Loading...
HomeMy WebLinkAboutMancil's Tractor ServiceCERTIFICATE OF PROJECT COMPLETION Date Accepted: 05/28/17 Project Name & #: Airport Drive East & Golf Course Storage Building # A1351 Total Project Expenditures: $ 1,589,986.11 Project Location: Airport Contractor(s): Mancil's Tractor/ Kerns Construction / Various (See attached) Contract Amount(s): $ 715,024.34 / $ 489,202.50 / $ 385,759.27 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 as stipulated in the contract as it relates to bond performance, payment of subcontractors, release of 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. / e Manager — Airport Drivb East S (')� Project Manager — Golf Course Storage Building Building O ' ial (if applicable) - City �rk `_ .. Date (0/20126 17 Date 7 D� (Oz& Date C" OF 5FRASTIM HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 705,628.59 Net Increase (Decrease) Resulting from this Change Order $ 25,510.75 New Contract Price Including this Change Order $731,139.34 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x_ City Manager — if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) ATTEST: Project Manager _SEEHE Finance Director City Attorney r Selly A. Maio, y MC, City Clerk i Manciies Tractor Service, Inc. "We Move the Earth" SO Contractor Earthwork, Roadways, Water and Drainage 4551 SE Hampton Cl.. Sfuart, FL 74997 Phone (772) 288.0951 Fax (772) 288.0983 CHANGE ORDER #8 7���) QR 9 AUG 21 2015 I W E RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO COVER THE COSTS ASSOCIATED WITH THE SIDEWALK OVERRUN (PER FIELD MEASUREMENT: ORIGINAL PLAN QUANTITY WAS INCORRECT) &TWO ADDITIONAL SPEED BUMPS AS REQUESTED. REM DESCRIPTION UNIT 1 QTY I UNIT COST TOTAL SIGNS AND RPMS CONCRETE SIDEWALK 4' (PER FINAL FIELD MEASUREMENT) SF 6.311 $ 3.25 S 20.510.75 1 ORIGINAL PLAN QUANTITY INCORRECT B WIDTH X T LENGTH X 3' THICK, SPEED CUSHION BY 2 TRAFFIC LOGIX INC. (INCLUDES MATERIAL, DELIVERY. AND EA 2 S 2.600.00 $ 5.000.00 HANDLING) TOTAL 5 25,510.75 ORIGINAL BASE BID = PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS " CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER = CONTRACT CHANGE DUE TO THIS CHANGE ORDER = NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = 5 752,741.70 S 5 705,826.59 8 25,616.76 5 731,138.34 TERMS & CONDITIONS: THIS CHANGE ORDER 15 SUBJECT TO THE SAME TERMS AND CONDITIONS OF THE PROJECT CONTRACT. RESPECTFULLY SU9MNTED aY• Page 1 of 1 ACCEPTED NAME: TIRE: f DATE: (m of SfIBASTt HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 7 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 700,738.85 Net Increase (Decrease) Resulting from this Change Order $ 4889.74 New Contract Price Including this Change Order $705,628.59 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEE ATTACHED Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x_ City Manager— if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) Project Manager _SEE ATT CHED Finance Director r/�1 City Attorney 412 ATTEST: Sally A. Maio, MPC, City Clerk Date: 9 23 r- bxj CTF§ rn s- �JUL 2 3 2015 Manci/'s Tractor Service, Inc. "We Mom the Earth" Sde Cadracfor. EalInvork, Roadwayx Waler and Oranage 4551 SE Hampton CL. Sluad. FL 34997 Phone (772) 288.8951 Fax (772) 288-0963 CHANGE ORDER #7 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO COVER THE COSTS ASSOCIATED WITH THE ADDITIONAL SIGNS AND RPMS. ITEY I DESCRIPTION UNIT OTY PENDING CHANGE ORDERS = UNETCOST TOTAL CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER = SIGNS AND RPMS S 4.889.74 $ 705.629.09 NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = 1 RPM EA 118 S 4,43 S 52274 2 R7 -1 STOP SIGN 30' X 30' EA 1 S 247.25 $ 247.25 3 R3 - SR RIGHT TURN ONLY 30' X 30' EA 1 S 250.75 is 258.75 4 W11- 21W16.9PCROSSWALK ARROW EA 2 S 327.75 S 655.50 5 Wil -2J W16- 7P CROSSWALK HEAD EA 2 S 327.75 S 655.50 6 6' WIDTH X T LENGTH X T THICK SPEED CUSHION BY TRAFFIC LOGIT INC. (INCLUDES MATERIAL, DELIVERY, HANDILING AND INSTALLATION PER MANUFACTURES GUIDELINES.) EA 2 8 2,500.00 5 5,000.00 7 CREDIT SPEED BUMPS (ASPHALT) EA -2 6 250.00 S (500.00) 8 CREDIT FORSIGN RELOCATIONS EA -13 S 150.00 S (1,950.00) TOTAL I S 0.889,74 ORIGINAL BASE BID = $ 752.741.10 S (86.474.25) PREVIOUSLY APPROVED CHANGE ORDERS = PENDING CHANGE ORDERS = $ 34.472.50 $ _ __700,739.35 CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER = CONTRACT CHANGE DUE TO THIS CHANGE ORDER S 4.889.74 $ 705.629.09 NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = TERMS & CONDITIONS: TMS CHANGE ORDER IS SUBJECT TO THE SAME TERMS AND CONDjTIONS OF THE PROJECT CONTRACT. RESPECTFULLY SUBMITTED BY: A. - '%l ACCEPTED BY: .0✓ -r ��iJ V/C L / 1 �P •'. i':,1 I NAME: TITLE: � IIDN R. MANCIL. IR. ". ;,�� DATE: Page 1 of 1 arc OF SEDASI7AN HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 6 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East 19 To] sTi711F PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 666,266.35 Net Increase (Decrease) Resulting from this Change Order $ 34,472.50 New Contract Price Including this Change Order $700,738.85 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x_ City Manager — if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) Project Manager _SEE ATT CHED Finance Director /� City Attorney d&ea ATTEST: Sally A. Maio, I1 C, City Clerk Date: � 23// S C�aRr I— Manci/'s Tractor Servic n6lL 2 3 2015 'We Move the Earth' U � Site Contractor Earthwork, Roadways. Water and Drain 4551 SE Hampton CG Stuart. FL 34997 Phone (772) 288-0951 Fax (772) 288-0983 REVISED - CHANGE ORDER #6 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO COVER THE COSTS ASSOCIATED WITH THE ADDITIONAL SCOPE AND CORRECTIVE MEASURES DISCUSSED AT THE MEETING HELD TODAY (5.20.2015). ADDED e" BASEROCK IN AREAS CURRENTLY WITHOUT ANY (STA. 3+00 TO 9+75 AND 14+75 TO 15«75) 2 REMOVE EXISTING SHELL MATERIAL AND TRANSPORT TO AIRPORT SY 1,785.0 S 4.00 S 7.140.00 1.200.00 STORAGEAREA 6 MODIFY SWALE GRADING TO EXTEND TOWARD BRUSHFOOT DRIVE 3 JFDOT INDEX 514 - OPTIONAL BASE GROUP d 1 SY 1.785.0 Is 9.501S 16.957.50 ) TOTAL ( S 24,097.501 DAMAGED EXISTING SIDEWALK ADD SMALL RETAINING WALLBNTEGRAL SIDEWALK AND HANDRAIL AT STRUCTURE DROP OFFS ADDITIONAL COSTS FOR BRUSHF00T SO CROSSING CORRECTION 12 12.V HIGH THICKENED EDGE SIDEWALK/RETAINING WALLLF 30 S 850011 2,550.00 13 ALUMINUM HANDRAIL FOOT INDEX 870 LF 1 31) IS 40.0015 1.200.00 14 MODIFY GRADING ALONG SWALE LS1 1 Is 760.001 6 MODIFY SWALE GRADING TO EXTEND TOWARD BRUSHFOOT DRIVE LS 1 S 1,750.00 S 1,750.00 7 CUT OPENING ON 8-2 FOR EXISTING 36- SO LS 1 $ 850.00 S 850.00 8 MODIFICATIONS TO EXISTING SKIMMER FOR S-2 LS 1 S 750.00 S 750.00 9 LABOR CREDIT FOR INSTALLATION OF S-1 LS -1 S 1250.00 S (1.250.00) 10 36- MES EA -1 S 900.00 S (900.00) 11 LABOR CREDIT FOR 36' PIPE NOT INSTALLED LF -100 S 32.00 S 3.200.00) TOTAL $ (2,000.00) ADD SMALL RETAINING WALLBNTEGRAL SIDEWALK AND HANDRAIL AT STRUCTURE DROP OFFS 34.472.50 12 12.V HIGH THICKENED EDGE SIDEWALK/RETAINING WALLLF 30 S 850011 2,550.00 13 ALUMINUM HANDRAIL FOOT INDEX 870 LF 1 31) IS 40.0015 1.200.00 14 MODIFY GRADING ALONG SWALE LS1 1 Is 760.001 $ 750.00 TOTAL 1 $ 0.500.00 ORIGINAL BASE BID PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER CONTRACT CHANGE DUE TO THIS CHANGE ORDER NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER Page 1 of 2 GRAND TOTAL I S 34.472.50 = FS -71-5V-4151-01 = $ (88.47425 = S .__._... 088,266.85 - ,472.50 = $ 700,739.35 NOTES: MANCIUS WILL PROVIDE THE CITY WITH THE 36' PIPE NOT USED (EST. AT 100' -1.) TO CROSS BRUSHFOOT DRIVE. CITY TO 1 PROVIDE MANCILS WITH THE REQUIRED 18' PIPE. 36' PIPE NOT USED SHALL BE BILLED ACCORDING TO CONTRACT COSTS WITH CREDIT FOR LABOR PROVIDED ABOVE. TERMS & CONDITIONS: THIS CHANGE ORDER 15 SUBJECT TO THE SAME TERMS AND CONDITIONS OF THE PROJECT CONTRACT. RESPECTFULLYSUBMITEDBY: - ACCEPTED BY: if / NAME, TITLE: 6ON n ^ DATE: OON R MANCR.IR -'' , ` � I i_ Page 2 of 2 tmrOF HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER#: 5 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT#: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED VOID A) Contract Price Prior to this Change Order $ 666,266.35 Net Increase (Decrease) Resulting from this Change Order $ -0- New Contract Price Including this Change Order $666,266.35 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x City Manager— if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) Project Manager _SEE ATTACHED Finance Director. 1 City Attorney ATTEST: Sally A. Maio, MMC City Clerk Date: / 2 � r ,rare=) PER Manci/'s Tractor Service, Inc. "We Move the Earth" Site Contractor. Earthwork, Roadways, Water and Drainage 4551 SE Hampton CL, Stuart, FL 3499i Phone (772) 288-0951 Fax (772) 288-0985 CHANGE ORDER #5 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TOIL OCATE THE EXIS G CAMERA POLE AND INSTALL A NEW CAMERA. ITEM DESCRIPTION QTY,4 UNIT COST TOTAL DISCONNECT THE 2 EXISTING CAMERAS AND R URN TO THEM TO THE OWNER, RELOCATE EXISTING CAM POLE 1 APPROXIMATELY 150' WEST OF THE CURRENT LOCA N, EA 1.0 $ 23,650.00 S 23,650.00 PROVIDE NEW BOSCH AUTO DOME 70001P 28X DIN 110, PENDANT PTZ CAMERA INCLU NG THE REQUIRED CABLI l TO CONNECT TO THE EXISTIN EO NT. — TOTAL S 23,650.00 CAMERA NOTE: THE CAMERA BEING PROVIDED UNDER T IS CHANGE DISCOVERED THAT THE SPECIFIEBOSC AUTODOA HO 20X DM IN/OUT PEND" AVAILABL . iS FROM THE REQUESTED UNIT, AS IT WAS PTT'IS NO LONGER AVAILABLE, NOR WAS THE "G5 7000 ORIGINAL BASE BID = S 752,741.10 PREVIOUSLY APPRO CHANGE OR ERS = $ (132,593.10) PENDING CHANGE ORD = $ 46,118.35 CONTRACT TOTAL PRIOR C\ HIS CHA GE ORDER = $ 666,266.35 CONTRACT CHANGE DUE TO T CHAN E ORDE = $ 23,650.00 NEW CONTRACT TOTAL INCLUDIN HIS HANG ORDER = S 669,916.35 TERMS & CONDITIONS: THIS CHANGE ORDER IS SUBJECT TO DON R. MANCIL, JR. OF THE PROJECT CONTRACT. Page 1 of 1 ACCEPTED BY: NAME: TITLE: DATE: arc OF SERASIMN HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER M 4 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: 0:1W.14aRX81OVOW A) Contract Price Prior to this Change Order $ 616,576.80 Net Increase (Decrease) Resulting from this Change Order $ 49,689.55 New Contract Price Including this Change Order $666,266.35 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x City Manager— if cumulative amount less than 15% of contract price or $15,000 single change order _ City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) Project Manager _SEE A TACHIED Finance Director�-�- City Attorney ATTEST: Sally A. M 'q, MMC, City Clerk Date: //�� Mancil's Tractor Service, Inc, "We Move the Earth" Site Contractor Earthwork, Roadways, Water and Drainage 4551 SE Hampton Ct., Stuart, FL 34997 Phone (772) 288-0951 Fax (772) 288-0983 CHANGE ORDER #4 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO REPLACE LINE ITEM 30 (BERMUDA SOD) WITH BAHIA SOD. BP.f it 1 1 (REMOVE LINE ITEM 30 -BERMUDA SOD I SY 1 -7,450.0 1 $ 3.25 1 $ (24,212.50)1 2 REPLACE LINE ITEM 30 WITH BAHIA SOD SY 7.450.0 $ 1.75 $ 13.037.50 ORIGINAL BASE BID = PREVIOUSLY APPROVED CHANGE ORDERS = PENDING CHANGE ORDERS = CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER = CONTRACT CHANGE DUE TO THIS CHANGE ORDER = NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = $ 752,741.10 ✓ $ (132,593.10) $ 57,293.35 $ 677,441.35 $ (11,175.00) $ 666,266.35 TERMS & CONDITIONS: THIS CHANGE ORDER IS SUBJECT TO THE SAME TERMS AND CONDITIONS OF THE PROJECT CONTRACT RESPECTFULLY SUBMITTED BY: ACCEPTED BY: (� NAME: �� TITLE: OON R. MA IL, JR. DATE: 527/! Page 1 of 1 CITY Of HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 3 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 NO]a 117C41 1117:11 M �&&Iff EI 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 627,751.80 Net Increase (Decrease) Resulting from this Change Order $ -11,175.00 New Contract Price Including this Change Order $616,576.80 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN SEE ATTACHED Date: SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _x_ City Manager — if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) ATTEST: Project Manager —SEEATTACHED Finance Director City Attorney Sally A. Maio, gMMMC, City Clerk Date: ' r PO -� c� 3 Mancil's Tractor Service, Inc. "We Move the Earth" Site Contractor Earthwork, Roadways, Water and Drainage 4551 SE Hampton Ct.. Stuart, FL 34997 Phone (772) 288-0951 Fax (772) 288-0983 CHANGE ORDER #3 rill:7s.11:71so] �&0:11lrZIJF9 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO INSTALL CONCRETE CAP PER ENGINEER'S DIRECTION (3' WIDE X V DEEP) OVER AND AROUND TWO (2) EXISTING 4" FPBL LINES. ORIGINAL BASE BID PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER CONTRACT CHANGE DUE TO THIS CHANGE ORDER NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER ADDITONAL DAYS REQUESTED FOR THIS CHANGE ORDER _ $ 752,741.10 _ $ (132,593.10) = $ 49,689.55 _ $ 669,837.55 _ $ 7,603.80 _ $ 677,441.35 TERMS & CONDITIONS: THIS CHANGE ORDER /5 SUBJECT TO THE SAME TERMS AND CONDITIONS OF THE PRO/ECT CONTRACT DAYS I10 RESPECTFULLY SUBMITTED BY, ACCEPTED BY: �C• NAME:/✓.iC.Z�+� --� TITLE: DON R. MANCIL, 7R. DATE: Page t of t i 'A_ CM OF ST HOME OF PELICAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 2 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 620,148.00 Net Increase (Decrease) Resulting from this Change Order $ 7,603.80 New Contract Price Including this Change Order $627,751.80 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN _SEE ATTACHED Date: SEEATTACHED Date; Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code See. 2-10 (check one): _x_ City Manager— if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) ATTEST: Project Manager _SEE A TACHED . \ Finance Director City Attorney v' Sally A, alo,MC, CityClerk g/7.3/i r ?o Mancil's Tractor Service, inc. "We Move the Earth' Site Contractor Earthwork. Roadways, Water and Drainage 4551 SE Hampton CL, Stuart, FL 34997 Phone (772) 288-0951 Fax (772) 288-0983 CHANGE ORDER #2 -7i-�3 WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER FOR THE ADDITIONAL STORM DRAIN REQUESTED BY THE ENGINEER ITEM DESCRIPTION UNIT QTY UNIT COST TOTAL 1 15' ADS PIPE LF 970.0 $ 21.00 $ 20,370.00 2 15" ADS PIPE (INLINE DRAIN) EA 8.0 $ 1,250.00 $ 10,000.00 3 48- ADS PIPE LF 15.0 S 72.00 $ 1,080.00 4 INSTALL RISER ON S4 & S8 EA 2.0 $ 1,686.65 $ 3,373.30 5 CORE & CONNECT TO EXISTING INLET FOR 15" ADS EA 4.0 $ 450.00 S 1,800.00 6 CREDIT 18" MES EA -1.0 $ 395.00 $ (395.00) 7 TYPE C INLET W/J BOTTOM (6' x 6) AT JUNCTION OF (2) 48" ADS & 1 18" ADS EA 1.0 $ 5,961.25 $ 5,961.25 8 BACKFILL DITCH ALONG NEW PIPE LAYOUT USING ONSITE STOCKPILE MATERIAL CY 750.0 $ 5.00 S 3,750.00 9 ADDITIONAL SURVEY LAYOUT & AS -GUILTS LS 1.0 $ 2,250.00 $ 2,250.00 10 JADDITIONAL TESTING LS 1 1.0 $ 1.500.00 $ 1,500.00 TOTAL $ 49,689.65 ORIGINAL BASE BID PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER CONTRACT CHANGE DUE TO THIS CHANGE ORDER NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER ADDITONAL DAYS REQUESTED FOR THIS CHANGE ORDER z _ $ 752,741.10 _ $ (132,593.10) _ $ _ $ 620,148.00 V' _ $ 49,889.55 _ $ 669,837.55 THIS CHANGE ORDER IS SUBJECT TO THE SAME TERMS AND CONDITIONS OF THE PROJECT CONTRACT. ACCEPTED 8Y: / NAME: / TIRE: DON R. MANCIL,IR. T DATE: Page 1 of 1 DAYS 1 20 arc OF SER"TIM HOME OF PEUCAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER #: 1 PURCHASE ORDER #7173 CONTRACTOR: Mancil's Tractor Service ADDRESS: 4551 SE Hampton Ct Stuart, FL 34997 PROJECT NAME: Airport Drive East PROJECT #: A1351 PHONE #: (407) 992-6171 CONTRACT DATE: 6/25/14 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: SEE ATTACHED A) Contract Price Prior to this Change Order $ 752,741.10 Net Increase (Decrease) Resulting from this Change Order $ (132,593.10) New Contract Price Including this Change Order $620,148.00 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order AGREED: CONTRACTOR CITY OF SEBASTIAN SEE ATTACHED Date: _SEE ATTACHED_ Date: Authorized Signature City Manager Approvals By City of Sebastian in accordance with Code Sec. 2-10 (check one): —x City Manager— if cumulative amount less than 15% of contract price or $15,000 single change order City Council - if cumulative amount exceeds 15% of contract price or 515,000 single change order (meeting date ) Project Manager _SEE ATT CHED . Finance Director City Attorney Sally ice— i7 Sally A. Maio h1MC, City Clerk Manci/'s Tractor Service, Inc. "Vie Move the Earth" Site Contractor. Earthwork, Roadways, Water and Drainage 4551 SE Hampton Ct, Stuart FL 34997 Phone (772) 288-0951 Fax (772) 288-0983 CHANGE ORDER #1 TO: AIRPOIRT DRIVE EAST WE RESPECTFULLY SUBMIT THE FOLLOWING CHANGE ORDER TO COVER THE CHANGE IN SCOPE BASED UPON THE REVISED DRAWINGS DATED JUNE 25, 2014. ALL ITEMS ARE BEING INDENTIFIED AS PER THE REVISED BID TAB PROVIDED WITH THE REVISED PLANS. ITEM DESCRIPTION UNIT I QTY I UNIT COST TOTAL PHASE ONE FOR LAUNDROMAT 5 DEDUCT- UNCLASSIFIED EXCAVATION -POND EXCAVATION CY -20,000.0 $ 2.501$(22.715000) 0.00) 7 ADO- UNCLASSIFIED EXCAVATION- ROADSIDE DITCHES CY 2,175.0 $ 2.507.50 8 DEDUCT- UNCLASSIFIED EXCAVATION- CANAL RELOCATION CY $,000.0 $ 2.500.00) 9 ADD -UNCLASSIFIED EXCAVATION- FILL EXISTING CANAL CY -21000.0 $ 3.000.00) 11 ADD- CONCRETE SIDEWALK 4" SF 1,836.5 S 3.258.63 13 DEDUCT- PEDESTRIAN WARNING & SAFETY CROSSING SYSTEM EA -2.0 $ 5,000.0000.00) 15 DEDUCT -GUARDRAIL -ROADWAY INSTALLATION LF -650.0 $ 35.0050.00)16-A2 DEDUCT -15" OPTIONAL PIPE MATERIAL DEDUCT -24" OPTIONAL PIPE MATERIAL 18 ADD -48" OPTIONAL PIPE MATERIAL LF LF LF -24.0 -160.0 1,020.0 $ $ S 21.004.00)17 35.00 72.00 ,600.00) S 73,440.00 19-A2 DEDUCT - 15" MITERED END SECTION FOOT 272) EA -1.0 $ 392.50 5 392.50) 19-A3 DEDUCT- 24" MITERED END SECTION (FOOT INDEX 272) EA 4.0 $ 400.00 S 1,600.00) 20-A2 DEDUCT- DOUBLE PIPE 48' MITERED END SECTION (FOOT INDEX 272 EA -1.0 $ 1,795.00 S (1,795.00) DEDUCT -CONTROL STRUCTURAL, TYPE J BOTTOM, 12.5' WALL 20-A3 LENGTH, 10' TALL STRUCTION WITH STAINLESS SKIMMER ONE SIDE EA -1.0 $ 50,000.00 $ (50,000A0) 21 DEDUCT- RIPRAP, SAND CEMENT SY -1,400.0 $ 14.00 S (19,600.00) 22 DEDUCT - MILL EXISTING ASPHALT PAVEMENT, 1.5" AVG. DEPTH MILLING TO REMAIN ONSITE SY 405.0 $ 1.50 $ (607.50) 23 DEDUCT- DEMOLISH EXISTING PAVEMENT -ROADWAY- REMAINING SECTION SY 405.0 $ 4.00 $ (1,620.00) 24 DEDUCT - COMMUNICATION HANDHOLE, TRAFFIC RATED, 3'X4' EA -3.0 $ 32,000.00 $ 96,000.00) 25 DEDUCT- LBR 40 STABILZED SUBGRADE-FOOT SECTION 160 SY -359.1 $ 2.00 $ 18.20) 26 DEDUCT -FOOT INDEX 514- OPTIONAL BASE GROUP 4 BY -359.1 $ 9.50 $ 3,411.45) 27 DEDUCT- BITUMINOUS PRIME COAT GAL -1,082.0 $ 9.00 $ (9,738.00) 28 ADD- BITUMINOUS SURFACE COURSE- TYPE SPA 2.5. TRAFFIC LEVELS TON 155.5 $ 120.00 $ 18,660.00 29 ADD - SOO-BAHIA SY 1,850.0 $ 1.75 S 3,237.50 30 DEDUCT - SOD -CERTIFIED 419 BERMUDA SY -3,550.0 $ 3.25 $ (11,537.50) 31 DEDUCT - RELOCATE TREE EA -10.0 $ 300.00 $ 3,000.00) 34 ADD -PAINTED PAVEMENT MARKINGS, STD, WHITE, SOLID, 12' SF 66.3 $ 2.75 S 182.33 35 DEDUCT - PAINTED PAVEMENT MARKINGS, STD, WHITE. SOLID 24" SF -52.0 $ 2.75 S (143.00) 37 DEDUCT - PAINTED PAVEMENT MARKINGS, STD, YELLOW, SOLID 6" SF 400.0 S 2.75 $ (1,100.00) E38 DEDUCT - PAINTED PAVEMENT MARKINGS, STD. YELLOW, SOLID 18" SF -59.6 S 2.75 $ (163.90) 39 DEDUCT - RELOCATE CAMERA POLE, PROVIDE NEW BOSH AUTODOME 800 SERIES PTZ CAMERA EA -1.0 S 20,000.00 $ (20,000.00) Page 7 of 2 ORIGINAL BASE BID ALTERNATES APPROVED ON ORIGINAL BID PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER CONTRACT CHANGE DUE TO THIS CHANGE ORDER NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = ADDED NEW ITEMS 732,626.10 $ 20,115.00 ADD - HYDROSEED W/FOOT BAHIA SEED AC 8.0 S 1,400.00 $ 11,200.00 103 SILT FENCE LF 2,4G0.0 S 2.00 $ 4,800.00 106 DEMUCKING CY 500.0 S 14.21 $ 7,105.00 110 REMOVE EXISTING 15' RCP LF 100.0 S 15.00 $ 1,500.00 111 REMOVE EXISTING 36' RCP LF 56.0 S 17.00 $ 952.00 112 REMOVE EXISTING 42' RCP LF 21.0 $ 19.00 $ 399.00 113 REMOVE EXISTING 15' MES AND EXTEND PIPE EA 1.0 S 21.00 $ 21.00 114 ADD - 18" OPTIONAL PIPE MATERIAL LF 324.0 S 30.00 $ 9,720.00 117 IADD-36' OPTIONAL PIPE MATERIAL LF 200.0 $ 92.00 $ 18,400.00 118 ADD -42' OPTIONAL PIPE MATERIAL LF 24.0 $ 145.00 $ 3,460.00 119 ADD -18"MITERED END SECTION FOOT INDEX 272) LF 3.0 $ 395.00 $ 1,185.00 120 ADD- ADA TRUNCATED DOME EA 4.0 S 275.00 S 1,100.00 121 ADD -36" MITERED END SECTION (FOOT INDEX 272) EA 1.0 $ 900.00 S 900.00 124 ADD -FOOT TYPE C INLET EA 2.0 $ 3,000.00 $ 6,000.00 125 ADD - FOOT TYPE D INLET WITH SKIMMER EA 1.0 S 6,000.00 $ 6,000.00 126 ADD -STRUCTURE J-8. MANHOLE EA 4.0 $ 5,000.00 $ 20,000.00 127 ADD - FOOT D INLET EA 1.0 $ 4,000.00 $ 4,000.00 TOTAL CHANGE ORDER $ (132,593.10) ORIGINAL BASE BID ALTERNATES APPROVED ON ORIGINAL BID PREVIOUSLY APPROVED CHANGE ORDERS PENDING CHANGE ORDERS CONTRACT TOTAL PRIOR TO THIS CHANGE ORDER CONTRACT CHANGE DUE TO THIS CHANGE ORDER NEW CONTRACT TOTAL INCLUDING THIS CHANGE ORDER = S 732,626.10 $ 20,115.00 = S - _ $ 752,741.10 _ $ (132,593.10) _ $ 620,148.00 TERMS & CONDITIONS: THIS CHANGE ORDER IS SUSJECT TO THE SANTE TERNISAND CONDITIONS OF THE PROJECT CONTRACT. ACCEPTED BY: rrtLE: /p�Gi/>r/' DATE: Page 2 of 2 ■ 'dox 3 AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. January 29, 2014 Mr. Rick Mancil, Jr. President Mancil's Tractor Service, Inc. 4551 S.E. Hampton Court Stuart, Florida 34997 james(cDmancils.com Subject: Sebastian Municipal Airport — Airport Drive East Improvements Award Notification — Scope — Addendum 1 Dear Rick, On January 11, 2014, your firm was awarded the contract for the subject project. This notification is to advise you of the scope of the project, subject to the bid pricing as submitted on your July 24, 2013 Bid. SCOPE The initial award will be summarized as follows: Base Bid - Airport Drive East Improvements $732,626.10 Alternate Bid 6 - Landscaping $20,115.00 Total $752,741.10 It is anticipated that the scope will be reduced by an initial change order based on resolution of final comments by SJRWMD on the Environmental Resource Permit. CLOSURE Please proceed with executing the contract in the amount shown above. Feel free to contact me at 407.926.6611 if you have any questions or require additional information regarding the project. Sincerely, Amen'ca, n Infrastructure Development, Inc. lfark Jansen, P.E., LEED BD+C Senior Consultant cc: Joseph Griffin, City of Sebastian Interim City Manager Debby Krueger, City of Sebastian Finance Director American Infrastructure Development, Inc. Phone 407.926.6611 37 N. Orange Ave., Suite 500, Orlando, Florida 32801-2459 CONSTRUCTION SERVICES AGREEMENT THIS AGREEMENT made this D day of /' , 2014 by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, ("City") and Mancil's Tractor Service, Inc -4551 SE Hampton Court, Stuart, FL., 34997, a Florida Corporation authorized to do business in the State of Florida, ("Contractor.") WHEREAS, the City desires to engage a Florida licensed contractor who has special and unique competence and experience in providing airfield signage, lighting and electrical services, and provide other improvements necessary 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 procedure for selection of Contractor; 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 may engage the Contractor and the Contractor hereby agrees to perform professional services for the City in accordance with this Agreement. 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 there -under, 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), Request for Bid Documents, Contract Proposal, Bond Forms, Plans and Technical Specifications, the Grant Agreement, 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 Specifications are an integrated part of the Contract Documents and as such will not stand alone if used independently. The Specifications establish minimum standards of quality for this Project. They do Sebastian Municipal Airport Page 41 of 225 Airport Drive East Improvements 28 -JUN -2013 not purport to cover all details entering into the design and construction of materials or equipment. The intent of the Agreement 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, equipment, 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 only to the extent consistent with the Agreement 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 expressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. 2.6 Term 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. 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 documents issued by the City 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 the 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 or PROPOSAL 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 GUARANTEE: 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 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 Contractor The word "Contractor" shall mean an individual, partnership, or corporation, and his, their or its heirs, executors, administrators, successors and assigns, or the lawful agent of any such individual, firm, partnership, covenant or corporation, or his, their or its surety under any contract bond, constituting one of the principals to the Contract and undertaking to perform the work herein. 3.12 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. 3.13 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 member as Engineer who is not licensed. 3.14 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. 3.15 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. 3.16 Laboratory Any licensed and qualified laboratory designated by or acceptable to the Owner (City) to perform necessary testing of materials. 3.17 Owner City of Sebastian 3.18 Performance and Payment Bonds Contractor shall submit bonds in the form 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. 3.19 Plans The official, design plans will include all reproduction thereof, showing the site location, building character, dimensions and details of the work to be done for site and hanger building. The 100% design plans will be signed and sealed by an Engineer or Architect licensed in the State of Florida. The city will approve the 100% design plans as the official construction plans for this project. All shop drawings submitted by the Contractor shall be considered as part of the contract documents. 3.20 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. 3.21 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. The Design -Build proposer shall provide any special provisions as necessary to be included as part of the specifications. 3.22 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. The Design Build Proposer shall prepare 100% specifications for the City to approve for construction. 3.23 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. As mentioned, the City highly encourages the use of local subcontractors for this project. 3.24 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 Contractor'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. 3.25 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. 3.26 WORK, (The) or PROJECT, (The) The public improvement contemplated in the design Plans and Specifications called the Airport Drive East Improvements, and all actions necessary to construct the same. 3.27 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. SPECIFICA TIONS 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, calculated dimensions will govern over scaled dimensions; Technical Specifications shall govern over the general contract provisions, plans, and cited standards or FAA circulars; general contract provisions shall govern over plans, and cited standards or FAA circulars; and plans shall govern over cited standards or FAA circulars. 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. 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 Dimensions Dimensions shown on the Plans will be used. Where the work of the Contractor is affected by finished dimensions, these shall be verified by the Contractor at site, and he shall assume the responsibility for their use. 4.6 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. 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. 4.7 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 City at the time of the first submission of shop drawings and other drawings. The 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: 1. Three (3) copies shall be submitted to the City 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). 2. The City shall, within fourteen (14) days of the submittal of any shop drawings, return two (2) copies to the Contractor marked with any corrections and changes required and noting if the drawings are acceptable as noted, or if resubmittal is required. 3. The Contractor shall then correct the shop drawings to conform to the corrections and changes requested by the City and resubmit three (3) copies to the City. 4. Two (2) copies of Approved Shop Drawings shall be returned to the Contractor by the City. 4.8 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 4.10 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. 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. 4.9 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 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. 4.10 Substitution of Equipment and/or Material After the execution of the Contract Agreement, the substitution of equipment and/or material for that specified will be considered if: + The equipment and/or materials proposed for substitution is determined by the City to be equal or superior to that specified in the Contract; + 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 + 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 MATERLILSAAID WOREMANSHLP 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 standard 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. 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 10.15. 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 workmen must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any foreman or workman employed by the Contractor or subcontractors who, in the opinion of the Engineer or the City does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall not be employed again in any portion of the Work without the approval of the City. 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 Cutting and Patching The Contractor shall do all necessary cutting and patching of the Work that may be required to properly receive the work of the various trades or as required by the Plans and Specifications to complete the Work. He shall restore all such cut or patched work as directed by the Engineer or the City. Cutting of existing structures that could endanger the Work, adjacent property, workmen or the public shall not be done unless approved by the Engineer and under his surveillance. 5.7 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 the Work, he shall remove all his rubbish, tools, scaffolding and surplus materials and shall leave his work "broom clean" or its equivalent, unless more exactly specified, and shall insure 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 Contractor 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. 5.8 City's Ownership of Materials Any and all 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. 5.9 Guarantee The Contractor shall warrant all equipment furnished and work performed 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 10.15. 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. 6.0 CONSTRUC77ONSTA%ING TO BE PERFORMED BY CONTRACTOR 6.1 Personnel, Equipment and Record Requirements Adequate field notes and records shall be available for review by the City and Engineer as the Work progresses and copies shall be available if necessary. Any inspection or checking of the Contractor's field notes or layout work by the City and the acceptance of all or any part thereof, shall not relieve the Contractor of his responsibility to achieve the lines, grades and dimensions shown in the Plans and Specifications. Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the surface of the completed Work all control points shown on the Plans. 6.2 Control Points Furnished by the City The City has provided in this package a set of preliminary plans with the available survey control information. The Contractor will need to verify and obtain the needed survey control points and benchmarks for this project. 6.3 Furnishing of Stake Materials The Contractor shall furnish all stakes, templates and other materials necessary for establishing and maintaining the lines and grades necessary for control and construction of the Work. 6.4 Layout of Work Utilizing the survey data furnished by the City in accordance with Paragraph 6.2, the Contractor shall obtain topographic surveying to establish all horizontal and vertical controls necessary to construct the Work in conformance with the Plans and Specifications. The Work shall include performing all calculations required and setting all stakes needed such as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for construction of all roadway, bridge and miscellaneous items. All survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the Project. 6.5 Specific Staking Requirements Stakes to establish lines and grades shall be set at appropriate intervals to assure that the Project is constructed to meet the lines and grades shown on the Preliminary Plans and for the final 100% Design Plans to be approved by the City. For construction stakes and other control, references shall be set at sufficiently frequent intervals to assure that all components of a structure are constructed in accordance with the lines and grades shown in the Plans. 6.6 Payment The cost of performing layout work as described above shall be included in the contract prices for the various items of work to which it is incidental. 6.7 Coordination with City The City's recorded subdivision plats shall be considered correct. The distance, bearing and curve information provided shall be used by the Contractor's surveyor to establish alignment throughout construction. All surveying activities will be coordinated with the City's surveyor as needed for proper completion of all work on the site. Primary control monuments, originally set by the City, that are disturbed or destroyed during construction shall be accurately replaced by the Contractor's surveyor to the satisfaction of the City's surveyor. 6.8 Location of Existing Utilities and Piping All existing underground utilities, such as telephone, cable television and electrical cables must be located by the Contractor prior to starting work. The Contractor shall contact the Utilities at least 48 hours prior to commencing any work within the project area. There may be other utilities within the project area. The cost of substantiating the location of utilities shall be borne by the Contractor and included in the bid price. The Contractor shall be responsible for the repair and/or replacement of utilities which he damages during the course of construction. Utilities deemed to require relocation shall be identified by the Contractor prior to commencing work. The Contractor shall notice the City of the conflict and seek direction from the City prior to proceeding with work. Directions from the City may be to proceed despite conflict, place work order on hold and commence work at a different location, or relocate utilities under separate contract with the utility or a change order to be directed by the City. City reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another governmental agency, at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the City, such authorized work is indicated on the plans. Except as indicated on the plans or contract documents, the Contractor shall not permit any individual, firm or corporation to excavate or otherwise disturb the utility service or facilities located within the limits of the work without written permission of the Engineer. Should the owner of a utility or facility be authorized to perform construction, reconstruction, or maintenance as per this section, during the progress of the work, the Contractor shall cooperate with such owners in arranging and performing the work in this contract so as to facilitate such construction, reconstruction, or maintenance by others whether or not such work by others is indicated on the drawings. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from the same. 7.0 PROGRESS AND COMPLETION OF WORK 7.1 Contractor's Obligation Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Contract, unless the Contract Documents give other specific instructions concerning these matters. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Unless otherwise provided in the Contract Documents, 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 Contractor. 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. 7.2 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. No work shall begin without all required permits obtained and submitted to the City and Engineer for approval. 7.3 Contract Time The contractor shall complete, in an acceptable manner, all of the Work in the time specified in the bid, subject to any Addenda or Change Orders hereto. 7.4 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 to the City on the twenty-fifth (25th) day of every month with the Contractor's pay request. 7.5 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. 7.6 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. He 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. The City shall remove and relocate all traffic control signs as required. 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. 7.7 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. 7.8 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. 7.9 Changes in 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. 7.10 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 9.3, 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. 7.11 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. Nothing contained in this Paragraph shall be construed to establish a period of limitation with respect to other obligations which Contractor might have under the Contract Documents. Establishment of the time period of one (1) year as described in Subparagraph 7.11(a) above relates only to the specific obligation of Contractor to correct the Work, and has no effect on the time within which the obligations of the Contract Documents may be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability with respect to Contractor's remaining contractual obligations. 7.12 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 stated in the advertisement per day beyond the agreed milestones completion dates. 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. 8.0 PUBLIC HEAL THAND SAFETY 8.1 Protection of Persons and Property The Contractor shall submit, for the City's approval, a project safety and security plan which describes 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. Safety 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. B. Safety of Persons and Property The Contractor 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 firefighting 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. 8.2 Trac Control All safety precautions, traffic control, and warning devices necessary to protect the public and workmen from hazards within the right-of-way shall be in strict accordance with SECTION 102, MAINTENANCE OF TRAFFIC, in the Florida Dept. of Transportation (FDOT) Std. The State of Florida Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations Specifications for Road and Bridge Construction, latest edition 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. As to air traffic, it is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations area of the airport with respect to its own operations and the operations of all its subcontractors as specified in Paragraph 8.15 below. It is further agreed and understood that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from and upon the airport. With respect to its own operations and the operations of all its subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, as well as any other work area that may be hazardous to the operation of aircraft, fire -rescue equipment or maintenance vehicles at the airport. 8.3 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 is 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. 8.4 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. 8.5 Warning Signs and Barricades A. Within Public Rights -Of -Way. 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 of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations, latest edition. The Contractor shall provide and maintain adequate barricades, construction signs, torches, flashers, guards and flagmen as required in pedestrian and vehicular traffic areas. Regulations of local authorities shall be compiled with. Advance warning signs are required on all streets where work is being conducted. Lane closures shall be signed and barricaded or coned as indicated in aforementioned FDOT Index. Flagmen may be required where traffic and length of lane closure warrant them. Where such a plan is needed, Contractor shall submit and obtain approval of their traffic control plan by the City. B. Within Airport Property. When the work requires closing an air operations area of the airport or a portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stockpiles, and its parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2D, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 8.6 Open Trenches The Contractor shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches during construction. The Contractor shall 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. 8.7 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" to neighborhood children. All equipment left unattended during the course of working day, such as during lunch hours or work breaks, shall not be left in a condition or location which would create a safety hazard to the general public. All keys shall be removed from the machines during those times. 8.8 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. 8.9 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 shall 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 in suitable numbers and at such points and in such manner as may be required or approved. 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. Following the period of necessity for such accommodations, they and all evidence axed thereto shall be removed. 8.10 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 completion of the Project up to the time of final acceptance. The Contractor shall provide and pay for any temporary piping and connections. 8.11 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. 8.12 Dust Control The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by moving construction equipment, 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. 8.13 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. 8.14 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 for control of discharge of Total Suspended Matter, and shall prevent water and wind erosion of open excavations and swales. 8.15 Limitation of Operations The Contractor shall control its operations and the operations of its subcontractors and suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct its operations within the Air Operations Area of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an Air Operations Area until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place. When the contract work requires the Contractor to work within an Air Operations Area of the airport on an intermittent basis, the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the Air Operations Area, and immediately obey all instructions to resume work in the Air Operations Area. Failure to maintain the specified communications or to obey instructions shall be cause for suspensions of the Contractor's operations in the Air Operations Area until the satisfactory conditions are provided. The Air Operations Area that cannot be closed to operating aircraft on a continuous basis, and will therefore only be closed on an intermittent basis, are indicated on the drawings or will be designated by the Engineer. Article III - Supervision and Administration 9.0 ENGINEER. CITY. CONTRACTOR RELATIONS 9.1 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 who will resolve such questions. 9.2 Engineer's Decision All claims of a technical nature of the City or Contractor shall be presented to the Engineer for resolution. 9.3 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. 9.4 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. 9.5 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. 9.6 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. 9.7 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 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. 9.8 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. 9.9 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: 1. Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors. 2. 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. 3. Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or fail to make prompt payment therefore. 9.10 Rights of Various Interests 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. 9.11 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 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. 9.12 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. 9.13 Work During an Emergency The Contractor 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. 9.14 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. 9.15 Night, Saturday and/or Sunday Work No night or Saturday and Sunday work will be permitted, except in case of emergency, or with prior approval from City, and then only to such extent as is absolutely necessary to protect life or property. This clause shall not pertain to crews organized to perform restoration work which needs no verifying inspection, maintenance work on equipment, or to operate and maintain special equipment such as dewatering pumps which may be required to work 24 hours per day. All such night, Saturday and/or Sunday work must be authorized by the City. 9.16 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. 9.17 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, the Contractor shall be entitled to extra compensation, or an extension of time, or both, as determined by the Engineer. However, if Contractor 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. 9.18 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. fl��i��/lCY717 /�� 10.1 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. 10.2 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 forms 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. 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 shall 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 10.14. 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 10.13. 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. 10.3 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 10.4 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 10.4 informing the Contractor in writing of the reasons for withholding payment. 10.4 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. (f) 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. Default of anv of the provisions of the Contract Documents. 10.5 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. 10.6 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. If the proceeds do not cover the expenses incurred by the City, such additional amounts may be set-off against any payments due Contractor. 10.7 Changes In The Work ChanLye 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 shall 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. 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. Differing Site Conditions Contractor shall promptly, and before such conditions are disturbed, notify City in writing of- (a) f (a) Subsurface or latent physical conditions at the site differing materially from those indicated in this Agreement and its subparts; or (b) Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in the work of the character provided for in this Agreement. If City finds that conditions materially differ and will cause an increase or decrease in the Contractor's cost or the time required to perform any part of the work under this Agreement, whether or not changed as a result of such conditions, the City shall approve an equitable adjustment and will according modify the Agreement in writing. Any claim for an equitable adjustment of the contract price based upon differing site conditions is specifically conditioned upon prior written approval of the additional compensation by City. No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required herein. Further, no claim by the Contractor for an equitable adjustment shall be allowed if asserted after final payment under this Agreement. 10.8 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. 10.9 Payment For Work Suspended By The City If the Work or any part thereof shall be suspended by the City as provided in Paragraph 9.3, the Contractor will then be entitled to payment for all work done except as provided in Paragraph 10.4. 10.10 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 9.8 shall be paid by the Contractor. 10.11 Payment For Work By City Following Termination Of Contract A. Termination by City 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 on a quantum meruit basis for the work done prior to termination. 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 City 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 on a quantum meruit basis and any work done or documents generated by the Contractor shall remain the property of the City. 10.12 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. 10.13 Release of Claims (InterinVFinal) 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 Contractor and outstanding claimants. 10.14 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 shall 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. 10.15 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. ILO PUBLIC CONTRACT REOUIREMENTS 11.1 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 this 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. 11.2 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. 11.3 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. Further, Contractor shall fully comply with the Federal Lobbying Disclosure Act of 1995. 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 Agreement, the undersigned shall complete and submit the attached Standard Form -LLL "Disclosure Form to Report Lobbying" in accordance with its instructions. Any and all subcontracts executed by Contractor for the Work hereunder shall likewise certify and disclose accordingly 11.4 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 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. 11.5 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. 11.6 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. 11.7 Compliance With Laws Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work, including, but not limited to, The Clean Air Act (42 USC §7506(c)), The Endangered Species Act (16 USC §1531, et seq.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as amended), The Wild and Scenic Rivers Act (PL 90-542, as amended), The Demonstration Cities and Metropolitan Development Act of 1966 (PL 89-754), Section 306 of The Clean Air Act, Section 508 of The Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500), Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No. 12549, The Davis Bacon Act (40 USC §276), the Occupational Safety and Health Act and applicable regulations, and the Americans with Disabilities Act (PL 101-336). 11.8 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 Liability - Contractor shall purchase Commercial General Liability insurance with a combined single limit of at least $5,000,000. (c) Commercial Auto Liability - 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 9.18 for the Work paid for by the City but not yet accepted. The insurance company selected shall be A+ or better per the Best's Key Rating Guide. 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 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 and the Engineer as additional insured parties, prior to the start of construction as provided in the Contract. 11.9 Bond The Contractor shall provide bonds issued by companies holding certificates of authority as acceptable sureties 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. 11.10 Permits All City and St. John's River Water Management District (SJRWMD) 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. 11.11 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 acknowledges that this requirement includes compliance with all federal, state and local health and safety rules and regulations. 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. He shall at all times himself 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 and reservations of record, local ordinances and such other statutory provisions pertaining to this class of work. 11.12 Debarment and Suspension In accordance with Executive Order 12549, Debarment and Suspension (40 CFR 32), the Contractor shall agree and certify that neither it, nor its principals, is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency; and that the Contractor shall not knowingly enter into any lower tier contract, or other covered transaction, with a person who is similarly debarred or suspended from participating in this covered transaction without prior written approval of the City. Upon execution of this Agreement by the Contractor, the Contractor shall complete sign and return a copy of the form entitled "Certification Regarding Debarments, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Federally Funded Transactions" attached hereto, and shall include the language of this Paragraph and the attached form in all subcontracts executed to support the Contractor's work under this Agreement. 12.0 MISCELLANEOUS 12.1 Addresses for Notices All notices given under or in connection with any of the Contract Documents shall be delivered in person or registered or certified mail to the parties at the address as either party may by notice designate. 12.2 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. 12.3 Taxes Contractor shall pay all sales or other taxes of any type which may be incurred in connection with the Work hereunder, and shall reimburse the City for any such taxes paid by the City. 12.4 Time Is Of Vital importance It is agreed and understood that time is of vital importance with respect to the completion date for the Work and all other provisions of the Contract Documents. 12.5 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. 12.6 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. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTEST By: ' Name: Sally A. aio, MMC Title: City C c (SEAL) Approved as to Form and Content for: Reliance by the City of Sebastian Only izvAe5�7':��4� Robert Ginsburg, City Attorney CONTRACTOR Signed, sealed and delivered in the presence of: Signature: Name: Signature: Name: Sebastian Municipal Airport Airport Drive East Improvements THE CITY OF BAST f 51, By: Name: ARvtinmes 4�c- Title: C-i�,f/ Mancil's Tractor Service, Inc. Contractor By: Of �lyc Name: CAROLELANDRY Title: REGISTERED AGENT Page 70 of 216 28 -JUN -2013 BID FORM Date: Project: To: From: JULY 23, 2013 Airport Drive East Improvements THE CITY OF SEBASTIAN, FLORIDA MANCIL'S TRACTOR SERVICE, INC. Bidder's Name 4551 SE HAMPTON COURT Bidder's Street Address STUART, FL 34997 Bidder's City, State and Zip Code (772) 288-0951 CGC 1518859 Bidder's Phone Number Contractor's Florida License Number Having carefully examined the Bid Documents and Drawings entitled Airport Drive East Improvements as well as the premises and conditions affecting the work, and -confirming that the sites were visited, as required, the undersigned hereby proposes to finnish all labor and material and to perform all work as required by and in strict accordance with the above-named documents for sums as indicated in this Bid Form entitled "Bid Price Form", which sums include all applicable taxes. BID SECURITY: The undersigned acknowledges that it has included with its Bid the required Bid Security for not less than five percent (5%) of the total amount of its Base Bid which, in case the undersigned refuses or fails to accept an award and to enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the City of Sebastian, as liquidated damages. ACCEPTANCE OF BID: The Bidder understands and agrees that the Owner reserves the right to accept or reject any or all bids submitted within ninety (120) calendar days from date of bid opening. Bidder agrees that it will not withdraw its Bid for said period of time. The Bidder understands and agrees that the Owner reserves the right to accept or reject any or all Additive or Alternates, without regard to the listed order. Sebastian Municipal Airport Page 8 of 216 Airport Drive East Improvements 28 -JUN -2013 BID PRICE FORM Airport Drive East Improvements Sebastian Municipal Airport - City of Sebastian Contractor �. Instructions: fill in column E with unit prices. Fill in contractor's name at bottom. Print and sign. All cells except gray colored are locked. ITALIC ARE CHANGES SINCE ADDENDUM 1 BOLD AND ITALIC ARE CHANGES SINCE ADDENDUM 2. Column E no Ion er rounds up. ITEM NO. ITEM DESCRIPTION UNIT PLAN UNIT PRICE L TOTAL I QUANTITY j BASE BID 1 MOBILIZATION LS 1.0 '' �`.- �'�" $ 90,000.00 2 MAINTENANCE OF TRAFFIC LS 1.0 e ;0$ ', $ 5,000.00 3 STORMWATER POLLUTION PREVENTION LS 1.0 O iQ $ 5,000.00 PLAN " 4 CLEARING AND GRUBBING ACRES 2.0 $ 8,000.00 5 TOPSOIL STRIPPING AND STOCKPILING CY 500.0 $ 1,500.00 6" THICKNESSXMI, .: 6 UNCLASSIFIED EXCAVATION- POND CY 20,000.0$ �", 50,000.00 EXCAVATION 7 UNCLASSIFIED EXCAVATION - ROADSIDE CY 3,000.0 y F=, $ 7,500.00 DITCHES 8 UNCLASSIFIED EXCAVATION- CANAL CY 8,000.0 ', $ 20,000.00 RELOCATION 9 UNCLASSIFIED EXCAVATION - FILL CY 4,000.0MON $ 12,000.00 EXISTING CANAL , 10 DEMOLISH EXISTING SIDEWALK SF 3,750.9 $ 7,501.80 11 CONCRETE SIDEWALK 4" SF 3,714.5 „� $ 12,072.13 12 SPEED BUMPS EA 2.0 v $ 500.00 13 SOLAR GOLF CART CROSSING EA 2.0ME W $ 10,000.00 WARNING SYSTEM y_ 14 GUARDRAIL REMOVAL LF 110.0 ,,v. -': $ 605.00 15 GUARDRAIL -ROADWAY INSTALLATION LF 810.0 $ 28,350.00 16 TRAFFIC SIGN RELOCATION EA 13.0$ 1,950.00 16-A2 15" OPTIONAL PIPE MATERIAL LF 40.0 4 Uff- $ 840.00 17 24" OPTIONAL PIPE MATERIAL LF 200.0p s` r t $ 7,000.00 18 48" OPTIONAL PIPE MATERIAL LF 220.0: . N $ 15,840.00 19-A2 15" MITERED END SECTION (FDOT EA 2.0 $ 785.00 INDEX 272£ 19-A3 24" MITERED END SECTION (FDOT EA 6.0:.p�13 $ 2,400.00 INDEX 272 20 48" MITERED END SECTION (FDOT EA 2.0 =' $ 2,800.00 INDEX 272) 20-A2 DOUBLE PIPE 48" MITERED END EA 1.0 i $ 1,795.00 SECTION FDOT INDEX 272 20-A3 CONTROL STRUCTURE, TYPE EA 1.0 " . WY^, $ 50,000.00 BOTTOM, 12.5' WALL LENGTH, TYPE/ TOP, OVERALL 10' TALL STRUCTURE ". WITH STAINLESS SKIMMER ONE SIDE 21 RIPRAP, SAND CEMENT SY 1,500.0 $ 21,000.00 22 MILL EXISTING ASPHALT PAVEMENT, 1.5" SY 5,405.0 $ 8,107.50 AVG. DEPTH. MILLINGS TO REMAIN ON SITE. 23 DEMOLISH EXISTING PAVEMENT- SY 5,405.0 $ 21,620.00 ROADWAY- REMAINING SECTION``_ F Sebastian Municipal Airport Bid Schedule Addendum 3 Airport Drive East Improvements Page 1 of 5 July 22, 2013 BID PRICE FORM Airport Drive East Improvements Sebastian Municipal Airport - City of Sebastian Contractor x; NNMS Vis__ ,, 24 COMMUNICATIONS HANDHOLE, TRAFFIC EA 3.0 � w $ 96,000.00 RATED, 3'X4' 25 LBR 40 STABILIZED SUBGRADE - FDOT SY 5,859.1 $ 11,718.20 SECTION 160 26 FDOT INDEX 514- OPTIONAL BASE SY 5,859.1 a $ 55,661.66 GROUP 4 27 BITUMINOUS PRIME COAT GAL 1,582.0 `m $ 14,237.67 28 BITUMINOUS SURFACE COURSE -TYPE TON 644.5 wy $ 77,340.41 SP -12.5, TRAFFIC LEVEL B =,.; 29 SOD-BAHIA SY 4,000.0tt `' $ 7,000.00 30 SOD -CERTIFIED 419 BERMUDA SY 11,000.0 $ 35,750.00 31 RELOCATE TREE EA 10.0_ �- $ 3,000.00 32 HYDROSEEDING DISTURBED AREAS AC 8.0 ."` __" $ 13,997.70 33 PAINTED PAVEMENT MARKINGS, STD, SF 86.8 �" "a� �"N11-1,10""i $ 238.77 WHITE, SOLID, 6" �- , 0 "i -W 34 PAINTED PAVEMENT MARKINGS, STD, SF 273.7 $ 752.68 WHITE, SOLID, 12" �s 35 PAINTED PAVEMENT MARKINGS, STD, SF 92.0° 2 $ 253.00 WHITE, SOLID, 24" 36 PAINTED PAVEMENT MARKINGS, STD, EA 4.0 $ 150.00 WHITE, ARROW 37 PAINTED PAVEMENT MARKINGS, STD., SF 1,400.0 IRWIN $ 3,850.00 YELLOW, SOLID, 6" 6� 38 PAINTED PAVEMENT MARKINGS, STD., SF 184.6 $ 507.58 YELLOW, SOLID, 18" 39 RELOCATE CAMERA POLE, PROVIDE EA 1.00 = Q ; $ 20,000.00 NEW BOSCH AutoDome 800 Series PTZ r Camera r TOTAL BID AMOUNT, BASE BID = $ 732,624.09 Sebastian Municipal Airport Bid Schedule Addendum 3 Airport Drive East Improvements Page 2 of 5 July 22, 2013 BID PRICE FORM Airport Drive East Improvements Sebastian Municipal Airport - City of Sebastian Contractor"IIN.It tn� ADDITIVE BID NO. 1 - ADE LIGHTING A2-1 Al -1 ONE 2" SCHEDULE 40 PVC CONDUIT LF 2,000.0 $ = $ 30,000.00 DIRECT BURIED IN EARTH, COMPLETE IN PLACE. LBR 40 STABILIZED SUBGRADE - FDOT SY 2,000.0- Al -2 ONE 2" HDPE SCHEDULE 40 PVC LF 300.0 $ 6,975.00 CONDUIT DIRECTIONAL BORED 48" DEEP A2-2 F „ TN BENEATH EXISTING PAVEMENT, $ 26,585.24 SP -12.5, TRAFFIC LEVEL B- COMPLETE IN PLACE. . i Al -3 #4J0, XHHW CONDUCTOR INSTALLED IN LF 2,100.0 $ 13,125.00 $ 468.88 NEW CONDUIT SYSTEM.'OIL $ 50,054.12 MEN x v Al -4 #1, XHHW CONDUCTOR INSTALLED IN LF 4,800.0 ' $ 13,200.00 NEW CONDUIT SYSTEM. F Al -5 NEW SINGLE LUMINAIRE AND 25' EA 11.0 $ 62,150.00 A3-5 CONCRETE POLE INSTALLED IN EARTH, EA 1.0a $ 635.00 COMPLETE IN PLACE. - A1-6 NEW PULLBOX INSTALLED IN EARTH, EA 1.0 $ 1,935.00 COMPLETE IN PLACE. A1-7 MODIFICATIONS TO ELECTRICAL SERVICE IN AIRFIELD VAULT, LS 1.0 $ 4,100.00 TOTAL BID AMOUNT, ADDITIVE NO.3 = $ 66,025.00 COMPLETE. TOTAL BID AMOUNT, ADDITIVE NO.1 = $ 131,485.00 ADDITIVE BID NO.2 - GOLF COURSE STORAGE BUILDING DRIVEWAY PA BID NO. 3 - GOLF COURSE STORAGE BUILDING DRIVEWAY LIG A2-1 FDOT INDEX 514- OPTIONAL BASE SY 2,000.0 850.0 $ 19,000.00 GROUP 4 A2-1-1 LBR 40 STABILIZED SUBGRADE - FDOT SY 2,000.0- _ $ 4,000.00 LF SECTION 160 $ 3,025.00 } A2-2 BITUMINOUS SURFACE COURSE -TYPE TN 221.5'` $ 26,585.24 SP -12.5, TRAFFIC LEVEL B- COMPLETE IN PLACE." . i A2-3 PAINTED, STD, WHITE, SOLID, 6" LF 170.5- - $ 468.88 TOTAL BID AMOUNT, ADDITIVE NO.2 = $ 50,054.12 ADDITIVE BID NO. 3 - GOLF COURSE STORAGE BUILDING DRIVEWAY LIG A3-1 ONE 2" SCHEDULE 40 PVC CONDUIT LF 850.0 $ 13,005.00 DIRECT BURIED IN EARTH, COMPLETE INFO✓ PLACE. N A3-2 ONE 2" HDPE SCHEDULE 40 PVC LF 50.0 $ 3,025.00 CONDUIT DIRECTIONAL BORED 48" DEEPx BENEATH EXISTING PAVEMENT, COMPLETE IN PLACE." . i A3-3 #6, XHHW CONDUCTOR INSTALLED IN LF 2700.0 $ 3,510.00 NEW CONDUIT SYSTEM. A3-4 NEW SINGLE LUMINAIRE AND 25' EA 8.0t}0 $ 45,200.00 CONCRETE POLE INSTALLED IN EARTH, .. COMPLETE IN PLACE. A3-5 NEW PULLBOX INSTALLED IN EARTH, EA 1.0a $ 635.00 COMPLETE IN PLACE. A3-6 MODIFICATIONS TO ELECTRICAL SERVICE IN MAINTENANCE BUILDING, LS 1.0 M '" $ 650.00 COMPLETES TOTAL BID AMOUNT, ADDITIVE NO.3 = $ 66,025.00 Sebastian Municipal Airport Bid Schedule Addendum 3 Airport Drive East Improvements Page 3 of 5 July 22, 2013 BID PRICE FORM Airport Drive East Improvements Sebastian Munici al Airport - City of Sebastian Contractor„ AtC Fs Sebastian Municipal Airport Bid Schedule Addendum 3 Airport Drive East Improvements Page 4 of 5 July 22, 2013 BID PRICE FORM Airport Drive East Improvements Sebastian Munici al Airport - City of Sebastian Contractor AMM { ADDITIVE BID NO.4 - PIPING EXISTINIG CHANNEL A4-1 54" DIA OPTIONAL PIPE MATERIAL LF 1,145.0 __ Y ;" $ 112,210.00 A4 -1-A2 54" MITERED END SECTION (FDOT INDEX 272)., EA 2.0 2 -I6 $ 5,500.00 A4-2 EMBANKMENT CY 1,579.1 $ 6,316.46 A4-3 CREDIT CANAL FILL A4-4 ICREDIT RIP RAP CY SY 3,878.6" 1,100.0 ':"= _ $ $ 7,757.22 15,400.00 TOTAL BID AMOUNT ADDITIVE NO.4 = $ 147,183.69 ADDITIVE BID NO. 5- RELOCATE AIRPORT STOCKPILE A5-1 JUNCLASSIFIED EXCAVATION STOCKPILE RELOCATION CY 58,000.0 174,000.00 TOTAL BID AMOUNT, ADDITIVE NO.5 = $ 174,000.00 ADDITIVE BID NO. 6 - LANDSCAPING A6-1 OAK TREES EA 43.0 �� 12,900.00 A6-2 ICYPRESS TREES EA 1 37.0 7,215.00 TOTAL BID AMOUNT, ADDITIVE NO.6 = $ 20,115.00 MANCIL'S TRACTOR SERVICE, INC. /,Name of BiddepWontractor Sioature of Officer Provide, in the appropriate spaces of the Bid Price Form, the unit price(s) and lump sum prices(s), based on the Sebastian Municipal Airport Bid Schedule Addendum 3 Airport Drive East Improvements Page 5 of 5 July 22, 2013 SUBCONTRACTORS AND PRIME CONTRACTOR WORK: For work performed by other than the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Designation of Subcontractors" certain firms as its subcontractors for portions of the work and further agrees that said subcontractors may not be changed without written consent of the Owner. For work performed by the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Prime Contractor Work" that portion of work performed by the bidder's direct hire forces. ADDENDA: It is agreed that the undersigned has received all addenda complete as issued by the Owner and that related costs are included in the bid submitted. The undersigned acknowledges receipt of said addenda as follows: Addendum # 1 dated JULY 14, 2013 Addendum # 2 dated JULY 19, 2013 Addendum # dated TIME: Time is of the essence. The undersigned Bidder agrees that, if awarded the Contract hereunder, it shall commence the work to be performed under the Contract on the date set by the Owner in its written notice to proceed, continuing the work with diligence, and shall complete the entire work per this Bid Form. The undersigned agrees that, if awarded the Contract, it will complete said separable portions of work in accordance with such milestone dates. The lowest, responsive, responsible Bidder will be provided a Notice of Intent to Award and four copies (4) copies of the Contract and its Attachments for execution. Failure of the Bidder to return same, fully executed, with all required insurance certificates within fourteen (14) calendar days may result in contract being awarded to the next lowest, responsive, responsible Bidder and forfeiture of Bid Bond. If the undersigned is notified of the acceptance of this bid, it agrees to execute within fourteen (14) calendar days, a Contract for the above work, complete with all required insurance certificates and bond forms. TOA Respectfully Submitted: MANCIL'S TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual Authorized Signature JULY 23, 2013 Date Sebastian Municipal Airport Page 9 of 216 Airport Drive East Improvements 28 -JUN -2013 BID PRICE FORM Contractor shall provide in the appropriate spaces of the bid form the unit price(s) and lump sum prices(s), based on the description indicated for that item, the Total Amount of each item in numerical figures and the Total Amount Bid for the entire work- It ork It is the intent of the OWNER to award the Base Bid and all or a combination of the Additive Bids. If a contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder the OWNER chooses, whose evaluation by the Owner indicates to the OWNER that the award will be in the best interest of the project. The low bid will be based on the price submitted for the combination of Base Bid and the Additive Bids the Owner chooses to award. Only one Mobilization Item is provided under Base Bid. No additional Mobilization costs will be considered if one or more Additive Bids are awarded. Sebastian Municipal Airport Page 10 of 216 Airport Drive East Improvements 28 -JUN -2013 CONTRACT TIME AND LIQUIDATED DAMAGES Project Name: Airport Drive East Improvements It is a requirement of this contract that items listed below are to be sequenced and scheduled as herein stipulated. 1. The Contractor may not proceed with the project prior to a written NOTICE TO PROCEED from the Owner. 2. Due to the Owner's constraints and overall project completion, the Contractor shall complete the project within the calendar days shown below. Should the contractor fail to complete the time- limited work by the timeframes specified, the Owner will suffer damages and will be entitled to LIQUIDATED DAMAGES in the amounts specified below per calendar day past the contract completion date. WORK ITEM CALENDAR DAYS LIQUIDATED DAMAGES Mobilization and Base Bid 120 $250.00 Additive Bid #1 15 $250.00 Additive Bid #2 10 $250.00 MANCIL'S TRACTOR SERVICE, INC.. DON R. MANCIL, JR.®� Name of Autho ' ed Individual C-0� SM Uo Authorized Signature JULY 23, 2013 Date ti�OF Sebastian Municipal Airport Page 11 of 216 Airport Drive East Improvements 28-JLJN-2013 CONTRACTOR INFORMATION FORM Having carefully examined the Proposal Documents and Drawings entitled Airport Drive East Improvements, Sebastian Municipal Airport, City of Sebastian, Florida, as well as the premises and conditions affecting the work, and confirming that the sites were visited, as required, by RICK SLONE (Name of Person or Persons) on JULY 8, 2013 (date or dates) the undersigned hereby seeks qualification to furnish all labor and material and to perform all work as required by and in strict accordance with the above-named documents. Principal Office Address: _4551 SE HAMPTON COURT, STUART FL 34997 (1) How many years has your organization been in business as a contractor under your present name? 18 YEARS (2) How many years of experience in construction work has your organization had as a general contractor? 4 YEARS As a Subcontractor? 18 YEARS (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project. (Use additional sheets if necessary). Include the type of work similar to the work included in this contract if possible. Proj ect Contract Required Actual Name/Address/Tel Title Amount Completion Date Completion Date of Owner SEE ATTACHED LIST OF COMPLETED PROJECTS & PROFESSIONAL REFERENCES Sebastian Municipal Airport Page 12 of 216 Airport Drive East Improvements 28 -JUN -2013 (4) Have you ever failed to complete any work awarded to you? If so, where and why? (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. NO (6) Has any officer or partner of your organization ever failed to _complete a construction contract handled in his own name? If so, state name of individual, name of owner and reason therefor. NO (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available for utilization on this Contract. MANCIL'S TRACTOR SERVICE INC. HAS APPROXIMATELY 48 FULL TIME EMPLOYEES. SEE THE ATTACHED COMPANY PROFILE AND LIST OF OFF-ROAD & ON -ROAD EQUIPMENT AND (8) What is your bonding capacity? $12.000.000.00 (9) What amount of your bonding capacity has been used as of the date of this bid? $6,000,000.00 (10) How many applications for performance and payment bonds have you made in the last three (3) years? 44 Sebastian Municipal Airport Page 13 of 216 Airport Drive East Improvements 28 -JUN -2013 (11) How many of these applications were not approved? NONE (12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim (Use additional sheets if necessary.) NO (13) Has your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) Sebastian Municipal Airport Page 14 of 216 Airport Drive East Improvements 28-JLJN-2013 I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of non -responsibility with respect to such contractor. Respectfully Submitted, MANCIUS TRACTOR SERVICE, INC. (Name of Bidder) 4:�Q- 2�2�- 1 (Authorized Signature) D014 R. MANCIL, JR. PRESIDENT 07/23/2013 4551 SE HAMPTON COURT. STUART, FL 34997 (772) 288-0951 (Title) (Date) (Address and Telephone No.) FLORIDA STATE CONTRACTOR DATA (Required): 0 RR *Contractor's License Number: CGC 1518859 ° °° e � Classification: GENERAL CONTRACTORVE SM C3 Monetary Limit: NONE *ATTACH A COPY OF APPROPRIATE LICENSES ° Sebastian Municipal Airport Page 15 of 216 Airport Drive East Improvements 28 -JUN -2013 MANCIL'S TRACTOR SERVICE - OFF ROAD EQUIPMENT Revision Date: 1/1/13 UNIT # DESCRIPTION MAKE MODEL # SERIAL # M101 Dozer John Deere 450G/LGP W/650 MOTOR T0450GH808498/MOTOR T04045T572403 M102 Dozer Komatsu D41P-6C B40176 M103 Dozer Komatsu D31PX-21A 50811 M104 Dozer Komatsu D61PX-15EO 45798 M201 Grader Caterpillar 120G Model SN: 87V09505, /Engine SN: 07Z27841 M202 Grader Volvo 720AVHP X030875X M204 Grader Caterpillar 135H 0135HECBC00265 M205 Grader Caterpillar 12H AMZ1272 M303 Loader Komatsu WA250-5 70347 M304 Loader Komatsu WA250-3MC A71457 M307 Loader John Deere 624H DW624HX582575 M309 Loader Komatsu WA250-51, A74152 M310 Loader Caterpillar 928G CAT0928GVDJD02303, Bucket 141-2303 M311 Loader John Deere 744E CK744EB000253 M312 Loader Volvo L30B 1823669 M314 Loader Komatsu WA250-6 76342 M315 Loader John Deere JD644J DW644JX612555 M316 Loader Volvo L35B 1883709 M320 Loader / Skid Steer Bobcat T-190 527715933 M321 Loader / Skid Steer Bobcat T-250 523111320 M322 Loader/Skid Steer Bobcat S220, 24" Planer, 80" Bucket A5GK20511 M323 Track Loader Kubota SVL75 WC 11336 (Bucket #S6612) M402 Loader / Backhoe Case 580 Super L-2, 4WD JJG0276303 M403 Loader/Backhoe John Deere 31OSG T031OSG960863 M503 Paver Caterpillar AP -800 -C/8 -16B Screed CATAP800T1PM00788, 2JN1-u M504 Paver LeeBoy L7000T 2990LB M601 Roller - Asphalt Steel -Tri Ingram 10-15 AE 619338AE08 M604 Roller - Vibratory (Rubber 9 wheel Sakai SV500D VSV4D-10139 M607 Roller - Vibratory Ingersoll Rand SD45-DTF 184322 Linder #22538 M608 Roller - Asphalt Caterpillar CB -224E CB224J224011429 M609 Roller - Traffic LeeBoy 420 49318 - 70781 M610 Roller - Vibratory Caterpillar CS423E BWG00173 M611 Roller - Vibratory Ingersoll Rand DD -24 178371 M612 Roller - Vibrato Sakai SW652ND 1SW47-20123 M613 Roller - Vibratory Hamm 3410 H1791506 M614 Roller - Smooth Drum Hamm 3307VIO H0890633 M705 Soil Stabilizer Caterpillar SS250 6DD00028 M800 Trackhoe / Long Reach Kobelco / Jewel Manf. SK220LC3 / Boom ER22060 LLU0744 / Boom Serial Number 220ER193 / Boom Length 60' M804 Trackhoe Komatsu PC300LC-7L A85633 M805 Trackhoe Komatsu PC200LC-7B C50691 M806 Trackhoe John Deere 450CLC FF450CX091662 M807 Trackhoe Caterpillar 324DL JJG00751 M811 Trackhoe Daewoo SL20OLC-III Long Stick 1737 M812 Trackhoe Komatsu PC360LC-10 A32673 M901 Batwing (Rick's) John Deere 3615 4255 4x4 Bushhog Chassis ID RW4255W005763, Engine RG6076TGT1527896076TRW03, Enc Cab VOS1133 M902 Tractor - Box Blade Ford 250C BD75364 M903 Tractor - Box Blade New Holland 545D/DD5PW2 4WD 4440994 M904 Tractor - Box Blade Ford 3930 116895B M906 M907 Tractor- Broom Tractor - Box Blade Ford New Holland 250C / CU5PW2 TC45A / 4 X 4 BD51539 VDB04369 New Holland TN70 M908 Power Sweeper Lay-Mor Model 8HC 31699(Kubota SN 6A7041 M909 Tractor .w/ Broom Kubota Swee ster MX5100F CH7 14109 1132011 M1001 Water Truck Ford F-600 DNF60H3BVA07944 M1003 Small White Dump Ford 1FDWR8OU8HVAO6642 M1004 Blue Service Truck Ford F350 M1005 Water Truck AutoCar M1100 Double ;Disc AMCO J42-2024 87060413 M1101 o Hydraulic Water Pum H y p Holland Pump Mfg. 6 Hydraulic Trash . H25-D-646 H d Pump T6C0083R00 M1102 4000 P.S.I. Pressure Washer EZ Series 44 Honda 13HP n/a GX390 EZ4040G GCAKT-1207678 M1103 Concrete Breaker Attachment Pemberton, Inc. JD690ELC MDGIO00593796 M1104 Curb Machine Miller MC550 M1106- Welder w/ Trailer Champion Model 1000 3617300341 M1107 Walk behind Trencher w/ Trailer Ditch Witch Model 1030H 1X0406/1R9060918VW2 10074 M1108 14' Scraper Blade M1109 Power Washer North Star M1200 Articulate Dump Truck Caterpillar D25C 9YC00666-6116900 M1201 Articulate Dump Truck DJB D25D 25DB7151 M1202 Articulate Dump Truck Caterpillar D25C 9YC00812 M1203 Articulate Dump Truck . Caterpillar D400D 87700384 M1204 Articulate Dump Truck Terex TA30 A7991079 Cummins MI IC engine, SN 35006188 M1210 Elevating Scraper Caterpillar 613C 092X02423 Tractor, 93X01103 Pan M1211 Elevatink Scraper Caterpillar 613C 8LJ01398 Tractor, X93X03340X Pan M1300 Warehouse Forklift Nissan CPF02A20V CPF02-024679 CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY) FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO 07/23/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder:in lieu of such endorsement(s). PRODUCER Bouchard Insurance for WBS P.O.Box 6090-MR, Clearwater, FL 33758-0090 CUNT NAME PHONE FA 293 3600 ext 623 R a Na: a ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC # INSURED Workforce Business Services, Inc Alt Emp: Mancils Tractor Services Inc 1401 Manatee Ave. West Ste 600 INSURERA: American Zurich Insurance Company 40142 INSURERB: INSURERC: IN Bradenton, FL 34205-0708 INSURER E: INSURER F: ---- . ---------- f�LY1JIV IY 17VIYIUCR. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY 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 WM POLICYNUMBERMPBIWU9EFF JM9% LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RERTEff- PREMISES Ea occurrence) $ MED EXP (Arty one person) $ CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ PRO -[71 LOC POLICY F $ AUTOMOBILE LIABILITY Ea acradent $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS HIREDAUTOS ASO QED ROP DAMAGE $ Per accident UMBRELLA LIABOCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -LADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS UA91UTY X TUC STATU OTH A FFIC IM�� CLUECUrnE a N/A WC 90-M818-02 12/31/2012 12/31/2013 EL EACH ACCIDENT $ 1,000,000 EL DISEASE - EA EMPLOYE $ 1,000,000 (Mandatary in NH) nd If yes, describe under EL DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below Qualifier Don Mancil Jr Location Coverage Period: 12/31/2012 12/31/2013 Client# 051157 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Rertwks Schedule, If more space is required) Manals Tractor Services Inc Coverage is provided for 4551 SE Hampton Ct only those employees Stuart, FL 34997 leased to but not subcontractors of City of Sebastian Contractor License 1225 Main Street Sebastian, FL 32958 ACORD 25 (2010/05) ui•A e SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACnI?!7� MANCT-1 OP ID: LA �...� �trc i iric:p► L OF LIABILITY INSURANCE DATE(MM/DDI'MY) 07/23/13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policypes) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRooucER Phone: 772-286-4334 Stuart Insurance, Inc. 3070 S W Mapp Fax: 772-286-9389 Palm City FL 34990 Cabot W Lord, CIC. CONTACT Cabot Lord ONE PHA1C No Ext ; 772-286-4334 v No ; 772-286-9389 ADORFss: clordQstuarfinsurance.net 1NSURER(Sj AFFORDING COVERAGE MAIC # INsuREo Mancrls ractorServlce,Inc. 4551 SE Hampton Ct Stuart, FL 34997 INSURERA:Westfield Insurance 24112 INSURER 8: INSURERC: MED EXP (Ary one person) $ 10,00 INSURER D: INSURER E INSURER F rnvco w nuc• .. �..�................._ __ _e -- - -- - RCVIJIVIV IYUIVIOrK. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/D MM/D - LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -WIDE FRI OCCUR X THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. TRA7416829 02/04/13 02/04114 EACH OCCURRENCE $ 1,000,000 PREMISES Ea occurrence $ 150,000 MED EXP (Ary one person) $ 10,00 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENLAGGREGATE LIMITAPPLIES PER POLICY X PRO LOC PRODUCTS - COMPIOP AGG $ 2,000,00 $ A AUTOMOBILE LIABILnY ANYAwo ALLOWNED SCHEDULED AUTOS AUTOS HIREDAUTOSNON-OWNED AUTOS TRA7416829 02/04113 02/04114 MBI ED I MTO!d1,000,000 $ BODILY INJURY (per person) $ BODILY INJURY (Per accident) $ Per accident $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE TRA7416829 02/04/13 02/04/14 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DED I X I RETENTION $ 0 Prod/CO A $ 1,000,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVEEL OFFICER/MEMBER EXCLUDED? a. (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC SUM Pak TORY LIMITS ER EACH ACCIDENT $ EL DISEASE - EA EMPLOYEE$ EL DISEASE - POLICY LIMIT $ A Inland Marine TRA7416829 02/04/13 02/04/14 Rented 225,000 equip. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Rerrwks Schedule, if more space is required) GRADING OF LAPID / State of Florida City of Sebastian is listed as additional insured CERTIFICATE HOI nFR f Aluc1=1 I ATInAI CTYSE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sebastian THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1225 Main Street AUTHORIZED REPRESENTATIVE.-.— +� Sebastian, FL 32958 ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MORROE.STREET" TALLAHASSEE FL 3-23"9'9=177'83'-• MEHAFFEY, -23-9'9=G-783-- MERAFFEY, TIMOTHY F MANCILIS TRACTOR SERVICE, INC. 7548- SOUTH US HIGHWAY 1 SUITE 301 PORT ST LUCIE FL 3*4952 (850) 487-1395 -v CongratulaCongratulations!AIX bf d0K.onsl With this license you become one of the nearly one million 1; PRO *Usu Floridians licensed by the Department of Business and Professional Regulation -vb I WAX Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better..,"." - — For Information, about our services, please to onto www.myfloridalicense.corTL I 4 . . . . . . . . . . . Impact you, subscribe to department newsletters and team more about % There you can find more information about our divisions and the regulations that the ILI Department's Initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers' Thank you for doing business In Florida, and congratulations on your new license! ini L DETACH HERE ......... . % DRUG-FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that MANCIUS TRACTOR SERVICE, INC. does: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 1893 or of any controlled substance law of the United Stated or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: JULY 23, 2013 Signature: Sebastian Municipal Airport Page 16 of 216 Airport Drive East Improvements 28 -JUN -2013 PUBLIC ENTITY CRIMES FORM SWORN STATEMENT UNDER SECTION 287.133(3)(a). FLORIDA STATUES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1.01 . This sworn statement is submitted with Proposal for Airport Drive East Improvements, Sebastian Municipal Airport, City of Sebastian, Florida. 1.02 This sworn statement is submitted by MANCIUS TRACTOR SERVICE, INC. (name of entity submitting sworn statement) whose business address is 4551 SE HAMPTON COURT, STUART, FL 34997 and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:( ). 1.03 My name is DON R. MANCIL, JR. and my relationship to the (please print name of Individual signing) entity named above is: PRESIDENT 1.04 I understand that a "public entity crime" is defined in Paragraph 287.133(1)(g), Florida Statues, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 1.05 I imderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trail court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry plea of guilty or nolo contendere. 1.06 I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statues, means: (1) A predecessor or successor of a person convicted of a public entity crime: or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 1.07 I understand that a "person" as defined in Paragraph 287.133(1)(c), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Sebastian Municipal Airport Page 18 of 216 Airport Drive East Improvements 28 -JUN -2013 1.08 Based on information and belief the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings, the final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) - SWORN STATEMENT - PUBLIC ENTITY CRIMES (CONTINUED) V (Signature) Date: JULY 23, 2013 STATE OF FLORIDA COUNTY OF MARTIN The foregoing instrument was acknowledged before me this 23RD day of JULY DON R. MANCIL, JR. , PRESIDENT (title) on r 9 13 20K -X by behalf of MANCIUS TRACTOR SERVICE, INC. (name of partnership), a partnership. He/she is personally known to me or has produced as identification and did N did not () take an oath. My Commission Expires: 04/25/2014 Commission Number: DD 967677 NO ARY PUBLIC END OF SWORN STATEMENT - PUBLIC ENTITY CRIMES ,NR PUB`' WANDA SUE SMART c* MY COMMISSION A DD 967677 9 `a EXPIRES: April25, 2014 OF 11- a Bonded Thru Budget Notary Services Sebastian Municipal Airport Page 19 of 216 Airport Drive East Improvements 28 -JUN -2013 1 1 • J (7%s form is provided by City of Sebastian as an exmnple of the form of bon4 the actual bond form must eanfortn to the slandards required by Florida Statutes) K1VOWNALL MEN BY THESE PRESENTS, that, we the undersigned, Mancil's Tractor Servigg. Inc. as Bidder, and Westchester Fire Insurance Company as Surety, aro hereby held and firmly bound unto the City of Sebastian, Florida, in the penal sum of five (5916) percent of the Total Bid Amount which is $ for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. { Signed this 23 day of July 2013. The Condition ofthe above obligation is such that whereas the Bidder has submitted to the City of Sebastian a certain BID, attached hereto and hereby made a part of hereof to enter into a contract in writing, for Error! Unitnown document property name.Airport Drive East Improvements. NOW THEREFORE, If said BID shall be rejected, or If said BID shall be accepted and the Bidder shall execute and deliver a contract in the form of Agreement attached hereto (property completed in accordance with said BID) and shall furnish a Performance Bond for faithful performance of said contract, and Payment Bond for the payment of all persons performing labor, furnishing materials in connection herewith, and shall in all other respects perform the agreement created by the acceptance of said Bila, then this obligation shall be void, otherwise the some shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety of any and all claims hereunder shall, in no evedt, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bid Bond shall be in no way impaired or affected by an extension-ofthe time within which the City of Sebastian may accept such Bid; and said Surety. does hereby waive notice of any such extension. IN WITNESS VAMEMP, the Bidder and the Surety have hereunto act their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presem to be signed by their property officers, the day and year first set forth above. Bidderm=Mancil's Tractor Service, Su ty estc ster Fire Insurance Prin or Typed Inc. ted or Typed Company B B.JAL- Bidder - orima Sign re Bidder -Author Signature Don R. Mancil Jr. President Robert Barra Attorney in Fact Bidder - Printed or typed Name and Title Surety - Printed or Typed Name and'I hie Sebastian Municipal Airport Airport Drive Bast improvements Page 20 of 216 284UN-2013 .. ..... ... TE t.C.J.DAVANY Power Of WW z X.Clik R PRE INSURANC Z Attorney E TR PERE INSURANCE COMPANY, a co i6n. : the. .Commonwealth o Pennsylvanii1pyrstiant to the bow ail moo presents lliat W or. ST CHEST Mom; followigglW, Otim,'ado0ted boO.BoOrO of Directors of the said Company on D- mWr 11;2006, to: wit.: a wrifien co ami. of the Company lb#:WlQ) lo the ex. 40, for and on behalf ofthe Can r.bp. ni undartak . M go; re. zqn6wicontiaets anJ.,.Dffi. nurdur (17 ftb of the Cheirmw the Prqsi4igdt8416vic'DW iioftha Company is hereby authorized to exeeu(e eny Written Commitmont.6r and on befialrot &Company;iMar. the teal of the Company or ssilw. ftWyV'KO ft44*W 1, the I which COMPANY, do affixed the ;Incl POWER OF'ATTORN)rY of this 2 . r :day of - 201::3 M PRIME CONTRACTOR WORK Project: Airport Drive East Improvements THIS FORM MUST ACCOMPANY BID FORM AND MUST BE COMPLETED AS APPLICABLE. The Prime Contractor shall perform a minimum of 35% of the work with his own direct hire forces. That portion of the work which will be performed by the General Contractor is as follows: Type and Description of Work to be Performed Contract Amount STORMWATER POLLUTION PREVENTION, CLEARING & GRUBBING, TOPSOIL STRIPPING & STOCKPILING $ 14,500.00 UNCLASSIFIED EXCAVATION {POND, ROADSIDE, CANAL AND FILL EXISTING CANAL $ 104,000.00 DEMOLISH EXISTING SIDEWALK, RIP RAP, DEMOLISH EXISTING PAVEMENT - ROADWAY- REMAINING SECTION $ 50,121.80 STABILIZED SUBGRADE, OPTIONAL BASE GROUP 4 $ 66,379.86 BITUMINOUS SURFACE COURSE, TYPE SP -12.5, TRAFFIC LEVEL B $ 91,578.08 TOTAL PRIME CONTRACTOR DOLLAR AMOUNT: $ 326,579.74 PERCENT OF PRIME CONTRACTOR $ 44.58% PARTICIPATION: MANCIL'S TRACTOR SERVICE, INC.. DON R. MANCIL, JR. Name of Authorized Individual Authorized Signature (/ JULY 23, 2013 Date Sebastian Municipal Airport Page 21 of 216 Airport Drive East Improvements 28 -JUN -2013 DESIGNATION OF SUBCONTRACTORS THIS FORM MUST ACCOMPANY PROPOSAL PRICE FORM AND MUST BE COMPLETED AS APPLICABLE. Use additional sheets as necessary. Name, Address and Telephone Type and Description of Work to be Contract Amount Number of Subcontractor Performed 1. COMPLETE ELECTRIC, INC. ELECTRICAL $ 180,130.00 (ADDITIVE BID) 637 SEBASTIAN BLVD. SEBASTIAN, FL 32958 772 388-0533 2 BETSY LINDSAY INC. SURVEYOR $ 16,870.00 208 NORTH US HIGHWAY ONE #8 TEQUESTA, FL 33469 (772)286-5753 3 MILL -IT CORPORATION MILLING $ 3,750.00 9630 DISCOVERY COURT ALTAMONTE SPRINGS, FL 32714 (407) 661-1181 4. FLORIDA EXOTIC A LANDSCAPE CO SOD & LANDSCAPING $ 17,865.00 4016 SW MOORE STREET PALM CITY, FL 34990 (772) 286-2924 S EAST COAST FENCE & GUARDRAIL, INCGUARDRAIL REMOVE & INSTALL $ 24,174.00 PO BOX 573 COCOA, FL 32923 (321) 5043666 6. $ 7. $ TOTAL DOLLAR VALUE OF SUBCONTRACTOR PARTICIPATION: $ 242,789.00 PERCENT SUBCONTRACTOR PARTICIPATION: 33.14 Name of BIDDER: MANCIL'S TRACTOR SERVICE, INC. Sebastian Municipal Airport Page 22 of 216 Airport Drive East Improvements 28-JLTN-2013 LIST OF PROPOSED DBE SUBCONTRACTORS Project: Airport Drive East Improvements Minimum Disadvantage Business Enterprise goal for this project is 5% participation. MUMMA C U i iw h vuvua�Ne-e i,v I IV.7 1 ALL 1 t(Ct.7, ❑ Urine Contractor 4016 MOORE STREET, MULCH, & PLANTING ab Subcontractor $ 17,865.00 PALM CRY, FL 34990 D Supplier (772) 286-2924 SOIL D Manufacturer EAST COAST FENCE 8. GUARDRAIL, INC. GUARDRAIL REMOVE D Prune Contractor PO BOX 673 D Subcontractor $ 24,174.00 COCOA, FL 32923 &INSTALL D Supplier (321)504-3666 D Manufacturer BETSY UNDSAY INC. SURVEY LAYOUT D Prime Contractor 7997 SW JACK JAMES DRIVE STUART, & AS-BUILTS ❑ Subcontractor $ 16,870.00 FL 34997 D Supplier ❑ Manufacturer D Prime Contractor D Subcontractor $ ❑ Supplier D Manufacturer TOTAL DBE SUBCONTRACTOR DOLLAR AMOUNT: $58.909.00 PERCENT OF DBE SUBCONTRACTOR PARTICIPATION: Note: 1— Women, Black, Hispanic, Other (Specify) MANCIL'S TRACTOR SERVICE, INC. (DON R. MANCIL, JR.) Name of Authorized Individual Authorized gignature JULY 23,201 Date N-11111VA. Sebastian Municipal Airport Page 23 of 216 Airport Drive East Improvements 28 -JUN -2013 LETTER OF INTENT TO PERFORM ASA DBE SUBCONTRACTOR Project: Airport Drive East Improvements To: MANCIL'S TRACTOR SERVICE. INC. Bidder's Name The undersigned is certified as (check one): An Individual A Corporation A Partnership A Joint Venture Date of DBE Certification: The undersigned is prepared to perform the following described work in connection with the above project (specify in detail particular work items or parts thereof to be performed): at the price of $ � 1 ar 7 i (Subcontractor's quote), and will enter into a formal agreement for work with you conditioned upon your execution of a contract with the City of Sebastian. If undersigned intends to sub -subcontract any portion of this subcontract to a non -minority subcontractor or supplier, the amount of any such subcontract must be stated: The undersigned subcontractor understands that the provision of this form to prime bidder does not prevent subcontractor from providing quotations to other bidders. :Nameo�luthorized 1>} ividual 40 2r, Signature A Date Sebastian Municipal Airport Page 24 of 216 Airport Drive East Improvements 28 -)UN -2013 -h( 9 .0 U sl U o c o v Q O U) -�� L cu ct (� t) 06 ro U J 00 -LJL c-{ C6 u N C) mm� `V cz W 00 N O N N r k v a c r 0 W ,LETTER OF INTENT TQ PERFORM AS ADBEWSCONTRAC TOR. Project: Airport Drive East hnprovtments TotMANCIUS TRACTOR SERVICE. INC - I Bidder's: Name The undersigned is certified as (check one), - An tndtv�dual A_Cqrpqrat.Jon Partnership A Joint Venture Date -.of DBR-Certificatiow. The undersigned is.prepared:to perform the.followingdescribed woikin. connection Nvitkthe aboVe 'project :(sPOifY,'zn detail particular work. items or parts t4ere o.f tobe..;pedprmed�- at the price of-$ VA, (Subcoj*artoes quptp), anis will enter into a formal agreejment-fbr work with you conditioned upon your execution of a. contract With the city .of Sebastian. If undersigned'intends to sub -.subcontract any portion of this subcontract to'anion-minority subcontractor or supplier; the of -any: such -subconttiai�rgm4t be 9 je _p stated, The undersigned subcorittaftor understands -that theprovision ;of this- form:.to prime bidder dogs not preventisubr,ontractor-fr,bm.prOviditig quotations to ptherbidders, C6 D -C DBE'Subcontractor Date Sebastian Municipal Airport Page 24 of 216 AirpottDrIve East Improvements 19 -JUN -1613 LEHRF]LlPfE FLORIDA EXOTIC A LANDSCAPE COMPANY INC 4016.-SWIVIOORE ST PALM .01-TY.FL-3499.0. ANNIVERSARY DATE Annually on. December 6 ) ear::'..M s. `F Hipp: . The Florida Department -of Transportation (FDOT). is ple'asedto. announce that your firm has been certified under Fibrida.'s Unified GertificationPro ram (UCP) as a 'g Disadvantaged Business .Enterprise : (DBE) in accordance with 49 Cqcle, of Fe.cleral Regulation Part 26. a DBE Certification iszontinuina. bvt.'.Jt-is contingent upon the firm maintaining its eligibility annually through this -office. You will be'notified.of your annual .responsibilities in advance of the Anniversary Date. You must subrnit the: annual AFFIDAVIT FOR CONTINUING ELIGIBILITY ;n-o.l.,Ate.r:.than the Anniversary Date. Only firms listed in the UCP DBE Directory are. certified.:by Florida U.QP Members. Pfirne contractors a W consultants.,should'verIN your -firm" DBE :certification status, and identifythe w0jrKArqA'($4.'f uw#11"Ph:-'tb0#irm is QBE elaible, op through t IsDir tory I accessed Your firm Will be1isted in Florida's UCP DBE Directqrywhichi can belacce. thropgh the Departme0s -website: www ,,d and -then ze eU. Itiq re ory. DBE -certification is NOT a <guarantee of Work. It allows your firm to compete for and perform contract work on ALL USDOT Federal AM (FAA, FTA, and FHWA) projects in Florida as a DBE. contractor, sub contractor, consultant, sub -consultant or, material supplier. If, at any time there is a material change you must advise this office, by sworn affidavit and supporting documents, within thirty (30) days-Chang0s include, but are not limited to, ownership, officem, directors., management, keypersonnel, scope of work performed, daily operations, ongoing business relationships with other -firms or individuals, of the physical location: of your firm. After our review, you will. receive instructions as to how you should proceed, if :necessary. Failure to do so will www.dotstateftus 5e5 Sodding 584.4-qndscaping-- - Ques'tions.and concerns =should be. directed d to this office by mail or telephone. Our #elephone number is (850.) 41.4-4747. Our %x number is (850) 41.4-4879. Sin .er }y, Victoria Smith DBE Certification Manager .LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR Project: Airport Drive East Improvements To: MANCIL'S TRACTOR SERVICE INC. Bidder's Name The undersigned is certified as (check one): An Individual A Corporation A Partnership A,Joint Venture Datc.ofDRE Certification- 06/0:7/12 to 06/07/14 The undersignedds prepared to perform the following described work in connection with the above project. (specify in detail particular work items orparts hereof to be performed): Surveying aervice_s at the price of $ 16, 8.7 0. 0.0 (Subcontractor's quote); and will enter into a formal agreement for work with -you conditioned upon your execution of contract with the City of Sebastian_ if undersigned intends to sub -subcontract. any portion of this subcontract to a non -minority subcontractor or supplier; the amount of any such subcontract must be stated: $' The. undersigned subcontractor understands that the: provision of this form to .prime bidder does not prevent subcontractor from providing:quotations to other bidders. Betsy Lindsay, .Inc. DBE Subcontractor David J. Wichser .Name of Autho .. ed Individual Authorized Signature . July 23, 2013 Date Sebastian Municipal Airport Page 24 of 216 Airport. Drive East.Improvements 28 -JUN -2013 1 Aiv" Florida Department of Transportati0j, RICK SCOTT 605 Suwannee Street ANANTH PRASAD. P,E. GOVERNOR Tallahassee, 171, 32399-.0450 SECRETARY April 1., 2013 Rene -Hankins, Office Manager BETSY LINDSAY, INC. 7997 SW Jack James Drive ,97 Dear Ms.. Hankins: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to, qualify your firm for the following types,of work: wing Group 8 - Survey and -Mapping :8.1 Control Surveying -8.2 Qesign., Right of Way & Construction Surveying 8A Right of Way -Mapping Your firm is now qualified 'to do work for the Department for minor projects only. This level of qUa.lificatJon allows consultants to compete1or minor projects with fees estimated at below $250,000.OG. Your Notice of Qualification shall be valid for one year from the date of this letter. We will automatically notify.. yourfirm 45 to 60 days -prior to your update dead , I . ine. Should you have any questions, please feel free to. contact me at 850/414-4485. Sincerely, Iva Lorraine E. Odom Professional Services Qualification Administrator LEO/,cbhk www.dotsme.flms Florida Department of T'xa por��iattion CHARLIE CRIST 605 Suwannee :Street coVrrxxoR Tallc hassee; FL -323,99-0450 October 23, 2007 Certified Mail — Return Recelpt Requested Betsy Lindsay, Inc. Ms. Betsy A. Undsay 799.7 SW Jack James Drive Stuart FL 34997 ANNIVERSARY DATE- Annually on April 30. Dear Ms. Lindsay: STEPHAM C, t£QPELOUSOS SECRETARY The Florida Department of Transportation [FDOT]s pleased to announce that your firm is certified underthe Florida Unified Certification Program {UCP] as a Disadvantaged Business Enterprise in accordance with Part 49 Section 26, Code.of=Federal'Regulations. .DBE certification is continuing, but is -contingent upon the firm maintaining its eligibility annually through this office. You W11 :be noted of your annual responsibilities in advance of the Anniversary 'Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date, Failure to do so will:result in immediate action to decertify the firm. Only those firms <listed in the UCP DBE Directory, are certified by Florida UCP Members. Prime contractors and consultants should verify your firms li'SBE certi cacti on status, and Idem fy the only work area(s) for which title ftin Is DBE' 1i 11 to, through this Directory. Your firm will be listed in Florida's UCP DBE Directory which can be accessed via the internet, at htt //www bi incweba s.com/biznetftorida/ or through The Department' website at www dot state fl les/equsiooportunityoffce then select "DBE Directory." DBE certification is NOT a/: guarantee of work,., but enables the firm to compete for, and perform, contract work. on all USDOT Federal Aid (FAA, FTA and FHll11'A) www.dot.staW.ff.us 0 RECYCM PARR projects in-f`ior la is a DBE cantraetor, SUb=c ontractar, consultant, sub -consultant or material supplier. - If, at any trme, there is a material ci7anp :in the firm, including, but not limited to, ownership, off'i , Directors, scope of mric be{ng performed, daily opem ns, affiliations with other businesses or individuals or phya3cal location of the firm, you must notify;this cam, in wtftin€q, within t30) days. Notification should include supporting .doomentat on You •will receive timely in ttuctian from this offices as to taw yo should proceed, if h ssary. four firm is a{tgib0 tv c omp�ate far, and perforlil, work nn all U DOT Federal ;Aid Projects: throughout Florida, and may earn DBE credit for work performed In the following areas: Questions or a omens should be directed to this cue by mail or telephone. Our Wepf pane number is (850) 414-4747. ::Our Fax number is (850) 414.A878. Si ,.lY tin Goodeman DBE eectifica#tdn Manager 0 STATEMENT OF GOOD FAITH EFFORTS Project: Airport Drive East Improvements The Bidder shall demonstrate the good faith efforts made to meet the DBE goals established as long as all of the requested information is included. Failure to include all requested information shall result in the bid being determined as nonresponsive to the DBE requirements. The following list is not intended to be exclusive or exhaustive and the Owner will look not only at the different kinds of efforts the bidder has made, but also the quality, quantity, intensity and timeliness of those efforts. It is the responsibility of the bidder to exercise good faith efforts. Any act or omission by the Owner shall not relieve the bidder of this responsibility. Criteria listed below are excerpted from Appendix A of 49 CFR93, as amended. A response is required to address each cited paragraph. Additional pages may be added as necessary. 1. Whether the Bidder attended the Pre -Bid conference, if held: Attended X Not Attended Not Held 2. Whether and when the bidder provided written notice to all certified DBE's that perform the type of work to be subcontracted and advising the DBE's of the specific work the bidder intends to subcontract; that their interest in the contract is being solicited; and how to obtain information for the review and inspection of contract plans and specifications. All letters from bidders to prospective DBE subcontractors must be post marked or fax recorded a minimum of 12 calendar days urior to bid opening. 3. Provide complete list of all DBE's solicited. DBE SUBCONTRACTOR DBE TYPE' TYPE OF WORK FLORIDA EXOTICS WOMAN LANDSCAPING EAST COAST FENCE & GUARDRAIL WOMAN/MINORITY GUARDRAIL BETSY LINDSAY SURVEYORS WOMAN Note: 1 — Women, Black, Hispanic, Other (Specify) SURVEYOR Sebastian Municipal Airport Page 25 of 216 Airport Drive East Improvements 28-JLTN-2013 STATEMENT OF GOOD FAITH EFFORTS (Continued) 4. Provide complete list of all DBE's who submitted bids which were not the low responsive bids. DBE SUBCONTRACTOR DBE TYPE' TYPE OF WORK Note: 1— Women, Black, Hispanic, Other (Specify) DON R. MANCIL, JR., MANCIUS TRACTOR SERVICE, INC. oo®Ro Name of Authorized Individual M. o ��®SM ���� Authorized Signature v 9 JULY 23, 2013 �• Date Sebastian Municipal Airport Page 26 of 216 Airport Drive East Improvements 28 -JUN -2013 STATEMENT OF GOOD FAITH EFFORTS (Continued) 4. Provide complete list of all DBE's who submitted bids which were not the low responsive bids. DBE SUBCONTRACTOR DBE TYPE' TYPE OF WORK Note: 1 — Women, Black, Hispanic, Other (Specify) DON R. MAN 31L, JR., MANCIL'S TRACTOR SERVICE INC. Name of Authorized Individual ORSEAL ii ° � Authorized Signature 1984 JULY 23 2013 °°°° ••°°°°° Date OF Sebastian Municipal Airport Page 26 of 216 Airport Drive East Improvements 28-JLTN-2013 FLORIDA TRENCH SAFETYACT CERTIFICATION AND DISCLOSURE STATEMENT Project: Airport Drive East Improvements The undersigned acknowledges the requirements of the Florida Trench Safety Act., F.S., (Section 553.60 et. seq. Florida statutes), and hereby commits the Bidder to the following in the performance of the work in the event that the subject contract is awarded to and executed by said Bidder. The Bidder fiuther acknowledges that the Florida Trench Safety Act, (the Act) establishes the Federal excavation safety standards set forth at 29 CFR Part 1926, Subpart P as the Interim State Standard until such time as the State of Florida, through its Department of Labor and Employment Security, or any successor agency, adopts, updates or revises said interim standard. This State of Florida standard may be supplemented by special shoring requirements established by the State of Florida or any of its political subdivisions. 2. The Bidder, as Contractor, shall comply with all applicable excavation/trench safety standards. 3. The Contractor shall consider the geotechnical data available from the City, if anv' the Contractor's own sources, and all other relevant information in providing the trench safety system to be employed on the subject Project. The Contractor acknowledges sole responsibility for the selection of the data on which he relies in providing the safety system, as well as for the system itself. 4. The amounts that the Bidder has set forth for pipe installation includes the following excavation / trench safety measures and the linear feet of trench excavated under each safety measure. These units, costs, and unit prices shall be disclosed solely for the purpose of compliance with procedural requirements of the Act. No adjustment to the Contract time or price shall be made for any difference in the actual number of linear feet of trench excavation, except as may be otherwise provided in these Contract Documents. Trench Safety Units of Measure Unit Measure (Description) (LF, SF) (Quantity) a. OPEN CUT PER OSHA LS 1 b.TRENCH BOX PER OSHA LS 1 d. For Information Only, Not for Payment Purposes $ 200.00 Unit Cost $100.00 $100.00 Bidder may use additional sheets as necessary to extend this form. Failure to complete the above may result in the bid being declared non-responsive. Extended Cost $100.00 $100.00 5. The amount disclosed is the cost of compliance with the applicable trench safety requirements does not constitute the extent of the Contractor's obligation to comply with said standards. Contractor shall expend additional sums at no additional cost to the County, if necessary, to comply with the Act (except as may otherwise be provided). 6. Acceptance of the bid to which this certification and disclosure applies in no way represents that the County or its representative has evaluated and thereby determined that the above costs are Sebastian Municipal Airport Page 27 of 216 Airport Drive East Improvements 28 -JUN -2013 adequate to comply with the applicable trench safety requirements nor does it in any way relieve the Contractor of its sole responsibility to comply with the applicable trench safety requirements. MANCIL'S TRACTOR SERVICE, INC. Company DON R. MANCIL, JR., PRESIDENT Name and Title Address: 4551 SE HAMPTON COURT STUART, FL 34997 Telephones 772 ) 288-0951 Llm��-ffo"N END OF FLORIDA TRENCH SAFETY ACT STATEMENT Sebastian Municipal Airport Page 28 of 216 Airport Drive East Improvements 28 -JUN -2013 STATEMENT OF PARTICIPATION IN CONTRACTS SUBJECT TO NON-DISCRIMINATION CLAUSE Project: Airport Drive East Improvements The Bidder shall complete the following statement by checking the appropriate boxes: The Bidder has (X ) has not ( ) participated in a previous contract subject to the non-discrimination clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder has (X ) has not ( ) submitted all compliance reports in connection with any such contract, due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated previously in a contract subject to the non-discrimination clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report, EEO -1" prior to the award of the Contract. MANCIL'S TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual Authorized SignatureSM E JULY 23, 2013 Date OF Sebastian Municipal Airport Page 29 of 216 Airport Drive East Improvements 28 -JUN -2013 CERTIFICATION OF NON -SEGREGATED FACILITIES Project: Airport Drive East Improvements 1. A Certification of Non -segregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. The federally assisted construction contractor certifies that he/she does not maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments and that he/she does not permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted construction contractor certifies that he/she will not maintain or provide, for his/her employees, segregated facilities at any of his/her establishments and that he/she will not permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, Restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause and that he/she will retain such certifications in his/her files. MANCUS TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual moo" gt® yea °•� Authorized ignature JULY 23, 2013 Date Sebastian Municipal Airport Page 30 of 216 Airport Drive East Improvements 28-JLJN-2013 BUY AMERICAN CERTIFICATE (JAN 1991) Project: Airport Drive East Improvements By submitting a bid/proposal under this solicitation, except for those items listed by the bidder below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in Article 23 of Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction Contracts") and that components of unknown origin are considered to have been produced or manufactured outside the United States. NONE MANCIL'S TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual Authorized ignature`�OR i 4 '70 it JULY 23, 2013 Date C-) Sebastian Municipal Airport Page 31 of 216 Airport Drive East Improvements 28 -JUN -2013 CERTIFICATION REGARDING FOREIGN PARTICIPATION Project: Airport Drive East Improvements The Contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. This contractor may rely upon the certification of a prospective subcontractor unless it has knowledge of the certification being erroneous. The Contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances_ This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United State of America and the making of a false, fictitious, fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. MANCIL'S TRACTOR SERVICE, INC.. DON R. MANCIL, JR. Name of Autho ' ed Individual 1Z Authorized Signature JULY 23, 2013 Date Sebastian Municipal Airport Page 32 of 216 Airport Drive East Improvements 28-JLJN-2013 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY. AND VOLUNTARY EXCLUSION Project: Airport Drive East Improvements The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation of this solicitation/proposal. MANCIUS TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual OR Authorized .� Authorized Si afore moo° SEAL 7-- JULY :JULY 23, 2013 1 Date °°• °....•• �•'� OF Sebastian Municipal Airport Page 33 of 216 Airport Drive East Improvements 28 -JUN -2013 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT Project: Airport Drive East Improvements The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. Failure to complete these blanks may be grounds for rejection of bid: The Bidder (Proposer) has X has not _ developed and has on file at each establishment Affirmative Action Programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. The Bidder (Proposer) has X has not _ participated in any previous contract or subcontract subject to the Equal Opportunity Clause prescribed by Executive Order 11246, as amended. The Bidder (Proposer) has _ has not X filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO -1 Report). The Bidder (Proposer) does _ does not X employ fifty (50) or more employees. MANCIUS TRACTOR SERVICE, INC., DON R. MANCIL, JR. Name of Authorized Individual OR Authorized Sign ture o °�� i� • .e c� SEA L JULY 23, 2013 Date Sebastian Municipal Airport Page 34 of 216 Airport Drive East Improvements 28 -JUN -2013 FORM OF NONCOLLUSION AFFIDAVIT Project: Airport Drive East Improvements State of Florida DON R. MANCIL, JR. he/she is PRESIDENT (Sole owner, a partner, president, secretary, etc.) of MANCIUS TRACTOR SERVICE, INC. being first duly sworn, deposes and says that the party making the foregoing Proposal or BID; that such BID is genuine and not collusive or sham; that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Bid Price of applicant or any other BIDDER, or to fix any overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Proposal or Bid are true; and further, that such BIDDER has not, directly or indirectly submitted this BID, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent thereof. (Bidder) Sebastian Municipal Airport Page 35 of 216 Airport Drive East Improvements 28-JLJN-2013 &VERIFICATION CERTIFICATION Project: Airport Drive East Improvements The Bidder/offeror acknowledges and agrees to the following: The Bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that the Bidder /offeror shall utilize the Unites States Department of Homeland Security's E -Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; 1. all persons employed by the Bidder/offeror during the term of the Contract to perform employment duties within Florida; and 2. all persons including subcontractors, assigned by the Bidder/offeror to perform work pursuant to the Contract with the Owner. Further information can be found at the following website: hftp://www.uscis.gov/e-verify SAFETY PLAN COMPLL4NCE DOCUMENT (SPCD) CERTIFICATION Project: Airport Drive East Improvements The Bidder/offeror acknowledges and agrees to the following: In accordance with the requirements of the Federal Aviation Administration Advisory Circular AC 150/5370-2, The Bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that the Bidder /offeror has read and will abide by the Construction Safety and Phasing Plan (CSPP) that has been included herein. The Bidder/offeror also certifies that upon Contract Award a Safety Plan Compliance Document (SPCD) shall be submitted. a Signature) DON R. MANCIL, JR., PRESIDENT Print Name and Title Name of Bidder: MANCIL'S TRACTOR SERVICE, INC. Sebastian Municipal Airport Page 36 of 216 Airport Drive East Improvements 28 -JUN -2013 CITY OF SEBASTIAN Airport Drive East Improvements Sebastian Municipal Airport ADDENDUM # 1 DATE: July 14.2013 TO: All Bidders This Addendum becomes hereby an integral part of the bid package under consideration by you as a respondent. The City of Sebastian deems all sealed bids to have been proffered in recognition of the entire bid package — including all issued addenda. This Addendum is being sent to you via "e-mail". Should you have any questions pertaining to this Addendum, please contact Mark Jansen via e-mail at mjansen araidinc.us . ADDENDUM MESSAGE A. This addendum message includes these pages, and the following electronic files: 1. 2013-06-27-AID_Arpt_Drive East BidSchedule-A1 2. 2013-06-27-AID_Arpt_Drive East Plans Addenduml 3. 2013-06-27-KSM_Arpt_Drive East Geotech-Cores 4. 2013-06-27-KSM_Arpt_Drive_East Geotech-Permeability 5. 2013-07-12-addendumO l 6. 2013-07-14-AID-Bidders—List B. Submitted to the City must also include this addenda page submitted & signed as acknowledgement of receipt o4se. MANCIL'S TRACTOR SERVICE, INC. Receipt Acknowledged Xy (Bidders Signature) Firm Name Original Signed by Mark Jansen Mark Jansen, Project Manager American Infrastructure Development, Inc. Airport Drive East Improvements Sebastian Municipal Airport Page 1 of 2 Addendum 1 July 14, 2013 ADDENDUM # i BID FORM Bid Price form was distributed. See attached revised bid form in EXCEL format. Cells are locked except for Contractor's Unit Price. CHANGES TO DRAWINGS See the revised complete set of drawings. All sheets from original bid documents were revised an updated as part of the design. Delete original bid set of plan in its entirety- no revisions were clouded. Landscape Drawings were included in the revised set. GEOTECHNICAL INVESTIGATION Results of the geotechnical investigation are included in this transmission. Airport Drive East Improvements Addendum 1 Sebastian Municipal Airport Page 2 of 2 July 14, 2013 CITY OF SEBASTIAN Airport Drive East Improvements Sebastian Municipal Airport ADDENDUM # 2 DATE: July 19. 2013 TO: All Bidders This Addendum becomes hereby an integral part of the bid package under consideration by you as a respondent. The City of Sebastian deems all sealed bids to have been proffered in recognition of the entire bid package — including all issued addenda. This Addendum is being sent to you via "e-mail'. Should you have any questions pertaining to this Addendum, please contact Mark Jansen via e-mail at mjansen@aidinc.us ADDENDUM MESSAGE A. This addendum message includes these pages, and the following electronic files: 1. 2013-06-27-AID_Arpt_Drive East—BidSchedule-A2 2. 2013-07-08-pre-bid_meeting_minutes 3. 2013-07-19-addendum02 4. 2013-07-19-x26 road bidders 5. C003-Addendum02 6. C 105-Addendum02 7. C 106-Addendum02 B. Submitted to the City must also include this addenda page submitted & signed as acknowledgement of receipt of same. C. MANCIUS TRACTOR SERVICE, INC. Receipt Acknowledged Ify (Bidders Signature) Firm Name Original Signed by Mark Jansen Mark Jansen, Project Manager American Infrastructure Development, Inc. Airport Drive East Improvements Sebastian Municipal Airport Pagel of 2 Addendum 2 July 19, 2013 ADDENDUM #2 TO ALL BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS• 1. Sheet C003 has been revised to add Canal and Ditch lengths, as well as a Control Structure that will discharge the water to the existing canal. Details of the Control Structure will be provided on the issued for construction set, but an estimated size and type is included for bidding purposes. 2. Sheets C105 and C106 has been revised to add two (2) Speed Hump/Reduce Speed signs in both . directions of the Golf Cart Course crossing. 3. Question: Please clarify the end treatments for the guardrails. Answer: Rounded end section shall be used. 4. Question: Plans show a ditch and canal on the typical section in the 30' wide roadway. I don't see anything on the overall project layout sheet C003? Is there a proposed canal on the south side of the road thru this section? Did they supply cross section sheets at even one hundred foot sections? Answer: There are proposed ditches at each side of the road, and one canal on the south side. Refer revised sheet C003 for length of canal and ditches included in this Addendum. Use the typical sections (1 and 2 on sheet C004) and new Overall Project Layout sheet for canal and ditch estimates. No further sections will be provided. 5. Question: Is the Contractor required to provide testing? Answer: The Contractor is required to perform quality control testing for each item of work as part of the Contractor Quality Control Testing Plan. The owner will provide Quality Assurance testing at random intervals. The Contractor must include the cost for QC testing in the unit price for that item. See Section 100 of Technical Specifications for details. 6. Question: Where is the electrical source for the proposed irrigation system? Where is the water supply/source for the proposed irrigation system? Answer: There is no irrigation requirement on this Airport Drive east project. The City of Sebastian will be watering the trees after installation. 7. Question: Is there a detail or specification for the pedestrian crossing signs/lights (solar powered)? Answer: The requirements are as follows: "Solar powered, RRFB (Rectangular Rapid Flashing Beacon) light bar and Pedestrian motion detection (see revised C106)." Airport Drive East Improvements Addendum 2 Sebastian Municipal Airport Page 2 of 2 July 19, 2013