Loading...
Item D19 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 18.2005 Division: Engineering Bulk Item: Yes -L No Department: Engineering Staff Contact Person: David S, Koppel, P.E. County Engineer AGENDA ITEM WORDING: Approval to award bid and execute contract with Overholt Construction Corporation for construction of North Key Largo Fire Station, ITEM BACKGROUND: (SEE ATTACHED) PREVIOUS RELEVANT BOCC ACTION: On 12/18/02 BOCC approved infrastructure monies for the capital improvements with bond monies. CONTRACT/AGREEMENT CHANGES: NONE STAFF RECOMMENDATIONS: Approval as stated above. TOTAL COST: $2.030,500.00 BUDGETED: Yes ~ NO_ COST TO COUNTY: $2,030,500,00 SOURCE OF FUNDS: Infrastructure/Bond Funds 307,26004.560620-CS0303-560620 REVENUE PRODUCING: YES_ NO-2L AMOUNT PER MONTH YEAR APPROVED BY: County Atty. OM8/Pu~~hasing__ Risk Management~~_~__~_ , // ~ /1 jf I ,/"' J cPt, David S, Koppel, P.E., Couty Engineer DIVISION DIRECTOR APPROVAL: DOCUMENTATION: Included....-L To follow Not required DISPOSITION: AGENDA ITEM # ITEM BACKGROUND: On March 31, 2005, two 2 bids were received in Purchasin , the bid tabulations are as follows: 'I MONROE COUNTY FIRE STATION NO, 25 I ! Bid Opening March 31,2005 Base Bid Alternates: No, 1 NO.2 No.3 No,4 No.5 No,6 NO.7 No,8 No.9 No, 10 No. 11 No.12 No.13 OVERHOL T CONST CORP. PEDRO FALCON CONTRACTORS $2.067.000.00 $2.778.000.00 $9,000.00 -$700.00 $5,500.00 $8,000.00 $4,700.00 $2,500.00 -$4,000.00 -$30,000.00 -$2,500.00 -$3,000,00 -$48,000.00 -$14,000.00 -$13,500,00 NO.1 No,2 No,3 NO.4 No,5 No.6 No,7 No.8 No,9 No. 10 NO.11 No, 12 No. 13 Add All. No. 2,3, -$36.500.00 5, 8, 9 & 13 to bid GRAND TOTAL $2.030.500.00 $3,950.00 00 $14,225.00 $8,995,00 $11,125.00 $15,650,00 -$10,650,00 -$23,020,00 -$4,135,00 -$3,000,00 -$50,831,00 -$7,000.00 -$24,500,00 -$26,305,00 $2,751.695.00 The low bid including Alternates 2,3,5,8,9 and 13 is Overholt Construction Corporation at two- million thirty-thousand and fifty dollars, MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Overholt Construction r Contract #_ ,- Effective Date: May 18, 2005 Expiration Date: Contract Purpose/Description: N Key Largo Fire Station Contract Manager: LalTY S Cha~ (N ame) L ?()4/18/2005 /..--,,"^~',-:.,-_'_"'~ c/ for BOCC meeting on 4468 Construction Managqtnent ~__ (Ext.) (Department/S~bp #) , Agenda Deadline: 05/03/2005 \\ ./ CONTRACT COSTS Total Dollar Value of Contract: $ 2,030,500. Budgeted? Yes[8J No D Account Codes: Grant: $ County Match: $ Current Year Portion: $ 2,030,500. 307 - 260041- 5 60620-CS0303 - 560620 - ... - - --~~- - - - --~-- ... - - .. -~~-~ Estimated Ongoing Costs: $ (Not included in dollar value above) ADDITIONAL COSTS /yr For: ~ (eg. maintenance, utilities, janitorial, salaries, etc,) CONTRACT REVIEW Risk Management Date In ~::~~~ /1~4e r 7'l-C~ YesD~o~ Cp~r( Yesi.:~N'."O~ ' if) ',,c. \" (I,..., ." .' \.@Nj ~ ~ ";~~<j".f.t,.,,~ ~\\ _ YesD NoL!1 " ' i rf. 1/ nJtSlf 51b! Q ~CS YesI.i2rNo~'\'~ - ;I/N:?; ?I;f<-c . Date Out Division Director c /'~j ,';, q 19 {hi? o .M.BJPurchasing County Attorney Comments: OMB F(mn Revised 2/27/01 MCP #2 Apr 26 05 01:00p William P. Horn (305)296-1033 p. 1 MON ROE cour'HY CONSTRUC1lOft MANAGEMENT APR 2 5 2005 lIME: WILLIAM P. HORN ARCHITRC~CilYfaY:.~-~-----ht:crlS" Nn AA onO~040 915 EATON STREET, KEV WFST, PLORlDA 33040 rHONE: 305,2'J(,.X302 f,'AX: 305.)<)C,-! OJJ April 26, 2005 To; Monroe County Larry S. Chalmers. A.I.A. llircctor of Construction and Planning Re: North Key Largo Fire Station Monroe County Oeaf Mr. Chalmers, I have reviewed the two bids we received on the new North Key T ,argo Fire Station and I am recommending Overholt Construction Corporation. We received a bid tor $ 2,067,000.00 from Overholt Const. Corp. and a bid for $ 2,778,000.00 from Pedro Falcon Electrical Contractors, Inc. My cost estimate was $ 1,906,149.00. Overholt Const. Corp. bid was very close to my l,;u~l e:;llmale. Fakon'~ bid WU::i abuut $ 800,000.00 over my e~limale. When we choose the alternates we want, Overholt's bid comes to $ 2,030,500,00. We are recurrunemling ut;cepling ullemalc~ 2, 3, 5, 8, 9, and 13 (please, see alternate list for more information) Again, I recommend we negotiate a contract with Overholt Const. Corp., who appears to be the lowest qualified bidder. Please, call If you have any questions, Sincerely, / t>' ?/ William P. Horn Principal Section 00500 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STlPULA TED SUM AGREEMENT made as of the 18th day of May in the year of TWO THOUSAND FIVE (In Words, indicate day, month and year.) BETWEEN the Owner: (Name and address) Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 and the Contractor: (Name and address) Overholt Construction Corporation 10460 SW 18ih Terrace Miami, Florida 33157 For the following Project Monroe County Fire Station #25 (Include detailed description of project, 220 Reef Drive location, address and scope) Key Largo, FL SCOPE: The construction of a new Fire Station facility to include the demolition of existing structures on site and general site clearing. Clearing of hammock area and resulting landscape mitigation requirements. Site work, installation of site utilities and infrastructure, paving, lighting, landscaping, grading, and drainage. Construction of a new concrete masonry Fire Station structure of approximately 8,055 square feet Construction of interior partitions and ceilings for Fire Station structure. The Construction Manager is: (Name and address) Larry Chalmers, AlA Monroe County Construction Management 1100 Simonton Street Second Floor - Room 2-216 Key West, Florida 33040 The Architect is: William P. Horn Architect, P.A. 915 Eaton Street Key West, FL 33040 The Owner and Contractor agree as set forth below, 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 1 ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement: these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: Scope of Work as specified in the Project Manual for this project, Section 00300. ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Owner, through the Construction Manager, in writing not less than five days before commencing the Work. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than (Insert the calendar date or number of calendar days after the date of commencement. Also insert any requirements for earlier Substantial Completion of certain portions of the Work, if not stated elsewhere in the Contract Documents) 365 calendar days from date of Commencement. subject to adjustments of the Contract Time as provided by the Contract Document LlQUIDA TED DAMAGES Liquidated damages will be based on the Substantial Completion Date for all work, modified by all approved extension in time as set forth by the Construction Manager's signature of approval on the Certificate of Substantial Completion, The nquidated damages table below shall be utilized to determine the amount of nquldated damages. FIRST 15 DAYS $500.00/DAY SECOND 15 DAYS $1,OOO.QO/DAY 31ST DAY & THEREAFTER $3,500/DA Y The Contractor's recovery of damages, and sole remedy for any delay caused by the Owner shall be an extension of time on the Contract. ARTICLE 4 Contract Sum 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 2 4.1 The owner shall pay the Contractor in current funds for the Contractor's pertormance of the Contract the Contract Sum of two-million. thirty-thousand, and five hundred Dollars/100 ($2,030.500.). sUbject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: Alternates: 2,3, 5, 8, 9 and 13. Subtotal Alternates ($700.00) $5,500.00 $4,700.00 ($30,000.00) ($2,500.00) ($13,000.00) ($36 500 001 Subtotal Base Bid + Alternates $2,030,500.00 4.3 Unit prices, if any, are as follows: NONE ARTICLE 5 Progress Payments 5.1 Based upon Applications for Payment submitted by the Contractor to the Construction Manager, and upon Project Applications and Certificates for Payment issued by the Construction Manager and Architect, the Owner shall make progress payments on account of the Contract Sum to the contractor as provided below and elsewhere in the Contract Documents, 5.2 The period covered by each Application for payment shall be one calendar month ending on the last day of the month, or as follows: 5.3 Upon receipt from Contractor of an Application for Payment, Owner shall comply with the Florida Prompt Payment Act, Sections 218.735 and 218.74 F,S. in making paymentto contractor. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents, The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Construction Manager or Architect may require. This schedule, unless objected to by the Construction Manager or Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (1 O%), Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager, When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5,6.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of Ten percent (10%): 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500-3 6,6.4 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of the General conditions. 6.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Architect determines for incomplete Work and unsettled claims; and 5.7,2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10,3 of the General Conditions. 5.8 Reduction or limitation of retainage, if any, shall be as follows: NONE ARTICLE 6 Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment: and (2) a final Project Certificate for Payment has been issued by the Construction Manager and Architect: such final payment shall be made pursuant to the Florida Prompt Payment Act, Sections 218.735 and 218.74, F.S. ARTICLE 7 Miscellaneous Provisions 7,1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7,2 Temporary facilities and services: As listed in Table of Contents, Section 00001 of the Project Manual for this project. 7.3 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 7.4 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 7.5 The following items are part of this contract: a) Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied, Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Contractor, 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 4 b) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State, In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. c) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. d) Attorney's Fees and Costs, The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. f) Authority. Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law, g) Claims for Federal or State Aid, Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission, h) Nondiscrimination. County and Contractor agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order, County or Contractor agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination, These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101.6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 use s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 use s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreemen!l Monroe County Code Ch, 13, Art. VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age. 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 5 i} Covenant of No Interest. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement j} Code of Ethics. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. k) No Solicitation/Payment. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. I} Public Access. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this Agreement; and the County shall have the right to unilaterally cancel this Agreement upon violation of this provision by Contractor. m} Non-Waiver of Immunity, Notwithstanding the provisions of Sec. 286.28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. n) Privileges and Immunities, All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. o} Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory Duties, This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responSibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. p} Non-Reliance by Non-Parties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. q) Attestations. Contractor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. r) No Personal Liability. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer. agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 6 s) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by singing any such counterpart, t) Section Headings. Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. Special Conditions, if any are detailed in Section 01000 of the Project Manual for this Project ARTICLE 8 Termination or Suspension 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions. Article 9 Enumeration of Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement between Owner and Contractor. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated January 2005. and are as follows: Document Title Pages As listed in Table of Contents, Section 00001 of the Project Manual for this project. 9.1 A The Specifications are those contained in the Project Manual dated as in Subparagraph 9.1 .3, and are as follows: As listed in Table of Contents, Section 00001 of the Project Manual for this project. 9.1.5 The Drawings are as follows, and are dated on each individual drawing unless a different date is shown below: As listed in Table of Contents, Section 00001 of the Project Manual for this project Contract Drawings. Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. 9.1.6 Other documents, jf any, forming part of the contract Documents are as follows: Number 1 (Pre-Bid meeting minutes 2 (changes bid date and clarifies items) 2 (Alternate Prices) for bid 2 Chain-Link Fences and Gates clarifies bidding requirements Date 2/22/05 3/18/05 3/18/05 3/18/05 Pages 2 6 2 11 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 7 05/03/2005 15:22 305-234-5535 OVERHOLT CONSTRUCTIO PAGE 01 +305,954321 T-635 P.009/045 F-425 Is entered into as of the day and year first written above and is executed in at .. . nal copies of whicl1 one is to be delivered to -the Contractor, one each to the ... bn Manager a.nd Architect for use in the administration of the Contract, and the . .r to the Owner (SEAL) Attest DANNY L KOLHAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FL.ORIDA By: ~ Deputy Clerk By Mayor IChairman Date (8 E/\L) Attest: By: Title: Title: END OF SECTION 00500 04/28/05 AGREEMENT BEIVVEEN OWNER AND CONTRACTOR 00500- 8 This Agreement is entered into as of the day and year first written above and is executed in at least four original copies of which one is to be delivered to the Contractor, one each to the Construction Manager and Architect for use in the administration of the Contract, and the remainder to the Owner (SEAL) Attest: DANNY l. KOLHAGE, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By Deputy Clerk Mayor/Chairman Date (SEAL) Attest: CONTRACTOR By: By: Title: Title: END OF SECTION 00500 04/28/05 AGREEMENT BETWEEN OWNER AND CONTRACTOR 00500- 8