Loading...
HomeMy WebLinkAbout2023-254SECTION 00520 Agreement (Public Works) TABLE OF CONTENTS Title ARTICLE 1- WORK. ARTICLE 2 - THE PROJECT ...................................... ARTICLE 3 - ENGINEER ........................................... ARTICLE 4 - CONTRACT TIMES ............................... ARTICLE 5 - CONTRACT PRICE ................................ ARTICLE 6 - PAYMENT PROCEDURES .................... ARTICLE 7 - INDEMNIFICATION ............................. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS.. ARTICLE 9 - CONTRACT DOCUMENTS ................... ARTICLE 10 - MISCELLANEOUS .............................. Page ................................................................2 ................................................................2 ................................................................2 ................................................................2 ................................................................3 ................................................................3 ................................................................4 ................................................................4 ................................................................6 ................................................................7 [The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY] Agreement (Public Works) REV 04-07 - 00520 - 1 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.doa SECTION 00520 Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Proctor Construction Company, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed project includes a single story concrete block structure with a total of 16,617 square feet. The space will be split between office, shop, and warehouse. The roof will be a modified bitumen system on rigid insulation and mechanically attached to a galvanized metal deck on steel bar joists. Two covered parking structures are proposed consisting of metal roof over rigid steel frame. Work to also include demolition of the existing site in two phases, leaving the existing shop until phase 11 to demo. An existing parking area will be modified to create a new entrance%xit. Site utility work is also necessary to complete the project. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: TRAFFIC OPERATIONS FACILITY County Project Number: IRC -2104 Bid Number: 2023059 Project Address: 4548 4111 Street, Vero Beach, FL 32967 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence Agreement (Public Works) REV 04-07 - 00520 - 2 F:\Purchasing\Bids\2022-2023 FY (2023000(\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.dou A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 335th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 365th calendar day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $3,819.001 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $3,819.001 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $5,310,348.97 Written Amount: Five million three hundred ten thousand, three hundred forty-eight dollars and ninety-seven cents ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments Agreement (Public Works) REV 04-07 - 00520 - 3 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.doa A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. Reference for liquidated damages amount "Standard Specifications for Road & Bridge Construction" Florida Department of Transportation (FOOT) FY 2023-24, Section 8-10.2 for projects over $5, 000, 000 but less$ 10, 000, 000 than . THE ACTUAL LIQUIDATED DAMAGES AMOUNT WILL BE BASED ON THE CONTRACT AWARD AMOUNTAND WILL BE DETERMINED USING THE REFERENCED FDOT CRITERIA. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until substantial completion of all work to be performed by CONTRACTOR under the Contract Documents. B. For construction projects less than $10 million, at the time the Owner is in receipt of the Certificate of Substantial Completion, the Owner shall have 30 calendar days to provide a list to the Contractor of items to be completed and the estimated cost to complete each item on the list. Owner and Contractor agree that the Contractor's itemized bid shall serve as the basis for determining the cost of each item on the list. For projects in excess of $10 million, owner shall have up to 45 calendar days following receipt of Certificate of Substantial Completion of the project to provide contractor with said list. C. Payment of Retainage - Within 20 business days following the creation of the list, Owner shall pay Contractor the remaining contract balance including all retainage previously withheld by Owner except for an amount equal to 150% of the estimated cost to complete all of the items on the list. Upon completion of all items on the list, the Contractor may submit a payment request for the amount of the 150% retainage held by the Owner. If a good faith dispute exists as to whether one or more of the items have been finished, the owner may continue to withhold the 150% of the total cost to complete such items. The owner shall provide Contractor written reasons for disputing completion of the list. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.doa 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required Agreement (Public Works) REV 04-07 - 00520 - 5 F:\Purchasing\Bids\2022-2023 FV (2023000(\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.docx by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining an affidavit from all subcontractors, as required in Section 448.095(5)(b), F.S., stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-10, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); Agreement (Public Works) REV 04-07 - 00520 - 6 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.docz 8. Professional Surveyor 8t Mapper's Certification as to Elevations and Locations of the Work (page 00634-1); 9. General Conditions (pages 00700-1 to 00700-37, inclusive); 10. Supplementary Conditions (pages 00800-1 to 00800-13, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet, an index sheet, and sheets numbered Civil C-1 to C16 Architectural A1.10 to A6.22, Structural S-1 to S-6, Mechanical M0.1 to M6.1, Electrical E0.1 to E5.1, and Plumbing P0.1 to P5.1, inclusive, with each sheet bearing the following general title: Traffic Operations Facility; 13. Addenda (if applicable ); 14. Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Indian River County Fertilizer Ordinances Appendix C — Indian River County Traffic Engineering Special Conditions for Right of Way Construction 15. CONTRACTOR'S BID (pages 00310-1 to 00310-9, inclusive); 16. Bid Bond (page 00430-1); 17. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 19. Qualifications Questionnaire (page 00456-1 to 00456-2, inclusive); 20. List of Subcontractors (page 00458-1); 21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 22. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); Agreement (Public Works) REV 04-07 - 00520 - 7 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Faci1ity\IRC-2104_Samp1e Agreement.dou ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. Agreement (Public Works) REV 04-07 - 00520 - 8 F:\Purchasing\Bids\2022-2023 FY (2023000(\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.dou (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 1801 27t1 Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 9 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.dou IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on November 21, 2023 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: By: By: K. CONTRACTOR: ZIVER COUNTY :'��.• oyF 11ZO�Gt1 Otis (�tUG�Ot� o�+Q AM`� �1►�-�, Chairman (C ra or •2a9L 1� �, :�Q��•.lO1ww *► san Adams ���LS'l7\\�'l1 ILpO 0�i'•.;'i�F:•' (CORPORATE SEAL) A. Titkanich, Jr., County Administrator Attest OVET 9RM—�►L�JD LEGAL ICIENC - ''1 , Assistant County Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Name: Kirstin Leiendecker, P.E. Title: Assistant Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1380 Facsimile: (772) 226-1371 Address forgiving notices: a.o Sd L15 -1 �ti O License No. cyc Vs2g(as� (Where applicable) Agent for service of process: Designated Representative: Name: 2%cU )"GD01'iALr2 Title: 20ASNOXv-� i Address: 2.oso %J6-1 5v =a 1.00 NTLQ4 S-A, LAA - T -L. 0 Phone: "171 . �'N 4. 1(0 Facsimile: -11'1 • I'SA • SIB$ (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * Agreement (Public Works) REV 04-07 - 00520 - 10 F:\Purchasing\Bids\2022-2023 FY (2023000)\2023059 Traffic Operations Facility\IRC-2104_Sample Agreement.dou !RC -2104 SECTION 00310 – Bid Form PROJECT IDENTIFICATION: Project Name: TRAFFIC OPERATIONS FACILITY County Project Number: IRC -2104 Bid Number: 2023059 Project Address: 4548 41ST Street Vero Beach, FL 32967 Project Description: The propc>306 Jrgj(:,;t inchucles a single story concrete block structure with a total of 16,617 square feet The space will be split between office, shop, and warehouse. The roof will be a modified bitumen system on rigid insulation and mechanically attached to a galvanized metal deck on steel bar joists. Two covered parking structures are. proposed consisting of metal roof over rigid steel frame. Work to also include demolition of the existing site in two phases, leaving the existing shop until phase 11 to demo. An existing parking area will be modified to create a new entrancelexit. Site utility work is also necessary to co_Tplete the_pro1ert. _ THIS BID IS F BMITTED TO: INDIAN RIVER COUNTY 180027 1h Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to ;enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions ofthe Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening; or for such longer period of time that Bidder may agree to in writing upor request of OWNER. 3.01 In submitting this Bid, Bidder represents; as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Biddinc� Documents, the other related deta identified in the Bidding Documents, and the following Addenda, receipt of all which i, hereby acknowledged. Addendum Date Addendum Number 8/31/2023 No. 9/6/2023 --- - -- Noy 9/20!2023 -2 -- --- -- —_ - - ----- ------ -- N -0:-3–- o. 3--- 9/25/2023 9/25/2023 No. 4 B. Bidder has visited the Site and become familiar w'th and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. Bid Form REV 04-07 - 00310 - 1 FAPublic Woft%ENCINEERING DIVISION PROJECTS12104 Traffic Ops Facility\/-Admin\Btoslaid DocumentslDIV 0-1—Bid and Contract Doc_Template-20220729.docx IRC -2104 C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations,'tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with. the other terms and condifions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents, H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of ail conflicts.. errors, ambi:iuit'es or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any ag-eement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over ary other Bidder or over OWNER. (The remainder of page intentionally left blank) Bid Form REV C4-C7 - 00313 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\2104 Traffic Ops Facility\1-Admin\Bids\Eid Documents\DIV 0_1 _Bid and Convact Doc_(emplate_20220729.docx REVISED ITEMIZED BID SCHEDULE - ADDENDUM NO. 4 PROJECT NAME: TRAFFIC OPERATIONS FACILITY ADDENDUM NO.4 PROJECT NO. IRC -2104 BID NO. 2023059 (** indicates change) BIDDER ADDENDUM NG. f NAME: [* indicates change) - ,.' Item No. --- — -- _-- - --- ----- --------2222-- Ixsc:: t.a: -_-- uN 2222 2222-- QUtr,.t Oat Pttce — Amount BUILDING DIVISION 1 GENERAL REQUIREMENTS (INCLUDES EXISTING BUILDING DEMOLITION AND SITE 5URVEYING) LS 1 $ , 212,5527.1E : -_-12,93718 DIVISION 3 - CONCRETE - SEE STRUCTURAL ENGINEERING DRAWINGS LS 1 $ 4.4 336,220 _$ . - _ _.-_ - ,224-4C DIVISION DIVISION MASONRY- SEE STRUCTURAL ENGINEERING DRAWINGS_326_6.84^ METALS -SEES -1 RUCTURAL ENGINEERING DRAWINGS j LS 1 y 385,879.08 $ _333,160.,911 385,879.C8 DIVISION WOOD AND PLAY,ICS- SEE SFRUCTURAL ENGINEERING DRAWINGS LS 1 $ 22145.36 $ 22,145.36 DIVISION THERMAL AND MOISTURE PROTECTIQ ; - $ 419,395,44 $ -19,396,44 DIVISION 8 DOORS AND WINDOWS LS 1 $ 339,438.91. $ 335,438.91 DIVISION 9 FINISHES ! L3 S 446,587.42 > 4-.._,587.42 DIVISION 10 DIVISION 12 _ _ SPECIALTIES FURNISHINGS LS LS i$ $ 26,514.63 $ 8,297.09 $ 26,514.63 8,257.::3 DIVISION 13 SPECIAL CONSTRUCTION LS 5 241593.50 241,598.50 DIVISION 15 DIVISION 16 MECHANICAL & PLUMBING - SEE MEP ENGINEERING DRAWINGS EECTRICAL -SEEE MEP ENGINEERING DRAWINGS LS LS i $ 435,447.11 5 478,513.83 $ 435,44_ 478,513.83 BUILDING SUBTOTAL $ 3,736,140.14 SITZ WORK 101-1 V.OBiLIZ:'IONrOGMOoL.,IATION ;60, Fi7 - 1,..6u,__ 102-1 -. NIAIN'i ENANCE OF TRAFFIC ti 938.52 5 538. 2 104-10-3 SEDIMENT BARRIER LF "%61 110-1-1 j CLEARING AND GRUBBING ( AC i 2.05 S 41,060.20 S 34,373 .A 1 110.23 11OA-10 TREES TO BE REMOVED (OAKS: 10" - 40") _ REMOVAL OF EXISTING CONCRETE (SIDEWALKS) _ EA _-2 SY 226 $_ ^$_--105.58 1,759_72 5 _$ 5,837.51 23,861.E4 120-1 REGULAR EXCAVATION Cy S,i50 $ 9.03 5 10,388.23 160-4A TIPE BSTABILZATION(SIOtWAL%S AND LAYDOWN AREAON EASTSIDE OF SITE), 6 -THICK S'! 472i3.18 $ 8,582.:6 160-4B TYPE B STABILIZATION (CAR PARKING AND SERVICE YARD AREA) 8" THICK _ SY 3939 I� $ 18.18 $ 71,626.00 160AC TYPE 85TABi'J7%TION(AEAVY DUTY CONCRETE. AREAS) 12" THICK 51 4:-3 18.18 a 7,509.E"t 285-704 _— C?TIONAL BASE, GROUP 4 (CAR PARKING AREAS) SY 456 21.12 $ 9,529.: C 285-709 CPT!ONA.L BASE GROUP 6(SERVICE YARD) 3,260 5 23.45 75,US_.`_ 334-1-13 _�-SY S'.:PEP0AVE ASP M ALT CONCRETE TRAFFIC C(SP 9.5, 1.5")(CAR PARKING AREAS) _ TP: 3?.7 360.16 334-1-13 ASPhiALT CONCRETE TRAFFIC C (SP12.5,, 1_5" -_15T LIFT) (SERVICE YARD) _FN 2E0.5 _ - 7.34.63 334-1-13 _S_IPERPAVE E'LHRPAVE ASPHALT CONCRETE TRAFFIC C ISP 9.5, 1" - 2ND LIFT) (SERVICE YARD) ?N 173.7 - 334.35 $ —._ 53,^76.13 _._ 400-2-10 ---._ CONCRETE CLASS 11, APPROACH SLABS, 7" THICKNESS, REINFORCED, 4,000 PSI ____ Cy EC 5 989.26 5 79_140.61 425-1-54 425-2-41 INLET, DITCH BOTTOM, l YPE F __- _-EA MANHOLE, P-7, < 10' cA _ 3 i 5 9,385.19 _ 9,385.19 5 55,69632 28,155'55 430-175-112 _ PIPE CULVERT, ROUND, 12" S/CD (SCH 80 PVC) 30 5 90.33 430-175-115 PIPE CULVERT, ROUND, 15' S/CD (RCP) LT 142 i $ 103.82 ', $ 14,742.95 430-175-1112 PIPE CULVERT, ROUND, 16" S/CD (RCP) Li' 259 $ 122.01 '1,599.93 430-175-124 PIPE CULVERT, ROUND, 24" S/CO (RCP) LF 1229 157.20 5 10,279.05 430-964-E "!C PIPE FOR NON-STANDARD DRAINAGE- 8 SCH 80 lF - 5 52 7J 2,745. : 430-964-J PVC PIPE FOR NON-STANDARD DRAINAGE, 6" SCH 80 (ROOF LEADERS) LF 70 4633 5 3,234.' 507-70ALUMINUM i SIDEWALK FLOOR � SF 35 $ I 70.39 5 2,463.61 515-1-2 PIPE HANDRAIL-GUARDRAIL, ALUMINUM LF 24 5 i 187.701 $ 4,504.29! 520-1-10 CONCRETE CURB AND GUTTER, TYPE F LF 51 $ I 58.66 $ 2,991.52 '. S20-2-4 CONCRETE CURB, TYPED LF I 1,520 $ 41.06 $ 62,4115: 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (FIBER REINFORCED) (6" THICK) SY 658 $ 70.32 $ 46,268.58 527-2 DETECTABLE WARNINGS (YELLOW) =F_ 120 $ 102.65 $ 12,318_06 550-10-222 FENCE, CHAIN LINK, BLACK VINYL COATED, 6 FT LF 248 $ 48.68 $ 12,071.E9 550-60-211 FENCE GATE, CHAIN LINK, BLACK VINYL COATED, 5FT WIDE, 6 FT HIGH EA 1 1,349.12 1,349.12 550-60-236 FENCE GATE, TYPE B, SLIDING/CANTILEVER, 24'-30' OPENING __ 2 $ 5,854.01 _$ 11,708.02 570-1-2 PERFORMANCE TURF, SOD (BAHIA) SY 3,200 3.59 $ 11,487.47 580-4-343 LANCSCAPE -PA.LMS, SABAL PALMETTO, T-iT-CLEAR TRUNK EA 11_ $ 423.93 _5 4,663.26 580-5-223 C4NOSCAPE - TREES, LIV E 3. '-4UREL OAK, QUERCUS VIRGIANIANA & LAURI FOLIA, 11'-14' OVERALL HEIGHT_ EA 13 S 527.92 $ 6,862.9'- ,862c_LANDSCAPE 580.5-242 LANDSCAPE-TREES, NATCHEZ CREPE MYRTLE & SILVER BUTTONWOOD, 6' CVERALL HEIGH I- =1.2 _7o.E'' ., SBC-5-783 _ LANDSCAPE -TREES. TAXODIUM ASCENENS, POND CYPRESS, 11'-14' OVERALL HEIGHT - 580-5-6: _A _­CA; Sr,%LL SF.. _18, SPECIFIED, 7 GALLON 175S 590-1 LANDSCAPE_ IRRIGATION SYSTEM, MODIFICATION _LS_ _3_ $ 32,Sar,66 32,546.65 700-1-11 SINGLE SIGN POST, UP TO 123F AS 10 _5 469.26 $ 4,69259 710-90 '".iNTED PAVEbIENT MARK.NGS (808 LF OF 4" PARKING STALL STRIPES) LS 1 S 1,759.72 $ 1,759.72 710-90 P.INTED PAVEMENT MARKINGS (50 LF OF 6" DOUBLE YELLOW STRIPES) LS S 1,407.78 $ 1,407.7Z 711-11-123 THERMOPLASTIC, PAVEMENT MARKINGS, STANDARD SOLID WHITE, 12" LF 253 $ 11.73 $ 2,968.07 711-11-125 THERMOPLASTIC, PAVEMENT MARKINGS, STANDARD SOLID WHITE, 24" LF 84 $ 14.08 711-11-160 THERMOPLASTIC, PAVEMENT MARKINGS, SYMBCL $ 527.92 5 527.92 711-11-170 715-4-70 THERMOPLASTIC, PAVEMENT MARKINGS, ARROW 3HT POLE AND ELECTRIC BOX COMPLETE, FEMOVAL E;. cA - 527.92 5 645.23 51,290.66 3,695.42 1050.31202 TIU'TY PIPE - POLY VINYL CHLORIDE, FURNISH & INSTALL, WATER, 2" 16630 19,97 1050-31206 1_71MY PIPE - POLY VINYL CHLORIDE, FURNISH & INSTALL, SEWER, 6" LF 55 1060-11211 .,-:;Y STRJCTJRE, BEL3V,' Gii,,LUNC, FURNu- I S INSTALL, STORM, 0-6' (500 GAL "'!.'WATER INT6RCEPTORi Ea 21,116.67 1080-21102 UTILITY FIXTURE - VALVE, FURNISH &INSTALL, 2" EA 2 3,050.19 $ 6':00.3- 1080-23102 a-ILITY FIXTURE -TAPPING SADDLE, FURNISH & INSTALL, 2" EA 5 4,106.02 $ 4,105.02 1080-23106 -',-.TY F,A-URE - TAPF!NG SADDLE/S_EEVE, PJRNISH & INSTALL, 6' WITH 2" CORP =TOP EA i5 4,106.02 U-1 _ 4DERGR0 ,:VC ,71-6Y-" NiISC, EXISTING 4F.JRCE MAIN ABANJONF. IN PLACE LF 122 E 29.33 5 3,578...-, 9994 999-25 ." >RU'LT Ly" -F .: ANU RECORD DRAWING PREPARATION (BY REGISTERED 5JRVEY0I LS 1$ 3900.00 SITE WORK SUBTOTAL BUILDING SUBTOTF.L+SITEWOFXSUSTOIA.-= FORCE. ACCOL'".' - TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNT, = 4,575.13 $1,031,462.80 4,767,6:2.'=: EOO,)OO.C'`-' 5,367,602.5<; SF=Square Fccc LS=L.!a ;) Sum AC=Acre EA=Fath CY=Cubic Yard SY=Square Yard T'V=Ton LF=Linea Foc! AS --Assembly NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY Of PAY ITEMS) ANG THE iTEMIZEU BID SCHEDULE "THE.10 SCHEDULE AkLL EE JTILIZED F3R PURPOSES. Five Million Three Hundred Sixty Seven Thousand Six Hundred Two Dollars and Ninety Four Cents TOTAL PROJECT BID AMOUNT IN WORDS IRC -2104 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any oortion or portions of the work heretofore enumerated or shown on the plans. PI..Irthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any clairns by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are ntlt guaranteed, and are scle!y for the purpose of comparison of Bids, and final payment for all Unit Price Bid iterns wi!i he based on actuai ruantlties provided. The quantities actually regUired to complete tha c:onfract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. knit Prices have been computed in accordance with paragraph 11.0.! B of the General Conditio: s. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the ARreernetit 6.02 Bidder accepts the provisions of the Agreement as to liquidated darnagezi in the event of fai!.jre to complete the Work, within the times specified, which shall he stated in the Agreement. 7.01 The following documents are attached to ani: made a condition of this B,a: itemized Sid Schedule; B. Required Bid security in the form of AIA Document A31 U C. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships; D. Sworn Statement Under the Florida, Trench Safety A:t F. Qualifications Questionnaire - r. List of Subcontractors; G. Certification Regarding Prohibition Against Contracting with Scrutinized Comoanies DIV 0-1—Bid and Contract Doc_Template_202207298id Form - 00310 - 6 FAI`ublic WorkslENGINEERING DIVISION PROJECTS12104 Traffic Ops Facilltylt-Admin8esUd Documents0V 0_1_6id and Contract Doc_Template_20220729.docx IRC -2104 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on OC1�e.r I I , 2023. State Contractor License No GGC1529654 If Bidder is: An Individual Name (typed or printed): By (Individual's signature) Doing business as: Business address: Phone No.: Email: A P«rtnershic Partnership Name: By: FAX No.: (Signature of general partner -- attach evidence of authority to sign) Name ;typed or printed): Business address: Phone No.: Email: FAX No.: (SEAL) (SEAL) A Corporation Corporation Name: Proctor Construction Company, LLC State a' Incorporation: Florida _ Type (General Business, Professional, Service, Limited Liability): Limited Liability By (Sri L attach evidence of authority to sign) Name (typed or printed): John Granath M Title: President / COO /, 1 (CORPORATE SEAL) Attest Catherine Emrick (Signature of Corporate Secretary) Business address: _2050 US Highway 1, Suite 200, Vero Beach, FL 32960 Phone No.: 772-234-8164 FAX No.. _772-234-8188 - --- Email: _jgranat boroctorcc.com Bate of Qualification to do business is _ January 29, 20' r DIV 0-1—Bid and Contract Doc_Tempiate_2022072913id Form - 00310 - 7 F:\Public WorkMENGINEERING DIVISION PROJECTS\2104 Traffic Ops Faai1ityX1-Admin\8ids\Bid Doeuments\DIV 0_1_81d and Contract Dec_Terrplate_20220729.docx IRC -2104 A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (tvpea or printed): Title: Business address: Phone No.:---------- FAX No.: Email: Joint Venture Name: (SEAL) By: - (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: FAX No.: Phone and FAX Number, and Address for receipt of official communications: Pholnr: 772-234-8164 ; Fax: 772-234-8 i 88 2050 US Highway 1, Suite 200, Vero Beach, FL 32060 (Eacn joint venturor must sign. The manner of signing for each individual, partnership, and corp2�a`ion that Is a party tc the joint venturc, should be in the manner indicated above.) * * END OF SECTION * * DIV 0-1—Bid and Contract Doc _ Template —20220729Bid Form - 00310 - 8 R\Public Works\ENGINEERING DIVISION PROJECTS12104 Tr ffi� Ops Fac lity%1-AdminvaidelE'C L cuments\DIV 0-1—Bid and Contract Doc Template 20220729.docx