stress on the tubing to cause a shear failure. Particular emphasis on compaction shall be directed to the backfill supporting the tubing at the pack joint secured to the corporation stop at the tap on the water main. Prior to making the connection of the tubing to the fitting, the bottom of the trench shall be brought up to an elevation high enough and compacted thoroughly so that a minimum of backfill and compaction under the pipe remain after the connection is made. D. Storage - PVC pipe and fittings are not to be stored in an area where direct sunlight will not cause ultraviolet degradation. Such pipe which shows signs of degradation will be considered unfit by the Utilities Department and will be rejected from the job site. E. Bending Radius - The bending radius of the tubing shall not be less than the manufacturer's recommendations so that tubing is not crimped or damaged thereby restricting the flow of water. Any crimped or damaged tubing shall be replaced at the Contractor's expense. F. I.D. Tape - Blue polyethylene identification tape with a metallic backing marked "CAUTION - WATER LINE BURIED BELOW" as manufactured by Terra Tape or approved equal shall be placed approximately one (1) foot above the service line from the main to the curb stop or "U" branch assembly. Price for the I.D. tape is to be included in the price of installation for each linear foot of water service. G. CONSTRUCTION INTERFERENCE - At no time shall construction interfere with the normal and safe operation of the roadway or driveway. It shall be the Contractor's responsibility to locate and identify and potential conflicts, such as underground pipe, conduit, cable, or obstructions related to his punching operations at least 24 hours prior to starting construction. The Contractor shall be responsible for contacting the respective underground Utility companies and or U.N.C.L.E. at 1-800- 432-4770. PUNCHING OF SHALL DIAHETER PIPE CASINGS I. SCOPE OF WORK - Work shall consist of furnishing all labor and equipment and performing all operations associated with punching small diameter pipe (3 inches and less in diameter) under roadways, driveways, sidewalks, bike paths, etc. Any small diameter pipe that is punched shall be used as a casing pipe for water service tubing. II. CONSTRUCTION INTERFERENCE - At no time shall construction interfere with the normal and safe operation of the roadway or driveway. It shall be the Contractor's responsibility to locate and identify and potential conflicts, such as underground pipe, conduit, cable, or obstructions related to his punching operations at least 24 hours prior to starting construction. The Contractor shall be responsible for contacting the respective underground Utility companies and or U.N.C.L.E. at 1-800-432-4770. III. MATERIALS - Casing pipe to be punched shall be a minimum of Schedule 40 PVC pipe with solvent weld joints. IV. INSTALLATION - Correct line and grade of pipe being punched shall be carefully maintained. Required pits for punching pipe shall be of minimum required dimension and shall be adequately barricaded, sheltered, braced, and dewatered as required. Depth pipe being punched shall be sufficient to prevent mounding or buckling of roadway surface. Any damage to roadway/ driveway resulting from Contractor's punching operations shall be solely the responsibility of the Contractor. METER BOXES I. SCOPE OF WORK Once the curb stop or angle meter valve has been secured to the end of the water service, the Contractor shall place and position the meter box. II. MATERIALS The single and double meter boxes shall be a polymer concrete manufactured by CDR Systems Corporation, Ormond Beach, Florida. The single meter box shall be 11" x 18" x 12" deep with flared side walls and openings at each end. The cover shall have a 4" x 6" cast iron meter reading lid. The double meter box shall be 15" x 17" x 12" deep with flared side walls and two openings at both ends. The cover shall have a 6" x 9" cast iron meter reading lid. The meter boxes shall be supplied by the City of Sebastian. Cost of the meter box shall not be included in the unit price, only the cost of installation. III. INSTALLATION The meter box shall be set so that the cast iron meter reading lid will be directly over the meter register. The box shall be set flush with the top of the existing ground and approximately 12" within the right-of-way or easement. The bottom of the box shall not bear on the water service tubing. Boxes that are set incorrectly shall be reset by the Contractor at no expense to the City. SODDING I. SCOPE OF WORK - The Contractor shall furnish all labor and equipment, necessary for sodding all areas disturbed by his operations. Contractor shall take all steps practical to minimize the area required to be sodded. II. STORAGE OF SOD - The Contractor shall provide space for storage of sod prior to placement in a manner that will not endanger or restrict pedestrian or vehicular traffic or interfere with other aspects of the work. III. SOD A. Types - Sod shall be St. Augustine, Floratam, Argentine Bahia, Centipede, or Bermuda, depending on type of existing sod in adjacent area to be matched. Sod shall be well matted with roots. Where sodding will adjoin, or be in sufficient proximity to, private lawns, types of sod other than those listed above may be used if desired by the affected property owners and approved by the City of Sebastian Utilities Department. Sod shall be delivered in commercial -sized rectangles, preferably 12 - inch by 24 -inch or larger. B. Condition - The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live, fresh, and uninjured at the time of planting. It shall have a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. It shall be reasonably free of weeds and other grasses. It shall be planted as soon as possible after being dug and shall be kept moist from the time it is dug until it is planted. IV. LAYING OF SOD A. Preparation of Area to be Sodded - The ground which is to receive sod shall have been graded to proper elevations to match preconstruction conditions. All disturbed swales and ditches shall have been restored to their preconstruction condition or better. The prepared soil shall be loose and reasonably smooth. It shall be reasonably free of large clods, roots, patches of existing grass, and other material which will interfere with the sod -laying operations or subsequent mowing and maintenance operations. SODDING (cont.) B. Laving of Sod - Sod shall be carefully placed so that each piece abuts flush to all surrounding sod, regardless of whether surrounding sod is new or existing. Where new sod is to be placed adjacent to existing sod, the new sod must be cut in to match the elevation of the exiting sod. Uneven sod which might cause mowing problems will be rejected. New sod laid on top of existing sod will also be rejected. All sod placed on steep slopes (greater than 1:1) shall be pinned with a wooden pin to keep it in place. Sod shall not cover meter or valve boxes, manholes, or any other object that must be exposed to view for access purposes. C. Sweeping - Existing sod that has been covered with dirt from excavation of trench shall be swept clean utilizing approved methods. D. Rolling - Immediately after completion of the sod laying, the entire sodded are shall be rolled thoroughly. At least two trips over the entire area will be required. SANITARY SEWER LATERALS I. GENERAL - The contractor shall furnish all new materials which meet or exceed the following specifications or requirements. The work must include all appurtenances so as to be complete. II. MATERIALS A. Gravity Sewer Lateral Pipe 1. PVC PIPE (SDR35) - PVC pipe shall meet ASTM D-3034 requirements. The joints shall consist of an integral bell with elastomeric gasket. The gasket shall be locked securely in the bell. The pipe shall be approximately 12.5' or 20' lengths. The pipe must meet or exceed the testing procedure per ASTM D-2412, D -3212-73T and D-2444. The pipe shall be manufactured from clean, virgin, Class 11332-B PVC compound conforming to the latest ASTM Standard C-1784, and shall be JM "Ring -Tate" or equal approved by the City of Sebastian Utilities Department. PVC pipe must be "green" in color. B. Fittings 1. PVC pipe fittings shall be manufactured from clean, virgin, Class 11332-B PVC compound conforming to the latest ASTM Standard C-1784 and shall be JM "Ring-Tite", Vassallo, or equal approved by the City of Sebastian Utilities Department. a. DR35 Pipe - Fittings for PVC gravity sewer lateral pipe shall be supplied by the pipe manufacturer to be compatible with all DR35 PVC pipe. The fittings shall be integral bells with elastomeric joints. Various adapters to connect PVC with vitrified clay, concrete, asbestos -cement or iron pipe where required are available from: (1) Joints, Incorporated 1522 West 135 Street Gardena, California 90249 (2) Ferno Joint Sealer Company 593 Pleasant Avenue Ferndale, Michigan 48220 III. INSTALLATION - All gravity sewer lateral installation procedures must be in accordance with pipe manufacturer's recommendations. A. Trench - Trench width shall be kept to a minimum necessary for installation of the pipe. The trench bottom shall be graded uniformly to match the slope of the pipe, except where excavation for pipe bells is required. The minimum slope of the pipe shall be not less than 1/8" per foot (1%) for either a 4" or 6" sewer lateral. Minimum cover over the sewer lateral at the right-of-way or easement line should be 30" whenever possible. B. Backfill - Only good quality backfill, free of stones, roots, rocks, broken cement or other material which might be damaging to the pipe, shall be used. Backfill shall be put in the trench in uniform lifts. C. Compaction - All pipe must be compacted by hand tamping, from under the pipe up to the center line. Backfill shall be compacted in lifts (not to exceed 12 inch depth) up to the surface to achieve a minimum compaction of 95% of maximum density in accordance with AASHTO T-180 and ASTM D-2167. D. Wellpointing - Construction shall be accomplished in a dry trench. Wellpointing will be required as necessary. Upon completion of the construction, the wellpoint holes shall be filled with grout. E. Sheeting - Sheeting and shoring shall be installed as may be necessary for the protection of the work, preservation of adjacent property and structures, and the safety of employees. F. Storage - PVC pipe and fittings are not to be stored in an area where direct sunlight will not cause ultraviolet degradation. Such pipe which shows signs of degradation will be considered unfit by the Utilities Department and will be rejected from the job site. G. I.D. Tape - Green polyethylene identification tape with metallic backing shall be placed approximately 18" below the surface of the ground directly over the sewer lateral from the main to the right-of-way or easement line. The tape shall be marked "CAUTION - SEWER LINE BURIED BELOW" as manufactured by Terra Tape or approved equal. Price for the I.D. tape is to be included in the price of installation for each linear foot of sewer service installed. H. CONSTRUCTION INTERFERENCE - At no time shall construction interfere with the normal and safe operation of the roadway or driveway. It shall be the Contractor's responsibility to locate and identify and potential conflicts, such as underground pipe, conduit, cable, or obstructions related to his punching operations at least 24 hours prior to starting construction. The Contractor shall be responsible for contacting the respective underground Utility companies and or U.N.C.L.E. at 1-800- 432-4770. IV. RETROFITTING SEWER LATERALS A. Sewer laterals that are to be added to a gravity sewer main must connect using a saddle or by installing a sewer service wye branch and a sleeve -type adaptor. Adapters shall be by Fernco or approved equal. Saddles shall be manufactured by Sealtite or equal as approved by the City of Sebastian Utilities Department. V. SEWER CLEANOUTS A. Sewer cleanouts shall consist of a 450 wye with the branch set vertically plumb, a 450 bend, a riser pipe, and a removable threaded plug with a recessed or raised square nut inserted in a standard cleanout ferrule. All pipe shall be SDR 35 PVC pipe and shall be 4" in diameter for residential cleanouts. All cleanouts shall be installed at the right-of-way or easement lines where determined by the City of Sebastian Utilities Department. The cleanout ferrule shall be set to grade. vi.71 kAw Develo,oarAcreaments Service .n • .. r7 Part VlDeyeloge Property Date 1. School District of Indian River County I'S /o-,dy 11/2467 11. Reflections on the River, Inc. 131092 /l1. Calvary Baptist Church 6116W IV. Muller Enterprises, Inc. River Run Condos 125x.23 V. Ms. Clare Sommers & Ms. Robert Jones Nursery School 7LC 9114184 Vl. Mrs. Jean M. Burdsall Child Day Care Center $27164 Vil. Edward V, Hulse Office Building CK4E Efcc1 c 107:84 V1/1. Sebastian Lakes Associates 1111484 .:5C Z70.y A/ IX. Indian River School Board flelican-Island-E/ementary School 1111364 X. James M. McLain Office Building ? 711285 XI. First Baptist Church Mission 62785 X11. Sebastian Plumbing 1Z9W X1/1. City of Sebastian Bailfield L3a-b-- :3A 137865 XIV. MGB Homes Restaurant 2/6186 XV. GOC, n1k1a AGCC Warehouse 121.2585 XVI. Sebastian Volunteer Fire Department Fire Station 8/13W XVII. Fellsmere Properties, Inc. Retail Store 2/1255 XVIII. Cumberland Farms, Inc. 511/87 XIX. Lonnie R. & Mary B. Powell Beauty Salon 411487 XX. Drs. Peter & Katherine Gutierrez Dental Facility XXL Roy Wissel, d/b/a Wissel Construction XXII. S. W. Simpkins Trust & F. A. Sheriff Trust Sebastian Plaza XXIii.Donald E. Pinder Gift Shop XXIV, James R. Havens Retail Store XXV. Sebastian General Partnership, B.F.T. XXVI. Andell, Inc. Day Care Center XXVII.Barnett Bank of the Treasure Coast XXVIII. Trinity Lutheran Church XXIX. Church of God, Inc. XXX. Scotad, lnc. . Office Building XXXI. Arnold Air Conditioning, Inc. XXXII. J & J Baker Enterprises, Inc. (Sludge Hauling) XXXIII.Palm Bay Lawn Service & Landscaping (Ground Maintenance) XXXIV. Master Vendor List and Pricing Agreement with PB & S Chemical XXXV. Commercial Agreement information - to be Provided XXXVI. Customer's Deposit Recelpt & Service Agreements & Applications for New Residential Service To Be Updated Prior to Closing EM