Loading...
HomeMy WebLinkAbout2019 - ContractCITY OF SEBASTIAN – BID As Needed Concrete Services BID PROPOSAL PRICE After having examined all specifications, Contract/Agreement Documents, and other documents relative to the hrvitation to Bid, I the undersigned hereby propose to perform everything required to be performed in strict conformity with the requirements of these documents, and to provide mid furnish all the equipment, labor, and materials necessary to provide annual concrete work meeting or exceeding the specifications as set forth herein for die unit prices as stated below. The price quoted below includes any addenda which may be issued. If there is our item von wish not to bid on olease write "NO BID" in the Price oer Samara Yard column. I. ANNUAL CONCRETE WORK AS DESCRIBED: Concrete Quantity) Price per Square Yard �f Concrete saw and Removal (4") 1- 60 SY $175.00 Concrete saw and Removal 4" _ 61-100 SY $14.00 I Concrete saw and Removal (4") _ _101 < SY $+400 Concrete Removal and replace W/Fiber(4")* 1- 60 SY $375.00 Concrete Removal and replace W/Flber(4")* 61.100 SY $52.00 Concrete Removal and replace W/F(ber(4")* 101< SY $50.00 I Concrete W/Fiber(4")" 1-60 SY $200.00 Concrete W/Fiber(4")* 61-100 SY $36.00 Concrete W/F1ber(4")* 101< SY $36.o0 Concrete saw and Removal (6") 1-60 SY $180.0o Concrete saw and Removal (6") 61-100 SY $16.00 Concrete saw and Removal (60) 101< SY $16.00 Concrete Removal and replace W/Fiber(6")* 1-60 SY $390.00 I Concrete Removal and replace W/Fiber 6")* 61-100 SY $7400 Concrete Removal and replace W/Flber�6")* 301< SY_ _ $70.00 Concrete W/Fiber(6")* 1-60 SY $a4z.0o Concrete W/Fiber(6")* 61-100 SY $46_0o Concrete W/Fiber(6")* 101< SY $98.00 I MISCConcrete* 1-5 I CY 5750.00 MISC Concrete* 5.5-10 CY $65o.oa ( MISCConcrete* 10.5-15 CY $600.00 MISC Concrete* _ 15.5-20 CY $57500 MISC Concrete* _ 20< CY $550.00 _ Driveway Culvert Replacement (8" ADS") 1 LF $10.00 Driveway Culvert Replacement (10" ADS") 1 LF _ $11.00 Driveway Culvert Replacement 12' ADS' 1 LF $g.00 _ Driveway Culvert Replacement IS- ADS ) 1 LF $16.00 Driveway Culvert Replacement (18" ADS") 1 LF $19.00 - — _. 'ilhr tR05[ C�NyPRvCire�t •AII concrete is formed, poured in place and finished Per FDOT Standard Specifications 2018 or latest version. By the signature affixed below, the contractor agrees that this bid is made without any other understanding, agreement, or connection with any person, corporation, or firm submitting a bid for the same purpose, and that the bid is in all respects fair and without collusion or fraud. If awarded this bid, 1 agree to execute/enter into said agreement within (IS) consecutive calendar days notice by the City, and agree to all the teras and conditions of all documents stated herein, with the City of Sebastian, for the above stipulated price. liinothynose �Aut oriz>�ature Prnted Name I imothy Rose Contracting President Firm Name & Address Title 1360 SW Did Dixie Hwy Suite 106 772.564.7800 Phone Number Vero Beach FL 32962 Date Signed o3.2o.1q DRUG-FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies that l MO illy Rose Contracting does: 1. Publish a statement notifying employees that die 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' 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 ding abuse violations. 3. Give each employee engagedin providing the commodities or contractmd 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 conunodities or contractual services that the employee will abide by the terns 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 commtmity, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug fi•ee workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this fum complies fully with the above requirements. Date: 03.20.19 Signature ll PUBLIC ENTITY CRIMES FORM Any person submitting a quote, bid, or proposal in response to this invitation or Agreement, most execute the enclosed form sworn statement under section 287.133(3)(a), Fjr,Q$IDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper cheek(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. if you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting Agreement, it is your responsibility to see that copy(les) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as 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 in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. By law no public entity shall accept any bid from, award any Agreement to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(1), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE CITY OF SEBASTIAN, a person shall file a sworn statement with the ContmcUAgreement officer or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CoNcDOCUMENT MAY NECESSITNTLy WITH ATE RE�C'CION bF YOUR 0 E OR BED. OF Tffi$ SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES 12 THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid, Proposal or Agreement No. 19-02 for THE CITY OF SEBASTIAN. 2. This sworn statement is submitted by Timothy Rose Contracting _ (name of entity submitting sworn statement) whose business address is 136o SW Old Dixie Hwy Suite tot, Vera Beach FL ;1962 and (if applicable) its Federal Employer Identification (FEIN) is. (If the entity has no FEIN, include the Social Security I _ lual signing this sworn statement: 3. My name is Timothy Rose . (please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(t)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided many 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. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(t)(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. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(l)(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 natuml 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 larowingly 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. 7. 1 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 Agreement and which bids or applies to bid on Agreements for the provision of goods or services IU by a public entity, or which otherwise transacts or applies to transact business with a public entity. The tern "person" includes those officers, directors, executives, partners, shareholders, employees, members, mid agents who are active in management of an entity. 13 Basal 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.) xx Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AN (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) _ The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) (Signature Date: 03,20.19 STATE OF FLORIDA COUNTY OF Indian River 2019 The foregoing instrument was acknowledged before me this Both day of March 2048 by i®mothv Rose I presideet (title) on behalf of Timothy Rose Contracting (name of partnership), a partnership. He/she is personally known to me or has produced as identification and did ( ) did not () take an oath. Name: DeboUh Wes prr+nt> di My Couunission Expires: October 03, 2019 ]•�'' r�Tpn= cc.,,_.y,u. zm: FFg0M1578 Commission Number:,_ 14 BIDDER QUALIFICATION QUEsnONNAIRE (This form is not required to be inoludel in the bid proposal sabmival. However, prior to any Contract Award, such Bidder Qualification Questionnaire must be completed and submitted by ilia Bidder, and reviewed and approved by the City.) Submitted by Timothy Rose Contracting Name of Bidder General Contractor's License # CGCO52940 O An individual () A Partnership (x) A Corporation Federal Identification # Principal Office Address: 1360 SW Old Dixie Hwy Suite toff Vero Beach FL32962 (I) How many years has your organization been in business as a contractor under your present name? 29 (2) How many years experience in road and utility construction work has your organization had as a contractor? 29 As a Subcontractor? 29 (3) List below the requested information concerning projects your organization has; completed in the last five (S) years for the type of work required in this project. (Use additional sheets if necessary). Include the type of work similar to the work included in this contract if possible. Project Contract Required Actual Name/Address/Tel Title Amount Completion Date Completion Date of Owner See Attached Is (h) Have you ever failed to complete any work awarded to you? If so, where and why? No (5) Has any officer or partner of your orgaltization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. No (6i Has any officer or partner of your organization ever failed to complete any construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. No (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc„ which are available for utilization on this Contract. 35 Employees Equipment - see attached (8) What is your bonding capacity? tomillion (9) What amount of your bonding capacity has been used as of the date of this bid? See attached letter from Westfield Insurance Conan, 16 (10) How marry applications for performance slid payment bonds have you made in the last three (3) years? 25 (11) How many of these applications were not approved? None (12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe die nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) None (13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? if so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) None 1, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of non- responsibility with respect to such contractor. #kk 17 (SIONATURE OF BIDDER) Timothy Rose Contacting (TYPE OR PRINT COMPANY NAME) 136o SW Old Dixie Hwy Suite m6 Vern Beach FL 32962 (TYPE OR PRINT ADDRESS) 18 AGREEMENT THIS AGREEMENT, made fids __I()Lh day of Pail 2019 20341 by and between the City of Sebastian, a municipality in Indian River County, Florida (hereinafter called the "City"), and T iorift R� tnstrtrdfar Or its successors, executors, administrators, and assigns (hereafter called "Contractor. WITNESSETH: The City and Contractor for good and valuable consideration as hereinafter set forth, do mutually agree as follows: Scope oJServices Contractor agrees to furnish concrete work meeting the requirements described in the TECHNICAL SPECIFICATIONS attached hereto as Exhibit "A", on an "as needed" basis in accordance with all applicable codes pursuant to Work Orders issued by the City. 2. Contract Sum and Payment to Contractor: (a) Contract sum: During the term of this Agreement, the city shall pay Contractor the following unit prices for work as proposed in the Contractors bid proposal. (b) The City agrees to make payment within 30 days of proper invoicing. Contractor's Obligations: (a) Contractor shall supervise and have control over means, methods, techniques, sequences and procedures for performing the Work Orders, unless the terms of this Agreement give other specific instructions concerning these matters. (b) Unless otherwise provided in the Agreement, 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 its obligations hereunder. The failure of my of the parties at any time to require performance of any provision of the Agreement shall in no manner affect the right ofsucb party at my later time to enforce or require the same unless waived in writing. No waiver by my party of my condition or breach shall be construed or deemed to be a waiver of any other condition or nay other breach of my term, covenant or warranty contained in the Agreement Indemnification and HoldHormless The Contractor shall indemnify and hold the City harmless from my and all personal injury or property damage claims, liabilities, losses or causes of action which may arise out of the use and occupancy of the property by the Contractor, its family, associates, contractors, agents, employees, customers and attendees. Nothing in this agreement shall be construed as the City waiving its immunity pursuant to §768.28, at seq., Florida Statutes, or my other sovereign or governmental immunity. 19 5. Terns of Contract (a) Contract term is for three (3) years, commencing ou Apd l t ,gland ending on hri7. 9, 4021 . At its discretion, The City of Sebastian may-,r:er and with mutual agreement of the Parties, two (2) additional one (t) year extensions to this Agreement under the same terms and conditions. (b) Rate adjustments may be requested one time each year of the agreement based on the Consumer Price Index. The Contractor may request additional rate changes based on extreme circumstances beyond the Contractors control. The City in its sole discretion may approve or deny such request. 6. City's Rigid To Terminate Contract And Complete Work In the event of any default by the Contractor, the City shall have the right to immediately terminate the Contract upon issuance of written notice of termination to the Contractor stating the cause for such action. This Agreement may be terminated by the City without cause provided at least thirty (30) days written notice of such temrination shall be given to the Contractor. In the event of termination, the City may take possession of the Work and of all materials, tools and equipment thereon and may finish the Work by whatever method and means it may select. It shall be considered a default by the Contractor whenever Contractor shall: (a) Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors. (b) Disregard or violate the provisions of the Contract Documents or City's written instructions, or fail to prosecute the Work according to the agreed schedule of completion including extensions thereof. (c) Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or fail to make prompt payment for same. 7. Conflict In the event of any conflict between the provisions of this Agreement and any attachments hereto, the provisions of this Agreement shall prevail. S. Public Records Form Contract Name: As Needed Concrete Services Project Description: As Needed Concrete Services In accordance with the requirements of Chapter 119 Florida statutes, as amended, the contract between the City of Sebastian and the Contractor shall: 20 IN WITNI38S WHEREOF, the City has hereunto subscribed avid Contractor has affixed its name on the date first set forth above. jST: THE CITY OF SEBASTIAN -_ - n'It' Williams, duvlC and E. Ca 9isle, City onager -ity Clet'k ;Approved as to Form and Legality for Rebance by the City of Sebastian only: Ja . Stokettorney CORPORATE SEAL: By: Secretary (Rest of Page Left Intentionally Blank) 22 a) Comply with the public records law of the State of Florida, as the same may be amended from time to time. b) Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform services, and c) Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided In flus chapter or as otherwise provided by law, and e) Meet all requirements of retaining public records and transfer, at no cost, to the City all public records in possession of the contractor upon termination of the contact and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. 9. Governing LawNenue: This Agreement shall be governed and construed hr accordance with Florida Law. In the event that litigation arises involving the parties to this Agreement, venue for such litigation shall be in Indian River County, Florida. The parties hereto shall, and they hereby do, waive trial by jury in any action, proceeding or counterclaim brought by either of the parties hereto against the other on any matters whatsoever arising out of or in any way related to this Agreement. 10. Integration: The drafting, execution and delivery of this Agreement by the parties have been induced by no representations, statements, warranties or agreements other than those expressed in it. This Agreement including the Contractors Bid Proposal contains the entire agreement between the parties and there are no further or other agreements or understandings written or oral in effect between the parties relating to its subject matter. This Agreement cannot be changed or modified except by written instrument executed by all parties hereto. This Agreement and the terms and conditions hereto apply to, and are binding upon, the legal representatives, successors, and assigns of both parties. 11. Severability: if any hemi of this Agreement or the application thereof to any person or circumstances shall be determined by a court of competent jurisdiction to be invalid or unenforceable, the remainder of this Agreement, or the application of such term to persons or circumstances other than those as to which it is invalid or unenforceable, shall not be affected thereby, and each term of this Agreement shall be valid and enforceable to the fullest extent permitted by law. Authorized /r Signamre� Date: 03.20.19 Print frothy Rose _ Title: President _ Company/Firm: Timothy Rose Contracting (Following Page for Signatures) Timothy Rose Contracting References William Johnson, P.E. Scott Baker- Public Facilities Director Roadway Production Engineer 1225 Main Street Indian River County, Engineering Division Sebastian, FL 32958 Office: 772-226-1986 772-633-0897 wjohnson@ircgov.com RBaker@CityotSebastian.org John M. Boyer, P.E. -Utilities Engineer IRC Department of Utility Services 1801 27th Street - Building A Vero Beach, FL 32960 Phone: 772-226-1823 jboyer@ircgov.com James Ennis, PE PMP County Engineer Indian River County 180127 1h Street, Bldg. A Vero Beach, FL 32960 jennis@ircgov.com (772)226-1221 Kirstin Leiendecker, P.E. Project Engineer Indian River County 1801 27th Street, Bldg. A Vero Beach, FL 32960 (772) 226-1377 kleiendeckei@ircgov.com Tracy S. Telle Assistant City Engineer City of Fort Pierce Engineering Department too North U.S.1 Fort Pierce, FL 34950 Phone: 772.4673776 TTelle@City-FtPierce.Com Thomas Baker The City of Melbourne goo East Strawbridge Avenue Melbourne, FL 32901 Thomas. Ba ker@m I bfl.org 321.608.7310 1 odd A. Young Senior Engineering Designer 17 -17th Street PO Box 1389 Vero Beach, Florida 32961-1389 772-978-5209 tyoung@covb.org Timothy Rose Contracting have provided services for the above references for at least 5 years, doing numerous projects of different work. CITY OF SEBASTIAN, FLORIDA SEBASTIAN CONTRACTOR LICENSE 1225 MAIN STREET, SEBASTIAN, FL32958 COMP CARD VALID OCTOBER 1, 2018 TO SEPTEMBER 30, 2019 License: 1260 Expires: 913 012 01 9 Type: UNDERGRND.UTILITIES I Qualifier: TIMOTHY W. ROSE Ph: (772)564-7300 Registration: R00066532 Expires: 813112017 Insurance: CMM6079889 Expires: 6/06/2019 Workers Comp: WCPEO000016405 Expires: 10/01/2018 Fee Paid: 33.00 9/21/2018 Grim TIMOTHY ROSE CONTRACTING, INC -� 1360 SW OLD DIXIE HWY. C VERO BEACH FL 32962 xO.� Of z _1 -MI :BLi IL, - LICENSING SPECIALIST NON -TRANSFERABLE .i RICK SCOTT. GOVERNOR JONATHAN ZACHEM, SECRETARY db'iD-r STATE OF FL OMDA DEPARTMENT OF BUSNESS-ANE-ROFESS�ONAL REGULA T SON THE GENERAL CONTRACTOR HEREIN 1S CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489 -FLORIDA STATUTES ROSE, TWOUITHLY11MLLL-11A . TIMOTHY ROSE CONTRACTING INC , 1360 SVA/ OLD DIXIE HIGHWA- SUITE 106 VERO LEACH FL 32962 Ij �--p_tlCENSERI'EJG�iEG �:: �GC052940 = _ EXPIRAT�®N-:DATE A-,Ut !Sa 3!,2020 Always verify licenses online at MyFloridal-icense.com Do not after this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 12 H19 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMI'_IVTit 57.5343 Entity Namo: TIMOTHY ROSE CONTRACTING, INC. Current Principal Place of Business: 1360 011] DIXIE i MN SW STE 106 VER08FACH, FL 32962 Current Mailing Address: 1360 OLD DIXIE HWY SW STE 106 VERO BEACH, FL 32962 US FEI Number: 65-8284242 Name and Address. of Current Registered Agent ROSE, TIMOTHY W 1360 OLD DIXIE HIGHWAY SW 106 VERO BEACH, FL 32962 US FILED Jan 22, 2019 Secreiary of Stato 9093647305CC Certificate of Status Desired: No The ahovanapod anhiysohmds PoesOeemeotN the pvrpose of chm,ging its reghteredcfti orregisfwed Ogen( orhodr, in the 81W, NFA114O SIGNATURE Electronic Sgnalure of Registered Agent OfficerlDirector Detail Title p Name ROSE, I IMOTHY W. Address 1360 OLD DIXIE HWY SURE 105 City-StMe-Zip: VERO BEACH FL 32962 TIt1e TREA Name ROSE, USA MOM. 1360 SW OLD DIXIE HWY #106 CilyShte-Zip: VERO BEACH FL 32962 Title SEC Name ROSE, RONALD Addrass 1360 SW OLD DIXIE HWY #106 City -Slate Zip. VERO REACH FL 32962 Dale I MneiY�fluflMGJwmnMariMeyedm(Ivtmpal mauq{mnadalrewM ¢ Uue eMewieNm�duYmYebebwLe vgMn4'm ¢MlraveWaamu lryydybXlu RnuOe mMer wP:IMllemen nrkbwcHw]w Ndemma#knwlM1ez2tivprmlenienmlrynmNbxecNalydrepa(aarzge/My Gnyw Gn] qv Me $(q,�'ayyyl'eY /wme vq'A'rvd nMre.tlman dlrntlunenf wNNdM/Ae emµ. ¢a SIGNATURE TIMOTHY W. ROSE PRESIDENT 01/22/2019 Eleclmmc Sgndtu a of Sgnnl9 O6icer0rector DOOR Oate ./1 TIMOR -1 OP ID: TJ ,Ac.cJRJ�' CERTIFICATE OF LIABILITY INSIMANCE DA......U."YY, 0513112018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate held., is an ADDITIONAL INSURED, the PDliey US.) must have ADDITIONAL INSURED provisions or be endorsed. It SUBROGATION IS WAIVED, subject to the terms and Conditions of the policy, certain policies may require An endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 772-286-4334 CONTACT Tani Jacobson Snmrtlnsurance, InAME_c. PHONIC 772-286-4334 -- - rI'Ax 772-286-9389 3070 S W Mapp IAn M. al : _ ' N- _ Palm Cit FL 34990 E-MAIL tjaco>f son shlartmsuradce.net Rick Haliamb, GIC, ARM DDREss; _. MUSSELS AFFORDING COVERAGE _ BRIG IT _ _ INSURE. A: Westfield Insurance Co. 24112 Insuveu Timothy Rose Contracting Inc INSURER D Travelers Old❑ Dixie SW, Ste 106 Vero "_- Vero Beach, FL 32952 iNsuxeao- COVERAGES CERTIFI THIS IS TO CERTIFY THAT THE POLICIES OF INDICATED. NOTWITHSTANDING ANY REQUII C PURMCATE MAY REISSUED OR MAY PERI 6C USIONS AND CONDITIONS OF SUCH'OLI INIRR TYPE of INSURANCE 1Pp A. X COMMERGIALGENERAL LIABILITY CLAIMSMAOE ❑X OCCUR Y X Contractual Lum X IneI XCU G EN'L AGUREGATE LIgMOIT APPLIES PER: POLICY � nci O LOC OTNER A AU-0M09ILE1TMU TY X PNYAUTO OWNED ALROS LEOp ^ AUTOS ONLY X PUT MER X PIP $10000 B X UM... A. X OCCUR EXCESS LAB GLANS MADE .07NETELUTURS WORKERS COMPENSATION AND E+APLOYERS'LABIIl1Y YIN Ap�(N(Y�PI[[RO�IPMPoEETORRARTNENIE%ECUtNE L IMOn�elory l,I NNR E(CLUDEO'I NIA Ilye dSWeultler OERBRIPneNOFqWN5 MMvi q ontmdtors Equip I...M i O INSURER E INSURER F NUMBER: REVISION NUMBER ANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD JT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS HHE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY NDM1fa ERIPCLICIAPI MMIOOIYYYYI IMMOIVYYYYI LIMITS -CHOCCURHENCE 5 DAMAGE TO ftEHTEO CMM6079889 0610612018 06106/2019 PR AflsEBIE� e)— % T'MPO EX9 CA, a+5 MMMM s reaMINALLAOVINJORY 5 CMM6079889 06106120'18'06/06/201916o0 x,NRjRYIP_om s ROORYINJVRY ap sMppl) S_ _ Y., Yi IAGE S EACHOc6UrikENCE S ZUP-61M977995d BNF 0610612018 0610612019 AccxecnTE s 5 UMM6079839 S — EL DISEASG-POUCY LIMIT S OE=MPDON OF OPERATIONS ILOCAnONS I VEIIICLES (REGIME 101, AM11ional R -arks schaaalo, May IM PIIacOod IT mom space E MgUIMM -City of Sebastian Is additional insured with respect to general liability for ongoing and completed operations when required by written contract. CERTIFICATE HOLDER City of Sebastian 1225 Main SIT set Sebastian, FL 32958 ACORO 25 (2016103) CITSE-1 CANCELLATION 5,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AmPORIZEO BEPRESPNTATVE / NJ 1988--2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo Bre registered marks of ACORD A ROC Oe CER"fIFICA'I' F: OF LIABILITY INSURANCE I OAT9n9201a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or he endorsed. If SUBROGATION IS WAIVED, Subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate docs not confer rights to the certificate holder in lieu of such enciorsement(s). PRODUCEaco1RACr SUNZ Insurance Solutions, LLC ID: (Essential) =0 E- Jennifer I lauaor c/o Essential HR, Inc. dba First Star HR PSUD xoxE 972AO4-0295 _ iac, NaL 4455 LBJ Freeway, Suite 1080 ExAALL Dallas, TX 75244 aDDREss: lennifer.hauaar0filststartucem INSURERLSLAFFORUINGCOVERAGE IusunER a: SUNZ Insu2nce-0om0anv 3a]G2 INSURED INSURER a: Essentialntial HR Inc. FOR HR INSURERS. 4455 -BJ Freeway INSURER D. Suite 1080 INSURETI Dallas TX 75244 INSURER F: COVERAGES CERTIFICATE NUMBER: 44300493 REVISION NUMBER: 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 'ERTAW THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO FlLL THE TERMS, E:.CLUSIONS AND CONDITIONS OF SUCH e01 AES. LIMI r5 SI IOWN MAY HAVE BEEN REDUCED BY 'AID CLAIMS. INSR ANDL SURF PO.47EFF POLICY E%P LT0. TYPEOFINSURANCE Fn WN' POLICY NUMBER (MMIanIWYY11MMlanryYYYI ICMD. COMMERCIALGExEMLUSUALrtY EACx UCCURNENCE//x 5 I�j 11Xf.IXdETdkERTETf-- —. CLAIMSMWEJOCCUn PREMISESIEn a¢ism,rol S MED P M ma 1 S PEfl50NAL E%AAOVIWURY S GENLAGGREWTHUMITAPFULSPER GENERALAGGREGATE Is PpUCT ❑,IRfC{ LIaG PRODUCTS COMP/OPAGC Is I__ OTHER' S 1 AuiOMO91LE4A61tm FOMRIa.I51NGLELIMn Is ANYAUIO bMI.Y INJURY law"YoU S GNNEO SCHEGULFn WD4y1WURY (PeramW/) S AUTOS ONLY AUTOS HIREDNPR-0WNEU P OMUGE s AUTOS ONLY AUTOS ONLY 6 UNSREl1AlLV OLLUN IEACHOCCURRENCE Is E%CRSLIAe LWMSMAUE AGGRlGA T! E DEO REIEMNHI6 6 A ERs i]M ERSARUT WCPEODOMI848 10/12018 10112019 J TAME IUPON- AND EMPL... WBLLITY Ylll wcPEooa001eaos iD/12017 10f1201a ANYPRONorI. P/F. r%FLUiNE I— NIA EL FAWIACCIOENT 51000,000 (MammumeNinF%CLVDED] IJ — Itovad.W...N EL.OI6FASE EA EMPLOYE $1000000 Nyw.de TIONOFw OESCRIPiION tlF OPEMTIOHS WIcw a EL.OIbkASE_POLICY LIMn E109B BB0 DESCRIPTION OF OPERATIONS ILOCA DONSI VEHICLES (ACORN 101, AOdIIbNI Ramads eesedulq may to mmohed Irmomtpae h IogIAUJI Coverageprovided for all leased mnployees but not subcome.lors oL Timothy Rose Coalracting, Inc. 1360 SW OLD DIXIE HWM SUITE 105 Effective date: 10/12013 CERTIFICATE HOLDER CANCELLATION 62200099 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Citi of Sebastian THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN 1225 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Sebastian FL 32958 AUINOIeLFUREPPESFLRATNE / _ /// � q GIenJDisintmm /IJAfMJry'/J/^ _:7 W 1988-2015 ACORD CORPORATION. All rights reserVEL ACCORD 25 (2016103) The.ACORD name and logo are registered marks of ACORI] Timothy Rose Contracting Completed Jobs DOLLAR Job Name AMOUNT OF Completion Completed NAME AND ADDRESS OF OFFICIAL TO WHOM YOU REFER WORK Date Date PERFORMED Presidential $864,94214 0212015 02/2015 City Of Sebastian 1225 Main St Sebastian FL32958 Coolidge 5466,161.28 03/2015 0312015 City Of Sebastian 1225 Main St Sebastian FL 32958 Old Dixie 38th 5129,14482 0612015 0612015 Indian River County 1800 27th St Vero Beach FL32960 Omni $30,87900 11/2015 1112015 Builders Showcase PO Box 12o6 Vero Beach FL32962 211Havana $384,561.07 12/2015 1212015 City of Fort Pierce PO Box 1480 Ft Pierce FL 34954 23rd St Culvert $300,15o.67 of/2ol6 o1/2o16 City of Vero Beach 3455 Airport West Dr Vero Beach FL 32960 Shell SF $510,034.21 07/2016 0712016 City of Satellite Beach 565 Cassia Blvd Satellite Beach FL 32957 12111127th $1,424,900.79 o8/2o16 0812016 Indian River -County 1800 27th St Vero Beach FL32960 Ay Jalisco $42,000.00 o8/2o16 0812016 Mike Schlitt 17o8 Old Dixie Hwy Vero Beach FL 32962 2oth / 16th $1,070,912.48 111zo16 1112ol6 Indian River County 1800 27th St Vero Beach FL 32960 Lincoln Pk 5592,328.15 1212016 12/2016 ICity of Fort Pierce PO Box 1480 Ft Pierce FL 34954 GaVCOrp s313,549.8o a/2016 12/2016 (City, Of Sebastian 1225 Main St Sebastian FL 32958 Outback $292,312.22 03/2017 03/2017 I Buffalo Construction 2700 Stanley Gault Pkwy Louisville KY 40223 Go Line 5473673.24 0512017 05/2017 Barth Construction 1717 Indian River Blvd Vero Beach FL 32960 Old Dixie 74th $2,195986.52 06/2017 0612017 Indian River County 1800 27th St Vero Beach FL 32960 43rd Ave Sidewalks 543'-,833.o9 0812017 08/2017 Indian River County 180027th St Vero Beach FL 32960 Jackson St $363,843.63 1012017 10/2017 Birchmier Construction 549 N Wymore Rd Maitland FL 32751 Med Express $225.268.00 03/2018 03/2018 Welsh Construction 5845W. Eau Gallie Blvd Melbourne FL 32934 GOIf Course $11,320.00 o5/2018 o5/2018 City Of Sebastian 1225 Main St Sebastian FL32958 Samo Road $520,994-39 06/2o18 0612o18 City of Melbourne goo E Strawbridge Av Melbourne FL32901 River Drivel5378,260.70 1212018 12/2018 City Of Sebastian 1225 Main St Sebastian FL32958 IIndian IR Blvd Sidewalks 1 $540,13554 02/2019 02/2019 Indian River County 1800 27th St Vero Beach FL 32960 Timothy Rose Contracting Excavator Case 330 Grader Caterpiller 135H Grader Sany SMG200 Grader John Deere 770BH Loader John Deere 5441 Loader Komatsu WA270-7 Mixer Wirtgen 2401 Roller HyPack 840 C 14 Tons Roller Bomag Roller 9Wheel Traffic Skid Steer BohCat T650 Water Tanker 2500 Gallon Water Tanker 7000 Gallon Roller Sakai Vibratory Asphalt Cement Spreader Stoltz (if needed) Dump Trucks Several WESTFIELD II, h; RA1i t 1 Lubbq Irar& Jr. euimvy OwC March 19, 2019 To: City of Sebastian 1225 Main Street Sebastian, FL 32958 RE: Timothy Rose Contracting, Inc. 1360 Old Dixie Hwy. SW, Suite 106 Vero Beach, FL 32962 Westfield Insurance Company serves as surety for Timothy Rose Contracting, Inc. We would consider single projects up to $6,000,000, with an overall work program of $12,000,000 to be routine parameters for this quality contractor. They currently have approximately$1,000,000 in outstanding bonded liability. We consider Timothy Rose Contracting, Inc. to be a highly qualified construction firm and valued surety client. These limits and any specific approval would be conditioned upon applicable underwriting considerations at the time of the bond request. We have issued this letter only as a bonding reference requested by our client. Westfield Insurance Company has an A.M. Best rating of "A" XV and a U.S. Treasury Listing of $127,843,000 as of 7-1-18. Feel free to call (904) 661-4700 If you have any questions or need additional information. Sincerely, / y� Daniel J. Sheehan Regional Bond Leader 10245 Cent union Pkwy. N.. Sic. 104. Mekennytik R 32256 / )904) 6614708/ FAX (404) W2-1585