HomeMy WebLinkAbout2024-131SECTION 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 Timothy Rose Contracting, 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:
This project is located in Vero Beach, FL on 1St Street SW between 35th Avenue and
3711 Drive SW. Phase I will include replacement of the existing 60 -inch corrugated
metal pipe (CMP) with reinforced concrete pipe (RCP) under the Waters Edge
Neighborhood entrances at 36th Court SW and 37th Drive SW. Phase 11 will include
replacement of a 96 -inch CMP and 24 -inch CMP under 1st Street SW with a pre -cast
concrete box culvert and 24 -inch RCP respectively. Ancillary work includes site
work, canal excavation, embankment stabilization, sod, roadway milling and
resurfacing, striping, curb, and guardrail replacement.
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: WATERS EDGE CULVERT REPLACEMENT
County Project Number: IRC -2201
Bid Number: 2024046
Project Address: 3500 111 Street SW, Vero Beach, FL 32968
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.
Agreement (Public Works) REV 04-07 - 00520 - 2
F: Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_1_Bid and Contract Doc_ Template_20220729.docx
4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be substantially completed on or before the 270th 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 300th 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
$1,694.00 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 $1,694.00 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.
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 5.01.13, 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: $ 1,366,739.00
Written Amount: One million three hundred sixty six thousand seven hundred thirty nine
dollars and zero cents.
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.
Agreement (Public Works) REV 04-07 - 00520 - 3
F:\Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_1_Bid and Contract Doc_ Template_20220729.docx
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
Agreement (Public Works) REV 04-07 - 00520 - 4
F:\PubIIc:Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_1_Bid and Contract Doc_Template_20220729.docx
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.
Agreement (Public Works) REV 04-07 - 00520 - 5
F: Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\81d Docs\DIV 0_1_13id and Contract Doc_ Template_20220729.docx
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 proof of E -Verify registration for all subcontractors.
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);
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), and sheets numbered 2 through 30,
inclusive, with each sheet bearing the following general title: Waters Edge Culvert
Replacement;
13. Addenda (if applicable 1);
14. Appendices to this Agreement (enumerated as follows):
Appendix A — Permits
Appendix B — Indian River County Fertilizer Ordinances
Agreement (Public Works) REV 04-07 - 00520 - 6
Appendix C — Indian River County Traffic Engineering Special Conditions for Right
of Way Construction
15, CONTRACTOR'S BID (pages 00310-1 to 00310-7, 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 00456-3, 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.
Agreement (Public Works) REV 04-07 - 00520 - 7
F: Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV O_1_Bid and Contract Doc_ Template_20220729.docx
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.
Agreement (Public Works) REV 04-07 - 00520 - 8
F: Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_18id and Contract Doc_ Template_20220729.docz
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(a�indianriver.gov
Indian River County Office of the County Attorney
1801 27' Street
Vero Beach, FL 32960
L. 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:\Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_1_Bid and Contract Doc_ Template_20220729.docx
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 June 18, 2024 (the date the Contract
is approved by the Indian River County Board of County Commissioners, which is the Effective
Date of the Agreement).
OWNER:
INDIAN RIVER COUNTY
CONTRACTOR:
�0!�iM15S Timothy Rose C ntracting, Inc.
WZ
n A. Titkanich, Jr., County Admt
Attest
(CORPORATE SEAL)
1Ll>>,nC�dl 1tuSQ. �:�eC fc+cl'q
APPROVED AS TO FORM AND LEGAL
SUFFICIE Y:
B:
V"
illiam . Debr al, County Attorney Address for iving notices:
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
-10 Deputy Clerk
(SEAL)
Designated Representative:
Name: Kirstin Leiendecker, P.E.
Title: Acting Public Works Director
1801 27th Street
Vero Beach, Florida 32960
(772) 226-1384
License No. 0':& )Y b
(Where applicable)
Agent for service of process:
Designated Representative:
Name:
Title:
Address:
I
Phone:
Facsimile:
(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: Public Works\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\Bid Docs\DIV 0_1_Bid and Contract Doc_ Template_20220729.docx
ITEMIZED BID SCHEDULE
PROJECT NAME. WATERS EDGE CULVERT REPLACEMENT * ADDENDdM 1 5 114124
PROJECT NO. IRC -2201 BID NO. 2024046
BIDDER'S Name:
' Item Nom c. - :; -„ .•: , - - - ..
•_ .; $acr! Uon , - ... I :
UniY'::r:.Olie>ni' „...::u
Prke
_
. '"'" • .. unt.
INDIAN RIVER COUNTY
101-1
MOBILIZATION DEMOBILIZATION
LS
1
91,940.00
S1,940.00
102-1
MAINTENANCE OF TRAFFIC
10,460.00
1 0,460.00
104-2
PREVENTION, CONTROL, & ABATEMENT OF EROSION & WATER POLLUTION
LS
1
7,520.00
,520.00
110-1-1
CLEARING AND GRUBBING
L5
1
10,315.00
1 D,315.00
120.1
REGULAR EXCAVATION
CY
200
32
120-6
EMBANKMENT
CY
100
38.00
3,800.00
• 285-716
OPTIONAL BASE GROUP I6- CEMENTED COQUINA (LBR-100 16"
SY
220
97.75
21,505.00
286-1
ASPHALTAPRON DRIVEWAY CONSTRUCTION
SY
100
140.00
14,000.00
327-70.1
ASPHALT PAVEMENT MILLING 1"
SY
2370
6.25
14 812.50
334-1-53A
SUPERPAVE ASPHALT CONCRETE SP -9.5 TRAFFIC PG76-22(1")
TON
140
278.00
38,920.00
• 334-1-53B
SUPERPAVE ASPHALT CONCRETE SP -12.5) AFFICC)(PG76-22)(2-1 2"
TON
32
380.00
12,160.00
400-4-1
PRECAST CONCRETE BOX CULVERT 9'X6' INCLUDING ENDWALLS
IF
72
4,825.00
+,400.00
425-1-521
DITCH BOTTOM INLET (TYPE C) (<10'
EA
1
7,870.00
7,870.00
430-175-112
CONCRETE PIPE CULVERT ROUND 12"5/CD CL III
LF
B
270.00
2,160,00
430-175-224A
CONCRETE PIPE CULVERT ROUND (24"S/CD)(CLII
LF
40
127.00
5,060'00
430-175-124B
PIPE CULVERT POLYPROPYLENE ROUND 24"5/CD
LF
20
92.00
1,840.00
430-982-129
MITERED END SECTION CONCRETE 24" CD 4:1
EA
1
2,870.00
2,870.00
520-3
CONCRETE VALLEY GUTTER
LF
290
37.00
102360.00
530-3-4
RIPRAP RUBBLE (F&I(DITCH LINING
TON
200
105.00
1,000.00
536-1-1
GUARDRAIL - ROADWAY, GENERALTL-3
LF
175
44.85
7848.75
536-7-3
SPECIAL GUARDRAIL POSTS- ENCASED POST FOR SHALLOW MOUNT
EA
5
203.00
1'015'00
536-95-20
GUARDRAIL END TREAMENT- TRAILING ANCHORAGE - SINGLE FACE FLARED END
EA
3
2,042.00
e,126.00
536.85-25
GUARDRAIL APROACH TERMIANL (END ANCHORAGE ASSEMBLY)ET-2000
EA
1
3,875.00
375.00
570-1-1
PERFORMANCE TURF SOD BAHIA
SY
500
5.25
4671;
700 -1 -SO
SIGN RELOCATE
AS
4
226.00
706-3
RETRO -REFLECTIVE RAISED PAVEMENT MARKERS AMBER/AMBER
EA
38
14.00
1904.00
132.00
711-11-121
THERMOPLASTIC STANDARD WHITE SOLID 6"
LF
720
3.21
,311.20
711-11-125
THERMOPLASTIC STANDARD WHITE, SOUD, 24"
LF
44
18.35
607.40
711-11-141
THERMOPLASTIC, STANDARD, WHITE, SKIP(6'-10'),6"
LF
226
3.70
336.20
711-11-221
THERMOPLASTIC STANDARD YELLOW, SOLID, E'
LF
350
3.15
1 102.50
711-11-224
THERMOPLASTIC, STANDARD YELLOW, SOLID, IS"
LF
70
9.57
569.50
711-11-231
THERMOPLASTIC, STANDARD YELLOW SKIP10'd0' 6"
LF
450
4.01
1,304.50
999-1A
AS -BUILT SURVEYING AND RECORD DRAWINGPREPARATION BY REGISTERED
SURVEYOR
is
1
11,550.00
11, 50.00
IRC -1
TEMPORARY BY-PASS AND CANAL MAINTENANCE PUMPING
LS
1
I 56,345.00
56 345.00
SUB -TOTAL INDIAN RIVER COUNTY =
7Z8,76435
999-25
FORCEACCOUNT-
$100 00.00
TOTAL INDIAN RIVER COUNTY=
828,7f4.95
003103
RlPublic Wa WENGINEERING DIVISION PROJECTSX2201 Waters Edge Culvert Replocemenhi-AdminlBidslBld DoaxnentslBid DocsWASTER ITEMIZED BID SCHE ULEIADDENDUM i
ITEMIZED BID SCHEDULE
PROJECT NAME: WATERS EDGE CULVERT REPLACEMENT
PROJECT NO. IRC -2201 BID NO. 2024046
BIDDER'S Name:
i
i
ADDENDUM 1 5/16/24
..;"' IfiWijo:.. -17'
.' .. ._:...'` :. .:.:-044(6 ldn•'. _..- ., •� :: _ -
- LkI--'.QpanN
• r:'-_U151tPdce-
WATERS EDGE HOMEOWNERS ASSOCIATION
101-1
MOBILIZATION DEMOBILIZATION
LS
1
71,995.00
1,995.00
102-1
MAINTENANCE OF TRAFFIC
LS
1
4,195.0
4,195.00
104-2
PREVENTION CONTROL, &ABATEMENTOF EROSION & WATER POLLUTION
LS
1
6,317.00
6,317.00
110-1-1
CLEARING AND GRUBBING
LS
1
30,120.00
0,120.00
120-1
REGULAR EXCAVATION
CY
400
32.25
2,900.00
120-6
EMBANKMENT
CY
250
65
6,912.50
160-0
TYPE "B" STABIUZATION (LBR-40)(12")
SY
200
17.00
3 ,400.00
285-716 1
OPTIONAL BASE COURSE- CEMENTED COQUINA LBR-100 16"
SY
145
98.00
14,210.00
334-1-53B
SUPERPAVE ASPHALT CONCRETE SP -115 TRAFFIC PG76-22 2-1/2')
TON
10
885.00
8,850.00
425-1-521
DITCH BOTTOM INLET (TYPE c10'
EA
i
5,905.00
5,905.00
430-175-115
PIPE CULVERT POLYPROPYLENE ROUND 15" SD
LF
15
140'00
2'100'00
430-175-160
CONCRETE PIPE CULVERT ROUND 60"S/CD CL ill)
LF
2S6
560.00
143,360.00
530-3-4
RIPRAP RUBBLE (F&I) (DITCH LINING
TON
400
107.00
42,800.00
570.1-1
PERFORMANCE TURF (SOD)(BAHIA)
SY
1000
4.00
,000.00
570-1-2
PERFORMANCE TURF SOD ST: AUGUSTNE
SY
500
7.50
(
3,750.00
571-12
PLASTIC EROSION MAT, TRM TYPE 11
SY
400
8.85
,540.00
1050-16-003
REMOVE & DISPOSE EXIST. 6" WATER MAIN
LF
100
8.00
800.00
1050-31-106
(F&I) 6" M) C3.5345 DEG. BEND WATER WITH MEGA -LUG RESTAINTS
EA
6
1,410.00
460.00
,
1050.31-206
ITTLRTYPIPE F&1 C9WPVC) WATER MAIN 6"
LF
100
48.00
-Rnn an
1080-11-307
F&1 LINE STOP ASSEMBLY 6"
EA
1
6,195.00
a195.00
P
1080.24-106
UTILITY FIXTURE F&i) RESILIANTSEAT GATE VALVE6"
EA
1
3,590.00
590.00
999-1A I
AS -BUILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED
SURVEYOR)
LS
1
1 10,600.00
10 600.00
IPC -1
TEMPORARY BY-PASS AND CANAL MAINTENANCE PUMPING
LS
1
59,17$.00
$ ,17$.00
SUB -TOTAL WATERS EDGE HOMEOWNERS =
457,9174.50
999-25A
FORCE ACCOUNT =
$80.000.00
TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNTS) FOR WATERS EDGE HOA=
537,9 4.50
TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNT) FOR INDIAN RIVER COUNTY =
828,7 4.95
TOTAL BID AMOUNT WATERS EDGE CULVERT REPLACEMENT FOR INDIAN RIVER COUNTY AND WATERS
EDGE HOMEOWNERS ASSOCIATION
1,366 739.00
tS=Lump Sum AC=Acre EA=Each CY=Cubic Yard SV=Square Yard TN=Ton LF=Linear Foot AS=Assembly
PURPOSES.
TOTAL PROJECT BID AMOUNT IN WORDS
One million three
00310A
F:IPublIc Works\ENGINEERING DIVISION PROJECTS12201 Waters Edge Culvert Replacements-Admin\Rds\Btd Dowments\Bld DocsWASTER ITEMIZED 810
BOARD OF COUNTY COMMISSIONERS
June 18, 2024
Timothy Rose Contracting, Inc.
Attn: Zachary Rose
188082 nd Ave. #205
Vero Beach, FL 32966
accounting@timothyrosecontracting.com
NOTICE OF AWARD
Reference: Indian River County Bid No. 2024046
Waters Edge Culvert Replacement
via Email
Dear Mr. Rose:
It is my pleasure to inform you that on June 18, 2024, the Board of County Commissioners awarded the above -
referenced project to your company. The following documents are required before the applicable County
department can issue a "Notice to Proceed" letter.
1. Public Construction Bond (unrecorded) in the amount of 100% of the award amount ($1,366,739.00).
2. Two Signed Copies of Enclosed Agreement.
3. Certificate of Insurance indicating coverage required in Article 5 of the General Conditions (section
00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents).
Certificate(s) must name Indian River County as additional insured and must provide fora 30 day Notice
of Cancellation.
The Public Construction Bond must be executed in accordance with section 255.05(1)(a), Florida Statutes. Please
submit the Bond, the Certificate(s) of Insurance and two fully -executed copies of the enclosed agreement to this
office at the address provided below no later than July 3, 2024. Failure to comply with the established deadline
for submittal of required documents may be grounds for cancellation of award.
Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office.
Sincerely,
� .I t �-�t
Jennifer Hyde, NIGP-CPP, CPPO
Purchasing Manager
Cc: Engineering Division
Office of Management and Budget • Purchasing Division
1800 27'h Street, Vero Beach, Florida 329609(772) 226-1416
E-mail: purchasing@indianriver.gov
SECTION 00520 Agreement (Public Works)
TABLE OF CONTENTS
Tit
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 .......................................
Pa
...................................... 2
...................................... 2
........................................................ 2
........................................................ 2
........................................................ 3
........................................................ 3
........................................................ 5
........................................................ 5
........................................................ 6
........................................................ 7
[The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY]
Agreement (Public Works) REV 04-07 - 00520 - 1
F: Public Warks\ENGINEERING DIVISION PROJECTS\2201 Waters Edge Culvert Replacement\1-Admin\Bids\Bid Documents\bid Docs\DIV 0_1_Bid and Contract Doc_ Template_20220729.docx