Loading...
HomeMy WebLinkAboutContractDate Accepted: Project Name & #: Contractor Name: � , �� �"� � � � ��' � ,� rt� � r1 '�' ''� F i $ � CERTIFICATE OF PROJECT COMPLETION 3-2 � - / Z _Power Line Road Improvements Project C?Q'T�J� Tim Rose Construction, Inc. Purchase Order #: PO#6525 Final Contract Price $ 845,528.09 Project Location: _Powerline Road between C512 and Main Street, Sebastian, Pursuant to the above captioned contract and in compliance of same, we the undersigned do hereby certify that this project is complete. Issuance of this certificate releases the contractor from any further responsibility except as stipulated in the contract as is relates to bond performance, payment of subcontractors, release or liens, maintenance and indemnity. All contractual obligations as to warranty, insurance, indemnification and patents, shall remain in full effect for the contractually stipulated period of time. In no way does the issuing of this certificate release the Contractor from all legal obligations as stipulated in Chapter 713 of the Florida Statutes. Therefore, having reviewed the contract and inspected the work, the undersigned to hereby accept the segment as being complete. �,/ ,�-2 /- %2 Project Mana er r Date �,�Z : � la Contracto Authori resentative Date r �- � �s� steller & oler, Inc. Date N-� Pu Wor irector Date Date 32�/z� Date 3 2► !Y Da e 7" ��-�Z Date � zi / ate TIMOTHY ROSE CONTRACTING, INC. 1360 Old Dixie Highway SW, Suite 106 Vero Beach, Florida 32962 (772) 564 7800 (772) 564 7888 Timrose7@comcast.net WARRANTY LETTER March 6, 2012 City of Sebastian Attn: Mr. AI Minner, City Manager 1225 Main Street Sebastian, Florida 32958 Powerline Road Improvements Proiect Timothy Rose Construction, Incorporated, hereby states that all work on this project has been completed as per the Project Documents and Change Orders, and hereby warrants all portions of this project to be free of defects of materials and/or workmanship errors for one year. The Date Accepted on the City of Sebastian "CERTIFICATE OF PROJECT COMPLETION" form will begin the Warranty period. This warranty is based on the "standard usage" of this work; failure of any part of the project due to abuse or neglect in maintenance will not merit replacement or repair of warranted items. ; ..� ��v ��. Timothy Rose President Timothy Rose Construction, Inc. Sworn to and subscribed before me this � day of 20�2 � _ .--__-� - -------� ------ -- - ----__ y'Y�.c� r��— �tw°� +I� VICKIE LEE WRIGNT '���,� Notary Pubtic-State of Fbrfda �** �� My Commisslon Exp. Warck 11, 2016 "�y �o Commiaalon No. EE 111452 �� ;.�, ���,,� ,� :: `� HOME'OE PElICAN ISLANd CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: PURCHASE ORDER # N/A PROJECT NAME: POWERLINE ROAD EXTENSION PROJECT #: 11-01 CONTRACTOR: Timothy Rose Cont., Inc. PHONE #: 772-564-7800 ADDRESS: 1360 SW Old Dixie Hwv, Ste 106 CONTRACT NAME: Timothy Rose Contractinq, Inc. Vero Beach. FL 32962 CONTRACT DATE: Mav 2, 2011 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Final clean up change order see attached "Exhibit A" for supporting details. A) Contract Price Prior to this Change Order $ 1,150,659.59 Net Increase (Decrease) Resulting from this Change Order New Contract Price Including this Change Order B) Contract Time Prior to the Change Order (Number of Days) Net Increase Decrease Resulting from the Change Order (Number of Days) $ (305,131.50 ) $ 845,528.09 192 days 0 days New Substantial Completion Date tncluding this Change Order November 10, 2011 AGREED: By: �-'- �E�F/Vl Contractor (Autho ' ignature) Timothv Rose , President 3/13/12 Name Title Date RECOMM ND _ ✓__ By: - / En � eer (Authorized Signature) Jo n M. Bover, PE Project Enqineer 3Il �Il�. Name Title Date Approvals Bv Citv of Sebastian in accordance with Code Sec. 2-10 (check one): ✓ City Manager Authorization — cumulative amount less than 15% of contract price or $15,000 single change order City Council Authorization — cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) EBASTIAN: �, Date: 3 �< <�- i "!Y , ATTEST: Project Manager Sally A. , MC, ity Clerk Finance Director � as to budget City Attorney �'% , as to legal T/MOTHY ROSE CONTRACTING, INC. 1360 Old Dixie Highway SW, Suite 106 Vero Beach, Florida 32962 (772) 564 7800 (772) 564 7888 Timrose7@comcast.net EXHIBIT A Chan�e Order #5 Final: 1. Thermoplastic 6" Solid Yellow 6,590 LF @$ 0.95 2. Two (2) Thermoplastic Turn Arrow @$ 85.00 3. Four (4) Painted Turn Arrows @$ 25.00 4. One (1) "Do Not Enter" Sign and Post @$200.00 5. One (1) "Do Not Enter" Sign Only @$ 100.00 6. Relocation of School Zone Sign 7. Contingency Deduction 8. Import Fill (By Owner) 1,225 CY @$2.60 ADD: $ 6,260.50 ADD: $ 170.00 ADD: $ 100.00 ADD: $ 200.00 ADD: $ 100.00 ADD: $ 600.00 Deduction: ($ 190,647.90) Deduction: ($ 9,100) 9. Import Fill (bv Contractor) 17 766 CY @$ 6.35 Deduction ($ 112,814.10) Total Requested Change in Contract Deduction: ($ 305,131.50) 2 �� ������,�'�� NOME OF'pELiCAN ISlAND CITY OF SEBASTtAN CHANGE ORDER CHANGE ORDER #: PURCHASE ORDER # N/A CONTRACTOR: Timothv Rose Cont.. Inc. PROJECT NAME: POWERLINE ROAD EXTENSION PROJECT #: 11-01 PHONE #: 772-564-7800 ADDRESS: 1360 SW Old Dixie Hwv. Ste 106 CONTRACT NAME: Timothv Rose Contractinp, inc. Vero Beach. FL 32962 CONTRACT DATE: Mav 2, 2011 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s} stipulated as follows: Grade and sod an additional 2,578 square yards at the North end of project (Main Street Area). A) Contract Price Prior to this Change Order $_1,145,555.95 Net Increase {Decrease) Resulting from this Change Order New Contract Price Including this Change Order B) Contract Time Prior to the Change Order (Number of Days) Net Increase (Decrease) Resulting from the Change Order (Number of Days) $ 5,103.64 $ 1,150.659.59 � 186 days 6 days � New Substantial Completion Date Including this Change Order November 10. 2011 AGREE . � RECOMME DED: By: �� � ���� S� r.;P�-'�'�'i gy. r':� ,,GT •,. �- -- Contractor (Authorized Signature) E�a ineer ( thorrzed Signature) , Timothv Rose , President 10/28/11 ��i� ,•'�� v e! --��.�f �r� C._� /0�3/��7// Name Title Date Name Title Date Approvals Bv Citv of Sebastian in accordance with Code Sec 2-10 lcheck one)• ✓ City Manager Authorization — cumulative amount less than 15% of contract price or $15,000 single change order City Councit Authorization — cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) CI OF ASTIAN: t Date: !0 3 � " .., ....� er ATTEST: ``�L � � Pro ect Manager � = � }� Satly A. Maio, M , City Clerk Finance Director ` ��.�3 as to budget City Attorney as to legal cn�v*o,F+�*k � 01 I�N�� l'�P1�� �ri�l �II�Pp�M�„t � HaM� ofi ������v rs��vo CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 3 PROJECT NAME: POWERLINE ROAD EXTENSION PURCHASE ORDER # N/A PROJECT #: 11-01 CONTRACTOR: Timothv Rose Cont., Inc. PHONE #: 772-564-7800 ADDRESS: 1360 SW Old Dixie Hwv, Ste 106 CONTRACT NAME: Timothv Rose Contracting, Inc. Vero Beach. FL 32962 CONTRACT DATE: May 2, 2011 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Additional Days For Substantial Completion Due To Rain And Material Delays Resulting From A Tropical Depression And Other Related Weather Conditions During Overall Construction. A) Contract Price Prior to this Change Order $-" ""° °°��°- I,14��55s• � k Net Increase (Decrease) Resulting from this Change Order New Contract Price Including this Change Order B) Contract Time Prior to the Change Order (Number of Days) Net Increase (Decrease) Resulting from the Change Order (Number of Days) New Substantial Completion Date Including this Change Order $ ��-88fi-rag-- �y , c� C'r- $ 1,145, 555.95 � ��;�,� 165 days 21 days November 4. 2011 AGREED: � RECOMMEND : By. ° -� <'-�_ By. ��/ � �"" Contractor (Authorized Signature) E ineer (Authorized Signature) Timothv Rose . President 10/13/11 ��%Gc,vM� G��f�'� �� � L��'• 1G�3 2G'�� Name Title Date Name Titl Date Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): ✓ City Manager Authorization - cumulative amount less than 15% of contract price or $15,000 single change order City Council Authorization - cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) C O BASTIAN: . ,�_ Date: /� � �� ager `.. ATf ��T: � ��' �� — roject Manager Sally A. Maio, MMC, ity Clerk Finance Director ��r j �L�" � as to budget City Attorney as to tegal •� _ � ��,� �.o.'�,Z� ���3 �h�� 5 ��1�{ �� °"� . ���� t o� Z 1;�b4��5(o RcP� �o�� � History : Weather Underground Page 1 of 1 « Prev:ous Mcrth II n: 20�0 II M1qay 2011 I' 2i;i2 » II Naxt FAr.ntF. .; Sunday Monday Tueaday Wednesday Thursday Friday Saturday ' . .. Z ._, „ ... � .. 3 , '., 4 H 5 6 7 :, ';.,:;; - ,�.;� ��..: Adual: 84 � 69 �� � Actual: 85 � 72 Actual: 84 � 70 Adual: 86 � 64 � Actual: 81 � 72 �� Actual: 82�� 70 � Actual: 64 � 63 Predp: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Average: 83�84 Averaye: 63�64 Avenge: 83�65 Avarape: 84�65 Average: 84�65 Average: 84�65 Averoge: 64�66 Precip: 0.09 Precip: 0.09 Precip: 0.70 Precip: 0.10 Precip: 0.10 Precip: 0.10 Precip: 0.10 ' • ' s -.,s f �'� 8 9 70 71 72 ;� 13 � � ..i'�� . ., . " a . .. .._ ,,. .. Actual: 88 � 61 Actual: 91 � 65 � Actual: 86 � 66 �� Adual: 96 � 66 Actual: 85 � 71 �� Actual: 86 � 65 �� Actual: 92 � 68 Precip: 0.00 Preap: 0.00 Predp: 0.00 Precip: 0.05 Precip: 0.00 Precip: 0.00 Precip: 1.17 AveraQe: 84 � 66 Avarape: 84 � 66 Avenpe: 84 � 66 Averope; 85 � 66 Averope: 85 � 68 Average: 85 � 67 Average: 65 � 67 Precip: 0.10 Predp: 0.10 Preap: 0.11 Precip: 0.11 Precip: 0.11 Precip: 0.11 Predp: 0.12 75 �a e.. 16 .. 17 .. . 18 19 20 ... .. 21 ... Aetual: 90 � 64 Actual: 85 � 59 �� Aetuai: 67 � 59 �� Aetual: 81 � 55 �� Aetual: 91 � 68 Adual: �88 � 70 � Aetual: 91 � 69 � Precip: 0.06 Pracip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Predp: 0.00 Precip: 0.00 Avarage: 85�67 Averaye: 85�67 Avenge: 85�87 Averape: 85�68 Average: 86�68 Average: 86�68 Avenge: 88�88 Predp: 0.72 Precip: 0.12 Precip: 0.72 Precip: 0.12 Precip: 0.13 Predp: 0.73 Predp: 0.13 22 23 24 25 26 27 ��� 28 ..� __ . . ,. . . _ „ _ . •°�'�'6 . . .. Actual: 88 � 67 Actual: 86 � 72 �� pdual: 85 � 86 Actual: 86 � 66 3 Actual: 87 � 67 �� Aetual: 87 � 67 Aclual: 88 � 67 � Predp: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.12 Predp: 0.00 Avenpe: 86 � 88 Averape: E6 � 69 Averape: 86 � 69 AvaraQe: 86 � 69 Average: 87 � 69 Averaye: 87 � 69 Average: 87 � 69 Predp: 0.74 Predp: 0.14 Precip� 0.71 Precip: 0.14 Precip: 0.75 Preeip: 0.75 Precip: 0.75 29 30 .� '�t., 37 .�uF � a s.�:<� Aelual: 67 � 89 �� Aetuai: 8T � 75 � Aelual: 87 � 75 Predp: 0.01 Predp: 0.00 Predp: 0.06 Avenga: 67�70 Avanpe: 87�70 Average: 87�70 Predp: 0.76 Predp: 0.76 Precip: 0.16 Month Precipifation -Actual month total: 7.47 Nortnal month totat: 3.80 Calendar Key ' � Sunny `' r Mostly Cloudy Mostly . Cloudy � Rain �•� Snow , Clear PartlySunny Sunny '���;;� ���" �Ctlla�: �� � �J$ =°H ", a•a�. s . PanN Precip: 0.00 cio�ay Avera�e: 71 � 53 = Haii rn�naerstorms azy sieet ��� '� Unknown Precip: 0.03 ��� �' Flurties ;�?� Fog � a ;����a� denotes 4N%� 'chance oP Powered by Weather Underqround, Inc. Data Category Condition High Temp. Lo Temp. Precip. (in inches) DailyAvg. Temp. Temos in •f http://printer.wunderground.com/history/airport/KV RB/2011 /5/ 12/MonthlyHistory.html?... 10/ 13/2011 History : Weather Underground Page 1 of 1 u:'rev:ous Menth� a�0�0 Jwte 2017 2Cf2 » Next 6.-0onlh ,. Sunday Monday Tuestlay Wadnasday Thunday-� Friday Saturday ... ..,. .; '- � : ' 7 ` 2 - �- 3 . -_ ' q ; . -: Aetual: 84�68 � Actual: 86�74 � Actual: 87���72 ��� Actual: 86�75 �� Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Average: 8T � 70 Average: 88 � 70 Average: 88 � 70 Average: 88 � 71 Precip: 0.77 Precip: 0.17 Precip: 0.77 Precip: 0.18 5 6 �--..�. 7 8 >� 9 10 � 11 . ... ... �'+" s t . . ... 3 . Actual: 67 � 89 Actual: 87 �(84 Aetual: 86 � 65 � Actual: 85 � 75 Actual: 86 � IB �� Aetual: 87�� 76 �� Actual: �86c� 75 �� Precip: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.38 Precip: 0.00 Pracip: 0.00 Precip: 0.00 Average: 88�71 Avarape: 88�71 AvenQe: 88�71 Avenpe: 88�77 Averape: 68�71 Average: 89�71 Average: 89�71 Predp: 0.78 Predp: 0.18 Predp: 0.78 Precip: 0.79 Precip: 0.19 Precip: 0.19 Precip: 0.20 12 1] 14 =:�� 15 � 76 77 �8 6<; �.� +*,S aK,,`r �', � . Aetual: 89 � 70 ..: Actual: 95 � 69 Aetual: 99 � 73 Adual: 95 � 72 Aelual: 87 � 69 Actual: 92 � 72 Actual: 94 � 73 Predp: 0.00 Precip: 0.00 Procip: T Precip: 0.77 Precip: 0.00 Predp: 0.00 Precip: T Avaraga: 89�72 Average: 89�72 Avarape: 89�72 Avenpe: 89�72 Avaroge: 89�72 Averape: 89�72 Avenge: 89�72 Predp: 0.20 Predp: 0.20 Predp: 0.20 Precip: 0.20 Precip: 0.21 Precip: 0.27 Precip: 0.21 79 � 20 21 � 22 23 > 24 25 ' ' � v $�av`°1 , <�f� F.e� � +� . Actual: 93 � 74 �� Actual: 91 � 70 Aetual: 99 � 73 Adual: 92 � 73 qctual: 83 � 73 Actual: 94 � 73 Actual: 93 � 74 Predp: 0.07 Predp: 0.00 Predp: 0.00 Precip: 0.00 Precip: 0.00 Precip: 0.00 Predp: 0.46 Averape: 89�72 AvenQa: 89�72 Av�nye: 90�72 Average: 80�72 Avenye: 90�73 Avarape: 80�73 Avenge: 90�73 Predp: 0.21 Predp: 0.27 Predp: 0.21 Precip� 0.21 Precip: 0.27 Precip: 0.22 Precip: 0.22 26 y�� .. 27 e d�� 2B '-d�* � 29 's� 30 �,�� ' _ n3'.. .. + 4 � a�� - Actual: 90 � 73 Aetual: 90 � 73 Actual: 88 � 73 Aetual: 86 � 73 Actual: 91 � 72 Precip: 0.3J Precip: 0.09 Precip: 0.42 precip: 1.23 Precip: 0.73 Avarape: 90�73 Averape: 90�73 Avenpe: 90�73 Avenpe: 90�73 Averape: 90�73 Predp: 032 Predp: 0.22 Pretlp: 0.22 Precip: 0.22 Precip: 0.22 Month Precipkation -Acival monlFi toWl: 3.18 Nortnai month total: 8.03 CaiendarKey Data Category Sunny MosUy Cloudy Mostly Cloudy Rain ��� Snow Condition � � �,� High Temp. Clear ParttySunny >�Sunny -- -,, .; ��nee, ��"� �CtUal: �4 � 5$ Lo Tem Pa�ry Precip: 0.00 Precip. (in inches) Cloudy DailyAvg. Temp. �Y�1'8�L': �1 � �� �Temps in 'F Haii rnunderstorms aZy siee� 7' s Unknown Precip: OA3 =eo-so o ao eo eo�zo' N � � �' Flurties �*�' °9 �� denotes 'chance of Powered by Weather Underqround Inc. http://printer.wunderground.com/history/airport/KVRB/2011 /6/12/MonthlyHistory.html?... 10/13/2011 History : Weather Underground a �rev:�us Morth Sunday 3 Actuel: 87 � 72 "� Precip: 0.00 Averape: 90�73 Precip: 0.22 10 Aetual: 92 � 77 ��� ���� Predp: 0.00 Averape: 90�7� Preap: 0.22 17 � s. .. _.:m:� Aetual: 90 � 76 Preap: 0.00 Avenpe: 90 � 73 Pretlp: 0.27 24 a�$.�.a���. Adual: 91 � 7� Precip: 0.25 Avawge: 91�73 Predp: 0.20 31 Actual: 93 � 75 '. Precip: 0.00 Averape: 90 � 73 Predp: 0.20 < <010 Monday 4 Actual: 90AI72 � Predp: 0.00 Averape: 90 � 73 Preap: 0.22 77 �6����:� Aetual: 92 � 77 Precip: 0.70 Avenpe: 90 � 73 Preap: 0.27 18 �a� �a: Actual: 87 � 74 Preap: T Avarape: 90 � 73 Pretlp: 0.21 25 _ Actual: 91 ( 76 .. Precip: 0.00 Avaraye: 91 � 73 Precip: 0.20 Tuesday 5 Actual: 89�74 .. Precip: 0.00 Avanpe: 90 � 73 Predp: 0.22 72 Actual: 91�74 �:: Precip: 0.00 AveraQa: 90 � 73 Predp: 0.27 79 Actual: 89 � 89 Predp: 0.00 Avange: 81 � 73 Precip: 0.27 28 �. Adual: 95 � 77 Precip: 0.00 Avanye: 97 � 73 Predp: 0.20 Ju€y 2011 Wednesday 6 ��i k Adual: 88 � 78 Precip: 0.70 Avaroge: 80 � 73 Precip: 0.22 13 �� �� : Actual: 92 � 75 Precip: 0.07 Avarage: 80 � 73 Precip: 0.21 20 ... . ' :¢.. Aetual: 83 � 72 Precip: 0.00 Avenpe: 91�73 Precip: 0.21 27 '.�. Actual: 88 � 76 Precip: D.00 Average: 91�73 Precip: 0.20 Thuraday 7 � Aetual: 85 � 75 Precip: 0.35 Averape: 90 � 73 Precip: 0.22 74 Actual: 94�� 77 ::: Precip: T Avewpe: 90 � 73 Precip: 0.27 21 � �a� Adual: 95 � 76 Precip: 0.00 Averaye: 91�73 Precip: 0.27 28 Actual: 92 � 75 �?. Precip: 0.00 Averape: 81 � 73 Precip: 0.20 2012 n Friday ��: 1 ;' Actual: 89 � 72 Precip: 4.09 Average: 90 � 73 Precip: 0.22 e £`F ��� Aclual: 90 � 75 Predp: T Avarape: 90 � 79 Predp: 0.22 15 Aetual: 97 � 75 Precip: T Averaye: 90 � 73 Precip: 0.27 yp �s ^�'� i�s Actual: 97 � 74 Precip: 0.34 Averaga: 91�73 Predp: 0.21 29 Aelual: 91 �� 75 '. Precip: 0.00 Averape: 91�73 Predp: 0.20 '� MonM Precipitation - Adual month total: 5.24 Nortnal month total: 6.53 CalsndarKay ,,, Sunny " MostlyCloudy MosUy Cloudy Rain : Snow �` Clear Partty SunnY , Sunny � „����F ��� ��GL118�: �Q � $� _.. �partiy Precip: 0.00 ciouay Average: 71 � 53 �-'�: Hail Thunderstortns Hazy ' °Sleet '7' �� Unknown Precip: Q03 �w,�� � Flurties �,�y� � 09 x,�a � ,���a�� �- denotes 'chance �� of Powered by Weather Underaround. Inc. Page 1 of 1 Next h4onth �� Saturday 2 L : r. . Actual: 86��� 71 Precip: 0.00 Avenge: 90 � 73 Predp: 0.22 ��, 9 Actual: 91 � 72 � Precip: 0.00 Avarage: 90 � 73 Precip: 0.22 16 Aekual: 90 � 72 �:. Precip: 0.00 Averape: 90 � 73 Predp: 0.21 23 � r Aetual: 92 � 75 Precip: 0.00 Avenpe: 97 � 73 Preeip: 0.2� 30 z Actual: 91�73 Predp: 0.00 Averape: 91 � 73 Precip: 0.20 Data Catepory Condition High Temp. Lo Temp. Precip. (in inches) DailyAvg. Temp. Temos in'F http://printer.wunderground.com/history/airport/KVRB/2011 /7/12/MonthlyHistory.html?... 10/13/2011 History : Weather Underground I ?rev:ous Mcrth II c 2010 II Augusf 241'i Sunday � Monday Tueaday� Wednesday � Thunday �t.. �. ? 2 �• 3 "� 4 cn+�s� Aetual: 95 � 76 �� Actual: 95 � 73 Adual: 94 � 76 Actual: 9d � 74 Precip: 0.00 Precip: 0.27 Precip: T Precip: 0.00 Averaye: 91�73 Avenge: 90�74 Avenpe: 90�74 Average: 90�74 Precip: 0.78 Predp: 0.19 Precip: 0.20 Precip: 0.20 Z � c� 4 a.,'.r 9 'd+�aa��y� �� �, . � �'�� �� Actual: 96 � 77 Actual: 97 � 76 Aetual: 91 � 75 Adual: 92 � 75 Actual: 92 � 77 Predp: T Preap: 0.05 Precip: 1.26 Precip: 0.14 Precip: 0.08 Averape: 90�74 Avarage: 90�74 Averape: 90�74 Avara{�e: 90�74 Average: 90�74 Predp: 0.23 Predp: 0.23 Predp: 0.23 Precip: 0.24 Precip: 0.2J s., 74 . 15 ���� �s x�� �� tf: 18 .���, ._ Actual: 84 � 73 Actual: 93 � 75 Actual: 90 � 75 Adual: 90 � 72 Actual: 90 � 72 Pradp: 2.42 Precip: 0.24 Predp: 3.78 Precip: 1.38 Precip: 0.00 Averape: 90�74 Averaga: 90�74 Avanqe: 90�74 Avenpe: 90�74 Averaye: 90�74 Predp: 0.22 Predp: 0.23 Predp: 0.23 Precip: 0.22 Precip: 0.22 21 � 22 �;.. 23 �5 24 ny 25 ��, g,��-� c k�� �'�'t�j �r�?�� Aetual: 81 � 75 Actual: 97 � 76 Adual: 92 � 75 �� Aetual: 89 � 74 Actual: 8T � 76 Predp: 0.00 Predp: 0.00 Pratlp: 0.00 Precip: 0.34 Precip: 0.34 Averapa: 80�74 Avaraqe: 80�74 Averaye: 80�74 Averape: 90�74 Averape: 88�74 Pradp: 0.22 Precip: 0.24 Predp: 0.25 Precip: 0.24 Precip: 0.24 28 29 ��.. 90 6-:'. 31 � �, �_�� , � a�a�:" ����3�� � 3�.� I Actual: 85 � 77 Aclual: 82 � 78 Actual: 91 � 78 AduaL• !6 � 77 I� Predp: 0.00 Precip: 0.42 Predp: 0.78 Predp: 0.07 I Averaye: 69 � 74 Averape: 89 � 74 Aveapa: 89 � 74 Avenpe: 89 � 74 �� Precip: 0.24 Preeip: 0.24 Preap: 0.23 Precip: 0.25 MoMh Precipitation - Actual monMi total: 71.50 Nortnal month total: 7.03 Glandar Key Page 1 of 1 2�,tz n�� r�zxi rno��i� �, Frida� Saturday 5 6 '��'• Actual: 93 ��74 Actual: 93 � 76 � Precip: 0.00 Precip: 0.00 Average: 90 � 74 Averege: 90 � 74 Precip: 0.20 Precip: 0.21 12 13 ����^ -� Actual: 92�73 Actual: 97�78 Predp: 0.00 Precip: 0.48 Average: 90�74 Average: 90�74 Precip: 0.24 Precip: 0.23 $ � ' �' `' E �a�y , -' . 4 ' , � ' 78 20 <. r; Adual: 91 � 73 n Adual: 91 � 74 ��. Precip: 0.07 Precip: 0.01 �I� Averaye: 90 � 74 Avenye: 90 � 74 �'�� Precip: 0.22 Predp: 0.22 26 27 ��F , Aetual: 94 � 76 � Actual: 97 � 76 Predp: T Precip: 0.03 Average: 89 � 74 Avenqe: 89 � 74 Predp: 0.24 Precip: 0.24 LData Category � Sunny ;" '° MosOyCloudy Mastly Cloudy Rain � Snow Condition �` Clear PartlySunny a..,Sunny � ��?��a¢ �,��° ��Wa�: ����� LoTemmP µr P � � Partly Precip: O.QO Precip. (in inches) Cloudy DailyAvg. Temp. Aver�ge: 71 � a3 �Temps in •F Hail Thunderstortns Hazy Sleet '7' Unknown Precip: 0.03 �eo-so 0 30 BO 8012f s �� � �' Flurties i�� Fog � �° �' ����� denotes <�a� 'chance � of Powered by Weather Underqround Inc. http://printer.wunderground.com/history/airport/KVRB/2011 /8/12/MonthlyHistory.html?... 10/13/2011 History : Weather Underground Page 1 of 1 «^red:ousMceth o:201� September2�91 2�:12» Nzxt�vtnnth» Sunday Monday Tueaday Wednesday Thursday Friday Saturday �'�» � � &�. � p y��-,.!�� �•.... 3 ��� � �z,:.', , . >�' Actual: 88 � 75 Actual: 67 �� 71 Actual: 87 � 68 Precip: 0.03 Precip: T Precip� 1.71 . Averege: 89 � 74 Averege: 89 � 74 Avenge: 89 � 74 Precip: O.TA Precip: 0.25 Precip: 0.24 4 b 6 7 ��� 8 9 �'�� 10 �., ��� �..�: a� �, Actual: 88 � 72 � Aelual: 94 � 78 �� Actual: 89 � 75 Actual: 88 � 73 Actual: 92 � 73 Actual: 88 � 74 Actual: 88 � 72 Precip: 0.04 Predp: 0.00 Precip: 0.40 Precip: 0.76 Precip: T Precip: 2.08 Precip: 0.75 Avenye: 89�74 Avanpe: 89�74 Avarape: 89�74 Averape: 89�74 Averape: 89�74 AveraQe: 89�74 Average: 89�74 Predp: 0.23 Predp: 0.22 Predp: 0.22 Pracip: 0.21 Precip: 0.21 Predp: 0.21 Precip: 0.27 11 12 x�y�s 17 14 75 76 17 . .. �z9'e .. . . . Aclual: 90�75 � Aetual: 89�72 Actual: 89�73 .... Aetual: 89�70 ::� Aetual: 88�69 Aetual: 90�69 Aetual: 88�68 �� Predp: 0.00 Precip: 1.96 Precip: 0.00 Precip: 0.00 Precip: 0.00 Pracip: 0.00 Predp: 0.00 Averege: 88 � 74 Averape: 88 � 74 Avenye: 86 � 74 Avenpe: 88 � 74 Averaqe: 88 � 74 Averape: 68 � 74 Averege: 88 � 74 Precip: 0.21 Precip: 0.22 Predp: 0.23 Precip: 0.23 Precip: 0.24 Precip: 0.23 Predp: 0.24 18 19 ..� A��•: Zp .�Xr£��-. 21 ..� �-a 22 �.. �;. 23 ,�,.. "� 24 � ., Ra-:� f�E Y.°� k°�#�� £3b":i'� .s:i� �„. Aetual: 88 � 70 v� Aetual: 88 � 7J Actual: 89 � 75 Adual: 89 � 78 Aetual: 89 � 76 Actual: 89 � 75 Actual: 90 � 74 � Precip: 0.00 Predp: 0.77 Precip: 0.35 Precip: T Precip: 0.05 Predp: 0.00 Precip: 0.01 Avaraye: 88�77 Averape: 88�73 Avanqe: 88�73 AvenQe: 88�73 Averape: 88�73 Avarape: 88�73 Average: 87�73 Predp: 0.24 Preeip: 0.24 Predp: 0.22 Precip: 0.22 Precip: 0.22 predp: 0.22 Predp: 0.23 25 a�Q 26 ����_� 27 s�Fx�p"= 28 29 30 °�s ��-�� ,._ .. .._ �`�.;m Aetual: 91�74 Actual: 83�75 Actual: 88�73 Actual: 88�72 ��� Actual: 89�72 4� Actual: 90�73 Precip: 0.32 Precip: T Precip: 0.17 Precip: 0.00 Precip: 0.00 Precip: 0.01 Avarapa: 67�73 AvanQe: 87�73 Awnye: 87�73 Averope: 87�73 Averape: 87�73 Average: 87�72 Predp: 0.23 Predp: 0.22 Predp: 0.23 Precip: 0.23 Precip: 0.22 Precip: 0.23 Monlh Precipitation -Actual month total: 8.21 Normal monih toWl: 8.78 CalendarKey - Data Categary = Sunny Mostly Cloudy Mostly Cloudy < Rain � Snow Condition ' Clear Partly Sunny �.., Sunny `���,� g: ����, Q����: �� I�� Hi h Tem .. , r �' x��� � Lo Temp.P. Pa��v Precip: 0.00 Precip. (in inches) Cloudy DailyAvg. Temp. f�VefBt�C: �'� � �� �Temps in 'F ',Hail Thunderstorms ary Sleet '?' � Unknown Precip: 0.03 �80-30 0 30 60 90120 � � � Flurties a ; � Fog 3 � ` ^'z.<- �; . denotes •� � > _ 'chance oP Powered by Weather Underqround Inc. http://printer.wunderground.com/history/airport/KVRB/2011 /9/12/MonthlyHistory.html?... 10/13/2011 History : Weather Underground Page 1 of 1 u rrev:o�re Mor.th Il e 2t"l10 II OcYOber 2011 II ?�^,12 n II N?.t Mon[I�. ., Sunday Monday � Tuesday Wednesday� Thursday friday Saturday 1 rY�• Actual: 86 � 69 Precip: 0.00 , Average: 87 � 72 Precip: 0.21 „ e. �z�� ��� o�.�` .�",..m'��. 2 3 4 �t��"':� 5 �,� � 6 , � � � .e P,� g � ;':.., 7 8 ;� �� � `- ..,,.. - .: .��:,,.� ...,.J Actual: 84 � 81 Aclual: 86 � 63 � Actual: 85���84 Aetual: 85 � 74 Actual: 85 � 77 Actual: 84 � 69 Actual: 79 � 71 Precip: 0.00 Predp: 0.00 Precip: T Precip: T Precip: 0.60 Precip: 2.23 Precip: B.JO Averepe: 66 � 72 Averape: 86 � 72 Avenpe: 86 � 72 Averape: 86 � 72 Average: 86 � 71 Average: 86 � 71 Avenge: 66 � 71 Predp: 0.21 Precip: 0.20 Precip: 0.21 Precip: 0.19 Precip: 0.20 Predp: 0.20 Precip: 0.79 8 �� ��"` 10 ..�` 71 . 12 �.« y 73 14 15 ^���, � R,r Aclual: 81 � 77 Aetual: 88 � 88 Aelual: 88 � 70 �� Aetual: 88 � 72 Actual: TS � 73 Forecaat: 85 ��67� Fo,ecast: 1 � 70 Precip: 0.73 Precip: T Pracip: 0.00 Precip: 0.99 Precip: 0.00 Clear lear Averape: 85�7/ Average: 85�71 Avenge: 85�70 Average: 85�70 Averape: 84�68 Av ge: 85�69 Av ge: 84�69 Predp� 0.20 Predp: 0.19 Predp: 0.18 Preeip: 0.78 Precip: 0.01 . Precip: 0.17 .- racip: 0.16 a . -._, � �.. i6 '. 17 78 �� 79 �� � 20 �..'� 21 �,�+"� 22 f'�~ ...h, ...,. :F.�_ �'` . �� .: . .___ _ .... - a � �, ,, s" Poreeast: 72 Forecast, f 85 � 72 Foreeaat: y� 86 � 72 Forecast: 85 �- Record,.f 91 � 17 Reeor � 89 � 46 Reeord: 91 � 50 Part loudy P�rl(y Cloudy TFtu�i�derslorm Chance o Thunderstorm Preap 2.05 P. ip: � 0.97 Pr� 1.22 Ave 64 � 69 Average: 64 � 68 Avaripe: 84 � 68 A ye: 84 � 68 „?�verege: 84 � 68 Average: 83 � 68 11f�erage: 87 � 67 redp: 0.78 . Precip: 0.76 ��Precip: 0.75 racip: 0.75 Precip: 0.15 � Precip: 0.15 Precip: 0.15 .r� A � , 23 24 � 25 . 26 �... 27 �,.r`� 28 ,�° 29 Record: .J 80�50 Record: '80�50�. Record: " 92�48 Reeord� 92�48 Rec� 89��50 Reeord:,,.�bP81�48 Record;�� 92�46 Preci/p;�' 1.20 Precip; � 5.49 Precip: 4.26 Pr� 0.46 .P`recip: 0.44 Pre,pf�p':� 4.22 Precip: 2.79 Avalape: 61 � 87 Avelage: 83 � 87 Average: 83 � 67 .�Yvarape: 83 � 67 :_' � Average: 82 � 66 kverage: 82 � 66 AVeraQe: 82 � 66 _.-��recip: 0.14 �'Precip: 0.14 Precip: 0.14 Predp: 0.14 ' Precip: 0.7� � Precip: 0.73 �� ��Precip: 0.13 30 J1 ,�',. Reeord: .�" � 91 � 48 Reeord: .�'�93 � 48 Precjp°.�� 2.10 Precip:' � �� �.�5 A.veraye: 82 � 68 Avaiape: 82 � 86 ' � Precip: 0.13 - Precip: 0.13 ` MoMh Precipitatioo - To date: 12l5 Nortnal to date: 2.53 Normal month total: 5.04 CalendarKey � � Sunny Mosdy Cloudy Mostly �� Cloudy Rain �� Snow ��� Clear �'�PartlySunny ::,Sunny "���^ �^����� ����^ Q�L'tU�l: 4Q����$ 'Partly Precip: DAO cioudy Aver.i�e: 71 � �3 � ��-:- Hail Thunderstortns °Haz �' � �`Sleet '?' ��� °�� v�� a ��;, unknown Precip: OA3 � � � Flurties .��;�� ' Fog � ��; denotes � � ' � 'chance � oP Powered by Weather Underqround, Inc. Data Category Condition High Temp. Lo Temp. Precip. (in inches) DailyAvg. Temp. Temos in °F http://printer.wunderground.com/history/airport/KVRB/2011 /10/12/MonthlyHistory.html... 10/13/2011 c+tvaF � �� �; HOME O� REI.ICJ4N ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 2 PROJECT NAME: POWERLINE ROAD EXTENSION PURCHASE ORDER # �11 �g�� PROJECT #: 11-01 CONTRACTOR: Timothv Rose Cont., Inc. PHONE #: 772-564-7800 ADDRESS: 1360 SW Old Dixie Hwy, Ste 106 CONTRACT NAME: Timothy Rose ContractinQ, Inc. Vero Beach. FL 32962 CONTRACT DATE: May 2, 2011 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: , Additional Square Footage For Requested 36" Wide ADA Mats; Shown As 24" Wide On The Plans and The Bid Form (Phase I— ADA Mats Only). A) Contract Price Prior to this Change Order $ 1,143,887.39 Net Increase (Decrease) Resulting from this Change Order New Contract Price Including this Change Order B) Contract Time Prior to the Change Order (Number of Days) Net Increase (Decrease) Resulting from the Change Order (Number of Days) $ 1,668.56 $ 1,145, 555.95 15 days 0 days New Substantial Completion Date Including this Change Order October 13. 2011 AGREED: RECOMMENDED: gy: gy. ". / �� . Contractor Authorized Signa En � eer^ Authori d Signature) Timothy Rose , President 09/09/11 �' �� t'1 �� Z��� Name Title Date Name Title Date A r vals B Ci of Sebastian in accordance with Code Sec. 2-10 check one : City Manager Authorization — cumulative amount less than 15% of contract price or $15,000 single change order City Council Authorization — cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) c CI F S TIAN: Date: '� a r ATT ST: � Project Manager �� Sally A. Maio, MMC, y erk Finance Director o budget City Attorney as to legat CHANGE ORDER #: ayrv�i� � �di U�A�j��l�!}II 1� IMI�,� �I4� HOA+1� �� i���1�N ISLANQ CITY OF SEBASTIAN CHANGE ORDER PROJECT NAME: POWERLINE ROAD EXTENSION PURCHASE ORDER # N/A PROJECT #: 11-01 CONTRACTOR: Timothv Rose Cont., Inc. PHONE #: 772-564-7800 ADDRESS: 1360 SW Old Dixie Hwv, Ste 106 CONTRACT NAME: Timothy Rose Contracting, Inc. Vero Beach. FL 32962 CONTRACT DATE: May 2, 2011 By the signatu�e affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Rework Subase Material - To Much Water Due To Rain = 3 days. 2. Rain Days To Be Added To Contract Time = 12 days (See Exhibit "A" Attached) A) Contract Price Prior to this Change Order $ 1.143,887.39 Net Increase (Decrease) Resulting from this Change Order New Contract Price Including this Change Order B) Contract Time Prior to the Change Order (Number of Days) Net Increase (Decrease) Resulting from the Change Order (Number of Days) New Substantial Completion Date Including this Change Order AGREED: By:-� Contractor (Authorized Timothy Rose . President 09/09/11 Name Title Date $ 0.00 $ 1.143.887.39 0 days 15 days October 13. 2011 RECOMMENDED: By: ./ �-..,�—'--'.. Eng' eer ( uthorized Signature) ,� , �Jy Ya' ll Name Title Date A r vals B Ci of Sebastian in accordance with Code Sec. 2-10 check one : . City Manager Authorization — cumulative amount less than 15% of contract price or $15,000 single change order City Council Authorization — cumulative amount exceeds 15% of contract price or $15,000 single change order (me ting date ) t ,l � Date: � �''t' �� ...., . _. �... j ��� / ATTEST: �� �---'� Pr�ct Manager �s�� /� Sally A. Maio, MMC ity Cleiic Finance Director" 1 as to budget City Attorney as to legal C � Weekly Rain Amounts: Rain Date 06/29j11 07/O1/11 OS/09/11 08/16/11 08/l�/il 09/07/11 09/09/11 Total Of Week Days = 7 POWERLINE ROAD EXTENSION RAIN DAYS — EXHIBIT "A" Contract Start Through 09/09/11 Rain Amount 1.23 inches 4.09 inches 1.26 inches 3.78 inches 1.38 inches .50inches 2.08 inches Day of Week Wednesday Friday Tuesday Tuesday Wednesday Wednesday Friday Weekend Rain Amounts: (Causing Delay In Daily Start Up - Due To Necessary Re-Work) 05/14/11 1.17inches Saturday 06/26/11 .33 inches Sunday 07/24/11 .25inches Sunday 08/14/11 2.42 inches Sunday 09/03/11 1.71 inches Saturday Total Of Weekend Days = S N � 0 � � � CRY OF ������ �' �"������ HOME OF PELICAN ISLAND 1225 MAIN STREET • SEBASTIAN, F�ORIDA 32958 TELEPHONE: (772) 589-5330 • FAX (772) 589-5570 May 2, 2011 Timothy Rose Contracting, Inc. 1360 Old Dixie Highway Vero Beach, FL 32965 RE: NOTICE TO PROCEED — POWERLINE ROAD Dear Mr. Rose: You are hereby notified to commence work on Monday, May 2, 2011, per the terms and conditions of the executed Agreement and project specifications signed on Wednesday, April 27, 2011. Masteller and Moler Engineering, Inc. shall serve as the City Engineer and Project Manager for this project. Per Section 2.6 - Term - of the Construction Services Agreement, Timothy Rose Contracting has one hundred fifty (150) days to complete major project items and an additional thirty (30) days to complete minor clean up and closeout procedures. Therefore, the date for substantial completion is Tuesday, September 27, 2011 with final completion on Thursday, October 27, 2011. Also make special note to Section 2.6 with specific timing parameters for completing PHASE I OF THE PROJECT BY AUGUST 12 2011. If you have any questions concerning this notice, please contact me at your earliest convenience. We look forward to working with you on this project. Manager Cc: Steve Moler, Masteller and Mole Engineering Inc. Jerry Converse, Public Works Director POWERLINE ROAD CONSTRUCTION SERVICES AGREEMENT THIS AGREEMENT made this Z�� day of APR,tI,. , 2011 by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, ("CITY") and Timothy Rose Construction, Inc. ("CONTRACTOR") authorized to do business in the State of Florida. WHEREAS, the CITY desires to engage a Florida licensed contractor who has special and unique competence and experience in providing construction services necessaxy to complete the Project hereunder; and, WHEREAS, the CONTRACTOR represents that it has such competence and experience in providing these services; and, WHEREAS, the CITY in reliance on such representation has selected the CONTRACTOR in accordance with its procurement procedure; and, WHEREAS, the CITY and the CONTRACTOR desire to reduce to writing their understanding and agreements on such professional services. IT IS, THEREFORE, AGREED as follows: ARTICLE I- THE CONTRACTUAL RELATIONSHIP 1.0 EMPLOYMENT OF CONTRACTOR The CITY hereby agrees that it engages the CONTRACTOR and the CONTRACTOR hereby agrees to perform services for the CITY in accordance with this Agreement for the construction of the POWERLINE ROAD PROJECT. This Agreement is not an exclusive agreement and the CITY may employ other contractors, professional or technical personnel to furnish services for the CITY as the CITY in its sole discretion finds is in the public interest. The Agreement shall not be construed to create a contractual relationship of any kind between the CITY and the Subcontractor(s), or, between any person or firm other than the CITY and CONTRACTOR. The CONTRACTOR shall not sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title of interest therein or his obligations thereunder, or moneys due or to become due under this Contract. 2.0 AGREEMENT DOCUMENTS The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement, Supplemental Agreement(s), Notice of Invitation to Bid, Instruction for Bidders, Bid Proposal, Bid Bond Forms, Bid Specifications and Scope of Work, Work Orders, Change Orders, Addenda if any, any other documents listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any. 2.1 INTENT The intent of the Contract Documents is to set forth requirements of performance, type of equipment and structures, and standards of materials and construction. It is also intended to include all labor and materials, tools and equipment, temporary facilities and systems, and transportation necessary for the proper execution of the Work, to require new material and equipment unless otherwise indicated, and to require complete performance of the Work in spite of omission of specific reference to any minor component part and to include all items necessary for the proper execution and completion of the Work by the CONTRACTOR. Performance by the CONTRACTOR shall be required to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the intended results. 2.2 ENTIRE AND SOLE AGREEMENT Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all other agreements, representations, warranties, statements, promises, and understandings not specifically set forth in the Agreement 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 Agreement Documents. 2.3 AMENDMENTS The parties may modify this Agreement at any time by written agreement. Neither the Agreement 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. 2.4 CONSTRUING TERMS This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY This Agreement shall be governed by the laws of the State of Florida, and any venue for any action pursuant to the Agreement Documents shall be in Indian River County, Florida. The parties hereto eapressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. I . �:U This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall extend until the Project is complete unless terminated in accordance with the terms hereunder. CONTRACTOR agrees that the work will be completed in accordance with the following timeframe. 2 (a) Within 15 calendar days from effective date of Notice to Proceed, Contractor shall complete the following tasks: 1. Obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the job. 3. Perform all photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Submit and secure approval of shop drawings 6. Mobilize all labor, equipment, and materials. 7. Deliver and store all equipment and materials to the job site. 8. Notify all utilities and other affected parties prior to initiating construction. (b) From 16 calendar days to 150 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Construct all roadway improvements as illustrated by the Construction Plans. 2. Observe special consideration of Sebastian Elementary School Schedule as described in Paragraph 6, below. 3. Perform all testing. 4. Restore all disturbed areas to their pre-construction condition. 5. Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i.e., Subparagraphs a) and b) constitutes Substantial Completion. (c) From 151 calendar days to 180 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: l. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract closeout procedures. Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c) constitute Final Completion. This project is situated adjacent to Sebastian Elementary School and special construction timing shall be provided. As depicted in the Construction Plans labeled Phase I, this area is adjacent to the school and shall be completed during the period of time when the school is not in full session. It is a requirement of this project for the Contractor to perform all work in Phase I Area, between June 9, 2011 and August 12, 2011. Contractor shall construct all roadway improvements including retention pond, drainage conveyance and structures, sidewalks, pavement, striping and signage, and all else necessary to consider Phase 1 roadway improvements ready for operation. Contractor may mobilize to and perform work in the Phase 2 Area at any time during the construction contract. Disruption of Sebastian Elementary School Operations by failing to meet K] this schedule may result in liquidated damages as described in Section 6.12 of this contract. No additional payment will be made for remobilization related to the phasing plan and schedule. 3.0 DEFINITION OF TERMS 3.1 GENERAL Whenever the following terms appear in these Agreement Documents, their intent and meaning shall, unless specifically stated otherwise, be interpreted as shown. 3.2 ACT OF GOD The words "Act of God" mean an earthquake, flood, hurricane (or other named tropical event), tornado or other cataclysmic phenomenon of nature. Rain, wind or other natural phenomenon (including tropical waves and depressions) of normal intensity for the locality shall not be construed as an Act of God . 3.3 ADDENDUM (re: bid documents) A modification of the plans or other contract docuxnents issued by the Owner and distributed to prospective bidders prior to the opening of bids. All Addenda shall be considered as part of the Contract Documents. 3.4 AGREEMENT A written agreement between the CONTRACTOR and CITY defining in detail the work to be performed. The words Agreement and Contract, are one and the same. 3.5 A.S.T.M. DESIGNATION Wherever the letters "A.S.T.M." are used in the Specifications, it shall be understood as referring to the American Society for Testing Materials. When reference is made to a certain Designated Number of a specification or test as set out or given by the American Society for Testing Materials, it shall be understood to mean the current, up-to-date standard specification or tentative specification for that particular process, material or test as currently published by that group. 3.6 BID The bid or proposal is the written offer of a Bidder to perform work described by the contract documents when made out and submitted on the prescribed proposal form properly sealed and guaranteed. The bid or proposal shall be considered as part of the Contract Documents. 3.7 BID BOND or PROPOSAL GUAR.ANTEE: Bidder shall submit a Bid Bond or Proposal Guarantee in the amount of 5% of the Base Bid, in the form of a Cashier's Check, Unconditional Irrevocable Letter of Credit drawn in favor of the 4 City of Sebastian on a National Bank, or a bond from a surety company duly licensed in the State of Florida. 3.8 BIDDER An individual, partnership, or corporation submitting a proposal for the work contemplated; acting directly or through a duly authorized representative. 3.9 CHANGE ORDER A written order issued to the CONTRACTOR by the CITY and covering changes in the plans, specifications, or scope of work when the amount of work changed is not deemed sufficient to require a supplemental agreement, or adjustments in the Contract Price or Contract Time. 3.10 CONTRACT ADDENDUM A special written provision modifying or clarifying the terms and conditions of the Contract. The Contract Addendum shall be considered as part of the contract documents. 3.11 DIRECTED, ORDERED, APPROVED & ETC. Wherever in the Agreement Document the words "directed", "ordered", "approved", "permitted", "acceptable", or words of similar import are used, it shall be understood that the direction, order, approval or acceptance of the Owner is intended unless otherwise stated. 3.12 ENGINEER A Professional Engineer duly licensed and registered in the State of Florida and designated by the CITY as Engineer. The CITY may designate a staff inember as Engineer who is not licensed. 3.13 GENERAL CONDITIONS The directions, provisions and requirements contained within the Agreement Documents, all describing the general manner of performing the Work including detailed technical requirements relative to labor, material equipment, and methods by which the Work is to be performed and prescribing the relationship between the CITY and the CONTRACTOR. 3.14 INSPECTOR A duly authorized representative of the CITY assigned to make official inspections of the materials furnished and of the work performed by the CONTRACTOR. 3.15 LABORATORY Any licensed and qualified laboratory designated by or acceptable to the CITY to perform necessary testing of materials. 5 3.16 PERFORMANCE AND PAYMENT BONDS CONTRACTOR shall submit bonds in the forxn prescribed by State Law, and generally as shown on sample forms herein, for Performance and Payment, each in the amount of 100% of the Contract Amount. 3.17 PLANS The official, approved plans, including reproduction thereof, showing the location, character, dimensions and details of the work to be done. All shop drawings submitted by the CONTRACTOR shall be considered as part of the contract documents. 3.18 PROPOSAL The proposal or bid is the written offer of a Bidder to perform the work described by the Contract Documents when made out and submitted on the prescribed proposal form, properly signed and guaranteed. The proposal or bid shall be considered as part of the contract documents. 3.19 SPECIAL CONDITIONS Special clauses or provisions, supplemental to the Plans, Standard Specifications and other contract documents, setting forth conditions varying from or additional to the Standard Specifications for a specific project. 3.20 SPECIFICATIONS The directions, provisions, and requirements together with all written agreements made or to be made, setting forth or relating to the method and manner of performing the Work, or to the quantities and qualities of materials, labor and equipment to be furnished under the Agreement. 3.21 SUBCONTRACTOR An individual, partnership or corporation supplying labor, equipment or materials under a direct contract with the CONTRACTOR for work on the project site. Included is the one who supplies materials fabricated or formulated to a special design according to the plans and specifications for the particular project. 3.22 SUPPLEMENTAL AGREEMENT A written understanding, or proposal and acceptance, executed between the CITY and the CONTRACTOR subsequent to execution of the Agreement herein with the written consent of the CONTR.ACTOR'S Surety, relating to the work covered by the Agreement and clarifying or furthering the terms thereof. A modification to the Agreement shall be made by Contract Addendum. 0 3.23 SURETY Surety is a corporation qualified to act as surety under the laws of Florida, who executes the CONTRACTOR'S Performance and Payment Bonds and is bound with the CONTRACTOR for the acceptable performance of the contracted work and for the payment of all debts pertaining thereto. 3.24 WORK, (The) or PROJECT, (The) The public improvement contemplated in the Plans and Specifications, and all actions necessary to construct the same. 3.25 WORK ORDER Work orders are work instructions including specification and plans that show the location, character, dimensions and details to the work to be done. Work orders are specific instructions, of limited scope, that will be a part of this contract. Work orders shall be considered as part of the contract documents. ARTICLE II - PERFORMANCE 4.0 PLANS, SPECIFICATIONS AND RELATED DATA 4.1 INTENT OF PLANS AND SPECIFICATIONS The intent of the Plans, Specifications, Work Orders and other Contract Documents is that the CONTRACTOR furnishes all labor and materials, equipment, supervision and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Contractor shall do all the work shown on the Plans and described in the Specifications and other Contract Documents and all incidental work considered necessary to substantially complete the Work ready for use, occupancy, or operation in a manner acceptable to the CITY. 4.2 CONFLICT In the event of any inconsistency, discrepancy or conflict between the Agreement, the Plans, Specifications, and other Contract Documents, the Agreement shall prevail and govern over all except a subsequently executed Contract Addendum; in the event of an inconsistency, discrepancy or conflict between the Plans and Specifications, the Specifications shall prevail and govern. 4.3 DISCREPANCIES IN PLANS Any discrepancies found between the Plans and Specifications and site conditions, or any errors or omissions in the Plans or Specifications, shall be immediately reported to the Engineer and CITY. The Engineer shall promptly determine the validity and seriousness of the claimed condition and correct any such error or omission in writing, or otherwise direct CONTRACTOR. Any work done by the CONTRACTOR after his discovery of such discrepancies, errors or omissions shall be done at the CONTRACTOR'S risk. 7 Any correction or errors or omissions in Plans and Specifications may be made by the Engineer when such correction is necessary for the proper fulfillment of their intention as construed by him. Where said correction of errors or omissions, except as provided in the next two (2) paragraphs below, adds to the amount of work to be done by the CONTRACTOR, compensation for said additional work shall be made under the Paragraph 10.7 CHANGES IN THE WORK below, except where the additional work may be classed under some item of work for which a unit price is included in the proposal. The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or otherwise, when the same is clearly shown or indicated on the Plans, or is usually and customarily required to complete fully such work as is specified herein, will not entitle the CONTRACTOR to consideration in the matter of any claim for extra compensation, but the said work must be installed or done the same as if called for by both the Plans and Specifications. All work indicated on the Plans and not mentioned in the Specifications or vice versa, and all work and material usual and necessary to make the Work complete in all its parts, whether or not they are indicated on the Plans or mentioned in the Specifications, shall be furnished and executed the same as if they were called for by both the Plans and Specifications. The Contractor will not be allowed to take advantage of any errors or omissions in the Plans and Specifications. The Engineer will provide full information when errors or omissions are discovered. 4.4 DRAWINGS AND SPECIFICATIONS AT JOB SITE One (1) complete set of all Plans, Specifications, Work Orders, Addenda, Change Orders, Shop Drawings and samples shall be maintained at the job site, in good order and annotated to show all changes made during the construction process, and shall be available to the Engineer and CITY at all times. A final copy thereof, along with "as-built" record drawings, operations and maintenance manuals, and data sheets, shall be delivered to the Engineer upon the completion of the Work. 4.5 SAMPLING AND TESTING Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing equipment, required under the Specifications shall be in accordance with the latest standards or tenets of the American Society for Testing Materials. The testing of samples and materials shall be made at the expense of the CONTRACTOR, except where indicated otherwise. The CONTRACTOR shall furnish any required samples without charge. The CONTRACTOR shall be given sufficient notification of the placing of orders for materials to permit testing. _ As an exception to the above, when the CONTRACTOR represents a material or an item of work as meeting Specifications and under recognized test procedures it fails, any re-testing shall be at the CONTRACTOR'S expense, billed at the Testing Laboratory's standard rate for individual tests. 0 It is expected that all inspections and testing of materials and equipment will be done locally. If the CONTRACTOR desires that inspections for tests be made outside of the local area, all expenses, including per diem for the Engineer or Inspectors, shall be borne by the CONTRACTOR. 4.6 SHOP DRAWINGS The CONTRACTOR shall provide shop drawings, setting schedules and other drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Plans and Specifications or Engineer's instructions. Deviations from the Plans and Specifications shall be called to the attention of the ENGINEER and CITY at the time of the first submission of shop drawings and other drawings. The ENGINEER/CITY'S approval of any shop drawings shall not release the CONTRACTOR from responsibility for errors, corrections of details, or conformance with the Contract. Shop drawings shall be submitted according to the following schedule: (a) Seven (7) copies shall be submitted to the ENGINEER at least thirty (30) days before the materials indicated thereon are to be needed or earlier if required to prevent delay of work or to comply with subparagraph (b). (b) The ENGINEER shall, within fourteen (14) days of the submittal of any shop drawings, return three (3) copies to the CONTR.ACTOR marked with any corrections and changes required and noting if the drawings are acceptable as noted, or if resubmittal is required. (c) The CONTRACTOR shall then correct the shop drawings to conform to the corrections and changes requested by the ENGINEER/CITY and resubmit six (6) copies to the ENGINEER. (d) Three (3) copies of Approved Shop Drawings shall be returned to the CONTRACTOR by the ENGINEER. 4.7 QUALITY OF EQUIPMENT AND MATERIALS In order to establish standards of quality, the Specifications may refer to certain products by name and catalog number. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design. The CONTRACTOR shall furnish to the CITY a complete list of his proposed desired substitutions prior to the signing of the Contract, together with such engineering and catalog data as the CITY may require. Further substitutions may be submitted during the course of work in accordance with Paragraph 4.9 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL below. The CONTRACTOR shall abide by the CITY'S judgment when proposed substitution of materials or items or equipment are judged to be unacceptable and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted to the CITY in writing by the CONTRACTOR and not by individual trades or material suppliers. 0 The CITY will advise of approval or disapproval of proposed substitutions in writing within a reasonable time. No substitute materials shall be used unless approved by CITY in writing. 4.8 EQUIPMENT APPROVAL DATA The CONTRACTOR shall furnish one (1) copy of complete catalog data for every manufactured item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, material gauge or thickness, brand name, catalog number and general type. This submission shall be compiled by the CONTRACTOR and submitted to the CITY through the ENGINEER for review and written approval before any of the equipment is ordered. Each data sheet or catalog in the submission shall be indexed according to specification section and paragraph for easy reference. After written approval is received by the CONTRACTOR, submission shall become a part of the Contract and may not be deviated from except upon written approval of the CITY. Catalog data for equipment approved by the CITY does not in any case supersede the Contract Documents. The acceptance by the CITY shall not relieve the CONTRACTOR from responsibility for deviations from Plans or Specifications, unless he has called the CITY'S attention, in writing, to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in the items submitted. The CONTRACTOR shall check the work described by the catalog data with the Contract Documents for deviations and errors. It shall be the responsibility of the CONTRACTOR to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes of equipment that the field installation shall suit the true intent and meaning of the Plans and Specifications. Where equipment requiring different arrangement of connections from those shown is approved, it shall be the responsibility of the CONTRACTOR to install the equipment to operate properly, and in harmony with the intent of the Plans and Specifications, and to make all changes in the Work required by the different arrangement of connections at his own expense. 4.9 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL After the execution of the Contract Agreement, the substitution of equipment and/or material for that specifed will be considered if: (a) The equipment and/or materials proposed for substitution is determined by the CITY to be equal or superior to that specified in the Contract; (b) Unless determined to be of superior quality, the equipment and/or material proposed for substitution is less expensive than that specified and that such savings to the CITY, as proposed by the CONTRACTOR, are submitted with the request for substitution. If the substitution is approved, the Contract price shall be reduced accordingly; and �[i7 (c) The equipment and/or material proposed for substitution is readily available and its delivery and use, if approved as a substitution, will not delay the scheduled start and completion of the specified work for which it is intended or the scheduled completion of the entire work to be completed under the contract. No request will be considered unless submitted in writing to the CITY and approval by the CITY must also be in writing. To receive consideration, requests for substitutions must be accompanied by documentary proof of the actual difference in cost to the CONTRACTOR in the form of quotations to the contractor covering the original equipment and/or material, and also equipment and/or material proposed for substitution or other proof satisfactory to the CITY. It is the intention that the CITY shall receive the full benefit of the saving in cost involved in any substitution unless the item is substituted for one designated in the Specifications by specific manufacturer's name and type, in which case one-third of the savings shall accrue to the benefit of the CONTRACTOR. In all cases, the burden of proving adequate proof that the equipment and/or material offered for substitution is equal or superior in construction and/or efficiency to that named in the CONTRACT shall rest on the CONTRACTOR and the proof will be submitted to the CITY. Request for substitution of equipment and/or material which the CONTRACTOR cannot prove to the satisfaction of the CITY, at its sole discretion and judgment, to be equal or superior in construction and/or efficiency to that named in the CONTRACT will not be approved. 5.0 MATERIALS AND WORKMANSHIP 5.1 MATERIALS FURNISHED BY THE CONTRACTOR All materials and equipment used in the Work shall meet the requirements of the respective Specifications, and shall not be used until it has been approved in writing by the CITY. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and additional features of the item are specifically required by the specifications, the additional features specified shall be provided whether or not they are normally included in the standaxd manufacturer's item listed. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and the specified item becomes obsolete and is no longer available, the CONTRACTOR shall provide a substitute item of equal quality and performance which is acceptable to the Engineer and CITY and is currently available, at no increase in Contract price. 5.2 STORAGE OF MATERIALS Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to facilitate prompt inspection. Private property zoned for, or adjacent to land zoned for, residential uses shall not be utilized for storage purposes. 11 5.3 REJECTED WORK AND MATERIAL Any materials, equipment or work which does not satisfactorily meet the Specifications may be condemned by the Engineer or CITY by giving a written notice to the CONTRACTOR. All condemned materials, equipment or work shall be promptly taken out and replaced. All materials and equipment which do not conform to the requirements of the Contract Documents, are not equal to samples approved by the Engineer and CITY, or are in any way unsatisfactory or unsuited to the purpose for which they are intended, shall be rejected. Any defective work whether the result of poor workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed within ten (10) days after written notice is given by the CITY, and the work shall be re-executed by the CONTRACTOR. The fact that the Engineer or the CITY may have previously overlooked such defective work shall not constitute an acceptance of any part of it. Should the CONTRACTOR fail to remove rejected work or materials within ten (10) days after written notice to do so, the CITY may remove them and may store the materials and equipment. Satisfaction of warranty work after final payment shall be in accordance with Paragraph 9.15. 5.4 MANUFACTURER'S DIRECTION Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer unless herein specified to the contrary. 5.5 SKILL AND CHARACTER OF WORKMEN All foremen and workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. The CONTRACTOR shall at all times be responsible for the conduct and discipline of his employees and/or any subcontractor or persons employed by subcontractors. 5.6 CLEANING UP The CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work. At the completion of each work day, the CONTRACTOR shall remove 'all rubbish, tools and surplus materials from the site; ensuring that all debris and other unsightly objects are removed and disposed of in a satisfactory manner. At no additional expense to the CITY, the CONTRACTOR will restore to their original conditions or better, as nearly as practicable, those portions of the site not designated for alteration and all such property, structure, utilities, landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld until such clean up and repairs are completed The Work will be considered complete only after all debris and unused material due to or connected with the Work have been removed and the surrounding area left in a condition satisfactory to the CITY. In the event the CITY finds that the CONTRACTOR has not complied in keeping the job site clean, the CITY may, after twenty-four (24) hours written notice to the 12 CONTR.ACTOR to correct the situation, elect to have the job site cleaned by an independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys due the CONTRACTOR. 5.7 CITY'S OWNERSHIP OF MATERIALS Any and a11 materials, whether structural or natural, found within the limits of the project remain the property of the CITY unless CITY ownership is specifically conveyed to the CONTRACTOR. All material, equipment and work become the sole property of the CITY as installed. These provisions shall not be construed as relieving the CONTRACTOR from the sole responsibility for all materials and work for which payments have been made, for the restoration of damaged work, or as a waiver of right of the CITY to require the fulfillment of all the terms of the Contract. 5.8 GUARANTEE The CONTRACTOR shall warrant all work performed by him and ancillary items installed by him for a period of one (1) year from the date of final written acceptance of the Work by CITY. Satisfaction of warranty work after final payment shall be as per Paragraph 9.15. All equipment and material warranties or guarantees shall be drawn in favor of the CITY and the originals thereof furnished to the Engineer for review and acceptance prior to final payment. Such guarantee shall in no way limit or relieve the Contractor of liability from subsequent claims of beach of contract due to substandard materials or workmanship, nor shall such warranty period shorten the statute of limitations for bringing a breach of contract or other action based upon any such deficiencies. 5.9 SALES TAX The CITY reserves the right to be the purchaser of materials and equipment. If CITY exercises this option, CONTRACTOR shall provide sales tax credit to the CITY. Such credit shall be processed through a Change Order. 6.0 PROGRESS AND COMPLETION OF WORK 6.1 CONTRACTOR' S OBLIGATION CONTRACTOR shall supervise and direct the Work, using CONTR.ACTOR'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 Contract, unless the Contract Documents give other specific instructions concerning these matters. 13 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 Wark. Unless otherwise provided in the Contract Documents or in paragraph 5.9, CONTRACTOR shall pay all sales, use and other similar taxes. 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. CONTRACTOR currently holds and shall maintain at all times during the term of this Contract all required federal, state and local licenses necessary to perform the Work required under the Contract Documents. 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 CONTR.ACTOR. CONTRACTOR shall indemnify, defend and hold CITY harmless from all claims arising out of or related to its performance of the Work except for acts arising solely from the active negligence of the CITY. 6.2 START OF CONSTRUCTION The CONTRACTOR shall commence work on the date specified in the Notice to Proceed subsequently issued by the CITY, or as specifically noted in any Contract Addendum. However, in no case shall the CONTRACTOR commence work until the CITY has been furnished and acknowledges receipt of the CONTRACTOR'S Certificates of Insurance and a properly executed performance and payment bond as required. 6.3 CONTRACT TIME The CONTRACTOR shall complete, in an acceptable manner, all of the Work in the time stated in the Contract Agreement and any Addenda or Change Orders thereto. Except as provided in Sections 6.10 and 8.3 the CONTRACTOR shall diligently pursue the Work from the start of Construction to completion without interruption or delay. 6.4 SCHEDULE OF COMPLETION The CONTRACTOR'S schedules are subject to the approval of the CITY, which shall not be unreasonably withheld, and shall reflect a logical sequence of the various components of work and the anticipated rates of production necessary to complete the Work on or before the completion date. Said schedules shall be submitted within ten (10) days of the execution of the agreement by the CITY except when requested otherwise and shall be updated and resubmitted 14 to the CITY on the twenty-fifth (25th) day of every month with the CONTRACTOR'S pay request. 6.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE The CONTRACTOR shall coordinate his work with other contractors, the CITY and utilities to assure orderly and expeditious progress of work. The CITY shall hold a pre-construction conference at Sebastian City Hall at a time and date mutually agreed upon with the CONTRACTOR after the Contract has been awarded and fully executed. 6.6 PROPERTY OF OTHERS A. Public Ownership The CONTRACTOR shall be responsible for the preservation of all public property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. CONTRACTOR shall use suitable precautions to prevent damage to pipes, conduits and other underground structures, and shall protect carefully from disturbance or damage all monuments and property marks until a land surveyor has witnessed or otherwise referenced their location and shall not remove them until so directed by the Engineer in writing. B. Private Ownership Mail and newspaper boxes, sprinkler systems, ornamental shrubs, lawn ornaments, house numbers, fences, etc. may be removed and relocated by the property owners. The CITY will not remove, relocate, or re-install mail boxes, sprinkler systems, ornamental shrubs, etc. belonging to a private property owner. However, should such items not be removed or relocated by the start of construction, the CONTRACTOR shall remove the objects, in a manner which does not damage or injure the objects at no extra cost to the CITY, which interfere with the construction of the Project and place them on the property owner's front lawn just outside the project limits. Otherwise, the CONTRACTOR shall not enter upon private property for any purpose without obtaining permission from the property Owner thereof. Where extensive intrusions upon private property are required for construction, the CITY and CONTRACTOR shall cooperate to obtain Temporary Construction Easements from the landowner. 6.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES All utilities and all structures of any nature, whether below or above ground, that may be affected by the Work but are not required to be disturbed or relocated by the very nature of the project, shall be protected and maintained by the CONTRACTOR and shall not be disturbed or damaged by him during the progress of the Work; provided that, should the CONTRACTOR disturb, disconnect or damage any utility or any structure, all expenses of whatever nature arising from such disturbance or the replacement or repair and testing thereof shall be borne by the CONTRACTOR. 15 6.8 CROSSING PUBLIC FACILITIES When new construction crosses highways, railroads, streets or similar public facilities under the jurisdiction of state, county, city, or other public agency or private entity, the CITY through the Engineer shall secure written permission prior to the commencement of construction of such crossing. The CONTRACTOR will be required to furnish evidence of compliance with conditions of the permit from the proper authority before final acceptance of the Work by CITY. Road closures are governed by Paragraph 8.3 below. 6.9 CHANGES 1N THE WORK The CITY may order changes in the Work through additions, deletions or modifications without invalidating the Contract; however, any change in the scope of work or substitution of materials shall require the written approval of the CITY. Compensation and time of completion affected by the change shall be adjusted at the time of ordering such change. New and unforeseen items of work found to be necessary and which cannot be covered by any item or combination of items for which there is a contract price shall be classed as changes in the Work. The CONTRACTOR shall do such changes in the Work and furnish such materials, labor and equipment as may be required for the proper completion of construction of the work contemplated. In the absence of such written order, no claim for changes in the Work shall be considered. Changes in the Work shall be performed in accordance with the Specifications where applicable and work not covered by the specifications or special provisions shall be done in accordance with specifications issued for this purpose. Changes in the Work required in an emergency to protect life and property shall be performed by the CONTRACTOR as required. 6.10 EXTENSION OF CONTRACT TIME No extension of time shall be valid unless given in writing by the CITY. No monetary compensation shall be given for such delay. A delay beyond the CONTRACTOR'S control occasioned by an "Act of God" may entitle the CONTRACTOR to an extension of time in which to complete the Work as determined by the CITY provided, however, the CONTRACTOR shall immediately give written notice to the CITY of the cause of such delay. "Rain day" extensions shall be granted upon written request of the CONTRACTOR to the CITY'S Project Manager when said Project Manager determines that weather conditions make it counterproductive to work on said days. "Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain day" extensions granted shall be processed as a Change Order with each pay submittal. In the event that the CITY suspends the Work as provided in Paragraph 8.3, the CONTRACTOR shall be granted an extension of time to complete the Work for as many calendar days as the Work was suspended; except, however, that the CONTRACTOR will not be granted an extension of time to complete the Work if the suspension was caused by a fault of the CONTRACTOR. 16 6.11 CORRECTION OF WORK 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 apply to the Work done by Subcontractors as well as to the Work done by direct employees of CONTRACTOR. 6.12 LIQUIDATED DAMAGES In the event CONTRACTOR violates or fails to perform any provision of the Contract Documents, then the CITY may elect to receive, and CONTRACTOR agrees to pay, liquidated damages in the amount of one thousand one hundred and fifty dollars $1 150 per day beyond the agreed completion date. Inspection of the Work by the CITY and the subsequent issuance of a notice by the CITY indicating substantial completion will be the date used to signify work completion. If completion is beyond the schedule agreed upon, liquidated damages may be imposed by the CITY on the CONTRACTOR and will be withheld from payment. 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. 7.0 PUBLIC HEALTH AND SAFETY 7.1 PROTECTION OF PERSONS AND PROPERTY The CONTRACTOR shall submit, for the CITY'S approval, a project safety and security plan which describe the CONTRACTOR'S plans and procedures to protect the safety and property of property owners, residents, and passers-by. The plan shall describe measures and precautions to be taken during working hours and non-working hours. A. Safetv Precautions and Programs The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety and Health Act and the laws of the State of Florida. This Contract requires that the CONTRACTOR and any and all subcontractors hired by the CONTRACTOR comply with all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a failure to perform. The CONTRACTOR agrees to reimburse the CITY for any fines and/or court costs arising from penalties charged to the CITY for violations of OSHA committed by the CONTRACTOR or any and all subcontractors. 17 B. Safetv of Persons and Pro.perty The CONTR.ACTOR shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be affected thereby; all the work materials and equipment to be incorporated therein, whether in storage on or off the project site, under the care, custody or control of the CONTRACTOR or any of his subcontractors; and other property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The CONTRACTOR shall be held fully responsible for such safety and protection until final written acceptance of the Work. Fire hydrants on or adjacent to the Work shall be kept accessible to fire fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to insure the proper functioning of all swales, gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed except as approved by the CITY. The CONTRACTOR acknowledges that, in executing the Project, it will operate machinery and equipment that may be dangerous to the adjacent property owners and the general public. The CONTRACTOR will be required to conduct excavations for the Project which may be hazardous to person and property. The CONTRACTOR shall develop and implement a job safety and security plan which will adequately protect all property and the general public. 7.2 TRAFFIC CONTROL All work zone traffic control safety requirements, other safety precautions, and warning devices necessary to protect the public and workmen from hazards within the right-of-way shall be in strict accordance with the Florida Department of Transportation (FDOT) Standard, the Manual on Uniform Traffic Control Devices (MUTCD), and International Municipal Signal Association (IMSA) shall be used as minimum standards, as applicable. Further, the CONTRACTOR shall carry on the Work in a manner that will cause the least possible obstruction and interruption in traffic, and the least inconvenience to the general public and the residents in the vicinity of the work. 7.3 ROAD CLOSURE AND DETOURS Local traffic shall be maintained within the limits of the Project for the duration of the construction period. Closing to through travel of more than two (2) consecutive blocks, including the cross street intersected will not be permitted without specific authorization of the CITY. No road or street shall be closed to the public except with the permission of the CITY and proper governmental authority. When closing of roads are permitted, it shall require forty- eight (48) hours notification to the CITY. Traffic detours shall be pre-approved prior to closing. "Street Closed to through Traffic" signs and "Detour" routes shall be indicated and maintained by the CONTRACTOR when the job is located in a public or private street. 18 7.4 PROVISION OF ACCESS Where traffic must cross open trenches, the CONTRACTOR shall provide adequate ingress and egress to dwellings, business facilities, utilities and service. Temporary provisions shall be made by the CONTRACTOR to insure the use of sidewalks. The CONTRACTOR shall provide suitable crossings at street intersections and driveways, and supply such aid as may be required for pedestrians and motorists, including delivery vehicles, to safely negotiate the construction areas. On completion of Work within any area, the CONTRACTOR shall remove all debris, excess materials, barricades and temporary Work leaving walkways and roads in said area clear of obstructions. 7.5 WARNING SIGNS AND BARRICADES The CONTRACTOR shall provide adequate signs, barricades, warning lights and flagmen, as required, and all such other necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by regulatory signal lights which shall be kept in operation from sunset to sunrise. Barricades shall be of substantial construction and shall be reflective to increase their visibility at night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where construction, barricades or detours exist. Unless so designated in the Bid Documents, no direct payment for this work will be made, but the cost of providing, erecting and maintaining such protection devices, including guards, watchmen and/or flagmen as required shall be considered as included and paid for in the various contract prices of the Work. Warning signs and barricades shall be in conformance with the State of Florida, Manual on Uniform Traffrc Control Devices (MUTCD),Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations, latest edition. 7.6 OPEN TRENCHES The CONTRACTOR shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches during construction. The CONTRACTOR shall be place construction hazard fencing along any open trenches during the construction work-day, and shall leave no open trenches or excavations over-night unless properly fenced and with the specific approval of the Engineer or the CITY. 7.7 PLACEMENT OF HEAVY EQUIPMENT The CONTRACTOR shall not leave construction equipment parked in front of or on a residential lot overnight or on weekends. At the close of work each day, the equipment shall be driven to and stored in a designated area so that the equipment will not become an"attractive nuisance". All equipment left unattended during the course of working day shall not be left in a condition or location which would create a safety hazard to the general public. 19 7.8 TEMPORARY FACILITIES AND CONTROLS The CONTRACTOR shall provide controls for sanitary facilities, environmental protection and safety controls on site acceptable to the Florida Department of Health and Rehabilitative Services, Department of Environmental Protection, and St. Johns River Water Management District. 7.9 SANITARY PROVISION The CONTRACTOR shall provide and maintain such sanitary accommodations adequate for the use of his employees and those of his subcontractors, and as may be necessary to comply with the requirements and regulations of the local and state departments of health. Such facilities sha11 be made available when the first employees arrive on site of the Work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the Work. The CONTRACTOR shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. CONTRACTOR shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the CITY or an adjacent property. The CITY shall have the right to inspect such facilities at all times to determine whether or not they are being properly and adequately maintained. 7.10 WATER AND ELECTRIC SUPPLY The CONTRACTOR shall make all necessary applications and arrangements, and pay all fees and charges for water and electrical service necessary for the proper execution of the Project. The CONTRACTOR shall provide and pay for any temporary piping and connections. 7.11 NOISE CONTROL The CONTRACTOR shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment, and shall submit a plan to the Engineer for his review prior to initiation and implementation of the plan. 7.12 DUST CONTROL The CONTRACTOR shall provide for adequate protection against raising objectionable dust clouds caused by construction, high winds or any other cause, and shall submit a plan to the Engineer for his review prior to initiation and implementation of the plan. 7.13 WATER CONTROL The CONTRACTOR shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer for his review prior to initiation and implementation of the plan. Prior approval shall be obtained from the proper authorities for the use of public or private lands or facilities for such disposal. 20 7.14 POLLUTION, SILTATION AND EROSION CONTROL The CONTRACTOR shall provide for and take sufficient precautions to prevent pollution of private and public lands, reservoirs, ponds, rivers, streams, creeks, etc., by the disposal of surplus materials in the forms of solids, liquids or gases including, but not limited to, fuels, oils bitumen, calcium chloride or other harmful materials. CONTRACTOR shall conduct and schedule Work operations so as to avoid or otherwise minimize pollution or siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish where there is a high potential for erosion and subsequent water pollution. Erosion control features shall be constructed concurrently with other work and at the earliest practicable time. The CONTRACTOR shall prepare a detailed description of CONTRACTOR'S plan for Erosion and Turbidity Control, including location of erosion control and turbidity control devices, marked on a plan set as needed for clarity. The erosion and turbidity control shall meet the requirements of the St. John's River Water Management District. ARTICLE III - SUPERVISION AND ADMINISTRATION 8.0 ENGINEER, CITY, CONTRACTOR RELATIONS 8.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY All work done shall be subject to the construction review of the Engineer and CITY. Any and all technical questions which may arise as to the quality and acceptability of materials furnished, work performed, or work to be performed, interpretation of Plans and Specifications and all technical questions as to the acceptable fulfillment of the Contract on the part of the CONTRACTOR shall be referred to the Engineer. 8.2 ENGINEER'S DECISION All claims of a technical nature of the CITY or CONTRACTOR shall be presented to the Engineer for resolution. 8.3 SUSPENSION OF WORK The CITY shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed necessary and for whatever cause, to include but not be limited to, unsuitable weather or such other conditions as are considered unfavorable for prosecution of the Work, failure on the part of the CONTRACTOR to carry out the provisions of the Contract or to supply materials meeting the requirements of the Specifications, or the action of a governmental agency, by serving written notice of suspension to the CONTRACTOR. In the event that the Engineer shall become aware of any condition which may be cause for suspension of the Work, the Engineer shall immediately advise the CITY of such condition. The CONTRACTOR shall not suspend operations under the provisions of this Paragraph without the CITY'S permission. 21 8.4 CONSTRUCTION REVIEW OF WORK All materials and each part or detail of the Work shall be subject at all times to construction review by the Engineer and the CITY. The Engineer and the CITY may appoint inspectors. The CONTRACTOR will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship, and the diligent execution of the Contract. Such construction review may include mill, plant, or shop inspection, and any material furnished under the Specifications is subject to such inspection. The Engineer and the CITY shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the CONTRACTOR as is required to make a complete and detailed review. The CITY shall not be responsible for the acts or omissions of the CONTRACTOR. 8.5 FIELD TESTS AND PRELIMINARY OPERATION The CONTRACTOR shall perform the work of placing in operation all equipment installed under this Contract, except as specifically noted hereinafter. The CONTRACTOR shall make adjustments necessary for proper operation. The CONTRACTOR shall provide construction labor required for preliminary operation of the equipment installed under this Contract. The CONTRACTOR shall notify the CITY when work is considered to be complete, in operating condition, and ready for inspection and tests. Further inspection requirements may be designated in the Technical Specifications. The CITY will conduct tests it deems necessary to determine if the Work functions properly. Arrangements for testing laboratory services will be made by the CITY. Payment for testing to show compliance with specified requirements will be paid for by the CITY. The cost of retesting when materials and workmanship fail to meet specified requirements will be deducted from moneys due the CONTRACTOR. 8.6 EXAMINATION OF COMPLETED WORK The CITY may request an examination of completed work of the CONTRACTOR at any time before acceptance by the CITY of the Work and shall remove or uncover such portions of the finished work as may be directed. After examination, the CONTRACTOR shall restore said portions of the Work to the standard required by the Specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed shall be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the CONTRACTOR'S expense. 8.7 CONTRACTOR'S SUPERINTENDENT A qualified superintendent, who is acceptable to the CITY, shall be maintained on the project and give sufficient supervision to the Work until its completion. The superintendent shall have 22 full authority to act on behalf of the CONTRACTOR, and all communications given to the superintendent shall be considered given to the CONTRACTOR. In general, such communications shall be confirmed in writing and always upon written request from the CONTRACTOR. 8.8 CITY'S RIGHT TO CORRECT DEFICIENCIES Upon failure of the CONTRACTOR to perform the work in accordance with the Contract Documents, including any requirements with respect to the Schedule of Completion, and after five (5) days written notice to the CONTRACTOR, the CITY may, without prejudice to any other remedy he may have, correct such deficiencies. The CONTRACTOR shall be charged all costs incurred to correct deficiencies. 8.9 CITY'S RIGHT 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 termination 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 he 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 therefore. (d) Fail to diligently pursue the Work from the start of Construction to completion without delay or interruption in accordance with the Contract Documents, except for the proper application of Section 6.10 and 8.3 herein. 8.10 RIGHTS OF VARIOUS INTEREST Wherever work being done by the CITY'S forces or by other contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the CITY, to secure the completion of the various portions of the Work in general harmony. 8.11 SEPARATE CONTRACTS The CITY may let other contracts in connection with the Work of the CONTRACTOR. The CONTRACTOR shall cooperate with other Contractors with regard to storage of materials and execution of their work. It shall be the CONTRACTOR'S responsibility to inspect all work by 23 other contractors affecting his work and to report to the CITY any irregularities which will not permit him to complete his work in a satisfactory manner. His failure to notify the CITY of such irregularities shall indicate the work of other contractors has been satisfactorily completed to receive his work. It shall be the responsibility of the CONTRACTOR to inspect the completed work in place and report to the Engineer immediately any difference between completed work by others and the Plans. 8.12 SUBCONTRACTS AND PURCHASE ORDERS Prior to signing the Contract or at the time specified by the CITY, the CONTRACTOR shall submit in writing to the CITY the names of the subcontractor proposed for the Work. Subcontractor may not be changed except at the request or with the approval of the CITY. The CONTRACTOR is responsible to the CITY for the acts and omissions of his subcontractors and their direct or indirect employees, to the same extent as he is responsible for the acts and omissions of his employees. The Contract Documents shall not be construed as creating a contractual relation between any subcontractors and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the Contract Documents. For convenience of reference and facilitate the letting of contracts and subcontracts, the Specifications are separated into title sections. Such separations shall not, however, operate to make the Engineer or CITY an arbiter to establish limits to the contracts between the CONTRACTOR and subcontractors. 8.13 WORK DURING AN EMERGENCY The CONTR.ACTOR shall perform any work and shall furnish and install materials and equipment necessary during an emergency endangering life or property. In all cases, he shall notify the Engineer and CITY of the emergency as soon as practicable, but he shall not wait for instructions before proceeding to properly protect both life and property. 8.14 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other waiver or modification. 8.15 NIGHT, SATURDAY AND/OR SUNDAY WORK Night work will not be permitted. Work on Saturday and/or Sunday will only be permitted with prior approval from City, except in case of emergency, and only to such extent as is absolutely necessary to protect life or property. 24 8.16 UNAUTHORIZED WORK Work done without lines and grades having been established, work done without proper inspection, or any changes made or extra work done without written authority will be done at the CONTRACTOR'S risk and will be considered unauthorized, and, at the option of the CITY, may not be measured and paid for. 8.17 USE OF COMPLETED PORTIONS OF THE WORK The CITY shall have the right to use, occupy, or place into operation any portion of the Work that has been completed sufficiently to permit safe use, occupancy, or operation, as determined by the Engineer. If such use, occupancy, or operation increases the cost of or delays the Work, the8 shall be entitled to extra compensation, or an extension of time, or both, as determined by the Engineer. However, if8 has failed to complete the Work in accordance with the time requirements of the Agreement, no compensation (including set-offs to liquidated damages) shall be allowed for such use or occupancy. 8.18 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance of the Work by the CITY, it shall be under the charge and care of the CONTRACTOR, and he shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non-execution of the Work. The CONTRACTOR shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any cause, other than the sole and active negligence of the CITY, before its completion and acceptance. 9.0 MEASUREMENT AND PAYMENT 9.1 DETAILED BREAKDOWN OF CONTRACT Except in cases where unit prices form the basis for payment under the Contract, the CONTRACTOR shall submit a complete breakdown of the contract amount showing the value assigned to each part of the Work, including an allowance for profit and overhead within ten (10) days of the execution of the Contract by the parties. Upon approval of the breakdown of the contract amount by the Engineer and the CITY, it shall be used as the basis for all requests for payment. 9.2 REQUEST FOR PAYMENT The CONTRACTOR may submit to the CITY not more than once each month a request for payment for work completed. Where applicable, the CONTRACTOR may choose to submit a request for payment at the substantial completion of each work order. The CITY may elect to provide its own form for the CONTRACTOR to submit progress payment requests. The standard form provided by the CITY, or a form presented by the CONTRACTOR having received prior approval from the CITY, can be used for the submittal of a progress payment. 25 The CONTRACTOR shall furnish the Engineer and the CITY all reasonable facilities required for obtaining the necessary information relative to the progress and execution of the Work. In addition to each month's invoice, an updated project schedule shall be submitted. Each request for payment shall be computed from the work completed to date on all items listed in the detailed breakdown of the contract amount less previous payments and back charges. Progress payments on account of Unit Price Work will be based on the number of units completed at the time the payment request was dated by the CONTRACTOR. If payment is requested on the basis of materials and equipment not incorporated in the project but delivered and suitably stored at the site or at another location agreed to in writing, the payment request shall also be accompanied by a bill of sale, invoice or other documentation warranty that the CITY has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, all of which shall be satisfactory to the CITY. No payments shall be made for materials stored on site without approval of the CITY. An amount of 10% of each monthly pay request sha11 be retained until final completion and written acceptance of the Work by the CITY. Payment of the retainage shall be included in the Contractor's final pay request in accordance with Paragraph 9.14. Any deviation in the release or partial release of the 10% retainage shall be at the sole discretion of the CITY, but in no case earlier than completion of the Engineer's "punch list inspection". Any request for payment shall be accompanied by claim releases for work done or materials furnished in accordance with Paragraph 9.13. Prior to submission of any request for payment by the CONTRACTOR, the Engineer shall review the request for payment to determine the following: (a) That the work covered by the request for payment has been completed in accordance with the intent of the Plans and Specifications. (b) That the quantities of work have been completed as stated in the request for payment, whether for a unit price contract or for payment on a lump-sum contract. 9.3 CITY'S ACTION ON A REQUEST FOR PAYMENT Within thirty (30) days from the date of receipt of a request for payment the CITY shall do one of the following: (a) Approve and pay the request for payment as submitted. (b) Approve and pay such other amount of the request for payment in accordance with Paragraph 9.4 as the CITY shall decide is due the CONTRACTOR, informing the CONTRACTOR in writing of the reasons for paying the amended amount. (c) Disapprove the request for payment in accordance with Paragraph 9.4 informing the CONTRACTOR in writing of the reasons for withholding payment. 26 9.4 CITY'S RIGHT TO WITHHOLD PAYMENT OF A REQUEST FOR PAYMENT The CITY may withhold payment in whole or in part on a request for payment to the extent necessary for any of the following reasons: (a) Work not performed but included in the request for payment, or the Contract Price has been reduced by written change order. (b) Work covered by the request for payment which is not in accordance with the Plans, Specifications and generally accepted construction practices, including if, in the opinion of the CITY, there is sufficient evidence that the Work has not been satisfactorily completed, or based upon tests and/or inspections the work is defective or has been damaged requiring correction or replacement . (c) In the event of a filing of a claim or lien, or information received by CITY of a potential filing of a claim or lien against the CONTRACTOR or CITY. (d) Failure of the CONTRACTOR to make payments to subcontractors, material suppliers or labor. (e) Damage to another contractor. ( fl The CITY has had to correct a defect in the Work, or there are other items entitling the CITY to a set-off against the amount recommended. ' (g) Default of any of the provisions of the Contract Documents. 9.5 PAYMENT FOR UNCORRECTED WORK Should the CITY direct, in writing, the CONTRACTOR not to correct work that has been damaged or that was not performed in accordance with the Contract Documents, an equitable deduction from the contract amount shall be made to compensate the CITY for the uncorrected work. 9.6 PAYMENT FOR REJECTED WORK AND MATERIALS The removal of work and materials rejected under Paragraph 5.3 and the re-execution of work by the CONTRACTOR shall be at the expense of the CONTRACTOR and the CONTRACTOR shall pay the cost of replacing the destroyed or damaged work of other contractors by the removal of the rejected work or materials and the subsequent re-execution of that work. In the event that CITY incurs expenses related thereto, CONTRACTOR shall pay for the same within thirty (30) days after written notice to pay is given by the CITY. If the CONTRACTOR does not pay the expenses of such removal, after ten (10) days written notice being given by the CITY of its intent to sell the materials, the CITY may sell the materials and shall pay to the CONTRACTOR the net proceeds therefrom after deducting all the costs and expenses that are incurred by the CITY. 27 If the proceeds do not cover the expenses incurred by the CITY, such additional amounts may be set-off against any payments due CONTRACTOR. 9.7 CHANGES IN THE WORK A. Change Orders If conditions require a change in the scope of work or additional work varying from the original Plans or Specifications, such change shall be effected by the CONTRACTOR when the CITY issues a written Change Order. The Change Order sha11 set forth in complete detail the nature of the change, the change in the compensation to be paid the CONTRACTOR and whether it is an addition or a reduction of the original total contract cost. Should additional or supplemental drawings be required, they will be furnished by the Engineer. Compensation to be paid to the CONTRACTOR for accomplishing the work of a Change Order shall be established in one of the following ways: (a) By lump sum proposed by the CONTRACTOR and accepted by the CITY. (b) By unit prices established and agreed to. (c) By unit prices established for additional kinds of work. (d) By other methods as may be mutually agreed upon. (e) By force account wherein the CONTRACTOR provides the labor and materials at CONTRACTOR'S direct cost plus 15% for overhead and profit. When the force account method is used, the CONTRACTOR shall provide full and complete records of all costs for review by the CITY. B. Claims Claims arising from changes or revisions made by the CONTRACTOR at the CITY'S request shall be presented to the CITY before work starts on the changes or revisions. If the CONTRACTOR deems that extra compensation is due for work not covered herein, or in Supplemental Agreement, the CONTRACTOR shall notify the CITY in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given and the CITY is not afforded by the CONTRACTOR a method acceptable to the CITY for keeping strict account of actual cost, then the CONTRACTOR hereby waives its request for such extra compensation. The CITY is not obligated to pay the CONTRACTOR if the CITY is not notified as described above. The CONTRACTOR may refuse to perform additional work requested by the CITY until an appropriate agreement is executed by the parties. Such notice by the CONTRACTOR and the fact that the CITY has kept account of the costs as aforesaid shall not in any way be construed as proving the validity of the claim. F�: 9.8 CANCELED ITEMS OF WORK The CITY shall have the right to cancel those portions of the contract relating to the construction of any item provided therein. Such cancellation, when ordered by the CITY in writing, shall entitle the CONTRACTOR to the payment of a fair and equitable amount covering all costs incurred by him pertaining to the canceled items before the date of cancellation or suspension of the Work. The CONTRACTOR shall be allowed a profit percentage on the materials used and on construction work actually done, at the same rates as provided for "Changes in the Work", but no allowance will be made for anticipated profits. Acceptable materials ordered by the CONTRACTOR or delivered on the site before the date of such cancellation or suspension shall be purchased from the CONTRACTOR by the CITY at actual cost and shall thereupon become the property of the CITY. 9.9 PAYMENT FOR WORK SUSPENDED BY THE CITY If the Work or any part thereof shall be suspended by the CITY as provided in Paragraph 8.3, the CONTRACTOR will then be entitled to payment for all work done except as provided in Paragraph 9.4. 9.10 PAYMENT FOR WORK BY THE CITY The cost of the work performed by the CITY removing construction materials, equipment, tools and supplies in accordance with Paragraph 5.7 and in correcting deficiencies in accordance with Paragraph 8.8 shall be paid by the CONTRACTOR. 9.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION OF CONTRACT A. Termination b�Citv for Cause Upon termination of the contract by the CITY for cause, including abandonment or termination by CONTRACTOR, the CITY may enter into an agreement with others for the completion of the Work under this Agreement and the CONTRACTOR shall be held harmless for the work of others. No further payments shall be due the CONTRACTOR until the Work is completed and accepted by the CITY. If the unpaid balance of the contract amount shall exceed the cost of completing the Work including all overhead costs, CONTRACTOR shall be paid up to the amount of the excess balance for the work done prior to termination in accordance with the Agreement Documents. If the cost of completing the Work shall exceed the unpaid balance, the CONTRACTOR or its Surety shall pay the difference to the CITY. The cost incurred by the City as herein provided shall include the cost of the replacement contractor and other expenses incurred by the CITY through the CONTRACTOR'S default. In either event, all work done, tracings, plans, specifications, maps, computer programs and data prepared by the CONTRACTOR under this Agreement shall be considered property of the CITY. B. Termination by Citv Without Cause In the event the CITY without cause abandons, terminates or suspends this Agreement, the CONTRACTOR shall be compensated for services rendered up to the time of such termination 29 in accordance with the Agreement Documents and any work done or documents generated by the CONTRACTOR shall remain the property of the CITY. 9.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY The Contract will be considered complete when all work has been finished, the final construction review is made by the Engineer, and the project accepted in writing by the CITY. 9.13 RELEASE OF CLAIMS (1NTERIM/FINAL) The CONTRACTOR shall deliver, with each request for payment, a completed Affidavit and Release of Claim on a form supplied by the CITY. Also, from each supplier or subcontractor who has notified the CITY of his right to file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid, potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must be attached to each request for payment. If the completed forms are not supplied with the request for payment, the CITY will notify CONTRACTOR of the outstanding claims of record and, if said completed form(s) are not supplied within thirty (30) days, the CITY shall make joint payments to the CONTR.ACTOR and outstanding claimants. 9.14 ACCEPTANCE AND FINAL PAYMENT When it is determined, as a result of a joint inspection of the Work by the CONTRACTOR, CITY, and Engineer that the Work has been completed in accordance with the terms of the Contract Documents, the Engineer shall certify completion of the Work to the CITY. At that time, the CONTRACTOR may submit the CONTRACTOR'S final request for payment. The CONTRACTOR'S final request for payment sha11 be the contract amount plus all approved written additions less all approved written deductions and less previous payments made. As a condition for Final payment, a CONTRACTOR'S Final Affidavit must be received by the CITY along with his Final Payment Request and any as-built drawings which may be required. The CONTRACTOR shall furnish full and final releases of Claim for labor, materials and equipment incurred in connection with the Work, following which the CITY will release the CONTRACTOR except as to the conditions of the performance bond, any legal rights of the CITY, required guarantees and satisfaction of all warranty work, and shall authorize payment of the CONTRACTOR'S final request for payment. 9.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT The making of the final payment by the CITY to the CONTRACTOR shall not relieve the CONTRACTOR of responsibility for faulty materials or workmanship. The CITY shall promptly give notice of faulty materials and workmanship and the CONTRACTOR shall promptly replace any such defects discovered within one (1) year from the date of final written acceptance of the Work by the CITY. 30 10.0 PUBLIC CONTRACT REQUIREMENTS 10.1 COVENANT AGAINST CONTINGENT FEES The CONTRACTOR warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that he has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of tfiis paragraph, the CITY shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 10.2 INTEREST OF MEMBERS OF CITY AND OTHERS No officers, members or employees of the CITY and no member of its governing body, and no other public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project, shall participate in any decision relating to this Agreement which affects his personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. 10.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING The CONTRACTOR agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the CONTRACTOR to any person for influencing or attempting to influence any officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the CONTRACTOR to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with any FDOT Joint Participation Agreement, the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in accordance with its instructions. 10.4 INTEREST OF CONTRACTOR The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which shall conflict in any manner or degree with the performance of services required to be performed under this Agreement. The CONTRACTOR further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The CONTRACTOR shall not undertake any professional work which conflicts with his duties as the CITY'S Contractor without the prior written consent of the CITY during the term of this 31 Agreement. Any work where the CONTRACTOR can reasonably anticipate that it may be called to testify as a witness against the CITY in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 10.5 PUBLIC ENTITY CRIMES The CONTRACTOR shall file the attached sworn statement which is entitled PUBLIC ENTITY CRIMES, stating whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public entity crime subsequent to July 1, 1989, in accordance with the provisions of said statute. 10.6 DRUG-FREE WORKPLACE The Agreement documents also consist of the "Drug-Free Workplace Form" which is in accordance with Florida Statute 287.089 and must be signed and instituted. 10.7 COMPLIANCE WITH LAWS CONTRACTOR shall comply with all applicable federal, state and local laws that in any way regulate or impact the Work. 10.8 INSURANCE The CONTRACTOR agrees to carry insurance, of the types and subject to the limits as set forth below and maintain said insurance during the life of this agreement: (a) Workers' Compensation - Contractor shall purchase workers' compensation insurance as required by law. (b) Commercial General Liabilitv - Contractor shall purchase Commercial General Liability insurance with a combined single limit of at least $1,000,000. (c) Commercial Auto Liabilitv - Contractor shall purchase Commercial Auto Liability insurance with a combined single limit of at least $1,000,000. Further, CONTRACTOR shall maintain such insurance as is reasonably required to satisfy its obligations under Paragraph 8.18 for the Work paid for by the CITY but not yet accepted. The insurance company selected shall be approved by the CITY. The CONTRACTOR and the insurance company(s) shall agree to furnish the CITY thirty (30) days written notice of their intent to cancel or terminate said insurance. It is the full responsibility of the contractor to insure that all sub-contractors have full insurance coverage as stated above. The CONTRACTOR shall not commence the Work under this contract until he has obtained all the insurance required under this paragraph and certificates of such insurance have been submitted to the CITY, nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required has been so obtained and approved by the CITY. The CONTRACTOR shall carry and maintain until acceptance of the Work, insurance as specified herein and in such form as shall protect him and any subcontractor performing work 32 under this Contract, or the CITY, from all claims and liability for damages for bodily injury, including accidental death, under this Contract, whether by himself or by any subcontractor or by any one directly or indirectly employed by either of them. The CONTRACTOR shall furnish to the CITY certificates of insurance in duplicate showing proof of insurance, naming the CITY as an additional insured party, prior to the start of construction as provided in the Contract. 10.9 BOND The CONTRACTOR shall provide Bonds in the form prescribed by State Law, and generally as shown in these Documents, for Performance and Payment, each in the amount of 100% of the total contract amount. 10.10 PERMITS All CITY and St. John's River Water Management District permits and other permits necessary for the prosecution of the Work shall be secured by the City, except for CONTRACTOR'S licenses and registrations. CONTRACTOR shall secure a building permit if required by the City's Building Official. 10.11 LAWS TO BE OBSERVED The CONTRACTOR shall give all notices and comply with all federal, state and local laws, ordinances, permit requirements and regulations in any manner affecting the conduct of the Work, and all such orders and decrees as enacted by bodies or tribunals having any jurisdiction or authority over the Work, and shall indemnify and save harmless the CITY and Engineer against any expense, claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, permit requirements, order or decree, whether by himself or his employees. The failure of the CONTRACTOR to adhere to any known law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. The CONTRACTOR shall keep himself fully informed of all existing and pending state and national laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the Work, or in any way affecting the conduct of tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Plans, Specifications, or Contract for this work in relation to any such law, ordinance, regulations, order or decree, he shall forthwith report the same to the Engineer and CITY in writing. CONTRACTOR shall at all times observe and comply with and cause all his agents, subcontractors and employees to observe and comply with decrees; and shall protect and indemnify the CITY and Engineer, their officers, employees and agents against any expense, claim or liability arising from or based upon violation of any such law, ordinance, regulations, orders or decree, whether by himself or his employees. All building construction work alterations, repairs or mechanical installations and appliances connected therewith shall comply with the applicable building rules and regulations, restrictions 33 and reservations of record, local ordinances and such other statutory provisions pertaining to this class of work. 11.0 MISCELLANEOUS 11.1 ADDRESSES FOR NOTICES All notices given under or in connection with any of the Contract Documents shall be delivered in person or by telegraph or registered or certified mail to the parties at the address as either party may by notice designate. 11.2 WRITTEN NOTICE Written notice shall be considered as served when delivered to the designated representative of the CONTRACTOR and receipt acknowledged or sent by registered mail to the individual, firm, or corporation to the business address stated in Bid Proposal. Change of Address: It shall be the duty of each party to advise the other parties to the Contract as to any changes in his business address until completion of the Contract. 11.3 TIME IS OF THE ESSENCE It is agreed and understood that time is of the essence with respect to the completion date for the Work and all other provisions of the Contract Documents. 11.4 NO WAIVER OF LEGAL RIGHTS Neither the payment for, nor acceptance of the whole or any part of the Work by the CITY or representatives of the CITY, nor any extension of time, nor the withholding of payments, nor any possession taken by the CITY, nor the termination of employment of the CONTRACTOR shall operate as a waiver of any portion of the Contract or any power therein reserved or any right therein reserved or any right therein provided, nor shall the waiver by the CITY of any of the CONTRACTOR'S obligations or duties under this Agreement constitute a waiver of any other obligation or duty of the CONTRACTOR under this Agreement. 11.5 RIGHT TO WORK PRODUCT No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject to copyright by the CONTRACTOR, in the United States or in any other country. The CITY or its assigns shall have the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps, computer programs and data prepared or obtained under this Agreement shall remain the property of the CITY. Any use of any plans and specifications by the CITY except the use reasonably contemplated by the CITY at the time the CITY entered this Agreement will be at the CITY'S risk and CONTRACTOR, its officers, directors and employees, will be held harmless from such use. 34 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTEST: ., Sally A. Mai , MMC (SEAL) �--------- Approved as to Form and Content for: Reliance by the City of Sebastian Only �/( Robert A. Ginsburg, City Attorney Signed, sealed and delivered In the presence of: Name THE CITY OF SEBASTIAN Title: C�t'y Manager CONTRACTOR TIMOTHY ROSE CONSTRUCTION, INC. _� By: � imothy Rose Title: President 35 City of Sebastian Bid No. 11-01 Addendum #2 SCHEDULE OF BID ITEMS Project: Powerline Road Extension (Main Street Through to CR-512) City of Sebastian Bid & Project Number 11-01 fi � �� (Company Name) �+ay,1�e `<�e�i►n QesCtip�pn Ctuantity Unit Unit Price Tolal G�. f:0[�tf�tli�Tt�1N OP�RJ�►1'1�?N$ 1 101 Mobilization 1 LS �„ ��, � 2 102 Maintenance of Traffic 1 LS �. � � Sap, OD 3 104 Silt Fence 12,000 LF , � 1(' ��� � 4 104 Erosion & Water Pollution Controi 1 LS pp, 00 �✓� pb, op CL�Nt3 C�TFiUCiION 81"�`E 5 110 Clearing & Grubbing 1 LS �5 �, 3' t. � Ob 6 110 Remo�e Existing Concrete 347 SY c'j,a .r3. Z• �C, 7 110 Remo�e Existing Parement 2,100 SY (. p p D o. Ex� 8 111 Remore Existing Storm Pipe & Structures 1 LS �jp�, 00 �j00. 1X� �ARTHYYtlRlC �c R�LA�! C3PERATIONS 9 120 Regular Excavation 1,500 CY �, �,r�. '� 7�. �� e Q 10 120 Subsoil Excaration (Hardpan / Unusable Soils) 2,000 CY ,� .r'�. � Od , 00 11 120 Import Fill (by Owner): 17,500 CY a, (p� L� 500. C� 12 120 Import Fill (by Contractor): 18,900 CY �,3 S l o(f.) 01. , tX7 13 120 Embankment & Grading 28,000 CY � q 'a (,, � �, p� 14 160 12" Stabilized Subgrade 15,450 SY L.S�y c� cJ `�, e�ASE t�aJi�$�S , 15 285 8" Base Course 10, 455 SY �.� a o 3 5v . S d �Tt�Y111�lJS iREA7'Mff�tT :�it�ACE COIIlt$ES 8 CONGRET� PAVENMENT 16 327 Milling Existing Asphalt Pa�ement 170 SY � �. bo �, �!o D. UD 17 334 Superpa�e Asphalt (2" Thick Totai) 10,435 SY C.� ,G�d rj3 3d(� BTRUC7'tfRE8 18 425 Type'C' Inlet 5 EA pp, oo pp0, 00 19 425 Type'V' Inlet 10 EA �Z .pp �� 20 425 Type "D" Inlet 1 EA �,�r, o0 5 00 21 425 Type "D" Inlet - Modified (Control Structures) 3 EA �(�, S�Da .5 , O� 22 425 Type 10 Inlet w/ "P" Bottom 2 EA ° 3�0.0o p, o0 23 425 Type "P" Storm Manhole 1 EA .�� � a� 24 430 CAP Storm - 15" dia. 113 LF 3.po °'� �O 25 430 CAP Storm - 18" dia. 114 LF 3Q,,Qp �, OD 26 430 CAP Storm - 24" dia. 100 LF �.-�.� �b0. ab 27 430 CAP Storm - 60" dia. 130 LF p p ��'j ��( a� 00 28 430 RCP Storm - 14" x 23" Elliptical 127 LF L � �� �p 6. t�o 29 430 RCP Storm - 19" X 30" Elliptical 183 LF ao 3 Qp 30 430 RCP Storm - 18" dia. 150 LF � d� p�� � 31 430 Mitered End Sections (14" x 23") 8 EA D,30.CL o� �. � 32 430 Mitered End Section (19" x 30") 4 EA �,� 0� O� 33 430 Mitered End Sections (60") 2 EA S"'SC'p,� 1 DO, D� 34 449 Concrete Headwall 2 EA �, �� �, � 13 City of Sebastian Bid No. 11-01 Addendum #2 I ��,�►, ��� (Company Name) Pay i�m: �t� ''E1e�rFpttcsn Quantit� unit Unit Pric�s T�1 INdt�t1'A4 C#�TftIJ�T'ION 35 520 Concrete Curb & Gutter (Type F) 6,440 LF �y �� C ��'jg � Q 36 522 Concrete Sidewalk -(4" ThiCk) 21,300 SF i� � ��� , pQ 37 527 Detectable Wamings (2' Wide) 111 LF 3 �, 00 „� � � 00 38 536 Aluminum Guiderail 40 LF �'j �, C� � a�a, p�} 39 570 Grassing (by Seeding) 2,870 SY � 3� , (� ,(�j 40 570 Sodding (Bahia) 15,843 SY � . ,3 � � � � 3 > � 41 575 Ditch Lining (Hydroseed & Erosion Mat) 3,600 LF "aj.3p g�V� �� 42 580 Landscape Material & Installation 1 LS a G� �, ✓� ,�,p 43 581 Landscape Ircigation Design & Installation 1 LS a vqG�,t+c� �� DO�?. QC 'fRAFFUC G`Q�"F�. 44 700 Stop Sign (R1-1) 4 EA ��j�, aD O Dp, �p 45 700 Stop Sign (Bikepath Modified - 15") 2 EA a�j, p� Q, p0 46 700 Sign: Pedestrian Crosswalk Ahead (S1-1) 4 EA �p,�p g�;()� �p 47 700 Sign: End School Zone (S5-2) 1 EA p,� `d Q� y�p 48 T00 Sign: Distance Indicator (200' - W 16-2a) 2 EA d� (�� �)O 49 700 Sign: Diagnal Arrow (W16-7p) 2 EA 2 p�p � p, p() 50 700 Sign: Cun�e Ahead (WI-2L) 1 EA aC> � ��GJ. y�Q 51 700 Sign: School Zone Ahead (S4-5) 1 EA � a G�. �^} 52 700 Sign: Street Designation 2 EA 5� �'j p, pip 53 700 Sign: Speed Limit (R2-1, 35 mph) 2 EA � C�„ p� 54 701 Sign: Flashing School Zone Assy. (w/ S5-1) 2 EA �'�' �, pa L� aaD. OCJ 55 706 RPM - Bi Directional (Amber/Amber) 196 EA l� .��C � � 56 706 RPM - Bi Directional (White/Red) 4 EA C-� r�� �� 57 711 Thermoplastic: 6" Solid White Thermo 6,590 LF , �, � Co 58 711 Thermoplastic: 12" Solid White 435 LF S � s 59 711 Thermoplastic: 24" Solid White 91 LF 7�,c p � g..�r^. � 60 771 Thermoplastic: 6" Skip White (6' -10') 185 LF ,.[�'J. � O) .°% S' 61 711 Thermoplastic: 18" Solid Yellow 90 LF �� c�a �(o ,�� 62 711 Thermoplastic: "School" 2 EA ��p.�p �d, � 63 711 Thermoplastic: Tum Arrows 2 EA C�',�O ` �. � N��i�GEt.L,N�lEOUB' 64 998 Construction Survey Layout & As-Builts 1 LS � (�OO.�p �j. �p 65 999 Miscellaneous Construction 1 LS �,rj0 Gp, �p Total Construction Cost: $ � � �% � � �� �� Contingency (20% of Construction Cost): $ � � D� (� � ''�� �Q Total Project Cost: $ 1-13 gg �„ NOTE: This bid is on a unit price basis. The contractor should field verify the actual site conditions prior to time of bidding and before submitting the bid proposal. The contractor should read the special conditions and the requirements for insurance before submitting a bid proposal. The contractor should verify the quantities to be included in the construction contract upon notice of anticipated award. The contractor shall furnish City of Sebastian with a Public Construction Bond in 100% of the total estimated amount of the contract. The Public Construction Bond shall continue in effect for one (1) year after completion and acceptance of the work as guarantee against construction defects. The contractor in his bid shall include the cost of said bond. 14 CERTIFICATE OF LIABILITY INSURANCE OP ID TJ DATE�MM/DD/YYYY) 06/03/11 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. IMP R NT: I the certi icate older is an ADDI AL IN RED, the policy(ies) must be endorse . I UB I AI ED, 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 N�MF Stuart Insurance, Inc. 3070 S W Mapp Palm City FL 34990 Phone:772-286-4334 Fax:772-286-9389 INSURED Timothy Rose Contracting,,Inc. 1360 Old Dixie HwY SW Vero Beach FL 329b2 ADDRESS: CUSTOMERID#: TIMOR-1 INSURER(S) AFFORDING COVERAGE INSURERA: We3tf121C1 Insurance INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : NAIC # 24112 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAV,� BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION (S� 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. LTR TYPE OF INSURANCE INSR WVD P(f�CY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL IIABILITY EACH OCCURRENCE $ 1� OOO � OOO j� }[ COMMERCIALGENERALLIABILITY CI�t6079889 06/O6/11 05/05/12 PREMISES(Eaoccurrence) $1���0�� CLAIMS-MADE ❑X OCCUR MED EXP (Any one person) $'rJ � 000 X Contractual L1db ][ PERSONAL&ADV INJURY $ 1� OOO � OOO X II1C1 XCU GENERALAGGREGATE $ 2� OOO � OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2� OOO � OOO POLICY X PR� LOC $ JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1� OOO � OOO (Ea accident) A X ANVAUTO CNIlrI6079889 06/05/11 06/06/12 gpDILYINJURY(Perperson) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ X HIRED AUTOS (Per accident) $ X NON-ONMED AUTOS $ A UMBRELLA LIAB j[ OCCUR C1rIlrI6079889 Oe/o5/11 05/06/12 EACH OCCURRENCE $ 3� �0� � ��� EXCESS LIAB CLAIMS-MADE AGGREGATE $ 3� OOO � OOO DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION TORY LIMITS ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIF?OR/PARTNER/EXECUTN� ; A .. _ E_L EACH ACCIDENT $ OFFICERlMEMBER EXCLUDEU? E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Contractors Equip C1�i6079889 06/06/11 O6/06/12 Rented 50,000 E i ment $1000 ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is raquired) Grading of Land/Site Prep - State of Florida RE: Powerlijne Road Extenstion. City of Sebastian is additional insured sith respect to General Liability (FAX: 772-581-0149) CERTIFICATE HOLDER CANCELLATION City of Sebastian Attn: Jean Tarbell 1225 MaIn Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITYS-8 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE i n ., O�i'�388-2009 ACb}F�'�6ft�t7RATION:'AU rights ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD RX DatelTime 04J07l2011 70;33 01 From:Tani Jacobson FaxID:STUINS-FAX01 Page 2 of 2 P,a42 Date:04/07/11 10:44 AM Page:2 of 2 ��R� CERTIFICATE OF LIABILITY INSURANCE UAIt�MMIUWYYYY) OPID TJ 04/07/11 TMIS 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. • t e cert cate o er s an , t e po cy es must e en orse . , su ect to the terms and conditions of the policy, certaln policies may require an endorsement. A statemeM on fhis certificate does not confer rights to the certificate holder in Iieu of such endorsement(s). Stuart Insurance, Inc. 3070 S W Mapp Palm City FL 34990 Phone:772-286-4334 Fax:772-286-9389 ED Timothy Rose Contractinq, Inc. 1360 Old Dixie Hwy SW Vero Beach FL 329b2 ADORESS: CUSTOMER iD #: TIMOR� 1 INSURER(S) APfORDING COVERAGE INSURER A: paxleyavill� Mutwl Inaurance INSURER B ; INSURER C : INSURER D : INSURER E : INSURER F ; No�: NlUC t 14168 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSUR4NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO7WITHSTANDING ANY REOUIREMEM, TERM OR CONDITION OF ANY COPfTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAY PERTAIN, THE INSUR,4NCE 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. �7R TVPE OF INSURANCE INSR WV POLICY NUMBER (MMfDD/YYW) (MM/DD/YYYY) IIMRS GENERAL LIABIIIN EACH OCCURRENCE $ 1� OOO � OOO A X COMMERCIALGENERALLIABILITY c3L00000049465A 06/o6/IO 05/os/11 PREMISES(Eaoccurrence) 53.0����0 ClAIMS-MApE ❑X OCCUR MED EXP (My one personj $ S� OOO X Contractual Liab X PERSONAL & ADV INJURY S 1, 000 , 000 X IIICL XCU GENERALAGGREGATE S 2� OOO � OOO GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG S2�OOO�OOO POLICY X jEa LOC S AUTOMOBIIE LIABILITY COMBINED SINGLE LIMIT A X nNVnuro BA00000049464A 06/06/10 06/06/11 �Eaeccident) s 1,000,000 BODILY INJURY (Per person) 3 ALL OWNED AUTOS BODILY INJURY (Per ecciderdJ S SCHEDULED AUTOS PROPERTV DAMAGE X FIIRED AUTOS (Per eccident� S X NON-OWNED AUTOS $ 3 A UMBRELLALIAB X OCCUR GTffi00000049462A os/o6/io 06/06/11 EACHOCCURRENCE $3��QQ�QQQ EXCESS �IAB CLAIMSMApE AGGREGATE S S� OOO � OOO DEDUCTIBLE S RETEMION $ $ AND EMPLOYERS' LIABILITY Y� N TORY LIMITS ER ANV PROPRIEfOR/PARTNERIEXECUTIVE S OFFICER/MEMBER EXCLUDED? ❑ f A � E.L. EACH ACCIDENT (Mandetory In NH) E.L. DISEASE - EA EMPLOYEE S If yes, describe undar DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S A Contractors Equip Cl2M1676 06/06/10 06/OB/11 Rented 50,000 E i ment $1000 ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Altaeh ACORD 101, AddHional Rsmarke Seheduls, if more spaee Is raquirad) (�radinq of Land/Site Prep,- State of Florida RE; Powerlijne Road Extenstion. City of Sebastian is additional insured sith respect to Cieneral Liability (FAX: 772-581-0149) CFRTIFICCTF Nnl nco City of Sebastian Attn: Jcan Tarbell 1225 Main Street �Sebastian P'L 32958 ACORD 25 (2009/09) I.MIY�.CLLN I IVIV SHOULD ANY OF THE ABOVE DESCRIBED PO�ICIES BE CANCELLED BEFORE CITYS—H THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITN THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � a 88-2009 AC OR ATION. I rights reserved. The ACORD name and logo are registered marks of ACORD RX DatelTime 0�I07�2Q17 76;30 P.007 �►��� CERTIFICATE Q� LIABILITY IN�URANCE CfiRTIFICAiENO.lO��E AC11-18900165-992250 �/7/2011 .i:4�:50DM vROOUCER THIS CERTIFICATE IS ISSUED A$ A MATTER OF INFORMATION Highpoint a�ak 8ervianR Ls,C ONLY ANU CONFERS NO RIGHTS UPON tHE CERTIFICATE 714160 �eiiaq parkvey �ts0o HOLDER. THIS CERTIFICATE OO�S NOT AMEND, EXT�NO aR Dallee, '� 7525! (800) 632-5096 (97�) 715-0959 ssx: (97�) 40�-*qs0 IN9UR@R8 AFFORDING COV�RAG� iNSUa�o; ppS l�C�;G: 1N8URERA: 7'iMtOTBY ROS� CONT�CTING, INC. IN3URER8: 1,360 5W OLD DiXxF HNY SUITS l0E INSURERC: VERO BBACH, FT 33962 f772) 286-a334 Fsx: �NSURER D; �NSURER E: i?!E POI,ICIE9 OF IN9URANCE 1.19TED BEL01N NAVE BEEN 199t1ED i0 TTSE INSUIIHD lIpMED ABOVE FOR THE VOLICY PERIOD INDICAT�D. NOT1M7H9TANOiN6 ANV RE�UatEMENT, �qtd OR CGNDITION pF ANY CONiRACT OR OTMER OOCUMENI YYITM REBPECTTO wYNCH TWI9 CER7IFICATE MA1' BE fS3UE� OR MAV VERTAIN, TM� Ipl$�RANCE AFFORDEp BY THE POLICIES DESCR�EO HEREIN 19 3UBJECT TO ALL TWQ T�RMS, EXCLU910k3 ANU CONDIT10N3 OF SUCM POLICIES. AG�REOATE LIMITB SMOWN MAY MAVE BEEN REGUGFA BY PAID CLAIM3. INSR TrpE OF �NSURANC� POLICY NUMBER P� �� �FECTNE VOI.ICY EXPIRA710 ���� OENERALUABI�ITY EACHOCCURCiEHCE 9 COMMERCini. CF_NERAL 11ABILITY FiRF, onpaGE (Any One FVe) S CLAIMS nAAOF, � p�IXJR MED BXP (Any ann pm�on) S PER80NAL & ADV IWURY S GENERALAGOREGn7E S OEN'L AGGREGAT£ UAAIT ApPLiE3 PER: pRO0UCT5 -COMPIOP AGG Z POLICY PRO. LOC . AU70MOS1�,� LIABIL171� ' ". COItABINED'91NG��.F �.tM7 � :'.; �,;'fi: �rrv nuro (ee e«aem> : ,�:: :,., _ :.i , ; AlL OWNEC nUT03 • BOOIIV INJU0.Y = ' SCHEWLEDAUT09 � � �- (Perperson} � , . • � ' . . HIIiED AUTOS . � � DODiLV INURY � � � NON•OwNEOAU703 ,;,,,:,,; �. . (Pe�saldeM) ,,.. � PROPERTY CnMnOF � � (Par aaldant) OARAOE 11A81LITY AU?O ONLY • EA ACCIDENf 3 , ANV AUTO •� OTMER TMAN EA ACC A ' AUTO ONLY: AGG S EXCESS LiA81LfTV EACH OCCURRENCE 5 OCCIIR �ClA1MSMADE . AGOREGA7E S � PEDUCTIOLE � � FETENTiOnI y � • • � s waRKERSCOMa�NSnnONANb CPMUf2044 03/23/2011 p1,/Ol/T.012 X oT• BMPLOYER$'LIABIUTV � E,L�EACIIACGDENT E 1000000 A E,4.DI8EA8E-EAEMPLOYEE $ 1.(�Uf)UUU E.L.DISF.ASE-POIICYLIMIT S lOU0U0U OTNER LIMiTS $ LINNTS �F 1, 'Plzie cert4ficate reMaine in e.ffect prov�,ded the client'�9 aCCOUnt ie in qod� 9tdtlding with PPS. Cove+;agE ia nor, prpvided Eoz arly employeC for which tk�e Client ie noC z'epor�in wagea Cq YPB. �lQliss to �00� of the employeee o�' PP8 leaeed Go TIMOTHY RQSR CONTRACTiNG IN�., P�:£eCtive a 723 2q�1. 2. tncaurod is a�forded 000rkex� Cont�ensation & Employere liab�l,ity a� a oo-emplp�rgx uaxfler the policy for. r.mployeea ).ea�ed fran kEg, 3. R�:. .FOaerline &oqd �rxtCtlBion Project. CERTIFICATE HOI.DER ADOITION�� IN3URHD: IN9UaER IETT@R: CANCFI 1 ATIAN o�� TNEREOF, TWE �SBUNVG IN9URER VNLLlNDEAVOR TO MI1/L 30 OAYS NRIITTEN CITY OP 8&FiA,4TI11N NOTICE TO T1E CERTIFICATE HO�O�R NAMED •TO THE LECT, 9tJi F/1q,URE 70 DO SO SHALL 1��5 I�PSIN 82R8� IMP09E n0 Og�1GATI0NOR LinerLm OFANY KIND UPOa 7NEw9URER, ITSA00M50R , SBBA9Yt7W, F'S, 32gs8 REPREBENTn7�vFS, AUTHOA��p REVR�SENTATNE � •�,�;,�'��"---