Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-056Temp. Reso. # 12801 June 22, 2016 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2016 V� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 16- 09B TO AND APPROVING AN AGREEMENT WITH GENERAL ASPHALT COMPANY, INC., FOR THE CITYWIDE RESURFACING 2016 PROJECT, LOCATED AT VARIOUS LOCATIONS THROUGHOUT THE CITY, IN ACCORDANCE WITH BID NO. 16-09B FOR A CONTRACT AMOUNT OF $213,631.00; A CONTINGENCY IN THE AMOUNT OF $21,363.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $234,994.00; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to provide its residents and visitors with safe roadway systems throughout the City; and WHEREAS, the Public Services Department monitors the pavement conditions of various City facilities and Public Rights -of -Way and has identified several roadway segments to have substantial deficiencies requiring immediate improvement work ; and WHEREAS, the City of Tamarac publicly advertised Bid No. 16-09B for the Citywide Resurfacing 2016 Project on April 19, 2016; incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on May 26, 2016, the City of Tamarac received five (5) proposals for the Citywide Resurfacing 2016 Project, a bid tabulation is attached hereto as "Exhibit 1 "; and WHEREAS, staff determined the lowest responsive responsible bidder to be General Asphalt Company, Inc.; and Temp. Reso. # 12801 June 22, 2016 Page 2 WHEREAS, General Asphalt Company, Inc., possesses the required knowledge and experience to construct the Citywide Resurfacing 2016 Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 16-0913; and WHEREAS, it is the recommendation of the Public Services Director and Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 16- 09B and execute the agreement with General Asphalt Company, Inc., for the Citywide Resurfacing 2016 Project, a copy of said agreement is attached hereto as "Exhibit 2", and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 16-09B and execute the agreement for the Citywide Resurfacing 2016 Project with General Asphalt Company, Inc., for a contract amount of $213,631.00; a contingency in the amount of $21,363.00, for a total project budget of $234,994.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All Exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission HEREBY awards Bid No. 16-09B to General Asphalt Company, Inc., and approves an Agreement between the City of Temp. Reso. # 12801 June 22, 2016 Page 3 Tamarac and General Asphalt Company, Inc., ("the Agreement") and the appropriate City Officials are hereby authorized to execute the Agreement, attached hereto as "Exhibit 2", to provide for the Citywide Resurfacing 2016 Project. SECTION 3.- An expenditure for a contract cost of $213,631.00; and a contingency in the amount of $21,363.00, for a total project budget of $234,994.00 for said purpose is hereby approved. SECTION 4- Funding for the Citywide Resurfacing 2016 Project for a contract amount of $213,631.00 and a contingency in the amount of $21,363.00, for a total project budget of $234,994.00 is available in Account Number 148-5020-541.53-08 entitled "Road Materials & Supplies / Asphalt Paving". SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6- All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, I in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. # 12801 June 22, 2016 Page 4 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. n PASSED, ADOPTED AND APPROVED this day of Q�f'qj___ , 2016. MAYOR ATTEST: RECORD OF COMMISSION VOTE: MAYOR DRESSLER � DIST 1: COMM. BUSHNELL �u , DIST 2: COMM. GOMEZ DIST 3: VICE MAYOR GLASSER DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SA EL S. GOREN CITY ATTORNEY 1 E {j Vf iM1 VT N N Vf N N VT N LR Vf N a O O O O O O O N j 0 0 0 0 Qf 0 7 O O O O �O O N Vf O O t� Vi '� •� N � N � o V ~ ~ � Vf N N N U1 N to Vf VY t/' N i/f o O O 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 o o ui c o e oo c 0 0 0 0 0 o vo, O O O 00 O b M V O Qf •� `� ~ N� n N O Ot V N N 00 C O N O O V M N O M 00 m O ri 'i Qi C O C V a+ N VF N LF L1 N �A Vf +/i U} VA VF U} N N O N O O O O O r A O O O O O O O p b O Q c l+i o 0 o ai oc N of ai tri vi N ri y e-1 rl Uf V1 UT UY V} V} Ui N VT Vf N UT UT YT O O O O O O O 0 0 0 0 O O O O O O o 0 O O O O O O O O O O p � O O O vOOi O G O G G O O O O N N N N �fl O N 00 N rl T M � O C C N N Vf ih N N +/T N VT N Vf Vf VT N L� Vf VT UT Vf 4T N N t/} a o 0 0 0 0 op o o g$ o 0 0 0 0 0 0 o p o o c x Vpi O O O m ri rl N N Uf VT 1R UY Vf N Vl V' 1/f 'IR N Vf VF VT Vf N UT Vf +A iA Vf N � O O O O O O O 0 0 0 0 O O O N O O �+1 lfl O O O O O O O O O u? O O H O u1 O O O try O m N� n 0 O O N O N t0 ei 00 1� b cr N lD ei N e-I N O rl O O N m m .-I Mf Q O C1 rl rl C W y � N N iA Vf � V} rA N N Vf VT VT N VT Vf ih N Lf m N N N N N O O N O � O vpi upi �Nvf 1� O n N 1� O O O O O O 1f1 N n O O O O O O p e-1 M W N O O O tp N � Qi N y Lf VT Vf Uf N i/F i/1 VT Vf Yf +A L! an Vf Uf to UT aA Vf t/T N 0 0 0 O O O O O O O Ci O O 00 00 o o C n M � C {/T VT N VT LT V? VT N Vt lA 4T VY L} i/? N rl N N m ci m ed N 00 N e-I M 61 W o w d n a 0 a J a J r r > c°- .. �� � �� m o w � ¢ m m � � i J, o " o v m m :: c > ` •°' � � � � -W' � ti 3 � � .� vi a o m E .., m J m y o. 'a .E 3> 3 m in c v_ o v o x E r - x r¢ E -° E° E oo E o °E' ° E v°+ E c c c s � a 3 ° O1 p ",� ti N N rl N N 00 rl O1 rl O N N N M N N 4850 NW 72 Avenue �ENERAL Miami, Florida 33166 ASPHALT General Asphalt CO., Inc. Faxne: ( (30 59 -3480 CITY OF TAMARAC SENIOR PROCUREMENT SPECIALIST ANDREW J ROZWADOWSKI PURCHASING OFFICE, ROOM 108 7525 NW 88TH AVENUE TAMARAC, FL 33321-2401 JUNE 3, 2016 RE: BID NO: 16-09 B; CITYWIDE RESURFACING 2016 MR. A. ROZWADOWSKI ENCLOSED PLEASE FIND TWO COPIES OF OUR CONTRACT FOR THE ABOVE REFERENCED JOB. WE HAVE COMPLETED THE APPROPRIATE PAGES, INCLUDED OUR INSURANCE CERTIFICATES IN EACH COPY AND OUR PAYMENT AND PERFORMANCE BONDS. IF YOU HAVE ANY QUESTIONS OR NEED ANY ADDITIONAL INFORMATION PLEASE CONTACT US AT 305-592-3480. RESPECTFULLY CURTIS SIMPSON CONTROLLER h:\contracts return\contract return 062812 city of pembroke pines.doc CITYWIDE RESURFACING 2016 BETWEEN THE CITY OF TAMARAC AND GENERAL ASPHALT CO., INC. THIS AGREEMENT is made and entered into this L day of 20A by and between the City of Tamarac, a municipal corporation principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and GENERAL ASPHALT CO., INC. ,a corporation with principal offices located at 4850 NW 72 Ave Miami, FL 33166 (the "Contractor") to provide for Citywide Resurfacing 2016. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Bid Document No. 16-09 B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 16-09 B as issued by the City, and the Contractor's Proposal, 16-09 B as issued by City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. Insurance limits are outlined below: Insurance Requirements U Re at ffudmwicave"ge Ocaffnm Aggregate IItfiits Commerrtal6erreralltabi g1ffdud1nf; Pcemiasps�(OperaYi Persona! Expr-fb M1 Cutfop9e` Unt sWumd H PmdQMXampl@ted 00arWm BroadF"rn Property Damn Cmi EtabT If and lrawmbTfy of Wcwm Man fiat ►umbb78 Mbl'rity Wor9cers Campensatfare&Empioyerslfabificy SWOON 4) Time of Commencement and Substantial Completion 4.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be completed within One Hundred Twenty (120) days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, completion shall mean the issuance of final payment. Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) Contract Sum The Contract Sum for the above work is Two Hundred Thirteen Thousand, Six Hundred Thirty One Dollars and Zero Cents ($213,631.00) 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until 50% of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 8) Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but no limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 12) Indemnification 12.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 12.2 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 12.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 13) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 15) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 16) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR GENERAL ASPHALT CO., INC. 4850 NW 72 Ave Miami, FL 33166 Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 17.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 18) Public Records 18.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 18.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 18.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 18.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 18.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 18.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 17 "Termination" herein. 19) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 21) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 22) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 23) Uncontrollable Circumstances 23.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 23.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 24) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 25) No Construction Against Drafting Party Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 26) Public Records 26.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 26.1.1 Keep and maintain public records required by the City in order to perform the service; 26.1.2 Upon request from the City's custodian of public records, provide the public agency 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 this chapter or as otherwise provided by law. 26.1.3 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 City. 26.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City 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 City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 26.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. Bid No. 16-09 B - Cillywide Resurfacing 2016 Agreement 27. PUBLIC RECORDS CUSTODIAN 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: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. CITJOO F TAMARAC Harry Dy6s§1ed{Mayor jc4WC.Cernech, City Manager Date Date ATT T: ignature of Corporate Se retary ASSISTANT CURTIS SIMPSON, ASSISTANT SECTY Type/Print Name qf. Corporate Secy. _f?wo $ "6.d. (CORPORAl'E Si=kL) y x Approved as to form and legal sufficiency: Uy Attorney E% ell Date GENERAL ASPHALT CO., !NC -,,— Company, Nari're .6 Signature o resident/ er ROBERT LOPEZ, PRESIDENT Type/Print Name of President/Owner Date Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF MIAMI-DADE I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared ROBERT LOPEZ, PRESIDENT , of GENERAL ASPHALT CO., INC. a FLORIDA Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of :7y /yE , 2014. fir• YENI G. AVILA k MY COMMISSION # EE 214878 EXPIRES: July 28, 2016 ^ird Thv Notary Public Undeiwrit t Signature of Notary Public ,,-'State of Florida at Large Print, Type or tam Name of Notary Public ❑X Personally known to me or ❑ Produced Identification Type of I.D. Produced ® DID take an oath, or ❑ DID NOT take an oath. Bid No. 16-09 B - Citywide Resurfacing 2016 Agreement GENEASP-01 STWIGGS .4CORO lllk� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) F6/2/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth, Alter, Fowler &French, LLC 8000 Governors Square Blvd 301 Miami Lakes, FL 33016 NAME: CONTA?(305' PHONE822-7800 a/cNo : 305 362-2443 A/C No )Suite ADDRE INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers Indemnity Co. of America 25666 INSURED INSURER B: Charter Oak Fire Ins Co 25615 General Asphalt Company Inc. P O Box 522306 INSURER C: Travelers Property & Casualty Co. of America 25674 INSURER D: Bridgefield Employers Ins Co 10701 INSURER E : Phoenix Insurance Co 125623 Miami, FL 33166 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDD�YY FF POLICY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE l� u OCCUR X C08063M466 01/01/2016 01/01/2017 EACH OCCURRENCE $ 1,000,000 PREMISES Ea occurrence $ 300,000 GEN'L MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICYrX JE� El LOC OTHER GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIREDAUTOS FXAUTOS DT8108063M466TIA16 01/01/2016 01/01/2017 .COMBINED SINGLE LIMIT '� Ea accident $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE $ IC X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP8063M466 01/01/2016 01/01/2017 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I X RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A 83052092 01/01/2016 01/01/2017 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500 000 E Leased/Rented 660872OM378 01/01/2016 01/01/2017 w/$5000. Ded 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: BID NO. 16-09; Citywide Resurfacing 2016; City of Tamarac City of Tamarac is included as additional insured with respects to General Liability CFRTIFICATF Hnl r)FR CANCELLATION City of Tamarac Purchasing and Contracts Division 7525 NW 88 Avenue Room 108 Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED DR�REPRESENTATIVE i" 6W © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INVITATION TO BID BID NO. 16-09 B Citywide Resurfacing 2016 Publish Date: Bid Due and Bid Opening Date: 04/19/2016 05/26/16 at 3:00 PM Pre -Bid Conference: Where to Deliver Bid 05/10/16 at 10:OOAM Room # 107 City of Tamarac Purchasing & Contracts Division All Questions Due: 7525 NW 88th Avenue Room 108 05/19/16 by 5:00 PM (954) 597-3570 City of Tamarac Purchasing & Contracts Division 7525 NW 88th Avenue Room 108 (954) 597-3570 For Public Services Department 6011 Nob Hill Road, Second Floor Tamarac, FL 33321 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88 TH AVENUE TAMARAC,FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledgement BID NO.: 16-09 B BID TITLE: CITYWIDE RESURFACING 2016 BID OPENING DATE/TIME: 05/26/2016 AT 3:00 PM LOCAL TIME BUYER NAME: ANDREw ROZWADOWSKI, SENIOR PROCUREMENT SPECIALIST BUYER PHONE: 954-597-3569 BUYER EMAIL: ANDREW.ROZWADOWSKI@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: 05110/2016 RM 107 AT 1 O:OOAM BONDING:5% Bid Bond, 100% PaymenVPerformance Bond BID FEE: $26.00 PER CD GENERAL CONDITIONS These instructions are standard for all bids for commodities/services issued by the City of Tamarac. The City of Tamarac may delete, supersede or modify any of these standard instructions for a particular bid such change in the Instructions to Bidders or in the special conditions of the bid. Any and all special conditions that may vary from these general conditions shall prevail over any conflicting provision within any vendor's standard terms and conditions regardless of any language in vendor's documentation to the contrary. SEALED BIDS This form should be submitted with all Bid Forms in a sealed envelope. The face of the envelope shall contain the above address, the Bid number and the Bid title. Bids not submitted on the attached Bid Form may be deemed non -responsive. All Bids are subject to the terms and conditions specified herein. Those bids that do not comply with these conditions may be deemed non -responsive. BIDDER COMPANY NAME: COMPANY ADDRESS: COMPANY PHONE: NAME OF AUTHORIZED AGENT: TITLE OF AUTHORIZED AGENT: AUTHORIZED AGENT EMAIL ADDRESS: BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: 11.y u lo I � i 1VW cuy�l I iw it lb I I Idut! muluut prior unciersianaing, agreement or connection with any corporation, fi rm 0 r person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. Bid No, 16-09 B - Citywide Resurfacing 2016 0 0 0 0 City of Tamarac Porchasing and Conti -acts Division . .. .. ............. .... Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are "Committed to Excellence... Always" It is ourjob to foster and create an environment that Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards -of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered, in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. INTRODUCTION It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective Bidders. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. Bid No, 16-09 8 - Citywide Resurfacing 2016 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N. W. 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All bids shall be submitted in the English language. All prices, terms and conditions quoted in the submitted bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. The City reserves the right to charge a non-refundable fee for the purchase of a solicitation document, and / or for project plans related to the solicitation. Such requirement will be specified on the cover page of this document. Payment of such fee to the City shall be required in order for a bidder to be considered for the award of an agreement as a result of this solicitation. 2. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish City of Tamarac the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to furnish said bonds. Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 4. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit Form and shall submit this form with the bid/proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 8. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 9. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS Firm Pricing: Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment', however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bid No, 116-09 B - Citywide Resurfacing 2016 M Purchasing ar?d Conirac!s Division Prompt Payment Discounts: Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act, F.S. Chapter 218. IMPORTANT NOTe** Payments by Electronic Funds Transfer: Effective October 1, 2013, ALL payments by the City will be made by Direct Deposit (ACH) via electronic funds transfer. No paper checks will be issued after that date. Vendors must register for direct deposit with the City prior to receiving any payments by providing a "City of Tamarac Consent for Direct Deposit" form (ACH Form) to the City's Financial Services Accounting Division. The form may be accessed on the City of Tamarac web - site at hftp://www.tamarac.org/index.aspx?NID=622. Please contact the Purchasing & Contracts Division at the number shown on this solicitation document herein as the first point of contact for more information. 10. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 11. MANUFACTURER'S NAME &APPROVED EQUIVALENTS Manufacturer's name, trade name, brand name information and/or model/catalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and model/catalog number. Bidder shall submit complete descriptive literature and/or specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to furnish goods identical to the bid standard. 12. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may 0 0 0 City ol Tarnarac request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 13. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidder's officers and/or employees, by the Broward County Sheriffs Office. Bidder's submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidder's qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 15. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conform with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 17. PERFORMANCE &WARRANTY Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award-, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. Upon award of any contract resultant from this solicitation, Contractor warrants the work against defects. In the event that defect occurs during this time, within a reasonable time after work has been performed, Contractor shall perform such steps as required to remedy the defects. 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the Bid No, 16-09 B - Citywide Resurfacing 2016 Purchasing and Contrays Division City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. b. TERMINATION FOR CONVENIENCE OF CITY: Notvvithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. c. AGREEMENT SUBJECT TO FUNDING: Any Agreement resulting from this solicitation shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion-, demotion or transfer recruitment or recruitment advertising, layoff or terminaiion-, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the -City of Tamarac Purchasing and Conracls Division contracting officer setting forth the provisions of this The Bidder's liability insurance policies shall be endorsed nondiscrimination clause. The Contractor further agrees that to add the City of Tamarac as an "additional insured". The he/she will ensure that all subcontractors, if any, will be made Bidder's Worker's Compensation carrier will provide a aware of and will comply with this nondiscrimination clause. Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self- 23. TAXES insured retentions. The City of Tamarac is exempt from all Federal, State, and The City may require that the Bidder purchase a bond to Local taxes. An exemption certificate will be provided where cover the full amount of the deductible or self -insured applicable upon request. retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City 24. OMISSION OF DETAILS with evidence of Professional Liability insurance with, at a Omission of any essential details from these specifications will minimum, a limit of $1,000,000 per occurrence and in the not relieve the Bidder of supplying such product(s) as specified. aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance W ft M its Ureafewdnewcoveraw oamunam Aoreigift $%mum $10"M . ... .... . ... c_".Wu.h&V 0,-dF— The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be" Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. Bid No, 16-09 B - Citywide Resurfacing 2016 26. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 27. INDEPENDENT CONTRACTOR An Agreement resulting from this solicitation does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under any potential Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. Any potential Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 0 0 0 0 City of Tamarac alno Co,",tracrs Divisiol, _i& &CA_:R__1FIbkT_1ON& ADDENDA by law-, Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions Ensure that public records that are exempt or that are and/or Detailed Specifications outlined in this bid, the Special confidential and exempt from public record requirements Conditions and/or the Detailed Specifications shall prevail. are not disclosed except as authorized by law, and The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquires, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. — SPECIAL NOTE -- Addenclums will only be issued electronically through the City's web -site. Vendors will be notified of the availability of new solicitations and addendums via e-mail or text message (per the vendor's choice). It is essential that all vendors receiving a bid or proposal either download the document from the City's web -site, or register as a plan holder. All bidders / proposers must visit http:/iwww.tamarac.org/bids.asp—x, and select the "NOTIFY " icon. This action will take the bidder/proposer to the "Notify Me" page. Once on the "Notify Me" page, enter the appropriate e-mail address to which notifications of solicitations and addenclums should be sent. Bidders and proposers may also request notification by text message at this time. Upon completion of this process, a confirming e-mail will be sent to the individual who registered. You must click on the link provided to confirm registration for solicitation documents and addendums. Regardless of the means of transmission of an Addendum it is the responsibility of the bidder or proposer to insure that they have received all addendums issued for a solicitation prior to submitting a response. 29. BID TABULATION Bidders may download the bid tabulation directly from the Internet at hftp://www.tamarac.org/bids.aspx . The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 071 (1), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §119.071 (1) (b) (2), or within 30 days after bid/proposal opening, whichever is earlier. 30. RECORDS/AUDITS The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service- Provide the public with access to such public records on ihe same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided Bid No, 16-09 B - Citywide Resurfacing 2016 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce any available contract remedies in force including termination of the Agreement. During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 31. UNBALANCED BIDS When a unit price bid has variable or estimated quantities, and the bid shows evidence of unbalanced bid pricing, such bid may be rejected. 32. UNIT PRICES Where a discrepancy between unit price and total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, the unit prices shall prevail. 33. VENUE Any Agreement resulting from this solicitation shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 34. FORM AGREEMENT DOCUMENT The City may attach as a part of this solicitation, a Form Agreement document. Bidders shall be responsible for complying with all of the terms and conditions of the Form Agreement document if included herein, except where variant or conflicting language may be included in any Special Conditions contained herein. Bidders shall note any deviation or variance with the Form Agreement document at the time of bid submission. 35. OTHER GOVERNMENTAL ENTITIES If a Bidder is awarded a contract as a result of this Invitation for Bid, Bidder will, if Bidder has sufficient capacity, capability or quantities available to provide to other governmental agencies, so requesting the products or services awarded in accordance with the terms and conditions of the Invitation for Bid and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. City of Tamarac 111111110�� Purchasing a.nd Contrac's Divisicin 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: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG 0 0 Bid No� 16-09 B - Citywide Resurfacing 2016 0 -City of Tamarac- Purchasing anoi Cor7fracrs Division, INVITATION TO BID BID NO. 16-09 B Citywide Resurfacing 2016 Sealed bids, addressed to the Senior Procurement Specialist of the City of Tamarac, Broward County, Florida, Andrew J. Rozwadowski will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 3:00 p.m. local time on May 26, 2016 at which time bids will be publicly opened and announced for the Citywide Resurfacing 2016. All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. A Pre -Bid Conference will be held on May 10, 2016, located at 7525 NW 88 th Avenue Tamarac, Florida 33321, Room 107 All parties interested in bidding on this project should attend this meeting. The project consists of the milling and resurfacing of various City Facilities and Public Right -of -Ways located throughout the City of Tamarac. The project includes, but not limited to, milling, resurfacing, new asphalt, pavement restoration, concrete curbing, concrete slab improvements, ADA ramp improvements, concrete sidewalk improvements, and drainage improvements all in accordance with the project site plans, incorporated herein as Exhibits 1, 11, 111, IV, V, VI; and as indicated in the specifications herein. Submit one (1) original document, marked "Original" on its exterior and two (2) copies, prior to the bid opening deadline as well as a PDF copy on a USB Flash Drive or CD. Late bids will not be accepted. Bids shall be submitted on the official Bid Forms furnished with this bid package; and those submitted otherwise will not be considered responsive. The submittal should be plainly marked "City of Tamarac, Citywide Resurfacing 2016" on the outside of the envelope. Bid Security: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount not less than 5% of the total bid price payable to the City of Tamarac as guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and purchase for $25.00 per CD in the Purchasing Office, Room 108 or at tamarac.org. This fee is payable by cash or check made out to the City of Tamarac. For non- technical and technical inquiries, contact the Purchasing Office at (954) 597-3570. All questions should be directed questions in writing to the Andrew J. Rozwadowski, via email to Andrew. Rozwadows kift_tamarac.org. Be sure to include the Project Name and Bid Number on all correspondence. 9ZL��_ Andrew J. Rozwadowski Senior Procurement Specialist Publish Sun Sentinel: Tuesday, April 19, 2016 Bid No, 16-09 B - Citywide Resurfacing 2016 City of Ta,,,,arac Purchasino and Contracts Division TABLE OF CONTENTS Bid No. 16-09 B CITYWIDE RESURFACING 2016 BidderAcknowledgement .................................................................................................... 1 General Terms and Conditions ......................................................................................... 2-7 InvitationhoBid .................................................................................................................... 8 TableofContents ................................................................................................................ 8 Technical Specifications ............................................................................................. 1O-1O2 ProjectDrawings ....................................................................................................... 103-114 Instructions tDBidders .............................................................................................. 115-116 SpecialConditions .................................................................................................... 117-122 SpecialProvisions .................................................................................................... 123-143 Bid CoversheetChecklist ................................................................................................. 144 Bid Form/Bid Schedule ..................................................................... (SCH'1-SCH'S)145-15O Non -Collusive Affidavit .............................................................................................. 151-152 Certification...................................................................................................................... 153 Bidder's �t@h�nl�nL--�. Qualification'------------------------- 154 References...................................................................................................................... 155 VendorDrug -Free Workplace .......................................................................................... 158 Listof Subcontractors ...................................................................................................... 157 CertifiedResolution ......................................................................................................... 158 TrenchSafety Form ......................................................................................................... 159 BidBond ................................................................................................................... 1GO-1G1 FormPayment Bond ................................................................................................. 182-1S5 Form Performance Bond .......................................................................................... 18G-1GS Certificate ASTOPrincipal ............................................................................................... 170 Applicationfor Payment ...................................................................................................171 ChangeOrder .................................................................................................................. 172 Final Release OfLien b«Contractor .......................................................................... 173-174 0 Bid No, 16+7SB'CityoovideResurfacing 2Oy8 City of 7' Tae-aC I a Porchasing anc-4 Contra--ts Division ........ ...... . 0 CITYWIDE RESURFACING 2016 TECHNICAL SPECIFICATIONS SECTION TECHNICAL SPECIFICATIONS 01010 SUMMARY OF WORK 01041 PROJECT COORDINATION 01090 APPLICABLE STANDARDS AND CODES 01200 PROJECT MEETINGS 01300 SUBMITTALS 01370 SCHEDULE OF VALUES 01380 CONSTRUCTION PHOTOGRAPHS 01400 QUALITY CONTROL 01410 TESTING AND INSPECTION 01500 CONSTRUCTION CONSIDERATIONS 01510 UTILITIES AND SERVICES 01530 PROTECTION OF EXISTING FACILITIES 01550 SITE ACCESS AND STORAGE 01560 SPECIAL CONTROLS 01570 MAINTENANCE OF TRAFFIC 01600 MATERIALS AND EQUIPMENT 01700 PROJECT CLOSEOUT 02010 SUBSURFACE INVESTIGATION 02050 DEMOLITION 02100 SITE PREPARATION 02235 LIMEROCK BASE, PRIMED 02511 CONCRETE SIDEWALKS AND RAMPS 02520 CONCRETE CURBS AND HEADERS 02540 ASPHALTIC CONCRETE PAVING 02550 ASPHALTIC CONCRETE OVERLAY AND LEVELING COURSE 02580 PAVEMENT MARKINGS AND SIGNS 02600 MILLING EXISTING ASPHALTIC CONCRETE SURFACE 03050 CONCRETE 03390 CONCRETE CURING 0 Additional Technical Specifications are located within the Project Drawings Bid Na 16-09 B - Citywide Resurfacing 2016 10 SECTION 01010 SUMMARY OF WORK PART1--GENERAL 1.01 THE REQUIREMENT A. The work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract documents which may be necessary for the complete and proper construction of the work in good faith shall be performed, furnished, and installed by the CONTRACTOR as though originally so specified or shown, at no increase in cost to the OWNER. B. Prior to construction, the CONTRACTOR shall verify existing utilities identified on the Drawings. The utility verifications consist of excavation to verify tie-in points and to locate potential conflicts that may affect the work as shown on the Drawings. The CONTRACTOR will be responsible for the coordination of this work with the associated utility owners and permitting agencies having jurisdiction over the specific locations to be verified. C. Where the Contract Documents address a third party, i.e., subcontractor, manufacturer, etc., it is to be considered as the CONTRACTOR through the third party. D. The Contractor shall comply with all Municipal, County, State, Federal, and other codes which are applicable to this Project. 1.02 SCOPE A. Work includes the milling and resurfacing of various City Facilities and Public Right -of - Ways located throughout the City of Tamarac. The project includes, but not limited to, milling, resurfacing, new asphalt, pavement restoration, concrete curbing, concrete slab improvements, ADA ramp improvements, concrete sidewalk improvements, and drainage improvements all in accordance with the project site plans, incorporated herein as Exhibits 1, 11, 111, IV, V, VI; and as indicated in the specifications herein. The work shall include but is not limited to the following 1. Surface preparation and restoration. 2. Milling, prime and tack coat application, leveling and surfacing course placement. 3. Temporary and permanent (thermoplastic) pavement marking application and signage installation. 0 4/13/16 01010-1 Citywide Resurfacing Project 2016 0 it 0 4. Installation of concrete curbing and ADA Ramp compliance. 5. Sidewalk installation. 6. Curb removal and installation. 7. Restoration and site clean — up. PERMITS B. The CONTRACTOR shall be required to obtain all project permits of every description as necessary for the complete installation of the contract work including, but not limited to, dewatering permits, City Engineering Permits, Building Department Permits, and all other Federal, State, County, or City permits. Cost of any required permit from City and other agencies will be reimbursed, except for the 1 % Public Art Fee, by the City, without markup, for properly submitted invoices. C. Permit fees, except for the 1% Public Art Fee, will be invoiced (with supporting documentation) to the City, without markup, as a direct pass through with no overhead, profit or general conditions (i.e. City will reimburse contractor for the exact cost of said permits). 1.03 WORK BY OTHERS A. The CONTRACTOR shall cooperate fully with all utility forces of the CITY, or other public or private agencies engaged in the relocation, altering, or otherwise rearranging any facilities which interfere with the progress of the work, and shall schedule the work so as to minimize interference with said relocation, altering, or rearranging of facilities. B. The CONTRACTOR's attention is directed to the fact that work will be conducted at the site by other contractors during the performance of the Work under this Contract. The CONTRACTOR shall conduct its operations so as to cause a minimum of interference with the Work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform their respective contracts. C. Work to be performed on site under other contracts consists of the following: None. 1.05 LOCATION OF THE PROJECT A. The project is located on City of Tamarac property and/or right-of-way within the City of Tamarac, Broward County, Florida. 1.06 CONTRACT DRAWINGS A. The work to be performed is described herein with specific locations shown on Exhibits 1, 11, 111, IV, V, V1. 0 4/13/16 01010-2 Citywide Resurfacing Project 2016 12 1.07 CONTRACTOR FURNISHED MATERIAL AND EQUIPMENT A. All equipment, materials, instruments or devices incorporated in this project shall be new and unused, unless indicated otherwise in the Contract Documents and shall be the products of reliable manufacturers who, unless otherwise specified, have been regularly engaged in the manufacture of such material and equipment for at least five years. Procedures and additional requirements regarding manufacturer's experience and substitutions are included in Section 01300 - Submittals. 1.08 DRAWINGS OF EXISTING FACILITIES A. Available drawings of the existing facilities may be inspected at the City of Tamarac Public Works Department Office. These drawings are for information only and are not a part of the Contract Documents. In making these drawings available for inspection, the OWNER makes no guarantee, either expressed or implied, as to their accuracy or completeness. 1.09 ITEMS SPECIFIED ON DRAWINGS A. Certain items of material and/or equipment, and their installation may be specified on the Drawings and not mentioned in the Specifications. Such items are to be considered as both shown on the Drawings and noted in the Specifications and be provided by the CONTRACTOR in accordance with the Specification on the Drawings. 1.10 FIELD LAYOUT OF WORK A. All work under this Contract shall be constructed in accordance with existing pavement lines and grades with the exception of existing depressions, which shall be corrected with a leveling course prior to constructing the final left of asphalt to provide continues positive flow drainage on all surfaces. B. All survey work for construction control purposes shall be made by the CONTRACTOR at his expense. C. The CONTRACTOR shall establish all base lines for the location of the principal component parts of the work together with bench marks and batter boards adjacent to the work. The CONTRACTOR shall develop and make all detail surveys necessary for construction. The CITY will furnish information and location of existing bench marks. D. The CONTRACTOR shall have the responsibility to carefully preserve the bench marks, reference points and stakes. In case of destruction thereof by the CONTRACTOR or resulting from his negligence, he shall be held liable for any expense and damage resulting there from and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. E. Existing or new control points, property markers, and monuments that will be established or are destroyed during the normal causes of construction shall be re-established by the CONTRACTOR; and all reference ties recorded therefore shall be furnished to the ENGINEER. All computations necessary to establish the exact position of the work shall be made and preserved by the CONTRACTOR. 4/13/16 01010-3 Citywide Resurfacing Project 2016 13 0 F. The OWNER & ENGINEER may check all or any portion of the work, and the CONTRACTOR shall afford all necessary assistance to the OWNER & ENGINEER in carrying out such checks. Any necessary corrections to the work shall be performed immediately by the CONTRACTOR of any responsibilities for the accuracy or completeness of his work. 1.11 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the work in such a manner as to result in the least possible distribution to the public's use of roadways, driveways, and utilities. Utilities shall include, but are not limited to water, sewerage, drainage structures, ditches and canals, gas, electric, television and telephone. Prior to commencing with the Work, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities and shall have obtained all required permits and permissions. B. CONTRACTOR shall sequence the work so as to minimize impact on the City's normal operations and emergency services. CONTRACTOR shall request written authorization from the OWNER/ENGINEER a minimum 48 hours prior to disruption of normal operations and emergency services. 1.12 WORK SCHEDULE A. The CONTRACTOR shall commit the necessary resources to complete project in a timely manner consistent with the schedule. All costs incurred to implement measures to complete the work in accordance with the schedule will be borne by the CONTRACTOR at no additional cost to the OWNER. 1.13 WARRANTY A. The CONTRACTOR shall warrant the work for a period of one (1) year after the date of final acceptance of the project by the OWNER. 1.14 PAYMENT AND PERFORMANCE BONDS A. The CONTRACTOR shall furnish a Performance Bond in an Amount of at least equal to one hundred percent (100%) of the Contract Price as security for the faithful performance of this Contract Price for Payment Bond in the amount of at least one hundred percent (100%) of the Contract Price for payment of all persons performing labor on the project under this Contract. - END OF SECTION - 4/13/16 01010-4 Citywide Resurfacing Project 2016 14 SECTION 01041 PROJECT COORDINATION PART 1 -- GENERAL 1.01 REQUIREMENTS INCLUDED A. OWNER & ENGINEER will coordinate the work between Prime Contractors as required. B. The Contractor shall: 1 . Coordinate work of his [own] employees and subcontractors. 2. Expedite his work to assure compliance with schedules. 3. Comply with orders and instructions of Owner & Engineer. 1.02 RELATED REQUIREMENTS A. Section 01025 Measurement and Payment B. Section 01200: Project Meetings. C. Section 01300: Submittal. D. Section 01340: Shop Drawings, Product Data and Samples. E. Section 01500: Construction Considerations. F. Section 01700: Project Closeout. 1.03 CONSTRUCTION ORGANIZATION AND START-UP A. OWNER & ENGINEER shall establish on -site lines of authority and communications: Schedule and conduct pre -construction meeting and progress meetings as specified in Section 1200. Establish procedures for [intra-project communications]: a. Submittals b. Reports and records C. Recommendations d. Coordination of drawings 0 4/13/16 01041-1 Citywide Resurfacing 2016 15 0 e. Schedules f. Resolution of conflicts 3. interpret Contract Documents: a. Transmit written interpretations to Contractors, and to other concerned parties. 4. Assist in obtaining permits and approvals: a. Verify that contractor[s] and subcontractors have obtained inspections for Work and for temporary facilities. 5. Control the use of Site: a. Allocate space for Contractor's use for field off ices, sheds, and work and storage areas. 6. Inspection and Testing: a. Inspect work to assure performance in accord with requirements of Contract Documents. However, this does not supersede inspection authority/requirements of permitting agencies. b. Administer special testing and inspections of suspect Work. C. Reject Work which does not comply with requirements of Contract Documents. 0 1.04 CONTRACTOR'S DUTIES A. Construction Schedules: 1 . Prepare a detailed schedule of basic operations. 2. Monitor schedules as work progresses: a. Identify potential variances between scheduled and probable completion dates or each phase. b. Recommend to Owner adjustments in schedule to meet required completion dates. C. Document changes in schedule; submit to Owner, Engineer and to involved subcontractors. 4/13/16 01041-1 Citywide Resurfacing 2016 16 Observe work of each subcontractor to monitor compliance with schedule. a. Verify that labor and equipment are adequate for the work and the schedule. b. Verify that product procurement schedules are adequate. C. Verify that product deliveries are adequate to maintain schedule. d. Report noncompliance to Owner & Engineer, with recommendation for changes. B. Process Shop Drawings, Product Data and Samples: Prior to submittal to OWNER & ENGINEER, review for compliance with Contract Documents: a. Field dimensions and clearance dimensions. b. Relation to available space. C. Effect of any changes on the work of any subcontractor. C. Prepare Coordination Drawings as required to resolve conflicts and to assure coordination of the work of, or affected by, mechanical and electrical trades, or by special equipment requirements. 1 . Submit to Owner & Engineer. 2. Reproduce and distribute copies to concerned parties after OWNER & ENGINEER review. D. Maintain Reports and Records at Job Site, available to Owner & Engineer. 1 . Daily log of progress of work. 2. Records a. Contracts b. Purchase orders C. Materials and equipment records d. Applicable handbooks, codes and standards 3. Maintain file of record documents 4. Permits 4/13/16 01041-1 Citywide Resurfacing 2016 17 0 1.05 CONTRACTOR'S CLOSE-OUT DUTIES A. At completion of Work, conduct an inspection to assure that: 1 . Specified cleaning has been accomplished. 2. Temporary facilities have been removed from site. B. Substantial Completion: 1 . Conduct an inspection to develop a list of Work to be completed or corrected. Assist OWNER & ENGINEER in inspection. 3. Supervise correction and completion of work of subcontractors. 1.06 ENGINEER'S CLOSE-OUT DUTIES A. Final Completion: When Contractor determines that Work is finally complete, conduct an inspection to verify completion of Work. B. Administration of Contract closeout: 1 . Receive and review contractor's final submittals. Transmit to Owner with recommendations for action. Prepare and submit final certifications for permit closeout. PART 2 -- PRODUCTS Not used. PART 3 -- EXECUTION Not used. END OF SECTION 4/13/16 01041-1 Citywide Resurfacing 2016 18 SECTION 01090 APPLICABLE STANDARDS AND CODES PART 1 -- GENERAL 1.01 GENERAL A. Wherever reference is made to any published standards, codes, or standard specifications, it shall mean the latest standard code, specification, or tentative specification of the technical society, organization, or body referred to, which is in effect at the date of opening of bids. B. The following is a partial list of typical abbreviations which may be used in the Specifications and the organizations to which they refer: AASHTO - American Association of State Highway and Transportation Officials ACI - American Concrete Institute ACIFS - American Cast Iron Flange Standards AGA - American Gas Association AGMA - American Gear Manufacturers Association AIA - American Institute of Architects AISC - American Institute of Steel Construction AISI - American Iron and Steel Institute ANSI - American National Standard Institute API - American Petroleum Institute ASCE - American Society of Civil Engineers ASHRAE - American Society of Heating, Refrigeration, and Air Conditioning Engineers ASME - American Society of Mechanical Engineers ASTM - American Society of Testing and Materials AWI - Architectural Woodwork Institute AWPA - American Wood Preservers Association AWS - American Welding Society AWWA - American Water Works Association BHMA - Builder's Hardware Manufacturers Association CRSI - Concrete Reinforcing Steel Institute CSA - Canadian Standards Association DHI - Door and Hardware Institute DIPRA - Ductile Iron Pipe Research Association DOT - Florida Department of Transportation EEI - Edison Electric Institute ICEA - Insulated Cable Engineers Association IEEE - Institute of Electrical and Electronic Engineers IPCEA - Insulated Power Cable Engineers Association ISO - Insurance Service Offices NAAMM - National Association of Architectural Metal Manufacturers NBS - National Bureau of Standards NCPI - National Clay Pipe Institute NEC - National Electric Code NEMA - National Electrical Manufacturers Association 4/13/16 0109qg 1 Citywide Resurfacing 2016 0 0 0 NFPA - National Fire Protection Association NLMA - National Lumber Manufacturers Association OSHA - Occupational Safety and Health Act SAE- Society of Automotive Engineers Standards SFBC - South Florida Building Code SHBI - Steel Heating Boiler Institute SSPC - Society of Protective Coatings UL - Underwriters' Laboratories, Inc. 0 C. CONTRACTOR shall, when required, furnish evidence satisfactory to the OWNER/ENGINEER that materials and methods are in accordance with such standards where so specified. D. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on site by the CONTRACTOR. PART 2 PRODUCTS - (Not Used) PART 3 EXECUTION - (Not Used) - END OF SECTION - 4/13/16 0 1 0902a 2 Citywide Resurfacing 2016 SECTION 01200 PROJECT MEETINGS PART1--GENERAL 1.01 PRECONSTRUCTION A. A preconstruction meeting will be held to acquaint representative of the OWNER and various agencies with those in responsible charge of the CONTRACTOR's activities for the project. The meeting will cover such subjects as the following: insurance certificates; permits and licenses; construction schedules; cost breakdown and application for payments-, material deliveries, storage and payments; shop drawings and submittals; job -site inspection by the OWNER; safety and emergency action procedures; field offices, security and other housekeeping procedures; and other appropriate matters. The OWNER shall schedule and administer the preconstruction meeting. The purpose of this meeting is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters 1.02 PROGRESS A. A progress meeting shall be held bi-weekly or as required for the purpose of coordinating and expediting the work. The CONTRACTOR, as a part of his obligations under the Contract, shall attend in person or by an authorized representative to attend and to act on his behalf. The OWNER will conduct such meetings and as necessary, with the CONTRACTOR's input, issue an agenda. 0 B. In addition, the OWNER & ENGINEER or CONTRACTOR may call for special job site meetings for the purpose of resolving unforeseen problems or conflicts which may impede the construction schedule. The OWNER will prepare a brief summary report of the decisions or understandings concerning each of the items discussed at the meeting. C. At progress meetings, the CONTRACTOR shall submit to the OWNER for review a current progress schedule. This schedule submission shall include a two week look ahead schedule and reflect status of the work performed during the preceding weeks. D. The CONTRACTOR shall be available to meet with the OWNER/ENGINEER on as needed basis. PART 2 PRODUCTS - (Not Used) PART 3 EXECUTION - (Not Used) - END OF SECTION - 4/13/16 01200211 Citywide Resurfacing 2016 1�1 0 SECTION 01300 SUBMITTALS PART 1 -- GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the OWNER, ENGINEER, or other representatives of the OWNER, shall be directed through the Project Manager. A general summary of the types of submittals and the number of copies required is as follows: Copies to Enginee Type of Submittal 3 Construction schedule and sequence of construction 3 Schedule of payment items 3 Progress estimates 4 Shop drawings 2 Certificates of compliance 2 Warranties 2* Product samples 4 Maintenance of Traffic (MOT) Plan 6 O&M Manuals 2 Record Drawings *Unless otherwise required in the specific Section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the OWNER & ENGINEER, clearly identifying the project CONTRACTOR, the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 4/13/16 01300-1 Citywide Resurfacing 2016 22 1.03 CONSTRUCTION SCHEDULE A. The construction schedule shall be prepared in the form of a horizontal bar chart, Microsoft Projecto format, showing in detail the proposed sequence of the work and identifying construction activities for each major component, structure or facility. B. The construction schedule shall be revised to reflect comments by the OWNER and ENGINEER and updated, depicting progress to the last day of the construction. Three copies shall be submitted with requests for progress payments. C. Changes to the schedule shall be accompanied by a letter of explanation with appropriate reference and revision date on the schedule. D. CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the means, methods, techniques and procedures to be employed. The Construction Schedule shall represent the CONTRACTOR's best judgement of how he will prosecute the Work in compliance with the Contract requirements. CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated and revised as Project conditions and the Contract Documents may require. E. CONTRACTOR shall consult with his Subcontractors and Suppliers relating to the preparation of his construction plan and Construction Schedule. Subcontractors shall receive copies of those portions of CONTRACTOR's Construction Schedule which relate to their work and shall be continually advised of any updates or revisions to the Construction Schedule as the Work progresses. F. When CONTRACTOR submits his Construction Schedule to the OWNER & ENGINEER or makes any proposed updates or revisions to such Schedule, it will be assumed by the OWNER & ENGINEER that CONTRACTOR has consulted with and has the concurrence of his Subcontractors and Suppliers. CONTRACTOR shall be solely responsible for ensuring that all Subcontractors and Suppliers comply with the requirements of the Construction Schedule for their portions of the Work. G. Notwithstanding anything contained herein to the contrary, the OWNER & ENGINEER shall not in any way be responsible for the Construction Schedule, nor the manner, means, timing, or sequencing of the Work and shall have no liability to CONTRACTOR, or any other party for same, as the OWNER & ENGINEER have not participated in the generation of any construction schedule. CONTRACTOR hereby releases the OWNER & ENGINEER from all such liability. 1.04 SHOP DRAWINGS, PROJECT DATA AND SAMPLES A. General: A Shop Drawing Submittal Schedule shall be provided by the CONTRACTOR within thirty (30) days of the Notice to Proceed. B. The CONTRACTOR shall furnish for review shop drawings, project data, samples and other submittal items required by the Contract Documents. Three (3) copies shall be returned to the CONTRACTOR stamped "Furnish as Submitted" or "Furnish as Corrected". Where major corrections are indicated, two (2) copies will be returned 4/13/16 stamped "Revise and Resubmit" and a new submittal is required. 01300-2 Citywide Resurfacing 2016 23 C. The review of the CONTRACTOR's submissions shall in no way relieve the CONTRACTOR of any of his responsibilities under the Contract. An acceptance of a submission shall be interpreted to mean that there are no specific objections to the submitted material, subject to conformance with the Specifications. D. All submissions shall be dated and properly referenced to the specifications section. E. All submissions shall bear the CONTRACTOR's stamp certifying that they have been checked for conformance and accuracy. Submissions without the CONTRACTOR's stamp of approval will not be reviewed by the OWNER and will be returned to the CONTRACTOR. F. For any submission containing any departure from the Contract Documents, the CONTRACTOR shall include proper explanation in his letter of submittal. G. Work on fabricated or special items shall not be commenced until the required submission information has been reviewed and accepted. H. Prior review actions shall not relieve the CONTRACTOR of the responsibility for correcting errors, deviations, and/or omissions discovered at a later date. 1. Shop Drawings: Shop Drawings include, but are not limited to, layout drawings, installation drawings, construction drawings, etc. The CONTRACTOR shall be responsible for security of all the information, details, dimension, drawings, etc. necessary to prepare submission drawings required and necessary under this Contract and to fulfill all other requirements of his Contract. The CONTRACTOR shall secure 40 such information, details, drawings, etc. from all possible sources including drawings prepared by subcontractors, ENGINEER's, manufacturers, suppliers, etc. 0 J. Submission drawings shall accurately and clearly present the following: 1. All working and installation dimensions. 2. Arrangement and sectional views. K. Product data shall include materials of construction, dimensions, etc. L. OWNER & ENGINEER's review will be for compliance with the Contract Documents, and his comments will be transmitted to the CONTRACTOR with reasonable promptness. 1.05 WARRANTIES A. Original warranties shall be submitted to the OWNER through the ENGINEER. When warranties are required, they shall be submitted prior to request for payment. B. When advance copies of warranties are requested, they shall be submitted with, and considered as shop drawings. 4/13/16 01300-3 Citywide Resurfacing 2016 24 1.06 CERTIFICATES 0 A. Copies of certificates of compliance and test reports shall be submitted for requested items to the OWNER & ENGINEER prior to request for payment. 1.07 SCHEDULE OF PAYMENT VALUES A. The Contractor shall submit a separate Schedule of Payment Values for the Project in accordance with Section 01025 for all items in the proposal that are to be paid for on a lump sum basis. The schedule shall contain the installed value of the component parts of work for the purpose of making progress payments during the construction period. B. The schedule shall be given in sufficient detail for the proper identification of work accomplished. Each item shall include its proportional share of all costs including the Contractor's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. The Contractor will not be paid for stored materials. D. The Contractor shall expand or modify the above schedule and materials listing as required by the OWNER & ENGINEER's initial or subsequent reviews. PART 2 PRODUCTS - (Not Used) PART 3 EXECUTION - (Not Used) _ END OF SECTION - 4/13/16 01300-4 Citywide Resurfacing 2016 0 25 SECTION 01370 SCHEDULE OF VALUES PART 1 -- GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the OWNER/ENGINEER a Schedule of Values allocated to the various portions of the Work, within ten days after award of contract. B. Upon the request of the OWNER/ENGINEER, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the OWNER/ENGINEER, shall be used only as the basis for the Contractor's Applications for Payment. D. Related Requirements in Other Parts of the Contract Documents. 1 . Agreement General Conditions 0 3. Supplementary Conditions 1.02 RELATED REQUIREMENTS 0 A. Section 01600: Material and Equipment. 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2-inch X 11-inch white paper; Contractor's standard forms and automated printout will be considered for approval by OWNER/ENGINEER upon Contractors request. Identify schedule with: 1 . Title of Project, location and (City, County, Owner) Project Number. Project number. Name and Address of Contractor. 4. Date of Submission. B. Schedule shall list the installed value of the component parts of the Work, in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the table of contents of these Specifications as the format for listing component items. 4/13/16 01370-1 Citywide Resurfacing 2016 26 Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item list sub -values of: 1 . Major products or operations under the item. 2. Contract conditions, such as: bonds, insurance premiums, job mobilization, construction facilities and temporary controls. E. For the various portions of the Work: Each item shall include a directly proportional amount of the Contractor's overhead and profit. The sum of all values listed in the schedule shall equal the total Contract Sum. PART 2 -- PRODUCTS Not used. PART 3 -- EXECUTION 0 Not used. END OF SECTION 0 4/13/16 01370-2 Citywide Resurfacing 2016 27 0 SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 1 -- GENERAL 1.01 REQUIREMENTS INCLUDED A. Take digital construction record photographs periodically during course of the Work. B. Take digital pre -construction record photographs prior to starting Work. Pre -construction photos shall be submitted to owner prior to starting work. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work B. Section 01700: Project Closeout. C. Section 01720: Project Record Documents 1.03 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cut-off date for each scheduled Application for Payment. 1 . Provide 8 x 10 inch prints of each view. Two (2) copies of each print shall be provided. 2. Photos in electronic format. 1.04 COSTS OF PHOTOGRAPHY A. Pay costs for specified photography and prints. B. Contractor responsible for Construction Photographs as described herein. C. Parties requiring additional photography or prints will pay photographer directly. PART 2 -- PRODUCTS 2.01 PRINTS A. Color: M 0 4/13/16 01380-1 Citywide Resurfacing 2016 28 1 . Paper: Single weight, neutral black image tone, white base. 2. Finish: Smooth surface, glossy. C. Identify each print on back, listing: 1 . Name of Project. 2. Orientation of view. 3. Date and time or exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. D. All photographs to be color. 2.02 ELECTRONIC FORMAT A. Photos shall also be provided in electronic, Jpeg format. PART 3 -- EXECUTION 3.01 TECHNIQUE A. Factual presentation 0 B. Correct exposure and focus. 1 . High resolution and sharpness. 2. Maximum depth -of -field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Photograph from locations to adequately illustrate condition of construction and state of progress. At successive periods of photography, take at least one photograph from the same overall view as previously. 2. Consult with OWNER/ENGINEER at each period of photography for instructions concerning views required. 4/13/16 01380-2 Citywide Resurfacing 2016 0 29 0 3.03 DELIVERY OF PRINTS A. Deliver prints to OWNER& ENGINEER to accompany each Application for Payment. END OF SECTION E 0 4/13/16 01380-3 Citywide Resurfacing 2016 30 SECTION 01400 QUALITY CONTROL PART1--GENERAL 1.01 EVALUATION AT PLACE OF MANUFACTURE A. Unless otherwise specified, all products, materials, and time and equipment shall be subject to evaluation by the OWNER/ENGINEER at the place of manufacture. B. The presence of the OWNER/ENGINEER at the place of manufacture however, shall not relieve the Contractor of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the Contractor, and said duty shall not be avoided by any act or omission on the part of the OWNER/ENGINEER. 1.02 SAMPLING AND TESTING A. Unless otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, City and/or FDOT, as applicable to the class and nature of the article or materials considered; however, the Owner reserves the right to use any generally -accepted system of sampling and testing which, in the opinion of the OWNER/ENGINEER will insure the Owner that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the Owner of any specific testing or other quality assurance measures, whether or not such waiver is acco I mpanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial Work, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the OWNER/ENGINEER reserves the right to make independent investigations and tests and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the OWNER/ENGINEER to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.03 SITE INVESTIGATION AND CONTROL A. The Contractor shall verify all dimensions in the field and shall check field conditions continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The Contractor shall evaluate related and appurtenant Work and shall report in writing to the OWNER/ENGINEER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the Contractor at its sole cost and expense. 0 4/13/16 01400-1 Citywide Resurfacing 2016 CIE 0 1.04 PRODUCT EVALUATION AND TESTING A. The Owner will only employ and pay for the services of an independent testing laboratory for specified testing as indicated in the plans and/or by the Engineer. B. The work or actions of the testing laboratory shall in no way relieve the Contractor of his obligations under the Contract. The laboratory testing work will include such evaluations and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the Contractor's Work. C. The Contractor shall allow the OWNER/ENGINEER ample time and opportunity for evaluation and testing materials and equipment to be used in the Work. The Contractor shall advise the OWNER/ENGINEER promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for evaluation before shipment from the place of manufacture. The Contractor shall at all times furnish the OWNER/ENGINEER and his representatives, facilities including labor, and allow proper time for evaluating and testing materials, equipment, and workmanship. The Contractor must anticipate that possible delays may occur in the execution of his work due to the necessity of materials and equipment being evaluated and accepted for use. The Contractor shall furnish, at his own expense, all samples of materials required by the OWNER/ENGINEER for testing, and shall make his own arrangements for providing water, electric power, or fuel for the various evaluations and tests of structures and equipment. D. The Contractor shall furnish the services of representatives of the manufacturers of certain equipment, as specified in other sections of these Contract Documents, as required. The Contractor shall also place its orders for such equipment on the basis that, after the equipment has been tested prior to final acceptance of the work; the manufacturer will furnish the OWNER/ENGINEER with certified statements that the equipment has been installed properly and is ready to be placed in functional operation. Tests and analyses required for equipment shall be paid for by the Contractor, unless specified otherwise in the section which covers a particular piece of equipment. E. The Owner will bear the cost of all tests, evaluations or investigations undertaken by the order of the OWNER/ENGINEER for the purpose of determining conformance with the Contract Documents if such tests, evaluations or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the OWNER/ENGINEER as a result of such tests, evaluations or investigations, the Contractor shall bear the full cost of any additional tests and investigations, which are ordered by the OWNER/ENGINEER to ascertain subsequent conformance with the Contract Documents. 1.05 EVALUATION OF THE WORK A. The Work shall be conducted under the general observation of the OWNER/ENGINEER/PROJECT MANAGER and shall be subject to evaluation by representatives of the ENGINEER/PROJECT MANAGER acting on behalf of the Owner to ensure strict compliance with the requirements of the Contract Documents. Such evaluation may include mill, plant, shop or field evaluation, as required. The 4/13/16 01400-2 Citywide Resurfacing 2016 32 OWNER/ENGINEER shall be permitted access to all parts of the Work, including plants where materials or equipment are manufactured or fabricated. 0 B. The presence of the OWNER or ENGINEER or any evaluator, however, shall not relieve the Contractor of the responsibility for the proper execution of the Work in accordance with all requirements of the Contract Documents. Compliance is a duty of the Contractor, and said duty shall not be avoided by any act or omission on the part of the OWNER, ENGINEER or any evaluator. C. All materials and articles furnished by the Contractor shall be subject to rigid evaluation, and no materials or articles shall be used in the Work until they have been evaluated and accepted by the OWNER, ENGINEER or its representative. No Work shall be backfilled, buried, cast in concrete, hidden or otherwise covered until it has been evaluated by the OWNER/ENGINEER or its authorized representative. Any Work so covered in the absence of evaluation shall be subject to uncovering. Where unevaluated Work cannot be uncovered, such as in concrete cast over reinforcing steel, all such Work shall be subject to demolition, removal, and reconstruction under proper evaluation and no additional payment will be allowed therefore. 1.06 TIME OF EVALUATION AND TESTS A. Samples and test specimens required under these Specifications shall be furnished and prepared for testing in ample time for the completion of the necessary tests and analyses before said articles or materials are to be used. The Contractor shall furnish and prepare all required test specimens within the scope of the Contract, except as otherwise provided in the Contract Documents. Costs of any test which shows unsatisfactory results shall be borne by the Contractor. Whenever the Contractor is ready to backfill, bury, cast in concrete, hide, or otherwise cover any Work under the Contract, the OWNER/ENGINEER shall be notified not less than twenty-four hours in advance to request evaluation before beginning any such Work of covering. Failure of the Contractor to notify the OWNER/ENGINEER at least twenty-four hours in advance of any such evaluations shall be reasonable cause for the OWNER/ENGINEER to order a sufficient delay in the Contractor's schedule to allow time for such evaluations and any remedial or corrective Work required, and all costs of such delays, including its effect upon other portions of the Work, shall be borne by the Contractor. 1.07 RIGHT OF REJECTION A. The Engineer/Project Manager, acting for the Owner, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the Engineer or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the Engineer for the Owner. B. The Contractor shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the Contractor. 4/13/16 01400-3 Citywide Resurfacing 2016 33 0 1.08 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The Contractor shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The Contractor shall not endanger any work of others by cuffing, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the Owner/Engineer and of the other contractors whose work will be affected. B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure. The OWNER reserves the right to order that additional protection measures over and beyond those proposed by the CONTRACTOR, be taken to safeguard all components of the project. The CONTRACTOR shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the OWNER for damage to the work from the elements of weather. C. Fire Protection: The Contractor shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) 0 - END OF SECTION - 0 4/13/16 01400-4 Citywide Resurfacing 2016 34 SECTION 01410 0 TESTING AND INSPECTION PART 1 -- GENERAL 1.01 REQUIREMENTS INCLUDED A. The CONTRACTOR shall retain the services of an Independent Testing Laboratory to perform materials testing specifically indicated in the Contract Documents and will pay for the costs of all passing laboratory tests required to determine soil density and concrete compressive strength. Failed tests will be paid for by the CONTRACTOR. All required soil and concrete testing shall be coordinated with and scheduled by the CONTRACTOR. B. Selection of testing laboratory shall be approved by OWN ER/E NGIN EER. C. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of his obligations under the Contract. The laboratory testing work will include such inspections and testing required by the Contract Document, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform or approve any of the CONTRACTOR's work. 1.02 RELATED REQUIREMENTS 0 A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities. B. Each specification section listed: Laboratory tests required and standards for testing. C. Testing Laboratory inspection, sampling and testing is required for, but not limited to, the following: 1 . Asphaltic Concrete Paving, Section 02540. Concrete Curbs & Headers, Section 02520. 1.03 LIMITATIONS OF AUTHORITY OF TESTING LABOR A. Submit (5) five copies of inspection reports to the Owner. The reports shall include the following components: 1 . Project title and Owner's job number. 2. Testing laboratory name and address. 3. Date of report issuance. 4/13/16 01410-1 Citywide Resurfacing 2016 0 35 4. Name and signature of field technician. 5. Date of inspections, sampling, and /or testing. 6. Record of weather conditions. 7. Identification of project tested and associated specification section. 8. Testing location. 9. Description of testing performed. 10. Observations made regarding compliance with the Contract Documents. 11. Must be approved and signed by a Florida Professional Engineer. 1.04 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work, to manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materiA proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete and other materials mixes which require control by the testing laboratory. D. Materials and equipment used in the performance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. Standard specifications for quality and workmanship are indicated in the Contract Documents. The OWNER/ENGINEER may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. E. Furnish incidental labor and facilities: 1 2 3 4 4/13/16 To provide access to work to be tested. To obtain and handle samples at the Project site or at the source of the product to be tested. To facilitate inspections and tests. For storage and curing of test samples. 01410-2 Citywide Resurfacing 2016 36 F. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 0 When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. G. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required for the Contractor's convenience. H. if the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor shall pay for the laboratory costs directly to the testing firm, and these costs will not be reimbursable to the Contractor. PART 2 -- PRODUCTS - (NOT USED) PART 3 -- EXECUTION - (NOT USED) - END OF SECTION - 4/13/16 01410-3 Citywide Resurfacing 2016 0 37 SECTION 01510 UTILITIES AND SERVICES PART1--GENERAL 1.01 GENERAL A. It shall be the Contractor's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required Work, and shall be subject to review by the Owner's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The Contractor shall provide for utilities and services for its own operations. The Contractor shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Power: The Contractor shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Construction Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking periods if the area is subject to access by the public or City personnel. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the OWNER & ENGINEER and the power company representative, and shall be removed in like manner at the Contractor's expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the OWNER & ENGINEER, circuits separate from lighting circuits shall be used for all power purposes. E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. General: The Contractor shall supply, and pay for all costs for all water used for construction, and testing. The Contractor shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water.- All drinking water on the site during construction shall be furnished by the Contractor and shall be bottled water or water furnished in suitable dispensers. 4/13/16 01510-48 Citywide Resurfacing 2016 Notices shall be posted conspicuously throughout the site warning the Contractor's personnel that piped water may be contaminated. 0 C. Water Connections: The Contractor shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the Contractor shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the Contractor shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the OWNER & ENGINEER and to the agency owning the affected utility. 1.04 TEMPORARY SANITARY FACILITIES A. The Contractor shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. The facilities shall comply with local codes and regulations and be situated at an acceptable location. Such facilities shall be secured during non -working hours in order to prevent unauthorized access. 1.05 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. 1.06 SECURITY A. The CONTRACTOR shall install fences and employ security guards to protect the job site against vandalism, burglary, theft, trespassing, etc., if required. The CONTRACTOR shall care for and protect against loss or damage of all material to be incorporated in the construction, the existing structures, equipment and materials for the duration of the Contract and shall repair or replace damaged or lost materials and damage to structures. B. The CONTRACTOR shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project as required for security purposes. 1.07 REMOVAL A. The CONTRACTOR shall completely remove temporary materials and equipment upon completion of construction. B. The CONTRACTOR shall clean, and repair damage caused by installation and restore to specified or original condition. 4/13/16 01510 - ?9 Citywide Resurfacing 2016 0 0 PART 2 PRODUCTS - (Not Used) PART 3 EXECUTION - (Not Used) - END OF SECTION - 4/13/16 01510-41 Citywide Resurfacing 2016 SECTION 01530 PROTECTION OF EXISTING FACILITIES PART 1 -- GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's Work. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the OWNER. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS -OF -WAY A. The CONTRACTOR shall not enter upon any rights -of -way involved until notified that the OWNER has secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin Work, and shall give said party convenient access and opportunity for removing, shoring, supporting, or otherwise protecting utilities or structures within the right-of-way. When two or more contracts are being executed at one time on the same or adjacent land in such manner that Work on one contract may interfere with that on another, the OWNER shall determine the sequence and order of the Work. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced for easy and accurate restoration. It shall be the CONTRACTOR's responsibility to notify the proper representatives of the OWNER of the time and location that Work will be done. Such notification shall be sufficiently in advance of construction so that there will be no delay due to waiting for survey points to be satisfactorily referenced for restoration. All survey markers or points disturbed by the CONTRACTOR without proper authorization by the OWNER will be accurately restored by the OWNER at the CONTRACTOR's expense after all street or roadway resurfacing has been completed. 4/13/16 0153Q-r 1 Citywide Resurfacing 2016 40 0 1.04 RESTORATION OF FACILITIES A. General: All paved areas cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Restoration: Temporary restoration includes repair to all driveways, sidewalks and roadways. They shall be swept clean and be maintained free of dirt and dust. All areas disturbed by the construction activities shall be restored to proper grade, cleaned up, including the removal of debris, trash, and deleterious materials. All construction materials, supplies, or equipment, including piles of debris shall be removed from the area. All temporarily restored areas shall be maintained by the CONTRACTOR. These areas shall be kept clean and neat, free of dust and dirt, until final restoration operations are completed. The CONTRACTOR is responsible to utilize dust abatement operations in the temporarily restored areas as required, to the satisfaction of the OWNER & ENGINEER. C. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration and improvements. D. Temporary Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private driveways have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or driveways at the end of each workday and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or driveways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect all underground utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. B. Utilities to be Moved: In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the OWNER to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the OWNER a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. 4/13/16 0 1 53(�Z 2 Citywide Resurfacing 2016 C. Where the proper completion of the Work requires the temporary or permanent removal and / or relocation of an existing utility or other improvement which is shown, the CONTRACTOR shall remove and temporarily replace or relocate such utility or improvement in a manner satisfactory to the OWNER and the owner of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. OWNER'S Right of Access: The right is reserved to the OWNER and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of- way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. E. Underground Utilities Shown or Indicated: Existing utility lines that are shown or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired by the CONTRACTOR. F. Underground Utilities Not Shown or Indicated: See Article 18 of the Special Conditions. G. Approval of Repairs: All repairs to a damaged improvement are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other Work. H. No fill, excavation material, construction generated debris or equipment shall obstruct water valves, gas meters or sewer manholes. Water, sewer and gas service shall be made accessible to repair or maintenance crews representing the OWNER or a privately -owned utility company. Existing Irrigation Services: CONTRACTOR shall protect and provide temporary support for existing irrigation services. Any Irrigation service damaged by the CONTRACTOR shall be replaced at the CONTRACTOR'S expense, with a new irrigation service complete with proper restoration. 1.06 TREES WITHIN STREET RIGHTS -OF -WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights -of -way and project limits, and shall not trim, relocate or remove any trees unless such trees have been approved for trimming, relocating or removal by the jurisdictional agency or OWNER. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR. Tree trimming, relocating and replacement shall be in accordance with requirements of local jurisdictions. B. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and / or the OWNER if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the 4/13/16 0153433 Citywide Resurfacing 2016 0 0 CONTRACTOR shall pay to the owner of said tree compensatory payment acceptable to the tree owner, subject to the approval of the jurisdictional agency or OWNER. PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) - END OF SECTION - 4/13/16 0153444 Citywide Resurfacing 2016 SECTION 01550 SITE ACCESS AND STORAGE PART 1 -- GENERAL 1.01 SITE ACCESS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations. 1.02 TEMPORARY CROSSINGS A. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of Work hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleys, ways, or parking areas. No street shall be closed to the public without first obtaining permission of the OWNER and proper governmental authority. Where excavation is being per -formed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated material if required by the OWNER or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the Work shall be kept accessible to fire -fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, sewer inlets, and other drainage facilities. B. Traffic Control: For the protection of traffic in public or private streets and parking lots,, the CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of transportation, Federal Highway Administration (ANSI D6.1). C. The CONTRACTOR shall take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. D. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade. 4/13/16 0155Q5- 1 Citywide Resurfacing 2016 0 E. Temporary Street Closure Outside Proiect Right -of -Way: If closure of any street is required during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required street closure in order to determine necessary sign and detour requirements. F. Temporary Driveway Closure: The CONTRACTOR shall notify the owner or occupant (if not owner -occupied) of the closure of the driveways to be closed more than one eight -hour work day, at least three working days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the owner/occupant how long the work will take and when closure is to start. The CONTRACTOR shall provide temporary driveway access at the end of each business day. 1.03 CONTRACTOR'S WORK AND STORAGE AREA A. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the CONTRACTOR and no claim shall be made against the OWNER by reasons of any act of an employee or trespasser. Should an occasion arise necessitating access to an area occupied by stored equipment and / or materials, the CONTRACTOR shall immediately move them. B. Upon completion of the Contract, the CONTRACTOR shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the areas as specified to its original condition or better. 0 PART 2 -- PRODUCTS - (Not Used) 0 PART 3 -- EXECUTION - (Not Used) - END OF SECTION - 4/13/16 0 1 55Q6- 2 Citywide Resurfacing 2016 SECTION 01560 SPECIAL CONTROLS PART 1 -- GENERAL 1.01 CHEMICALS A. All chemicals used during project construction or furnished for testing of project operation, whether herbicide, pesticide, disinfectant, polymer, reactant of other classification, will be required to show approval of either EPA or HUD. The handling, use, storage and disposal of such materials, containers or residues shall be in strict conformance with manufacturer and/or supplier's secured storage. Copies of antidote literature shall be kept at the storage site and at the CONTRACTOR's job site office. A supply of antidotes shall be kept at the CONTRACTOR's office. A. During all work for this Contract, the CONTRACTOR shall by the application of water and/or calcium chloride or other means, approved by the OWNER/ENGINEER, eliminate dust annoyance to adjacent property owners and business establishments. The CONTRACTOR shall take all protective measures, to the satisfaction of the OWNER/ENGINEER, necessary to ensure that dust and debris does not enter any of the mechanical or electrical equipment. The CONTRACTOR shall be responsible for the cleanup of existing buildings, equipment, controls, etc., which have become soiled due to the lack of proper dust control as determined by the OWNER/ENGINEER. The CONTRACTOR shall provide daily application of water to all areas designated by the OWNER/ENGINEER in the field and to the satisfaction of the OWNER/ENGINEER in the field. 1.03 NOISE A. Noise resulting from the CONTRACTOR's work shall not violate the City of Tamarac noise ordinance or exceed the noise levels and other requirements stated in the Broward County Office of Natural Resources Protection, Regulation 78-3, relating to noise abatement in Broward County. The CONTRACTOR shall be responsible for curtailing noise resulting from his operation. He shall, upon written notification from the OWNER/ENGINEER or the noise control officers, make any repairs, replacements, adjustments, additions and furnish mufflers when necessary to fulfill requirements. 1.04 EROSION ABATEMENT AND WATER POLLUTION A. It is imperative that the CONTRACTOR's dewatering operations not contaminate or disturb the environment or properties adjacent to the work. The CONTRACTOR, shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering and/or from excavation below the ground water table operations that becomes contaminated with lime silt, much and other deleterious matter, fuels, oils, bitumens, calcium chloride, chemicals and other polluting materials. B. The CONTRACTOR shall construct temporary stilling basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but not 4/13/16 015W - 1 Citywide Resurfacing 2016 0 0 0 limited to, filters, coagulants, screens and other means necessary to attain the required discharge water quality. C. The CONTRACTOR shall be responsible for providing, operating and maintaining materials and equipment used for conveying the clear water to the point of discharge. All pollution prevention procedures, materials, equipment and related items shall be operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials, equipment and related items the CONTRACTOR shall restore the area to the condition prior to his commencing work. 1.05 HURRICANE AND STORM WARNINGS A. The CONTRACTOR shall be required to remove from and/or secure all loose construction materials and equipment and protect structures under construction at the job site in the event of a hurricane watch, to the satisfaction of the OWNER/ENGINEER. The CONTRACTOR shall also remove all bulkheads and plugs in pipelines that would impede drainage in case of flooding. Structures that may be in danger of flotation shall be flooded. The OWNER/ENGINEER do not assume any liability for damage caused by construction debris. 1.06 PESTS AND RODENTS A. The CONTRACTOR shall be responsible for maintaining the job site free from litter, rubbish and garbage. He shall provide containers for the disposal of garbage and other materials that attract and are breeding places for pests and rodents. The CONTRACTOR shall provide the services of an exterminator to inspect the job site on a periodic basis and to provide service as required to control pests and rodents. Should the use of pesticide be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to OWNER'S Representative. Clearly indicate: 1. The area or areas to be treated. 2. The pesticide to be used, with a copy of the manufacturer's printed instructions. 3. The pollution preventative measures to be employed. 1.07 PERIODIC CLEAN-UP,- BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind, which result from his operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. When the work involves installation of sewers, drains, water mains, manholes, underground structures, or other disturbance of existing features in or across streets, rights -of -way, easements, or private property, the CONTRACTOR shall (as the work progresses) promptly backfill, compact, grade and otherwise restore the disturbed area 0 to a basic condition which will permit resumption of pedestrian or vehicular traffic and 4/13/16 015W - 2 Citywide Resurfacing 2016 any other critical activity or function consistent with the original use of the land. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance. C. The CONTRACTOR shall perform the clean-up work on a regular basis and as frequently as ordered by the OWNER/ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the OWNER/ENGINEER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. D. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the OWNER's & ENGINEER's satisfaction, the OWNER/ENGINEER may, upon five (5) days prior written notice to the CONTRACTOR, employ such labor and equipment as he deems necessary for the purpose, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from the amounts of money that may be due him. 1.08 SECURITY A. The Contractor shall care for and protect against loss or damage of all material to be incorporated in the construction for the duration of the Contract and shall repair or replace damaged or lost materials and damage to structures. B. The Contractor shall be responsible for providing, and maintaining temporary fencing and gates and the daily securing of temporary fencing and gates used for construction purposes for the duration of the project. 0 PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) - END OF SECTION - 0 4/13/16 0 1 5Q49 - 3 Citywide Resurfacing 2016 0 SECTION 01670 MAINTENANCE OF TRAFFIC PART1--GENERAL 1.01 TRAFFIC CONTROL A. CONTRACTOR shall obey all traffic laws and comply with all the requirements, rules and regulations of the Florida State Department of Transportation (FDOT), the City of Tamarac, Broward County and other local authorities having jurisdiction, to maintain adequate warning signs, lights, barriers, etc., for the protection of traffic on public roadways. B. The CONTRACTOR shall maintain traffic and protect the public from all damage to persons and property within the Contract Limits, in accordance with the Contract Documents and all applicable state, city and local regulations. He shall conduct his operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties and business establishments adjoining or adjacent to those streets affected by his operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railing, etc., shall be erected and the work outlined by adequate lighting at night. Danger lights shall be provided as required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic. C. Maintenance of Traffic Plans (M.O.T.)-. After Notification of Award, the CONTRACTOR shall immediately prepare and submit Maintenance of Traffic (M.O.T.) Plans to the OWNER/ENGINEER for approval. The traffic maintenance plan must meet FDOT's requirements. Said M.O.T. Plans shall be in written form with sketches or drawings as necessary and shall comply with State of Florida Department of Transportation standards for M.O.T. in construction areas. The Plans shall be submitted as soon as possible and not later than the Preconstruction Conference. D. The CONTRACTOR and his personnel are cautioned against parking vehicles in the business zones for any extended period of time. If necessary, the CONTRACTOR shall obtain offsite parking areas for his personnel. E. All dirt spilled from the CONTRACTOR's trucks on existing pavements shall be removed by the CONTRACTOR whenever in the opinion of the OWNER/ENGINEER the accumulation is sufficient to cause the formation of mud, dust, interference with traffic or create a traffic hazard. PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) - END OF SECTION - 4/13/16 01570-1 Municipal Complex 50 Parking Lot Resurfacing SECTION 01600 MATERIALS AND EQUIPMENT PART1--GENERAL 1.01 THE REQUIREMENT A. The word "Products," as used herein is defined to include purchased items for incorporation into the Work, regardless of whether specifically purchased for project or taken from Contractor's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of Work. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self-explanatory and have recognized meanings in the construction industry. 1.02 QUALITY ASSURANCE A. Source Limitations: To the greatest extent possible for each unit of Work, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source. B. Compatibility of Options: Where more than one choice is available as options for Contractor's selection of a product, material, or equipment, the Contractor shall select an option which is compatible with other products, materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections. 1.03 DESIGN A. Equipment and appurtenances shall be designed in conformity with the ASME, AIEE, NEMA and other generally accepted applicable standards and shall be rugged construction and of sufficient strength to withstand all stresses which may occur during fabrication, testing, transportation, installation and all conditions of operation. All bearings and moving parts shall be adequately protected by bushings or other acceptable means against wear, and provision shall be made for adequate lubrication by readily accessible devices. Details shall be designed for appearance as well as utility. Protruding members, joints, corners, gear covers, etc., shall be finished in appearance. B. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. 1.04 PRODUCT DE LIVE RY-STORAG E-HAN DLI NG A. The Contractor shall deliver, handle, and store products in accordance with supplier's written recommendations and by methods and means which will prevent damage, 4/13/16 01600-1 Citywide Resurfacing 2016 51 0 0 deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at site and overcrowding of construction spaces. In particular, the Contractor shall provide del ivery/installatio n coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss. 1.05 TRANSPORTATION AND HANDLING A. Products shall be transported by methods to avoid product damage and shall be delivered in undamaged condition in supplier's unopened containers or packaging, dry. B. The Contractor shall provide equipment and personnel to handle products, materials, and equipment including those provided by Owner, by methods to prevent soiling and damage. C. The Contractor shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.06 STORAGE AND PROTECTION A. Products shall be stored in accordance with supplier's written instructions, with seals and labels intact and legible. Sensitive products shall be stored in weather -tight enclosures and temperature and humidity ranges shall be maintained within tolerances required by supplier's written instructions. B. For exterior storage of fabricated products, they shall be placed on sloped supports above ground. Products subject to deterioration shall be covered with impervious sheet covering; ventilation shall be provided to avoid condensation. C. Loose granular materials shall be stored on solid surfaces in a well -drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for inspection. The Contractor shall periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. F. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. Miscellaneous steel and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent the accumulation of rusting. G. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking and spilling to a minimum. H. All materials which in the opinion of the Owner/Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of 4/13/16 01600-2 Citywide Resurfacing 2016 52 the work, and the Contractor shall receive no compensation for the damaged material or its removal. 0 Should the Contractor fail to take proper action on storage and handling of equipment supplied under this Contract within seven (7) days after written notice to do so has been given, the Owner retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from the Contractor's Contract. These costs may be comprised of expenditures for labor, equipment usage, administrative, clerical, engineering, and any other costs associated with making the necessary corrections. 1.07 MAINTENANCE OF STORAGE A. Stored products shall be periodically inspected on a scheduled basis. The Contractor shall maintain a log of inspections and shall make said log available to the OWNER/ENGINEER on request. B. The Contractor shall verify that storage facilities comply with supplier's product storage requirements. C. The Contractor shall verify that supplier -required environmental conditions are maintained continually. D. The Contractor shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. 1.08 MAINTENANCE OF EQUIPMENT STORAGE A. For mechanical and electrical equipment in long-term storage, the Contractor shall provide a copy of the supplier's service instructions to accompany each item, with notice on enclosed instruction shown on exterior of package. B. Equipment shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document to the OWNER/ENGINEER. 1.09 LUBRICANTS A. During testing and prior to acceptance, the Contractor shall furnish all lubricants necessary for the proper lubrication of all equipment furnished under this Contract. 1.10 SPECIAL TOOLS A. For each type of equipment furnished, the Contractor shall provide a complete set of all special tools (including calibration and test equipment) which may be necessary for the adjustment, operation, maintenance and disassembly of such equipment. B. Special tools shall be delivered at the same time as the equipment to which they pertain. The Contractor shall properly store and safeguard such special tools until completion of the Work, at which time they shall be delivered to the Owner. 0 4/13/16 01600-3 Citywide Resurfacing 2016 53 0 1.11 PROTECTION AGAINST ELECTROLYSIS Ll E A. Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other acceptable materials. 1.12 FASTENERS A. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be furnished by the Contractor in accordance herewith. Bolts shall have suitable washers and, where so required, their nuts shall be hexagonal. B. All bolts, anchor bolts, nuts, washers, plates, and bolt sleeves shall be Type 316 stainless steel unless otherwise specifically indicated or specified. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) - END OF SECTION - 4/13/16 01600-4 Citywide Resurfacing 2016 54 SECTION 01700 PROJECT CLOSEOUT PART 1 -- GENERAL 1.01 PROJECT CLOSEOUT A. As construction of the project enters the final stages of completion, the CONTRACTOR shall, in accordance with the requirements set forth in the Contract Documents, attend to or have already completed the following items: Correcting or replacing defective overlooked or work which remains "Punch" lists. 2. Make final submittals. work, including completion of items previously incomplete, all as evidenced by the OWNER's 3. Attend to any other items listed herein or brought to the CONTRACTOR's attention by the OWNER. 1.02 CLOSEOUT TIMETABLE A. The CONTRACTOR shall establish dates for testing, acceptance periods, and on -site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the OWNER, the ENGINEER, and their authorized representatives sufficient time to schedule attendance at such activities. 1.03 FINAL SUBMITTALS A. Before the final acceptance of the project, the CONTRACTOR shall submit to the OWNER/ENGINEER certain records, certifications, etc., which are specified elsewhere in the Contract Documents. Missing, incomplete or unacceptable items, as determined by the OWNER/ENGINEER, shall constitute grounds for withholding final payment to the CONTRACTOR. A partial list of such items appears below, but is shall be the CONTRACTOR's responsibility to submit any other items which are required in the Contract Documents: Written Test results of project components. 2. Performance affidavits. 3. During the entire construction operation, the CONTRACTOR shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom record drawings showing correctly and accurately all completed work, and all changes and deviations from the Work made during construction to reflect the Work as it was actually constructed. These drawings shall conform to recognized standards of drafting, shall be neat, legible in hard copy and electronic format acceptable to the OWNER & ENGINEER. Final payment will not be acted upon 4/13/16 01700- 155 Citywide Resurfacing 2016 0 0 0 until the CONTRACTOR -prepared record drawings have been delivered to the OWNER/ENGINEER. 4. Written guarantees, where required. 5. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 6. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. B. When the OWNER/ENGINEER concur that the work is substantially complete, the OWNER/ENGINEER or CITY Project Manager will Prepare a Certificate of Substantial Completion accompanied by CONTRACTOR's list of items to be completed or corrected, as verified and amended by the OWNER/ENGINEER or CITY Project Manager. 1.04 SPARE PARTS A. Spare parts for equipment shall be furnished where indicated in the equipment specifications and/or as recommended by the equipment manufacturer. Spare parts shall be identical and interchangeable with original parts. Parts shall be supplied, prepared for storage, in clearly identified containers, except large or bulky items which may be wrapped in polyethylene. B. The parts shall be stored separately in a locked area, maintained by the Contractor, and shall be delivered to the Owner at a location designated by the Owner. The Contractor shall furnish an inventory listing all spare parts for each piece of equipment in the form included at the end of this Section. 1.05 PUNCH LISTS A. Final cleaning and repairing shall be scheduled upon completion of the project. B. The OWNER/ENGINEER will make his final inspection whenever the CONTRACTOR has notified the OWNER/ENGINEER that the work is ready for the inspection. Any work not found acceptable and requiring cleaning, repair and/or replacement will be noted on the "Punch" list. Work that has been inspected and accepted by the OWNER/ENGINEER shall be maintained by the CONTRACTOR, until final acceptance of the entire project. C. Whenever the CONTRACTOR has completed the items on the punch list, he shall again notify the OWNER/ENGINEER that it is ready for final inspection. This procedure will continue until the entire project is accepted by the OWNER/ENGINEER. The "Final Payment" will not be processed until the entire project has been accepted by the OWNER/ENGINEER and all of the requirements in previous Article 1.03 "Final Submittals" have been satisfied. 4/13/16 01700-256 Citywide Resurfacing 2016 1.06 MAINTENANCE AND GUARANTEE is A. The CONTRACTOR shall comply with all maintenance and guarantee requirements of the Contract Documents. B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the CONTRACTOR which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the CONTRACTOR shall have obtained a statement in writing from the affected private owner or public agency releasing the OWNER from further responsibility in connection with such repair or resurfacing. C. Replacement of dead plant materials etc. as described in the Contract Documents. D. The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from the OWNER. If the CONTRACTOR fails to make such repairs or replacements promptly, the OWNER reserves the right to do the Work and the CONTRACTOR and his surety shall be liable to the OWNER for the cost thereof. 1.07 FINAL CLEANUP A. The CONTRACTOR shall promptly remove from the vicinity of the completed Work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the OWNER will be withheld until the CONTRACTOR has satisfactorily complied with the foregoing requirements for final cleanup of the project site. 1.08 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: Prior to commencing work, the CONTRACTOR shall have a continuous color audio-visual tape (CD format) recording taken of the entire Project to serve as a record of preconstruction conditions. No construction shall begin prior to review and acceptance of the tapes covering the construction area by the OWNER/ENGINEER. The OWNER/ENGINEER shall have the authority to reject all or any portion of the video tape not conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The OWNER/ENGINEER shall designate those area, if any, to be omitted from or added to the audio-visual coverage. Video recordings shall not be more than ninety days prior to construction in any area. All CD's and written records shall become the property of the OWNER. B. The CONTRACTOR shall engage the services of a professional electrographer. The color audio-visual CD's shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio-visual documentation. The electrographer shall furnish to the OWNER/ENGINEER a list of all equipment to be used for the audio-visual taping, i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer is the name and addresses of two references that the electrographer has performed color audio-visual taping for on projects of a similar nature within the last twelve months. 4/13/16 01700-357 Citywide Resurfacing 2016 0 C. Audio -Video Tapes: Audio video tapes (CD format) shall be new. 0 D. Equipment: All equipment, accessories, materials and labor to perform this service shall be furnished by the CONTRACTOR. E. The total audio-visual system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. F. Recorded Information —Audio: Each tape shall begin with the current date, project name and municipality and be followed by the general location; i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. G. Recorded Information — Video: All video recordings must, by electronic means, display continuously and simultaneously, generated with the actual taping, transparent digital information to include the date and time of recording. The date information shall contain the month, day and year. The time information shall contain the hours, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. H. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist of fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recordings and to produce bright, sharp video recordings of those subjects. 1. Panning, zoom -in and zoom -out rates shall be sufficiently controlled to maintain a clear view of the object. J. Tape coverage shall include all surface features located within the zone of influence and construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, landscaping, culverts, fences, signs, tanks, structures, and piping within the area covered. PART 2 -- PRODUCTS - (Not Used) PART 3 -- EXECUTION - (Not Used) - END OF SECTION - 4/13/16 01700-458 Citywide Resurfacing 2016 SECTION 02010 SUBSURFACE INVESTIGATION PART 1 -- GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Section 01500 — Construction Consideration 1.02 RESPONSIBILITY A. OWNER/ENGINEER will provide minimal subsurface information upon request, and makes no warranties or guarantees concerning the nature of materials to be encountered on the site. B. The CONTRACTOR shall be responsible for having determined to his satisfaction, prior to the submission of his bid, the nature and location of the work, the conformation of the ground, the character and quality of the substrata, the types and quantity of materials to be encountered, the nature of the groundwater condition, the character of equipment and facilities required preliminary to and during the performance of the work, the general and local conditions and all other matters which can in any way affect the work under this Contract. The prices established for the work to be done shall reflect all costs pertaining to the work. Any claims for extras based on the substrata or ground water table conditions will be disallowed. PART 2 -- PRODUCTS Not Used. PART 3 -- EXECUTION Not used. - END OF SECTION - 4/13/16 02010-1 Citywide Resurfacing 2016 1�1 0 59 SECTION 02050 DEMOLITION PART 1 -- GENERAL 1.01 SECTION INCLUDES A. The Contractor shall remove and dispose of or salvage any existing structure, pavement, curbing, guardrail, landscaping, piping, conduits, or appurtenances or portions thereof, as necessary or required to complete the project. B. All materials designated for disposal shall, when released by the OWNER/ENGINEER, become the Contractor's property and shall be removed from the site to the Contractor's own place of disposal. C. Contractor shall refer to the landscaping plans (if applicable) for specific information regarding removal or protection of existing trees. 1.02 JOB CONDITIONS A. Protection of Existing Improvements: The Contractor shall be responsible for the protection of all pavements, sidewalks and other improvements designated to remain within the Work area. All damage to such improvements, as a result of the Contractor's operations, beyond the limits of the Work as described herein, shall be repaired by the Contractor at his expense. B. Closing or obstructing of roadways adjacent to the work by the placement or storage of materials will not be permitted. All operations shall be conducted with a minimum interference to traffic. C. Dust Control - The Contractor shall use suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. D. Remove all demolition debris from the site the same day the work is performed. Leave no deposits of demolished material on site over night unless approved by the OWNER/ENGINEER. E. The demolition work shall be done as indicated on the construction plans. F. The CONTRACTOR shall submit with bid package an approved traffic control plan which shall also comply with Section 01570, Maintenance of Traffic. PART 2 -- PRODUCTS (NOT USED) 4/13/16 02050-1 Citywide Resurfacing 2016 60 PART 3 -- EXECUTION 3.01 GENERAL A. Prior to commencing work, the Contractor shall locate all underground and exposed existing utilities. Contractor is responsible for repairing existing facilities damaged during construction at the expense of the Contractor. B. Scope of work shall comprise the following; provide all labor, materials, necessary equipment and services to complete the demolition and clearing work as indicated on the contract plans, and as specified herein. C. The CONTRACTOR shall be responsible for adherence to all applicable codes of all regulatory agencies having jurisdiction upon the works. 3.02 REMOVALS A. Pavement Removal: Where existing pavement is to be removed, the joint shall be mechanical saw cut leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent pavement section or curbing. In areas designated for removal of the entire pavement section, removal shall be to a minimum depth to allow for placement of 6-inches of top soil. B. Sidewalk, Drive, and Curb Removal: Concrete sidewalks, curbs, combination curb and gutter, walks, drive ribbons, or driveways shall be removed by initially sawing the structure, with a suitable power saw, as specified above for pavement. When a formed joint in the concrete exists within 3-feet of the proposed saw cut and parallels the proposed saw cut, the removal line shall be extended to the formed joint. After sawing, the material shall be removed. C. Landscaping (trees) Removal: Contactor shall refer to the Landscape Plans for specific direction regarding removal or protection of existing trees. D. Drainage Inlet Top Removal: Drainage inlet tops, frame and grate shall be removed as indicated on the plans and disposed of. E. Sign Removal: Traffic signs shall be removed and relocated as indicated on the plans or as directed by the OWNER/ENGINEER. Signs remain the property of the OWNER. F. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed and salvaged, or recycled. 3.03 CLEANUP A. The Contractor shall remove from the project site all debris resulting from the demolition and removal operations as it accumulates. Upon completion of the demolition work, all materials, 4/13/16 02050-2 Citywide Resurfacing 2016 0 61 equipment, waste and debris of every sort shall be removed and the premises shall be left clean, neat and orderly. 3.04 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Utility Services: Maintain existing utilities, keep in service, and protect against damage during demolition operations. B. Cease operations and notify OWNER immediately if safety of adjacent structures appears to be endangered. Take precautions to properly support structures. Do not resume operations until safety is restored. C. Ensure safe passage of persons around areas of demolition. 3.05 SITE RESTORATION A. Below -Grade Areas: Rough grade below -grade areas ready for further excavation or new construction. B. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grades and new grades. 0 3.06 COMPLETION OF WORK 0 A. Leave the site in a neat, orderly condition to the full acceptance of the OWNER. B. Dirt remaining after the demolition shall be graded level and compacted, in preparation for filling operations to follow demolition. Trenches shall be filled in layers of 12" maximum thickness and compacted in accordance with the technical specifications applicable to backfilling trenches. 4/13/16 END OF SECTION 02050-3 Citywide Resurfacing 2016 62 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01DESCRIPTION A. Scope of Work: The work of this Section consists of clearing, grubbing and stripping within the areas of the work within the right of way and easements and other areas shown on the Contract Drawings required for construction of the Work. Included in the work of this Section is the removal of trees, stumps, roots and other protruding objects, existing asphalt and concrete pavement, slabs sidewalks, fences, curbs, curbs and gutters and all other facilities necessary to prepare the area for the proposed construction. B. Related Requirements: 1. Section 02222: Excavation and Backfill for Utilities 2. Section 02900: Landscaping PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall clear and grub all construction areas. 3.02 CLEARING A. The surface of the ground, for the area to be cleared and grubbed shall be completely cleared of all timber, brush, stumps, roots, grass, weeds, rubbish, asphalt pavement, concrete slabs and all other objectionable obstructions resting on or protruding through the surface of the ground. However, trees shall be preserved where possible as herein specified. Clearing operations shall be conducted so as to prevent damage to existing structures and installations, and to those under construction. All pavements shall be cut for removal, with saws and approved power tools. 3.03 GRUBBING A. Grubbing shall consist of the complete removal of all stumps, roots larger than 1-1/2 inches in diameter, matted roots, brush, timber, logs and any other organic or metallic debris not suitable for foundation purposes, resting on, under or protruding through the 4/13/16 02100-1 Citywide Resurfacing 2016 63 0 0 3.04 3.05 surface of the ground to a depth of 18 inches below the sub -grade. All depressions excavated below the original ground surface for or by the removal of such objects, shall be refilled with suitable materials and compacted to a density conforming to the surrounding ground surface. STRIPPING A. Topsoil shall be stripped and stockpiled. Topsoil so stockpiled shall be protected until it is placed as specified. City shall be the sole judge of the condition of said topsoil for reuse within the medians. Any topsoil remaining after all work is in place shall be disposed of by the Contractor. "Gel 3.08 DISPOSAL OF CLEARED, GRUBBED AND EXCESS STRIPPED MATERIAL A. The Contractor shall dispose of all material and debris from the site preparation operations by hauling such material and debris away to an approved dump. Disposal by burning or burial will not be permitted. The cost of disposal (including hauling) of cleared and grubbed and excess stripped material and debris shall be considered a subsidiary obligation of the Contractor, the cost of which shall be included in the contract prices. PRESERVATION OF TREES A. The Contractor shall not remove any trees over three inches diameter until approval has been obtained from the Owner. Contractor shall flag all trees required to be removed and obtain owner's permission to remove trees prior to proceeding with removal. The Contractor shall erect such barricades, guards, and enclosures as may be considered necessary by him for the protection of the trees during all construction operations. DUST A. Control dust resulting from clearing and grubbing operations to prevent nuisance to adjacent property owners and the general public. Use dust control methods and materials approved by the Engineer. 4/13/16 END OF SECTION 02100-2 64 Citywide Resurfacing 2016 SECTION 02235 LIMEROCK BASE, PRIMED PART 1 -- GENERAL 1.01 SCOPE A. This item shall consist of the construction of a base course composed of limerock including the application of a bituminous prime coat. It shall be constructed on the prepared subgrade in accordance with these specifications and shall conform to the dimensions, lines, grades and cross sections shown on the plans. 1.02 REFERENCES A. Standards applicable to this Specification shall be: American Association of State Highway and Transportation Officials Standard Specifications (AASHTO). AASHTO T49-80 Standard Method of Test for Penetration of Bituminous Materials. AASHTO M81-75 (latest ed.) Standard Specification for Cut -Back Asphalt (Rapid -Curing Type). AASHTO T1 80-74 (latest ed.) Standard Method of Tests for Moisture - Density Relations. B. Florida Department of Transportation Standard Specifications (F.D.O.T.). FDOT Section 200 Limerock Base (latest ed.). FDOT Section 300 Prime and tack (latest ed.) FDOT Section 911 Limerock Material for Base and Stabilized Base (latest ed.) 1.03 SUBMITTALS A. The contractor will, at least ten days prior to start of work, submit in writing the source of all materials to be used. B. The Contractor will, without additional compensation, submit such tests as may be required by the OWNER/ENGINEER. 14/13/16 02235-1 Citywide Resurfacing 2016 65 0 0 PART 2 -- MATERIALS 2.01 LIMEROCK A. Except as might be specifically shown otherwise, all limerock material and the sources thereof shall be furnished by the Contractor. Any limerock material occurring in State furnished borrow areas shall not be used by the Contractor in constructing the base, unless permitted by the plans or other contract documents. B. Composition - The minimum percentage of carbonates of calcium and magnesium in the limerock material shall be 70. The maximum percentage of water -sensitive clay mineral shall be 3%. Determination shall be at the option of the OWNER/ENGINEER. C. Liquid Limit and Plasticity Requirements 1. Material for Limerock Base: The liquid limit shall not exceed 35 and the material shall be non -plastic. 2. Material Used in Limerock Stabilized Base: The liquid limit shall not exceed 35 and the plastic index shall not exceed 10. C. Mechanical Requirements 1. Deleterious Material - Limerock material shall not contain cherty or other extremely hard pieces, or lumps, balls or pockets of sand or clay size material in sufficient quantity as to be detrimental to the proper bonding, finishing, or strength of the limerock base. 2. Gradation and Size Requirements a. For Limerock Base - At least 97 percent by weight of the material shall pass a 3- 1/2 inch sieve and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust of fracture. All crushing or breaking -up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. For Limerock Stabilized Base - For this use the limerock material shall meet the requirements of 911-5.21 except that 97 percent shall pass the 1-1/2 inch sieve. D, Limerock Bearing Ratio Requirements - Limerock material used in construction of limerock base shall have an average LBR value of not less that 100. The average LBR value of material produced at a particular source shall be determined in accordance with an approved quality control procedure. 2.02 PRIME COAT A. The material used for prime coat shall be cut -back Asphalt Grade RC-70 or RC-250 meeting the requirements of (FDOT 916-2) Emulsified Asphalt Grades SS-1 or CSS-1, SS-1H or CSS-1H diluted in equal proportion with water; Asphalt Emulsified Asphalt Grade AE-60, AE-90, AE-150 or AE-200 diluted at the ratio of 6 parts emulsified asphalt to 4 parts water; special MS -Emulsion diluted at the ratio of 6 parts emulsified asphalt to 4 parts water; Asphalt Emulsion Prime 9AEP) meeting the requirements of (FDOT 916- 14/13/16 02235-2 Citywide Resurfacing 2016 66 4), Emulsion Prime (RS type) meeting the requirements of (FDOT 916-5), or other types and grades of bituminous material which may be called for in the plans or Special Provisions. The Contractor may select any of the specified bituminous materials unless the plans or Special Provisions indicate the use of a specific material. Types and Grades of bituminous material other than those specified above may be allowed if it can be shown that the alternate material will properly perform the function of prime coat material. B. Cover Material for Prime Coat - If an emulsified asphalt is used for prime coat, the OWNER/ENGINEER may require that cover material be hot -asphalt coated (mix to contain from two to four percent asphalt -cement) if necessary to achieve a prime coat which will remain reasonably intact until the surface course is placed. If material other than emulsified asphalt is used for the prime coat, the cover material shall be either sand (bare or hot -asphalt coated) or screenings, at the Contractor's option. The sand shall be non -plastic and free from any appreciable amount of silt, clay balls and root particles, and from any noticeable sticks, trash, vegetation or other organic matter. Screening shall be as specified in FDOT 902.5. PART 3 -- EXECUTION 3.01 TRANSPORTING LIMEROCK A. The limerock shall be transported to the point where it is to be used, over rock previously placed if practicable, and dumped on the end of the preceding spread. Hauling over the subgrade and dumping on the subgrade will be permitted when these operations will not be detrimental to the base as determined by the OWNER/ENGINEER. 3.02 EQUIPMENT A. Limerock Base - The rock shall be spread by mechanical rock spreaders, equipped with a device which strikes off the rock uniformly to laying thickness, and capable of producing an even distribution of the rock. For crossovers, intersections and ramp areas; for roadway widths of 20 feet or less; for the main roadway area when forms are used and for any other areas where the use of a mechanical spreader is not practicable; spreading may be done by bulldozers or blade graders. B. Pressure Distributor - The pressure distributor shall be equipped with pneumatic tires having a sufficient width of rubber in contact with the road surface to avoid breaking the bond or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to the width of the application required, within an allowable variation two (2) inches. The outside nozzle at each end of the spray bar shall have an area of opening not less than 25 percent nor more than 75 percent, in excess of the other nozzles. All other nozzles shall have uniform openings. When the application covers less than the full width, the normal opening of the end nozzle at the junction line may remain the same as those of the interior nozzles. less than the full width, the normal opening of the end nozzle at the junction line may remain the same as those of the interior nozzles. 14/13/16 02235-3 Citywide Resurfacing 2016 67 0 3.03 SPREADING LIMEROCK A. Method of Spreading - The limerock shall be spread uniformly with equipment as specified in 3.02 A. above. All segregated areas of fine or coarse rock shall be removed and replaced with properly graded rock. B. Number of Courses - When the specified compacted thickness of the base is greater than six inches, the base; shall be constructed in two courses. The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough additional to bear the weight of the construction equipment without disturbing the subgrade. 3.04 COMPACTING AND FINISHING BASE A. Single -Course Base - For single -course base, after the spreading is completed the entire surface shall be scarified and then shaped so as to produce the required grade and cross section after compaction. B. Double -Course Base - For double -course base, the first course shall be cleaned of foreign material and bladed and brought to a surface cross section approximately parallel to that of the finished base. Prior to the spreading of any material for the upper course, the density tests for the lower course shall be made and the OWNER/ENGINEER shall have determined that the required compaction has been obtained. After the spreading of the material for the final course is completed, its surface shall be finished and shaped so as to produce the required grade and cross section after compaction, and free of scabs and laminations. C. Moisture Content - When the material does not have the proper moisture content to insure the required density, wetting or drying will be required. When water is added it shall be uniformly mixed -in by disking to the full depth of the course which is being compacted. Wetting or drying operations shall involve manipulation, as a unit, of the entire width and depth of the course which is being compacted. D. Density Requirements - As soon as proper conditions of moisture are attained the material shall be compacted to a density of not less than 98 percent of maximum density as determined by AASHTO T 180. E. Density Test - At least one density determinations shall be made per 100 SY of limerock placed and properly compacted. The density determinations shall be made at more frequent intervals if deemed necessary by the OWNER/ENGINEER. During final compacting operations, if blading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density tests on the finished base. F. Correction of Defects 1 . Contamination of Base Material - If, at any time, the subgrade material should become mixed with the base course material, the Contractor shall, without additional compensation, dig out and remove the mixture, reshape and compact the 14/13/16 02235-4 Citywide Resurfacing 2016 68 subgrade and replace the materials removed with clean base material, which shall be shaped and compacted as specified above. 0 Cracks and Checks - If cracks or checks appear in the base, either before or after priming, which, in the opinion of the OWNER/ENGINEER, would impair the structural efficiency of the base, the Contractor shall remove the cracks or checks by re -scarifying, reshaping, adding base material where necessary, and re - compacting. 3.05 PRIMING A. Preparation - The prime coat shall be applied only when the base meets the specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At the time of priming, the base shall be firm, unyielding and in such condition that no undue distortion will occur. Before any bituminous material is applied, all loose material, dust, dirt, caked clay and other foreign material which might prevent proper bond with the existing surface shall be removed for the full width of the application. Particular care shall be taken in cleaning the outer edges of the strip to be treated, to insure that the prime or tack coat will adhere. When the prime or tack coat is applied adjacent to curb and gutter, valley gutter or any other concrete surfaces, such concrete surfaces (except where they are to be covered with a bituminous wearing course) shall be covered with heavy paper, or otherwise protected while the prime or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed. The temperature of the prime material shall be between 100 degrees Fahrenheit and 150 degrees Fahrenheit. The actual temperature shall be that which will insure uniform distribution. The material shall be applied by means of a pressure distributor. The amount to be applied will be dependent on the character of the surface and shall be sufficient to coat the surface thoroughly and uniformly, with no excess. B. Rate of Application - The rate of application shall be not less than 0.10 gallon per square yard, unless a lower rate is approved by the OWNER/ENGINEER. C. Sprinkling - If so required by the OWNER/ENGINEER the base shall be lightly sprinkled with water and rolled with a traffic roller, in advance of the application of the prime. D. Sanding - The primed base shall be covered by a light uniform application of cover material. If considered necessary for proper distribution of spread, the cover material shall be lightly dragged with a drag broom, after which it shall be rolled with a traffic roller, for at least ten passes over the entire area. E. Sampling Device on Transport Tanks - All transport tanks delivering bituminous materials for use on the project shall be equipped with an approved spigot -type sampling device. 0 14/13/16 02235-5 Citywide Resurfacing 2016 69 0 F. Temperature Sensing Device on Transport Tanks - All transport tanks delivering bituminous materials for use on the Department's projects shall be equipped with an approved dial type thermometer. The thermometer shall have a temperature range from 50 degrees Fahrenheit to 500 degrees Fahrenheit in 25 degrees Fahrenheit increments with a minimum dial diameter of two inches. The thermometer shall be located near the midpoint in length and within the middle third of the height of the tank and be enclosed in a well with a protective window or by other means as necessary to keep the instrument clean and in the proper working condition. 3.06 QUALITY CONTROL A. Testing Surface - The finished surface of the base course shall be checked with a template cut to the required crown and with a 15-foot straightedge. All irregularities greater than 1/4 inch shall be corrected by scarifying and removing or adding rock as required, after which the entire area shall be re -compacted as specified hereinbefore. In the testing of the surface, the measurements will not be taken in small holes caused by individual pieces of rock having been pulled out by the grader. B. Thickness Requirements 1. Measurements - Thickness of base shall be measured at intervals of not more than 200 feet. Measurements shall be taken at various points, through holes not less than three inches in diameter. Areas Requiring Correction - Where the compacted base is deficient by more than 1/2 inch from the thickness called for in the plans, the Contractor shall correct such areas by scarifying and adding rock. The base shall be scarified and rock added for a distance of 100 feet in each direction from the edge of the deficient area. The affected areas shall then be brought to the required state of compaction and to the required thickness and cross section. 3. Deficient Areas Left in Place - As an exception to the requirement for correcting areas of base which show a thickness deficiency exceeding the allowable 1/2 inch, if so approved in writing by the OWNER/ENGINEER. Any of such areas in which the extent of the deficiency might be considered as not sufficient to seriously impair the required strength of the base may be left in place. No payment, however, will be made for such deficient areas left in place and not corrected. 3.07 MAINTENANCE A. The Contractor will be responsible for assuring that the true crown and template are maintained, with no rutting or other distortion, and that the base meets all the requirements, at the time the surface course is applied. END OF SECTION 14/13/16 02235-6 Citywide Resurfacing 2016 70 SECTION 02511 CONCRETE SIDEWALKS AND ADA RAMPS PART 1 -- GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this section. 1.02 SCOPE THE WORK SPECIFIED IN THIS SECTION CONSISTS OF THE CONSTRUCTION OF CONCRETE SIDEWALKS AND ADA RAMPS, IN ACCORDANCE WITH THESE SPECIFICATIONS, AND IN CONFORMITY WITH THE LINES, GRADES, DIMENSIONS NECESSARY TO MEET ALL ADA REQUIREMENTS AND NOTES SHOWN ON THE PLANS. 1.03 RELATED WORK A. Section 02520 —Concrete Curbs and Headers. B. Section 03050 — Concrete. I C. Section 03390— Concrete Curing. 1.04 REFERENCES A. FDOT Standard Specifications for Road and Bridge Construction, latest edition. B. FDOT Roadway Standards, latest edition C. City of Tamarac Standard Details. 1.05 SUBMITTALS A. The CONTRACTOR shall submit a shop drawing to the OWNER/ENGINEER for the concrete mix design. PART 2 -- PRODUCTS 2.01 CONCRETE A. The concrete mix shall produce standard weight concrete with the following properties to be verified by the use of the appropriate listed test methods. 4/13/16 02511-1 Citywide Resurfacing 2016 71 0 0 Compressive strength: 3,000 psi at 28 days - tested according to ASTM designation C31 (AASHTO T23) Slump Range: 2-4 inches - tested according to ASTM designation C143 (AASHTO T119) B. Joint materials shall be in accordance with FDOT Specification Section 932. 2.02 FORMS A. Forms for this work shall be made of either wood or metal and shall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. Forms shall be cleaned each time they are used and shall be oiled or saturated with water prior to placing the concrete. PART 3 -- EXECUTION 3.01 SUB -GRADE A. Excavation shall be made to the required depth and the sub -grade or base upon which the sidewalk is to be set shall be compacted to a density of not less than 95 percent of maximum density as determined by AASHTO T 180, by means of watering, rolling or tamping. The sub -grade for sidewalk to be used as driveway pavement shall be compacted as directed by the City Engineer. The sub -grade shall be moist at the time the concrete is placed. 3.02 JOINTS A. Contraction Joints may be of the open type, or may be sawed. Open type contraction joints shall be formed by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, the bulkhead shall be removed. After the sidewalk has been finished over the joint, the slot shall be edged with a tool having a 1/2" radius. If the Contractor elects to saw the contraction joints, a slot approximately 3/16" wide and not less than 1-1/2" deep shall be cut with a concrete saw after the concrete has set and within the following periods of time: Joints at not more than 30' intervals - 12 hrs after finishing, and remainingjoints - within 96 hrs after finishing. Cut lines shall be straight, free from warps or bends. 3.03 PLACING A. The concrete shall be placed in the forms to the required depth, and shall be tamped and spaded until mortar entirely covers its surface. 0 4/13/16 02511-2 Citywide Resurfacing 2016 72 3.04 FINISHING 0 A. SCREEDING: All surplus water, laitance and inert material shall be worked off the surface of the concrete with a ten (10) foot straight edge, or by some other method equally as satisfactory and so approved by the City Engineer. The concrete shall be floated in order to obtain the required grade and remove surplus water and laitance. B. FLOATING; SURFACE REQUIREMENTS: The concrete shall be given a broom float finish. The surface variations shall not be more than three -sixteenths (3/16) inch under a ten (10) foot straight edge, nor more than one -eighth (1/8) inch on a five (5) foot transverse section. The edge of the sidewalk shall be carefully finished with an edging tool having a radius of one-half (1/2) inch. 3.05 CURING A. The concrete shall be continuously cured for a period of at least 72 hours. Curing shall be commenced after finishing has been completed and as soon as the concrete has hardened sufficiently, to permit application of the curing material without marring the surface. B. Wet burlap, white -pigmented curing compound, waterproof paper or polyethylene sheets may be used for the curing. C. CONTRACTOR shall protect against graffiti and other damages to the finish, prior to curing and acceptance. 0 D. No sidewalk and/or ramp installed by the CONTRACTOR with visible cracks will be accepted by the OWNER. Cracked sidewalk shall be removed, disposed of and replaced by the CONTRACTOR at no cost to the OWNER. Cracked sidewalk and/or ramp replacement shall consist of a minimum of one flag (5') of sidewalk or the entire ramp. 3.06 THICKNESS A. Concrete sidewalks and/or ramps shall be four (6) inches thick. 3.07 LIQUID APPLIED ADA DETECTABLE WARNING SURFACE A. Liquid Applied ADA Detectable Warning Surfaces shall be constructed, inspected, and accepted in accordance with ADA, Florida Building Code, City Standards, and Florida Department of Transportation Specifications. B. This item shall include all associated work for ADA Ramps with Liquid Applied Detectable Warning Surfaces indicated to be installed where sidewalks are not being relocated. 4/13/16 02511-3 Citywide Resurfacing 2016 73 0 0 C. Detectable warning surfaces are to be installed in accordance with ADA, Florida Building Code, Broward County Engineering, and Florida Department of Transportation Standards. END OF SECTION 4/13/16 02511-4 Citywide Resurfacing 2016 74 SECTION 02620 CONCRETE CURBS AND HEADERS PART 1 -- GENERAL 1.01 SCOPE A. The work covered by this section of the specifications consists of furnishing all labor, equipment, appliances and materials and performing all operations in connection the construction of concrete curbs and headers, complete and in place, in strict accordance with these specifications and the applicable drawings and subject to the terms and conditions of this contract. 1.02 REFERENCES A. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, (latest edition). B. City of Tamarac Standard Details 1.03 SUBMITTALS A. The CONTRACTOR shall submit a shop drawing submittal to the OWNE/ENGINEER for the concrete mix design. 1.04 TESTING A. Performed by an acceptable Engineering Laboratory at CONTRACTOR's expense. CONTRACTOR shall assist in the collection of samples. Any retests shall be within the Scope of the Contract. B. Criteria: 1 . Each test: not less than 4 cylinders; retain one after 28 days. 2. One test for every 50 consecutive cubic yards of concrete cast or at least one test on each concrete pour.. 3. Furnish ENGINEER with 3 certified copies of tests made of 1 at 7 days, and 2 at 28 days. C. Questionable strength of in -place concrete: 1 . Additional tests may be ordered by the ENGINEER. 2. Execute the core tests in accordance with ASTM C42 procedure. 3. Costs of additional tests showing strength of in -place concrete conforming to design criteria are the responsibility of the CITY. 4/13/16 02520-1 Citywide Resurfacing 2016 75 0 0 0 0 4. Costs of additional tests showing noncompliance with the design criteria are the responsibility of the CONTRACTOR. PART 2 -- PRODUCTS 2.01 MATERIALS A. The concrete mix shall produce standard weight concrete with the following properties to be verified by the use of the appropriate listed test methods. Compressive strength: 3,000 psi at 28 days - tested according to ASTM designation C31 (AASHTO T23). 0 Slump Ronge: 2-4 inches - tested according to ASTM designation C143 (AASHTO T119). B. Joint materials shall be in accordance with FDOT Specification Section 932. PART 3 -- EXECUTION 3.01 CONSTRUCTION METHODS A. Concrete curbs and headers shall be constructed of the type and in the locations as shown on the plans. B. FORMS: Forms for this work shall be made of either wood or metal. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without springing. If made of wood, they shall be of two (2) inch surfaced plank; if made of metal, they shall be of approved section and shall have a flat surface on top. C. CONSTRUCTION: Excavation shall be made to the required depth; and the sub -grade or base upon which the curb or header is placed shall be compacted to 98% AASHTO T-180. D. The concrete shall be placed in the forms to the depth specified, and tamped and spaded to prevent honeycomb until the top of the structure can be floated smooth and the edges rounded to the radius shown on the plans. E. Contraction joints shall be placed at intervals of ten feet except where a lesser interval is required for closure, but no section shall be less than four feet in length. F. Contraction joints shall be created while the concrete is still plastic by using a grooving tool or by inserting a pre -molded filler strip, or a groove may be saw cut into the concrete soon after it has hardened. Curb with irregular cracks due to late contraction joint construction will not be accepted. 4/13/16 02520-2 Citywide Resurfacing 2016 76 G. Expansion joints shall be constructed at all radius points and at other locations indicated on the plans. They shall be located at intervals of 500 feet between other expansion joints, or ends of a run. The joint shall be 3/16 inch in width. H. The forms shall be removed within twenty-four (24) hours after the concrete has been placed, and minor defects then filled with mortar composted of one (1) part of Portland Cement and two (2) parts of fine aggregate. Plastering shall not be permitted on the face of the curb; and all rejected curb, or header shall be removed and replaced without additional compensation. The curb top, face and/or header top shall be given a surface finish while the concrete is still green. A brush finish will be required unless noted otherwise; however, additional finishing may be required in areas considered too rough or with minor defects. 1. After the concrete has been rubbed smooth, it shall be rubbed again until a uniform color is produced, using a thin grout composed of one (1) part of Portland Cement and one (1) part of fine aggregate. J. After concrete has set sufficiently, the spaces in front and back of the curb shall be refilled to the required elevation with suitable material, which shall be placed and thoroughly compacted in layers of not more than six (6) inches in thickness. 0 END OF SECTION 0 4/13/16 02520-3 Citywide Resurfacing 2016 77 0 SECTION 02640 0 ASPHALTIC CONCRETE PAVING PART 1 -- GENERAL 1.01 WORK INCLUDED A. Prepare sub -grade to receive base course. B. Place stabilizing base courses, work and compact. C. Prime base course, place asphalt pavement. 1.02 RELATED WORK A. Section 01410: Testing and Inspection. B. Section 02211: Site Grading. C. Section 02580: Pavement Marking. 1.03 REFERENCE STANDARDS A. ASTM D1557 - Tests for Moisture - Density Relationship of Soils using 10 lb. Rammer in 18 inch Drop. B. AASHTO M-81 - Penetration Graded Asphalt Cement. C. AASHTO M-140 - Emulsified Asphalt. D. FDOT Road & Bridge Construction - Section 200 - Limerock Base E. FDOT Road and Bridge Construction - Section 250 - Shell Base. F. FDOT Road and Bridge Construction - Section 250 - Shell Stabilized Base. G. FDOT Road and Bridge Construction - Section 330 - Hot Bituminous Mixtures General Construction Requirements. H. FDOT Road and Bridge Construction -Section 916-1 -Asphalt Cement. 1.04 TESTING AND INSPECTION A. Testing and inspection of asphalt pavement mixes and testing of placed stabilizing base course and asphalt pavement will be performed by an independent testing laboratory, in accordance 4/13/16 02540-1 Citywide Resurfacing 2016 78 with Section 01410 -Testing and Inspection. Testing and inspection will be performed so as to minimize disruption to work. 0 B. Allow testing laboratory access to the mixing plant for verification of weights or proportions, character of materials used and determination of temperatures used in the preparation of asphalt concrete mix. C. When and if required, the testing laboratory will perform laboratory tests on proposed asphalt pavement mixes to determine conformity with requirements. D. The testing laboratory will perform one series of compaction tests for stabilizing base course and for asphalt pavement. The contractor shall pay for costs of additional testing as required due to improper performance of work. E. When stabilizing base course or portion thereof has been placed and compacted in accordance with requirements, notify the testing laboratory to perform density and bearing value tests. Do not place asphalt pavement until results have been verified and base course installation approved. F. If compaction tests indicate that stabilizing base course or asphalt paving do not meet specified requirements, remove defective work, replace and retest at Contractor's expense. PART 2 -- MATERIALS 2.01 LIMEROCK A. Composition - The minimum percentage of carbonates of calcium and magnesium in the limerock material shall be 70. The maximum percentage of water -sensitive clay mineral shall be 3 percent. Limerock material shall not contain cherty or other extremely hard pieces, or lumps, balls or pockets of sand or clay size material in sufficient quantity as to be detrimental to the proper bonding, finishing, or strength of the limerock base. B. Gradation and Size Requirements - At least 97 percent (by weight of the material shall pass a 3Y2 inch sieve and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust of fracture. All crushing or breaking -up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. C. Limerock Bearing Requirements - Limerock material used in construction of limerock base shall have an average LBR value of not less than 100. The average LBR value of material produced at a particular source shall be determined in accordance with an approved quality control procedure. 4/13/16 02540-2 Citywide Resurfacing 2016 0 79 0 2.02 CRUSHED CONCRETE A. Composition - The minimum percentage of carbonates of calcium and magnesium in the material shall be 70. All foreign material such as metal fragments, organic matter, etc. shall be removed from the material before delivery to the job site. B. Gradation - 100 percent (by weight) of the material shall pass a 3 inch sieve, with 40 percent to 70 percent passing the number 10 sieve. Not more than 20 percent, by dry weight, of the material shall pass the 200 sieve by washing. all crushing or breaking up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. C. Bearing Requirements - The Crushed Concrete Base shall have an average Limerock Bearing Ration (LBR) of not less than 100. The average LBR value of material produced at a particular source shall be determined in accordance with an approved quality control procedure. D. Crushed Concrete may be substituted for Limerock as base material by adding 2 inches to the specified thickness. 2.03 PRIME COAT A. Prime coat shall be one of the following: Cutback Asphalt, Grade RC-70 or RC-250 shall meet the requirements of AASHTO Specification M-81. 2. Emulsified Asphalt Grade SS-1 or SS1H shall meet the requirements of ASSHTO Specifications M-140 and/or M-280. 2.04 TACK COAT A. Tack coat shall be one of the following: Asphalt Cement, Penetration Grade 85-100 shall meet the requirements of AASHTO Specification M-20. Emulsified Asphalt, Grade RS-2 shall meet the requirements of AASHTO Specification M-140. 2.05 ASPHALTIC CONCRETE A. Asphaltic concrete surface course - Type S-111 asphaltic concrete wearing surface, 1 inches in compacted thickness or as indicated on the Contract Drawings, in accordance with Sections 330-10 Compacting Mixture and 331 Type S-111 Asphaltic Concrete of aforesaid DOT Standard Specification. PART 3 -- EXECUTION 4/13/16 02540-3 Citywide Resurfacing 2016 80 3.01 PREPARATION A. Subgrade shall be stabilized per Section 160 -Stabilizing, of the FDOTStandard Specifications. B. Bearing Value Requirements for subgrade stabilization 1 . Limerock Bearing Ratio - Minimum LBR 40. 3.02 TRANSPORTING BASE COURSES A. The limerock shall be transported to the point where it is to be used, over rock previously placed if practicable, and dumped on the end of the preceding spread. Hauling over the subgrade and dumping on the subgrade will be permitted when these operations will not be detrimental to the base as determined by the OWNER/ENGINEER. 3.03 EQUIPMENT A. Base Course - The rock shall be spread by mechanical rock spreaders, equipped with a device which strikes off the rock uniformly to laying thickness, and capable of producing an even distribution of the rock. 0 B. Pressure Distributor - The pressure distributor shall be equipped with pneumatic tires having a sufficient width of rubber in contact with the road surface to avoid breaking the bond or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to the width of the application required, within an allowable variation two (2) inches. 0 3.04 SPREADING BASE COURSE A. Method of Spreading - The limerock shall be spread uniformly with equipment as specified in 3.02 above. All segregated areas of fine or coarse rock shall be removed and replaced with properly graded rock. B. Number of Courses - When the specified compacted thickness of the base is greater than six inches, the base shall be constructed in two courses. The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough additional to bear the weight of the construction equipment without disturbing the subgrade. 3.05 COMPACTING AND FINISHING BASE A. Dynamic Compactor with vibratory rollers shall not be used on this project and shall not be permitted at the job site. The contractor is responsible for all damages caused by compaction operations. 4/13/16 02540-4 Citywide Resurfacing 2016 0 81 B. Single -Course Base - For single -course base, after the spreading is completed the entire surface shall be scarified and then shaped so as to produce the required grade and cross section after compaction. C. Double -Course Base - For double -course base, the first course shall be cleaned of foreign material and bladed and brought to a surface cross section approximately parallel to that of the finished base. Prior to the spreading of any material for the upper course, the density tests for the lower course shall be made and the OWNER & ENGINEER shall have determined that the required compaction has been obtained. After the spreading of the material for the final course is completed, its surface shall be finished and shaped so as to produce the required grade and cross section after compaction, and free of scabs and laminations. D. Moisture Content - When the material does not have the proper moisture content to insure the required density, wetting or drying will be required. When water is added it shall be uniformly mixed -in by disking to the full depth of the course which is being compacted. Wetting or drying operations shall involve manipulation, as a unit, of the entire width and depth of the course which is being compacted. E. Density Requirements - As soon as proper conditions of moisture are attained the material shall be compacted to a density of not less than 98 percent of maximum density as determined by AASHTO T-180. The minimum density which will be acceptable at any location outside the traveled roadway. F Density Test - At least three density determinations shall be made on each day's final compaction operations on each course, and the density determinations shall be made at more frequent intervals if deemed necessary by the OWNER/ENGINEER. During final compacting operations, if blading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density tests on the finished base. G. Correction of Defects: Contamination of Base Material - If, at any time, the subgrade material should become mixed with the base course material, the Contractor shall, without additional compensation, dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean base material, which shall be shaped and compacted as specified above. Cracks and Checks - if cracks or checks appear in the base, either before or after priming, which, in the opinion of the OWNE/ ENGINEER, would impair the structural efficiency of the base, the Contractor shall remove the cracks or checks by rescarifying, reshaping, adding base material where necessary, and recompacting. H. Surface Testing - The finished surface of the base course shall be checked with a template cut to the required crown and with a 15 foot straightedge laid parallel to the center line of the road. 4/13/16 02540-5 Citywide Resurfacing 2016 82 All irregularities greater than X inch shall be corrected by scarifying and removing or adding base course material as required, after which the entire area shall be recompacted. 0 3.06 PRIMING A. Preparation - The prime coat shall be applied only when the base meets the specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At the time of priming, the base shall be firm, unyielding and in such condition that no undue distortion will occur. Before any bituminous material is applied, all loose material, dust, dirt, caked clay and other foreign material which might prevent proper bond with the existing surface shall be removed for the full width of the application. Particular care shall be taken in cleaning the outer edges of the strip to be treated, to insure that the prime or tack coat will adhere. When the prime or tack coat is applied adjacent to curb and gutter, valley gutter or any other concrete surfaces, such concrete surfaces (except where they are to be covered with a bituminous wearing course) shall be covered with heavy paper, or otherwise protected while the prime or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed. The temperature of the prime material shall be between 100 degrees Fahrenheit and 150 degrees Fahrenheit. The actual temperature shall be that which will insure uniform distribution. The material shall be applied by means of a pressure distributor. The amount to be applied will be dependent on the character of the surface and shall be sufficient to coat the surface thoroughly and uniformly, with no excess. B. Rate of Application - The rate of application shall be not less than 0.10 gallon per square yard, unless a lower rate is approved by the OWNER/ENGINEER. C. Sprinkling - If so required by the OWNER & ENGINEER the base shall be lightly sprinkled with water and rolled with a traffic roller, in advance of the application of the prime. D. Sanding - The primed base shall be covered by a light uniform application of cover material. if considered necessary for proper distribution of spread, the cover material shall be lightly dragged with a drag broom, after which it shall be rolled with a traffic roller. E. Sampling Device on Transport Tanks - All transport tanks delivering bituminous materials for use on the project shall be equipped with an approved spigot -type sampling device. F. Temperature Sensing Device on Transport Tanks - All transport tanks delivering bituminous materials shall be equipped with an approved dial type thermometer. The thermometer shall have a temperature range from 50 degrees Fahrenheit to 500 degrees Fahrenheit in 25 degrees Fahrenheit increments with a minimum dial diameter of two inches. 4/13/16 02540-6 Citywide Resurfacing 2016 0 83 0 3.07 QUALITY CONTROL A. Testing Surface - The finished surface of the base course shall be checked with a templet cut to the required crown and with a 15-foot straightedge laid parallel to the centerline of the road. All irregularities greater than X inch shall be corrected by scarifying and removing or adding rock as required, after which the entire area shall be recompacted as specified hereinbefore. In the testing of the surface, the measurements will not be taken in small holes caused by individual pieces of rock having been pulled out by the grader. B. Thickness Requirements: Measurements - Thickness of base shall be measured at intervals of not more than 200 feet. Measurements shall be taken at various points on the cross section, through holes not less than three inches in diameter. Areas Requiring Correction - Where the compacted base is deficient by more than Y2 inch from the thickness called for in the plans, the Contractor shall correct such areas by scarifying and adding rock. The base shall be scarified and rock added for a distance of 100 feet in each direction from the edge of the deficient area. The affected areas shall then be brought to the required state of compaction and to the required thickness and cross section. Deficient Areas Left in Place - As an exception to the requirement for correcting areas of base which show a thickness deficiency exceeding the allowable Y2 inch, the deficiency might be considered as not sufficient to seriously impair the required strength of the base and may be left in place. No payment, however, will be made for such deficient areas left in place and not corrected. 3.08 MAINTENANCE A. The Contractor will be responsible for assuring that the true crown and templet are maintained, with no rutting or other distortion, and that the base meets all the requirements, at the time the surface course is applied. 3.09 PROTECTING ADJACENT WORK A. Provide adequate protection for all adjacent construction, whatever it may be, against bituminous spraying. Spraying of bituminous material on work, other than base course, will not be accepted. 3.10 TRANSPORTATION OF THE ASPHALT A. The surface course shall be transported in tight vehicles previously cleaned of all foreign material. The inside surface of the truck bodies shall be only thinly coated with soapy water or an approved emulsion containing not over 5 percent oil. Kerosine, gasoline or similar products shall not be used. After coating and before loading, the truck bodies shall be raised and drained 0 of all excess liquids. 4/13/16 02540-7 Citywide Resurfacing 2016 84 3.11 INSTALLATION OF FINAL ASPHALTIC CONCRETE SURFACE COURSE 0 A. The Contractor shall install Type S-111 asphaltic concrete surface course over the entire surface in one (1) 1 inch lift or as indicated on the Contract Drawings. B. Mechanical spreading and screeding equipment shall be of an approved type that is self-propelled and can be steered. It shall be equipped with a receiving and disbursing hopper and a mechanical screed or strike -off member capable of adjustment to regulate the depth of material being spread. Tandem Type 5 to 12 ton steel- wheeled rollers shall be used for sealing. Self- Propelled, pneumatic -tired traffic rollers equipped with at least 7b smooth tread, low pressure tires, having a total weight of 6 to 10 tons shall be used for final rolling. 3.12 FIELD QUALITY CONTROL A. The final surface course of all pavements will be required to be checked by a rolling straightedge. The finished surface shall not vary more than 3/16 inch from the straightedge applied parallel to the centerline of the pavement. The straightedge shall have an effective length of 15 feet. 4/13/16 END OF SECTION 02540-8 Citywide Resurfacing 2016 0 0 85 0 1�1 0 SECTION 02560 ASPHALTIC CONCRETE OVERLAY AND LEVELING COURSE PART 1 -- GENERAL 1.10 SCOPE A. The work to be performed under this item shall include the purchasing, delivering and installing of final asphaltic concrete surface courses and leveling courses as herein specified. 1.02 REFERENCES A. Standards applicable in this Specification shall be: Florida Department of Transportation - Standard Specifications for Road and Bridge Construction (latest edition). Section 300 Section 320 Section 330 Section 331 1.03 SUBMITTALS Prime and Tack Coats for Base Courses. Subsections (1, 2.3, 3,4,5,7). Hot Bituminous Mixtures - Plant, Methods and Equipment. Subsections (1, 2.1, 2.5, to 2.13, 3, 4, 5). Hot Bituminous Mixtures - General Construction Requirements. Subsections (1, 3 to 13). Type S-111, Asphaltic Concrete. Subsections (1 to 5). A. Manufacturer's Data - Prior to fabrication or installation of the final asphaltic concrete surface course, the Contractor shall furnish to the OWNER/ENGINEER, for review and approval the following: Certification from the manufacturer that their plan meets the requirements of Section 320 above. 2. Formula for job mix. PART 2 -- MATERIALS 4/13/16 02550-1 2016 Citywide Resurfacing 86 2.01 PRIME COAT A. Prime coat shall be one of the following: Cutback Asphalt, Grade RC-70 or RC-250 shall meet the requirements of AASHTO Specification M-81. 2. Emulsified Asphalt Grade SS-1 or SS1H shall meet the requirements of ASSHTO Specifications M-140 and/or M-280. 2.02 TACK COAT A. Tack coat shall be one of the following: Asphalt Cement, Penetration Grade 85-100 shall meet the requirements of AASHTO Specification M-20. 2. Emulsified Asphalt, Grade RS-2 shall meet the requirements of AASHTO Specification M- 140. 2.03 ASPHALTIC CONCRETE A. Asphaltic concrete surface course (overlay) - Type S-111 Asphaltic concrete wearing surface, as indicated on the drawing and herein, in accordance with Sections 330-10 Compacting Mixture and 331 Type S-111 Asphaltic Concrete of aforesaid DOT Standard Specification. PART 3 -- EXECUTION 3.01 CLEANING SURFACES A. Prior to the laying of the surface courses, the surface of the pavement or base to be covered shall be cleaned of all loose and deleterious material by the use of power brooming or hand brooming where necessary. All such material shall be collected and disposed of by the Contractor. 3.02 PATCHING AND LEVELING COURSES A. Where a surface course is to be constructed on an existing paved surface which is irregular, said surface shall be brought to proper grade and cross section by the application of patching or leveling courses. B. When the existing pavement surface is distorted, the construction of leveling courses and/or leveling wedges is required to restore proper line and cross section. Type S-111 asphalt mix shall be used in leveling. Surface depressions less than 3" deep are to be corrected using one wedge. Depressions between 3" and 6" deep are to be corrected using two wedges. Depressions deeper 4/13/16 02550-2 Citywide Resurfacing 2016 87 than 6" are to be filled using layers not to exceed 3" deep. The schematic below shows the correct way to place leveling wedges. Leveling Wedges Existing shall not exceed 3" V Asphalt deep Surface 3.03 APPLICATION OF TACK COAT A. The material shall be heated to a suitable temperature and applied in a thin, uniform layer at a rate of between 0.02 and 0.08 gallons per square yard. The tack coat shall be applied sufficiently in advance of the surface course laying to permit drying but not so far in advance as to lose its adhesiveness as a result of being covered with dust. The tack coat shall be kept free from traffic until the surface course has been laid. 3.04 TRANSPORTATION OF THE ASPHALT A. The surface course shall be transported in tight vehicles previously cleaned of all foreign material. The inside surface of the truck bodies shall be only thinly coated with soapy water or an approved emulsion containing not over 5 percent oil. Kerosine, gasoline or similar products shall not be used. After coating and before loading, the truck bodies shall be raised and drained of all excess liquids. 3.05 INSTALLATION OF ASPHALTIC CONCRETE A. Prior to final acceptance, or as directed by the OWNER/ENGINEER, the Contractor shall install a 1-inch layer of Type S-111 (as indicated on the drawings) Asphaltic Concrete over the entire street width as shown on the design plans (i.e. Exhibits) and directed by the OWNER/ENGINEER. A leveling course as indicated on the plan sheets and as specified herein shall be placed prior to the final asphaltic concrete surface course under this item. B. Mechanical spreading and screeding equipment shall be of an approved type that is self-propelled and can be steered. It shall be equipped with a receiving and disbursing hopper and a mechanical screed or strike -off member capable of adjustment to regulate the depth of material being spread. Tandem Type 5 to 12 ton steel- wheeled rollers shall be used for sealing. Self- Propelled, pneumatic -tired traffic rollers equipped with at least 7b smooth tread, low pressure tires, having a total weight of 6 to 10 tons shall be used for final rolling. 4/13/16 02550-3 Citywide Resurfacing 2016 88 3.06 FIELD QUALITY CONTROL 0 A. The final surface course of all pavements will be required to be checked by a rolling straightedge. The finished surface shall not vary more than 3/16 inch from the straightedge applied parallel to the centerline of the pavement. The straightedge shall have an effective length of 15 feet. B. All grades, both in longitudinal and transverse directions, shall be adjusted and maintained in a manner so as to cause all stormwater runoff to flow towards the designated stormwater inlets (catch basins). Contractor shall be responsible for studying the direction of stormwater flow with respect to the location of stormwater inlets (catch basins), swales, etc. and accordingly create or maintain existing high and low points with suitable cross slope adjustments to maximize stormwater flow into the catch basins, swales, etc. END OF SECTION 0 4/13/16 02550-4 Citywide Resurfacing 2016 89 0 SECTION 02580 PAVEMENT MARKING AND SIGNS PART 1 -- GENERAL 1.01 SCOPE A. This Section consists of reflective pavement markers, traffic stripes and markings and traffic signs as specified herein, and as required for a complete installation. 1.02 WORK INCLUDED A. The work covered by this section shall include the furnishings of all labor, equipment and materials necessary to construct and install all pavement markings, and striping in accordance with the plans and these specifications. 1.03 SUBMITTALS A. The CONTRACTOR shall submit Shop Drawings and other information to the OWNER/ENGINEER for review in accordance with Section 01300 - Submittals. 1.04 QUALITY CONTROL A. The phrase "DOT Specifications" shall refer to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications, are referred to herein and are hereby made a part of this Contract to the extent of such references, and shall be as binding upon the Contract as though reproduced herein in their entirety. B. Pavement signing and marking shall adhere to Broward County Traffic Engineering Division standards. 1.05 RELATED WORK A. Section 02513- Asphaltic Concrete Paving —General. 1.06 PROJECT CONDITIONS A. Pavement — Marking paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F for oil base materials, 50 degrees F for water based materials, and not exceeding 90 degrees F. B. Surface Preparation: The surface shall be clean and free of dirt, grease, oil, or other contaminants which could interfere with adhesion. 0 4/13/16 02580-1 Citywide Resurfacing 2016 90 1.07 CERTIFICATION 0 A. The CONTRACTOR shall furnish the manufacturer's certification that all signs furnished conform to these specifications and shall replace or repair at his expense all signs that fail to meet this requirement. PART 2 -- PRODUCTS 2.01 PAVEMENT MARKING A. CONTRACTOR shall replace any existing reflective pavement markers, traffic stripes and markings damaged during construction. B. Final traffic stripes and markings shall be in conformance with DOT specification "Thermoplastic Traffic Stripes and Markings Paint" 711-12. The colors shall be yellow, blue or white. C. Paint shall be factory mixed, quick drying and non bleeding type. D. Reflective pavement markers shall be in conformance with DOT specification Section 706-2. 2.02 TRAFFIC SIGNS A. General: CONTRACTOR shall replace signs damaged during construction. Traffic regulating signs shall conform to the colors, dimensions and requirements of the Manual on Uniform Traffic Control Devices (ANSI). 0 B. Sign Panels and Support Members: Sign panels and support members shall conform to Aluminum Association Alloy 6061-T6. C. Bolts: Bolts shall conform to Aluminum Association Alloy 2024-T4 with an anodic coating 0.0002-inches thick minimum and chromate sealed. D. Nuts: Nuts shall conform to Aluminum Association Alloy 6269-T9. E. Reflective Sheeting: Reflective sheeting shall conform to DOT Type A requirements. F. Construction Warning Signs: The CONTRACTOR shall install traffic and warning signs during construction in accordance with OSHA, DOT and County requirements. PART 3 -- EXECUTION 4/13/16 02580-2 Citywide Resurfacing 2016 4 0 3.01 PAVEMENT MARKING A. The surface which is to be painted shall be cleaned, by compressed air or other effective means, immediately before the start of painting, and shall be clean and dry when the paint is applied. Any vegetation or soil shall be removed from the pavement before edge striping is begun. B. The traffic stripe shall be of the specified width, with clean, true edges and without sharp breaks in the alignment. A uniform coating of paint shall be obtained and the finished stripe shall contain no light spots or paint skips. Any stripes which do not have a uniform, satisfactory appearance, both day and night, shall be corrected. C. All newly painted stripes, including edge stripes, shall be protected until the paint is sufficiently dry to permit vehicles to cross the stripe without damage from the tires. While the center line stripes are being painted, all traff ic shall be routed away from the painting operations and the newly painted stripe. When necessary, a pilot car shall be used to protect the painting operations from traffic interference. D. Any portions of the stripes damaged by passing traffic or from other cause shall be repainted at the CONTRACTOR's expense. E. Thermoplastic Traffic Stripes and Markings: Thermoplastic pavement markings, including stripes, pavement messages, stop bars, directional arrows, reflective pavement markers and other miscellaneous items, will be replaced as existed before the repair or overlay was made, unless otherwise noted on the Contract Drawings. The thermoplastic compound shall be as specified in Section 711 of the D.O.T. Specifications. The thermoplastic compound shall be extruded or sprayed onto the pavement surface in a molten state by mechanical means, with surface application of glass spheres, when required, and upon cooling to ambient pavement temperature shall produce an adherent pavement marking of specified thickness and width and capable of resisting deformation. F. The portion of the pavement surface or thermoplastic marking to which the marker is attached by the adhesive shall be cleaned of dirt, curing compound, grease, oil, moisture, loose or unsound pavement and any other material which would adversely affect the adhesive. Reflective markers shall be installed in such a manner that the reflective face of the marker is perpendicular to a line parallel to the roadway centerline. No markers shall be installed over longitudinal or transverse joints of the pavement surface. The adhesive shall be spread on the bonding surface (not the marker) so that 100 percent of the bonding area of the marker will be covered. The adhesive application shall be of sufficient thickness so that when the marker is pressed into the adhesive, excess adhesive shall be forced out around the entire perimeter of the marker. All excessive adhesive shall be removed from in front of the reflective faces, If any adhesive or foreign matter adheres to the reflective face of the marker, the marker shall be replaced. The OWNER & ENGINEER shall determine the minimum time necessary to cure the adhesive for sufficient set to bear traffic. 0 4/13/16 02580-3 Citywide Resurfacing 2016 G. Reflective pavement markings shall be placed at locations of fire hydrants and watermain valves as required by City standards. 0 3.02 SIGN FABRICATION A. Preparation of sign blanks and fabrication of reflectorized faces shall conform to the applicable requirements of Broward County Traffic Engineering. 3.03 INSTALLATION A. Sign and supports shall be erected in conformance to Broward County Traffic Engineer requirements and as specified herein. B. All damaged signs and reflective pavement markers and traffic stripes and markings shall be replaced in conformance with this Section and DOT requirements. 3.04 PAVEMENT MARKING REMOVAL A. Existing pavement marking lines, symbols and RPM's shall be removed as to not materially or structurally damage the surface or texture of the pavement. A motorized abrasive device shall be utilized to remove existing markings. The CONTRACTOR shall repair any damage to the pavement at no expense to the OWNER. The pavement surface shall be left in a condition that will not mislead or misdirect customers or motorist. Pavement marking removal within public rights of way shall be complete in accordance with the regulatory authority having jurisdiction and the specifications. 0 - END OF SECTION - 0 4/13/16 02580-4 Citywide Resurfacing 2016 93 0 0 SECTION 02600 MILLING EXISTING ASPHALTIC CONCRETE PAVEMENT PART 1 -- GENERAL 1.01 SCOPE A. The work to be performed under this item is to mill off the existing asphalt surface (approx. 1"), as shown in contract plans. The existing asphalt shall be milled to allow for a Y2 inch of existing asphalt to remain to receive the finished course. The purpose of milling is to improve the ride - ability of the finished surface. B. The OWNER/ENGINEER may require addition milling of any area where delamination is occurring between existing asphalt surfaces. 1.02 RELATED WORK A. Section 02540 —Asphalt Concrete Pavement B. Section 02550 —Asphaltic Concrete overlay and Leveling Course 1.03 REFERENCES A. Standards applicable in this Specification shall be: Florida Department of Transportation - Standard Specifications for Road and Bridge Construction (latest edition.). Section 331 Type S-111, Asphaltic Concrete. Subsections. PART 2 -- MATERIALS 4/13/16 02600-1 Citywide Resurfacing 2016 94 Not Used PART 3 -- EXECUTION 3.01 INSTALLATION 0 A. The milling machine shall be ecluipoed with a built-in automatic grade control system that can control the transverse slope and longitudinal profile to produce the specified results. If it becomes evident after milling has started that the milling machine cannot consistently produce the specified results, the milling machine will be rejected for further use. B. If the existing base course is exposed during the milling operation; the exposed base course shall be re-conclitioned, compacted and primed before the application of overlay. Milled pavement must be resurfaced the same day it was milled. The milling machine shall be equipped with means to effectively limit the amount of dust escaping the removal operation. C. Establish the longitudinal profile of the milled surfaced in accordance with the milled plans. The OWNER/ENGINEER may require the use of a stringline to ensure maintaining the proper alignment. D. Provide a milled surface within 1/4" inch of a true profile grade, and with no deviation in excess of Y4 inch from a straightedge applied to the pavement perpendicular to the centerline. The OWNER/ENGINEER may accept areas varying from a true surface in excess of the above stated tolerance without correction if the ENGINEER determines that they were caused by a pre-existing condition which could not have reasonably been corrected by the milling operations. E. Correct any unsuitable texture or profile, as determined by the OWNER/ENGINEER, at no additional expanse to the OWNER. F. The OWNER/ENGINEER may require remilling of any area where a surface lamination causes a non- uniform texture to occur. END OF SECTION 0 4/13/16 02600-2 Citywide Resurfacing 2016 95 0 SECTION 03050 CONCRETE PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this Section. 1.02 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the concrete work, as indicated on the drawings, as specified herein or both. B. Including but not necessarily limited to the following: 1. Form work, shoring, bracing and anchorage. 2. Concrete reinforcement and accessories. 3. Cast -in -place concrete. 1.03 RELATED WORK A. All applicable sections of Division 1, 2, and 3. 1.04 QUALITY ASSURANCE A. All work shall be in accordance with ACI 301, latest edition, a copy of which shall be maintained on site. B. Requirements of Regulatory Agencies: perform work in accordance with local building and other applicable codes. C. Installation: Performed only by skilled workmen with satisfactory record of performance on completed projects of comparable size and quality. 4/13/16 03050-1 Citywide Resurfacing 2016 96 D. Inspection and Testing: 1 Test Cylinders — As per ASTM C-39. a. Minimum of three (3) sets of concrete test cylinder shall be taken for every 20 or less cubic yards of concrete placed each day. If less than 20 yards is necessary for a specific pour, a minimum of one set of cylinder will be required. 2. Slump Test —As per ASTM C-1 43. a. Minimum of one (1) slump test shall be taken for each set of test cylinders taken. 3. All tests to be made at the expense of the CONTRACTOR. 1.05 SUBMITTALS A. Test Reports: Reports of concrete compression, yield, air content and slump tests. B. Certificates: 1 . Manufacturer's certification that materials meet specification requirements. 2. Material content per cubic yards of each class of concrete furnished. a. Dry weights of cement. b. Saturated surface -dried weights of fine and course aggregate. C. Quantities, type and name of all mixtures. d. Weight of water. 3. Ready -mix delivery tickets as per ASTM C-94. 1.06 PELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size and length. B. Handle and store materials to prevent contamination. 1.07 JOB CONDITIONS A. Allowable concrete temperatures: 40 4/13/16 03050-2 Citywide Resurfacing 2016 97 1 . Hot weather: Maximum 90' F as per ASTM C-94. B. Do not place concrete during rain, unless approved protection is provided. PART 2 - PRODUCTS 2.01 FORM MATERIALS A. Materials shall conform to ACI 301, latest edition. B. Plywood forms: Douglas Fir Species, solid one side, form grade, sound undamaged sheets. C. Lumber: Southern Pine Species, No. 2 Grade, with grade stamp clearly visible. D. Form Ties: Removable, snap -off metal, of fixed and adjustable length, cone ends. E. Tubular Column Type: Round, spirally wound laminated fiber material, clearly visible. 2.02 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A615, 60 ksi yield grade billet steel reformed bars-, uncoated finish. B. Welded steel wire fabric shall conform to ANSUASTM A185, plain type; coiled rolls, uncoated finish. 2.03 CONCRETE MATERIALS A. Cement: shall conform to ASTM C150, normal Type 11 Portland, gray color. B. Fine and coarse aggregate shall conform to ASTM C33. C. Water: clean and not detrimental to concrete. 2.04 ADMIXTURES A. Air Entraining: ASTM C-260. B. Chemical: Type (as required) ASTM C-494. C. Fly Ash and Pozzolans: ASTM C-618. 4/13/16 03050-3 Citywide Resurfacing 2016 98 2.05 ACCESSORIES A. Non -shrink grout: pre -mixed compound with non-metallic aggregate, cement, water reducing and plasticing agents; capable of minimum compressive strength of 3500 psi. B. Construction joints: locate and install construction joints, which are not shown on drawings, so as not to impair strength and appearance of the structure, as acceptable to the ENGINEER. Place construction joints perpendicular to the main reinforcement, continue reinforcement across construction joints. C. Expansion joints: shall be a minimum of 3/4 inch thick asphalt impregnated fiberboard as per ASTM D-1 75 1. D. Form release agent shall be a colorless material which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. E. Water shall be clean and potable. 2.06 CURING MATERIALS A. Water shall be clean and potable. B. Absorptive mat shall be burlap fabric of 9 oz./sq. yd. clean, roll goods complying with AASHTO M182, Class 3. C. Membrane curing compound shall conform to ASTM C309, type 1. D. Clear Sealer: "Clear Bond" as manufactured by Guardian Chemical Co. or approved equal. 2.07 CONCRETE MIX A. Mix concrete in accordance with ASTM C94. B. Concrete: 1 . Compressive strength (28 days): 3000 psi. 2. Slump: 4(+) 1 inch. C. Proposed mix design shall be submitted to the ENGINEER for approval. PART 3 - EXECUTION 4/13/16 03050-4 Citywide Resurfacing 2016 99 is 0 3.01 FORMWORK ERECTION A. Verify lines, levels, and measurement before proceeding with formwork. B. Hand trim sides and bottom of earth forms; remove loose dirt. C. Align form joints D. Do not apply form release agent where concrete surfaces receive special finishes or coatings which may be affected by agent. E. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. 3.02 REINFORCING A. Place, support and secure reinforcement against displacement. 3.03 PLACING CONCRETE A. Notify OWNER and/or ENGINEER minimum 24-hours prior to commencement of concreting operations. B. Scratch, float, trowel, broom or belt finish surfaces, as scheduled or indicated on the Drawings. 3.04 TOLERANCES A. Provide Class B tolerance to floor slabs according to ACI 301. Pitch to drains 1/4 inch per foot. 3.05 FINISHES FOR EXPOSED SURFACES A. Provide exposed surfaces with finishes as called for on the Drawings. END OF SECTION 4/13/16 03050-5 Citywide Resurfacing 2016 100 SECTION 03390 CONCRETE CURING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 General Requirements shall govern the work under this Section. 1.02 WORK INCLUDED A. Maintenance of conditions for proper concrete curing. 1.03 BELATED WORK A. Applicable Sections of Divisions 1, 2 & 3 1.04 QUALITY ASSURANCE A. Conform to requirements of ACI 301. 1.05 BEFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings. B. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. 1.06 SUBMITTALS A. Provide product data for specified products. PART 2 - PRODUCTS 0 E 4/15/16 03390 TO Citywide Resurfacing 2016 0 2.01 MATERIALS A. Water: Clean and not detrimental to concrete. PART 3 - EXECUTION 3.01 INSPECTION A. Verify concrete surfaces are ready for curing. 3.02 SPRAYING A. Spray water over slab areas; maintain wet for three days. 3.03 ABSORPTIVE MAT A. Saturate burlap side of burlap fabric mat. Place over slab areas, burlap side down; lap edges and ends 12 inches. Maintain in place for seven days. 3.05 CURING A. Cure concrete as scheduled or indicated. B. Remove absorptive mat after curing. END OF SECTION 4/15/16 03390 -ro? Citywide Resurfacing 2016 CtW of Tarnarac Purchasing and Contracts DivistoO CITYWIDE RESURFACING 2016 DRAWINGS SHEET DRAWING TITLE 1 spi CWR 2016 SD1-SD5 2 EX-1 EXHIBIT 1 3 EX-11 EXHIBIT 11 4 EX-111 EXHIBIT III 5 EX -IV EXHIBIT IV 6 EX-V EXHIBIT V 7 EX -VI EXHIBIT VI 0 0 Bid Na 16-09 B - Citywide Resurfacing 2016 103 • O a J J a N z W. W a a • z a 0 W 0 z a a Y. J a 3 O � 6g 3 x n! x • 0 o 04 W A{ g 011" W oo = tl = x w < u 3 3 W O qyy '^at�witW ^3. Y m��zx e i �i t ��ouf iu�iz — gig i .wm. oo wuwuw°Fd _C >aosana4 i Gw W O�Owv. F rz d� E^ �ij� Wxyy�Yi � S � y 3x§jaYy U ■y i gFp g G L ;� • o o m fi e• . v a a �� � �� • • Lol 0 • C-1 N o _W ° Jig W 0Sig g� d v .af5 t �g Q e m g g o $fir gW' W W is g 00 3 g" 0 z � W C G O O = z °r 2 Q u O C r y�C�t! Z. W W v W J Nz fF W 2FY1 Vl r�azF W W W J r 2 V O W W C 7 o r 2 2 W F t ooc°p°,Word o�Wo,�umr j p W 2 2 6 o Y zoocQuaa Oy.CWOJa W la L Ul m C< V J F Z q O 3 F to 4 G W J O r r° u Z L' o ul sQ7 J r s F - Lou: s # z o W C ti It V J y i z 2 y Q Q r @@ i LL V 6 z G Y r R F ze J � z u 3¢ R r gggg Y W J o 9i1 W u J p s 0 0 z � Q Q 7 W t LO L- 0 U Q�z 0 AAA �Z 0" a E a U -it I .I till 11 I 1 0 h LO F tZs1 w > y kil-11"WIt CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION Existing Header Curb To Be NOTE. Demolished And Replaced Mill And Resurfacing * All New Curbing & Pavement Existing Ramp To Be K, SHALL Be Constructed To Provide Demolished And Construct A Continuous Positive Drainage New ADA Ramp And Flow (Min. Slope 0.5%) To Detectable Warning Applicable Drainage Structure. REVISIONS RESURFACING PROJECT Remarks B Daum By: Date: (District 1, 2 8 4) Ch—k d BY: D.": ing MANE_ CITY OF TANARAC, BROWARO COUNTY, FLORIDA Appro ved By: Dat•: P.E. FL NO.— SEC. 5, TWP. 49, RGE. 41 Job No. Scale: NTS EXHIBIT I CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION Job No. N Scale: IV NA Na ME EXHIBIT II W E 3SW SE 1 V 51 ST ST i? Sol Uj a. iL TNW 50THICT s i. W r ■ � � :A 0 a Nw 50TH ST 0 Y Y -- NOTE: p r a i Mill And Resurfacing All New Curbing & Pavement f~SHALL Be Constructed To Provide A Continuous Positive Drainage Flow (Min. Slope 0.5%) To A licable Drainage Structure. s- PP REVISIONS DaalpnBy: Dab: RESURFACING PROJECT No. Oate Remarks B D- BW Data: (District 1, 2 & 4) Ch*CW Hy: Date: NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA APP--d BY. ��' P.E. FL NO,_ SEC. ts, TWP. 49, RGE. 41 CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION H Z Job No. Scale: NTS !JS EXHIBIT III N n1r NE W, E sw sa W MCNAB RD W MC NAB R A :t 1 , ;e To Be NOTE: Curb Existing Demolished And Replaced With Type I'D" Curb (Typ). _ Mill And Resurfacing * All New Curbing & Pavement C2i Existing Ramp To Be SHALL Be Constructed To Provide Demolished And Construct A Continuous Positive Drainage New ADA Ramp And Flow (Min. Slope 0.5%) To Applicable Drainage Detectable Warning App � Structure. REVISIONS DwignBu., Sml RESURFACING PROJECT n D—RV. (District 1, 2 & 4) C/ucksd By: DNc NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA Approval Bv' P.E. FL NO._ SEC. a, TWP. 49, RGE. 41 CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION Job No. Scale: NTS EXHIBIT IV REVISIONS pwyn Bp: Da sad: RESURFACING PROJECT Dale Remarb e D-BW °°" (District 1, 2 & 4) Dy, ,> NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA ApprW" py; put.- P.E. FL NO,_ SEC. 4, TWP. 49, RGE. 41 N Job No. � Nd Scale: NTS CITY OF TAMARAC w , E PUBLIC SERVICES DEPARTMENT EXHIBIT V ENGINEERING DIVISION sl►� SE s . YY a C YIPA... P +r ll A X r r � s i.. . � > � �d Aa Al 1' i"i . 4a {, - 4- rf �� i.- . NOTE: � Mill And Resurfacing Q" * All New Curbing & Pavement A SHALL Be Constructed To Provide A Continuous Positive Drainage Flow (Min. Slope 0.5%) To Applicable Drainage Structure. - - - - -- REVISIONS a D-Ign By D.J.s.� RESURFACING PROJECT DrarunBV. D. (District 1, 2 & 4) Ch"Oik D.W NAME__ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA SEC. 14, TWP. 49, RGE. 41 By; nm. P.E. FL NO._ CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION TE: -- Mill And Resurfacing * All New Curbing & Pavement SHALL Be Constructed To Provide A Continuous Positive Drainage Flow (Min. Slope 0.5%) To Applicable Drainage Structure. App-" By ✓o b No. N , Scale: NTS MW xs EXHIBIT VI W E SI SR k Mjr--S I a s.� RESURFACING PROJECT (District 1, 2 & 4) NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA P.E. I,-._ SEC. 7, TWP. 49, RGE. 41 of amarac P�irchas;ng ancf --ontracts Dwision INSTRUCTIONS TO BIDDERS BID NO. 16-09 B CITYWIDE RESURFACING 2016 It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. DESCRIPTION OF WORK The City of Tamarac is hereby requesting Bids, from qualified Contractors for the milling and resurfacing of various City Facilities and Public Right -of -Ways located throughout the City of Tamarac. The project consists of the milling and resurfacing of various City Facilities and Public Right -of -Ways located throughout the City of Tamarac. The project includes, but not limited to, milling, resurfacing, new asphalt, pavement restoration, concrete curbing, concrete slab improvements, ADA ramp improvements, concrete sidewalk improvements, and drainage improvements all in accordance with the project site plans, incorporated herein as Exhibits 1, 11, 111, IV, V, VI; and as indicated in the specifications herein. A. LICENSES To be eligible for award of this project, the Contractor must possess at time of bid opening, one of the following State Certified and/or County Competency licenses or any license that can meet, exceed, or legally perform the scope of work will be acceptable, as determined by state or county licensing agency. State: Certified General Contractor, defined by F.S. 4891.05 3a, with at least three (3) years of verifiable full-time successful experience on similar size and scope projects. Or County: Category 3a — Special Engineered Road and Surfacing Builders License, with at least three (3) years of verifiable full-time successful experience on similar size and scope projects. Occupational license must be in effect as required by Florida Statute §205.065. B. LIQUIDATED DAMAGES Upon failure of the Contractor to complete each individual requirement within the specified and mutually agreed upon time frame (plus approved extensions, if any) the Contractor shall pay to the City the sum of Five Hundred Dollars ($500.00) or each calendar day after the time specified for completion and readiness for final payment. This amount is not a penalty but liquated damages to the City. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City as a consequence of such delay, Bid Na 16-09 B - Citywide Resurfacing 2016 115 of Tamarac Parchasing and Contracts -iv' L�' �Sjon and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of the Contractor to complete the Contract on time. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor. The amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall also be responsible for reimbursing City the total of all monies paid by the City to the engineer for additional engineering, inspection and administrative services until the work is complete. C. CONTACT INFORMATION For inquiries regarding the bid, contact the Andrew J. Rozwadowski, Senior Procurement Specialist, Purchasing and Contracts division, at (954) 597-3570. Any technical issues shall be submitted in writing via email to and rew. rozwadowski(a-)-tamarac.org. Be sure to include the project name and bid number on all correspondence. BALANCE OF PAGE INTENTIONALLY LEFT BLANK 0 0 Bid No. 16-09 B - Citywide Resurfacing 2016 116 0 0 City of Tamarac SPECIAL CONDITIONS BID 16-09 B CITYWIDE RESURFACING 2016 BID GUARANTY and Contracts DiOS1017 An acceptable Bid Bond, Cashier's Check, money order, irrevocable letter of credit or Certified Check payable to the City of Tamarac in an amount not less than 5% (five percent) of the bid price, must accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this bid. The Bond must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. Upon award of the Contract, Payment and Performance Guaranty in the bid award amount will be required within 15 calendar days of award and shall continue in effect until the contract expiration. Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 2. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 3. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified superintendent present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. It shall be the responsibility of the Contractor to remove from the job site and properly dispose of all residues at the end of each and every workday. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. Bid No. 16-09 B - Citywide Resutfacing 2016 117 City of Tamarac and Contracts Division 4. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY 0 Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Services Department by telephone at (954) 597-3700 and inform the appropriate staff member about the location and extent of the damages. 5. PERMITS AND LICENSES The Contractor shall be responsible for securing all City permits. However, all City permit fees are waived, except for the City Public Art Fund Fee, which is equal to 1 % of construction cost that requires a building permit. Please include the cost of the Art Fund Fee as a part of your bid pricing. The successful Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as may be required by those agencies. Cost of any required permits from agencies other than the City, will be reimbursed by City without markup, for properly submitted invoices. 6. SITE INSPECTION — CITY 0 All work will be conducted under the general direction of the Public Works Department, and Building Department of the City of Tamarac, and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization from the aforementioned agencies nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's normal working hours (M-F, 8:00 AM — 4:00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. 7. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Notice to Proceed. 8. WAIVER OF LIENS Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Bid No. 16-09 B - Citywide Resurfacing 2016 118 C,,ty of Tamarac andContracts Divisloo Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 9. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery costs and charges must be included in the bid price. Project substantial completion shall be within One Hundred Twenty (120) calendar days from Contractor's receipt of City's Notice to Proceed. Final completion shall be Thirty (30) calendar days from date of substantial completion. 10. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten (10%) will be deducted from monthly payment up to fifty (50%) of project completion followed by five (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the specific work order. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. 11. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, plans and specifications (where applicable), any addenda or change orders, bond(s), insurance certificate(s), and the City's Resolution awarding the bid. 12. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 13. CHANGES IN THE WORK/CONTRACT PRICE 13.1 CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Engineer/Project Manager. 13.2 CHANGE ORDER Bid No. If 6-09 B - Citywide Resurfacing 2016 119 of Tatrarac and Contracts Division The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Owner/Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 14. CHANGES IN CONTRACT TIME 14.1 CHANGE ORDER The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 14.2 Notice Any claim for an increase or decrease in the Contract Time shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 14.3 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 15. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such Bid No. 16-09 B - Citywide Resurfacing 2016 120 Clify of Tamarac Purct?asifici and Contracts D;viston, 40 payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 17. PERFORMANCE, PAYMENT AND WARRANTY BONDS Within fifteen (15) calendar days after contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid award. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 18. LOCATION OF EXISTING UTILITIES Existing utilities may be shown on the drawings. Such information is shown for design purposes and the existing and detail given is information that is obtained during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible for locating existing city utilities affected by the Bid No. 16-09 B - Cit,ywide Resurfacing 2016 121 Ci�v of Tamarac and Contracts Division construction in the field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing city utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. Numerous utilities not owned by the City exist within the project area that may or may not have been depicted on the drawings. The Contractor shall exercise care in digging and other work so as to not damage existing utilities including overhead utilities and underground cables and pipes. The Contractor is also responsible for contacting the Sunshine State One Call Center of Florida (Sunshine) at 1-800-432-4770 to determine location of underground utilities. Calls to Sunshine must be made at least 48 hours before digging but not more than five (5) days prior. Contractor is responsible for renewing locates if job extends beyond marking period established by Sunshine. Any utility in the vicinity that is not a member of the Sunshine Service must be notified directly. Should any underground obstructions be encountered which interfere with the work, the City shall be notified at once. The Contractor shall be responsible for the immediate repair of any damage caused by the work, and shall be responsible for any disruption of service caused by this damage. 19. CONFLICT WITH EXISTING UTILITIES Upon completion of locating existing utilities affected by the proposed construction by the Contractor, and prior to commencement of construction, the Contractor shall examine the alignment of proposed work to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the Contractor shall undertake accurate surveys to determine elevations of utilities and shall notify the Engineer/Project Manager in writing seven (7) working days prior to the scheduled construction. The Engineer/Project Manager may revise the proposed design or recommend ways and means to avoid such conflicts. The Contractor may re -schedule his work so that the construction can be completed on time. No claim for down times by the Contractor shall be allowed. Bid No. 16-09 8 - Citywide Resurfacing 2016 122 0 0 City c.)f T,�irnarac 1. PURPOSE OF BID Purchasil-g and Contrects Diw&0,11 BID 16-09 B CITYWIDE RESURFACING 2016 SPECIAL PROVISIONS The City of Tamarac is hereby requesting Bids, from qualified Contractors for the milling and resurfacing of various City Facilities and Public Right -of -Ways located throughout the City of Tamarac. The project includes, but not limited to, milling, resurfacing, new asphalt, pavement restoration, concrete curbing, concrete slab improvements, ADA ramp improvements, concrete sidewalk improvements, and drainage improvements all in accordance with the project site plans, incorporated herein as Exhibits 1, 11, 111, IV, V, VI; and as indicated in the specifications herein. 2. BASIC DEFINITIONS Wherever used in the Agreement or in other Contract Documents, the following terms have the meanings indicated, which are applicable to both the singular and plural of each: 2.1 Addenda — Written or graphic instruments Agreement if attached to this Agreement or repeated I ; therein. issued prior LO Me opening 01 DIUS W"ICH c ar ly, correct, or change the bidding requirements or the contract document. 2.2 Agreement — The written agreement between the City and the Contractor covering the Work to be performed including other Contract Documents that are attached to the Agreement and made a part thereof. 2.3 Application for Payment — the form acceptable to the Engineer/Project Manager which is used by the Contractor during the course of the work in requesting progress or final payments and which is accompanied by such supporting documentation as is required by the Contract Documents. 2.4 Change Order — A document that is signed by the Contractor and the City and authorizes an addition, deletion or revision in the Work within the general scope of this Agreement, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 2.5 City — The City of Tamarac, Florida. Also referred to as Owner. 2.6 Contract Documents — The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of Bid No. 16- 09 B, all addenda issued prior to, all modifications issued after execution of this Agreement, Notice of Award, Notice to Proceed, Certificate(s) of Insurance, Bonds and any additional modifications and supplements, Change Orders and Work directive changes issued on or after the effective date of the Contract. These contract documents form the Agreement, and all are as fully a part of the 2.7 Contract Times — the number of consecutive calendar days stated in the Contract Documents to achieve substantial completion and/or complete the Work so that it is ready for final payment as evidenced by the Engineer/Project Managers written recommendation of final payment. 2.8 Defective — An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 2.9 Drawings — The drawings that show the character and scope of the Work to be performed and which are referred to in the Contract Documents. 2.10 Effective Date of the Agreement — The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 2.11 Engineer/Project Manager — The City's authorized project representative. The words "Engineer" and "Engineer/Project Manager" are used interchangeably. 2.12 Field Order — A written order issued by the Engineer/Project Manager that requires minor changes in the Work but does not involve a change in Contract Price or Contract Time. 2.13 FDOT — the State of Florida Department of Transportation Bid No. 16-09 8 - Citywide Resurfacing 2016 123 Cifyr)' Tamarac 2.14 Milestone — A principal event specified in the Contract Documents relating to an intermediate complete date or time prior to Substantial Completion of all the Work. 2.15 Notice to Proceed — A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform the Contractor's obligations under the Contract Documents. 2.16 Project — the total construction for which the Contractor is responsible under this agreement, including all labor, materials, equipment and transportation used or incorporated in such construction. 2.17 Specifications — Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and Workmanship as applied to the Work and certain administrative details applicable thereto. 2.18 Subcontractor — An individual, firm or corporation having a direct Contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 2.19 Substantial Completion — "Substantial Completion" means the finishing or accomplishing of substantial performance of the Work as proscribed in the Contract Documents. "Substantial Performance" means that there has been no willful departure from the terms of the Contract Documents and the Work has been honestly and faithfully performed in its material and substantial particulars. The term "Final Completion" means the City's acceptance of the job. Porchasina and Contracts Division 2.20 Supplier — A manufacturer, fabricator, supplier, distributor, materialman or vendor. 2.21 Unit Price Work — Work to be paid for on the basis of unit prices. 2.22 Work — The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work is the result of performing services, specifically, including but not limited to construction, furnishing labor, testing, documentation, equipment and materials used or incorporated in the construction of the entire Contract Documents. The words "Project" and "Work" are used interchangeably. 2.23 Work Change Directive — A written directive to the Contractor issued on or after the effective date of the Agreement and signed by the City and recommended by the Engineer/Project Manager ordering an addition, deletion or revision in the Work. A Work Change Directive shall not change the Contract price or time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time. 2.24 Written Amendment — A written amendment of the Contract Documents, signed by the CITY and the Contractor on or after the Effective Date of the Agreement and normally dealing with the non - Engineering, or non -technical aspects rather than strictly Work related aspects of the Contract Documents. 3. ENUMERATION OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: 1 . The Technical Specifications 2. The Contract Drawings 3. The Special Provisions 4. Special Conditions 5. The Instructions to Bidders and General Terms and Conditions 6. The Sample Agreement As between schedules and information given on Drawings, the schedules shall govern; as between figures given on Drawings and the scale measurements, the figures shall govern; as between large-scale drawings and small-scale drawings, the larger scale drawings shall govern. 0 Bid No. 16-09 B - Citywide Resurfacing 2016 124 Citv of Tatnara(� Purchasl.,?g anol Contrauts Division 0 4. INTENT It is the intent of the Contract Documents to describe a functionally complete Project in accordance with the Plans and Specifications. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words that have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implications, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of the City, the Contractor, or any of their consultants, agents or employees from those set forth in the Contract Documents. 5. SUPPLEMENTS, MINOR VARIATIONS OR DEVIATIONS In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized in one or more of the following ways: 5.1 The Engineer/Project Manager's approval of a shop drawing or sample; or 5.2 The Engineer/Project Manager's written interpretation or clarification. 6. CONTRACTOR'S ADDITIONAL RESPONSIBILITY 6.1 The Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 6.2 The Contractor shall provide a qualified, English speaking, superintendent present on the site at all times. The superintendent shall be a fully authorized agent of the Contractor, and have full authority to make on -site decisions and commitments regarding the Contractors Work. 6.3 The superintendent shall be satisfactory to the City and shall not be changed except with consent of the Engineer/Project Manager. 6.4 The Contractor shall assign to the work site at least one (1) supervisor at all time capable of making field decisions, interpreting plans, etc. The Contractor shall also provide suitable personnel who shall be available after work hour emergencies and capable of making appropriate decisions. The Contractor shall supply competent and physically capable employees having the requisite skill and experience to perform the work in a workmanlike manner. The City may require the Contractor to remove any employee working for or under the Contractor that the City deems careless, incompetent, insubordinate or otherwise objectionable. The Contractor shall be Bid No. 16-09 B - CitYwide Resurfacing 2016 125 City of Tamarac Purohasina and Can!rn!'S Divisioif responsible to the City for the acts and omissions of all subcontractors and personnel working under the Contractor. 6.5 The Contractor shall be aware that the job may be subject to vehicular and pedestrian traffic at all times of the day and night. 6.6 Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 6.7 The Contractor is responsible for familiarizing itself with the nature and extent of the Contract Documents, the Work, the locality, and with all local conditions, verifying all pertinent figures and applicable field measurements, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. The Contractor is responsible for making or causing to be made any examinations, investigations, tests and studies as it deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Document. 6.8 Before beginning the Work or undertaking each component part of the Work, The Contractor shall carefully study the Contract Documents, Special Conditions, Technical Specification, all pertinent figures and site conditions. The Contractor shall promptly report in writing to the Engineer/Project Manager and the City any conflict, error or discrepancy which the Contractor may discover and shall obtain a written interpretation or clarification from the Engineer/Project Manager before proceeding with any Work affected • thereby. 6.9 Unless otherwise provided in the Contract Documents, the Contractor shall provide or cause to be provided and shall pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for proper execution and completion of the work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 6.10 The Contractor shall be responsible for and shall coordinate all construction means, methods, techniques, sequences and procedures. 6.11 The Contractor shall keep the City and the Engineer/Project Manager informed of the progress and quality of the Work. 6.12 If requested in writing by the Contractor, the City, with reasonable promptness and in accordance with time limits agreed upon, shall interpret the requirements of the Contract Documents and shall decide (subject to other provisions in the Contract Documents governing claims, disputes and other matters in question) matters relating to performance. Such interpretations and decisions shall be in writing. 6.13 The Contractor shall correct all Work, which does not conform to the Contract Documents. 6.14 The Contractor warrants to the City that materials and equipment incorporated in the work will be new unless otherwise specified, and that the • Bid Na 16-09 B - Citywide Resurfacing 2016 126 • E Cifv of Tamarac Purchasing and Contracts Division Work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. 6.15 The Contractor shall pay all applicable sales, consumer, use and similar taxes, and shall secure and pay for permits and governmental fees, licenses and inspections necessary for the proper execution and completion of the Work. The Contractor shall identify all governmental authorities and agencies having jurisdiction to approve the construction, and obtain all permits and approvals with such governmental authorities as have jurisdiction, and assist the City in consultations with appropriate governmental authorities and agencies in obtaining all permits and approvals. 6.16 Without limiting the foregoing, the Contractor shall pay all fees, costs, and expenses in connection with the applications, processing, and securing of approvals or permits, not previously obtained by the owner or its agent, from all governmental authorities which have jurisdiction over all aspects of this Work except City permits and fees which shall be waived except for so much of said fees as the City is required to remit to other governmental agencies. 6.17 The Contractor shall give notices and comply with laws, ordinances, rules, regulations and lawful orders of public authorities relating to the Project. 6.18 The Contractor shall be responsible to the City for acts and omissions of the Contractor's employees and parties in privity of contract with the Contractor to perform any portion of the Work, including their agents and employees. 6.19 The Engineer/Project Manager shall prepare Change Orders for the City's approval and execution in accordance with the Contract Documents. Any work, which is commenced without a Change Order or Work Directive being approved, shall constitute a waiver of any claim of compensation for such work. All Change Orders must be approved by the City Manager or designee identified as such in writing. 6.20 The Contractor shall maintain in good order when present at the site one record copy of the drawings, specifications, product data, samples, shop drawings, Change Orders and other Modifications marked currently to record changes made during construction. These shall be delivered to the City upon completion of the construction and prior to final payment. 6.21 Contractor must repair any pavement, concrete, brick pavers, etc., disturbed as a result of any work within the scope of this contract to all applicable codes and City standards. 7. FAMILIARITY WITH THE TOTAL SCOPE OF THE PROJECT 7.1 The Contractor shall be familiar with the total scope of the project prior to commencement of any work. In case of any questions or conflict, they must be brought to the attention of the Engineer/Project Manager prior to any work. If further assistance is needed, the Contractor may contact the Director of Public Works. The City shall not be responsible for the Contractor's failure to comply with this requirement. Bid No. 16-09 B - Citywide Resurfacing 2016 127 of Tainarac r' urcitasmg and C ontraols Dft-I'jor 7.2 The Contractor shall be responsible for repair and restoration of all utilities or • any other items damaged during the Work. 7.3 By execution of the Agreement, The Contractor acknowledges that all requirements and conditions necessary to fulfill this Contract have been met. No contract adjustments shall be allowed for concealed site conditions. 8. SHOP DRAWINGS AND SAMPLES 8.1 The Contractor shall submit to The Engineer/Project Manager for review and approval eight (8) copies of all Shop Drawings for all equipment, apparatus, machinery, fixtures, piping, wiring, fabricated structures and manufactured articles. The purpose of the Shop Drawing is to show the suitability, efficiency, technique -of -manufacture, installation requirements, detail of the item and evidence of compliance with the Contract Documents. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Engineer/Project Manager to review the information as required. 8.2 The Contractor shall also submit to the Engineer/Project Manager for review and approval with such promptness as to cause no delay in Work, all • samples required by the Contract Documents and each sample shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 8.3 Before submission of each Shop Drawing or sample, the Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 8.4 At the time of each submission, the Contractor shall give the Engineer/Project Manager specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to the Engineer/Project Manager for review and approval of each such variation. Failure to point out such departures shall not relieve the Contractor from his responsibility to comply with the Contract Documents. 8.5 Approval of the Shop Drawings by the Engineer/Project Manager shall be general and shall not relieve the Contractor of responsibility for the accuracy of such drawings nor for the proper fittings and construction of the Work, nor for the furnishing of material or Work required by the Contract Documents dic NO. 7 6-U9 B - Citywide Resurfacing 2016 128 City ,,f Tamarac Purcbasin-c and Contracts Diyisioln • and not indicated on the drawings. No Work called for by any Shop Drawing shall be done until the Engineer/Project Manager has approved the drawings. The costs incurred for the City Engineer/Project Manager's review of shop drawings, substitutes, "or equal" items, or change orders shall be paid by the Contractor. 9. SUBCONTRACTORS, SUPPLIERS AND OTHERS 9.1 The Contractor shall furnish, in writing on the form included, the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Contractor shall not change a Subcontractor, person or entity previously selected if the City makes reasonable objection to such change. 9.2 The Contractor shall be fully responsible to the City for all acts and omissions of the Contractor's employees, subcontractors, suppliers and other persons directly or indirectly employed by his subcontractors, suppliers and of persons whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect contract with the Contractor. Nothing in the Contract Documents shall create any Contractual relationship between the City and any such subcontractor, supplier, or other person or organization, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such subcontractor, supplier, or other person or organization except as may otherwise be required by laws and regulations. 10. CITY'S RESPONSIBILITIES 10.1 The City shall designate a representative authorized to act on the City's behalf with respect to the Project. The City or such authorized representative shall examine documents submitted by the Contractor and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the Work. 10.2 The City may appoint an on -site Project representative to observe the Work and to have such other responsibilities as the City and the Contractor agree in writing prior to execution of this Agreement. 10.3 The City shall cooperate with the Contractor in securing building and other permits, licenses and inspections. 10.4 If the City observes or otherwise becomes aware of a fault or defect in the Work or nonconformity with the Contract Documents, the City shall give prompt written notice thereof to the Contractor. 10.5 The City shall furnish required information and services and shall promptly • render decisions pertaining thereto to avoid delay in the orderly progress of the design and construction. Bid Na 96-09 B - Citywide Resurfacing 2016 129 Cl;y !7f Tamarac rac P! chasi,'7g inn Contracts Divil 11_1_ 10.6 The City shall communicate with subcontractors only through the Contractor. • 10.7 The City shall furnish data required of the City under the Contract Documents promptly. 10.8 If the Work is defective, or the Contractor fails to supply sufficient skilled Workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other party. 11. ENGINEER/PROJECT MANAGER'S RESPONSIBILITIES 11.1 The Engineer/Project Manager or his designee will be the City's representative during the construction period and until final payment is made. 11.2 The Engineer/Project Manager will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The • Engineer/Project Manager's efforts will be directed toward providing for the City a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site inspections, the Engineer/Project Manager shall keep the City informed of the progress of the Work and shall endeavor to guard the City against defects and deficiencies in the Work. 11.3 The Engineer/Project Manager will issue technical clarifications and interpretations, with reasonable promptness. Should the Contractor fail to request interpretation of items the Contractor determines to be questionable in the Contract Documents neither the City nor the Engineer/Project Manager would thereafter entertain any excuse for failure to execute the Work in a satisfactory manner based upon such a reason or claim. 11.4 The Engineer/Project Manager may authorize minor variations in the Work from the technical requirements of the Contract Documents, which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These shall be accomplished by a Field Order and will be binding on the City, and also on the Contractor who shall perform the Work involved promptly. 11.5 The Engineer/Project Manager will have the authority to disapprove or reject Work that the Engineer/Project Manager believes to be defective, and will • Isla ;vo. 16-09 B - Citywide Resurfacing 2016 130 City of Tamarac Purchasing and Contracts Dwision also have authority to require special inspections or testing of the Work whether or not the Work is fabricated, installed or completed. 12. AVAILABILITY OF AREA TO STORE EQUIPMENT AND MATERIAL City will make every effort to provide suitable areas within or near the project site. Restoration of all storage areas shall be Contractor's responsibility. 13. CLEANUP AND RESTORATION 13.1 During and after completion of all work, the Contractor shall be responsible for all cleanup including but not limited to sweeping, cleaning and removal of loose material. Leftover or excessive material, debris, etc. must be completely removed from the work area and other affected areas at no expense to the City at the end of work. It shall be the Contractor's responsibility to protect any debris from obstructing or getting into any wastewater, water or stormwater conveyance system. If any grassed area is disturbed, it shall be promptly restored at the Contractor's expense. 13.2 Cleanup shall be performed on a routine basis in order to facilitate the maintenance of all work areas. Any damage to public or private property resulting from improper or incomplete cleanup shall be the sole responsibility of the Contractor as per Section 14, Damage To Public And/Or Private • Property. 13.3 The Contractor shall be responsible for the proper and legal removal and disposal of all construction debris. 13.4 The project site shall be maintained in a neat and clean manner, and upon final cleanup, the project site shall be left clear of all surplus material and debris. Paved areas shall be swept clean. 13.5 If the Contractor fails to properly maintain the site or perform required clean- ups and debris removal the City shall place the Contractor on written notice to perform required clean up. Contractor shall perform required clean up within twenty-four (24) hours of receipt of the City's written notice. 13.6 In the event that the Contractor does not comply, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 14. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY 14.1 Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Bid No,16-09 B - Citywide Resurfacing 2016 131 -- City of Tamarac � P l- C17, 61S1,179 and l+ontlacts Division Contractor and shall be repaired and/or replaced in equal or better condition • at no additional cost to the City. 14.2 The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. 14.3 In the event of damage, Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at not additional cost to the City. 14.4 In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone at (954) 597-3700 and inform the appropriate staff member about the location and extent of the damages. 14.5 In the event that the Contractor does not immediately repair to the satisfaction of the City damage to public and/or private property, the City may correct such damage. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such damage. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 15. CONNECTION TO CITY WATER • The Contractor must also comply with all City of Tamarac Utility Department and Building Department requirements, and contact these departments at least 48 hours prior to start of work. 16. BASIS OF PAYMENT, UNIT PRICES AND RIGHT TO CHANGE QUANTITIES Payment at the contract unit price shall be inclusive of all labor, materials, equipment and incidental items. 17. ACCEPTANCE OF WORK Acceptance shall be based upon satisfactory completion, material test results, performance and appearance of the Work after the materials have established, been placed or found to be in good operating order. Prior to final acceptance, the Contractor shall remove and replace, satisfactory to the City, all defective areas. Any adjusted area that is found to be of an unsatisfactory condition shall be rejected and shall be removed and restored by the Contractor at no expense to the City. 18. TESTS AND INSPECTIONS 18.1 The Contractor shall give the City timely notice of readiness of the Work for all required inspections, tests or approvals. The Contractor shall assume full responsibility, pay all costs in connection therewith and furnish the City the • required certificates of inspection, testing or approval for all materials, Bid No. 16-09 8 - Citywide Resurfacing 2016 132 City of Tamara purcf7asing an . -I Contrasts Division equipment for the Work and any part thereof unless otherwise specified herein. 18.2 The City inspectors shall have no authority to permit deviations from or to relax any of the provisions of the Contract Documents, or to delay the Agreement by failure to inspect the materials and Work with reasonable promptness. 18.3 The payment of any compensation in any form, or the giving of any gratuity or the granting of any favor by the Contractor to any inspectors, directly or indirectly is strictly prohibited and any such action on the part of the Contractor will constitute a breach of this Agreement. 19. CORRECTION OR REMOVAL OF DEFECTIVE WORK 19.1 The Contractor shall correct Work rejected by the City or known by the Contractor to be defective or failing to conform to the Construction Documents, whether observed before or after Final Completion and whether or not fabricated, installed or completed, and all work found to be defective in the one-year period from the date of Substantial Completion (the Warranty Period) shall be the responsibility of the Contractor, or within such longer period provided by any applicable special warranty in the Contract Documents. 19.2 The City shall provide the Contractor with written notice regarding defective or rejected work. Within seven days after receipt of such written notice from the City the Contractor shall commence with corrective action to remove and replace it with Work that is not defective or rejected. 19.3 If the Contractor fails to correct defective Work as required or persistently fails to carry out the Work in accordance with the Contract Documents, the City, by written order may stop the Work, or any portion thereof, until the cause for such order has been eliminated; however the City's right to stop the Work shall not give rise to a duty on the part of the City to exercise the right for benefit of the Contractor or other persons or entities. 19.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents within seven days after receipt of written notice from the City to commence and continue correction of such default or neglect, the City may give a second written notice to the Contractor. If within seven days following receipt of the second notice, the Contractor fails to correct such default or neglect with diligence and promptness, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the • Contractor shall pay the difference to the City. Bid No. 96-09 B - Citywide Resurfacing 2016 133 City of T<warac 20. PROGRESS PAYMENTS 20.1 The Contractor shall deliver to the City itemized Applications for Payment for Payment. The Contractor may requisition payments for Work completed during the Project at intervals of not more than once a month. The Contractor's requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with a certification by the Contractor that the Contractor has disbursed to all Subcontractors and Suppliers their pro-rata shares of the payment out of previous progress payments received by the Contractor for all Work completed and materials furnished in the previous period and that properly executed releases of liens by all Subcontractors, Suppliers and materialmen were provided and included in the Contractor's previous applications for payment, and any other supporting documentation as may be required by the Engineer/Project Manager or Contract Documents. Each requisition shall be submitted in triplicate to the Engineer/Project Manager for approval. The City shall make payment to the Contractor within thirty (30) calendar days after approval by the Engineer/Project Manager of the Contractor's requisition for payment. 20.2 Within thirty (30) days of the City's receipt of a properly submitted and correct Application for Payment, the City shall make payment to the Contractor. • 20.3 The City shall retain Ten percent (10%) of all monies earned thru 50% of • project completion by the Contractor, and 5% thereafter, until the Work is totally completed as specified, and accepted by the City. The parties hereto agree that 255.052, Florida Statutes, do not apply to this Agreement, or to any underlying agreements and obligations to which this Agreement pertains. 20.4 The Application for Payment shall constitute a representation by the Contractor to the City that, to the best of the Contractor's knowledge, information and belief, the design and construction have progressed to the point indicated, the quality of the Work covered by the application is in accordance with the Contract Documents and the Contractor is entitled to payment in the amount requested. 20.5 The Contractor shall pay each Subcontractor, upon receipt of payment from the City, out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which said Subcontractor is entitled in accordance with the terms of the Contractor's contract with such Subcontractor. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to sub - Subcontractors in similar manner. 20.6 The City shall have no obligation to pay or to be responsible in any way for payment to a Subcontractor of the Contractor except as may otherwise be required by law. • tua N0. 7 b-u,9 is - Otywide Resurfacing 2016 134 City of Tamarac Pu ohasing and Contracts Division i20.7 No progress payment or partial or entire use or occupancy of the Project by the City shall constitute an acceptance of Work not in accordance with the Contract Documents. 20.8 The Contractor warrants that: (1) title to Work, materials and equipment covered by an Application for Payment will pass to the City either by incorporation in construction or upon receipt of payment by the Contractor, whichever occurs first; (2) Work, materials and equipment covered by previous Applications for Payment are free and clear of liens, claims, security interests or encumbrances, hereinafter referred to as "liens"; and (3) no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or any other person performing Work at the site or furnishing materials or equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. 20.9 The Contractor may apply for the return of the retainage held pursuant to Section 20.3, if the Contractor has satisfied the requirements of the Contract relating to retainage. The City shall pay the Contractor the amount retained for the Work, less the reasonable value of incorrect or incomplete Work, liquidated damages or both. Final payment of such withheld sum shall be made upon correction or completion of such Work and resolution of all issues • regarding liquidated damage. The release of retainage shall not become due until all Work is 100% completed as identified on the final punchlist. The requirements of retainage include the following: 20.9.1 Repair and/or replacement of faulty or defective Work. 20.9.2 As -built drawings are submitted to and accepted by the City. 20.9.3 All Code requirements, inspections, testing and certificates of approval are conformed with, submitted and accepted by the City. 20.9.4 The City is satisfied all payrolls, bills for materials and equipment and other indebtedness connected with the Work for which the City might in any way be responsible have been paid or otherwise satisfied to the extent and in such form as may be designated by the City. 20.9.5 Release of Lien is submitted and accepted by the City. 20.9.6 The Contractor's completion of Punch List. 20.9.7 Warranties are submitted to and accepted by the City. 20.10 The City of Tamarac desires to have the ability to use a city credit card for payment. Contractors are encouraged to allow for the use of city credit cards as payment by the City. . 21. CHANGE QUANTITIES/CHANGE ORDERS Sid No. 16-09 B - Citywide Resurfacing 2016 135 ,7t-alrarac Pu.,",ohasmg and vontrca'cis Division 21.1 The City, without invalidating this Agreement, may order additions, deletions • or revisions to the Work. A written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. 21.2 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Project, increase the cost of the Work to the City or which extend the time for completion, must be formally authorized and approved by the appropriate City authority prior to their issuance and before Work may begin. 21.3 No claim against the City for extra Work in furtherance of a Change Order shall be allowed unless prior written City approval pursuant to this section has been obtained. 21.4 The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. 21.5 The Engineer/Project Manager shall prepare Proposed Change Orders on forms provided by the City. When submitted for approval, they shall carry the signature of the Public Works Director, the City Manager, and the Contractor. 21.6 If the City and the Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as a result of a Work Change Directive, a claim may • be made therefore. 21.7 The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented. 21.8 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be the Contractor's responsibility and the amount of each applicable bond shall be adjusted accordingly. 21.9 Any claim for adjustment in the Contract Price or time shall be based upon written notice delivered by the party making the claim to the other parties and to the Engineer/Project Manager not later than fifteen (15) calendar days after the occurrence or event giving rise to the claims and stating the general nature of the claim. No claim for an adjustment in the Contract Price or an extension of the contract time will be valid if not submitted in accordance with this Paragraph. 21.10 The cost or credit to the City from a change in the Work shall be determined by one or more of the following ways: • Bid No. 16-09 B - Citywide Resurfacing 2016 136 of Tamarac Purchasing and Contract's G,Pvisicr? • 21.10.1 By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation where unit prices do not exist in the contract documents; 21.10.2 By unit prices stated in the Contract Documents or subsequently agreed upon; or 21.10.3 By cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. 22. REGULATORY CHANGES The Contractor shall be compensated for changes in the Work necessitated by the enactment or revision of codes, laws, or regulations subsequent to the submission of the Contractor's proposal. 23. SUBSTANTIAL COMPLETION The specified warranty period for a specific Project does not begin until final completion of that project under that project's individual Notice to Proceed. 24. FINAL INSPECTION Upon written notice from the Contractor that the Work is or an agreed portion thereof • is complete, the City and the Engineer/Project Manager will make a final inspection and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Contractor shall address such deficiencies in accordance with Section 19 "Correction or Removal of Defective Work" of this document. 25. FINAL APPLICATION FOR PAYMENT 25.1 After the Contractor has completed all such corrections to the satisfaction of the City and the Engineer/Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked up record documents and other documents required by the Contract Documents, and after the Engineer/Project Manager has indicated that the Work is acceptable, the Contractor may make application for final payment. The final application for payment shall be accompanied by (1) complete and legally effective releases or waivers of all liens arising out of or filed in connection with the Work and a final affidavit; or (2) the Contractor's receipts in full covering all labor, materials and equipment for which a lien could be filed; or (3) a final affidavit stating that all laborers, materialmen, Suppliers and Subcontractors who Worked for the Contractor under this Contract have been paid in full or if the fact be otherwise, identifying the name of each lienor who has not been paid in full and the amount due or to become due each for labor, services or materials furnished • and the reason(s) why the same remains unpaid. If any Subcontractor or Supplier fails to furnish a release or receipt in full, the Contractor may furnish a bond satisfactory to the City to indemnify the City against any such lien. Bid No. 16-09 8 - Citywide Resurfacing 2016 137 City of 7f,,vrarac and Contracts Division 25.2 The Contractor shall also submit with the final application for payment, the • completed set of "As -Built" drawings for review and approval. The "As -Built" drawings shall be prepared, sealed and certified by a professional registered land surveyor licensed by the State of Florida. The Contractor shall deliver mylar sepias of the as -built project, signed, sealed and dated by the responsible professional. In addition, "As -Built" plans are to be submitted in a digital format in AutoCAD latest version. The Digital File is to be compatible with the City's GIS system. Final payment to the Contractor shall not be made until said drawings have been reviewed and approved by the Engineer/Project Manager. Prior to approval, if necessary, the drawings may be returned to the Contractor for changes or modifications if in the opinion of the Engineer/Project Manager they do not represent correct or accurate "As - built" drawings. 26. FINAL PAYMENT AND ACCEPTANCE 26.1 If, on the basis of the Engineer/Project Manager's observation of the Work during construction and final inspection, and the Engineer/Project Manager's review of the final Application for Payment and accompanying documentation, the Engineer/Project Manager is satisfied that the Work has been completed and the Contractor's other obligations under the Contract Documents have been fulfilled, the Engineer/Project Manager will, within thirty (30) days after receipt of the final Application for Payment, indicate in • writing the Engineer/Project Manager's recommendation of payment and present the Application to the City for payment. Thereupon the Engineer/Project Manager will give written notice to the City and the Contractor that the Work is acceptable. Otherwise, the Engineer/Project Manager will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. After presentation to the City of the Application and accompanying documentation, in appropriate form and substance, and with the Engineer/Project Manager's recommendation and notice of acceptability, the amount recommended by the Engineer/Project Manager will become due and will be paid by the City to the Contractor within the required time frame under Florida statue regarding such payments. 26.2 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the City to the Contractor when the Work has been completed, the Contract fully performed, and a final certificate for payment has been approved by the Engineer/Project Manager. The making of final payment shall constitute a waiver of claims by the City except those arising from: 26.2.1 Liens, claims, security interests or encumbrances arising out of this Agreement and unsettled. • Bid No. 16-09 B - Citywide Resurfacing 2016 138 City of Tamarac F,zrrci7asOg and conlrac:'s Dlvision • 26.2.2 Faulty or defective Work and latent defects discovered after acceptance. 26.2.3 Failure of the Work to comply with the requirements of the contract documents. 26.2.4 Terms of special warranties required by the contract documents. 26.2.5 Any of the Contractor's continuing obligations under this Agreement. 26.3 The acceptance of final payment by the Contractor shall constitute a waiver of claims by that payee except those previously made in writing and identified as unsettled at the time of final application for payment. 27. CITY'S RIGHT TO WITHHOLD PAYMENT 27.1 The City may withhold in part, final payment or any progress payment to such extent as allowed under Florida statute, necessary to protect itself from loss on account of: 27.2 Defective Work not remedied. 27.3 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the Contractor. 27.4 Failure of the Contractor to make payments to Subcontractors or Suppliers for materials or labor. • 27.5 Damage to another Contractor not remedied. 27.6 The Contractor has incurred liability for liquidated damages. 27.7 Reasonable evidence that the Work cannot be completed for the unpaid balance of the contract sum. 27.8 Reasonable evidences that the Work will not be completed within the Contract time. 27.9 Failure to carry out the Work in accordance with the Contract Documents. 27.10 When the above grounds are removed or resolved or the Contractor provides a Surety Bond or Consent of Surety satisfactory to the City, which will protect the City in the amount withheld, payment may be made in whole or in part. 28. WARRANTIES 28.1 The Contractor warrants that all equipment, materials and Workmanship furnished, whether furnished by the Contractor or its subcontractors and Suppliers, will comply with the Technical Specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a Workmanlike manner. 28.2 The Contractor warrants to the City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. Erb r1to. 16-C9 B - Citywide Reseer°acing 2096 139 City o' Tamarac and Contracts Division 28.3 The Contractor warrants to the City that it is not insolvent, it is not in • bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 29. CORRECTION PERIOD 29.1 The Contractor warrants all material and Workmanship as noted in the Technical Specifications from date of final acceptance by the City. If within the period of warranty from the date of final completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be defective, whether observed before or after acceptance by the City, the Contractor shall commence with corrective action within seven (7) days after written notice of the such defect, without cost to the City and in accordance with the City's written instructions, either correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective and satisfactorily correct and remove and replace any damage to other Work or the Work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Workmanship corrected or the rejected Work removed and replaced, and all direct, indirect • and consequential costs of such removal and replacement (including but not limited to fees and charges of the Engineer/Project Manager, attorneys and other professionals) will be paid by the Contractor. 29.2 Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period as noted in the Technical Specifications after such correction or removal and replacement has been satisfactorily completed. 29.3 Nothing contained in this Article shall be construed to establish a period of limitation with respect to other obligations that the Contractor might have under the Contract Documents. Establishment of the time period as described in Article 29, relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligation other than specifically to correct the Work. 30. CONSTRUCTION SCHEDULE 30.1 The construction schedule shall be in the form of a tabulation, chart or graph (MS Project latest edition) and shall be in sufficient detail to show the critical • ,�r —1— 1 vcnLJI IM411y Gv t 0 140 Cl v of Tamarac Pi,,rv'jasjng and Contracts Divisiclr • path and the chronological relationship of all activities contained in the project. These include, but are not limited to: estimated starting and completion dates of various activities, submittals required to the Engineer/Project Manager for approval, procurement of material and scheduling of equipment. 30.2 The Construction Schedule shall allow for a maximum turnaround time by the Engineer/Project Manager of fourteen calendar days on all submittals, shop drawings and all requests for information. 30.3 The construction schedule shall reflect the completion of all Work to be performed within the specified time and in accordance with the Contract Documents. 30.4 The construction schedule shall be thoroughly reviewed and updated on a monthly basis. The revised schedule shall be submitted to the City at least every 30 days during the term of this Agreement and shall reflect a current schedule of activities, percent complete and remaining durations for all tasks. 30.5 Float, slack or contingency time derived from the early completion of tasks on the critical path is not for the exclusive use or benefit of the Contractor. The Contractor shall not utilize such time without the prior written consent of the City. 30.6 If the Contractor desires to make changes in the method of operation after the construction approval of the construction schedule, or if the Engineer/Project Manager determines that the schedule fails to reflect the actual progress, the Contractor shall submit to the Engineer/Project Manager a revised construction schedule for approval. 31. PROTECTION OF PERSONS AND PROPERTY 31.1 The Contractor shall be solely responsible for initiating, maintaining and providing supervision for compliance with Occupational Safety and Health Act (OSHA) standards for safety precautions and programs in connection with the Work. 31.2 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to (1) employees on the Work and other persons who may be affected thereby; (2) the Work and materials and equipment to be incorporated therein; and (3) other property at or adjacent to the site. 31.3 The Contractor shall comply with applicable laws, ordinances, rules, regulations and orders of public authorities bearing on the safety of persons and property and their protection from damage, injury or loss. 31.4 The Contractor shall be liable for damage or loss (other than damage or loss • to property insured under the property insurance provided or required by the Contract Documents to be provided by the City) to property at the site Bid No. 16-09 B - Citywide Resurfacing 2016 141 Ci%` if Tamarac Purc,hastna and Contracts Diyi h"i caused in whole or in part by the Contractor, a Sub -Contractor of the • Contractor or anyone directly or indirectly employed by either of them, or by anyone for whose acts they may be liable. 31.5 All unit prices provided by the Contractor as a part of this Bid shall include the cost of all safety equipment necessary for the performance of the Work. 31.6 The Contractor shall comply with the requirements of the Florida Trench Safety Act and all applicable OSHA Regulations pertaining to excavation. 31.7 The Contractor shall comply with Florida Statutes, Chapter 556, Underground Facility Damage Prevention and Safety Act and secure the underground locations and obtain a Sunshine State One Call Certification number prior to beginning any excavation. 32. HURRICANE AND SEVERE WEATHER PRECAUTIONS 32.1 The Contractor shall immediately take all protective actions necessary to secure the construction site, materials, debris and equipment to the satisfaction of Engineer/Project Manager. Engineer/Project Manager shall not be held liable for the construction site, materials, debris, and equipment. 32.2 All construction materials or equipment will be secured against displacement by wind forces. 0 33. WORK BY THE CITY OR CITY'S CONTRACTORS 33.1 The City reserves the right to perform Work related to, but not part of, the Project and to award separate contracts in connection with other Work at the site. 33.2 The Contractor shall afford the City's separate Contractors reasonable opportunity for introduction and storage of their materials and equipment for execution of their work. The Contractor shall incorporate and coordinate the Contractor's work with the work of the City's separate contractors as required by the Contract Documents. 33.3 Costs caused by defective or ill-timed Work shall be borne by the party responsible. 34. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 35. TRAFFIC CONTROL AND WORKING HOURS • Bid No, 16-09 B - Citywide Resurfacing 2016 142 City of Tamarac Porchasinyn and ContrcaC:s Division • 35.1 The Contractor shall be responsible for maintaining all traffic controls during the entire period of the project. All traffic controls shall conform to the Manual of Uniform Traffic Control Device (MUTCD) and Florida Department of Transportation Roadway and Traffic Design Standards, latest edition and must be approved by the City in advance. At all times, at least one lane shall be kept open with adequate and legal traffic controls. Work shall be avoided during peak traffic hours. Working hours are set between 8 AM to 4 PM. Any deviation shall be approved in advance by City. 35.2 The Contractor shall be responsible for obtaining any and all required Maintenance of Traffic Permits from the appropriate regulatory authorities. 35.3 Road closure will not be permitted without written approval of the Engineer/Project Manager. 35.4 All unit prices provided by Contractor as a part of this Bid, shall include all costs relating to the Maintenance of Traffic including any and all safety equipment necessary, including but not limited to barricades, signage, traffic markings, arrow boards, etc. • • Balance of Page intentionally left blank Bid No. 16-09 B - Citywide Resurfacing 2016 143 Pitt:,•hasi??C) t' ??i. itott rt;G;S Division COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. ❑ Carefully read the General Terms & Conditions, Special Conditions and Special Provisions. 2. ❑ Properly fill out the Bid Forms and the Schedule of Bid Prices. 3. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 4. ❑ Sign the Certification page. Failure to do so may result in your Bid being deemed non -responsive. 5. ❑ Fill out the Bidder's Qualification Statement. 6. ❑ Fill out the References page. 7. ❑ Sign the Vendor Drug Free Workplace Form. 8. ❑ Fill out the List of Subcontractors. • 9. ❑ Include a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and • Performance Bonds will be required and must be submitted on the City's forms, included herein. 10. ❑ Include proof of insurance. 11. ❑ Include copy of State Certified or County Competency License(s) 12. ❑ Trench Safety Form, if applicable. Submit one (1) original document, marked "Original" on its exterior and two (2) copies, prior to the bid opening deadline as well as a PDF copy on a USB Flash Drive or CD. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. • Bid No. 16-09 B - Citytidide Resurfacing 2016 144 • is • of Tamarac Pcdrofiasrr?G and C anlrnts DiyiSioi-" BID FORM BID NO. 16-09 B CITYWIDE RESURFACING PROJECT The City of Tamarac is hereby requesting Bids, from qualified Contractors for the milling and resurfacing of various City Facilities and Public Right -of -Ways located throughout the City of Tamarac. The project includes, but not limited to, milling, resurfacing, new asphalt, pavement restoration, concrete curbing, concrete slab improvements, ADA ramp improvements, concrete sidewalk improvements, and drainage improvements all in accordance with the project site plans, incorporated herein as Exhibits I, II, III, IV, V, VI; and as indicated in the specifications herein. In order to be considered for this project, the Bidder shall possess, at time of bid opening, one of the following State Certified or County Competency licenses or any license that meet, exceed, or legally perform the scope of work will be acceptable, as determined by state or county licensing agency. State: Certified General Contractor, defined by F.S. 4891.05 3a, with at least three (3) years of verifiable full-time successful experience on similar size and scope projects. or County' Category 3a — Special Engineered Road and Surfacing Builders License, with at least three (3) years of verifiable full-time successful experience on similar size and scope projects. We propose to furnish the following items in conformity with the specifications and at the indicated bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. In the event of obvious mathematical errors, the Bidder recognizes that these are clerical in nature and may be corrected by City. For each bid item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of Pay Items are located throughout the Technical Specifications. It is the intent of the City to award this bid based on the Total Base Bid for all bid items. In the event or latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner Bid No. 16-09 B - Citywide Resurfacing 2016 SCN-1 Bid Form & Schedule of Bid Prices 145 City of Tamarac Purcdrasrrig and Contra --is Divrsrorj BID SCHEDULE • Municipal Complex Parking Lot Resurfacing Project Bidder, hereby declares that he or she has carefully examined the site of the proposed work, have read all terms and conditions of this solicitation and fully understands the specifications contained herein, and does hereby agree to furnish all labor, materials, tools, equipment, insurance, bonds, and incidentals and to sustain all the expenses incurred in performing the work in strict accordance with the Bid, specifications, plans and drawings, addendums, if applicable, which are made a part thereof at the following prices offered. ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 1 *Mobilization 1 LS 2 Erosion Control 1 LS 3 Maintenance of Traffic 1 LS 4 Demolition 1 LS 5 Mill Existing Asphaltic Concrete Pavement 12,500 SY 6 Pavement Restoration 50 SY 7 1" Asphalt Surface Course Type S-III 12,500 SY 8 **Asphaltic Leveling Course Type S-III 75 TON 9 8" Limerock Base 45 SY 10 Header Curb 150 LF 11 Type D Curb 650 LF 12 Liquid Applied Detectable Warning Surface 100 SF turd No. 18-09 B - Cilyt ide Resurfacing 2016 SCH-2 Bid Form & Schedule of Bid Prices 146 0 n • Cit 13 14 15 16 17 18 19 20 21 22 23 * '- c;tttd?c?G Pavement Markings — 4" Solid White Stripe 1,500 LF 800 LF Pavement Markings — 4" Solid Yellow Stripe Pavement Markings — 4" Solid Double Yellow 650 LF Stripe Pavement Markings — 24" Solid White Stripe 84 LF Pavement Markings — Directional Arrows and HC 12 EA Symbols Pavement Markings — 4" Solid Blue Stripe 90 LF Signs (F & 1) 6 EA Temporary Pavement Markings 1 LS Concrete Wheel Stops 30 EA Concrete Sidewalk (6" Thickness) 350 SF Indemnification 1 LS 10.00 10.00 TOTAL BID AMOUNT: $ There is a 5% cap for Bid Item No. 1. Any amount above 5% for Item 1, shall be added to Item 5, as not to change the Bidder's total Bid Amount. ** Bid Schedules units are based on 1 SY of compacted in -place Type S-III, equaling 100 pounds (1 TON = 2000 pounds). NAME OF BIDDER: Bid No. 16-09 B - Cityvvide Resurfacing 2016 SCH-3 147 Bid Form & Schedule of Bic; Prices Tam o/ arac Purc:l7asing and ont acls Division BID FORM (continued) • BID NO. 16-09 B CITYWIDE RESURFACING 2016 Submitted by: THIS BID 1S SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 Date 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a. Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that • in any manner may affect cost, progress, performance or furnishing of the Work. b. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. C. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation 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 person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Olu No, r o-ua b - c tYfflue Kesurtacing 2016 SGN-4 Bid Form & Schedule of Bid Prices 148 Cify of Tarrnarac Porchasi=gig ari r Contracts D?vislo?i . BID FORM (continued) BID NO. 16-09 B CITYWIDE RESURFACING 2016 The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Authorized Signature Company Name • Typed/Printed Name Address Telephone City, State, ZIP Fax Federal Tax ID Number Email address for above signer (if any) Contractor's License Number Bid No. 16-09 B - Citywide Resurfacing 2016 SCH-5 Bid Forn? & Schedule of Bid Prices 149 city of Tamarac Purchasy, g and Contracts Dilds�i,�f, BID FORM • (continued) BID NO. 16-09 B CITYWIDE RESURFACING 2016 Bidder's Name: TERMS: % (percent discount, if any, if payment made within DAYS; otherwise, terms are NET 30 days. The City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? ❑ Yes ❑ No Delivery/completion: calendar days after receipt of Notice to Proceed or Purchase Order, whichever is applicable for this project. To be considered eligible for award, one (1) original and two (2) copies of this bid form should be submitted with the Bid. One original bid must be submitted at time of bid opening. Copies must be provided within 3 business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or • acceptable Corporate Resolution) may be deemed non -responsive and ineligible for award. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. • Bid No. 16-09 B - Citywide Resurfacing 2016 SCN-6 Bid Form & Schedule of Bid Prices 150 City of Tamarac Purchasin-g & CoMracts Division • NON -COLLUSIVE AFFIDAVIT • • State of )ss. County of and says that: being first duly sworn, deposes He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 5. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 6. Such Proposal is genuine and is not a collusive or sham Proposal; 7. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 8. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title Bid Na 16-09 B - City4vide Resurfacing 2016 151 - ar av City of Tamarac the City For Yuur Ldeg and Contracts Di ACKNOWLEDGMENT • NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) • ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath • Bid No. 16-09 B - Citywide Resurfacaftg 2016 152 • • City of Tamarac par0"asing an(Contracts Divisi0o CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Typed/Printed Name Telephone Fax Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number Bid No, 16-09 B - Citywide Resurfacing 2016 153 City of Tamarac Putchasing and Contracts Division BIDDER'S QUALIFICATION STATEMENT • The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Address City State Zip Telephone Fax Number 1. How many years has your organization been in business under its present name? Years 2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are � • you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company ever declared bankruptcy? Yes ❑ No ❑ If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title etc.) 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ❑ If yes, explain: • Brd No. 16-O9 B - Cityvilic+e Resurfacing 2016 154 _ �_ City of Tamarac Purchasing ano Contracts D,iVisrcP REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax • Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name • Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Bid Na_ 16-09 B - Citytvide Resurfacing 2016 155 of Tamarac F=OIChf I&Og and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 9. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be • imposed upon employees for drug abuse violations. 10. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 11. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 12. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 13. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Bid No, 16-09 B - Citywide Resurfacing 2016 156 • -City cif ?arnar.at:. • and Contracts Division LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Subcontractor Contract License No. Name/Address Bid No. 16-09 B - Citywide Re& irfacing 2016 157 O afYk3?aG F 0r,-,'aSH79 atwl Contracts Division CERTIFIED RESOLUTION • 1, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons is authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of 20_. (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. • Bid No, 16-09 B - Citywide Resurfacing 2016 158 0 Cify of Tamarac TRENCH SAFETY FORM Po chasmnu & Contracts rDmsron Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE (Description) UNITS OF MEASURE (LF/SF) UNIT (Qty) UNIT COST EXTENDED COST A. $ $ B. $ $ C. $ $ D. $ $ TOTAL $ If applicable, the Contractor certifies that all trench excavation done within his control in excess of • five feet (5) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). • Failure to complete the above may result in the bid being declared non -responsive. DATE (Signature) ACKNOWLEDGEMENT STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this day of 20_. NOTARY PUBLIC My Commission Expires: Bid No 96-09 8 - Citywide Resurfacing 2016 159 City of Tamarac Puichasina & Contracts Division BID BOND STATE OF FLORIDA) )SS: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Dollars ($ ) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated , 20 , fo r: Bid No. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Bid Na 16-09 B - Citywide Resurfacing 2016 160 • • • City of Tamarac _ - l td.'' 'aSt:?7 & Corrrrcacts r`a iv' si00 • ACKNOWLEDGEMENT BID BOND Signed and sealed this IN PRESENCE OF: (AFFIX SEAL) • ATTEST: 0 Secretary ATTEST: Secretary "Impress Corporate Seal day of Principal Business Address City/State/Zip Business Phone Surety* By Title Attorney -In -Fact* By 20 . Bid Na 16-09 B - Cifyvvide Resurfacing 2016 161 City of Tamarac Put-chasina & Colotracts Division, FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. the WHEREAS, CONTRACTOR has entered into a Contract, Bid No: 16-09 B awarded day of , 20_, with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, • costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. • Bid No- 16-09 B - Citywide Resurfacing 2016 162 City of Tamarac Rurctlasing & Contracts Division 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of 20_• WITNESSES Secretary Principal By (AFFIX SEAL) Signature and Title Type Name and Title signed above • WITNESSES Surety Secretary By (AFFIX SEAL) Signature and Title Type Name and Title signed above IN THE PRESENCE OF: INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code • Telephone Bid No, 16-09 B - Citytivlde Resurfacing 2016 163 City of Tamarac Purchasing & Contracts Division ACKNOWLEDGMENT • FORM PAYMENT BOND State of County of On this the day of 20_, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) ,a (Title) (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Bid No. 16-09 B - Citywide Resurfacing 2016 164 • • 's n City OI Tamarac Purchasing ...& Ca'?trr�t;€---------- 0 . CERTIFICATE AS TO PRINCIPAL • E I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Bid No. 16-09 B - Citywide Resurfacing 2016 165 City of Tamarac FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: Pw-,J,asincs & Contracts Division That, pursuant to the requirement of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid No: 16-09 B awarded the _ day of 20_, with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: r� 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated , 201 for the within _ calendar days after the date of contract commencement as specified • in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. 4.1 Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.2 Complete the Contract in accordance with its terms and conditions; or • Bid Na 16-09 B - Citywide Resurfacing 2016 166 City of Tamarac Pcrrc17asrr)g & Contracts UiOsior? 4.3 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract • Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. • Signed and sealed this day of WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) 20 Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above Bid No, 16-09 B - Citywide Resurfacing 2016 167 of Tarnarac., Purchasing & Contracts Djvrsjoj-j IN THE PRESENCE OF: INSURANCE COMPANY: • By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone no No 7 ()-W� b - uityitviae Hesurfacing 2016 168 • City of Tamarac _ Porclasing & Contracts Division • ACKNOWLEDGMENT FORM PERFORMANCE BOND State of County of On this the day of 20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) (Title) a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath BEd No, 16-09 B - Cityavide Resurfacing 2016 169 �� C=tv of Tamarac CERTIFICATE AS TO PRINCIPAL Purchasirig & Contracts Division. 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Performance Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) b10 NO. 7b-U8 b - Crtylwde Resurfacing 2016 170 • r� • City of Talma',Fl ' APPLICATION FOR PAYMENT Contract Title: Contract/Purchase Order No.: Original Contract Value: Contract Change Order Value: Current Contract Value: Cumulative No. Change Orders: Application for Payment is made, as shown below: 1. Original Contract Sum 2. Net Change by Change Orders 3. Contract Sum to Date (line 1 (+) or (-) line 2) 4. Total Completed and Stored to Date 5. Retainage a. % of Completed Work b. % of Stored Material c. Total Retainage (line 5a + line 5b) 6. Total Earned less Retainage (line 4 — line 5c) 7. Less Previous Application For Payment (subtract line 6 from prior A.F.P.) 8. Current Payment Due 9. Balance to Finish, plus Retainage (line 3 — line 6) Submitted by: Contractor Approved for Payment Project Manager Date: Date Contra,-','s C�;visbn Bid Na 16-09 B - Citywide Resurfacing 2016 171 City of Tamarac CHANGE ORDER • DATE OF ISSUANCE: CHANGE ORDER NO. OWNER: PROJECT NAME. - CITY OF TAMARAC 7525 NW 881h Avenue Tamarac, FL 33321-2401 BID NO. PROJECT NO. CONTRACTOR P.O. NUMBER IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE , IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED 3Y BY BY Director City Manager Contractor Date Date Date I 172 • FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF COUNTY OF The undersigned contractor, under a certain contract with the City of Tamarac, dated , 20_, in connection with the following public work: PROJECT: CONTRACT NO. does hereby acknowledge receipt of the full contract price of $ , as modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an isaffidavit on behalf of the contractor, signed by , has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this day of 20_ Signed, Sealed and Delivered in the Presence of: Contractor Corporate Secretary Signature President Signature Type Name Type Name Bid No. 16-09 B - Cifyuvide Resurfacing 2016 173 Laity of Tamarac ACKNOWLEDGMENT FINAL RELEASE OF LIEN and Conirac�!S Diw i o State of Florida County of Broward On this the day of 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. • NOTARY PUBLIC, STATE OF NOTARY PUBLIC SEAL OF OFFICE: • (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath • Bid Na 16-09 B - Citywide Resurfacing 2016 174 City of ! al"wara, anci Coatracts Division • CITYWIDE RESURFACING 2016 SAMPLE FORM AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of 20_ by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and a corporation with principal offices located at (the "Contractor") to provide for Citywide Resurfacing 2016. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Bid Document No. 16-09 B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if • attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 16-09 B as issued by the City, and the Contractor's Proposal, 16-09 B as issued by City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. Bid No. 16-09 B - Citywide Resurfacing 2016 175 Agreement Cify of Tamarac 3) Insurance 3.1. 3.2. 3.3. and Contracts Division 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. Insurance limits are outlined below: 4) Time of Commencement and Substantial Completion 4.1 Th+l vuark to beerfc�ted under this Agreement sha11 be'i~o�xtenec! after City e�c+ctcii of the Agreem rtt notlater" ten °) days after -the date that Contractor t+ a re5 the m: Wtice to Pr deed. The work shall, be ec�mpieted wlt in days fromAft� of c ty's l�totice to Proc bed, sub ect; to. any Bid No. 16-09 B - Citywide Resurfacing 2016 176 Agreement • • • ;pity of Tamarac Purchasing and Contracts Division 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ($ 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until 50% of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 8) Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant Bid No, 16-09 8 - Citywide Resurfacing 2016 177 Agreement City of Tamarac Purc!? asing and Contracts Division to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. • 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The • Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to Bid No, 16-09 B - Citywide Resurfacing 2016 178 Agreement City of Tarnarac Purchasing ann Contracts Division • obtain such approval from the Surety may be a basis for termination of this Contract by the C ity. 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but no limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions inot reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the • subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. Bid No, 96-09 B - Citywide Resurfacing 2016 179 14greemew City of Tamarac Furc,�asing and Contracts Divis;on 12) Indemnification . 12.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 12.2 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the • term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 12.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 13) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this • nondiscrimination clause. Bid No. 16-09 B - Citywide Resurfacing 2016 180 Agreement of Tamarac • 14) Independent Contractor Purchasing and Contracts Div siOrl This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 15) Assignment and Subcontracting • Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. • 16) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Bid No, 16-09 B - Cifywlde Resurfacing 2016 181 Agreement of Tamarac • 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 17.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 18) Public Records 18.1 The City of Tamarac is a public agency subject to Chapter 119, Florida • Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 18.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 18.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 18.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 18.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 18.2 The failure of Contractor to comply with the provisions set forth in this Article • shall constitute a Default and Breach of this Agreement and the City shall Bid No. 16-09 B - Citywide Resurfacing 2016 182 Agreement Ct}y of Tamarac � Porchasing and Coi;tract's Division . enforce the Default in accordance with the provisions set forth in Article 17 "Termination" herein. 19) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 20) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 21) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 22) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability • without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 23) Uncontrollable Circumstances 23.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 23.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued • performance of the obligations of this Agreement. 24) Merger; Amendment Bid No, 16-09 B - Citywide Resurfacing 2016 183 Agreement City of Tamarac Purc asing ind Contracts Division This Agreement constitutes the entire Agreement between the Contractor and the City, • and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 25) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 26) Public Records 26.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 26.1.1 Keep and maintain public records required by the City in order to perform the service; 26.1.2 Upon request from the City's custodian of public records, • provide the public agency 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 this chapter or as otherwise provided by law. 26.1.3 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 City. 26.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City 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 City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. • Bid No, 16-09 B - Citywide Resurfacing 2016 184 Agreement City of Tamarac a ac a,,-(, Contracts acts ivis ion • 26.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 27. PUBLIC RECORDS CUSTODIAN 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: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG • • Remainder of Page Intentionally Blank Bid No, 16-09 B - Citywide Resurfacing 2016 185 Agreement City of Tamarac P-rrchasing and Contracts Divis;on IN WITNESS WHEREOF, the parties have made and executed this Agreement on the . respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its duly authorized to execute same. CITY OF TAMARAC ATTEST: Patricia A. Teufel, CIVIC City Clerk Date ATTEST: Signature of Corporate Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) Bid No, 96-09 B - Citywide Resu facing 2016 Harry Dressler, Mayor Date Michael C. Cernech, City Manager Date Approved as to form and legal sufficiency: City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Agreement 186 7 .Chly of TL8mprac r Far- hasiil,'. rind coiliraciS D'yision • CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF • • I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this _ day of , 20_ Bid No. 16-09 B - Citywide Resurfacing 2016 Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. Agreement 187 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always DATE: May 16, 2016 ADDENDUM NO. 1 16-09 B - Citywide Resurfacing 2016 This addendum shall modify and become a part of the original Bid Document. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 16-09 B - Citywide Resurfacing 2016. TO ALL PROSPECTIVE BIDDERS: Add the following Attachments to the above referenced bid: Technical Specifications Insert section `01025 - Measurements and Payments' on page 10 and include the attached in its respective place within the tech specs of the bid docs. Please see the following questions and answers below: • Q: Please advise if the city will require valves and manholes to be adjusted. If so, how will it be compensated? A: Bid Item #7 (new 1" Type S-III), include all necessary labor, materials, and equipment to adjust the valve boxes, manholes rims, inlets, or other fixtures to final grade, transitions to existing pavement, priming, tack coating, compaction, rolling, brooming, and any other items required to complete the work. All transitions to • existing surfaces shall be completed with a key -cut (minimum 12 inches wide) to maintain a consistent one (1) inch thickness in the surface course. Q: Please advise if the city will require valves and manholes to be adjusted. If so, how will it be compensated? A: Refer to Technical Specification Section 01025 — Measurements and Payments. Q: Can FDOT approved ADA mats be installed instead of liquid applied? A: No. Please return and/or acknowledge this Addendum No.3 with your bid submittal due 05/26/2016 at 3:00 PM local time to Tamarac City Hall, RM 108, 7525 NW 88th Ave. Tamarac, FL 33321. Sincerely, Andrew J. Rozwadowski Senior Procurement Specialist Please Acknowledge Receipt and Review of this Addendum: • Addendum No. 1 — Bid No. 16-09 B - Citywide Resurfacing 2016 Page 1 of 2 P� i p CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION �i' ! 1 7525 NW 88T" AVENUE • TAMARAC, FL 33321 "Committed to Excellence... Always • :7 Company Name: Authorized Signature: Date: Printed Name: Addendum No. 1 — Bid No. 16-09 B - Citywide Resurfacing 2016 Page 2 of 2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1.01 EXPLANATION AND DEFINITIONS A. The following explanation of the Measurement and Payment for the bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the bid form or relieve the Contractor of the necessity of furnishing such as part of the Contract. 1.02 PAYMENT A. Payment shall be made for the items listed on the Bid Form on the basis of the work actually performed and completed, such work including but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, clean up, and all other appurtenances to complete the construction and installation of the work to the configuration and extent as shown on the drawings and described in the specifications. B. Payment for all bid items shall constitute full compensation for the complete installation of each bid item including but not limited to excavation, dewatering, backfill and compaction. The work shall include for all bid items to be completed, tested and ready for acceptance by the appropriate government agency. C. No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the bid schedule for the various appurtenance items of work. D. Payment shall also include providing the necessary equipment and manpower to pothole and verify depths and locations of existing utilities sufficiently ahead of construction to avoid conflicts with the design alignment and grade of the proposed improvements. Conflicts with utilities shown on the Drawings which result from the CONTRACTOR's negligence to pothole sufficiently ahead of construction (a minimum of two (2) days ahead of construction of the pipeline or as approved by the ENGINEER) shall be resolved by the CONTRACTOR at no additional cost to the OWNER. E. It is intended that all mobilization, insurance, bond, license and other miscellaneous administrative costs, and all other costs to the Contractor not specifically identified in the following item description be distributed among and included in the unit prices stated. No additional payment shall be made for transportation, communications, office maintenance, project signs, and other incidental work or services, and no further payment shall be made for remobilization unless all of the work is suspended by the OWNER & ENGINEER for a period in excess of three months and through no fault to the Contractor. 3/30/2016 01025 -1 Citywide Resurfacing 2016 • • • F. All required manufacturer testing and certification shall be included in the unit prices shown in the Proposal and Contract. Density testing required for compacted backfilling, and concrete strength and materials testing required at the time of construction shall be arranged for and paid for by the Contractor. PART 2 -- MATERIALS Not used. PART 3 -- EXECUTION 3.01 MOBILIZATION — Bid Item No. 1 A. Payment for mobilization shall be a Lump Sum. Lump sum amount includes all work but not limited to mobilization, demobilization, temporary utilities and project signs. The lump sum amount shall include the full cost of providing and maintaining all current performance, payment, maintenance and warranty bonds, insurance and all required construction permits. Lump sum shall include other costs incidental or necessary to initiate and terminate construction. • B. The work includes, but not limited to, movement of personnel, equipment, supplies and incidentals to the project site, Contractor's temporary office, safety equipment, first aid supplies, sanitary and other facilities as required by State and Local laws and regulations, project signs, reinstall concrete wheel stops and lay down storage areas. Project signs shall be constructed and installed in accordance with Technical Specification No. 01580 Project Identification and Signs. C. The payment item for mobilization shall not exceed five percent (5%) of the total contract price. 3.02 INSTALL AND MAINTAIN STORM WATER POLLUTION PREVENTION MEASURES (EROSION CONTROL) - Bid Item No. 2 A. Payment for installation and maintenance of the storm water pollution prevention measures shall be made on the basis of a percentage of the Lump Sum Price. The contract unit price shall include compensation for required labor, materials, and equipment necessary to maintain the SWPP Plan, NPDES and erosion control measures during all construction activities in accordance with the Contract Documents and City, County and Federal Guidelines. 3.03 MAINTENANCE OF TRAFFIC - Bid Item No. 3 A. The quantity of traffic control to be considered for payment shall be equivalent to the percentage of the project determined by the OWNER to be complete as of the date of the pay request submitted. The percent completion of the project shall be based on the percent of the total project actually constructed and not on the percent of the Contract price completed. 3/30/2016 01025 -2 Citywide Resurfacing 2016 B. Payment for traffic control shall be made on the basis of a percentage (as determined in 'A' • above) of the Lump Sum Price. The contract unit price shall include compensation for required labor, materials, and equipment necessary to keep roadways and property accesses in service during construction activities in accordance with the Contract Documents, City of Tamarac Standards, Broward County Traffic Engineering and Florida Department of Transportation specifications. 3.04 DEMOLITION - Bid Item No. 4 A. Payment for this item shall be made on a Lump Sum basis. Payment for this item shall include the removal and proper disposal of existing materials, including but not limited to, asphalt, sidewalks, curbing, clearing and grubbing material, and wheel stops. All necessary existing materials shall be completely removed and shall be properly disposed of off -site at no additional cost to the Owner. B. Payment for removal and proper disposal of existing materials will be made at the Lump Sum price identified in the Bid Schedule which shall constitute full compensation for the removal and proper disposal of such materials. C. The Contract Lump Sum price shall include compensation for labor, materials and equipment required to remove and dispose of the existing material in accordance with the plans and specifications. D. The Contractor shall remove and dispose of all bushes, trees, stumps, roots, and other such • protruding objects, structures, appurtenances, existing pavement, limerock, sidewalks, curbing, swale areas, pavement markings, concrete wheel stops or any other facilities as necessary to prepare the area within the project limit for construction of the proposed improvements in accordance with City of Tamarac and Florida Department of Transportation specifications. 3.05 MILLING EXISTING ASPHALT - Bid Item No. 5 A. This item shall be paid on a square yard basis. The Contractor's unit price shall include full compensation for all milling of existing asphalt within the limits as indicated on the contract plans. The existing asphalt shall be milled to allow for a % inch of the existing base asphalt to remain. Milled material shall be properly disposed of off -site at no additional cost to the Owner. Any limerock that is exposed through the milling process shall be regarded, re -compacted, and primed prior to receiving asphalt concrete pavement at no additional cost to the Owner. B. Contract Unit Price shall include compensation for labor, materials and equipment required to remove and dispose of the milled asphalt in accordance with the specifications and plans. 3.06 PAVEMENT RESTORATION - Bid Item No. 6 A. Payment for this item shall be made on a square yard basis. The Contractor's unit price shall include full compensation for all pavement and deleterious material to be removal as necessary • 3/30/2016 01025 -3 Citywide Resurfacing 2016 • to restore the limerock base to a condition acceptable for new asphalt installation in accordance with Pavement Restoration Detail. B. The unit price shall also include, but not limited to, all necessary, labor, equipment and material to grade, compact, test, broom, prime coat, and install one % inch left of Type S-3 asphalt in accordance with City and Florida Department of Transportation Specification and the details shown on the Contract Plans. C. The unit price shall also include the installation and proper preparation of any additional limerock material that may be required to provide a proper restoration in accordance with the City's standard details. D. Payment for pavement restoration will be made at the unit price identified in the Bid Schedule which shall constitute full compensation for complete restoration and the removal and proper disposal of existing material. 3.07 1" TYPE S-III ASPHALTIC SURFACE COURSE (RESURFACE AREA) - Bid Item No. 7 A. Payment for installing new 1" Type S-III, as indicated herein and on Exhibits I, II, III, IV, V, VI, shall be made at the Contractor's unit price per square yard (SY) for Type S-III asphalt and shall include all labor, material, and equipment required to construct the 1" asphaltic concrete as shown on the detail drawings. The asphalt shall be applied to a brush cleaned, primed and/or • tacked properly prepared surface. The unit price shall include compensation for labor, materials, and equipment required to construct the new asphaltic surface in accordance with City of Tamarac and Florida Department of Transportation specifications. B. This unit price shall also include all necessary labor, materials, and equipment to adjust the valve boxes, manholes rims, inlets, or other fixtures to final grade, transitions to existing pavement, priming, tack coating, compaction, rolling, brooming, and any other items required to complete the work. All transitions to existing surfaces shall be completed with a key -cut (minimum 12 inches wide) to maintain a consistent one (1) inch thickness in the surface course. 3.08 LEVELING COURSE (TYPE S-III ASPHALT) - Bid Item No. 8 A. Payment for installing a leveling course of Type S-III asphalt, as needed, when the existing pavement surface is distorted (depressions creating standing water areas) or required to provide continuous positive drainage, at the Contractor's unit price per ton of Type S-III asphalt. The asphalt shall only be applied to milled, brush cleaned, primed and properly prepared surface. The unit price shall include compensation for labor, materials, and equipment required to construct the leveling course in accordance specification herein and Florida Department of Transportation specifications. Bid Schedules units are base on 1 SY of compacted in -place Type S-III, equaling 100 pounds. B. This unit price shall also include all necessary labor, materials, and equipment to adjust the valve boxes, manholes rims, inlets, or other fixtures to final grade, priming and/or tack coating, compaction, rolling, brooming, milling and any other work required to complete the work. 3/30/2016 01025 -4 Citywide Resurfacing 2016 C. Manhole rim and catch basin inlets that only require a one inch adjustment to meet the final grade shall be adjusted with a one inch cast iron riser. Risers shall be installed prior to pavement installation to allow uniform compacted and rolling asphalt surface. Risers shall not be permitted for manholes and catch basins that require frame elevation adjustment as identified on the design plans. Riser type and material shall be in accordance with Florida Department of Transportation and City Specifications. 3.09 8" LIMEROCK BASE — BID ITEM NO. 9 A. Payment for installing new 8" limerock base where indicated on the plans shall be made at the Contractor's Unit Price per square yard for compacted limerock base installed and accepted in accordance with City of Tamrac and Florida Department of Transportation specifications. Installed limerock base shall have a passing Limerock Bearing Ratio of 100. B. The Contract Unit Price shall include compensation for labor, materials, testing, and equipment required to construct the new 8" limerock base in accordance with the specifications and plans. 3.10 CONCRETE CURBS (HEADER & TYPE D CURB) - Bid Items No. 10 & 11 A. Payment for this item shall be made on a linear foot basis. The quantity of curbs to be considered for payment shall be determined by measurement of the units installed and accepted. B. Payment for furnishing and installing concrete curbs and gutters shall be made at the contract • unit price per each type concrete curb installed and accepted. The contract unit price shall include all labor, materials, and equipment necessary to prepare the limerock curb pad, sub- base and install the concrete curbs and gutters in accordance with the City of Tamarac and Florida Department of Transportation specifications. C. Payment for this item shall include backfilling behind the curb (landscape side) with acceptable material. The City shall be the sole judge of what is considered to be acceptable material. D. Payment for this item shall include removing unacceptable excavated material, which includes rocks, stones, etc, with a diameter in excess of 2" or greater and organic material such as tree roots. The City shall be the sole judge of what is considered to be acceptable material. 3.11 LIQUID APPIED DETECTABLE WARNING SURFACE - Bid Item No. 12 A. Measurement of payment for Liquid Applied ADA Detectable Warning Surfaces shall be made at the contract Square Foot price identified in the Bid Schedule for the actual Square Foot of Liquid Applied Detectable Warning Surfaces installed, inspected, and accepted in accordance with ADA, Florida Building Code, City Standards, and Florida Department of Transportation Specifications as indicated on the details, which price shall be full compensation for all labor, materials, excavation, equipment, tools, and all other incidentals necessary to complete this item in accordance with the design plans and specifications. 3/30/2016 01025 -5 Citywide Resurfacing 2016 • B. Payment for this item shall be limited to each installation of Applied Detectable Warning Surface at an indicated location. No additional compensation or payment shall be made to the Contractor for waste material associated with cutting, trimming, or fitting of Liquid Applied ADA Detectable Warning Surfaces. C. Payment for this item shall include all associated work for ADA Ramps with Liquid Applied Detectable Warning Surfaces indicated to be installed where sidewalks are not being relocated. D. Detectable warning surfaces are to be installed in accordance with ADA, Florida Building Code, Broward County Engineering, and Florida Department of Transportation Standards. 3.12 PAVEMENT MARKING AND SIGNAGE - Bid Items No. 13 - 20 A. Payment for pavement markings and signage shall be made at the unit price identified in the Bid Schedule and determined by measurement of the pavement markings and signage installed, in place, completed and approved in accordance with the Florida Department of Transportation and approved plans. This item shall include all temporary and permanent pavement markings, RPMs, crosswalks, directional arrows, text or other markings in accordance with Florida Department of Transportation Specifications. The signage installation shall include all hardware, posts, and appurtenances necessary for a complete installation in accordance with the Florida Department of Transportation and approved plans. This pay item shall also include removal of existing pavement marking and RPMs as necessary to properly prepare existing surface for • resurfacing or leveling course. All pavement markings shall be thermoplastic. B. Temporary and final Pavement Marking layout shall be consistent with pre -construction layout unless otherwise noted on the design plans. 3.13 WHEEL STOPS - Bid Items No. 21 A. Payment shall be made at the contract unit price per each wheel stop installed as identified on the design plan, construction details and described herein in accordance with specifications. Payment shall include concrete wheel stop and anchors, installed complete, in accordance with City standards. 3.14 CONCRETE SIDEWALK (6" THICKNESS) - BID ITEM NO. 22 A. Payment for 6 inch thick concrete sidewalks, including ADA Ramps, as indicated per the standard details shall be made at the Contractor's Unit Price per square foot of sidewalk installed and accepted in accordance with the City of Tamarac and Florida Department of Transportation specifications. The Contract Unit Price shall include compensation for labor, material, and equipment required to install the sidewalk as necessary and in accordance with the plans and specifications. B. Payment for furnishing and installing sidewalks will be made at the unit price per square foot named in the Bid Schedule which price shall constitute full compensation for completing said • work, including all earthwork, clearing, grading, compaction of subgrade, backfilling of sidewalk, 3/30/2016 01025 -6 Citywide Resurfacing 2016 construction of the sidewalk, furnishing and setting for expansion joint material, disposal of • excess material, and the appurtenant items for which separate payment is not specifically included in the Bid Schedule. C. Payment shall be made for sidewalks constructed or replaced by authorization of the OWNER/ENGINEER. Any sidewalk that is broken incidental to construction shall be replaced at the Contractor's expense. 3.15 INDEMNIFICATION — Bid Item No. 23 A. In recognition of CONTRACTOR's indemnification obligations, the CITY will pay to the CONTRACTOR the specific consideration of ten dollars ($10.00). Payment of said specific consideration shall be made at the time of the payment of the first progress estimate and the CONTRACTOR shall acknowledge payment of this consideration by letter to the CITY after receipt of the progress payment. END OF SECTION • • 3/30/2016 01025 -7 Citywide Resurfacing 2016 RE • 0 C, 03 03 Y+ Z p /� Z A m rn M S 0 1 04,0 m 0 � Et W O 2 W "n C)m S' rn z o, rn c� P14 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 • "Committed to Excellence... Always DATE: May 23, 2016 ADDENDUM NO. 2 16-09 B - Citywide Resurfacing 2016 This addendum shall modify and become a part of the original Bid Document. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 16-09 B - Citywide Resurfacing 2016. TO ALL PROSPECTIVE BIDDERS: Please see the following questions and answers below: Are VMS required? If so, will you require one or two for each location? Yes; one per location. 2. We will verify control points, but will you require as-built's of the installed surface? As-builts will not be required. 3. Please they could give me estimated budget for this project. $576,400.00 • Add the following Attachments to the above referenced bid: Revised Bid Schedule Please return and/or acknowledge this Addendum No.2 with your bid submittal due 05/26/2016 at 3:00 PM local time to Tamarac City Hall, RM 108, 7525 NW 88t`' Ave. Tamarac, FL 33321. Sincerely, Andrew J. Rozwadowski Senior Procurement Specialist Please Acknowledge Receipt and Review of this Addendum: Company Name: Authorized Signature: Date: • Addendum No. 2 — Bid No. 16-09 B - Citywide Resurfacing 2016 Page 1 of 2 Ili, I, _ CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 • "Committed to Excellence... Always • E Printed Name: Addendum No. 2 — Bid No. 16-09 B - Citywide Resurfacing 2016 Page 2 of 2 Cdy of Taa7arac BID SCHEDULE Citywide Resurfacing 2016 Pwchasina a,tid Contracl's Division Bidder, hereby declares that he or she has carefully examined the site of the proposed work, have read all terms and conditions of this solicitation and fully understands the specifications contained herein, and does hereby agree to furnish all labor, materials, tools, equipment, insurance, bonds, and incidentals and to sustain all the expenses incurred in performing the work in strict accordance with the Bid, specifications, plans and drawings, addendums, if applicable, which are made a part thereof at the following prices offered. C7 ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 1 *Mobilization 1 LS 2 Erosion Control 1 LS 3 Maintenance of Traffic 1 LS 4 Demolition 1 LS 5 Mill Existing Asphaltic Concrete Pavement 12,500 SY 6 Pavement Restoration 50 SY 7 1" Asphalt Surface Course Type S-lll 12,500 SY 8 **Asphaltic Leveling Course Type S-III 75 TON 9 8" Limerock Base 45 SY 10 Header Curb 150 LF 11 Type D Curb 650 LF 12 Liquid Applied Detectable Warning Surface 100 SF Bid No. 16-09 B - Citywide Resurfacing 2016 SCH-2 Bid Form & Schedule of Bid Prices j3AC IV) CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION 11Z dQ Job No. Scale: NTS EXHIBIT I J Existing Header Curb To Be NOTE: Demolished And Replaced _ + � Mill And Resurfacing * All New Curbing & Pavement Existing Ramp To Be SHALL Be Constructed To Provide Demolished And Construct., ` A Continuous Positive Drainage New ADA Ramp And Flow (Min. Slope 0.5%) To Detectable Warning Applicable Drainage Structure. �a Daw S-L. RESURFACING PROJECT Draain By+ DW.: (District 1, 2 8. 4) Ch-"d By: Dat.. NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA Approu.d By: D.U. P.E. FL NO._ SEC. 5, TWP. 49, RGE. 41 _ Job No. N , CITY OF TAMARAC Scale: IV NI , NE PUBLIC SERVICES DEPARTMENT 1 1 1 W4 E ENGINEERING DIVISION EXHIBIT II SW SE HI� l x '� h I 51 ST=;ST',. -- ff RQ. w� CT NW 50TH • Ll� J Q _ Z +r , Z s ._ NW 50TH St or; NOTE: Mill And Resurfacing All New Curbing & Pavement At SHALL Be Constructed To Provide A Continuous Positive Drainage ,v 1 Flow (Min. Slope 0.5%) To Applicable Drainage Structure. REVISIONS BrNpnBy: .: S—L. RESURFACING PROJECT No. Date Remarks B D— BV: Bat.: (District 1, 2 8. 4) a.aked 8,,: Bab: NAME_ CITY OF TAMARAC, BROWARD COUNTY, FLORIDA App— BY: Bata: P.E. FL NO._ SEC. 12, TWP. 49, RGE. 41 CITY OF TAMARAC PUBLIC SERVICES DEPARTMENT ENGINEERING DIVISION Existing Curb To Be Demolished And Replaced With Type "D" Curb (Typ). Existing Ramp To Be Demolished And Construct New ADA Ramp And Detectable Warning y� .AN- 19^ Jo b No. Scale: NTS j EXHIBIT III W MCNAB RD N mr , na W E SA SE WMCNABR NOTE: n _ _ Mill And Resurfacing * All New Curbing & Pavement SHALL Be Constructed To Provide A Continuous Positive Drainage Flow (Min. Slope 0.5%) To Applicable Drainage Structure. REVISIONS D"lpnBy: .: s-L RESURFACING PROJECT (District 1, 2 8� 4) CITY OF TAMARAC, BROWARD COUNTY, FLORIDA SEC. 8, TWP. 49, RGE. 41 No. Checked By: Bate: 111 Bate: NAME_ P E EL NO.- Pro By: AP Pro No Text s �r r NOTE. -► Mill And Resurfacing y o f II New Curbing & Pavement SHALL Be Constructed To Provide A Continuous Positive Drainage R� Flow (Min. Slope 0.5%) To e,.. Applicable Drainage Structure. PMstoxs DaslpnBv, Dab: RESURFACING PROJECT No. Dale IRemarla 1w— Bµ Data: (District 1, 2 S 4) chard Dy: Da4 113 NAME_ c1Tr of TA4ARAc, BRDWARD COUNTY, FLORIDA eppr"" BV Dab: P.E. FL NO._ SEC. 14, TWP. 49, RCE. 41 S-L. I RESURFACING PROJECT (District 1, 2 & 4) CITY OF TAMARAC, OROWARD COUNTY, FLORIDA SEC. 7, TWP. 49, RGE. 41