HomeMy WebLinkAbout2023-261SECTION 00520 Agreement (Public Works)
TABLE OF CONTENTS
Title
ARTICLE1- 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
.......................................................5
.......................................................5
.......................................................6
.......................................................7
[The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY]
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 GRSC, Inc.
(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
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: SPORTING CLAYS FACILITY IMPROVEMENTS
County Project Number: IRC -1847
Bid Number: 2024016
Project Address: 10455102 n' Terrace Sebastian. FL 32958
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
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 90th 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 120th 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
$1,699.001 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 $1,699.00' 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.
1 Reference for liquidated damages amount "Standard Specifications for Road & Bridge Construction" Florida Department of Transportation (FDOT) FY
2023-24, Section 8-10.2 for projects over $300,000 but less than $2,000,00. THE ACTUAL LIQUIDATED DAMAGES AMOUNT WILL BE BASED ON THE
CONTRACT AWARD AMOUNTAND WILL BE DETERMINED USING THE REFERENCED FDOT CRITERIA
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 5.01.8, 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: 399,120.00
Written Amount: Three hundred ninety-nine thousand, one hundred twenty dollars
ARTICLE 6 - PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments
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.
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.
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
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 un 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 00520-9, 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);
8. Professional Surveyor & 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 00800-12, inclusive);
11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical
Provisions);
12. Drawings consisting of a cover sheet (1 of 7), and sheets numbered 2 through 7 of 7,
inclusive, with each sheet bearing the following general title: SPORTING CLAYS
FACILITY IMPROVEMENTS
13. Addenda (if applicable 1-2);
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 Division Special Conditions for
Right -of -Way Construction.
15. CONTRACTOR'S BID (pages 00310-1 to 00310-6, 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);
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.
(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.
[The remainder of this page was left blank intentionally]
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(D-ircgovxom
Indian River County Office of the County Attorney
180127 th Street
Vero Beach, FL 32960
B. 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]
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 December 5, 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:
;OA1MlS
, County Administrator
APPRQV,F-D AS TO FORM AND LEGAL
SUF C .
By: \
K. Kei , Assistant County Attorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
Deputy CI
(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
CONTRACTOR:
C-' r
(Contractor) 9,�-c ks rrn-,�
(CORPORATE SEAL)
Attest
AL,C-x f S--AACK-C rhAU)', SECX & 7`e- y
Address for giving notices:
I fv �-12 N/W 0yYe Com -
-5 i u ,ri— , FZ L *3Y 1,5 `�
License No. C - C Cr i5 -,2-2Q8'1
(Where applicable)
Agent for service of process:
&44-S rz-A..;
Designated Representative:
Name:
Title: (>r ,a[ -,7 -
Address:
S T-".-rr , .3 '?1Y
Phone: 77.2 - Frff-- & 911k
Facsimile: AIA -
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to sign.)
END OF SECTION
DIVISION OF CORPORATIONS
r' rlp ) v, r, r D, ,.f
� fill vff rud Atte (if Florida wel,tile
Dgpartment of State / Division of Corporations / Search Records / Search by Entily,Name /
IRC -1847
SECTION 00310 - Bid Form
PROJECT IDENTIFICATION:
Project Name
County Project Number:
Bid Number:
Project Address:
SPORTING CLAYS FACILITY
IMPROVEMENTS
IRC -1847
ZUZ4016
10455102"d Terrace
Sebastian, FL 32958
Project Description: The proposed project consists of
rehabilitation and realigning of the existing
walking/cart paths on the sporting clays
courses. The County is proposing to use
porous shell to elevate the paths and
shooting stations due to seasonal high
water conditions. Work to also include
selective clearing and grubbing, installing
sediment barrier along and around all
disturbed work area, and installing PVC
drainage pipes.
THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY
1800 2711 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 of the 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 upon 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 Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum Date Addendum Number
C Vern -eu- g, 2 p a 3
/► 0yc01- 6-0- 02i a a� 23
B. Bidder 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. 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.
Bid Folin REV 04-07 - 00310 - 1
F:\Pub1ic Works\ENGINEERING DIVISION PROJECTS\1847 Sportng pays Trail\1-Admn\Bids\Bid Documams\DIV 0_1_Bid and Contract Doc —Template _20220729.docx
IRC -1847
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 conditions 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.
1. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, 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 agreement 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 any other Bidder or over OWNER.
[The remainder of page intentionally left blank]
Bid Foran REV 04-07 - 00310 - 2
I'APublic WorWENGINEERING DIVISION PROJECTS11847 Sporting Clays Tra111-Admin0dslBid Documents\DIV 0_1_Bid and Contract Doc_Template_20220729.docz
5.01 Bidder shall complete the Work in accordance with the Contract Documents for he
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 portion or portions
of the work heretofore enumerated or shown on the plans. Furthermore, 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 claims by the Contractor
on account of such omissions.
C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities provided. The quantities actually required to complete the contract
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. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General
Conditions.
6.01 Bidder agrees that the Work will be substantially completed and ready for final
payment in accordance with paragraph 14.07.6 of the General Conditions on or before the dates
or within the number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the
event of failure to complete the Work within the times specified, which shall be stated in the
Agreement.
7.01 The following documents are attached to and made a condition of this Bid:
A. Itemized Bid Schedule;
B. Required Bid security in the form of B; p(, �,-,1,, �(, ;
C. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of
Relationships;
D. Sworn Statement Under the Florida Trench Safety Act;
E. Qualifications Questionnaire;
F. List of Subcontractors;
G. Certification Regarding Prohibition Against Contracting with Scrutinized
Companies
DIV 0-1—Bid and Contract Doc_Template_20220729Bid Form - 00310 - 4
F:1Public Works\ENGINEERING DIVISION PROJECTS11847 Sporting Clays Trai111-Admin0ds1Bid Docunonts\DIV 0_t Bid and Contract Doc_Template_20220729.docx
ITEMIZED BID SCHEDULE
PROJECT NAME: SPORTING CLAYS FACILITY IMPROVEMENTS
PROJECT NO. IRC -1847 BID NO. 2024016
BIDDER'S Name: GRSC, Inc
Item No.
Description
Addendum #2 Changes
Unit Quantity Unit Price
Amount
101-1
MOBILIZATION
*104-10-3
SEDIMENT BARRIER - SILT SCREEN —
US
1
18,000.00
18,000.00
104-15
SOIL TRACKING PREVENTION - TEMPORARY GRAVEL CONSTRUCTION ENTRANCE
LF
9,580
2.50
23,950.00
110-2-2
SELECTIVE CLEARING & GRUBBING, AREAS WITH TREES
LS
1
5,000.00
5,000.00
TO REMAIN
LS
1
24,000.00
24,000.00
285-711
BASE GROUP 11-1" TO 2" NOMINAL DIAMETER SCREENED SHELL, 12 " THICK IN PLACE
Cy
430-175-118
PIPE CULVERT, 18" DIAMETER, ADS STORM
3,100
48400
148,800.00
999-1
ASBUILT SURVEYING AND RECORD DRAWING PREPARATION BYRE ISTERED
LF
30
85.00
2,550.00
SURVEYOR)
1050-31208
UTILITY PIPE - 8" DIAMETER SCHEDULE40 P.V.C., 20' LENGTHS,
LS
1E7,500.00
7,500.00
4 /LOCATION
LF
2,960
DD
124,320.00
SUB -TOTAL=
354,120.00
999-25A
FORCE ACCOUNT=
00.00
$�99�,'l
TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNTS) =
20.00
LS=Lump Sum CY=Cubic Yard LF=Linear
Foot
NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS SUMMARY OF PAY ITEMS AND THE ITEMIZED BID
SCHEDULE
THE BID SCHEDULE WILL BE
UTILIZED FOR BIDDING
PURPOSES.
TOTAL PROJECT BID AMOUNT IN WORDS: Three Hundred Nintey Nine Thousand
One Hundred Twenty Dollars.
00310-3
C:VUserslUser%DownloadsWddendem 2 MASTER ITEMIZED BID SCHEDULE
IRC -1847
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 -12 Z4,16 r ag 20 a3
State Contractor License No.C Gc- I S
If Bidder is:
An Individual
Name (typed or printed): _
By:
(Individual's signature)
Doing business as:
Business address:
Phone No.:
Email:
A Partnership
Partnership Name:
By:
FAX No.:
(61gnature of general partner -- attach evidence of authority to sign)
Name (typed or printed):
Business address:
Phone No.: FAX No.:
Email:
(SEAL)
(SEAL)
A Corporation
Corporation Name: �r2SC inc.. (SEAL)
State of Incorporation: 4�
Type (General Business, Professional, Service, Limited Liability):
n
By: v�
(Signature
or aurnonry to sign)
Name (typed or printed):
Title: (1'0-5; i'cke,,
Attest Ll0 &',Z) K J A LU1-I s,
(Sign ure of Corporate Secretary)
Business address: /10 L/ 3 PVAI nc�.io
(CORPORATE SEAL)
;K S' TiQ R t,c)
M
Phone No.: -77.2 - !sig— (, klf, FAX No.: n/ / it
Email:
Date of Qualification to do business is
DIV 0-1—Bid and Contract Doc_Template_20220729Bid Form - 00310 - 5
F9Public Works\ENGINEERING DIVISION PROJECTS\1847 Sporting Clays Trail\I-Admin\BidslBid D0curnentMDIV 0_7_Bid and Contract Doc Terrlplate_20220729.docx
A Joint Venture
Joint Venture Name:
By:
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
rnone No.: FAX No.:
Email:
Joint Venture Name:
M
(otgnarure -- 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:
IRC -1847
(SEAL)
(SEAL)
(Each joint venturor must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
* * END OF SECTION * *
DIV 0-1—Bid and Contract Doc_Template_20220729Bid Forth - 00310 - 6
F:1Puhkc Works\ENGINEERING DIVISION PROJECTMI847 Sporting Clays TraN11-AdOnlBidsOd Document'01V 0 1_Bid and Contract Doo Template_20220729.docx