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