Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-083Temp. Reso. # 10957 - 1 5/2/06 Rev. 1 - May 17, 2006 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006--5&a A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE AND INSTALLATION OF GUARDRAIL AND BARRIER WALL FROM WEEKLEY ASPHALT PAVING, INC., AT A COST NOT TO EXCEED $71,686.00, FOR THE CAPORELLA AQUATIC COMPLEX, UTILIZING THE BROWARD COUNTY, FLORIDA PRICE AGREEMENT CONTRACT FOR THE REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS, BID NO. H-9-03-242-61; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The Caporella Aquatic Complex Project is being constructed with parking and drive areas immediately adjacent to an existing canal (a copy of which is attached hereto in map form as "Exhibit 1 "); and WHEREAS, City Code Section 10-189(a) requires the installation of guardrail where pavement lies with twenty-five (25) feet of a canal, lake, or ditch for the protection of the public; and WHEREAS, sufficient funding exists for the purchase and installation of guardrail and barrier wall in the amount of $17,150.00 in Account No. 153-7002-572.63-10 entitled "Improvement other than Building/Construction", Project #GT02F and the amount of 154,536,00 in Account No. 310-5025-541.63-10 entitled "Citywide Guardrail Improvements"; and Temp. Reso. # 10957 - 2 5/2/06 Rev. 1 — May 17, 2006 WHEREAS, a contract currently exists for the purchase and installation of guardrail and barrier wall between Weekley Asphalt Paving, Inc., and Broward County, Florida, Bid No. H-9-03-242-131 for the Repair, Maintenance, and Installation of Roadway Systems, (a copy of which is attached hereto as "Exhibit 2"); and WHEREAS, Weekley Asphalt Paving, Inc., has agreed to extend the terms and conditions of the Broward County bid to the City of Tamarac (a copy of which is attached hereto as "Exhibit 3" ); and WHEREAS, City Code Section 6-155 allows the Purchasing/Contracts Managerthe authority to procure supplies, material and equipment, which are the subject of contracts with other governmental agencies; and WHEREAS, it is the recommendation of the Director of Public Works, the Directorof Parks and Recreation, and Purchasing/Contracts Manager to approve the purchase and installation of guardrail and barrier wall from Weekley Asphalt Paving, Inc., at a cost not to exceed $71,686.00, for the Caporella Aquatic Complex Project, utilizing the Broward County, Florida Price Agreement Contract Bid No. H-9-03-242-131 for the Repair, Maintenance, and Installation of Roadway Systems; 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 approve the purchase and installation of guardrail and barrierwall from Weekley Asphalt Paving, Inc., at a cost not to exceed $71,686.00, for the Caporella Aquatic Complex Project, utilizing the Broward County, Florida Price Agreement Contract Bid No. H-9-03-242-131 for the Repair, Maintenance, and Installation of Roadway Systems. 1 Temp. Reso. # 10957 - 3 5/2/06 Rev. 1 — May 17, 2006 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. SECTION 2: The purchase and installation of guardrail and barrier wall from Weekley Asphalt Paving, Inc., at a cost not to exceed $71,686.00, for the Caporella Aquatic Complex Project, utilizing the Broward County, Florida Price Agreement Contract Bid No. H-9-03-242-131 for the Repair, Maintenance, and Installation of Roadway Systems, is hereby approved. SECTION 3: Funding for the purchase and installation of guardrail and barrier wall in the amount of $17,150.00 in Account No.153-7002-572.63-10 entitled "Improvement other than Building/Construction", Project #GT02F and the amount of $54,536.00 in Account No. 310-5025-541.63-10 entitled "Citywide Guardrail Improvements" is hereby approved. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. C SECTION 6: passage and adoption. Temp. Reso. # 10957 - 4 5/2/06 Rev. 1 — May 17, 2006 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this day of ix , 2006. MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 'A�/4- kMUEL S. CITY ATl BETH FLANSBAUM-TALABISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER 1 T.R. #10957 CITY OF TAMARAC Scale: x.T.s N PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION SHEET 1 OF 1 W E S7 3R s f � �� ��''/ v � w/ w w C❑L, W, w W w S W HOUSE ` \\ ❑ D 2 / g� s8 0: W w 67 cl 67Li �� 1-3 sT P L W w f'%' W T ❑D 2 �,^ �� / / 1 RAL w S CT G /� ,� ^ W Q w W LMS ❑LF" W w w w w w w F ,3 q4j 0 cZ w CA 0 � w V LLAS w •r w w 96 AV w +G� w / 6dd' / w ¢ w w w w CSPYGLAS w wOO� �P �A � U w w w w w w w $AN4S ppZAGps o a N w w w w w w ��,���.� 94 TERR C6 0 3 W` a w S 3 w W w w W w w w WEDGES GEWpp�3 w LAND SEC. S, WEDGEWOOD LN Sj E W C63 yST) 3 W W w w w w w w w w W W w W w w W w w w w w w w w w w w w w w s SANTA ROSA DR. 61 ST 3¢ w w W 61 ST w W w w w ¢ PARADISE CTV. BOARDWALK APTS. 61 ST Q BOARDWALK APTS. n PATI❑ HEIMES ¢ ¢ T S ❑I� ¢ ID PAR. DR 60 ST a+ G N 0 B�4RADISE II aD k'$T 59 PL 13NORTH VERMOSA STANLEY LN 59 Pt ./ / / % / Li z. 7 Q UU w g ISL 59 CT = � LANE Z ig r �W TER OSA Z rW / ¢ —J rn j co in MAINL0 59 ST m UNIT vER d LANEHRADSHAW LNy GE [L i--i 59 CT // � /•/ / //// HARD13R E. PLUM HARBOR WY. 58 58 PL / • �� \\�� '�\���� - / LY❑NS a vi a w PL w / / INDUSTRIAL =F n Of w w 7 w V.G.C. PARK Ld PARK / (VISUAL GRAPHICS) > 58 58 ST 57 DR 00 OD m / GRAPHLINE ST / MARLEN w MAI14LA DS U T/1 '4t Q's / / PARK 57 L r. ] RE AV ST❑R❑PACK THE TAMARAC a Co n 57 PLCD 8 12 FERGUSON Z MIAMI JEWISH HERALD CENTER CINNAM❑N TREE g741-8767 57 CT CORP. PLAZA ❑FC. BLDG 57'ST LY❑NS COMM SUB (CO RD 870) COMMERCIAL BLVD SHELL CHEVRON SITE LOCATION smeCaporella Aquatic Center EXHIBIT 1 CITY OF TAMARAC, BROWARD COUNTY, FLORIDA App-id Aw M01 L N R . P.E. SEC. 8, TWP. 49, ROE. 41 FL ft UM r;^j ; �� Exhibit ��2r�, B COUNTY PURCHASING DIVISION 1.15 5, Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6065 • FAX 954-357-8535 April 29, 2004 i' Weekley Asphalt Paving, Inc. 20855 SW 361 Street � Weston, FL 33332 " I Attention: Daniel D. Weekley � Reference: Bid # H 9 03 242 131 for Re air/ p Maint/ Install of Roadway-S)stems Dear Mr. Weekley: This is to confirm that the Board of County Commissioners at its meeting held on April 13, 2004 under Agenda Item No. 21 has accepted your Bid on the above -referenced solicitation. A Bid tabulation of all Bids received is enclosed, with item(s) awarded to your firm enclosed as noted on bid sheets. The Contract is in effect for the period beginning April 28, 2004 and ending April 27, 2005. Purchase Order(s) will be placed as and when required. A copy of this Notice, with a copy of your Bid, including all terms and conditions, is being forwarded to the Appropiate User(s). Thank you for your interest in doing business with Broward County. Sincerely, GLENN R. CUMMINGS, CPPO, Director Purchasing Divi ' n y r; Ann Potter, CPPB - Purchasing Agent II, Construction Specialists cc: Richard Tornese Engineering Division Using Agency GRC:spg ;,' Brave Co i t Go Issioners Josephus Eggelletion, Jr •Ben Draper •Sue Gunzburger • Kristid'k John E. Roastrom. Jr. • James A. Scott - Diana Wasserman -Rubin x § '�R; ww bra FINAN0141AND AONNNIdTRATMVE SERVICES DEPARTMENT PURL ING DIVHHON 115 a. A l rem Avenue, Room 212 - Fort t.auderrdals, Florids 33301 - INW-357-6M • FAX 954-357.4536 January )1, 2005 Weeklay phalt Paving, Inc. 20701 $10ding Road Porribroo Pines, Florida 33332 Aftntionli Daniel Wee9kley RE: of Living Wage Roqulrements I or/MeintJlnstall f Gantraect Na i-9-03-242-91 Rapaiof Roadway Systems Dear Mr, Your Co .act No. H-9-03-242-B1, for Repair/Maintsnancelinetaiiation of Roadwayy Systems expires April 27, 2005 and is renemmb throuph April 27, 200i6. The year�lyy value of this contract exceeds $109,000.00 and Is now subject to the new. Broward ounty Living wage Ordinances 200245 which went into effect October 1, 2003_ If you choose to renew this oontract, ur firm wal to subject to the requirements of this ordinance. The Living Wage payroll rates are 39.57 per hour i with hea benefits (before Weber 1, 2004)/$9,77 per hour with health benefits (as of October 1, 2004). or otherwise) $10.82 hour (before) October 1, 2004)1311.05 per hour (as of October 1, 2004). The health baneftts must be provided in an nt equivalent to minimally $1.25 per hour (before October 1, 2004yminimailily $1.26 per hour (as of October 1, 2004). Attached you will And a copy of the Living Wage Ordinance and the requirements your firm must meet to qualify. Also attached is a Living Wage Employer Cer€Ificatfon which must be completed and returned with this re:nee"I notice If you choose toltrenew. tf you do not wish to renew this contract, please Indicate that on this letter. Note: TPe purpose of this letter is to determine your desire relative to this renewal provision. This inquiry does not constitute an extension or rernerwall of this contract, please sign in the space afforded at the bottom of the page indicating your desire regarding the renewal provisions. under I ion 21.119,b.13,. Browerd County Procurement Code, a vendor who enters Into a contract with the county and i then requu Cancellation may be debarred from further business with the county for a period generally not to exceed eed three (3) years.. This action will be Invoked If you indicate approval of the contract renewal and subsequently tail to perform, without siiant and just cause. Your rasp)! nsee should be received in the purchasing division no later than ten (10) business days from date of this letter, 5:00 p. m. , ,. Failure to respond will be deemed as tacit evidence that your firm is no kmger Interested in requesting Its option to renew is ovntract. Your cooperation in this matter Is appreciated, i For further; Information please contact Ann Potter of the Purchasing Division, telephonee# (954) 367-6549, foxlM (954) 357- 5827. i Yet; We offer to renew this contract under the original provisions I fear ehrr rwnowal norM ■hnva No U We do not wash to renew this contract. ame: I atli: Broweard Chun Cornmis>tiensn J�Ilpatiur► �p aeaan ,k. , 9" GROW - Eire Gunaburw Jim sdaff • 04ft wrtaamen.Rwan - gears W►MW LoC /lo0WJ 90o11Z£U966 XKJ 38160 Soon/l.0/zo BID NO .1-1-9-03-242-81 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA ADDENDUM #2 REPAIR MAINTENAN E AND IN TALLATION OF ROADWAY SYSTEMS DATE OF ADDENDUM: janualy_7.2004 TO ALL PRO§PECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING RANGE 1. Bid opening is changed to January 20, 2004, at 2:00 PM. 2. Page 6 of 95, Item No. 10, BIDGUARANTY: The bid guaranty has been changed from "in an amount equal to 5% of the total bid price" to "5% of the Performance & Payment Guaranty' 3. Page 6 of 95, Item No. 11.2 PERFORMANCE & PAYMENT BOND (Surety): Change from "shall be in the amount of 100% of the Contract amount" to "50% of the Contract amount". XX This addendum SHOULD be acknowledged on the Bid Tender Form and/or returned with your Invitation. All other terms, conditions and specifications remain unchanged for Bid No. H-9-03-242-B1. NAME OF COMPANY' RMIRS-PB09-2003 AP/MM/0107/PBOI -2004 117/04 BID NO. H-9-03-242-131 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA ADDENDUM #1 REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SY TEM DATE OF ADDENDUM: January 6. 2004 TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: 1. Bid opening stays the same opening January 13, 2004 at 2:00 PM. 2. Attached bid sheet page 30 & 30a has been revised and MUST be returned with your bid. XX. This addendum SHOULD be acknowledged on the Bid Tender Form and/or returned with your Invitation for Bid Due January 13, 2004 at 2:00 p.m. All other terms, conditions and specifications remain unchanged for Bid #H-9-03-242-B1. NAME OF COMPANY: �--• - �:, - a�, �- ; 1Z;. RMIRS-P809-2003 AP/M M/0106/P B01-2004 1/6/04 SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 RRgWAR Fort Lauderdale, Florida 33301-1801 (954) 357-6065/66 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID Bidder Acknowledgment — GENERAL CONDITIONS — THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN PURCHASE INVITATION CONTRACT THE BID SHEETS. BY ACCEPTANCE OF A ORDER ISSUED BY THE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM OF THE BIDDER REGARDLESS OF ANY SEALED BIDS: This form must be executed and submit- ted with all bid sheets in a sealed envelope. (DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE). The face of the envelope shall contain the above address, the date and the time of bid opening, and bid number. Bids not submitted on attached bid form may be rejected. All bids are subjected to the conditions specified herein, Those which do not comply with these conditions are subject to rejection. EXECUTION OF BID: Bid must contain an original signa- ture of an individual authorized to bind the bidder. Bid must be typed or printed in ink. All corrections made by bidderto his bid must also be initialled: The bidder's name should also appear on each page of the bid sheet if required. Bids will not be accepted from firms in arrears to the Board of County Commissioners upon debt or contract nor from a defaulter upon obligations to the Board of County Commis- sioners. Bidder certifies by signing the bid that no princi- pals or corporate officers of his firm were principals or corporate officers in any other firm which may have been suspended or debarred from doing business with Broward County within the last three years, unless so noted in the bid documents. NO BID: If not submitting a bid, respond by returning this Bidder Acknowledgement form, marking it "NO BID", no later than the stated bid opening date and hour, and explain the reason in the space provided. Failure to respond without justification may be cause for removal of the bidder's name from the bid mailing list. NOTE; To qualify as a respondent, bidder must submit a "NO BID." BID WITHDRAWAL: No bidder may withdraw his bid before the expiration of ninety (90) calendar days from the date of bid opening unless vendor so notes in the bid. BID OPENING: Shall be public, on date, location and time specified on the bid form. The official time is the time clock located in the Purchasing Division reception area and will be accepted by all parties without reservation. It is the bidder's responsibility to assure that his bid is delivered on date, location and time specified on the bid form. Bids, which for any reason are not so delivered, will not be considered. Bid files and any bids after they are opened may be examined during normal working hours by appoint- ment, Bid tabulations are available for inspection upon request. (Continued on Page 2) certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Further by signal Form 4103-28 (Rev, 3/99) LANGUAGE IN BIDDER'S CONTRACT TD THE CONTRARY. BE SIGNED AND RETURNED WITH YOUR BID BIDS WILL BE OPENED 2 p.m. JANUARY 13, 2004 and may not be withdrawn within 90 calendar days after such date and time. BID TITLE REPAIR/MAINT/INSTALL OF ROADWAY SYSTEMS BID NO. H03 9242B1 PURCHASING AGENT ANN POTTER (954) 357.6549 DELIVERY DATE SEE SPECIAL INSTRUCTION CASH DISCOUNT TERMS BID GUARANTY IS ATTACHED, �.� �� .t WHEN REQUIRED, IN THE AMOUNT OF $ !1 D !/ REASON FOR NO BID FEDERAL EMPLOYER I.D. r SOCIAL SECURITY NUMBER �j' DUN d BRADSTREET NUMBER BIDDER NA fIjT / A` < tJ:•, BIDDER MAILING ADDRESS/CITY/STATElZ "?0E- -5 5.f 3( S�rP�f AREA CODE TELEPHONE NO. CONTACT PERSON FAX NO, INTERN�ET ADDRESS ZC' L? ?L AUTHORIZED SI (original in ink) i.RE a .. c• i �..•-a. %_._;+ •, tr is d.. t.. E B. y'•'.',,., �, �. L r b. TYPED NAME OF SIGNER TITLE or person submitting a bid for the same ilems/aervices, and is in all respects fair and without collusion or fraud. I agree are of this form, pages 1 through a are acknowledged and accepted as well as any special instruction sheet(s) if applicable. Page 1 of 4 fin 5. ADD SNb amend this Tp QfD: Br �n ,written add@ $id prier to th W ard Co. i speclficatiods willbebindi Sid openZY reserves th n'rriedietel are fp ng. If 9 date indicates right to subsequent ' PnOr to $ia rid' conta�PO17 revi clarificationCletepure . met, -a n 6. art a /n�S, r RMs on the pat ' 1 ow for ' e9 ie S onY Or e9 ig-7 onabte notice Charges allhandling, 'S PAY Broward Coo w and quiremho Y does °live, or the indj rges to the handling set MINT S: Fir ntY County re is terms and °1 comp! Contract cited. destination shi rn Price Means ofserves the cendlti y with s f fth (a) Prices did /n s on shown hereeinng rid Fs shall th very (c) rhos ryesb�rtONF ritterl t fca'.on° can eo the Cont e Cont der: Which quoted ubmitti erwise fora the ri aR C ap the same @rein are rig this bid thirt an or no ca ht• at its p bNVSNISN an prpxrmatef mimMod y(,ies'9her cap ifies t the contr (to�� da u Priose r Count n, to can l the C d condi Y si Similar it th th that e a ac ys r un Y co ce/ this (b) p tons to an gaentitiesOr than se Ar1Ces at thutomaticr l at the end written n nvenience coo 0•B. —as an) under Sir .1 $alai eractip Y expire of whit once tp byg (c) p;e Bids T sAecifiedir, er whomspe yn�irar terns Contra 'once the eventtt out the nBe this contract Direct he Cie/Instr tractor as Provided contract , sity of act the Prov award Pu pn tie b� actions to $@rites will be Bed in this act is term,any t (d isions of t chasin bids will b bidder to the a (as aPpllca aid for al! section 'nated t r�ss: $rp he Pro 9 Division in acdo�lded by the vendor/conir�ve date I n such °ana�ePais g e vendo and filOn ward CO rnent.CO Banc a discretip actor term. act);.' goods anI da ant de, a With tow n of t 'nay. at nation. urre Prop@ $ales to Yisexe hod he Cher Addlt, dpripi TheContract aXeonPtion (es pn direct from Fe onentcosteQt term Heaney f'urchasenable °Hilly the landor nambe ect Purc Bela/ E. the np • s whit lion a sin Profes Cp use. or shall pa rsappe hale of xcise /° t'ceoft hhaveb xPense 9Director sionaI Stantractprismother simiYaallapplicabl °npurchastangible test Or future firm hoc°n1e firm and taxed be a! - Al requremenvoly 9 hgbleforre�ss required bb consumer erect irshal! I ssu round under fits U- °Pete ent wi behedat Of e win Y la shi or dis hod er t n re At will ma e (e) e fol. OinpOpa T$• a'dders sales tax and cO1nP/YrnigewiMate aa� COunty p�errla9e pf9looi°rk ceeasehethe verinn notice e of all pec;fi hasin dsand anYdeliv co,. considered orient. NO is may offer rnati°n cations 9 birhoc rn ens e u luato be n de erne Wever e 1 w $ ca ntsdt count far t3 C tTl as are re4uimd 'Mates ht suor e nlarind a/lail le to counts purpos nin9 the d� co sc nt OND b m re In (f) MIgpAK�s. COPrices bid.nsideredinth"asbaeauladUrt en°an/Y d id rnpschcal Spec.81 stru�� s �tNG Dn/ntraCt. es'andinfdr' pecif< Bidd on in s oonsis redfro o bid ess p Pric cations, hors are the unit Curren tons our a dens therwi es, exte drawls a caatip t the t standar Yofnewa n accept@ or the bid $@stated Pert, nsions 9s deli, ned to b bid, The ds Arpdu and anise d Price I. sheets Pert pent g to the bid and all o f ery instr xaMine tiOnSall o h cO1 n ncn Cgoods must Product. °ry mode unused and t, deliveriesr mis froeke °hod t ins �s shall poi the biddg tal cc0 d/tlpn it s°ithe ei9+blgackage Srier hh c0ritanSuitaerYPa kageq at the lhmethe s in im entit! oexa s Pplier marki all bear °rmulti forshi of errrors acation p tensip Poh d in the cp t rn tO any all required purchase nos statin a label, i P/e units o Pment (9) and shall badd, , error u pdcentrac n relief ids yin by s career berarn mprin n lams nit t. 1 ntif Pecir Hour a of t, ste arye�R/Nb, rh a corrected be 13 y the deer sel117 govern f 9 s 9 vendor and purchaseor othernd any o heracturer or mark me hefe nethr, tOP rch se f COanty C County. d clerical bid a aStANDARb elder nurneerte urea snof rite/ a 9h co corn ommis tom / ufactur S: Unle tip gent; ntracts rrioditie stone a PY with hod'te ss oth is req� r e to un;q�e r thr°ugh Sstablishedb services sp c?- w� h C ea/t/i Ac paiicable ms and labs, Ise stipulated s hod withi rsAeci eParate Yother ha anti any requireme ed as in required in the n e $honer atneeds ff Procureongovem. In Sectio o er44�. F/or y standards nts of pCcu Patio ies shall 9 resery th I contract period the an urgent d nt ac. Hired from a BF.q 1'03 vide Statut thereunder patipnai hall wit hooves the ri th' th® aand if t srithed a del. S hod b M°ntra resuheF! Biqa yt° csubsC° A/anfstY hoot 9ht to $0 d of hC.e eller . eli, ry time atet Y a ater; ct n on 9 fro mi x� tam e 7 "MINA @Haley °r prCo eludii�si o ehho C d /holy ty jro ive ssa°Hers° Brews q county Ris MsaS) �hoa Shee m this�(M t sy Data Sheetet be a ce de�nce tea (a) Co ND.DNT. OuntY vote the Others 1803. Theena DS O m M 0 o meld D V s be sQsr/ge� a° ePa- MS 21 nt mrn;ssipner ast ability of shho $row, include he f loerdale na! (a) T n, 115 to the all funds s shall be d Co s� a chemical . F/Oria 33'Outh An_ the County bst na win a 33 ttedand and ho a real u $Oard Of ante. me and the g infpr'nati 301. purchase expend@ w such n authont Count (b) the cornet p On. 6rpK, are not d. In the ailab/e Y as to av . y su hazards n na (3p ard Count made a, event fu funds ar ail. bstan Ards or of me of the days y stay ter a'lable or rids for this a to be 1 T Choi Inc/udin her Of i toxic Prier (b) N writte urinate °therwi proJec he 9: n the ofCounty � p y�CORAhfC olice to ieseantra ctuPoln th fhod 2. react vie ntia/ for fire, explosion,use of the toxic °mmissipneis, theeCoOpinion ithe rYy woo nownxposacuteandchrO c°rrpsivity, eM and r1tractor fails to Oard me vale h are sur . includ' health Per- 3. the d by exposgenure to re is, f risks P expose hoary routes ofent the toxic substabeing ei g a�gras Page 2 r w _ ry and Svr. _ and (c) The proper precautions, handling practices, necessary personal protective equipment, and other safety pre- cautions in the use of or exposure to the toxic sub- stances, including appropriate emergency treatment in case of overexposure, (d) The emergency procedure for spills, fire, disposal, and first aid. (e) A description in lay terms of the known specific poten- tial health risks posed by the toxic substance intended to alert any person reading this information. (f) The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 10. MANUFACTURERS NAME AND APPROVED EQUIVA- LENTS: Manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and establishment of quality level de- sired and are not intended to limit competition unless other- wise 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 catalog number. Bidder shall submit with his bid complete descriptive literature and/ or specifications. The bidder should also explain in detail the reason(s) why and submit proof that the proposed equiva- lent will meet the specifications and not be considered an exception thereto. Broward County Board of County Com- missioners reserves the right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements are subject to rejection. If Bidder fails to name a substitute it will be assumed that he is bidding on, and he will be required to furnish goods identical to bid standard. Vendor at his expense and redelivered at his expense. Rejected goods left longer than thirty (30) days will be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at his expense. Rejection for non-conformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in contractor being found in default. 14. INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be at destination. Title and risk of loss or damage to all items shall be the responsibility of the contrac- tor until accepted by the County. 15. GOVERNMENTAL RESTRICTIONS: In the event any gov- ernmental restrictions may be imposed which would necessi- tate alteration of the material quality, workmanship or perfor- mance of the items offered on this bid prior to their delivery, it shall be the responsibility of the successful bidder to notify the County at once, indicating in his letter the specific regulation which required an alteration. The Board of County Commis- sioners reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the contract at no further expense to the County. 16. 11. INTERPRETATIONS: Any questions concerning condi- tions and specifications of this bid shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to bid opening, No interpretation(s) shall be considered bind- 17 ing unless provided to all Bidders in writing by the Director of the Purchasing Division. 12. AWARDS: If a specific basis of award is not established In the special instructions to bidders, the award shall be to the responsible bidder with the lowest responsive bid meeting the written specifications. As the best inter- est of the Board of County Commissioners may require, the right is reserved to make award(s) by individual commodi- ties/services, group of commodities/services, all or none or any combination thereof. When a group is specified, all items within the group must be bid. A bidder desiring to bid "No Charge" on an item in a group must so indicate, otherwise the bid for the group will be construed as incom- plete and may be rejected. However, if bidders do not bid all items within a group, the County reserves the right to award on an item by item basis. When a group bid is indicated for variable quantities and the bid for the group shows evidence of unbalanced bid prices, such bid may be rejected. The Purchasing Director, or the Board of County Commission- ers, whichever is applicable reserves the right to waive technicalities and irregularities and to reject any or all bids. LEGAL REQUIREMENTS: Applicable provisions of all Fed- eral, State, County and local laws, and of all ordinance, rules and regulations including the Procurement Code of Broward County shall govern development, submittal and evaluation of bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid in response hereto and Broward County by -and through its officers, employees and autho- rized representative, or any other person natural or other- wise. Lack of knowledge by any bidder shall not constitute a recognizable defense against the legal effect thereof. PATENTS AND ROYALTIES: The bidder, without excep- tion, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, pat- ented or unpatented invention, process, or article manufac- tured or used in the performance of the contract, including its use by the County. If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 18. ASSIGNMENT, SUBCONTRACT: Contractor shall not transfer, convey, pledge, subcontract or assign the perfor- mance required by this bid without the prior written consent of the Purchasing Director. Any Award issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable, transferrable, or otherwise disposable except with the prior written consent of the Purchasing Director. 13. NON-CONFORMANCE TO CONTRACT CONDITIONS: 19. QUALIFICATIONS OF BIDDER: Bids will be considered only from firms normally engaged in providing the types of com- The County may withhold acceptance of, or reject any items which are found, upon examination, not to meet the speci- modities/services specified herein. The Purchasing Directoror the Board of County Commissioners, reserves the right to fication requirements. Upon written notification of rejection, items shall be removed within five (5) calendar days by the inspectthe facilities, equipment, personnel and organization or to take any other action necessary to determine ability to Page 3 of 4 Pages perform in accordance with specifications, terms and condi- tions. The Purchasing Director or the Board of County Commis- sioners will determine whether the evidence of ability to per- form is satisfactory and reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. The Purchasing Director or the Board of County Commissioners reserves the right to consider bidder's history of citations and/or violations of Environmental regulations in determining responsibility. Bidder should submit with his pro- posal a complete history of all citations and/orviolations notices and dispositions thereof. Failure of a Bidder to submit such information may be grounds for termination of any contract awarded to successful Bidder. Bidder shall notify County immediately of notice of any citations or violations which he may receive after the Bid or Proposal opening date and during the time of performance under any Contract awarded to him. 20. EQUAL EMPLOYMENT OPPORTUNITY: No Contractor shall discriminate against any employee or applicant for employ- ment because of race, religion, color, sex or National origin, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, sex or National origin, or physical ormental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff -or termination, rates of pay or other forms of compensation; and selection fortraining, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provi- sions of this non-discrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. der days after such aggrieved person knows or should have known the facts giving rise thereto. b. Anyactual or prospective bidder or offer who is aggrieved in connection with the solicitation or proposed award of a contract which is less than $100,000 may protest to the Director of Purchasing. The protest shall be submitted in writing within three working days from the time the recommendation for award is made by a Purchasing Agent to the Director of Purchasing. 24. PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act, Section 287.133. Florida Statutes, a person or affiliate who is a contractor, consultant or other provider who has been placed on the convicted vendor list following a conviction of a Public Entity Crime may not submit a bid on a contract to provide any goods or services to the County, may not submit a bid on a contract with the County for the construction or repair of a public building or public work, may not submit bids on leases of real property to the County, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact any business with the County in excess of the threshold amount (currently $15,000) provided in Section 287,017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section shall result in cancellation of the County purchase and may result in debarment. 25 21. NOTICE TO SELLER TO DELIVER: No delivery shall become due or be acceptable without a written order or shipping instruction by the County, unless otherwise pro- vided in the Contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the Seller may be given telephone notice, 26 to be confirmed by an order in writing. 22. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications orchanges to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity prior to the initiation of any such change. 23. RESOLVE PROTESTED SOLICITATIONS AND PRO- POSED AWARDS: In accordance with the Broward County Procurement Code Sec. 21.118, relative to "Pre -Litigation Protested Solicitations and Proposed Awards": a. Right to Protest. Any actual or prospective bidder or offeror who is aggrieved in connection with the solicita- tion or proposed award of a contract which is $100,000 or greater may protest tothe Directorof Purchasing. The protest shall be submitted in writing within seven calen- RECYCLED CONTENT INFORMATION: In support of the Florida waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The County is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percent- age of recycled material contained in the product. The County also requests information regarding any known or potential material content in the product that may be ex- tracted and recycled after the product has served its in- tended purpose. PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each Governmental unit which avails itself of this contract will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. It is understood and agreed that Broward County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. The entire chapter of the Broward County Procurement Code describing the aforementioned subject matter can be obtained from the Purchasing Division's Secretary by calling (954) 357- 6071. You may also view and/or download the Procurement Code Notices for Bids, Requests for Quotation, Request for Letters of Interest, structure of the Purchasing Division, telephone direc- tory, How to do Business with Broward County and Vendor Registration on the internet at: http://www,co.broward.fl.us/purchasing.htm rage 4 Of 4 Nages PREVIOUS CONTRACT NO. H-5-01-090-131 SCHEDULE OF PRICE BID SUMMARY Consideration of Indemnification `Performance and Payment Bond Premium (Not to exceed 3%) *Insurance Premium (Not to exceed 3%) Group 1 Items 1-187 (Paving & Drainage) Group 2 Items 188-195 (Street Lighting) Group 3 Items 196-263 (Signalization Items) Group 4 Items 264-301 (Signing & Pavement Markings) GRAND TOTAL BID AMOUNT INDEMNIFICATION, PERFORMANCE AND PAYMENT BOND, INSURANCE & GROUPS 1 — 4 BID NO.-9-03-242-81 *The Performance and Payment Guaranty and Insurance Premium prices are not to exceed 3% of the total amount. The 3% ceiling for each for each of these pay items is not a reflection of responsiveness; it is only instruction on the maximum amount the County will pay for these items. Any amount in excess of 3% for each of these pay items will be moved to another pay item, however, the total bid amount will not change. WEEKLEY ASPIDJ R� NK� INC NAME OF COMPANY [X] If the brackets are checked or marked the Bidder must fill out the Trench Safety Act Sheet, Page 67 of 9.5. RMIRS-P809-2003 12/9/03 Page 22 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA PLEASE FILL IN ALL BLANKS AND RETURN BID SHEETS. BASIS OF AWARD: Award will be made to the responsive and responsible bidder offering the lowest grand total bid amount. Bidders must bid on all items to be considered for Award. The location of the base of operations within the Tri-County area which wilt serve this CONTRACT is as follows: Street Address: , k) 13 _ �' & e f City: 6 S�- Telephone Number: (Must be able to.make contract 24 hours a day, 7 days a week) Bidder should state in space provided a telephone number that can be contacted and which will be answered 24 hours a day, seven days a week to order services. THE UNDERSIGNED AGREES TO SUBMIT UPON REQUEST A LIST OF CURRENT MAJOR EQUIPMENT AND PERSONNEL AVAILABLE FOR WORK IN BROWARD COUNTY. THE UNDERSIGNED BIDDER WILL EXTEND STATED PRICES AND CONDITIONS TO ANY OTHER GOVERNMENTAL AGENCIES LOCATED WITHIN BROWARD COUNTY, FLORIDA DURING THE PERIOD OF THIS CONTRACT. Acknowledgment is hereby made of the following Addenda or Amendments (identified by number) received since issuance of this bid: ONE- - wcD - —7 aca7) In accordance with your "Invitation for Bid", the General Conditions, Special Instructions to Bidders, and Attachment "A" for provision of contractor's services for Repair, Maintenance and Installation of Roadway systems, attached hereto and a part hereof, the undersigned offers the following: RMIRS-PB09-2003 12/9103 Page 23 of 95 PREVIOUS CONTRACT NO. H-5-01`090-B1 BID NO. H-9-03-242-B1 PURCHASINGDIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA SPECIAL INSTRUCTIONS TO BIDDERS IN ADDITION TO GENERAL CONDITIONS REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS SCOPE: Bids are hereby invited to establish an open-end contract to furnish all labor, materials, equipment and services required to perform various maintenance, installation, and repair services for roadway systems, and other work that is in the realm of the services specified herein for various divisions under the jurisdiction of the Board of County Commissioners. The primary user of the resultant contract will be the Office of Transportation/Engineering Division, under the direction of the Contract Administrator. All work will be performed within Broward County. The CONTRACTOR'S base of operation for equipment and personnel must be within the Tri-County area to afford efficient control of the work and. communications. 2. CONTRACT PERIOD: The initial contract period shall start on February 11, 2004 or date of award, whichever is later, and shall terminate one (1) year from that date. All prices, terms, conditions, and specifications shall remain firm for the initial period of the contract and for any renewal period(s). Renewal Pedod(s): This contract may be renewed by the Purchasing Director, one (1) additional one (1) year period, subject to satisfactory performance, CONTRACTOR acceptance and determination that renewal is in the best interest of the COUNTY. If CONTRACTOR DOES NOT intend to renew, it shall be his sole responsibility to notify the COUNTY of such intent, by registered mail, at least 90 days prior to the expiration of the contract. If the COUNTY elects to request a Notification of CONTRACTOR'S Intent, the CONTRACTOR'S response will be binding. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing Director. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the County. AWARD CRITERIA: If a specific basis of award is not established in the Invitation for Bid, the award shall be to the responsible bidder with the lowest responsive bid meeting the written specifications. RMIRS-PS09-2003 12/9103 Page 1 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242.61 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 2. CONTRACT PERIOD: (Continued) No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open end contract. Estimated quantities will be used forbid comparison purposes only. The Board of County Commissioners reserves the right to: issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, make random, open market Purchases for any or all of the item(s) on any open end contract or, any combination of the preceding. No delivery shall become due or be -acceptable without a written order by the County, unless otherwise provided for in the contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. 3. FURTHER INFORMATION: The requirements and services to be provided are stated in Attachment "A" attached hereto and made a part hereof. Bidders requiring additional information regarding any of the bid terms, conditions or administrative requirements should contact Ann Potter, Purchasing Agent at (954) 357-6549. Bidders requiring technical clarifications should contact Richard Tornese (954) 577-4579. No change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of the Purchasing Division. 4. SPECIAL NOTICE: In accordance with OSHA Regulation 29 CFR 1926.1101(k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County locations. For a fisting of those locations, refer to www.broward.org/purchasing/bids/asbestos.pdf. You may request a copy of subject location listing by calling (954) 357-6066. 5. PRE -BID CONFERENCE: Attendance at the pre -bid conference is optional. This information session presents an opportunity for the bidders to clarify any concerns regarding bid requirements, The bidder is cautioned that, although the Pre -.Bid Conference is optional, no modification or changes will be allowed in the pricing because of the failure of the bidders to have visited the site or attend the Pre -Bid conference. DATE: December 18, 2003 TIME: 3:00 PM LOCATION: One University Drive, Building B Engineering Conference Room 3.d Floor, Room 300B Plantation, FL If you require any auxiliary aids for communication, please call 357-6065 so that arrangements can be made in advance. RMIRS-P809-2003 1219/03 Page 2 of 95 PREVIOUS CONTRACT NO, H-5-01-p90-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 6. LICENSING REQUIREMENTS: In order to be considered a responsible bidder for the scope of work set forth in these bid documents, the bidder shall possess the following licenses (including any specified registration) and (State registration if applicable) at the time of bid submittal. STATE: General Contractor COUNTY: General Engineered Construction Builder Ma"or Roads Class "A" 7. OCCUPATIONAL LICENSE REQUIREMENTS: Occupational licenses from Broward County firms will be required to be submitted within 15 days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065, Florida Statutes 8. INSURANCE REQUIREMENTS; (sample insurance certificate attached) (Attachment "N") The Insurance Requirements contained in this Bid represent the minimal protection necessary for the County as determined by the Risk Management Division. Further modifications of the requirements may be made at the sole discretion of the Risk Management Division if circumstances change or adequate protection of the County is presented. No award will be recommended until a written determination is made by Risk Management Division that the County is adequately protected. The low bidder shall be required to provide proper insurance to the Purchasing Division prior to award by the Purchasing Director or recommendation of award to the Board of County Commissioners, whichever is applicable. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by the COUNTY (or for such duration as is otherwise specified hereinafter), the insurance coverage set forth in this Section. 8.1 Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy(ies) must include: RMIRS-PS09-2003 1219/03 8.1.1 Employers' Liability with minimum limits of One Hundred Thousand Dollars ($100� 9-00_0 J each accident. Page 3 of 95 PREVIOUS CONTRACT NO. H--01-090-131 BID NO, H-9-03=24�-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTE ANCE AND INSTALLATI N OF ROADWAY SYSTEMS 8. INSURANCE REQUIREMENTS: (Continued) 8.1.2 Notice of Cancellation and/or Restriction -- The policy(s) must be endorsed to provide Broward County with thirty (J days notice of cancellation and/or restriction. 8.2 Comprehensive General Liability with minimum limits of Five Hundred Thousand Dollars ($500� p00.00,� per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: 8.2.1 Premises and/or Operations. 8,2.2 Independent Contractors. 8.2.3 Products and/or Completed Operations. 8.2.4 Explosion, Collapse and Underground Coverage. 8.2.5 Broad Farm Property Damage 8.2.6 Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. 8.2.7 COUNTY is to be expressly included as an "Additional Insured" in the name of "Broward County Board of Commissioners" with respect to liability arising out of operations performed for COUNTY by or on behalf of CONTRACTOR or acts or omissions of COUNTY in connection with general supervision of such operation. 8.2.8 Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide Broward County with thir (30) days notice of cancellation and/or restriction. 8.3 Business Automobile Liability with minimum limits of Three Hundred Thousand Dollars ($300�1000_.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: RMIRS-PS09-2003 12/9/03 Page 4 of 95 PREVIOUS CONTRACT NO. H-5-01-090_131 BID NO. H-9-03-242-B7 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 8. INSURANCE REQUIREMENTS: (Continued) 8.3.1 Owned Vehicles, 8.3.2 Hired and Non -Owned Vehicles. 8.3.3 Notice of Cancellation and/or Restriction -- The policy(s) must be endorsed to provide Broward County with thirty 30 days notice of cancellation and/or restrictions. 8.4 The CONTRACTOR shall provide to the COUNTY Certificates of Insurance or endorsements evidencing the insurance coverage specified in 8.1, 8.2, and 8.3 above within 15 days after notification of intent to award. The required Certificates of Insurance shall state the types of Policies PROVIDED, refer specifically to this contract, and state that such insurance is as required by this Contract. If the initial insurance expires prior to the completion of the work, renewal Certificates of Insurance shall be furnished ten, (LO) days prior to the date of their expiration. 8.5 Certificates of insurance shall be provided as specified in sub -section 8.4 above unless any of these coverages are, for just cause, inapplicable, and upon specific request by the vendor are excepted by written determination of risk management and approved by the purchasing director. If an exception is requested, the bidder should indicate in the appropriate area on the bid sheet any such request including reason(s) thereto for exemption from insurance requirements as specified in this section of this invitation for bid/quotation request. 8.6 Property Coverage/Builders Risk — Replacement Cost-- all risk Ten Thousand Dollars ($10 0_ . „ 00.00) maximum deductible. 9. INDEMNIFICATION: CONTRACTOR shall indemnify and hold harmless COUNTY, its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require CONTRACTOR to indemnify, defend or hold harmless COUNTY, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. RMIRS-PS09-2003 12/9/03 Page 5 of 95 PREVIOUS CONTRACT NO. H-5-01.090-81 BID NO.W-9-03-242.81 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION F ROADWAY SYSTEMS 10. BID GUARANTY: All bids shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety 'companies as specified in Section 8, or by cash, money order, certified check, cashier's check, original irrevocable letter of credit, (Attachment "B") treasurer's check or bank draft of any national or state bank (United States), in an amount equal to 5 percent of the total bid price, payable to the Board of County Commissioners and conditioned upon the successful Bidder executing the Contract and providing the Performance and Payment Guaranty and evidence of insurance within 15 calendar days after notification of intent to award of the Contract. A ersonal check or a company check of,a Bidder shall not be deemed a valid bid guaranty, Guaranty of the successful Bidder shall be forfeited to the Board of County Commissioners not as a penalty, but as liquidated damages for the cost and expense incurred should said Bidder fail to provide the required Performance and Payment Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth herein. Bid Guaranties of the unsuccessful Bidders will be returned after award of Contract. 11, PERFORMANCE AND PAYMENT GUARANTY: At the County's option, the Performance and Payment Guaranty will be required either: *Within approximately 15 days of being notified of intent of award and prior to award. or "Within approximately 7 days after award and prior to issuance of the Purchase Order and Notice to Proceed. Performance and Payment Bond(Surety) 11.1 A performance and Payment Bond of the form and containing all the provisions of the performance and Payment Bond attached hereto. (Attachment "C") 11.2 The Bond(s) shall be in the amount of 100 percent of the Contract amount guaranteeing to County the completion and performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers, or subcontractors employed pursuant to this project. Such Bond(s) shall be with a surety company which is qualified pursuant to Section 8., Qualification of -Surety. 11.3 Such Bond(s) shall continue in effect for one year after completion and acceptance of the work with liability equal to 100 percent of the Contract price, or an additional bond shall be conditioned that the CONTRACTOR will upon notification by the COUNTY, correct any defective or faulty work or materials which appear within one year after completion of the Contract. 11.4 Pursuant to the requirements of Section 255.05(1) (a), Florida Statutes, CONTRACTOR shall ensure that the bond or bonds referenced above shall be recorded in the public records of Broward County. RMIRS-158094003 12/9103 Page 6 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATI N OF ROADWAY SYSTEMS 11, PERFORMANCE AND PAYMENT GUARANTY: (Continued) Performance and Payment Guaranty: 11.5 In lieu of the Performance and Payment Bond, CONTRACTOR may furnish an alternate form of security which may be in the form of cash, money order, certified check, cashier's check or irrevocable letter of credit (Attachment D). Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable above and shall be held by the COUNTY for one year after completion and acceptance of the work. 12. QUALIFICATIONS OF SURETY: 12.1 A Bid Bond and Performance and Payment Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida and having been in business with a record of successful continuous operation for at least five years. 12.2 In addition to the above -minimum qualifications, the surety company must meet at least one of the following additional qualifications: RMIRS-PB09-2003 1219/03 A) The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10 Section 233.111). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner B.1) The County will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County, only if the bid amount does not increase. Page 7 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 12. QUALIFICATIONS OF SURETY: (Continued) B.2) The surety company shall have at least the following minimum ratings: Policyholder's Financial Amount of Bond Ratincis Size.Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII C) For projects which do not exceed $500,000.00 the County shall accept a Bid Bond and Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to. 9308 of Title 31 of the United States Code. (Attachment "E") D) The County will accept a surety bond from a company with a rating of B+ or better; provided, however, that if the surety company appears on the 'Watch List' that is published quarterly by'Focus' of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County only if the bid amount does not increase. 13. LIQUIDATED DAMAGES: 13.1 The work to be performed under this Contract shall be commenced upon issuance of Purchase Order, which will not be issued until receipt of all required documents. 13.2 The work shall be completed and ready for final payment within the number of calendar days from the date indicated on the Notice to Proceed. RMIRS-PB09-2003 1219/03 Page 8 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATI N OF ROADWAY SYSTEMS 13. LIQUIDATED DAMAGES: (Continued) 13.3 Upon failure of the CONTRACTOR to complete a project awarded pursuant to this contract within the specified period of time (plus approved extensions, if any) the CONTRACTOR shall pay to COUNTY the sum of Three Hundred Dollars ($30. 0.00) for each calendar day (plus approved extensions) after the time specified for completion and readiness for final payment. This amount is not a penalty but liquidated damages to the COUNTY. 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 COUNTY as a consequence of such delay. Contractor acknowledges and agrees that damages to County from untimely completion are extremely difficult to determine, and accordingly the Contractor agrees that the amount of liquidated damages provided for herein is the nearest and most exact measure of damages for such delays. 13.4 The COUNTY is authorized to deduct liquidated damage amounts from the monies due to CONTRACTOR for the work under this contract, or as much thereof as the COUNTY may, at its own option, deem just and reasonable. 14. LICENSES: As a prerequisite to the submission of a bid and for the duration of the Contract the successful bidder must hold all state and local licenses required by law, for the specific type of work required in the Purchase Order. See Paragraphs 6 and 7. The CONTRACTOR shall be responsible to ensure that subcontractors used by the bidder shall also be licensed as above for the specific type of work they intend to perform. A copy of CONTRACTORS' and subcontractors licenses will be submitted to the CONTRACT ADMINISTRATOR of the Division using the Contract on a job by job basis. Verification of subcontractors licenses shall be supplied to the COUNTY upon request. 15. PERMITS AND FEES: (For agencies other than Broward County Commissioners) The CONTRACTOR shall procure and pay for all permits and licenses, charges and fees and give all notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits, fees, etc. shall be included in price bid except where noted in the specifications and requirements. The CONTRACTOR shall obtain and pay for all permits and fees required by the Building Department of the City (if in a municipal boundary) COUNTY, State and Federal agencies and shall give all notices necessary to carry on the work. The COUNTY will reimburse the CONTRACTOR for any permit/fee costs in connection therewith. Said costs shall be billed to the COUNTY and approved by the CONTRACT ADMINISTRATOR prior to payment at the exact amount of the permit fee. Paid Permit Fee receipts will be attached to Pay Requests. Broward County Engineering Division does not require permits for emergency repairs. Emergency additions to existing facilities will require a permit and this Permit can follow the emergency work. RMIR5-PB09-2003 1219103 Page 9 of 95 PREVIOUS CONTRACT NO. H-5-01.090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF R ADW Y SYSTEMS 16. SUBCONTRACTING: After award and prior to start of construction, the CONTRACTOR shall submit a listing of all subcontractors, if any, and the portion of the Contract they will perform. If subcontractors are stated, this does not relieve the CONTRACTOR from the prime responsibility of full and complete satisfactory and acceptable performance under any awarded contract. (See Attachment "I"). 17. CODE REQUIREMENTS: The CONTRACTOR and his subcontractors on this project must be familiar with all applicable Federal, State, County, City and Local Laws, Regulations or Codes and be governed accordingly as they will apply to this project and the actions or operations of those engaged in the work or concerning materials used. CONTRACTOR shall ask for and receive any required inspections. 18. CONTRACTOR RESPONSIBILITIES: The CONTRACTOR will be responsible for the provision, installation and performance of all equipment, materials, services, etc. offered in his Bid. The CONTRACTOR is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of his own manufacture. 19. DRUG -FREE WORKPLACE CERTIFICATION: Broward County Procurement Code Chapter 21.31.a. requires awards of competitive sealed bids and sealed proposals requiring Board Award be made only to firms certifying the establishment of a drug free workplace. The Drug Free Workplace Certification (Attachment "J") must be furnished to this office prior to an award being made. Failure to provide this certification will render your office unqualified and ineligible for award. 20. The language below supersedes the title and language in Section 00800 of CAF 9/28/93, Page 126 and 127,. Paragraph 53 "Equal Employment Opportunity": Nondiscrimination E ual Em to ment Ormortunily, and Americans with Disabilities Act: "SECOND PARTY shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. SECOND PARTY shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, SECOND PARTY shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. SECOND PARTY's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 161/2) in performing any services pursuant to this Agreement." Technical Specifications Section 01015, "Special Conditions and Precautionary Measures Governing Work at Port Everglades", is attached in addition to the County Attorney's Form. RMIRS-PB09-2003 1219/03 Page 10 of 95 PREVIOUS CONTRACT NO. H-a-01.090-131 BID NO. H-9-03-242-81 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTEN NCE AND INSTALLATION OF ROADWAY YSTEMS 23. SMALL DISADVANTAGED BUSINESS ENTERPRISE AFFIRMATIVE ACTION PROGRAM LSDBEAAP) (Continued) SMALL DISADVANTAGED BUSINESS ENTERPRISE (SDBE) is defined as a small business that is at least 51 percent beneficially owned and is routinely managed by one or more disadvantaged individuals of the following classifications: A. African Americans, which includes persons having origins in any of the black racial groups of Africa; B. Hispanic Americans, which includes persons of Spanish or Portuguese' culture with origins in North, South or Central America or the Caribbean region, regardless of race. C. Asian -Pacific Americans, which includes persons whose origins from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the United States Trust Territories of the Pacific and Northwest Marianas; D. Native Americans, which includes persons who are American Indians, Eskimos; Aleuts, or Native Hawaiians; E. Asian -Indian Americans, which includes persons whose origins are from India, Pakistan, and Bangladesh; F. Any individuals found to be socially and economically disadvantaged by the Small Business Administration; and G. Any women not included in (A) through (F) above. NOTE: The Broward County SDBE Ordinance stipulates limitations on earnings to qualify an SDBE. This information is available at the DEESBO. Telephone 357-7800. NOTE: Any language indicating SDBE documents must be submitted with the bid is now changed to should be submitted with the bid. SDBE compliance is now a matter of responsibility. RMIRS-PB09.2003 1219103 Page 13 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-131 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 00320, REQUIREMENTS FOR CONTRACTS WITH SDBE GOALS: 1. SDBE prime and subcontract awards and minority -majority joint ventures are crucial to the achievement of SDBE goals. Therefore, goals of participation by SDBE firms have been set for this project as set forth above, 2. All Bidders, to be responsive, must submit all forms required by the SDBE Notice with their bids in order to document compliance with the goals set forth for this project. The forms submitted shall only address the base bid exclusive of any alternate bid item(s), if any. SDBE participation for alternate bid item(s), if any, shall be addressed after bid opening pursuant to section 10.5 hereof. 3. Bidders may submit revised Schedules of SDBE Participation upon approval of the DEESBO. Any change after bid opening or prior to award shall only involve the utilization of SDBE contractors certified by the DEESBO. 4. All Bidders submitting an SDBE Unavailability Certification must be able to demonstrate through proper documentation their reasonable efforts to meet the goal if they wish to remain eligible for award. Reasonable efforts as determined by the to meet the SDBE Contract goals may include, but are not limited, to:. 4.1 Attendance at any scheduled prebid meeting concerning SDBE participation. 4.2 Timely advertisement in general circulation media, trade association publications, and minority -focus media. 4.3 Timely notification of minority business or contractor groups and associations of solicitation for specific sub -bids. 4.4 Proof of written solicitations to SDBE firms. 4.5 Efforts to select portions of the work proposed to be performed by SDBE in order to increase the likelihood of achieving the stated goal. 4.6 Efforts to provide SDBE that need assistance in obtaining bonding or insurance required by the Bidder or COUNTY. 4.7 A report submitted by the Bidder to the DEESBO prior to award explaining the Bidder's efforts to obtain SDBE participation. The report shall include the following: RMIRS-PS09-2003 12/9103 Page 14 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 00320. REQUIREMENTS FOR CONTRACTS WITH SDBE GOALS: (Continued) 4.7.1 A detailed statement of the timely efforts made to negotiate with SDBE including at a minimum the names, addresses, and telephone numbers of SDBE who were invited to bid or otherwise contacted; a description of the information provided to SDBE regarding the plans and specifications for portions of the work to be performed; and a detailed statement of the reasons why additional agreements with SDBE, if needed to meet the stated goal, were not reached. 4.7.2 A detailed statement of the efforts made to select portions of the work proposed to be performed by SDBE in order to increase the likelihood of achieving the stated goal. 4.7.3 As to each SDBE which bid on a Subcontract but which the Bidder considers to be unqualified, a detailed statement of the reasons for the Bidder's conclusion. 4.7.4 As to each SDBE invited to bid, but which the Bidder considers to be unavailable because of a lack of bid response or the submission of a bid which was not the low responsive bid, an Unavailability Certificate signed by the Bidder. 5. A Letter of Intent to perform as a Subcontractor executed by each SDBE Subcontractor listed on the Schedule of SDBE Participation must be submitted to the DEESBO prior to award. The Letter of Intent form may be obtained at the DEESBO. The information contained within the Letter of Intent and the information contained within the SDBE Participation Schedule should be the same as to content. Each SDBE listed on the Schedule of SDBE Participation must be certified prior to bid opening by Broward County as an SDBE in order to be eligible for award. In the event that AN SDBE is not certified by the DEESBO, the Contractor must select a SDBE firm from the directory maintained by the DEESBO, or file with that office an SDBE Unavailability Certificate. 7, A Joint Venture Eligibility Application (if the Bidder is a Joint Venture with an SDBE participant) must be submitted to the DEESBO prior to the award. The Joint Venture Eligibility Application may be obtained at the DEESBO. 8. These Contract Documents may include additional terms and conditions required by federal or state grantor agencies. In the event of any discrepancy between the grantor agency's SDBE policies or programs and COUNTY's policies or programs the more stringent policy (for example, the program with higher goals) shall apply. RMIRS-PB09-2003 1219/03 Page 15 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 00320. REQUIREMENTS FOR CONTRACTS WITH SDBE GOALS: (Continued) 9. A responsive low bid of a Bidder, who is otherwise responsible, will not be rejected because the SDBE goals cannot be met, if the Bidder complies with the requirements set forth within Section 4 above. 10. The degree of SDBE participation shall be calculated as follows: 10.1 A joint venture, consisting of minority and majority business enterprises functioning as a prime contractor, will be credited with minority participation on the. basis of percentage of profit to accrue to the SDBE. (For example, if a minority -majority joint venture proposed to perform fifty percent (50%) of a project quoted at $500,000.00 and fifty percent (50%) of the profits are to accrue to the minority partner in the joint venture, minority participation will be credited as twenty-five percent (25%) of the work or $125,000.00,) 10.2 SDBE prime contractors will be credited with minority participation for that portion of the Contract which they perform and that portion subcontracted to minority firms. (For example, if an SDBE contractor proposed to perform fifty percent (50%)_of a project quoted at $500,000,00 and subcontracts twenty-five percent (25%) to a majority firm and twenty-five percent (25%) to a minority firm, minority participation will be credited at seventy-five percent (75%) or $375,000.00.) Bidder shall indicate percentages on the SDBE Schedule of Participation. 10.3 The Bidder may count toward its SDBE goals expenditures for materials and supplies obtained from SDBE suppliers and manufacturers, provided that the SDBE assume the actual and contractual responsibility for the provision of the materials and supplies. 10.4 The dollar amount of participation of a firm owned by minority women may be applied to either the female goal or the minority goals, but not to both. 10.5. Certain projects may include alternate bid item(s) for which a Bidder is required to submit a bid and for which COUNTY reserves the right to award after bid opening. In such instances that COUNTY chooses to exercise the right to award alternate bid item(s), SDBE goals shall apply to the alternate bid item(s) to be awarded. Prior to award, the successful Bidder shall submit to COUNTY all forms required by the SDBE Notice as applicable to the alternate bid item(s) to be awarded. Failure to submit the required forms shall result in the Bidder being deemed non -responsible and the bid shall be rejected. RMIRS-PS09-2003 1219103 Page 16 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-81 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 00320. REQUIREMENTS FOR CONTRACTS WITH SDBE GOALS: (Continued) 10.6. COUNTY shall review each proposed Change Order that, by itself or aggregated with previous Change Order requests, increases the Contract Price by ten percent (10%) of the initial Contract Price or Fifty Thousand Dollars ($50,000.00), whichever is less, for opportunities to include or increase participation of SDBE already involved in the Contract. The successful Bidder shall demonstrate that it makes good faith efforts to include SDBE participation in Change Order work and shall report such efforts to the Office of Equal Opportunity. 11. On -site reviews to monitor the successful Bidder's progress in achieving and maintaining contractual SDBE obligations will be carried out by the Contract Administrator in conjunction with the DEESBO. 12. The successful Bidder agrees to enter into a formal contract with the SDBE contractors which are listed on the Schedule of SDBE Participation upon execution of the contract with the Board of County Commissioners of Broward County. 13. The successful Bidder shall be required to submit bimonthly reports to the Contract Administrator with his/her partial pay request on a form which may be obtained at the DEESBO regarding compliance with SDBE obligations. In addition, the successful Bidder must inform COUNTY immediately when an SDBE Subcontractor is not able to perform. If the successful Bidder is unable to substitute the unavailable SDBE with another certified SDBE, the actual substitution of a non-SDBE subcontractor may not occur until the DEESBO has verified the good faith efforts of the successful Bidder to substitute the unavailable SDBE with another certified SDBE. 14. Nothing herein shall be construed to require a prime. contractor to award a subcontract to an SDBE if it is not the lowest responsive bid. 15. Nothing herein shall be construed to indicate that a higher level of SDBE involvement above the stated goal in a solicitation will give that Bidder the right of award over other Bidders who have met the SDBE goal or fully justified that they had made all reasonable efforts to do so. 16. DEESBO of COUNTY maintains a directory of SDBE which is available for use by Bidders. 17. Any Bidder on this Contract shall be prohibited from entering into any agreement with an SDBE whereby the SDBE cannot offer its services to other Bidders on this Project. 18. COUNTY encourages the successful Bidder to use minority owned -and -operated banks. RMIRS-P809-2003 1219103 Page 17 of 95 PREVIOUS CONTRACT NO, H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 00320. REQUIREMENTS FOR CONTRACTS WITH SDBE GOALS: (Continued) 19. DEFINITIONS AND SDBE QUALIFICATIONS: Applicable definitions and SDBE qualifications shall be as provided by COUNTY ordinance and administrative regulations, as amended from time to time, and shall be available through the DEESBO. NOTE: SDBE COMPLIANCE IS NOW A MATTER OF RESPONSIBILITY. RMIRS-PB09.2003 1219/03 Page 18 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 24. PREFERENCES A. LOCAL PREFERENCE: In accordance with Sections 1-74 through 1-80 of Broward County Ordinance No. 2002-19, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter -local agreement of reciprocity. An apparent low bidder outside the preference area and a local bidder whose submittal is within 5% of the apparent low bid will be given the opportunity to submit a best and final offer. Award will then be to the low responsive, responsible bid. Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address. B. DOMESTIC PARTNER CLAUSE: (Attachment "M") Preference for County Contractors Providing for Nondiscrimination of Benefits for Domestic Partners. (Reference Ordinance No. 1999-03, as amended) In accordance with Broward County Code, Chapter 161/2, section 16 1/2-157 and the Broward County Administrative Code, Subsections 21.31.a.,6.,7.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners. This preference may be applied to all awards of $200,000 per annum or more. The determination to apply this preference shall be made by the Board of County Commissioners. To be eligible for the domestic partnership preference, a contractor's program eligibility criteria must be substantially equivalent to those established in Section 16 1/2-153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference if its benefits program discriminates against employees in violation of the Broward County Human Rights Act. No contractor shall receive more than one County -authorized preference for the same procurement. If a contractor is eligible for more than one County -authorized bid preference for a particular procurement, the contractor shall be eligible to receive only the bid preference that is most favorable to the contractor. itMIRS-PS09-2003 1219/03 Page 19 of 95 PREVIOUS CONTRACT NO. H-5-01.090-B1 BID NO. H-9-0-242-B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 25. CONTRACTOR PERFORMANCE REVIEW: Bidder/CONTRACTOR: An interim performance evaluation of the successful Bidder/CONTRACTOR may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the COUNTY Director of Purchasing who shall provide a copy to the successful Bidder/CONTRACTOR. Said evaluation(s) may be used by the COUNTY as a factor in considering the responsibility of the successful Bidder/CONTRACTOR for future bids with the COUNTY. 26. PUBLIC ENTITY CRIMES ACT (AMENDED): With reference to Paragraph 24 of Invitation to Bid, eliminate the reference to $15,000 in excess of threshold amount provided in Section 287,017, Florida Statutes. Category two threshold dollar amount at the time of bid opening shall apply. RMIRS-PB09-2003 1219/03 Page 20 of 95 PREVIOUS CONTRACT NO. H-5-01-Q90-B1 BID NO. H-9-03-242•B1 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF,ROADWAY SY�TF,MS 27. NON -COLLUSION FORM: By signing this offer, the vendor certifies that this offer is made independently and free from collusion, Vendor shall disclose below, to the best of his or her knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112,3135 (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIPS N/ If the vendor does not indicate any relationship by leaving the above section blank, the County will take this to mean the vendor means no such relationships exist. RMIRS-PB09-2003 1219/03 Page 21 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-51 BID NO. 1-1-9-03-242-1:31 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA All blanks have been filled in, BID SHEET is attached to the completed "Invitation For Bid" and returned herewith. In accordance with the General Conditions, Special Instructions to Bidders, Specifications and Requirements, the undersigned bidder offers the following: The Engineering Division has approximately $500,000 per physical year budgeted for this project." GROUP 1 (ITEMS 1-187) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0001 1. D.O.T. #101-1A, Mobilization (Mobilize Within 24 Hours - Emergency Only) Ea. 10 $ ���%, $,Dd�, �b #000 00 000 0046 2. Permit Fees - Non-Broward County AL. 1 $10,000.00 $10,000;00 #000 00 000 0301 2a. Port Everglades Security Background Checks, I.D. Badges & Dockside Permits AL. 1 $ 3,000,00 $ 3,000.00 #000 00 000 0302 2b, Unsuitable Soil Materials Removal and Disposal Cu. Yd. 1 $ _ 1,000.00 $ 1,000.00 _,_ #000 00 000 0303 2c. Florida Power & Light AL. 1 $_5M0.00 $ 5,000.00_ #913 67 050 0291 3. Survey As Builts & Sealed) HR 40 CV t (Signed $ $ NAME OF COMPANY: WEB. , " 115_7 �''1_ RMIRS-PB09-2003 1219103 Page 24 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. 1-1-9-03-242-61 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0002 4. D.O.T. #101-18, Mobilization (Mobilize Within One Month) (Included in Cost For Each Item) NIA N/A $0.00 #913 67 050 0003 5. D.O.T. #102-6, Commercial material for driveway d maintenance (limerock) Cu. yd. 6 $� #913 67 050 0004 6. D.O.T. #102-10, Off -Duty 6b Law Enforcement Officer MH 40 $ Ty T 4913 67 050 0005 7. D.O.T. #102-60, Work Zone ZC7 �, Signs ED 1500 $ #913 67 050 0006 0 �� 8. D.O.T. #102-61, Business Signs Ea. 10 $ #913 67 050 0007 9. D.O.T. #102-69, Temporary Curb LF 400 $ #913 67 060 0008 10 D.O.T. #102-70-1, Concrete Barrier Wall (Temporary) LF 160 $ 5D� #913 67 050 0292 11 Plastic (Water -Filled) Barrier .Z Wall (Temporary) 42" High LF 160 $ #913 67 060 0009 12. D.O.T. #102-74-1, Barricade (Temporary) (Types I, II, VP & y 5 Drum) ED 7000 $ r NAME OF COMPANY: UW994,93ZaQUO Ix 'wrINd, INV li 1 4 1.'. .. a ! i.. .f'.j Lklqv /c ,16111ZI1!11 12 � II Da $ / E,06, d D $..__. ?60. �)a $2/866- CZ $ 06 OD $� 006 RMIRS-PB09-2003 1219103 Page 25 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM . COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0010 13. D.O.T. #102-76, Advance Warning Arrow Panels ED 100 $ #913 67 060 0011 14. D.O.T. #102-77, High Intensity Flashing Lights ED 1500 $ 1, $ #913 67 050 0012 15. D.O.T. #102-99, Sign Variable Message (Temporary) ED 6 #913 67 050 0013 16. D.O.T. #102-911-1, Removable Pavement Marking (Tape) (White) (Skip) LF 300 $�� $ oD DZ) #913 67 060 0014 17. D.O.T. #102-911-2, Removable Pavement Marking Tape) (White) (Solid) LF 300 DD $ Db $� #913 67 050 0015 18. D.O.T. #102-911-3, Removable Pavement Marking (Tape) SF %a (White) (Other) 100 $ • $ #913 67 050 0016 19. D.O.T. #102-912-1, Removable Pavement Marking (Tape) LF `` (Yellow) (Skip) 300 #913 67 050 0017 20. D.O.T. #102-912-2, Removable Pavement Marking (Tape) D D v 06 (Yellow) (Solid) LF 300 $, $ NAME OF COMPANY: P, V. ou , , 2, , r , - RMIRS-PB09-2003 1219103 Page 26 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO, DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0018 21. D.O.T. #102-912-3, Removable Pavement Marking (Tape) SF 100 f Ud `�� ^�]'rDD f (Yellow) (Other) $ / $ c�CUGJr #913 67 050 0019 22. D.O.T. #104-10-1, Baled Hay or Straw Ea. 100 $ bD $ #913 67 050 0020 23. D.O.T. #104-11, Floating Turbidity Barrier LF. 300 Db $ $ �� r #913 67 050 0021 24. D.O.T. #104-12, Staked Turbidity Barrier LF 100 $ gD L $ c�r�d, #913 67 050 0022 25. D.Q.T. #104-13-1, Staked Silt Fence (Type III) LF 500 #913 67 050 0023 26. D.O.T. #110-1, Clearing Grubbing Acre 10 t�U co and $ #913 67 050 0024 27. D.O.T. #110-4, Removal of Pavement Sq. Yd. 3,500 �D c� (� D Existing $�; #913 67 050 0025 28. D.O.T. #110-4(A), Remove GD Concrete (Up to 6" thickness) Sq. Yd. 750 #913 67 060 0026 29. D.O.T. #110-4(B), Remove 90 J Concrete Curb and Gutter LF 1,000 $ $ NAME OF COMPANY: RMIRS-PB09-2003 1219/03 Page 27 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0027 30. D.O.T. #110-4(C), Remove and Replace Decorative Pavers for Medians and Driveways Sq. Ft. 1,000 $ 95 $ UU #913 67 050 0028 31. D.Q.T. #110-4(D), Install Decorative Pavers for Medians and Driveways Sq. Ft. 1,000 $ /. 9 UU #913 67 050 0029 32. D.O.T. #120-1, Regular Excavation Cu. Yd. 5,000 $ % 3 • gS $ (p 7��� #913 67 050 0030 33. D.Q.T. #120-4, Subsoil Excavation Cu. Yd. 500 #913 67 050 0031 34. D.O.T. #120-5, Channel Excavation Cu. Yd. 500 $ �0. �� $ 35. #913 67 050 0032 D.O.T.#120-6, Embankment Cu. Yd. 5,000 $ �f - 95� b D $ 710, 36. #913 67 050 0033 D.O.T. #120-9, Final Dressing Sq. Yd. 5,000 $ b l� W, 4C� #913 67 050 02$8 37. D.O.T. #121-70, Fill Flawable Cu. Yd. 200 $/[), OU $Q00 #913 67 0500 0289 38. D.O.T. #129-70, Excavation and Disposal of Landfill Debris Cu. Yd. 100 $ NAME OF COMPANY: W P V- - RMIRS-PB09-2003 1219l03 Page 28 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-131 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0034 39. D.O.T.#145-74-1, Geosynthetic Reinforced Soil DU Slopes (Tensar) (Pyamat) SF 900 $ #913 67 050 0035 40. D.O.T. #160-4, Stabilization Type "B" Sq. Yd. 9,000 $ #913 67 050 XXXX 40A. D.O.T.2857.14527 Base Optional ABC-3 -70 �2 (8 1/2" Thick) a Sq. Yd. 1,500 $ #913 67 050 0036 41. D.O.T. #162-2, Top Soil Sq. Yd. #913 67 050 0037 42, D.O.T. #285-701-001, Limerock Base (4" Thick) (Primed) Sq. Yd. a #913 67 050 0038 43. D.O.T. #285-709-990, Limerock Base (Primed) (Double Case) (10" Thick) Sq Yd. 500 #913 67 050 0039 44. D.O.T. #285-712, Limerock Base (Primed) (Double Case) (12" Thick) Sq. Yd. #913 67 050 0040 45. D.O.T. #285-716, Limerock Base (Primed) (16" Thick) (Double Case) Sq. Yd. a 1,000 $ a• /O 500 $ 4e• D� $ //. 00 AMOUNT $ 4-3_�b , �b aj O 'i Obd bD 8,000 $ r 3.0 0 , Ob 1,200 $ /7 NAME OF COMPANY: y i ,^ RMIRS-PB09-2003 1219103 Page 29 of 95 BID NO. H-9-03-242-B7 ADDENDUM #1 January 6, 2004 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OP ROADWAY SYSTEMS ITEM NO. COMMODITY CODE DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT #913 67 050 0041 46. D.O.T. #285-724, Limerock Base Thick) Case) Sq. Yd. 200 (24" (Triple $ #913 67 050 0042 47. D.O.T. #300-1-1, Bituminous Material Gal. 1,485 (Prime coat) $ #913 67 050 0043 48. D.O.T. #300-1-3, Bituminous Material Gal. 1,200 a zs (Tack coat) $ $ 49. #913 67 050 0044 D.O.T. #327-70-1, Milling "� po 0 Existing Asphalt Pavement (1 " Average Depth) Sy. 3,000 $ �- $ 50. #913 67 050 0045 D.O.T. #331-2, Type S li5 Asphaltic Concrete (100 Tons or Less) TN 100 $ #913 67 050 0293 51. D.O.T. #331-2, Type S Asphaltic Concrete (100 to 500 Tons) Tons 300 $ r%Q� OD $ Q DU #913 67 050 XXXX 51 a Asphaltic Concrete S C � l 37!soo Type SP —12.5, TL — B/C Tons 500 $ $ #913 67 050 XXXX 51 b Asphaltic Concrete m 22 Type SP — 12.5, TL — C/D Tons 300 $ $ EEKUY ASP 1 PAVING, INC NAME OF COMPANY: RMIRS-PS09-2003 AP/MM/0106/PB01-2004 1 /firo4 Revised Page 30 of 95 i 9 BID NO. 1-11-9-03-242-131 ADDENDUM #1 January 6, 2004 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 XXXX 51 c Asphaltic Concrete Tons 500 $JS L Type SP — 9.5, TL -- B/C #913 67 050 XXXX 51 d Asphaltic Concrete 300 oa $ 2 $ Z �� Type SP — 9.5, TL — C/D Tons #913 67 050 0294 52. D.Q.T. #331-2, Type S Asphaltic Concrete pp $ ©� (500 Tons or More) Tons 500 #913 67 050 0046 53. D.O.T. #331-72-12, Type S-1 00 (1-1/4" thick) Asphaltic concrete Sq. Yd. 8,000 $ NAME OF COMPANY: WEEEI-EY ASPHALT PAVING, INC RMIRS-PB09-2003 AP/MM/0106/P12101-2004 1/6/04 Revised Pape 30a of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO.H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0047 54. D.O.T. #331-72-14, Type S-1 (1-1/2" thick) Asphaltic concrete Sq. Yd. #913 67 050 0048 55. D.O.T. #333-001, Type S-III (3/4") Asphaltic concrete Sq. Yd. Cr #913 67 050 0049 56. D.O.T. #333-001-19, Type S-III (1") Asphaltic concrete Sq. Yd, 1,200 $ (v , 2S- � 07506.bb 8,000 $ 3 • �D .. 4�.7 Z DIJ, b b 1,950 $ �� c���•�� #913 67 050 0060 57. D.O.T. #337-001-031, Friction Course (FC-3) (1" Thick) G� ZC7l!{s Asphaltic Concrete Sq. Yd. 1,225 $ #913 67 050 0061 58. D.O.T. #337-70-19, Milling Existing Pavement (2" Average Depth) Sq. Yd . 3,500 $ • $ g 97 a� #913 67 050 0052 59. D.O.T. #339-1, Miscellaneous Ton 30 �% , Asphalt pavement $ $• #913 67 050 0063 60. D.O.T. #400-1-1, Class I V06 Concrete (Culverts) CY 6 $ #913 67 050 0054 61. D.O.T. #400-1-2, Class I �G 136b, �J /c EL6' Concrete (Endwalls) CY 6 $ $ #913 67 050 0055 62. D.O.T. #400-1-15, Class I /66. CiUG• Concrete (Miscellaneous) CY 25 $ $�, NAME OF COMPANY: 'tl 1, T Z, r� Rlr } ,l� � rTai� .�.:.1 i� .._ . RMIRS-PB09-2003 1219103 Page 31 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. 1-1-9-03.242-131 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0056 63. D.O.T. #425-1-1, Adjust Inlets (0'-2') Ea 20 $ % ��%�, $��� c1b #913 67 050 0067 64. D.O.T. #425-1-2, Adjust Inlets Ea 20 $ ! / (2'-4') #913 67 050 0058 65. D.O.T. #425-1-3, Adjust Conflict Structures Ea 20 (0'-3') #913 67 050 0059 66. D.O.T. #425-1-4, Adjust ✓, ��� wCOO, Conflict Structures (3'-6') Ea 20 $ $ #913 67 050 0060 67. D.O.T. #425-1-201, Inlets (Curb) Type 9 (<10') Ea 6 $ $ #913 67 050 0061 68. D.O.T. #425-1-311, Inlets (Curb) Type P-1 (<10') Ea 6 $-3k,06,OD $�C�D #913 67 050 0062 69. D.O.T. #425-1-321, Inlets (Curb) Type P-2 (<10') Ea 6_ #913 67 050 0063 70. D.O.T. #425-1-351, Inlets (Curb) Type P-5 (< 10') Ea 10 (-)L $ #913 67 050 0064 71, D.O.T. #425-1-355, Inlets (Type P-5) (Partial) Ea 5 $ NAME OF COMPANY: t � `, ' p i r 41� 711C RMIRS-PB09.2003 12/9103 Page 32 of 95 PREVIOUS CONTRACT NO, H-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0066 72. D.O.T. #425-1-361, Inlets Type P-6 Ea 10 bU L (Curb) (<10') $.3�X, #913 67 050 0066 73. D.O.T. #425-1-365, Inlets P-6) Ea 5 Sao. DU 13, (Type (Partial) $ $ #913 67 060 0067 74. D.O.T. #425-1-501, Inlets "C" Qb a ' jj C� 6 ow (Ditch Bottom) Type Ea 10 $ $ #913 67 050 0068 75, D.O.T. #425-1-541, Inlets "D") Ea 33d�- (Ditch Bottom) (Type 5 $ $ #913 67 050 0068 76. D.O.T. #425-1-711, Inlets Type V Ea 5 $ ja,oa �� %�, 000, o b (Gutter) #913 67 050 0069 77. D.O.T. #425-2-41, Manholes (<10') Ea 10 $ $�D� (P-7T) , #913 67 060 0070 78. D.O.T. #425-2-71, Manholes 75�0, (J-7T) (<10') Ea 5 $ #913 67 050 0071 79. D.O.T. #425-3-81, Conflict Structures (P-7T) (<10') Ea 8 #913 67 050 0072 80. D.O.T. #425-3-82, Conflict �D -7� SoD,D� Structures (J-7T) (<10') Ea 5 $ , $ 7 NAME OF COMPANY: Wi RMIRS-PB09-2003 12/9/03 Page 33 of 95 PREVIOUS CONTRACT NO. H-5-01.090-B1 BID NO, H-9-03-242-131 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0073 81. D.O.T. #425-5-11 Adjust 15 CAD $y, $ Manholes (0'-2') Ea #913 67 050 0074 82. D.O.T. #425-5-1(A), Adjust /� �— 7 �J, �D Manholes (2'-4') Ea 15 $ $ 83. #913 67 050 0075 D.O.T. #425-6, Adjust Valve 15 / $ 1�0� �Q $ Boxes (2'-4') Ea #913 67 050 0076 84. D.O.T. #425-10, Yard Drains (As per D.O.T. Index#282 — Latest Edition) Ea 10 1�DD $_T�, #913 67 050 0077 85. D.O.T. #425-11, Modify Existing Ea 5 $��� $ �� Drainage Structure #913 67 050 0078 86. D.O.T. #425-74-1, Cleaning and Ea 30 $ �� $ Sealing Manholes (<10') . #913 67 050 0079 87. D.O.T. #430-11-323, Concrete LF 600 $ 3 Oc) Pipe Culvert (15") (Class III) 88. #913 67 060 0080 D.O.T. #430-11-323(A)", Solid JV, Q[� 13 LDQ OD Polyethylene, Pipe Culvert (15) LF 400 $ T $ #913 67 050 0081 ao 89. D.O.T. #430-11-325, Concrete a7G�D� Pipe, Culvert (18") (Class III) LF 600 $ �`��� $ �1 ' NAME OF COMPANY: ''F� LM RMIRS-PB09-2003 1219103 Page 34 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-81 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0082 90. D.O.T. #430-11-329, Concrete 00 Pipe, Culvert (24") (Class Ili) LF 250 $ �0�. #913 67 050 0083 91. D.O.T. #430-11-329(A)*, Solid Polyethylene, Pipe Culvert (24") LF 250 $ #913 67 050 0084 92. D.O.T. #430-11-325(A)*, Solid Polyethylene, Pipe Culvert LF � 3o/ X (18") 250 $ #913 67 050 0086 93. D.O.T. #430-11-333, Concrete Pipe III) r �/ (30") (Class LF 150 #913 67 050 0086 94. D.O.T. #430-11-333(A)*, Solid Polyethylene, Pipe Culvert (30") LF 150 $ #913 67 050 0087 95. D.O.T. #430-11-338, Concrete Pipe Culvert III) p (36") (Class LF. 200 #913 67 050 0088 96. D:O.T. #430-11-338(A)*, Solid Polyethylene Pipe Culvert (36") LF 200 $ /� #913 67 050 0089 97. D.O.T. #430-11-340, Concrete Pipe Culvert III) / (42") (Class LF 300 #913 67 060 0090 98. D.O.T. #430-11-341, Concrete Pipe Culvert IDDD� (48") (Class III) LF 300 $ NAME OF COMPANY:l:�w .. :. . AMOUNT RMIRS-PS09-2003 12/8/03 Page 35 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO.H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0091 99. D.O.T, #430-11-342, Concrete Pipe Culvert (54") (Class III) #913 67 060 0092 100. D.O.T. #430-11-343, Concrete Pipe Culvert (60") (Class III) #913 67 050 0093 101. D.O.T. #430-11-344, Concrete Pipe Culvert (66") (Class III) #913 67 050 0094 102. D.O.T. #430-11-345, Concrete Pipe Culvert (72") (Class III) #913 67 050 0096 103. D.O.T. #430-81-023, Corrugated Aluminum Pipe Culvert (15") (Gauge 16) #913 67 050 0096 104, D.O.T. #430-81-025, Corrugated Aluminum Pipe Culvert (18") (Gauge 16) #913 67 060 0097 105, D.O.T. #430-81-029, Corrugated Aluminum Pipe Culvert (24") (Gauge 16) #913 67 050 0098 106. D.O.T. #430-141-101, Elliptical Concrete Pipe (12" X 18") AMOUNT LF 300 $ % 9S 00 $06 LF 200 $ on $ ( Jail 0 LF 150 $ �J"�. $ 37. -9)Q �D LF 150 $2D. �v $ LF 100 $ �� $�� DO LF 100 $ , 01) LF 100 $7� 00 $��� LF 200 $ -5y 0 $6 �j 66 NAME OF COMPANY: #1j ,- , i; v.;; r RMIRS-PB09-2003 I V9103 Page 36 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-131 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0099 107. D.O.T. #430-141-102, Elliptical Concrete Pipe (14" X 23") LF 200 $1 06 #913 67 050 0100 108. D.O.T. #430-141-103, Elliptical Concrete Pipe (19" X 30") LF 200 $ $ #913 67 050 0101 109. D.O.T. #430-190-123, Relaying Existing Pipe (15") LF 100 $ S L06 $ DD #913 67 050 0102 110. D.O.T. #430-821-X23, Cleaning and. Sealing Pipe $ d� dD Joint (15") Ea. 10 $ 30, � #913 67 050 0103 111. D.O.T. #430-821-X25, Cleaning and Sealing Pipe Joint (18") Ea. 10 #913 67 060 0104 112. D.O.T. #430-821-X29, Cleaning 0 and Sealing Pipe Joint (24") Ea. 10 #913 67 050 0106 113. D.O.T, #430-830, Filling and ? Plugging Pipe CY 10 $ #913 67 050 0106 114. D.O.T. #430-941-X23, GG Desilting Pipe (15") LF 600 J z i F1 r , r r, NAME OF COMPANY: RMIRS-PB09-2003 12/9/03 Page 37 of 95 PREVIOUS CONTRACT NO. W5-01-090-B1 BID NO. H-9- 3-242-81 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0107 115, D.O.T. #430-941-X25, �� Desilting Pipe (18") LF 500 $ �� #913 67 050 0108 116. D.O.T. #430-941-X29, Desilting Pipe (24") LF 300 #913 67 050 0109 117 DOT AMOUNT . #430-941-X38, Desilting Pipe (36") LF 100 $ c ; toa $� as #913 67 060 0110 118. D.O.T. #430-982-123, Mitered End Section (Concrete) (15") Ea 5 $ a6, az) $ Q, 00 #913 67 050 0111 119. D.O.T. #430-982-125, Mitered End Section (Concrete) (18") Ea 5 $ #913 67 050 0112 120. D.O.T. #430-982-401, Mitered End Section (Concrete Elliptical) X 18") �d (12,1 Ea 3 $ #913 67 050 0113 121. D.O.T. #430-982-403, Mitered End Section $ (Concrete Elliptical) (19" X 30") Ea 3 $ $ „�..T. ;.,fl Y' Y1 i NAME OF COMPANY: RMIRS-PB09-2003 12/9103 Page 38 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 060 0114 122. D.O.T. #431-70-123, Pipe Liner (15") LF 300 #913 67 060 0115 123. D.O.T. #431-70-125, Pipe Liner /TV, DD (18") LF 300 $ #913 67 050 0116 124. D.O.T. #431-70-129, DD Pipe Liner (24") LF 300 $/U #913 67 050 0117 125 D O T #431-70-138 Pi AMOUNT 3DDD0D pe OD � Liner (36") LF 100 $ c�%D, $ r� , jjm #913 67 050 0118 126. D.O.T. #443-70-2 (B), French Drain (18") (Concrete) (Slotted dd pipe) LF 300 $ #913 67 050 0119 127. D.O.T. #443-70-2(A), French Drain (15") Perforated Polyethylene Pipe with Bands LF 300 $� #913 67 050 0120 128. D.O.T. #443-70-3(A), French Drain (18") Perforated Polyethylene yy Pipe with Bands LF 300 H: NAME OF COMPANY: - //„ ,sz , D b $ /SW.ov RMIRS-PB09-2003 12/9103 Page 39 of 95 PREVIOUS CONTRACT NO, H-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0121 129. D.O.T. #443-70-3(B), French Drain (18") (Concrete) �a Slotted Pipe LF 600 $ #913 67 060 0122 130. D.O.T. #443-70-4, French Drain (24") (Concrete) 7S (Slotted pipe) LF 300 $ #913 67 050 0123 131. D.O.T. #443-70-4(A), French Drain (24") Perforated Polyethylene Pipe with Bands LF 300 AMOUNT $ .37 2&,11') $ OD #913 67 060 0124 132. D.O.T. #443-70-5, French Drain (30") (Concrete) (Slotted Pipe) LF q 100 Q #913 67 060 0126 133, D.O.T. #443-70-5(A), French Drain (30") Perforated Polyethylene Pipe with Bands LF D� 200 $_qa, $ #913 67 050 0126 134. D.O.T.443-70-6(A), French Drain (36") Perforated Polyethylene Pipe with Bands LF 200 #913 67 050 0168 135. D.O.T. #455-133-1, Steel Sheet Piling (Temporary) SF 1,000 $ 3 , $ Q�Q• LD NAME OF COMPANY: `�' I'; ' 4 ;', RMIRS-PB09-2003 1219103 Page 40 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-131 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY, SYSTEMS„ ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0127 136. D.O.T. #515-1-1, Handrail Pipe (Steel) #913 67 050 0128 137. D.O.T. #515-1-2, Handrail Pipe (Aluminum) #913 67 060 0129 138. D.O.T. #520-1-1, Concrete Curb and Gutter Type "F" #913 67 050 0130 139. D.O.T.# 520-1-1(A), Extruded (Ribbon) Concrete Curb #913 67 050 0131 140, D,O.T.# 520-1-7, Concrete Curb and Gutter (Type "E") #913 67 060 0132 141. D.O.T.# 520-2-4, Concrete Curb and Gutter (Type "D") #913 67 050 0133 142. D.O.T. #520-5-41, Concrete Traffic Separator (Type IV) (4' Width) #913 67 050 0134 143. D.O.T. #520-5-41(A), Concrete Traffic Separator (6' Width) with Type "F" Curb and Gutter and 6" Thick Sidewalk m AMOUNT LF 100 $ DO $O LF 100 $ %D, DD $ 7 6, ° b LF 2,000 �, Ob $ L) LF 1,000 $ rI pD $ 7 bDL-, LF 500 $ a8. LF 1,000 $ �b $=D,bd�,bb LF 300 $ NAME OF COMPANY: 1 RMIRS-PS09-2003 1219/03 Page 41 of 95 PREVIOUS CONTRACT NO. H-5-01.090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0135 144. D.O.T. #520-5-42, Cut Back Existing Concrete Traffic Separator LF 200 #913 67 060 0296 145. D.O.T. #521-1 Barrier Wall, Concrete LF 100 c $ �(] I�coo $�� #913 67 050 0137 146. D.O.T. #522-1, Concrete Sidewalk (4" thick) Sq, Yd. 800 4 $ CYJ #913 67 050 0138 147. D.O.T. #522-2, Concrete Sidewalk Thick) �. w 432,5on (6" Sq. Yd 2500 $ $ #913 67 050.0139 148. D.O.T. #536-1-1, Steel Guardrail cs�, `Cb � LF 320 $ $_ #913 67 050 0140 149. D.O.T. #536-2, Steel Guardrail 8� 50 (Shop Bent Panels) LF 48 $ $ #913 67 050 0141 150, D.O.T. #536-6, End Anchorage Assembly Type 11 Ea. 4 da $�i7 #913 67 050 0296 151. D.O.T. #536-73 Guardrail Removal 1 57 5-75 LF 100 $ $ #913 67 050 0299 152. D.O.T. #536-86 End Anchorage Type ET-2000 Ea. 4 $ ZC-o6 $ l�09 17 NAME OF COMPANY: - RMIRS-PI309-2003 12/9103 Page 42 of 95 PREVIOUS CONTRACT NO. 1i-5-01-090-131 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION, OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0300 153. D.03.#536-88 End Anchorage Type SRT-350 Ea. #913 67 050 0142 154. D.O.T. #536-90, End Anchorage Assembly Melt Ea. #913 67 050 0143 155. D.O.T. #538-1, Reset Existing Steel Guardrail LF #913 67 050 0298 156. D.O.T. #547-70-1 Rip Rap Fabric Formed Sy. #913 67 060 0144 157. D.O.T. #550-2, Furnish and Install Type B Chain Link Fence (4'-6' Height) LF #913 67 050 0145 158. D.O.T. #550-2(A), Furnish and Install Type B Chain Link Fence (6'-8' Height) LF #913 67 050 014G 159. D.O.T. #550-74-12, Relocate Existing Chain Link Fence LF #913 67 050 0147 160. D.O.T. #570-2, Seed and Mulch (Argentine Bahia) Sq. Yd. NAME OF COMPANY, 4 $050 $ 1 "� 8 $ �, 35a`� $ 240 $ (� $ew 4 �� 150 $ 0 $ 0 8 200 $ $� 200 $ 200 $ r 800 $ $ 3goo I RMIRS-PS09-2003 1219l03 Page 43 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0148 161. D.O,T, #570-5, Fertilizer TN #913 67 060 0149 162. D.O.T. #570-9, Water for Grass MG. 15 $ #913 67 060 0150 163 D O T 4f571 1 1 S d AMOUNT (Argentine Bahia) Sq. Yd. 1200 $ CZ #913 67 050 0151 164. D.O.T. #571-1-2, Sod (Argentine Floratam) Sq. Yd 1200 $ / 3, 9 $ 165. #913 67 050 0152 D.O.T. #571-1-3, Sod (Bermuda) Sq. Yd. 800 $ 7S Q� #913 67 050 0269 166, D.O.T. #570-11, Water for Plant Establishment MG `�` �v �- 6 7,� 15 $ $ a #913 67 050 0270 167. D.O.T. #580-301-1, Staking and Guying Trees Ea % g 10 $ • $ #913 67 050 0271 168. D.O.T. #580-301-2, Staking and Guying Palms Ea 10 $ #913 67 060 0272 169. D.O,T, #580-327-1, Relocation Plants of & Trees Ea 10 $ NAME OF COMPANY: RMIRS-PB09-2003 12/9/03 Page 44 of 95 PREVIOUS CONTRACT NO. H-5.01.090-81 BID NO. H-9-03-242-131 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0273 170. D.O.T. #580-327-2, Relocation of Plants & Trees Ea 10 ,t UD $ U #913 67 050 0274 171. D.O.T. #580-327-1 a, Single DD Trunk Palms up to 12' o.a. Ea 10 $ #913 67 050 0275 172. D.O.T. #580-327-1 b, Single Trunk Palms over 12' o.a. Ea 5 #913 67 050 0276 173. D.O.T. #580-327-2a, Multi -Trunk Palms up to 12' o.a. Ea 10 0D #913 67 050 0277 174. D.O.T. #580-327-2b, �� Multi -Trunk Palms over 12' o.a. Ea 5 $ G�DD, #913 67 050 0278 175. D.O.T. #580-327-3a, Canopy Trees to 4" d.b.h. Ea 10 y� up #913 67 050 0279 176. D.O.T. #580-327-3b, Canopy Trees 4"- 8" d.b.h. Ea 10 $ #913 67 050 0280 177. D.O.T. #580-327-3c, Canopy Trees 8" d.b.h. Ea 5 over $ #913 67 060 0153 178. D.O.T. #600-1-0, Tree Removal 3• (Bucket Truck w/3 Man Crew) Ea. 20 $ NAME OF COMPANY: ''F�I� T' ' $ ADD $ vD6,00 $ 31Dd0 00 $ DUCE- D D $ 7 060, 60 RMIRS-PB09-2003 12/9/03 Page 45 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-81 BID SHEET (Continued) REPAIR, MAINTENANCE, AND INSTALLATION „OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0153 179. D.O.T. #580-332-2, Tree Removal Cut & Remove Ea. #913 67 050 0154 180. D.O.T. #600-A-1, Additional Laborer (Inc. all Pay/Fringe Benefits) Per Hr #913 67 050 0281 181. D.O.T. #740-71-121, Wall, Panel, 8' LF #913 67 050 0282 182. D.O.T. #740-71-124, Wall Panel, 6' LF #913 67 050 0283 183. D.O.T. #740-71-131, Wall, Block, 8' LF #913 67 060 0284 184. D.O.T. #740-71-134, Wall, Block, 6' LF #913 67 050 0285 185. Well Point System Complete (4" Pump) ED #913 67 050 0286 186. Well Point System Complete (6" Pump) ED NAME OF COMPANY: RMIRS-PB09.2003 1219103 10 $ 0�.5, 6 $ �fj� 00 24 $ 3 , o $ 100 $ c'�SJ, oO $-c�Cg.� 100 %OJ. Q° 100 100 $ A? P. b $ ebb, On 5 $ /Sd . O D $ �� , a01 Page 46 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID SHEET (Continued) BID NO. H-9-03-242-61 REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0287 187. Well Point System Complete (8„ Pump) ED 5 , CID TOTAL - PAVING AND DRAINAGE ITEMS (D.O.T. Nos.101-1A thru 740-71-134) Group 1 (Items 1-187) "Solid polyethylene pipes may be installed with sealed bands or bell and spigot joints. (Items 88, 91, 92, 94, & 96). a .? 7 NAME OF COMPANY: RMIRS-PB09-2003 1219103 Page 47 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-131 BID NO. 1-1-9-03-242-131 BID SHEET (Continued) REPAIR, MAINTENANCE. AND INSTALLATION OF ROADWAY SYSTEMS GROUP 2 (ITEMS 188 -- 195) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0155 188. D.O.T. #715-1-114, Conductors (Furnish and Install) (Insulated) (No. 4) LF 500 $ �d D�Q.O0 $ #913 67 060 0156 189. D.O.T. #715-1-113, Conductors (Furnish and Install) (Insulated) (No. 6) LF 1000 #913 67 050 0157 190. D.Q.T. #715-2-115, Conduit (Furnish and Install) (2") (Underground) (PVC Schedule 40) LF 1500 #913 67 060 0168 191. D.O.T. #715-2-215, Conduit (Furnish and Install) (2") (Under Pavement) / 7 0 0 00 (PVC Schedule 40) LF 250 $ #913 67 050 0169 192. D.O.T. #715-7-11, Load Center (Furnish and Install) Secondary Voltage Ea. 2 / $ #913 67 050 0160 193. D.O.T. #715-14-11, Pull Box (Furnish and Install) (Roadside) Ea. 10 OD iy-� -- - - - NAME OF COMPANY: RMIRS-PB09-2003 12/9103 Page 48 of 96 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-81 BID SHEET (Continued) REPAIR MAINTENANCE* AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0161 194. D.O.T. #715-411-350, Light Pole Complete (Furnish and Install) (Single Arm Concrete) (50') Ea. 5 $ / r%5�, b #913 67 050 0162 195. 715-440-000, Light Pole Complete (Relocate) Ea. 4 TOTAL - STREET LIGHTING ITEMS (D.O.T. Nos. 715-1-114 thru 715-440-000) Group 2 (Items 188-195) NAME OF COMPANY: AMOUNT $__l 7-2, D D RMIRS-PS09-2003 1219/03 Page 49 of 95 PREVIOUS CONTRACT NO. H-5-01-090-61 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS GROUP 3 (ITEMS 196 — 263) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0163 196. D.O.T. #620-1-1, Grounding Electrode (Furnish and Install) LF 1,300 b� 7 $ $ #913 67 050 0164 197. D.O.T. #630-1-12, Conduit (Underground) (Furnish and Install) LF 2,000 $ #913 67 050 0165 198. D.O.T. #630-1-13, Conduit (Under Pavement) (Furnish and Install) LF 1,000 $ %00 $ #913 67 050 0166 199. D.O.T. #632-7-1, Cable %�(��� L (Signal) (Furnish and Install) P.I. 10 $ $ 7� #913 67 050 0167 200. D.O.T. #632-8-111, Cable (Interconnect) (Aerial) (Furnish and Install) LF 600 $ a. $ #913 67 060 0168 201. D.O.T. #632-8-112, Cable (Interconnect) (Underground) (Furnish and Install) LF 2,000 / $ #913 67 060 0169 202. D.O.T. #634-4-112, Span Wire Assembly (2 Wire) OD (2OD [��] (Diagonal) (Furnish and Install) P'l. 2 $ $ NAME OF COMPANY: RMIR5-PB09-2003 12/9/03 Page 60 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-B1 131D NO. H-9-03-242-131 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0169 203. D.O.T. #634-4-112, Span Wire Assembly (2 Wire) (Diagonal) (Furnish and Install) P.I. 2 $^� v� $" ��Q, #913 67 050 0170 204, D.O.T. 634-4-1"13, Span Wire Assembly (2 Wire) (Box) (Furnish and Install) P.I. h 6 $ �b #913 67 060 0171 205, D.O.T. #634-4-114, Span Wire Assembly (2 Wire) (Other) (Furnish and Install) P.I. 4w, �v — #913 67 050 0172 206. D.O.T. #635-1-11, Pull & Junction Boxes (Pull Box) (Furnish and Install) Ea. 50 $ 9 �d d� $ 7, #913 67 050 0173 207. D.O.T. #635-1-12, Pull & Junction Boxes (Aerial Junction Box) (Furnish & Install) Ea. 1 $_�5 #913 67 050 0174 208. D.O.T. #635-1-13, Pull & Junction Boxes (Mounted Junction Box) (Furnish & Install) Ea. 1 $ ) �7��1� $ 17�j�yj, Uz) #913 67 050 0175 209. D.O.T. #639-1-13, Electrical Power Service (Overhead) AS 7 $ �p Q, L NAME OF COMPANY: RMIRS-PB09-2003 12/9103 Page 51 of 95 PREVIOUS CONTRACT NO. H-5-01-090.81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0176 210, D.Q.T. #639-1-23, Electrical Power Service (Underground) AS 3 $�Q �� $-21,w , C)D #913 67 050 0177 211. D.Q.T, #639-2-1, Electrical Service Wire LF 200 $ $ L� #913 67 060 0178 212. D.D.T. #641-1, Strain Poles Guying (Concrete) Ea. 1 $ a70, $ 3 Z, 0" #913 67 050 0179 213, D.O.T, #641-15-140, Strain Pole (Concrete) (40') (Type N - VI) (Furnish and pp I� Install) Ea. 4 $ �0�1�� d� $ #913 67 050 0180 214. D.O.T. #641-15-142, Strain Pole (Concrete) (42') (Furnish and Install) '7 (Type N - VI) Ea. 2 $ �f �� $ #913 67 050 0181 215. D.O.T. #641-16-144, Strain Pole (Concrete) (44') (Furnish and Install) (Type -- VII) Ea, 6 $-�U-vim $ #913 67 050 0182 216. D,D.T. #641-16-146, Strain Pole (Concrete) (46') (Type — VII) (Furnish and D� Install) Ea. 4 $�b�• Oo $ gD� - d f� NAME OF COMPANY: RMIRS-PB09-2003 1219/03 Page 52 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR,MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0183 217. D.O.T. #641-18-146, Strain Pale (Concrete) (46') Special Design (Furnish and Install) #913 67 060 0184 218. D.O.T. #641-18-148, Strain . Pale (Concrete) (48') Special Design (Furnish and Install) #913 67 050 0185 219. D.O.T. #647-11-20, M/Arm (Comb. Std.) (20') (Steel Single) (Furnish and Install) #913 67 050 0186 220. D.O.T. #647-11-30, M/Arm (Comb. Std,) (30') (Steel Single) (Furnish and Install) #913 67 050 0187 221. D.O.T. #647-11-38, M/Arm (Comb. Std.) (38') (Steel Single) (Furnish and Install) #913 67 050 0188 222. D.O.T. #647-11-48, M/Arm (Comb. Std.) (48') (Steel Single) (Furnish and Install) #913 67 050 0189 223. D.O.T. #647-11-60, M/Arm (Comb. Std.) (60') (Steel Single) Ea. 2 $ D D() Ea. 2 $ 33M. DD Ea. Ea. Ea. Ea. (Furnish and Install) Ea, NAME OF COMPANY: RMIRS-PB09-2003 12/9/03 1 1 i 3 1 $ vinD oD $ �DDD'DD $ D ODD•�� $ a,&oD.0D $ DOD 0n $ $ C�BCD. a L' $ ) nnD • nn $ (�DOL' �G $.� Page 53 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO, 1-1-9-03-242.81 BID SHEET (Continued) REPAIR, MAINTENANCE ANDINSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0190 224. D.O.T. #647-11-64, M/Arm (Comb. Std.) (64') (Steel Single) (Furnish and Install) #913 67 050 0191 225. D.O.T. #647-13-44, M/Arm (Comb. Std.) (44') (Steel Double) (Furnish and Install) #913 67 050 0192 226. D.Q.T. #647-13-46, M/Arm (Comb. Std.) (46') (Steel Double) (Furnish and Install) #913 67 050 0193 227. D.O.T. #647-13-52, M/Arm (Comb. Std.) (52') (Steel Double) (Furnish and Install) #913 67 060 0194 228. D.O.T. #647-13-64, M/Arm (Comb. Std.) (64') (Steel Double) (Furnish and Install) #913 67 050 0195 229. D.O.T. #650-1-131, Traffic Signal (12" Std.) (3 Section, 1 Way) #913 67 050 0196 230. D.O.T. #650-1-132, Traffic Signal (12" Std.) (3 Section, 2 Way) NAME OF COMPANY: AMOUNT � � I ^7, I Ea. 1 $ $ Ea. 1 $ �1��.�D $ D10.0D Ea. 1 $ f� tjOD• bC� $ �S [jDZj D Ea. 1 Ea. 1 $ 0 6 $ 1-7 1,1161j, • D b AS 80 $ AS 4 $ l l aD- D, $_ RMIRS-P809-2003 1219/03 Page 54 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090431 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM ( td COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0197 231, D.O.T. #650-1-141, Traffic Signal (12" Std.) (4 Section, 1 Way) AS 2 $ d, Q� L16 $ #913 67 050 0198 232, D.O.T. #650-9-151, Traffic S'i1 12"S5gna S .) ( ection, Cluster) AS % . Db 8 $ Dba $ m #913 67 050 0199 233. D.O.T. #653-111, Pedestrian Signal (12") (Incandescent) AS 40 $ l #913 67 050 0200 234. D.O.T. #659-101, Signal Head Auxiliaries (Back Plate, 3 Sect.) Ea. 40 $ 7D . Gd $- #913 67 050 0201 235. D.O.T. #659-102, Signal Head Auxiliaries (Back Plate, 4 Sect.) Ea. 2 $ / $ #913 67 050 0202 236, D.O.T. #659-106, Signal Head Auxiliaries (Tunnel Visor) Ea. 240 $ $ #913 67 050 0203 237. D.Q.T. #659-107, Signal Head Auxiliaries (Aluminum Pedestal) Ea. 240 $�, �U $�, UL #913 67 050 0204 238. D"O,T. #659-118, Signal Head Auxiliaries (Back Plate 5 Sect. CIU) Ea. 4 $ NAME OF COMPANY: RMIRS-PB09.2003 12/9/03 Page 55 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF„ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0205 239. D.O.T. #660-1-101, Loop Detector (Inductive)(Furnish and Install) Ea. D� 50 $� $ #913 67 050 0206 240. D.O.T. #660-1-102, Loop Detector (Inductive) (Type 1) (Furnish and Install) Ea. 1 rr�� 10 $ / �aT. J #913 67 050 0207 241. D.Q.T. #660-2-101, Loop Assembly (Type A) (Furnish and Install) AS 4 $ $d #913 67 050 0208 242. D.O.T. #660-2-106, Loop Assembly (Type F) (Furnish and Install) AS 80 $ Co. $ ()K L L ) #913 67 050 0209 243. D.O.T. #665-11, Pedestrian Detector (Det. Sta. Pole or Cabinet Mounted (Furnish and Install) q.D �� DU Ea. 30 $ / $ #913 67 050 0210 244, 665-12, Pedestrian Detector (Det. Sta. with Post) (Furnish and Install) Ea. 4 $ #913 67 050 0211 245. D.O.T. #668-13, Detector Cabinet (Type III) (32"x20"x14") (Furnish and Install) Ea. QD 1 --�/ DC� 7� NAME OF COMPANY:17 RMIRS-PB09-2003 1219/03 Page 56 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-131 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO, DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0212 246. D.Q.T. #670-4-1, Flashing Beacon Control Assembly (Furnish and Install) #913 67 050 0213 247. D.O.T. #670-111-051, Actuated Solid State Control Assembly (02, T.B.C.,LOS=1) (Furnish and Install) #913 67 050 0214 248. D.Q.T. #670-112-051, Actuated Solid State Control Assembly (D4, T.B.C.,LOS=1) (Furnish and Install) #913 67 050 0215 249. D.O.T. #670-113-051, Actuated Solid State Control Assembly (D-4-4, T.B.C.,LOS=1) (Furnish and Install) #913 67 050 0216 250. D.O.T. #670-113-151, Actuated Solid State Control Assembly (D-4-4, 1 PRE, PLN, T.B.C., LOS=1) (Furnish and Install) #913 67 050 0217 251. DA03. #670-114-051, Actuated Solid State Control Assembly (D-8, T.B.C. LOS=1) (Furnish and Install) NAME OF COMPANY: AS 2 AS 1 s 7W 06 AS 1 $ / AS 6 ��/-C� OL AS 1 $7 U6 UU AS 1 $%i9t) AMOUNT $ % �'O. Ob $ 166 Z)Zv RMIRS-PB09-2003 12/9/03 Page 57 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-81 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0218 252. D.O.T. #670-114-151, Actuated Solid State Control Assembly (D-8, 1, PRE, PLN, T.B.C., LOS=1) (Furnish and Install) AS 1 may, $ % (-�- �� $ �f ��• #913 67 050 0219 253. D.O.T. #678-1-107, Cont. Access. (Type I Time Switch) (Furnish and Install) Ea. 8 $ �/Q w $ l T(/ 01) #913 67 050 0220 254. D.O.T. #685-120, System Auxiliaries (Telemetry Transceiver) Ea. 10 $�U• �� �1 5, $ % 6D D�J #913 67 050 0221 255, D.O.T. #685-128, System Auxiliaries (Interface Panel), Ea. 10 D� $ ��_ D� $ #913 67 050 0222 256. D.O.T. #690-10, Remove Traffic Signal Head Assembly Ea. 20 $ #913 67 050 0223 257. D.O.T. #690-20, Remove Pedestrian Signal Assembly Ea. 20 $ �' �� J, $ #913 67 0 0224 D.O.T. #69690-3D, Remove Poles Ea. 258. 6 $ #913 67 050 0226 259. D.Q.T. #690-50, Remove Controller Assembly Ea. 5 $ NAME OF COMPANY: '47 RMIRS-PB09-2003 1219/03 Page 58 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0226 260. D.O.T. #690-70, Remove Pedestrian Detector Assembly Ea. 20 #913 67 050 0227 261. D.O.T. #690-80, Remove Span Wire Assembly 57J, Ea. 6 $ #913 67 050 0228 262. D.Q.T. #690-90, Remove Conduit Cabling O� and P.I. #913 67 050 0229 263. D.O.T. #690-100, Remove Miscellaneous Signal Equipment P.I. TOTAL - SIGNALIZATION ITEMS (D.O.T. Nos. 620-1-1 Thru 690-100, Inc.) Group 3 (Items 196-263) Vr 7r NAME OF COMPANY: AMOUNT .�ti�f. DU $ Cv�WCp RMIRS-PS09-2003 12/9/03 Page 59 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS GROUP 4 (ITEMS 264 — 301) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0230 264. D.O.T. #700-40-1, Sign (Single Post) (Less than 2 S.F.) AS 100 r #913 67 060 0231 265. D.O.T. #700-40-2, Sign (Single Post) (12-25 S.F.) AS 20 p #913 67 050 0232 266. D.O.T. #700-46-11, Remove Existing Sign (Single Post) AS 20 $ �� 06 $� #913 67 060 0233 267. D.O.T. #700-46-12, Remove Existing Sign (Multi -Post) AS 10 $ / DD. dp �DDD, #913 67 050 0234 268. D.O.T. #700-46-15, Remove Existing Sign (Span Wire) AS 10 Dl% Dv #913 67 050 0236 269. D.O.T. #700-46-21, Relocate Existing Sign (Single Post) AS 10 l $ / D- 01) #913 67 050 0236 270. 700-46-22, Relocate Existing Sign (Multi -Post) AS 10 $J_ ��! Lob " r $ 1 �D• a� #913 67 050 0237 271. D.O.T. #700-46-25, Relocate Existing Sign (Span Wire) AS 20 $o�. $ DDD, w L> ,L�. NAME OF COMPANY: RMIRS-PS09-2003 12J9103 Page 60 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-81 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0238 272. D.O.T. #700-48-18, Sign Panels (Furnish and Install) (15 or Less S.F.) Ea. 100 #913 67 050 0239 273. D.O.T.# 700-82, Overhead Sign (Span Wire Mounted) AS 5 #913 67 050 0240 274. D.O.T. #700-90-11, Sign (Flashing Beacon) (Ground Mount) (Furnish and Install) AS 2 #913 67 050 0241 275. D.O.T. #700-90-12, Sign (Flashing Beacon) (Overhead Mount) (Furnish and Install) AS 2 #913 67 060 0242 276. D.O.T. #700-90-21, Sign (Flashing Beacon) (Relocate) (Ground Mount) AS 2 #913 67 050 0243 277. D.O.T. #700-90-31, Sign (Flashing Beacon) (Remove) (Ground Mount) AS 2 #913 67 050 0244 278. D.O.T. #700-90-34, Sign (Flashing Beacon) (Remove) (Span Wire) AS 2 rt NAME OF COMPANY: $ 1 yob DD $ �z $ a,CbD OD $ EDD.(�,), RMIRS-PB09-2003 12/9/03 Page 61 of 95 PREVIOUS CONTRACT NO. H-5-01-090-61 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 050 0245 279. D.O.T. 705-10-11, Marker �� (Object) (Post Mount) (Type 1) Ea. 30 $ � #913 67 050 0246 280. D.O.T. #705-10-13, Marker (Object) Mount) J (Post (Type III) Ea. 30 #913 67 050 0247 281. D.O.T. #706-1-12, Pavement Marker (Class B) (Reflective) 7 � (Furnish and Install) Ea. 2,500 $ 3. #913 67 050 0248 282. D.O.T. #706-2, Pavement Marker.(Remove) Ea. 500 $ #913 67 050 0249 283. D.O.T. #710-11, (Paint) Markings (Remove) Sq. Ft 500 $ o. #913 67 060 0260 284. D.O.T. #710-6, Directional Arrows, Painted Ea. D� 50 $ #913 67 060 0251 285. D.O.T. #711-2, Traffic Stripe / �b (Strip) (6") (Thermoplastic) LF 25,000 $ 7 #913 67 060 0252 286. D.O.T. #710-25-41, Solid Traffic Stripe, Painted (4") LF 8,000 #913 67 060 0253 287. D.O.T. #710-25-61, Solid Traffic �v Stripe, Painted (6') LF 4,000 $ NAME OF COMPANY: r AMOUNT $ g37-5 a a E�-&D " lonn, Oa $ /4 o 66. o D $ RMIRS-PB09-2003 12/9/03 Page 62 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR, MAINTENANCE AND INSTALLATION_ OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #913 67 050 0264 288, D.O.T. #710-25-181, Solid Traffic Stripe, Painted (18") LF 1,000 � #913 67 050 0265 289. D.O.T. #710-25-241, Solid Traffic Stripe, Painted (24") LF 500 $ �D % Z�� $ #913 67 060 0256 290. D.O.T. #710-25-241, Solid Traffic Stripe, Painted (24") LF 2,000 $ 3. n #913 67 050 0257 291. D.Q.T. #710-27, Skip Traffic �D Stripe Painted LF 2,000 #913 67 050 0258 292. D.O.T. #711-3, Messages (Pavement) (Thermoplastic) Ea. 100 �� $ ��C�, Q� $ #913 67 050 0269 293. D.Q.T. #711-4, Arrows (Directional) (Thermoplastic) Ea. 500 $ 294, #913 67 050 0260 D.O.T. #711-5, Guide Lines LF 1,000 #913 67 050 0261 295. D.O.T. #711-6-41, Traffic Stripe (Solid) (4") � (Thermoplastic) LF 40,000 $ 1 NAME OF COMPANY: T/- RMIRS-PB09-2003 12/9/03 Page 63 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID SHEET (Continued) BID NO. 1-I-9-03-242-131 REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE #913 67 060 0262 296. D.O.T. #711-6-61, Traffic Stripe (Solid) (6") ' g0 (Thermoplastic) LF 1,000 $ _ #913 67 050 0263 297. D.O.T. #711-6-81, Traffic Stripe (Solid) (8") (Thermoplastic) #913 67 050 0264 298. D.O.T. #711-6-121, Traffic Stripe (Solid) (12") (Thermoplastic) #913 67 050 0265 299. D.O.T. #711-6-181, Traffic Stripe (Solid) (18") (Thermoplastic) #913 67 050 0266 300. D.O.T. #711-6-241, Traffic Stripe (Solid) (24") (Thermoplastic) #913 67 050 0267 301. D.O.T. #711-7, Pavement Marking (Remove) (Thermoplastic) LF 10,000 $ , ?LO LF 15,000 $ LF 20,000 $ c2 `5 LF 10,000 Sq. Ft. 500 $ AMOUNT $ 9 00 $ ?,,Dd 00 TOTAL - SIGNING AND PAVEMENT MARKING ITEMS $ 9 2 (D.O.T. Nos. 700-40-1 Thru 711-7, Inc.) Group 4 (Items 264-301) NAME OF COMPANY: AUTHORIZED SIGNATURE: By signing this bid sheet yourrirmis. agreeing to the terms and conditions of the Invita or Bid. DANIEL D. WEEKLEY, PRESIDENT RMIRS-PB09-2003 12/9/03 Page 64 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-131 BID NO. H-9-03.242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS In accordance with 10.6 of "Special Instructions to Bidder" indicate if an exception to insurance requirements is being requested. Be specific and state reason: DO YOU QUALIFY FOR THE LOCAL PREFERENCE CLAUSE YES NO O DO YOU QUALIFY FOR THE DOMESTIC PARTNER CLAUSE YES It< NO 0 RECYCLED CONTENT INFORMATION: 1. IS THE MATERIAL IN THE ABOVE: VIRGIN © OR RECYCLED CHECK THE APPLICABLE BOX). IF RECYCLED, WHAT PERCENTAGE PRODUCT DESCRIPTION: 2. IS YOUR PRODUCT PACKAGED AND/OR SHIPPED IN MATERIAL CONTAINING RECYCLED CONTENT? YES Q NO/11( SPECIFY: 3. IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE? YES X+ NO Q n SPECIFY: THE ABOVE IS NOT APPLICABLE IF THERE IS ONLY A PERSONAL SERVICE INVOLVED WITH NO PRODUCT INVOLVEMENT, NAME OF COMPANY: iC..�: - 1p RMIRS-PB09-2003 7 2/9/03 Page 66 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 BID SHEET (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS THE UNDERSIGNED BIDDER WILL EXTEND THE SAME PRICE, TERMS AND CONDITIONS TO OTHER GOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IF REQUESTED? 'YES O NO VENDOR FAX # WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN DADE OR PALM BEACH COUNTIES? O YES *d NO OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FLORIDA? E-mail Address: ❑ YES kNO v , c151n Beeper # Federal Tax ID# �vCJ Remit Address: WOULD YOU ACCEPT CREDIT CARDS AS PAYMENT FRO BROWARD COUNTY? YESa O r7 NOTICES TO BIDDER: 1. Please check the Federal Employer's Identification Number (FEIN) and other information on the face of the Invitation For Bid/Bidder Acknowledgment Form (IFB) and MAKE APPROPRIATE CORRECTIONS ON THE IFB. IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION, PAYMENTS CANNOT BE MADE TO YOUR FIRM. 2. BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. �{ �� 6 �,�. pew• NAME OF COMPANY: RMIRS-PB09-2003 1219103 Page 66 of 95 PREVIOUS CONTRACT NO. H-5-01-099-B1 BID NO. H-9-03-242-B1 REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS TRENCH SAFETY ACT THIS FORM MUST BE COMPLETED AND SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. On October 1, 1990 House Bill 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of his signature below, affirms that he is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the CONTRACTOR and his subcontractor. The Bidder is also obligated to identify his anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY, THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The bidder further identified the costs and methods summarized below: Unit Extended Description Unit Quantity Price Price Method go Total $ J"`SyF Name of Bidder Authorized Signature o - er DANIEL D. WEEKLEY, PRESIDENT RMIRS-PB09-2003 1219/03 Page 67 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-81 ATTACHMENT "A" TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR, MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS GENERAL: 1. PURPOSE The purpose of this Contract is to assist the Office of Transportation/Engineering Division/Traffic Engineering Division and other COUNTY Divisions in the construction and/or repair/maintenance of roadway systems. 2. DEFINITIONS Understood that the Transportation/Engineering Division/Traffic Engineering Division or other appropriate Divisions will represent the Broward County Board of County Commissioners in the management and supervision of this Contract for their projects. Personnel authorized to issue instructions pertaining to the Contract will hereafter be referred to as the "CONTRACT ADMINISTRATOR" for their project. For purpose of this Contract, work on a "project" is work in connection with an individual COUNTY Project involving certain improvements to be completed during a designated period of time and at a given location or area. The word "job" is to be construed to mean the CONTRACTOR'S portion of work, covered under this Contract, on any given project. COUNTY projects are given identifying numbers known as PROJECT numbers. The CONTRACTOR may have more than one (1) job on a given project and each separate job will be assigned a separate purchase order number. 3. QUALITY OF WORK The CONTRACTOR agrees to do work, covered under this Contract, to the best of his ability and conforming (in materials and workmanship) to the specifications contained or referred to in this Contract and shall pursue the project in a workmanlike manner. The CONTRACTOR further agrees to follow appropriate working drawings or sketches given him and to follow instructions, either verbally or written, issued by the CONTRACT ADMINISTRATOR, insofar as said instructions come within the scope and limitations of this Contract and to use construction equipment which is safe and maintained in good workable condition and to furnish proper direction and supervision to work crews and workmen doing work under this Contract. CONSTRUCTION SPECIFICATIONS A. All work performed within Broward County jurisdiction rights -of -way shall be performed in accordance with "Minimum Standards Applicable to Public Rights of Way under Broward County Jurisdiction", latest edition, as published by the Broward County Department of Public Works, Engineering Division. Copies of the "minimum Standards" may be purchased at the Broward County Engineering Division, 1 North University Drive, Suite 300B, Plantation, Florida 33324- 2038, Telephone No. (954)-557-4555. Each item listed in the Schedule of Prices Bid (pages 12 thru 46 ) is defined (as to requirements for workmanship and/or materials) in the F.D.O.T. Standard Specifications and listed by the item number for each particular item noted above. Copies of the D.O.T. Standard Specifications may be purchased at the State D.O.T., 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309. RMIRS-PS09-2003 1219103 Page 68 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. 1-11-9-03-242-131 ATTACHMENT "A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS 4. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE The CONTRACTOR shall furnish and install all items necessary in order to re -direct, protect, warn and/or maintain existing vehicular and/or pedestrian traffic during the course of construction, including, as necessary, flagmen and off -duty Police Officers/Sheriffs Deputies. Items to be provided shall include, but not be limited to, barricades, signs, arrow boards, warning/flashing lights, pavement markings and traffic signal modifications. Prig: ing work, the CONTRACTOR shall prepare a "Maintenance of Traffic Plan" drawn to a suitably; zca+� . 'his plan shali be submitted to the Ccunty's Traffic Engineering Division [BCTED] for No work shall begin until such time that the the Traffic Engineering Division. TRACTOR SHALL include provisions ,ehicular traffic. The following are A safe walk route for all sc'" ' students within the vicinity of the construction zone SHALL be maintained during the tirr : ...dents are arriving at or leaving school. If the current walking surface can not be maintained, then a temporary road -rock 4' width walk way SHALL be created. The safe walk route SHALL be separated from the construction activity by a 4 foot high orange construction fence for the entire length of the project or the length of the walk route, whichever is less. All construction equipment around any designated crosswalk SHALL cease to operate during the times students are arriving at or leaving school. All construction equipment adjacent to a designated walk route SHALL cease operation during these times unless satisfactorily barricaded from the walk route. In the case that a designated crossing or any portion of the designated walk route can not be maintained, then the CONTRACTOR SHALL notify the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484-9600 Ext. 244, a minimum of ten (10) working days prior to closing that route in order that an alternate crossing/route can be established It SHALL be the responsibility of the CONTRACTOR to install any necessary Pavement, Road Rock, Pavement Marking and Signage and/or any Pedestrian Signalization and/or Signal Modification to accommodate an existing or alternate walk route. It SHALL be the CONTRACTOR's responsibility to provide State Certified School Crossing Guards or off duty Police Officers to cross students at any locations other than those previously designated. The CONTRACTOR may use flagmen, ONLY if they are State Certified as a School Crossing Guard. RMIRS-PB09-2003 121W03 Page 69 of 95 PREVIOUS CONTRACT NO. H-5-01-090-81 BID NO. H-9-03-242-B1 ATTACHMENT "Al' (Continued) TECHNICIAL SPECIFICATIONS AND RE UIREMENTS REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS 4. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK -SITE (Continued) Ten (10) days prior to the beginning of construction the CONTRACTOR SHALL, notify the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484-9600 Ext: 244, to arrange a "pre -construction - safety" meeting. The CONTRACTOR SHALL BE RESPONSIBLE for providing a safe and adequate walking surface for all school children/pedestrians. This safe walk route SHALL be part of the "Maintenance of Traffic Plan". B. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical: Convenience of the general public and of the residents adjacent to the work shall be provided for in a safe and satisfactory manner. C. Sidewalks, gutter, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within ten (10) feet of any such hydrant. D. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. E. Streets shall not be closed, except when and where allowed by the BCTED and, whenever the street is not closed, the work must be conducted with the provision for a safe passageway for vehicular and pedestrian traffic at all times. The CONTRACTOR shall make all necessary arrangements with the BCTED concerning maintenance of traffic and selection of detours required. F. All existing traffic control devices shall be maintained by the CONTRACTOR for the duration of the project. If any signs or signals are damaged or lost during the construction period, such signs and signals shall be repaired or replaced by contractor at contractor's expense. G. When traffic is diverted temporary pavement markings may be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated by sandblasting and/or water jet. Painting over existing markings (black out) is not permitted. H. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. No separate payment for repositioning the existing traffic signal heads will be made. RMIRS-PS09-2003 1219/03 Page 70 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-81 ATTACHMENT "A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR, MAINENANCE AND INSTALLATION OF ROADWAY „SYSTEMS 5. WORK, EQUIPMENT AND MATERIALS TO BE FURNISHED BY THE CONTRACTOR AND COUNTY The CONTRACTOR shall furnish all labor and labor su ervision for any work covered under this Contract. 5.1 The CONTRACTOR shall furnish all construction equipment, including all necessary tools, for any work covered under this Contract. The CONTRACTOR shall also furnish all materials, including necessary temporary materials such as„a forming, bracing, sheathing. guying. scaffolding and other materials necessary to complete the work which do not remain a permanent Dart of the improvement. 5.2 When the COUNTY elects to have the CONTRACTOR supply materials and/or equipment and no prices for same have been established in this contract, the CONTRACTOR will supply these items as a "pass through" cost (no mark-up allowed). The CONTRACTOR shall be required to. submit a final bill of materials with unit costs for all materials purchased by him. This shall be an itemized list of all materials with a unit cost for each material supported by copies of invoices stating costs paid by the CONTRACTOR. 5.3 Pass thru material item Commodity Code # is 913990040000. 5.4 The CONTRACTOR shall be responsible for cleaning up the job -site within forty-eight (48) hours after satisfactory completion of the work on any project. Excess material of no value to the COUNTY shall be disposed of by the Contractor in a satisfactory manner in areas provided by the Contractor. 6. FIELD LAYOUT OF THE WORK AND AS -BUILT DRAWINGS The entire responsibility for establishing and maintaining line and grade in the field lies with the CONTRACTOR. The CONTRACTOR shall prepare and maintain "As -Built Drawings" of the location and elevation of all pipe lines, pavement, drainage, structures/manholes, and the like and shall deliver these Drawings, in good order to the CONTRACT ADMINISTRATOR when the work is completed. The cost of all such field layout and recording work shall be included in the price bid for the appropriate items. As -Built drawings shall be signed and sealed by a registered surveyor and mapper licensed in the State of Florida, and shall be prepared on mylar or other reproducible materials. 7. MEASURE OF MEASUREMENT Measurement for payment of all items of work satisfactorily completed and accepted by the Contract Administrator (or his designee) shall be performed by a Professional Land Surveyor Registered in the State of Florida who is compensated by the Contractor. No separate payment will be made for Surveying services. Unit prices for installation of drainage pipe/French drains shall include compensation for furnishing and installation of pipe, rock, filter fabric liner and de -watering as necessary. RMIRS-PB09-2003 12/9103 Page 71 of 95 PREVIOUS CONTRACT NO. H-5.01-090-81 BID NO. H-9-03-242-131 ATTACHMENT "A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS 8. BASIS OF PAYMENT Prior to the issuance of the Purchase Order for a job, the COUNTY (CONTRACT ADMINISTRATOR) and CONTRACTOR shall come to a mutual agreement as to time of completion, items and total costs, based on a written estimate submitted by CONTRACTOR. A Purchase Order, when issued, will provide a "not -to -exceed" total cost and completion time for the work. 8.1 Determination of amount of payment to be paid to the Contract will be according to the final quantities as measured for each item as indicated and specified under various appropriate group headings of this Contract. Only final payments will be made for each project. No partial payments will be made between beginning and completion of work on any given project, except when duration of the project shall exceed thirty (30) days from commencement of work, and upon written request of the CONTRACTOR. In the event partial payments are made, ten (10%) percent of the amount earned will be withheld from such partial payments until completion and acceptance of the project. Upon acceptance of project by COUNTY and mutual approval by COUNTY and, CONTRACTOR of final quantity measurements, COUNTY will make every effort to expedite payment to CONTRACTOR. 9. RESPONSIBILITY FOR MATERIALS The CONTRACTOR shall be responsible.for the safety and preservation of all materials and supplies received from the COUNTY, or purchased by him as ordered by the COUNTY, until final inspection of the work and acceptance thereof by the COUNTY. In the event such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, CONTRACTOR shall replace same without cost to COUNTY. When materials are supplied by the COUNTY, the CONTRACTOR is responsible for a visual inspection of the material at the time of his acceptance. If the CONTRACTOR finds the material to have flaws, cracks or other defects, CONTRACTOR shall not take receipt and shall notify the CONTRACT ADMINISTRATOR immediately. After receiving the material, the CONTRACTOR will be responsible for it. A written receipt signed by the CONTRACTOR is required for all materials accepted. 10. DEFECTIVE WORK If at any time before final acceptance of the work, defects shall be found, the CONTRACTOR shall promptly correct such defects, remove and dispose of all defective or unsatisfactory work or materials, and supply other work and/or materials in accordance with the Contract requirements. Completed construction will not relieve the CONTRACTOR of the responsibility for satisfactory work or materials, although the defects may have been overlooked by the CONTRACT ADMINISTRATOR, or may have been the result of damage from any cause. Bidder's attention is called to Section 10 "PERFORMANCE AND PAYMENT GUARANTY," re: requirement for continuation of a bond for a period of one (1) year after completion and acceptance of work performed under this Contract. RMIRS-PB09-2003 12/9/03 Page 72 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-81 ATTACHMENT"A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS 11. SITE -RESTORATION The CONTRACTOR shall remove all excess material and shall clean and restore the site to its original condition or better, All damage as a result of work under this Contract done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, traffic signs, shrubbery, grass, trees, utility poles, utility pipe lines, conduits, catch basins, flagstones, rocked, graveled or stabilized areas or driveways, and including all property not specifically named herein, shall be repaired and/or replaced as necessary by the Contractor at Contractor's expense. 12. STANDARDS Whenever in these specifications certain standards or regulations are referred to by name and or number, the applicable publication shall be the latest edition thereof. 12.1 Reference by abbreviation is made in accordance with the following list: AASHTO for American Association of State Highway Officials ASNI for American National Standards Institute AREA for American Railroad Engineers Association ASTM for American Society for Testing Materials AWWA for American Water Works Association ASA for American Standards Association 13. TESTING All tests that are required shall be done by an independent testing laboratory supplied by the COUNTY. The CONTRACTOR shall supply the requested samples for the testing without additional cost to the COUNTY. The cost for the testing shall be paid by the COUNTY. Any test which fails to meet the "Minimum Standards" shall be paid for by the CONTRACTOR by deducting the costs from the contract price. 14. EASEMENT PROCEDURES The CONTRACTOR shall advise property owners prior to beginning construction in an easement, Easement requirements are a part of the easement acquisition agreements between the property owners and the COUNTY. The CONTRACTOR shall consult with, and be advised by the division requesting services of all easement acquisition agreements. 15. ALLOWANCE FOR NON-BROWARD COUNTY PERMIT FEES Measurement for payment for non-Broward County permit fees will be based upon the actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, all in accordance with the Contract Documents. The allowance amount shown on the bid schedule is an estimated of permit fees required for the project and is a cost pass through item. The permit fee located on page 10 of 64 will be reconciled with the actual cost by change order. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated and approved by the ENGINEER will be paid as part of this bid item. RMIRS-PB09-2003 12/9103 Page 73 of 95 PREVIOUS CONTRACT NO. H-6-01-090-131 BID NO. H-9-03-242-131 ATTACHMENT "A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR MAINENANCE AND INSTALLATION OF ROADWAY SYSTEMS 16, PAY ITEM NO. 2a: 16.1 PORT SECURITY — BACKGROUND CHECKS IDENTIFICATION BADGES AND DOCKSIDE PERMITS: This allowance item is established in order to reimburse the CONTRACTOR for paying for the requisite criminal background checks, identification badges and dockside permits, in accordance with the Port Security Regulations. CONTRACTOR shall be responsible for insuring that all personnel apply for identification badges and permits. CONTRACTOR shall be solely responsible for insuring that all personnel associated with this project display an identification badge or dockside permit, at all times. After obtaining and paying for the identification badges and dockside permits, the CONTRACTOR will be reimbursed the cost, from the Port.Security — Background Checks, Identification Badges and Dockside Permits Allowance Pay Item. CONTRACTOR shall include copies of paid receipts, identification badges and dockside permits in order to be reimbursed. CONTRACTOR shall request reimbursement on a monthly basis, in conjunction with the Application for Payment. No markup or additional charge by the CONTRACTOR will be allowed. CONTRACTOR may use the allowance amount in any combination of background checks, identification badges and dockside permits, Once allowance amount is exhausted, CONTRACTOR shall request and be issued a change order for the reimbursement of amounts spent for background checks, identification badges and dockside permits. CONTRACTOR will not be allowed markup or additional charge for the reimbursement costs beyond the allowanced amount 17. PAY ITEM NO. 2b — UNSUITABLE SOIL MATERIALS REMOVAL AND DISPOSAL 17.1 DESCRIPTION: This unit price item is compensation for all unsuitable soil material removal and disposal required to prepare the roadway for base and asphalt installation from the post clearing and grubbing grade to the proposed Subgrade elevation. 17.2 MEASUREMENT AND PAYMENT: This unit price amount is billable on the number of cubic yards of unsuitable material removed and disposed of off -site at a licensed disposal facility as substantiated by truck tickets signed by authorized Port personnel and receipts from the licensed disposal facility. This unit price shall include the operations required to separate unsuitable material from suitable material to be utilized on site. All other earthwork activities included within this section and described within the construction plans shall be considered incidental and will have no separate payment. RMIRS-PB09-2003 12/9103 Page 74 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 ATTACHMENT "A" (Continued) TECHNICIAL SPECIFICATIONS AND REQUIREMENTS REPAIR MAINENANCE AND INSTALLATION OF, ROADWAY SYSTEMS 18. PAY ITEM NO 2c 18.1 FLORIDA POWER AND LIGHT FPL ALLOWANCE: This Allowance Item allows for the CONTRACTOR to be reimbursed the cost of FPL services to relocate their facilities (i.e., underground ducts, manholes, power poles, transformers, cables) which may exist at the project site and conflict with the final plans and specifications for project build out. The CONTRACTOR will coordinate its work with FPL. The cost of any FPL facilities requiring relocation shall be paid for by the CONTRACTOR. The CONTRACTOR shall be reimbursed these FPL costs which will be paid for under the Allowance Pay Item. Payment shall be made to FPL by the CONTRACTOR within seven business days after receipt of invoice. The invoice must be submitted with a copy of the paid FPL invoice and copy of the CONTRACTOR's check, which substantiates payment, on their next Pay Application. No mark up or charge by the CONTRACTOR will be reimbursed. No payment will be made by the COUNTY for FPL repair costs stemming from facilities damaged by the CONTRACTOR. RMIRS-PS09-2003 1219103 Page 75 of 95 PREVIOUS CONTRACT NO. H-5.01-090-81 BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No Beneficiary: Broward County through its Broward County Board of County Commissioners County Administrator Governmental Center 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Expiry: We hereby authorize you to draw on ATTACHMENT "B" Applicant: Amount: BID NO. H-9-03-242-B1 (in United States funds) (Date) Bid/Contract Number at (Bank, Issuer name) (Branch Address) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of available by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of upon by and between Broward County and (Contractor, Applicant, Customer) (Contractor, Applicant, Customer) ursuant to the Bid/Contract No. for Drafts must be drawn and negotiated not later than Drafts must bear the clause: "Drawn under Letter of Credit No. of (Bank Name) (Name of Project) (Expiration Date) (Number) dated RMIRS-PB09.2003 12/9103 Page 76 of 95 PREVIOUS CONTRACT NO. H-5-01.090-131 ATTACHMENT "B" (Continued) BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT (Continued) BID NO. H-9-03-242-B1 This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the Broward County Administrator with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to Broward County that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default, This Let'-- r Credit sets forth in fu!1 thF germs of our undertaking, and such undertaking shall not in any way be modified, amender:, J r ;-nts, instrument, or agreement referred to herein or to which this Letter of Credit is referreu �, ., ,� yu+` �` , :nd any such reference shall not be deemed to incorporate herein by reference any document, instru - 1 -r- greement. We hereby agree with th.s -� _.:., ..., anc? Iona fide holders of all drafts drawn under and in compliance with the terms i': is C. L .. drawee. Certificate by Ine,, (Contractor, Appi... ruin )` Guaranty and Insurance , oe released of obligations. This Credit is subject to the "Uniform Customs ar,u ractice for Documentary Credits," International Chamber of Commerce 0984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or county and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title RMIRS-PB09-2003 1219/03 Page 77 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. 1-1-9- 3.242-B1 ATTACHMENT "D" PERFORMANCE AND PAYMENT GUARANTY FORM IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: Broward County through its Broward County Board of County Commissioners County Administrator Governmental Center 115 South Andrew Avenue Fort Lauderdale, Florida 33301 Amount: Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Branch Address) in United States Fund (Bank, Issuer name) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of available by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of (Contractor, Applicant, Customer) agreed upon by and between Broward County and pursuant to the Bid/Contract No. and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than Drafts must bear the clause: "Drawn under letter of Credit No. of (Bank Name) (Contractor, Applicant, Customer) for (Name of Project) (Expiration Date) dated (Number) RMIRS-PB09-2003 1219103 Page 80 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 ATTACHMENT "D" (Continued) PERFORMANCE AND PAYMENT GUARANTY FORM IRREVOCABLE LETTER OF CREDIT BID NO. H-9.03-242-B1 This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the final completion of the Project by the (Contractor, Applicant, Customer) and final acceptance by Broward County. This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title RMIRS-PS09-2003 1219/03 Page 81 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-B1 ATTACHMENT "E" FORM OF CERTIFICATE AND AFFIDAVIT FOR BONDS UNDER $500,000.00 TO: BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY RE: BID NUMBER BIDDER NAME ADDRESS PHONE AMOUNT OF BOND SURETY BOND COMPANY NAME ADDRESS PHONE ' This is to certify that, in accordance.with Chapter 85-104, Laws of Florida (HB1266), the insurer named above: Holds a certificate of authority authorizing it to write surety bonds in Florida. Has twice the minimum surplus and capital required by the Florida Insurance Code. Holds a currently valid certificate of authority issued by the United States Department of Treasury under Section 9304 to 9308 of Title 31 of the United States Code. Date Signed Agent and Attorney -in -Fact AFFIDAVIT STATE OF FLORIDA ) COUNTY OF )SS ) Before me this day personally appeared Chief Financial Officer of who, being duly sworn, executed the foregoing instrument and acknowledged to and before me the truthfulness and accuracy of the statements in the foregoing instrument. Signature of person making Affidavit SWORN TO AND SUBSCRIBED before me this day of 2004 Notary Public, State, State of Florida My Commission Expires: RMIRS-PB09-2003 12/9103 Page 82 of 95 PREVIOUS CONTRACT NO. H-5-01.090-B1 BID NO, H-9.03-242-B1 ATTACHMENT "F" 00321. BIDDER SDBE RESPONSE SHEET NOTE. THIS FORM SHOULD BE COMPLETED BY THE BIDDER AND RETURNED WITH THE BID AND SCHEDULE(S) OF PARTICIPATION AND/OR UNAVAILABILITY. FAILURE TO RETURN THOSE FORMS WILL RESULT IN THE REJECTION OF YOUR BID. ALL CATEGORIES OF SDBE CONTRACTORS MUST BE ADDRESSED. Please check appropriate boxes: ASIAN- AFRICAN HISPANIC PACIFIC NATIVE OTHER WOMEN AMERICANS AMERICANS AMERICANS AMERICANS GROUPS* ALL SDBE GOALS HAVE [ ] [ ] [ ] ( ] [ ] ] BEEN MET eSubmit Schedule of Participation SDBE GOALS HAVE BEEN PARTIALLY MET eSubmit Schedule of Participation and eSubmit Schedule of Unavailability NO SDBE GOALS HAVE BEEN MET [ ] [ ] [ ] [ ] [ ] [ ] eSubmit Schedule of Unavailability * "OTHER GROUPS," if any, shall include those SDBE groups not specifically named above, but required to be addressed as noted on the Deviation page. Signature: Title: T Date: - RMIRS-PS09-2003 1219/03 Page 83 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. 1-1-9-03-242-131 SPECIAL INSTRLUCTIONS TO BIDDERS (Continued) REPAIR MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 21. MINORITY CERTIFICATION STATUS The Broward County Purchasing Division is tracking the amount of business given to minority businesses that are not formally certified by the Office of Equal Opportunity. Attachment X" is included for informational purposes only and will not result in formal certification nor be a factor in award. This information will be used internally to assist in identifying Minority and/or Woman owned business in our data base. Completed forms will be forwarded to the Office of Equal Opportunity for their information. 22. LIVING WAGE ORDINANCE: Bidders are advised that the provisions of Broward County Ordinance 2002-45 (Living Wage Ordinance) will apply to this contract. By submitting a bid pursuant to these specifications, a bidder is hereby agreeing to comply with the provisions of Ordinance 2002-45 and acknowledges awareness of the penalties for non-compliance. Explanation of Living Wage requirements is included in Attachment "L". The Living Wage Certification, included in Attachment "L", must be furnished to this office prior to an award being made as well as submitted with each invoice for the services specified herein. 23. SMALL DISADVANTAGED BUSINESS ENTERPRISE AFFIRMATIVE ACTION PROGRAM (SDBEAAP) In 1993, the Board of County Commissioners enacted ordinance #93-17 updating the Small Disadvantaged Business Enterprise (SDBE) Affirmative Action Program, requiring goals in all County procurement activity at the following levels: (1) One Hundred and Fifty -Thousand ($150,000) Dollars or above in construction activity; (2) Seventy -Five Thousand ($75,000) Dollars or above in total contract value for architectural/engineering and other professional services; and (3) Fifty Thousand ($50,000) Dollars or above in total contract .value for all other goods and services activity. This project falls into category 1 above. If the contract value is [$150,000] or more bidders must comply with the provisions of: a. Section 00320 - County Attorney Form #170 (attached). b. Article XIV, Chapter 20, Broward County Code of Ordinances; and C. Administrative Procedures implementing item (b) above A copy of items (b) and (c) may be viewed at, and any questions regarding the County's SDBE Program should be directed to the Division of Equal Employment $ Small Business Opportunity (DEESBO) at 357-7800 during weekday business hours. PLEASE NOTE ALL BIDDERS SHOULD SUBMIT COMPLETED THE FOLLOWING SDBE DOCUMENTS WITH THEIR BID; HOWEVER, MUST SUBMIT COMPLETED PRIOR TO AWARD. RMIRS-PS09-2003 12/9/03 Page 11 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9.03-242-61 SPECIAL INSTRUCTIONS TO BIDDERS (Continued) REPAIR. MAINTENANCE AND INSTALLATION OF ROADWAY SYSTEMS 23. SMALL DISADVANTAGED BUSINESS ENTERPRISE AFFIRMATIVE ACTION PROGRAM (SDBEAAP) (Continued) (1) A Bidder SDBE Response Sheet (Attachment "F"). This identifies the mix of SDBE responses. (2) A Schedule of SDBE Participation (Attachment "G"). This shows any County certified SDBE firms participating as a contractor, subcontractor, supplier or material provider. In accordance with County rules, a woman who is a member of a minority group, may be counted as a Woman Business Enterprise (WBE) or Minority Business Enterprise (MBE), but not both. (3) An SDBE Schedule of Unavailability (Attachment "H"). This is required to show good faith effort any time the numerical goals announced in these bid documents have not been met at the time you submit your bid. If this contract has a value of less than [$50,000] [$75,000] [$150,000], or unless SDBE goals have been specified, there ARE NO County SDBE goals you need to address and no SDBE documents to submit. The County encourages you to use SDBE whenever practicable, and the DEESBO maintains a directory of SDBE WHICH is available to bidders. Only those firms certified by Broward county by bid submission date may be counted towards SDBE goals. If required by these bid documents the bidder should submit an Employee_ Affirmative Action Plan with the bid, but prior to award, related to the utilization of qualified minorities and women in its work force whether directly or indirectly involved in this project as an Attachment. Such plan should detail the bidder's efforts to recruit, train and promote qualified minorities and women in its work force. It should also contain policy statements regarding employment of disabled persons and a copy of the bidder's complaint procedure. Affirmative action plan applicable Yes •l No Please contact the staff of the Office of Equal Opportunity for more details at 357-7800. In addition, the DEESBO also maintains the director on-line through the Broward County SEFLIN Free Net network and on the County's World Wide Web Site. Contact the Division for more information. THIS CONTRACT HAS THE FOLLOWING SDBE NUMERICAL GOAL: 20% In addition to the SDBE Directory mentioned above, the Department of Equal Employment Small Business Opportunities also maintains the directory which is available for use by CONTRACTORS on- line through the Broward County SEFLIN Free Net Network. Contact the DEESBO' for more information. The COUNTY encourages the CONTRACTOR to use minority owned -and -operated banks. IDEESBO - Department of Equal Employment Small Business Opportunities RMIRS-PB09-2003 12/9I03 Page 12 of 95 PREVIOUS CONTRACT NO. H-5-01-090-61 ATTACHMENT "G" 00322. SCHEDULE OF SDBE PARTICIPATION `I r + �81DlCONTRACT NO) T (NAME qF BIDDER) (ADDRESS) BID NO. H-9-03.242-B1 (TELEPHONE NO.) The undersigned representative of the Bidder states that the Bidder has contacted the SDBEs listed below and that said SDBEs have agreed to perform the work for the dollar value set forth and that the following information regarding SDBE Subcontractors is true and correct to the best of his/her knowledge: (Ijme of SJ?BE Contractor contacted) (Name of SDBE Contractor contacted) f ., . V; w s \ c'i iW..r �C_ • r"r'J'� .'.�5 �C.:�r,. V L �} 71 � l � �rt."•1. I `i,7,. r, "�L, ��S.i .,±�.�r: { (Address) h (Ad Tess) (Scope of work to be performed) (Scope of work to be perfor ed) 1,2 (Total dollar value) (Total dollar value) SDBE GRO SDBE GROUP: 4° •mot �-G (Name of SDBE Contractor contacted E ,, , ::;��- ? F (Name of SDBI5 Contractor contacted) l :t,. �.rl i:�,1. ,�. '7y i i "�' tr.1'`Y.J. •�� ��: `� ; •. .._.,� ,__;y r� �.y � L!•: :`�:.:; .F lJ' ..�i"vTic.`9•.v �. ^` W��i;!';_r' •� • R'lik, �A (Address) (Address) ��,}.♦ r';�`�ww.,. 'Y�.'Cl�'!\�S, 4����..ry�_..�-'e;CiJ.iti. 1.�..:w:: �Y1,`jC. ".�,a_^�>+..^ ..':�v;ra\�-^1�t^-!'.; .. �J'l�iC.:'Y \_...•=�`,,r'.. (Scope of work to be performed) (Scope of work t be performed) $ A. r, $ (Total dollar value) (Total dollar val ) SDBE GROUP:, SDBE GROUP - (Name of SDBE Contractor contac eq) �r (Name of SDBE Contractor contacted) z►c. (Address) (Address) (Scope of work to be performed) (Scope of work to be perform d) (Total dollar value) (Total dollar value) SDBE GROUP: SDBE GRQVP: r PLEASE ATTACH ADDITIONAL INFORMATION IF NECESSARY, Signature: Title: DANIEL D. WEEK RESIDENT Date: RMIRS-PS09-2003 12/9103 Page 84 of 95 00322. SCHEDULE OF SDBE PARTICIPATION: L (BID/CONTRACT NO.) �,<Liz.�.-�.�e:.� irl. "�`�.� ¢/ik.t-�.. LSr�C� tY: f;'r�`jl �`-� .��,,�1 �_w}�=. �•.y .T�:� �),.7J� Z. (NAME OF BIDDER) (ADD. SS) (TELEPHO E NO.) r • - , ��' The undersigned representative of the Bidder states that the Bidder has contacted the SDBEs listed below and that said SDBEs have agreed to perform the work for the dollar value set forth and that the following information regardinq SDBE Subcontractors is true and correct to the best of his/her knowledge: (NAM .OtF�SO tCONTF CONfA ,t 1] (NAME OF SDBE CONTRACTOR CONTACTED) (ADDRESS) (ADDRESS) (SCOPE WORK_ BE PERFORMED) $ 1:? i C (SCOPE OF WORK TO BE PERFORMED) S (TOTAL DOLLAR VAL ) SDBE GROUP: ( f- . (TOTAL DOLLAR VALUE) SDBE GROUP: (NAME OF SOBS CONTRACTOR CONTACTED) (NAME OF SDBE CONTRACTOR CONTACTED) (ADDRESS) (ADDRESS) (SCOPE OF WORK TO BE PERFORMED) S (SCOPE OF WORK TO BE PERFORMED) S (TOTAL DOLLAR VALUE) SDBE GROUP: (TOTAL DOLLAR VALUE) SDBE GROUP: (NAME OF SOBE CONTRACTOR CONTACTED) (NAME OF SDBE CONTRACTOR CONTACTED) (ADDRESS) (ADDRESS) (SCOPE OF WORK TO BE PERFORMED) S (SCOPE OF WORK TO BE PERFORMED) S (TOTAL DOLLAR VALUE) SDBE GROUP: (TOTAL DOLLAR VALUE) SDBE GROUP: PLEASE ATTACH ADDITIONAL INFORMATION IF NECESSARY, Signature: Title: ��4>c�.e✓ Date: ( t`3 2, CP PREVIOUS CONTRACT NO. 1-1-5-01-090-131 BID NO. H-9-03-242-B1 ATTACHMENT "H" 00325. SCHEDULE OF SDBE UNAVAILABILITY (BID/CONTRACT NO.) (NAME OF BIDDER) (ADDRESS) (TELEPHONE NO.) The undersigned representative of the Bidder states that the Bidder has contacted the SDBEs listed below and that said SDBEs are unavailable to perform or submitted a bid which was not the low acceptable bid set forth and that the following information regarding SDBE subcontractors is true and correct to the best of his/her knowledge: The following SDBE contractors were invited to bid subcontract work, but were not available to work. (Attach list if necessary.) Name SDBE Group 2. The following SDBE contractors were invited to bid subcontract work, but did not respond to the invitation. (Attach list if necessary,) Name SDBE Group 3. The following SDBE contractors submitted bids which were not the low acceptable bids. (Attach list if necessary.) Name SDBE Group If you did not get any responses to your solicitation of SDBE contractors, please indicate your efforts, i.e., advertising, personal calls, mailing lists, etc. (may be verified). (Attach list if necessary.) • rr»`_ RMIRS-PS09-2003 1219103 Page 85 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-131 ATTACHMENT "H" 00325. SCHEDULE OF SDBE UNAVAILABILITY (Continued) 3. The COUNTY must maintain records concerning SDBE participation in its contracts, the CONTRACTOR should, within ten days after receipt of Notice of Award, submit to the Project Coordinator a Schedule of SDBE Participation showing SDBE firms (if any) scheduled to participate in the Contract as prime Contractor, Subcontractor, or supplier (negative schedules are required if no SDBE's are scheduled to participate), and one SDBE Identification Affidavit for each SDBE Scheduled to participate in the contract, if the SDBE does not already have an Affidavit on file with the DEESBO, Room A680 Governmental Center Annex, 115 South Andrews Avenue, Fort Lauderdale, Florida 33301, telephone (954) 357-7800. 4. The DEESBO of the COUNTY maintains a directory of SDBE which is available for use by CONTRACTORS. 5, The COUNTY encourages the CONTRACTOR to use minority owned -and -operated banks. 6. SMALL DISADVANTAGED „BUSINESS ENTERPRISE (SDBE) is defined as a small business that is at least 51 percent beneficially owned and is routinely managed by one or more disadvantaged individuals of the following classifications: RMIRS-PB09-2003 12/9/03 Page 86 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 ATTACHMENT "I" 00124. LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR Letter of intent to Perform as a Subcontractor TO (Name of Prime or General Builder Contract No BID NO.H-9-03-242-B1 The undersigned intends to perform work in connection with the above Contract as (check one): ❑ an individual ❑ a corporation © a partnership ❑ a joint venture The minority status of the undersigned is confirmed (a) on the records of the Purchasing Division, Board of County Commissioners, Broward County; or (b) on the attached Small Disadvantaged Business Enterprise identification Affidavit. The undersigned is prepared to perform the following described work in connection with the above Contract, (Specify in detail particular work items or parts thereof to be performed.) at the following price: You have projected the following commencement date for such work, and the undersigned is projecting completion of such work as follows: Items Projected Commencement Date Projected Completion Date percent of the dollar value of the subcontract will be sublet and/or awarded to minority contractors and/or minority suppliers. The undersigned will end into a formal agreement for the above work with you conditioned upon your execution of a Contract with the Board of County Commissioners. M Form #103-25/AO514 GCF#170-39 11 /22/85 RMIRS-PB08-2003 1219/03 Page 87 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-131 ATTACHMENT "J" DRUG FREE WORKPLACE CERTIFICATION The undersigned vendor hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (1) The dangers of drug abuse in the workplace: (ii) The offerors policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (1) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's 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 of any state, for a violation occurring in the workplace NO later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (1) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). DANIEL D. T STATE OF �1arlpg COUNTY OF f=�r/wAr4' The by (Print Vendor Name) ing instrument was acknowledged before me this c24 day of �7 t_ 2004, (Name of l3erson who's signature is being (Title) (Name of notarized) ration/Company), known to me to be the person described herein, or who produced (Type of Identification) as identification, and who did/di not take h. NOT RY LIC: Teresa Patane s. Iti111INS ion #U0221318 _{Signature) ,� 16200 r .4--a .r. 'm oil .` u1 ierl Thru (Pri Name) AtI „c;� Qr,A T rtj Inc. My commission expires: RMIRS-PB09-2003 12/9103 Page 88 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03.242-B1 ATTACHMENT "K" MINORITY CERTIFICATION STATUS Dear Business Owner: If you are a minority and/or woman owned business please complete and return this form. This information will assist us in identifying your Minority and/or Woman Owned Business in our data base for future procurement and contracting opportunities with Broward County Board of County Commissioners. This form is not intended to certify your firm. It will be used internally for information purposes and sent to the Office of Equal Opportunity who you must contact to complete your certification. They can be reached at 954-357-7800, ETHNIC GROUP STATUS: Specify the ethnic group and percentage of ownership of the person(s) who owns and controls (management & operational) 51 % or more of the firm. AFRICAN-AMERICAN MALE % FEMALE % HISPANIC-AMERICAN MALE FEMALE % CAUCASIAN FEMALE % DEFINITIONS: ASIAN-AMERICAN MALE % FEMALE _% NATIVE-AMERICAN MALE % FEMALE % African -American - any black individual of the racial groups of Africa: Asian American - persons whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan, India, Pakistan and Bangladesh, Hispanic -American - persons of Spanish or Portuguese culture including origins in Mexico, South America, Central America, or the Caribbean Islands; or Native -American - persons having origins in any of the original peoples of North America, Caucasian Female, women that are not included in the above categories. Are you currently certified as a minority vendor? With what agency(s) Comments: Firm Name FEI # Signature Date RMIRS-PS09-2003 12/9/03 Page 89 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-131 ATTACHMENT "L" INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE The following is a summary of requirements contained within Broward County Ordinance 2002-45 (Living Wage Ordinance). If there is any conflict between the following summary and the language in Broward County Ordinance 2002-45, the language in Ordinance 2002-45 governs. These terms may supplement the specific requirements of the ordinance in order to effectuate the intent. Bidders are advised that the provisions of Broward County Ordinance 2002-45 (Living Wage Ordinance) will apply to any contract(s), exceeding $100,000.00, awarded pursuant to this bid. By submitting a bid pursuant to these specifications, a bidder is hereby agreeing to comply with the provisions of Ordinance 2002-45, and acknowledges awareness of the penalties for non-compliance. A copy of this ordinance may be obtained from the purchasing agent issuing this bid. I. The bidder, under the terms of the Living Wage Ordinance, must comply with the following details. See the full Ordinance at www.municode.com for full information about contractor's obligations: A. All covered employees, including those of the Bidder's subcontractors, providing service pursuant to the Bidder's contract shall be paid a living wage of no less than $9.57 per hour with health benefits, as described in this section, or otherwise $10.82 per hour, regardless of any contractual relationship which may be alleged to exist between the Bidder and such employees. The Bidder and covered subcontractors, hereinafter referred to as "covered employer" may comply with the living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits, costing the covered employer at least $1.25 per hour toward the provision of health care benefits for employees and their dependents. B. Covered employees shall be paid not less than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. C. The employer must post in a visible place on the site where such contract work is being performed, a notice specifying the wages/benefits to be paid under County Ordinance 2002-45. This poster will be provided by the County. Bidders shall provide a copy of the requirements of the ordinance to any entity submitting a bid for a subcontract on this contract, prior to their submitting a bid. D. The covered employer must print the following statements on the front of the covered employee's first paycheck after October 1, 2003 for work performed for this contract and every six months thereafter: "You are required by Broward County Ordinance to be paid at least (insert applicable rate pursuant to the Ordinance) dollars an hour. If you are not paid this hourly rate, contact your supervisor or a lawyer." All notices will be printed in English, Spanish and Creole, RMIRS-PS09-2003 12/9103 Page 90 of 95 PREVIOUS CONTRACT NO. H-5-01-090-B1 BID NO. H-9-03-242-81 ATTACHMENT "L" (Continued) INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE II. LIVING WAGE - INDEXING: The Living Wage amounts shall be annually indexed to inflation using the Miami PMSA Consumer Price Index for all Urban Consumers (CPI-U), calculated by the United States Department of Commerce. The first indexing adjustment shall occur for the 2004-2005 County fiscal year using the Consumer Price Index figures provided for the calendar year ending December 31, 2003, and thereafter on an annual basis. Unless amended, the Living Wage Ordinance Indexing will be implemented as follows: No later than March 30, 2004 and every March 30 thereafter, the County will post the adjusted living wage rates on its Purchasing Division website, and will notify the awarded contractor of these rates which will be effective the following October 1. Service contractors so notified are responsible for notifying existing covered subcontractors of the revised living wage rates no later than May 30. All covered employers shall commence payment of the revised rates to covered employees no later than October 1 of that year. III. LIABILITY FOR UNPAID WAGES,• LIQUIDATED DAMAGES; WITHHOLDING: In the event of any underpayment of required wage rates by the covered .employer, civil and/or administrative penalties may be assessed. IV. PAYROLL; BASIC RECORDS; .REPORTING: A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The records shall contain: the name and address of each covered employee, the job title and classification, the number of hours worked each day, the gross wages earned and deductions made; annual wages paid; a copy of the social security returns and evidence of payment thereof; a record of fringe benefit payments including contributions to approved plans; and other information the Contract Administrator should require from time to time, B. The successful bidder shall provide a certificate to the Contract Administrator prior to the award of the contract in substantially the form attached hereto. It must include the name, address, and phone number of the covered employer and a local contact person; the specific project for which the service contract is sought; the amount of the contract and the applicable department the contract will serve; a brief description of the project or service provided; a statement of the wage levels for all employees; and a commitment to pay all employees a living wage as set forth in the Ordinance. A new certificate must be provided with every invoice for payment. C. The covered employer shall submit the payroll information required every six months, to the applicable Contract Administrator, including a copy of the complete payroll for one payroll period showing employer's payroll records for each covered employee working on the contract for covered services. RMIRS-PB09-2003 12l9/03 page 91 of 95 PREVIOUS CONTRACT NO. H-5-01-090-Bi BID NO. H-9-03-242-B1 ATTACHMENT "L" (Continued) INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE IV. PAYROLL: BASIC RECORDS: REPORTING: (Continued) D. The covered employer shall make the covered employees' payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours on the job. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the ordinance and for the maintenance of records and provision of access to same by all covered subcontractors. V. SUBCONTRACTS: The service contractor shall insert in any subcontracts the applicable clauses as required by the Living Wage Ordinance and also a clause requiring the sub -contractors to include these clauses in all other subcontracts. The service contractor shall be responsible for compliance by any subcontractor with the Living Wage Ordinance as it applies to their subcontract. VI. COMPLAINTS AND HEARINGS: TERMINATION' AND DEBARMENT: If a covered employee believes that he or she is not being paid in accordance with the Living Wage Ordinance, the employee may file a complaint with the Office of Professional Standards in accordance with the County's Living Wage Complaint Procedures. Complaints will be investigated, determinations issued, and hearings afforded to the effected parties in accordance with the County's Living Wage Complaint Procedures. Covered employers found to have violated the ordinance may suffer any or all sanctions provided for in the ordinance, including wage restitution, damages, termination or suspension of payment under the contract, termination of the contract, debarment. The ordinance also provides employees with a private right of action in court. RMIRS-PB09-2003 12/9/03 Page 92 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 ATTACHMENT "L" BROWARD COUNTY BID NO. H-9-03-242-B1 LIVING WAGE EMPLOYER CERTIFICATION (This certification must be provided at the request of the purchasing agent before award of the contract and must be included with every invoice.) Employer: Date: Address: Phone Number: Local Contact: Bid/Contract Number: Address: Contract Amount: Phone Number: Department Served: Brief Description of Service Provided: Please check one: By signing below I hereby certify that the employees listed below: A. Receive a minimum pay of $ per hour and are provided health benefits valued at $ per hour. B. _ Receive a minimum pay of $ per hour and are not provided health benefits. Please check one: Names of employees to be providing covered services for the above referenced contract: Names of employees that provided service for this invoice period: Names A or B Names A or B ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Use reverse side or attach information, if needed I. , hereby certify that is committed Name Title Contractor to pay all employees working on this contract/project, and therefore covered by the Broward County Living Wage Ordinance 2002-45, in accordance with wage rates and provisions of the Living Wage Ordinance. I further certify that all of the information provided above is true, complete and correct. By Signature Print/Type Name and Title RMIRS-PB09-2003 1219/03 Page 93 of 95 PREVIOUS CONTRACT NO. H-5-01-090-131 BID NO. H-9-03-242-B1 ATTACHMENT "M" CERTIFICATION OF VENDORS PROVIDING BENEFITS FOR DOMESTIC PARTNERS The undersigned vendor hereby certifies that its employee benefits policies are in compliance with Broward County Ordinance #1999- 03, as amended by Broward County Ordinance #1999-18, as follows: A. Vendor's employee benefits program includes the following minimum standards: 1. Any vendor's employee who is a party to a domestic partnership relationship is entitled to elect insurance coverage for his or her domestic partner or a dependent of such domestic partner on the same basis in which any other vendor's employee may elect insurance coverage for his or her spouse or dependents. A vendor's employee's right to elect insurance coverage for his or her domestic partner, or the partner's dependent, extends to all forms of insurance provided by the vendor to the spouses and dependents of vendor's employees, 2. Any vendor's employee who is a party to a domestic partnership relationship is entitled to use all forms of leave provided by the vendor including, but not limited to sick leave and annual leave to care for his or her domestic partner or the dependent of the domestic partner as applicable. 3. All other benefits available to the spouses and dependents of vendor's employees are made available on the same basis to the domestic partner, or dependent of such domestic partner, of a vendor's employee who is party to a domestic partnership relationship.. 4. It is within the vendor's discretion as to what benefits are provided to its employees and whether vendor's employees who are party to a domestic partnership relationship must be registered in accordance with Broward County Ordinance No. 1999-03, as amended, in order to be eligible for access to employee benefits. B. The vendor's. domestic partnership eligibility criteria are substantially equivalent to the following: 1. Each domestic partner is at least 18 years old and competent to contract. 2. Neither domestic partner is married nor a partner to another domestic partnership relationship. 3. The domestic partners are not related by blood. 4. Consent of either domestic partner to the domestic partnership relationship has not been obtained by force, duress, or fraud. 5. Each domestic partner agrees to be jointly responsible for each and -shelter -- (Vendor signature) DANIEL D. WEEKLEY, PRESIDENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of by of (Name of person whose signature is being notarized) herein, or who produced (Name of Corporation/Entity) NOTARY PUBLIC: (Signature) (Print name) State of My commission expires: RMIRS-PS09-2003 1219103 (Type of Identification) at Large (SEAL) (Print vendor name) (Title) known to me to be the person described as identification, and who did/did not take an oath. Page 94 of 95 PREVIOUS CONTRACT NO. 1-1-5-01-090-B1 ATTACHMENT"N" BID NO. H-9-03-242-B1 tie required of the selected firm and identified in the negotiated agreement. Any deviation or than contract ne otiation eriod shall be a roved b Risk Mana ement. ge during the kimitisf'ort t fablilw— in. Thtfiu ri , otF Uotlars Type of Insurance Each GENERAL LIABILITY Occurrence Aggregate Bodily Injury [�) Commercial Form Property Damage [ Premises -Operations 14-r Explosion & Collapse Hazard Bodily Injury and Property Underground Hazard Damage Combined [ Products/Completed J0 0 r�5 aQ /C Operations Hazard Personal Injury Contractual Insurance [ Broad Form Property Damage Independent Contractors [ ] Personal Injury [. ] Garage AUTO LIABILITY Bodily Injury (each person) 11Comprehensive Form IT Owned Bodily Injury (each accident) [ Hired Property Damage [4Non-6wned s Bodily Injury and Property Oo t Damage Combined EXCESS LIABILITY [ ] Umbrella Form Bodily Injury and Property WI [ ] Other than Umbrella Form Damage Combined [ WORKER'S COMPENSATION is AND EMPLOYER'S x I ] STATUTORY rxa ifs i LIABILITY (NOTE ") �%!I w ._ r�... ,r (each accident) OTHER��/dG /� tV1 (] Publisher Professional Maximum Deductible _,-Liability - E & O Each Claim [Property Coverage/ _ Builder's Risk /ZS6"2A4 i %Zt4/t ' aldiplip� p! OP"�llOn/LOc�fipn'3.�/M1iCfey (-,^^'���� Certificate must show on general liability only; Additional Insured; Broward County Board of County Commissioners, Broward County, Florida Certificate Must be Signed and All applicable Deductibles shown Note ' - If the Company is exempt from Workers' latter on Company leCompensation Coverage, please provide a tterhead or State's exemption which documents this status and attache to the Certificate of Insurance for appro%al. Cancellation. Thirty (3o) Day written notice of cancellation required to the Certificate Holder, Nairre E Addrrss at cwrtlfl'"'I Molddr Broward County. Board of County,Commissioners ..Purchainln9 Division,::Su�te 212 11¢:$outh Aricirews Avenue Fort LaudeCdta�le FL 333t71 r RE::.Bid # r? ' % ? ,, Projachit RMIRS-PB09.2003 12/9/03 Page 95 of 95 Exhibit "3" a weekley asphalt paving, ine. 20701 S'T`IRLING ROAD - PEMBROKE PINES, FL 33332 April 28, 2006 City of Tamarac Attn.: Doug Ritchie Subject: Broward County Contracts Dear Mr. Ritchie: Please find enclosed a copy our current Broward county contract. It is our intention to offer the city the use of the Broward County pushbutton contract for the road construction your city is requesting. We are looking forward to working with you in constructing quality projects for the City of Tamarac. Respectfully, WEEKLEY PHALT PAVING, INC. Michael Vlam, Construction Manager mv3295 PHONE: (954) 600-8005 ENGINEERING FAX (954) 680-8671 0 ACCOUNTING FAX (954) 660-8692 W, WEEKLEY ASPHALT PAVING, INC. 20701 Stirling Road • Pembroke Pines • Florida 33332 BROWARD: (954) 680-8006 FAX: (954) 680-8671 WAP JOB NO.: ,�LIIMIT" ailk rem :M -Ti PG NO.: DESCRIPTION: City of Tamarac - Aquatic Center Bid Item Quantity Unit UnitPrice Description Proposed Amount 265 204.000 LF $70.00 Handrail Pipe (Aluminum) $ 14,280.00 247 204.000 LF $180.00 Concrete Barrier Wall - Perm. $ 36,720.00 273 136.000 SY $26.00 Concrete Sidewalk (4" Thick) $ 3,536.00 4 SY $33.00 Concrete Sidewalk (6" Thick) $ - 5 600.000 LF $18.00 Steel Guardrail $ 10,800.00 6 25.000 LF $50.00 Steel Guardrail (Shop Bent Panels) $ 1,250.00 7 6.000 EA $850.00 End Anchorage Assembly T pe I I $ 5,100.00 $ - TOTAL $ 71,686.00