Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-166Temp. Reso. #10176 — June 23, 2003 Page 1 Revision #1 July 3, 2003 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID NO. 03-20B, ENTITLED "CAPORELLA PARK IMPROVEMENTS" TO Q CONSTRUCTION INC.; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND Q CONSTRUCTION, INC. FOR BID NO.03- 20B FOR AN AMOUNT NOT TO EXCEED $332,500; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY• AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac intends to provide its residents and visitors a higher level of service by enhancing and improving its outdoor recreation facilities and environment; and WHEREAS, the City of Tamarac publicly advertised Bid No. 03-20B entitled "Caporella Park Improvements" in the Sun -Sentinel, hereto attached as "Attachment A" of "Exhibit 1 "; WHEREAS, bids were distributed to fourteen (14) vendors and two (2) bids were received and evaluated by the Purchasing Division, the Parks and Recreation Department, and Miller Legg and Associates, Inc., the consultant, to determine responsiveness to the City's specifications; and WHEREAS, Q Construction, Inc., was determined to be the low responsive, responsible bidder; and 1 Temp. Reso. #10176 — June 23, 2003 Page 2 Revision #1 July 3, 2003 WHEREAS, Funding is available in the Grants Fund and CIP Fund for Project No. GT01 K; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and Interim Purchasing and Contracts Manager that the Caporella Park improvements be awarded to Q Construction, Inc.; 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 authorize the award of Bid No. 03-20B entitled "Caporella Park Improvements" to Q Construction, Inc. and to execute the Agreement between the City of Tamarac and Q Construction, Inc. attached hereto as "Exhibit 1" for an amount not to exceed $332,500. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: That Bid No. 03-20B entitled "Caporella Park Improvements" is hereby awarded to Q Construction, Inc. for an amount not to exceed $332,500. 1 1 1 1 1 Temp. Reso. #10176 — June 23, 2003 Page 3 Revision #1 July 3, 2003 SECTION 3: That the appropriate City officials are hereby authorized to execute an Agreement with Q Construction, Inc. relating to the park improvements of Caporella Park. 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. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 9th day of July , 2003. ATTEST: MARION SWEI SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHEWS. KF CITY ATTORN JOE SCHREIBER t MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABI DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS City of Tamarac 0 AGREEMENT Purchasing and Contracts Division BETWEEN THE CITY OF TAMARAC Q CONSTRUCTION INC. THIS AGREEMENT is made and entered into this 9 day of�, 2003 by and between the City of Tamarac, a municipal corporation with principal Aces located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Q Construction Inc., a Florida corporation with principal offices located at 2700 Glades Circle, Suite 125, Weston FL 33327, (the "Contractor") to provide for landscaping, irrigation, new parking lot, driveways, lighting, water and sewer improvements, drainage, installation of a pedestrian bridge and miscellaneous site amenities. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of Bid 03-20B attached hereto as Attachment A "Caporella Park Improvements", all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to construct Caporella Park improvements as contained in Bid 03-20B bid documents. b) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. d) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. City of Tamarac I* 3) Insurance Purchasing and Contracts Division e Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Officer certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and shall be substantially completed no later than 120 days after receipt of Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is Three Hundred Thirty-two Thousand Five Hundred Dollars and No cents ($332,500.00). 6) Payments Payment shall be made in accordance to Special Conditions, Section 9 Payment and Special Provisions, Section 22, Progress Payments as outlined in Bid No. 03-20B "Caporella Park Improvements". The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the work against defect for a period of one year from the date of . completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specification and Terms and Conditions to remedy the defects. L" City of Tamarac V1_1Purchasing and Contracts Division 0 Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. City of Tamarac Purchasing and Contracts Division r i 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Mario DiPietro Q Construction Inc. 2700 Glades Circle, Suite 125 Weston FL 33327 • 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in 6roward County, Florida. ON of Tamarac Purchasing and Contracts Division 0 17) Signatory Authority • I -] The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. ....._..._..._.__...................__...................................... ....... ............................._.._...._.........._ ....................... . • u. i� Ildi :t � .�:.�J. •. �.. Y �t �I'la�l!1%3d.1.1•L. •• A of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Q Construction Inc., signing by and through its President duly authorized to execute same. CITY OF TAMARAC Jo rei er, Mayor '�?//ID 0 Date ATTEST: I Jeffre . Miler, City Manager 7110 Marion Swenson, CIVIC Date City Clerk p l0 Appro o f and I al s iciency: Date Mitchell raft, City Attorney � b a Date ATTEST: 0"M r.r.r / I - —2�* ", , I a rl), - // 2, /,-,) - Type/Print Name o orporate Secy. (CORPORATE SEAL) 11 Q Construction, Inc. Company Na e Signature of Presiden Owner Mario DiPietro Type/Print Name of President/Owner ZAP Ze Date of Tamarac Purchasing and Contracts Division 0 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF SS �rfl I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Mario DiPietro, President of Q Construction Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 8L day of I n ure of Notary Public UWe.ab6dorla t Large �. :. MY COMMISSION 0 CC 920001 EXPIRES: March 20, 2004 0W9d 7hru Ncbry Pudic lhrdarwrkar, it rI r Stamp Name of Notary Public ❑ Personally known to me or Produced Identification —F4tl/c° Type of I.D. Produced ❑ DID take an oath, or R DID NOT take an oath Attachment A INVITATION TO BID BID NO. 03-20B Caporefla Park Improvements Consultant: Miller Legg & Associates 1800 N. Douglas Road Suite 200 Pembroke Pines, FL 33024 954-436-7000 City of Tamarac Purchasing Division 7525 NW 88th Avenue Tamarac, Florida 33321-2401 (954) 724-2450 of Tamarac �w Purchasing and Contracts Division 41 TABLE OF CONTENTS Invitationto Bid...........................................................................................•..........5 Instructionsto Bidders.....................................................................•.....................6 Descriptionof Work...............................................................................................6 General Terms and Conditions.............................................................................6 1. Submission of the Bid...........................................................................6 2. Bonding.................................................................................................7 3. Withdrawal of Bid..................................................................................7 4. Public Entity Crimes Form.....................................................................7 5. Non -Collusive Affidavit..........................................................................7 6. Quantities..............................................................................................8 7. Prices, Payments and Discounts...........................................................8 8. Delivery .............................................................................................8 9. Brand Names......................................................................................8 10. Samples and Demonstrations...............................................................8 11. Conditions of Material...........................................................................9 12. Copyrights and Patent Rights................................................................9 13. Safety Standards...................................................................................9 14. Performance..........................................................................................9 15. Default...................................................................................................9 16. Termination for Convenience of the City.............................................10 17. Assignment.........................................................................................10 18. Employees..........................................................................................10 19. Taxes ............................................................................................10 20. Bid Preparation Expense.....................................................................10 21. Site Inspection.....................................................................................11 22. Omission of Details.............................................................................11 23. Insurance Requirements.....................................................................11 24. Indemnification....................................................................................12 25. Clarification of Terms and Conditions.................................................12 26. Bid Tabulation.....................................................................................13 27. Records/Audits....................................................................................13 SpecialConditions ...............................................................................................13 1. Assignment of Contract.......................................................................13 2. Contractor's Responsibility..................................................................13 3. Damage to Public and/or Private Property..........................................14 4. Permits and Licenses.........................................................................14 5. Site Inspection - Contractor................................................................14 6. Site Inspection - City..........................................................................15 of Tamarac and Contracts Division 7. Submittals...........................................................................................15 8. Waiver of Liens...................................................................................15 9. Payments............................................................................................15 10. Contract Documents...........................................................................15 11. Change Orders....................................................................................16 Changes in the Work/Contract Price 12. Contract Price.....................................................................................16 Changes in Contract Time 13. Change Order.....................................................................................16 14. City's Option........................................................................................17 15. Liquidated Damages...........................................................................17 16. Bonds..................................................................................................18 17. Performance, Payment and Warranty Bonds......................................18 18. Location of Existing Utilities.................................................................19 19. Conflict with Existing Utilities...............................................................20 SpecialProvisions 1. ...............................................................................................20 Purpose of Bid.....................................................................................20 2. Basic Definitions..................................................................................20 3. Enumeration of Contract Documents..................................................22 4. Intent.........................................................................I.........................22 5. Supplements, Minor Variations or Deviations......................................23 6. Contract Period...................................................................................23 7. Contractor's Responsibility..................................................................23 8. Familiarity with the Total Scope of the Project and the Streets ...........26 9. Shop Drawings and Samples..............................................................26 10. Subcontractors, Suppliers and Others................................................27 11. City's Responsibilities.........................................................................27 12. Engineer/Project Manager's Responsibilities......................................28 13. Availability of Area to Store Equipment and Material ..........................29 14. Cleanup and Restoration.....................................................................29 15. Damage to Public and/or Private Property..........................................30 16. Connection to City Water....................................................................30 17. Conflicts with FDOT and Other Specifications ....................................30 18. Basis of Payment, Unit Prices, and Right to Change Quantities .........31 19. Acceptance of Work............................................................................31 20. Tests and Inspections.........................................................................31 21. Correction or Removal of Defective Work...........................................32 22. Progress Payments.............................................................................32 23. Change Quantities/Change Orders.....................................................34 24. Regulatory Changes...........................................................................35 25. Substantial Completion . .35 2 of Tamarac and Contracts Division F 26. Final Inspection...................................................................................35 27. Final Application for Payment..............................................................35 28. Final Payment and Acceptance...........................................................36 29. City's Right to Withhold Payment........................................................37 30. Warranties...........................................................................................37 31. Correction Period................................................................................38 32. Contract Time......................................................................................38 33. Construction Schedule........................................................................40 34. Protection of Persons and Property .....41 35. Traffic Control and Working Hours......................................................41 ; 36. Hurricane and Severe Weather Precautions ........42 37. Work by the City or City's Contractors................................................42 Bid Coversheet Checklist....................................................................................43 BidForm.........................................................................................................1 of 4 Schedule of Bid Prices.................................................................................1 of 14 I Non -Collusive Affidavit...................................................................................1 of 2 Certification....................................................................................................1 of 1 Offeror's Qualification Statement...................................................................1 of 5 References.....................................................................................................1 of 1 Vendor Drug -Free Workplace........................................................................1 of 1 •. List of Subcontractors....................................................................................1 of 1 BidBond.........................................................................................................1 of 2 CertifiedResolution........................................................................................1 of 1 Standard Trench Safety Form.........................................................................1 of 1 AppendixA: SDBE Forms...............................................................................1 of 12 FormPayment Bond......................................................................................1 of 3 Form Performance Bond................................................................................1 of 4 Application for Payment.................................................................................1 of 1 ChangeOrder................................................................................................1 of 1 Final Release of Lien by Contractor...............................................................1 of 2 SampleAgreement.........................................................................................1 of 8 Technical Specifications Division 1 Not Used Division 2 Section 01050 - Field Engineering....................................................... 01050-1 Section 02000 - Project Construction................................................... 02000-1 Section 02010 - Subsurface Investigation ............................................ 02010-1 3 of Tamarac and Contracts Division Section 02050 - Demolition, Removals & Relocation .................... 02050-1 to 5 ffSection 02110 — Clearing..................................................................... 02110-1 Section 02200 — Earthwork........................................................... 02200-1 to 4 Section 02210 - Fine Grading....................................................... 02210-1 to 3 Section 02221 - Trenching, Backfilling and Compacting for Utility Systems .............................................. 02221-1 to 7 Section 02470 - Site Furnishings .................................................. 02470-1 to 3 Section 02481 - Tree Relocation and Protection .......................... 024 81 -1 to 8 Section 02500 — Paving............................................................... 02500-1 to 3 Section 02510 - Maintenance of Traffic ............................................... 02510-1 Section 02555 - Water Distribution System ................................ 02555-1 to 13 Section 02560 - Waste Water Collection ...................................... 02560-1 to 7 Section 02574 - Pavement Removal and Replacement ................ 02571-1 to 4 Section 02720 - Storm Drainage Structures, Pipe and Fittings..... 02720-1 to 9 Section 02810 Irrigation............................................................. 02810-1 to 8 Section 02830 - Chain Link Fencing and Gates ............................ 02830-1 to 7 Section 02846 - Parking Bumpers....................................................... 02846-1 Section 02920 - Soil Preparation .................................................. 02920-1 to 6 Section 02934 — Sodding.............................................................. 02934-1 to 7 Section 02950 - Trees, Shrubs, and Groundcover ...................... 02950-1 to 14 0 Division 3 • Section 03100 - Concrete Formwork ............................................ 03100-1 to 3 Section 03200 - Concrete Reinforcement ..................................... 03200-1 to 2 Section 03300 - Cast in Place Concrete ....................................... 03300-1 to 7 Section 03410 - Pre -cast Concrete ............................................... 03410-1 to 4 4 Purchasing and Contracts Division Citv of Tamarac "Committed to Excellence... Always" INVITATION TO BID BID NO.03-20B Sealed bids, addressed to the Senior Procurement Specialist of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 2:00 p.m. local time on Wednesday, June 18, 2003, at which time bids will be publicly opened and announced for: CAPORELLA PARK IMPROVEMENTS All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. Submit one (1) original document, marked "Original' on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids shall be submitted on the official bid forms fumished with this bid package; and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Caporella Park Improvements, to open on Wednesday, June 18, 2003 at 2:00 p.m." on the outside of the envelope. Bid Security: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 5% of the total bid price payable to the City of Tamarac as guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. A Pre -Bid Conference will be held on June 4, 2003 at 10:00 a.m. at the Tamarac Municipal Complex, Conference Room 105, 7525 NW 88 h Avenue, Tamarac, Florida. All parties interested in bidding on this project should attend this meeting. The work to be performed consists of a Certified General Contractor furnishing all labor, materials, tools, and equipment necessary, as indicated in the specifications, to construct the improvements to Caporella Park, including landscaping, irrigation, a new parking lot, driveways, lighting, water and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review in the Purchasing office. Bid packages may be purchased at a cost of $80.00 per set from Miller Legg & Associates, 1800 N. Douglas Rd., #200, Pembroke Pines, FL 33024, (954) 436-7000. For non -technical inquiries, contact James Nicotra at (954) 724-2443. For technical issues, fax questions to Miller, Legg & Associates, Inc. at (954) 436-8664. Include the Project Name and Bid Number on all correspondence. James S. Nicotra, CPPB Senior Procurement Specialist Publish Sun Sentinel: 05/18/2003 and 05/25/2003 i • • 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer Citv of Tamarac and Contracts Division 0 INSTRUCTIONS TO BIDDERS BID NO.03-20B It is the intent of the City to award this bid to the lowest responsible and responsive bidder for either the base bid or base bid plus any/or all alternates, as the City determines is in its best interest. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City of Tamarac. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining proposals from qualified Contractors for the improvements to Caporella Park, and including landscaping, irrigation, a new parking lot, driveways, lighting, water and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Bidder shall be a Certified General Contractor with at least Five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. The Contractor is to hire, engage, or have on staff a Certified Arborist who has successfully completed tree and shrub protection and trimming projects who has five (5) years or more experience doing similar projects. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, June 18, 2003 at 2:00 p.m. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder should indicate the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this • bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid package. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation. If requests for clarifications are not e City of Tamarac Purchasing and Contracts Division W f submitted in writing to the Consultant within ten (10) working days prior to bid opening, it shall be construed that the Bidder fully understands and does comply with all terms, conditions and specifications identified in this bid. The Bidder shall submit one (1) original document, marked "Original" on its exterior, prior to the bid opening deadline. Two (2) photocopies should accompany your original; however, copies must be made available within 3 business days of City's request. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for ninety days from the date of the bid opening unless otherwise 1 stated by the City. 2. BONDING An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must t accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. The Bonding must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. The City considers the failure of the Contractor to of Tamarac and Contracts Division submit this document to be a major irregularity and may be cause for rejection 41 of the Proposal. 6. QUANTITIES Quantities if shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the 40 mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. The Project shall be completed within 120 calendar days from the Notice to Proceed date. 9. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Approved equal is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications and/or samples to the Consultant within ten (10) days of bid opening. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the 1.1 of Tamarac Purchasing and Contracts Division9 bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the r- I expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88t' Avenue, Tamarac FL 33321-2401. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. of Tamarac Purchasing and Contracts Division f 16. TERMINATION FOR CONVENIENCE OF CITY Upon thirty (30) calendar days written notice, delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub - Contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. . 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the 10 City of Tamarac Purchasing and Contracts Division understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. SITE INSPECTION It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 22. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 23. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Occurrence Aggregate $1,000,000 $1,000,000 Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory 40 11 City of Tamarac Purchasing and Contracts Division Builder's Risk Insurance is required in an amount not less than the replacement 40 cost for the construction of the work. Coverage shall be "All Risk" coverage for one hundred (100%) of the completed value. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims - Made" forms are acceptable for Professional Liability insurance. 24. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating S to the adequacy and accuracy of such documents. Any inquires, suggestions, requests for clarification or solicitation for additional information should be submitted in writing to the Consultant within ten (10) days prior to bid opening. 12 of Tamarac Purchasing and Contracts Division r The City shall not be responsible for oral interpretations given by any City �! employee or its representative. _ 26. BID TABULATION Bidders who wish to receive a mailed copy of the bid tabulation should enclose a stamped, self-addressed envelope with their bid, or request a faxed copy by including a fax number. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. SPECIAL CONDITIONS 1. ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject 13 of Tamarac Purchasing and Contracts Division to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict vehicular and pedestrian traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 3. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone at (954) 724-2410 and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Engineering and Building permits. However, the City shall reimburse permit fees under provisions for bid item allowance, as referenced on the bid form included in this package. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. 5. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed construction site as shown on the Construction Plans prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. ?4 of Tamarac Purchasing and Contracts Division 6. 7. 1.1 9. 10 SITE INSPECTION — CITY All work will be conducted under the general direction of the Public Works Department, Building Department, and the Parks and Recreation Department of the City of Tamarac, and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization from the aforementioned agencies nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's normal working hours (M-F, 8:00 AM — 4:00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. WAIVER OF LIENS Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one- year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, 41 0" 0 15 Citv of Tamarac Purchasing and Contracts Division C� .7 plans and specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. 11. CHANGE ORDERS Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. CHANGES IN THE WORK/CONTRACT PRICE 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. CHANGES IN CONTRACT TIME 13. CHANGE ORDER The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 13.1 Notice Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen 16 City of Tamarac Purchasing and Contracts Division (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover r any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 13.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 14. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City. and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 15. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $300.00 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. 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 City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated . liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to 17 City of Tamarac -V Purchasing and Contracts Division Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 16. BONDS The Contractor shall furnish separate Performance and Payment- Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one 40 year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 17. PERFORMANCE, PAYMENT AND WARRANTY BONDS Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid award. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract 18 Cit of Tamarac Purchasing and Contracts Division Y and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying ! out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. 18. LOCATION OF EXISTING UTILITIES Existing utilities may be shown on the drawings. Such information is shown for design purposes and the existing and detail given is information that is obtained during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible for locating existing city utilities affected by the construction in the .field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing city utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. Numerous utilities not owned by the City exist within the project area that may or may not have been depicted on the drawings. The Contractor shall exercise care in digging and other work so as to not damage existing work including overhead utilities and underground cables and pipes. Excavation of paver area within five feet (5) of utilities shall be performed by hand. The Contractor is also responsible for contacting the Sunshine State One Call Center of Florida (Sunshine) at 1-800- 432-4770 to determine location of underground utilities. Calls to Sunshine must be made at least 48 hours before digging but not more than five (5) days prior. Contractor is responsible for renewing locates if job extends beyond marking 19 City of Tamarac and Contracts Division 0 period established by Sunshine. Any utility in the vicinity that is not a member of the Sunshine Service must be notified directly. Should any underground obstructions be encountered which interfere with the work, the City shall be notified at once. The Contractor shall be responsible for the immediate repair of any damage caused by the work, and shall be responsible for any disruption of service caused by this damage. The City's designated Contractor shall accomplish patching and replacing damaged work and the CONTRACTOR will pay the cost of this work. 19. CONFLICT WITH EXISTING UTILITIES Upon completion of locating existing utilities affected by the proposed construction by the Contractor, and prior to commencement of construction, the Contractor shall examine the alignment of proposed work to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the Contractor shall undertake accurate surveys to determine elevations of utilities and shall notify the landscape architect in writing seven (7) working days prior to the scheduled construction. The landscape architect may revise the proposed design or recommend ways and means to avoid such conflicts. The Contractor may re -schedule his work so that the construction can be completed on time. No claim for down times by the Contractor shall be allowed. SPECIAL PROVISIONS 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to establish a Lump Sum Price Contract for landscaping, irrigation, a new parking lot, driveways, lighting, water and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities. 2. BASIC DEFINITIONS Wherever used in the Agreement or in other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 2.1 Addenda — Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the bidding requirements or the contract document. 2.2 Agreement — The written agreement between the City and the Contractor covering the Work to be performed including other Contract Documents that are attached to the Agreement and made a part thereof. 2.3 Application for Payment — the form acceptable to the Engineer/Project Manager which is used by the Contractor during the course of the work in requesting progress or final payments and which is accompanied by such supporting documentation as is required by the Contract Documents. 2.4 Change Order — A document that is signed by the Contractor and the City and 0 authorizes an addition, deletion or revision in the Work within the general scope of 20 r° of Tamarac Purchasing and Contracts Division this Agreement, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 2.5 City — The City of Tamarac, Florida. 2.6 Contract Documents — The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of Bid #03-20B, all addenda issued prior to, all modifications issued after execution of this Agreement, Notice of Award, Notice to Proceed, Certificate(s) of Insurance, Bonds and any additional modifications and supplements, Change Orders and Work directive changes issued on or after the effective date of the Contract. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2.7 Contract Times — the number of days or dates stated in the Contract Documents to achieve substantial completion and/or complete the Work so that it is ready for final payment as evidenced by the Engineer's/Project Managers written recommendation of final payment. 2.8 Defective — An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 2.9 Drawings — The drawings that show the character and scope of the Work to be performed and which are referred to in the Contract Documents. 2.10 Effective Date of the Agreement — The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 2.11 Engineer/Project Manager — The City's authorized project representative. The words "Engineer" and "Project Manager" are used interchangeably. 2.12 Field Order — A written order issued by the Engineer/Project Manager that requires minor changes in the Work but does not involve a change in Contract Price or Contract Times. 2.13 FDOT — the State of Florida Department of Transportation 2.14 Milestone — A principal event specified in the Contract Documents relating to an intermediate complete date or time prior to Substantial Completion of all the Work. 2.15 Notice to Proceed — A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform the Contractor's obligations under the Contract Documents. 2.16 Project — the total construction for which the Contractor is responsible under this agreement, including all labor, materials, equipment and transportation used or incorporated in such construction. 2.17 Specifications — Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and Workmanship as applied to the Work and certain administrative details applicable thereto. 2.18 Subcontractor — An individual, firm or corporation having a direct Contract with the . Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 21 City of Tamarac Purchasing and Contracts Division 2.19 Substantial Completion — "Substantial Completion" means the finishing or accomplishing of substantial performance of the Work as proscribed in the Contract Documents. "Substantial Performance" means that there has been no willful departure from the terms of the Contract Documents and the Work has been honestly and faithfully performed in its material and substantial particulars. The term "Final Completion" means the City's acceptance of the job. 2.20 Supplier — A manufacturer, fabricator, supplier, distributor, materialman or vendor. 2,21 Unit Price Work — Work to be paid for on the basis of unit prices. 2.22 Work — The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work is the result of performing services, specifically, including but not limited to construction, furnishing labor, testing, documentation, equipment and materials used or incorporated in the construction of the entire Contract Documents. The words "Project" and "Work" are used interchangeably. 2.23 Work Change Directive — A written directive to the Contractor issued on or after the effective date of the Agreement and signed by the City and recommended by the Engineer/Project Manager ordering an addition, deletion or revision in the Work. A Work Change Directive shall not change the Contract price or time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time. 2.24 Written Amendment — A written amendment of the Contract Documents, signed by the CITY and the Contractor on or after the Effective Date of the Agreement and normally dealing with the non -Engineering, or non -technical aspects rather than strictly Work related aspects of the Contract Documents. 3. ENUMERATION OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: (1) The Special Provisions (2) The Technical Specifications (3) The Instructions to Bidders and General Terms and Conditions (4) The Agreement As between schedules and information given on Drawings, the schedules shall govern; as between figures given on Drawings and the scale measurements, the figures shall govern; as between large-scale drawings and small-scale drawings, the larger scale drawings shall govern. 4. INTENT It is the intent of the Contract Documents to describe a functionally complete Project in accordance with the Plans and Specifications. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words that have a well-known technical or trade meaning are used to describe Work, materials or equipment 22 of Tamarac Purchasing and Contracts Division F such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implications, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of the City, the Contractor, or any of their consultants, agents or employees from those set forth in the Contract Documents. 5. SUPPLEMENTS MINOR VARIATIONS OR DEVIATIONS In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized in one or more of the following ways: 5.1 The Engineer/Project Manager's approval of a shop drawing or sample; or 5.2 The Engineer/Project Manager's written interpretation or clarification. 6. CONTRACT TIME 6.1 By virtue of the submission of its bid, Bidder agrees and fully understands that the completion time of the work of the Contract is an essential and material condition of the Contract and that time is of the essence. The successful Bidder agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion thereof, within the time specified. Specified time of completion is 120 days from the date of the City's Notice to Proceed. 7. CONTRACTOR'S ADDITIONAL RESPONSIBILITY 7.1 The Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 7.2 The Contractor shall provide a qualified, English speaking, superintendent present on the site at all times. The superintendent shall be a fully authorized agent of the Contractor, and have full authority to make on -site decisions and commitments regarding the Contractors Work. 7.3 The superintendent shall be satisfactory to the City and shall not be changed except with consent of the Engineer/Project Manager. 7.4 The Contractor shall assign to the work site at least one (1) supervisor at all times who shall be a certified arborist or hold a Broward County Tree Trimming B License and capable of making field decisions, interpreting plans, etc. The Contractor shall also provide suitable personnel who shall be available after work hour emergencies and capable of making appropriate decisions. 71 • 23 City of Tamarac Purchasing and Contracts Division 7.5 The Contractor shall supply competent and physically capable employees having the requisite skill and experience to perform the work in a workmanlike manner. The City may require the Contractor to remove any employee working for or under the Contractor that the City deems careless, incompetent, insubordinate or otherwise objectionable. The Contractor shall be responsible to the City for the acts and omissions of all subcontractors and personnel working under the Contractor. 7.6 The Contractor shall be aware that the job is subject to vehicular and pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements representative the City of Tamaeaclth in and prior approval obtained from applicable re pese writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. The Contractor, who is fully and totally responsible for security, shall secure any materials or equipment left on site. 7.7 Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. 7.8 The Contractor is responsible for familiarizing itself with the nature and extent of the Contract Documents, the Work, the locality, and with all local conditions, verifying all pertinent figures and applicable field measurements, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. The Contractor is responsible for making or causing to be made any examinations, investigations, tests and studies as it deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Document. 7.9 Before beginning the Work or undertaking each component part of the Work, The Contractor shall carefully study the Contract Documents, Special Conditions, Technical Specification, all pertinent figures and site conditions. The Contractor shall promptly report in writing to the Engineer/Project Manager and the City any conflict, error or discrepancy which the Contractor may discover and shall obtain a written interpretation or clarification from the Engineer/Project Manager before proceeding with any Work affected thereby. 7.10 The Contractor shall assist the City and the approvals of Engineer/Project Manager authorit es documents required to obtain necessary governmental having jurisdiction over the Project. 7.11 Unless otherwise provided in the Contract Documents, the Contractor shall provide or cause to be provided and shall pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for proper execution and completion of the work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 7.12 The Contractor shall be responsible for and shall coordinate all construction means, methods, techniques, sequences and procedures. 24 of Tamarac and Contracts Division 7.13 The Contractor shall keep the City and the Engineer/Project Manager informed of the progress and quality of the Work. r 7.14 If requested in writing by the Contractor, the City, with reasonable promptness and in accordance with time limits agreed upon, shall interpret the requirements of the Contract Documents and shall decide (subject to other provisions in the Contract Documents governing claims, disputes and other matters in question) matters relating to performance. Such interpretations and decisions shall be in writing. 7.15 The Contractor shall correct all Work, which does not conform to the Contract Documents. 7.16 The Contractor warrants to the City that materials and equipment incorporated in the work will be new unless otherwise specified, and that the Work will be of good quality, free from faults and defects, and in conformance with the Contract f Documents. 7.17 The Contractor shall pay all applicable sales, consumer, use and similar taxes, and shall secure and pay for permits and governmental fees, licenses and inspections necessary for the proper execution and completion of the Work. The Contractor shall identify all governmental authorities and agencies having jurisdiction to approve the construction, and obtain all permits and approvals with such governmental authorities as have jurisdiction, and assist the City in consultations with appropriate governmental authorities and agencies in obtaining all permits and approvals. 7.18 Without limiting the foregoing, the Contractor shall pay all fees, costs, and expenses in connection with the applications, processing, and securing of approvals or permits from all governmental authorities which have jurisdiction over all aspects of this Work except City permits and fees which shall be waived except for so much of said fees as the City is required to remit to other governmental agencies. 7.19 The Contractor shall give notices and comply with laws, ordinances, rules, regulations and lawful orders of public authorities relating to the Project. 7.20 The Contractor shall be responsible to the City for acts and omissions of the Contractor's employees and parties in privity of contract with the Contractor to perform any portion of the Work, including their agents and employees. 7.21 The Contractor shall prepare Change Orders for the City's approval and execution in accordance with the Contract Documents. Any work, which is commenced without a Change Order or Work Directive being approved, shall constitute a waiver of any claim of compensation for such work. All Work Directives must be approved by the City Manager or designee identified as such in writing. 7.22 The Contractor shall maintain in good order when present at the site one record copy of the drawings, specifications, product data, samples, shop drawings, Change Orders and other Modifications marked currently to record changes made during construction. These shall be delivered to the City upon completion of the construction and prior to final payment. 25 City of Tamarac Purchasing and Contracts Division 7.23 Contractor must repair any pavement, concrete, brick pavers, etc., disturbed as a result of any work within the scope of this contract to all applicable codes and City standards. 7.24 Any coring of existing structures, including seawalls, required for installation of any items within the scope of this contract are the responsibility of the Contractor. 7.25 The Contractor is responsible for dewatering jacking and receiving pits and for dewatering the path of proposed irrigation crossings. Where the ground water level is above the invert of the proposed crossing, dewatering is necessary to reduce the water level to below invert of the proposed crossing, and must be designed, installed and in operation prior to beginning the crossing. B. FAMILIARITY WITH THE TOTAL SCOPE OF THE PROJECT AND THE STREETS 8.1 The Contractor shall be familiar with the total scope of the project, interpretation of the plans/drawings, if any, and the streets prior to commencement of any work. The City will not provide any elevations for reference. The Contractor shall be responsible for all layouts including establishing proper grades to maintain or improve the existing stormwater flow. In case of any questions or conflict, they must be brought to the attention of the Engineer/Project Manager prior to any work. If further assistance is needed, the Contractor may contact the Director of Public Works. The City shall not be responsible for the Contractor's failure to comply with 40 this requirement. 8.2 The Contractor shall be responsible for locating all utilities that may interfere with this part of the resurfacing program. The Contractor shall be responsible for repair and restoration of all utilities or any other items damaged during the Work. 8.3 By execution of the Agreement, The Contractor acknowledges that all requirements and conditions necessary to fulfill this Contract have been met. No contract adjustments shall be allowed for concealed site conditions. 9. SHOP DRAWINGS AND SAMPLES 9.1 Within fourteen (14) calendar days after issuance of the Notice to Proceed, The Contractor shall submit to The Engineer/Project Manager for review and approval five (5) copies of all Shop Drawings for all equipment, apparatus, machinery, fixtures, piping, wiring, fabricated structures and manufactured articles. The purpose of the Shop Drawing is to show the suitability, efficiency, technique -of - manufacture, installation requirements, detail of the item and evidence of compliance with the Contract Documents. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Engineer/Project Manager to review the information as required. 9.2 The Contractor shall also submit to the Engineer/Project Manager for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents and each sample shall be identified clearly as to 26 of Tamarac Purchasing and Contracts Division w, 1 material, Supplier, pertinent data such as catalog numbers and the use for which intended. 9.3 Before submission of each Shop Drawing or sample, the Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 9.4 At the time of each submission, the Contractor shall give the Engineer/Project Manager specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to the Engineer/Project Manager for review and approval of each such variation. Failure to point out such departures shall not relieve the Contractor from his responsibility to comply with the Contract Documents. 9.5 Approval of the Shop Drawings by the Engineer/Project Manager shall be general and shall not relieve the Contractor of responsibility for the accuracy of such drawings nor for the proper fittings and construction of the Work, nor for the furnishing of material or Work required by the Contract Documents and not indicated on the drawings. No Work called for by any Shop Drawing shall be done until the Engineer/Project Manager has approved the drawings. The costs incurred for the City Engineer/Project Manager's review of shop drawings, substitutes, "or equal" items, or change orders shall be paid by the Contractor. 10. SUBCONTRACTORS SUPPLIERS AND OTHERS 10.1 The Contractor shall furnish, in writing on the form included, the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Contractor shall not change a Subcontractor, person or entity previously selected if the City makes reasonable objection to such change. 10.2 The Contractor shall be fully responsible to the City for all acts and omissions of the Contractor's employees, subcontractors, suppliers and other persons directly or indirectly employed by his subcontractors, suppliers and of persons whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect contract with the Contractor. Nothing in the Contract Documents shall create any Contractual relationship between the City and any such subcontractor, supplier, or other person or organization, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such subcontractor, supplier, or other person or organization except as may otherwise be required by laws and regulations. 11. CITY'S RESPONSIBILITIES 11.1 The City shall designate a representative authorized to act on the City's behalf with respect to the Project. The City or such authorized representative shall examine 27 of Tamarac and Contracts Division documents submitted by the Contractor and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the Work. 11.2 The City may appoint an on -site Project representative to observe the Work and to have such other responsibilities as the City and the Contractor agree in writing prior to execution of this Agreement. 11.3 The City shall cooperate with the Contractor in securing building and other permits, licenses and inspections. 11.4 If the City observes or otherwise becomes aware of a fault or defect in the Work or nonconformity with the Contract Documents, the City shall give prompt written notice thereof to the Contractor. 11.5 The City shall furnish required information and services and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the design and construction. 11.6 The City shall communicate with subcontractors only through the Contractor. 11.7 The City shall furnish data required of the City under the Contract Documents promptly. 11.8 Except for permits and fees that are the responsibility of the Contractor, the City shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or 0 permanent changes in existing facilities. 11.9 If the Work is defective, or the Contractor fails to supply sufficient skilled Workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other party. 12. ENGINEER/PROJECT MANAGER'S RESPONSIBILITIES 12.1 The Engineer/Project Manager or his designee will be the City's representative during the construction period and until final payment is due. 12.2 The Engineer/Project Manager will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Engineer/Project Manager's efforts will be directed toward providing for the City a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site inspections, the Engineer/Project Manager shall keep the City informed of the progress of the Work and shall endeavor to guard the City against defects and deficiencies in the Work. Feel 13. U. of Tamarac Purchasing and Contracts Division F 12.3 The Engineer/Project Manager will issue technical clarifications and interpretations, with reasonable promptness. Should the Contractor fail to request interpretation of items the Contractor determines to be questionable in the Contract Documents neither the City nor the Engineer/Project Manager would thereafter entertain any excuse for failure to execute the Work in a satisfactory manner based upon such a reason or claim. 12.4 The Engineer/Project Manager may authorize minor variations in the Work from the technical requirements of the Contract Documents, which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These shall be accomplished by a Field Order and will be binding on the City, and also on the Contractor who shall perform the Work involved promptly. 12.5 The Engineer/Project Manager will have the authority to disapprove or reject Work that the Engineer/Project Manager believes to be defective, and will also have authority to require special inspections or testing of the Work whether or not the Work is fabricated, installed or completed. AVAILABILITY OF AREA TO STORE EQUIPMENT AND MATERIAL 13.1 Although the City will make every effort to provide suitable areas, including public right-of-way, to store equipment and material it shall be the Contractor's responsibility to find and secure suitable and safe locations for this purpose. Restoration of all storage areas shall be Contractor's responsibility. CLEANUP AND RESTORATION 14.1 During and after completion of all work each day, the Contractor shall be responsible for all cleanup including but not limited to sweeping, cleaning and removal of dust and loose material. Leftover or excessive material, debris, etc. must be completely removed from the work area and other affected areas at no expense to the City at the end of each workday. It shall be the Contractor's responsibility to protect any debris from obstructing or getting into any wastewater, water or stormwater conveyance system. If any grassed area is disturbed, it shall be promptly restored at the Contractor's expense. 14.2 Cleanup shall be performed on a daily basis in order to facilitate the maintenance of all work areas. Any damage to public or private property resulting from improper or incomplete cleanup shall be the sole responsibility of the Contractor as per the Section on DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY 14.3 The Contractor shall be responsible for the proper and legal removal and disposal of all construction debris. 14.4 The project site and all adjacent areas shall be maintained in a neat and clean manner, and upon final cleanup, the project site shall be left clear of all surplus material and debris. Paved areas shall be swept clean. Rom] City of Tamarac _V Purchasing and Contracts Division r -1 L.J • 14.5 If the Contractor fails to properly maintain the site or perform required clean-ups and debris removal the City shall place the Contractor on written notice to perform required clean up. Contractor shall perform required clean up within twenty-four (24) hours of receipt of the City's written notice. 14.6 In the event that the Contractor does not comply, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 15. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY 15.1 Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. 15.2 The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. 15.3 In the event of damage, Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at not additional cost to the City. 15.4 In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Public Works Department by telephone at (954) 724- 2410 and inform the appropriate staff member about the location and extent of the damages. 15.5 In the event that the Contractor does not immediately repair to the satisfaction of the City damage to public and/or private property, the City may correct such damage. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such damage. If the payments then or thereafter due the Contractor. are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 16. CONNECTION TO CITY WATER 16.1 The contractor must have secured all applicable permits prior to the connection of any irrigation system to City Water. The contractor must also comply with all City of Tamarac Utility Department and Building Department requirements, and contact these departments at least 48 hours prior to inspection of work. 30 City of Tamarac Purchasing and Contracts Division 17. CONFLICTS WITH FDOT AND OTHER SPECIFICATIONS 46 17.1 Unless noted otherwise, Specifications and Special Provisions contained in this Contract shall supersede any other specifications or provisions of FDOT or any other agency noted in the Contract Documents. In case of conflicts, the most stringent provisions shall prevail. 17.2 The Contractor shall immediately bring to the attention of the Engineer/Project Manager any conflicts, discrepancies or ambiguities between the Specifications and Special Provisions listed in the Contract Documents. Failure to do so shall result in the interpretation made by the Public Works Director whose decision shall be final. 18. BASIS OF PAYMENT UNIT PRICES AND RIGHT TO CHANGE gUANTITIES 18.1 Payment at the contract unit price, if applicable, shall be inclusive of all labor, materials, equipment and incidental items, and shall be based upon the actual quantities placed. 18.2 If a Unit Price Contract, quantities, as identified in the Schedule of Quantities and Price section, are for estimate and bidding purposes only and accuracy is not implied or guaranteed. Payment shall be based upon actual quantities placed and accepted at the contract unit price. 18.3 The City reserves the right to add or delete any item and adjust the contract quantities based upon the contract unit price, if applicable, which best serves the interest of the City. No other adjustment shall be allowed unless approved in advance by the City 19. ACCEPTANCE OF WORK 19.1 Acceptance shall be based upon satisfactory completion, material test results, performance and appearance of the Work after the materials have established, been placed or found to be in good operating order. Prior to final acceptance, the Contractor shall remove and replace, satisfactory to the City, all defective areas. Any adjusted area that is found to be of an unsatisfactory condition shall be rejected and shall be removed and restored by the Contractor at no expense to the City. 20. TESTS AND INSPECTIONS 20.1 The Contractor shall give the City timely notice of readiness of the Work for all required inspections, tests or approvals. The Contractor shall assume full responsibility, pay all costs in connection therewith and furnish the City the required certificates of inspection, testing or approval for all materials, equipment for the Work and any part thereof unless otherwise specified herein. 20.2 The City inspectors shall have no authority to permit deviations from or to relax any of the provisions of the Contract Documents, or to delay the Agreement by failure to inspect the materials and Work with reasonable promptness. 20.3 The payment of any compensation in any form, or the giving of any gratuity or the granting of any favor by the Contractor to any inspectors, directly or indirectly is strictly prohibited and any such action on the part of the Contractor will constitute a breach of this Agreement. 31 City of Tamarac Purchasing and Contracts Division 21. CORRECTION OR REMOVAL OF DEFECTIVE WORK 21.1 The Contractor shall correct Work rejected by the City or known by the Contractor to be defective or failing to conform to the Construction Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed, and all work found to be defective in the one-year period from the date of Substantial Completion (the Warranty Period) shall be the responsibility of the Contractor, or within such longer period provided by any applicable special warranty in the Contract Documents. 21.2 The City shall provide the Contractor with written notice regarding defective or rejected work. Within seven days after receipt of such written notice from the City the Contractor shall commence with corrective action to remove and replace it with Work that is not defective or rejected. 21.3 If the Contractor fails to correct defective Work as required or persistently fails to carry out the Work in accordance with the Contract Documents, the City, by written order may stop the Work, or any portion thereof, until the cause for such order has been eliminated; however the City's right to stop the Work shall not give rise to a duty on the part of the City to exercise the right for benefit of the Contractor or other persons or entities. 21.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents within seven days after receipt of written notice from the City to commence and continue correction .of such default or neglect, the City may give a tosecond written notice to the Contractor. If within seven days following receipt of the second notice, the Contractor fails to correct such default or neglect with diligence and promptness, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 22. PROGRESS PAYMENTS 22.1 The Contractor shall deliver to the City itemized Applications for Payment for Payment. The Contractor may requisition payments for Work completed during the Project at intervals of not more than once a month. The Contractor's requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with a certification by the Contractor that the Contractor has disbursed to all Subcontractors and Suppliers their pro-rata shares of the payment out of previous progress payments received by the Contractor for all Work completed and materials furnished in the previous period and that properly executed releases of liens by all Subcontractors, Suppliers and materialmen were provided and included in the Contractor's previous applications for payment, and any other supporting documentation as may be required by the Engineer/Project Manager or Contract Documents. Each requisition shall be submitted in triplicate to the Engineer/Project Manager for approval. The City shall make payment to the Contractor within thirty (30) calendar days after approval by the Engineer/Project Manager of the Contractor's requisition for payment. 32 City of Tamarac Purchasing and Contracts Division F 22.2 Within thirty (30) days of the City's receipt of a properly submitted and correct Application for Payment, the City shall make payment to the Contractor. 22.3 The City shall retain Ten percent (10%) of all monies earned by the Contractor until the Work is totally completed as specified, and accepted by the City. The parties hereto agree that 255.052, Florida Statutes, does not apply to this Agreement, or to any underlying agreements and obligations to which this Agreement pertains. 22.4 The Application for Payment shall constitute a representation by the Contractor to the City that, to the best of the Contractor's knowledge, information and belief, the design and construction have progressed to the point indicated, the quality of the Work covered by the application is in accordance with the Contract Documents and the Contractor is entitled to payment in the amount requested. 22.5 The Contractor shall pay each Subcontractor, upon receipt of payment from the City, out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which said Subcontractor is entitled in accordance with the terms of the Contractor's contract with such Subcontractor. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to sub -Subcontractors in similar manner. 3 22.6 The City shall have no obligation to pay or to be responsible in any way for payment to a Subcontractor of the Contractor except as may otherwise be required by law. 22.7 No progress payment or partial or entire use or occupancy of the Project by the City shall constitute an acceptance of Work not in accordance with the Contract Documents. 22.8 The Contractor warrants that: (1) title to Work, materials and equipment covered by an Application for Payment will pass to the City either by incorporation in construction or upon receipt of payment by the Contractor, whichever occurs first; (2) Work, materials and equipment covered by previous Applications for Payment are free and clear of liens, claims, security interests or encumbrances, hereinafter referred to as "liens"; and (3) no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or any other person performing Work at the site or furnishing materials or equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. 22.9 The Contractor may apply for the return of the retainage held pursuant to Section 22.3, if the Contractor has satisfied the requirements of the Contract relating to retainage. The City shall pay the Contractor the amount retained for the Work, less the reasonable value of incorrect or incomplete Work, liquidated damages or both. Final payment of such withheld sum shall be made upon correction or completion of such Work and resolution of all issues regarding liquidated damage. The release of retainage shall not become due until all Work is 100% completed. The requirements of retainage include the following: 22.9.1 Repair and/or replacement of faulty or defective Work. 22.9.2 As -built drawings are submitted to and accepted by the City. 33 City o/ Tamarac Purchasing and Contracts Division Nqmox 22.9.3 All Code requirements, inspections, testing and certificates of approval are conformed with, submitted and accepted by the City. 22.9.4 The City is satisfied all payrolls, bills for materials and equipment and other indebtedness connected with the Work for which the City might in any way be responsible have been paid or otherwise satisfied to the extent and in such form as may be designated by the City. 22.9.5 Release of Lien is submitted and accepted by the City. 22.9.6 The Contractor's completion of Punch List. 22.9.7 Warranties are submitted to and accepted by the City. 23. CHANGEQUANTITIES/CHANGE ORDERS 23.1 The City, without invalidating this Agreement, may order additions, deletions or revisions to the Work. A Written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. 23.2 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Project, increase the cost of the Work to the City or which extend the time for completion, must be forr'nally authorized and approved by the Tamarac City Commission prior to their issuance and before Work may begin. 23.3 No claim against the City for extra Work in furtherance of a Change Order 40 shall be allowed unless prior written City approval pursuant to this section has been obtained. 23.4 The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. 23.5 The Engineer/Project Manager on forms provided by the City shall prepare Proposed Change Orders. When submitted for approval, they shall carry the signature of the Public Works Director, the City Manager, and the Contractor. 23.6 If the City and the Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as a result of a Work Change Directive, a claim may be made therefore. 23.7 The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented. 23.8 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be the Contractor's responsibility and the amount of each applicable bond shall be adjusted accordingly. 23.9 Any claim for adjustment in the Contract Price or time shall be based upon written 01 notice delivered by the party making the claim to the other parties and to the Engineer/Project Manager not later than three (3) calendar days after the occurrence or event giving rise to the claims. and stating the general nature of the 34 of Tamarac and Contracts Division I claim. No claim for an adjustment in the Contract Price or an extension of the 46 contract time will be valid if not submitted in accordance with this Paragraph. 23.10 The cost or credit to the City from a change in the Work shall be determined by one or more of the following ways: 23.10.1 By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation where unit prices do not exist in the contract documents; 23.10.2 By unit prices stated in the Contract Documents or subsequently agreed upon; or 23.10.3 By cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. 24. REGULATORY CHANGES 24.1 The Contractor shall be compensated for changes in the Work necessitated by the enactment or revision of codes, laws, or regulations subsequent to the submission of the Contractor's proposal. 25. SUBSTANTIAL COMPLETION 25.1 The one (1) year warranty period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 26. FINAL INSPECTION 26.1 Upon written notice from the Contractor that the Work is or an agreed portion thereof is complete, the City and the Engineer/Project Manager will make a final inspection and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 27. FINAL APPLICATION FOR PAYMENT 27.1 After the Contractor has completed all such corrections to the satisfaction of the City and the Engineer/Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked up record documents and other documents required by the Contract Documents, and after the Engineer/Project Manager has indicated that the Work is acceptable, the Contractor may make application for final payment. The final application for payment shall be accompanied by (1) complete and legally effective releases or waivers of all liens arising out of or fled in connection with the Work and a final affidavit; or (2) the Contractor's receipts in full covering all labor, materials and equipment for which a lien could be filed; or (3) a final affidavit stating that all laborers, materialmen, Suppliers and Subcontractors who Worked for the Contractor under this Contract have been paid in full or if the fact be otherwise, identifying the name of each lienor who has not been paid in full and the amount due or to become due each for labor, services or materials furnished and the reason(s) why the same remains unpaid. If any Subcontractor or Supplier fails to 35 of Tamarac Purchasing and Contracts Division 1w, furnish a release or receipt in full, the Contractor may furnish a bond satisfactory to the City to indemnify the City against any such lien. 27.2 The Contractor shall also submit with the final application for payment, the completed set of "As -Built" drawings for review and approval. The "As -Built" drawings shall be prepared, sealed and certified by a professional registered land surveyor licensed by the State of Florida. The Contractor shall deliver mylar sepias of the as -built project, signed, sealed and dated by the responsible professional. In addition, plans are to be submitted in a digital format in AutoCAD latest version. The Digital File is to be compatible with the City's GIS system. Final payment to the Contractor shall not be made until said drawings have been reviewed and approved by the Engineer/Project Manager. Prior to approval, if necessary, the drawings may be returned to the Contractor for changes or modifications if in the opinion of the Engineer/Project Manager they do not represent correct or accurate "As -built" drawings. 28. FINAL -PAYMENT AND ACCEPTANCE 28.1 If, on the basis of the Engineer/Project Manager's observation of the Work during construction and final inspection, and the Engineer/Project Manager's review of the final Application for Payment and accompanying documentation, the Engineer/Project Manager is satisfied that the Work has been completed and the Contractor's other obligations under the Contract Documents have been fulfilled, the Engineer/Project Manager will, within ten (10) days after receipt of the final Application for Payment, indicate in writing the Engineer/Project Manager's recommendation of payment and present the Application to the City for payment. Thereupon the Engineer/Project Manager will give written notice to the City and the Contractor that the Work is acceptable. Otherwise, the Engineer/Project Manager will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. Thirty (30) days after presentation to the City of the Application and accompanying documentation, in appropriate form and substance, and with the Engineer/Project Manager's recommendation and notice of acceptability, the amount recommended by the Engineer/Project Manager will become due and will be paid by the City to the Contractor. 28.2 If, through no fault of the Contractor, final completion of the Work is significantly delayed and if the Engineer/Project Manager so confirms, the City shall, upon receipt of the Contractor's final Application for Payment and recommendation of the Engineer/Project Manager, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the City for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer/Project Manager with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 28.3 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the City to the Contractor when the Work has been completed, the Contract Kn. of Tamarac and Conhads Division F fully performed, and a final certificate for payment has been issued by the 46 Engineer/Project Manager. The making of final payment shall constitute a waiver of claims by the City except those arising from: 1 28.3.1 Liens, claims, security interests or encumbrances arising out of this Agreement and unsettled. 28.3.2 Faulty or defective Work and latent defects discovered after acceptance. 28.3.3 Failure of the Work to comply with the requirements of the contract documents. 28.3.4 Terms of special warranties required by the contract documents. 28.3.5 Any of the Contractor's continuing obligations under this Agreement. 28.4 The acceptance of final payment by the Contractor shall constitute a waiver of claims by that payee except those previously made in writing and identified as unsettled at the time of final application for payment. 29. CITY'S RIGHT TO WITHHOLD PAYMENT 29.1 The City may withhold in whole or in part, final payment or any progress payment to I such extent as may be necessary to protect itself from loss on account of. t e 29.1.1 Defective Work not remedied. 29.1.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the Contractor. 29.1.3 Failure of the Contractor to make payments to Subcontractors or Suppliers for materials or labor. 29.1.4 Damage to another Contractor not remedied. 29.1.5 The Contractor has incurred liability for liquidated damages. 29.1.6 Reasonable evidence that the Work cannot be completed for the unpaid balance of the contract sum. 29.1.7 Reasonable evidences that the Work will not be completed within the Contract time. 29.1.8 Failure to carry out the Work in accordance with the Contract Documents. 29.2 When the above grounds are removed or resolved or the Contractor provides a Surety Bond or Consent of Surety satisfactory to the City, which will protect the City in the amount withheld, payment may be made in whole or in part. 30. WARRANTIES 30.1 Not withstanding any provisions of the Technical Specifications the Contractor shall warranty the soundness of all work as noted in the Technical Specifications from the date of final acceptance of work. The Contractor shall submit a warranty bond acceptable to the City and prior to final payment to the Contractor. • 30.2 The Contractor warrants that all equipment, materials and Workmanship furnished, whether furnished by the Contractor or its subcontractors and Suppliers, will comply 37 City of Tamarac Purchasing and Contracts Division with the Technical Specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a Workmanlike manner. 30.3 The Contractor warrants to the City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 30.4 The Contractor warrants to the City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 31. CORRECTION PERIOD 31.1 The Contractor warrants all material and Workmanship as noted in the Technical Specifications from date of acceptance by the City. If within the period of warranty from the date of final completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be defective, whether observed before or after acceptance by the City, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions, either correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective and satisfactorily correct and remove and replace any damage to other Work or the Work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Workmanship corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of the Engineer/Project Manager, attorneys and other professionals) will be paid by the Contractor. 31.2 Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period as noted in the Technical Specifications after such correction or removal and replacement has been satisfactorily completed. 31.3 Nothing contained in this Article shall be construed to establish a period of limitation with respect to other obligations that the Contractor might have under the Contract Documents. Establishment of the time period as described in Section 32.1 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligation other than specifically to correct the Work. 32. CONTRACT TIME 32.1 Time is of the Essence for Work performed under the Contract. The Work, as identified in the construction plans Section shall be commenced upon the date of "Notice to Proceed" and, subject to authorized adjustments, shall be completed W City of Tamarac Purchasing and Contracts Division c within 120 calendar days. Failure to achieve timely, substantial and/or final completion shall be regarded as a breach of this contract and subject to appropriate remedies including but not limited to liability for liquidated damages in accordance with the Liquidated Damages provisions as specified under the General Terms and Conditions of this bid/solicitation. 32.2 The Contractor shall provide services as expeditiously as is consistent with reasonable skill and care and the orderly progress of design and construction. 32.3 Time limits stated in the Contract Documents shall be strictly adhered to. The Work to be performed under this Agreement shall commence as directed in the Notice to Proceed unless otherwise agreed in writing. 32.4 Contract Time may only be changed by a properly and fully executed change order that shall exist prior to the extension of the Contract Time. 32.5 Any claim for an extension of the Contract Time shall be based on written notice i delivered by the party making the claim to the other party at least fifteen (15) days prior to the project completion date. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. { 32.6 Extension of time shall be considered and will be based solely upon the effect of 1 delays to work as a whole. Extensions of time shall not be granted for delays to work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of the work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the Construction Schedule. Time extensions shall not be granted until all float or contingency time, resulting from the early completion of work on the critical path, available to absorb specific delays and associated impacts is used. 32.7 The Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from the City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, or extended overhead arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by the Contractor for hindrances or delays due solely to fraud, bad faith or active malicious interference on the part of the City or its agents. Otherwise, the Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for excusable events of delay. The following shall constitute "Excusable Events of Delay": 32.7.1 An act, delay or order of the City obstructing or delaying the Contractor in the commencement, prosecution or completion of a Project activity other than an act, delay or order issued by the City reasonably in good faith in its role as a Government regulator or actions reasonably taken by the City in good faith, in the enforcement of its ordinances, laws, executive orders or rules of general applicability. Nothing under this subsection shall be deemed an Excusable Event of Delay to the extent that performance would have been suspended, delayed or interrupted by any other cause, including but not limited to the fault or negligence of the 39 City of Tamarac Purchasing and Contracts Division Contractor or for which an adjustment or extension to the Project Schedule is made or provided for, or excluded under any other term or condition of this Contract. 32.7.2 Acts of God, wars, fires (other than those resulting from the negligence or willful misconduct of the Contractor or attributable to the Contractor), floods, epidemics, quarantine restrictions and freight embargoes. 32.7.3 Strikes which are unforeseeable or beyond the control of the Contractor to prevent and which are not the result of any or negligence of the Contractor, but only if the Contractor takes reasonable action to perform notwithstanding the strike. Failure to perform because of additional cost shall not be deemed compliance. 32.7.4 Weather conditions exceeding normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale weather station. 32.7.5 The City acting reasonably, will determine the number of days, if any, that the Contractor has been delayed. Any disputes over the number of days, if any, that the Contractor has been delayed shall be resolved in accordance with the Dispute Resolution provisions. In addition, the Contractor shall continue performance of the Contract Documents. 32.8 When any period of time is referred to in the Contract Documents in days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. 33. CONSTRUCTION SCHEDULE 33.1 The construction schedule shall be in the form of a tabulation, chart or graph and shall be in sufficient detail to show the critical path and the chronological relationship of all activities contained in the project. These include, but are not limited to: estimated starting and completion dates of various activities, submittals required to the Engineer/Project Manager for approval, procurement of material and scheduling of equipment. 33.2 The Construction Schedule shall allow for a maximum turnaround time by the Engineer/Project Manager of fourteen calendar days on all submittals, shop drawings and all requests for information. 33.3 The construction schedule shall reflect the completion of all Work to be performed within the specified time and in accordance with the Contract Documents. 33.4 The construction schedule shall be thoroughly reviewed and updated on a monthly 0 basis. The revised schedule shall be submitted to the City at least every 30 days HE City of Tamarac Purchasing and Contracts Division L ,. NMI" during the term of this Agreement and shall reflect a current schedule of activities, percent complete and remaining durations for all tasks. 33.5 Float, slack or contingency time derived from the early completion of tasks on the critical path is not for the exclusive use or benefit of the Contractor. The Contractor shall not utilize such time without the prior written consent of the City. 33.6 If the Contractor desires to make changes in the method of operation after the construction approval of the construction schedule, or if the Engineering/Project Manager determines that the schedule fails to reflect the actual progress, the Contractor shall submit to the Engineering/Project Manager a revised construction schedule for approval. 34. PROTECTION OF PERSONS AND PROPERTY 34.1 The Contractor shall be solely responsible for initiating, maintaining and providing supervision for compliance with Occupational Safety and Health Act (OSHA) [ standards for safety precautions and programs in connection with the Work. 34.2 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to (1). employees on the Work and other persons who may be affected thereby; (2) the Work and materials and equipment to be incorporated therein; and (3) other property at or adjacent to the site. 34.3 The Contractor shall comply with applicable laws, ordinances, rules, regulations and �! orders of public authorities bearing on. the safety of persons and property -and their protection from damage, injury or loss. 34.4 The Contractor shall be liable for damage or loss (other than damage or loss to property insured under the property insurance provided or required by the Contract Documents to be provided by the City) to property at the site caused in whole or in part by the Contractor, a Sub -Contractor of the Contractor or anyone directly or indirectly employed by either of them, or by anyone for whose acts they may be liable. 34.5 All unit prices provided by the Contractor as a part of this Bid shall include the cost of all safety equipment necessary for the performance of the Work. 34.6 The Contractor shall comply with the requirements of the Florida Trench Safety Act and all applicable OSHA Reguiations pertaining to excavation. 34.7 The Contractor shall comply with Florida Statutes, Chapter 556, Underground Facility Damage Prevention and Safety Act and secure the underground locations and obtain a Sunshine State One Call Certification number prior to beginning any excavation. 35. TRAFFIC CONTROL AND WORKING HOURS Is 35.1 The Contractor shall be responsible for maintaining all traffic controls during the entire period of resurfacing. All traffic controls shall conform to Manual of Uniform Traffic Control Device (MUTCD) and Florida Department of Transportation 41 City of Tamarac VPurchasing and Contracts Division Roadway and Traffic Design Standards, latest editions and must be approved by the City in advance. At all times, at least one lane shall be kept open with adequate and legal traffic controls. Work should be avoided during peak traffic hours. Working hours are set between 8 A.M. to 4 P.M. any deviation shall be approved in advance by the City. 35.2 The Contractor shall be responsible for obtaining any and all required Maintenance of Traffic Permits from the appropriate regulatory authorities. 35.3 Lane blockage will not be permitted without written approval of the Engineer/Project Manager. 35.4 All unit prices provided by the Contractor as a part of this Bid shall include all cost relating to the Maintenance of Traffic including any and all safety equipment necessary, including but not limited to, barricades, signage, traffic markings, arrow boards, etc. 36. HURRICANE AND SEVERE WEATHER PRECAUTIONS 36.1 At the direction of the Engineer/Project Manager, the Contractor shall immediately take all protective actions necessary to secure the construction site, materials, debris and equipment. 36.2 All construction materials or equipment will be secured against displacement by wind forces. 37. WORK BY THE CITY OR CITY'S CONTRACTORS. 37.1 The City reserves the right to perform Work related to, but not part of, the Project and to award separate contracts in connection with other Work at the site. 37.2 The Contractor shall afford the City's separate Contractors reasonable opportunity for introduction and storage of their materials and equipment for execution of their work. The Contractor shall incorporate and coordinate the Contractor's work with the work of the City's separate contractors as required by the Contract Documents. 37.3 Costs caused by defective or ill-timed Work shall be borne by the party responsible. • 42 of Tamarac w- Purchasing and Contracts Division FNOW 46 COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Carefully read the Detailed Specifications, and properl fill out the Bid Forms. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 4. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 5. Fill out the Offeror's Qualification Statement. ❑ 6. Fill out the References page. ❑ 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. Fill out the List Of Subcontractors. i ❑ 9. Include a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and Performance Bonds will be required and must be submitted on the City's forms. ❑ 10. Fill out and sign the Certified Resolution. ❑ 11. Complete and return the Trench Safety form. ❑ 12. Complete and return the Schedule of SDBE Participation and Letter of Intent to Perform as a Subcontractor. ❑ 13. Complete and return the SDBE Program Plan and E.E.O. Policy & Affirmative Action Plan. ❑ 14. Include proof of insurance. ❑ 15. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 43 of Tamarac and Contracts Division 0 BID FORM Submitted by: (Bidder) (Date) C. THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t' Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Page 1 of 4 Bid Form/Agree to Complete of Tamarac and Contracts Division BID FORM (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, for the construction related to the improvements to Caporella Park, and including landscaping, irrigation, a new parking lot, driveways, lighting, water and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities. In order to be considered for this project, the vendor must meet the following conditions: The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Bidder shall be certified General Contractor with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. The Contractor is to hire, engage, or have on staff a Certified Arborist who has successfully completed tree and shrub protection and trimming projects who has five (5) years or more experience doing similar projects. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. See Schedule of Bid Prices r' I • Page 2 of 4 Bid PormlTerms/Bid Price City of Tamarac Purchasing and Contracts Division SHEDULE OF BID PRICES BID 03-20B CAPORELLA PARK IMPROVEMENT PROJECT ITEM TOTAL 1 .Drainage LUMP SUM: $ 2. Paving & Grading LUMP SUM: $ 3. Water System LUMP SUM: $ 4. Sewer System LUMP SUM: $ 5. Signing & Marking LUMP SUM: $ 6. Tree Removal LUMP SUM: $ 7. Tree Protection Barricade LUMP SUM: $ 8. Site Amenities LUMP SUM: $ 9. Landscaping LUMP SUM: $ 10. Irrigation LUMP SUM: $ 11. Permit Fees Allowance $ 2,500.00 GRAND TOTAL BASE BID $ The work described above includes all the necessary excavations, fill and removal of materials attendant upon the construction of the work complete in place, and the disposal of all excess material and the final cleaning up of the work. Note: Permit fees will be paid for by the Contractor and reimbursed to the Contractor upon submission of the invoices to the City. No markup will be allowed on the allowance Item and reimbursement amount total will be for actual permit fees only. This is a Lump Sum Contract: City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. Payment shall be at the lump sum price stated in the contract. The price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. NAME OF BIDDER: 1 Schedule of Bid Prices City of Tamarac Purchasing and Contracts Division ALTERNATE BID ITEMS TOTAL 1. Bridge Demolition LUMP SUM: $ 2. Lift Station Installation LUMP SUM: $ The work described above includes all the necessary excavations, fill and removal of materials attendant upon the construction of the work complete in place, and the disposal of all excess material and the final cleaning up of the work. NOTE: THIS BID CONTAINS ALTERNATE BID ITEMS. Determination of award: The contract shall be awarded by City to the responsible bidder who has submitted either the lowest responsive base bid or the lowest responsive bid on the base bid including such alternates as the City determines to be in its own best interest. The City of Tamarac reserves the right to waive any informality in any bid and to reject any or all bids. NAME OF BIDDER: I • • 2 Schedule of Alternate Bid Prices Citv of Tamarac and Contracts Division BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name 0 Address City, State, ZIP Contractor's License Number • Authorized Signature Typed/Printed Name Telephone & Fax Number Federal Tax ID# Page 3 of 4 Bid Form/Company Information of Tamarac BID FORM (continued) Bidders Name: TERMS: % DAYS: and Contracts Division To be considered eligible for award, one (1) original of this bid form MUST be submitted with the Bid. Two (2) photocopies of this bid form should accompany the original; however, copies must be provided within 3 business days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. Page 4 of 4 Bid FormlTerms/Corr eti, City of Tamarac Purchasing and Contracts Division 0 State of County of deposes and says that: NON -COLLUSIVE AFFIDAVIT )ss. being first duly sworn, 1. He/she is the (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness 2 Printed Name Title Page 1 of 2 Non -Collusive Affidavit of Tamarac ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT and Contracts Division State of Florida County of day of , 2003, before me, the undersigned Notary Public On this the y ersonally appeared of the State of Florida, p --A (Name(s) of individuals) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to..me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath • Page 2 of 2 Non Collusive Acknowledgement city of Tamarac Purchasing and Contracts Division Ll • 1] CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other', Explain: Authorized Signature Title Company Name City/State/Zip Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. - Address Telephone Contact Person Page 1 of 1 Certification of Tamarac OFFEROR'S QUALIFICATION STATEMENT and Conhads Division r The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: Name: Address: Principal Office: Telephone No. Fax No. ❑ Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: 2 If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) a Treasurer's name: Name and address of Resident Agent: • Page 1 of 5 Offeror's Qualification Statement City of Tamarac Purchasing and Contracts Division 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. if Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES ❑ NO 9 10. Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO Page 2 of 5 Offeror's Qualification Statement City of Tamarac Purchasing and Contracts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone i 13. List the pertinent experience of the key individuals of your organization (continue � on insert sheet, if necessary). i { 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: 0 Page 3 of 5 Offeror's Qualification Statement of Tamarac and Contracts Division C, 0 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Page 4 of 5 Offeror's Qualification Statement and Contracts Division r of Tamarac THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of On this the day of , 2003, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) 40 ❑ DID take an oath, or ❑ DID NOT take an oath 9 Page 5 of 5 Offeror's Qualification Statement City of Tamarac Purchasing and Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Page 1 of 1 References City of Tamarac Purchasing and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be ' followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,. the i business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties; that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace City of Tamarac Purchasing and Contracts Division LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Subcontractor Contract License No. Name/Address Page 1 of 1 List of Subcontractors of Tamarac BID BOND STATE OF FLORIDA) ) ss: COUNTY OF BROWARD) Purchasing and Contracts Division F KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Dollars ($ ) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated , 2003, for: BID NO.03-20B NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. • Page 1 of 2 Bid Bond City of Tamarac --V Purchasing and Contracts Division TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE UNITS OF UNIT UNIT -COST EXTENDED (Description) MEASURE (Qty) COST (LF/SF) A. $ $ B. $ $ C. $ $ D. $ $ TOTAL If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (6) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. DATE: (Signature) ACKNOWLEDGEMENT STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this day of , 2003. NOTARY PUBLIC My Commission Expires: Page 1 of 1 Trench Safety Form City of Tamarac Purchasing and Contracts Division APPENDIX A i SMALL DISADVANTAGED BUSINESS ENTERPRISE PROGRAM This Bid contains Small Disadvantaged Business Enterprise (SDBE) goals assigned by the Broward County Board of County Commissioners. The Bidder SHOULD submit all required SDBE forms with their Bid. However, Bidder MUST submit forms within three (3) business days of the City's request for said forms. The numeric SDBE goal assigned to this project is 15%. The 15% goal applies to your base bid amount only, as it is not determined which, if any, alternate bid items will be selected by the City until after the bid opening. Your firm may use any combination of participating SDBE categories to achieve the goal. Document your SDBE participation by submitting the enclosed "Schedule of SDBE Participation" form, and the "Letter of Intent to Perform as a Subcontractor" form. In addition to submitting these forms, complete and sign the "SDBE.. Program Plan" and the "E.E.O. Policy and Affirmative Action Plan" forms included in the bid document, or submit your frm's own applicable forms. CONTRACTOR, and any construction contract it enters into for the Project, shall comply with COUNTY'S Small Disadvantaged Business Enterprise (SDBE) Affirmative Action Program, set forth in Article XIV, Section 20-275, Broward County Code of Ordinances, requiring goals in all procurement activity at One Hundred and Fifty Thousand Dollar ($150,000) or above for construction services. COUNTY and CONTRACTOR agree that prime and subcontract awards to Small Disadvantaged Business Enterprises and Minority — Majority Joint Ventures are crucial to the achievement of the Project's SDBE participation goals. In an effort to assist in achieving the established goals for this Project, CONTRACTOR agrees to take affirmative actions to meet the current SDBE participation goals established below: This Project has the following SDBE numerical goal: Minority Business Enterprise Construction Services 15% (Participating categories include African American, Asian/Native American, Hispanic, Women) Total assigned SDBE goal for this Project is 15% City of Tamarac Purchasing and Contracts Division CONTRACTOR incorporates the names, addresses, scope of work and dollar value of SDBE participation on the Schedule of SDBE Participation form. CONTRACTOR understands that each minority and women -owned firm utilized on the Project to meet Project goals must be certified by the Broward County Division of Equal Employment & Small Business Opportunity. CONTRACTOR understands that it is the responsibility of the Contract Administrator and the Broward County Division of Equal Employment & Small Business Opportunity to monitor compliance with the SDBE requirements. In the regard, CONTRACTOR agrees to furnish quarterly report to both parties on the progress of SDBE participation commencing with the end of the first quarter of this Agreement. CONTRACTOR is an indecent contractor under this Agreement. Service provide by CONTRACTOR pursuant to this Agreement shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR not its agents shall act as officers, employees, or agents of COUNTY. This Agreement shall not constitute of make the parties a partnership or joint venture. Neither CONTRACTOR nor COUNTY intends to directly or substantially benefit a third party by this Agreement. Therefore, the parties agree that there are no third party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either of them based upon this Agreement. Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same, as set forth herein, until changed in writing in the manner provided in this section. For the present, the parties designate the following: FOR COUNTY Director Broward County Parks & Recreation Division 950 NW 38th Street Oakland Park, FL 33309 FOR CONTRACTOR Jeffrey L. Miller City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. of Tamarac Purchasing and Contracts Division ` 00322. Schedule of SDBE Participation Bid/Contract No. Name of Bidder:, Address: Telephone: 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 f Subcontractors is true and correct to the best of his/her knowledge: Name of SDBE Contractor Contacted: Address: i Scope of work to be performed: Total Dollar Value: $ SDBE Group: Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: 3 City of Tamarac (W Purchasing and Contracts Division • Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Grou : Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: Please attach additional information if necessary. Signature: Title: Date: r of Tamarac Purchasing and Contracts Division r 00124. Lette r of Intent to Perform as a Subcontractor Contract Number (Name of Prime or General Builder) ' The undersigned intends to perform work in connection with the above Contract as: (check one) ❑ Individual ❑ Partnership ❑ Corporation ❑ 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 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 Projected Commencement Date Completion Date Percent of the dollar value of the subcontract will be sublet and/or awarded to non -minority contractors and/or non -minority suppliers. The undersigned will enter into a formal agreement for the above work with you conditioned upon your execution of a Contract with the Board of County Commissioners. Name of Minority Contractor: • By: Date: N7 of Tamarac and Contracts Division • SAMPLE (on your company's letterhead) SDBE PROGRAM PLAN POLICY STATEMENT It is the policy of (company name) that small disadvantaged business enterprise, as defined by Administrative Procedures Article XIV 20, as implemented by the Division of Equal Employment and Small Business Opportunity, shall have the opportunity to participate as subcontractors and suppliers on all contracts awarded by Broward County. The requirements of the Administrative Procedures Article XIV all contracts entered into between Broward County and (company name). Subcontractors and/or suppliers to (company name), will also be bound by the same requirements. 20 shall apply to (company name), and its subcontractors, shall take all necessary and reasonable steps in accordance with the Administrative Procedures Article XIV 20 to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted with Broward County. (company name), and its subcontractors shall not discriminate on the basis of race, color, religion, national origin, disability, sex or age in the administration of contracts with Broward County. Liaison Officer to develop, implementation. The Liaison statement throughout disadvantaged controlled company. (company name), has designated and appointed a maintain, and monitor the SDBE Program Plan Officer will be responsible for disseminating this policy ( company name), and to small businesses. The statement is posted on notice boards of the Company President Signature Print Name Date r.1 of Tamarac Purchasing and Contracts Division + f SAMPLE T I. Designation Of Liaison Officer (company name) will aggressively recruit small disadvantaged business enterprise firms as subcontractors and suppliers for all contracts with Broward County. The Company has appointed a Liaison Officer to develop and maintain the SDBE Program Plan in accordance with the requirements of Administrative Procedures Article XIV 20. The Liaison Officer will have primary responsibility for developing, maintaining, and monitoring the Company's utilization of small disadvantaged business enterprise subcontractors in addition to the following specific duties: 1. The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all Broward County contracts. 2. The Liaison Officer will submit all records, reports, and documents required by Broward County and shall maintain such records for a period of not less than three years, or as directed by any specific contractual requirements of the County The following individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program in accordance with the requirements of the County. Liaison Officer's Name Your Company's Name Your Company's address Liaison Officer Phone Number il. SDBE Program Methods In order to formulate a realistic SDBE Program Plan, (company name) has identified the following known barriers disadvantaged subcontractors, before describing its proposed methods: to participation by affirmative action 1. Lack of qualified small disadvantaged subcontractors in our specific geographical areas of work. 2. Lack of certified disadvantaged subcontractors who seek to perform Broward County work. 3. Lack of interest in performing on Broward County contracts. 4. Lack of response when requesting to bid. 5. Limited knowledge of Broward County plans and specifications to prepare a responsible bid. N AIML City o' Tamarac Purchasing and Contracts Division In view of the barriers to small disadvantaged business enterprises stated above, it shall be the policy of (company name) to provide opportunity by utilizing the following SDBE program methods to ensure participation on the contracts with Broward County. (company name) will: 1. Provide written notice to all certified SDBE subcontractors in the geographical area where the work is to be subcontracted by the Company. 2. Advertise in minority focused media concerning subcontract opportunities with the Company. 3. Select portions of the work to be performed by SDBEs in order to increase the likelihood of meeting contract goals, including, where appropriate, breaking down contracts into economically feasible units to facilitate SDBE participation. 4. Provide adequate information about the plans, specifications, and requirements of the contract, not rejecting subcontractors without sound reasons based on a thorough investigation of their capabilities. 5. Waive requirement of performance bonds where it is practical to do so. 6. Attend pre -bid meetings held by the County to apprise disadvantaged subcontractors of opportunities with the Company. 7. Follow-up on initial solicitations of interest to SDBE subcontractors to determine with certainty whether the SDBE company is interested in the subcontract opportunity. (company name) understands that this list of SDBE Program methods is not exhaustive and will include additional approaches after having established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. Ill. Implementation On contracts with specific SDBE goals, company name will make every effort to meet contract goals as stated by utilizing its SDBE Program methods. On projects with no specific goals, the Company will, as an expression of good faith, seek to utilize SDBE subcontractors where work is to be subcontracted. IV. Reporting (company name) shall keep and maintain such records as are necessary to determine the Company's compliance with its SDBE Program Plan. The company will design its record -keeping system to indicate: 1. The number of SDBE subcontractors and suppliers used by the Company, identify the items of work, materials and services provided. 2. The efforts and progress being made in obtaining SDBE subcontractors through local and community sources. E.1 of Tamarac and Contracts Division 6 3. Documentation of all contracts, to include correspondence, telephone calls, newspaper advertisements, etc., to obtain SDBE participation on all Broward County projects. 4. The Company shall comply with Broward County's requirements regarding payments to subcontractors including SDBE for each (estimate period) in which the companies have worked. V. SDBE Directory (company name) will utilize the SDBE Directory published by Broward County. u X of Tamarac and Contracts Division (` L' CERTIFIED RESOLUTION I (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid, Bid Bond, if such bond is required, and such other instruments in writing to the City of Tamarac as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of .2003. (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid, Bid Bond or other documents for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 Certified Resolution of Tamarac and Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this day of , 2003. IN PRESENCE OF: Principal Business Address (AFFIX SEAL) City/State/Zip Business Phone ATTEST: Secretary Surety* ATTEST: By Secretary Title Attorney -In -Fact* By *Impress Corporate Seal 0 1 • Page 2 of 2 Bid Bond Acknowledgement of Tamarac ' Purchasing and Contracts Division 11 SAMPLE E.E.O. POLICY AND AFFIRMATIVE ACTION PLAN It is the policy of (company name) to take affirmative action in affording equal employment opportunity to all qualified persons with regard to sex, race, creed, color, national origin, handicap or sexual orientation. This includes, but is not limited to, the following: Hiring, Placement, Upgrading, Transfer or Demotion, Recruitment, Advertising of Solicitation for Employment, Treatment During Employment, Rate of Pay or Other Fbrms� ..of Compensation, Selection far. ..Training, including Apprenticeship, Layoff or Termination. It is further policy of this Company to cooperate to the fullest extent with the applicable regulations of the Civil Rights Act of 1964 and Executive Order No. 11246, and the Vocational Rehabilitation Act of 1973. This policy pertains, so far as the responsibility of the Company is concerned, to any arrangement under which employees, including apprentices and trainees, are selected or referred for work. In regard to work performed on every Broward County contract or Federally Assisted contract, I (company name) will not discriminate on the grounds of race, color, national origin, or handicapped status in the solicitation , selection and retention of subcontractors, including procurement of materials and leases of equipment. To implement this policy as outlines above, (company name) will follow the specific action steps listed below: a. (company name) will notify community organizations that (company name) has employment opportunities available and will maintain records of the organization's response. b. (company name) will maintain a file of the names and addresses of women, minorities and persons with disabilities, worker referred to him, and what action was taken with respect to each such referred worker, and if this worker was not employed, the reason therefore. If such worker was not employed by (company name), (company name) file will document this and the reasons therefore. C. (company name) will disseminate if E.E.O. Policy within its own organization by including it in a policy manual, annual reports, etc. by conducting staff and employee meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with all employees. 10 of Tamarac and Contracts Division F d. (company name will disseminate its E.E.O. Policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media, and my notifying and discussing it with all subcontractors. e. (company name will make specific and constant personal (both oral and written) recruitment efforts directed to all minority organizations, schools with minority students, minority recruitment organizations and minority training organizations, within Company's recruitment area. f. (company name) will make specific efforts to encourage present minority employees to recruit their friends and relatives. f g. (company name) will validate all labor specifications, f selection requirements, tests, etc. h. (company name) will make every effort to promote after -school, summer and vacation employment to minority youths. i. (company name) will continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. j. (company name) will make sure that seniority practices, job classification, etc., do not have a discriminatory effect. k. (company name) will make certain that all facilities and company activities are non -segregated. I. (company name) will continually monitor all personnel activities to ensure that its E.E.O. Policy is being carried out. M. (company name) agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Vocational Rehabilitation Act of 1973, and the Vietnam Era Veterans Readjustment Assistance Act of 1974. n. (company name) has included the provision of the affirmative action clause in every subcontract or purchase order of $2,500 or more. Such provisions are binding upon each of our subcontractors or vendors. (company name) is prepared to take such action with respect to any subcontracts or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. Signature 11 ! k � o « 0 � Mu % / § C g « o I � c § S ƒ ƒ # < 2 / 7 \ U E @ 0 CL 2 § 0 LU � % n- @ & ƒ % R CL w @ / 3 ° FD F- 1-5 z2 �k (nh Q�m cn U- 4CL k _ V3,1 to wl tpl _ � m 2 $ 2 ƒ § G % m 0 o E §&<§ ¥ k c e W « ■ < « 2 c 2 * m U Z bLU 0 Q_ \ ■ q « : @ - m 3q m . a a a $ * * « ccE E .. \ w 2 § \ EO � / / ) $ c 0 E _ ƒ / .0 ■ c § ■ E « �a 0CL C �k coa � k � R i � % R I2 \ cgo f �d) � Go . o } a $ } I L Q 2 City of Tamarac Purchasing and Contracts Division ` ACKNOWLEDGMENT FORM PAYMENT BOND State of County of On this the day of , 2003, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) (Title) ,a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF ; (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: i (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 3 of 3 Form Payment Bond of Tamarac Purchasing and Contracts Division 0 FORM PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of 2003, with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated , 2003, for the , within _ calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Page 1 of 4 Form Performance Bond City of Tamarac Purchasing and Contracts Division 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of , 2003. WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above r I • Pape 2 of 4 Form Performance Bond City of Tamarac Purchasing and Contracts Division 0 IN THE PRESENCE OF: 11 State of County of INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND On this the day of , 2003, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: a of (Title) (State of Corporation) NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 3 of 4 Performance Bond Acknowledgement of Tamarac CERTIFICATE AS TO PRINCIPAL and Contracts Division 1. 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) 0 • Page 4 of 4 Performance Bond Certificate/Principal city of Tamarac Purchasing and Contracts Division 0 APPLICATION FOR PAYMENT Agreement Title: Contract No.: Original Contract Value: Contract Change Order Value: Current Contract Value: Cumulative No. Change Orders: Application for Payment is made, as shown below: 1. Original Contract Sum $ 2. Net Change by Change Orders $ 3. Contract Sum to Date (line 1 (+) or (-) line 2) $ 4. Total Completed and Stored to Date $ 5. Retainage a. 10% of Completed Work $ b. 10% of Stored Material $ c. Total Retainage (line 5a + line 5b) $ 6. Total Earned less Retainage (line 4 — line 50 $ 7. Less Previous Application For Payment (subtract line 6 from prior A.F.P.) $ 8. Current Payment Due $ 9. Balance to Finish, plus Retainage (line 3 — line 6) $ C] Page 1 of 1 Application for Payment of Tamarac CHANGE ORDER DATE OF ISSUANCE: NO. and Contracts Division OWNER: CITY OF TAMARAC PROJECT NAME: 7525 NW 88"' Avenue Tamarac, FL 33321-2401 CONTRACTOR: BID NO.03-20B IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE Original Contract Price CHANGE IN CONTRACT TIME Original Contract Time Previous Change Order No. to No. I Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders RECOMMENDED BY Director Date Contract Time with all approved Change Orders APPROVED APPROVED BY BY City Manager Contractor Date Date 0 r I Page 1 of 1 Change Order of Tamarac IM Purchasing and Contracts Division FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA: COUNTY OF BROWARD: The undersigned contractor, under a certain contract with the City of Tamarac, dated. , 2003, in connection with the following public work: PROJECT: CONTRACT NO. does hereby acknowledge receipt of the full contract price of $ as modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an affidavit on behalf of the contractor, signed by has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this day of , 2003. Signed, Sealed and Delivered in the Presence of: Corporate Secretary Signature Type Name 11 Contractor President Signature Type Name Page 1 of 2 Final Release of Lien of Tamarac ACKNOWLEDGMENT FINAL RELEASE OF LIEN and Contacts Division r State of Florida County of On this the day of , 2003, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath P� Page 2 of 2 Release of Lien Acknowledgement of Tamarac and Contracts Division ! SAMPLE AGREEMENT • BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of 2003 by and between the City of Tamarac, a municipal corporation, with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and a corporation with principal offices located at (the "Contractor") to provide for construction related to the improvements to Caporella Park, and including landscaping, irrigation, a new parking lot, driveways, lighting, water. and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities as specified in Bid #03-20B. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of. Bid #03-20B, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents and Bid #03-20B as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary as indicated in the specifications herein and generally includes the construction of landscaping, irrigation, brick pavers and electrical work. b) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. Page ? Sample Contractor Agreement of Tamarac and Contacts Division " d) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all t necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor .shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than 120 days after the date that Contractor receives Notice to Proceed and Purchase Order. The work shall be substantially completed no later than , 20_ 5) Contract Sum The Contract Sum for the above work is Dollars and cents O. G) Payments Payments will be made in accordance with contract documents and Bid No. 03-20B. Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. 7) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 0 Page 2 Sample Contractor Agreement of Tamarac Purchasing and Contracts Division 10 8) Warranty Contractor warrants the work against defect for a period of one year(s) from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Conditions. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. All portions of the Caporella Park Improvement Project are to be completed according to the schedule. Once all work has been completed on a grouping of roadway segments, and the City has indicated, in writing, the final acceptance of landscaping, irrigation, brick paving, and electrical work within said grouping, maintenance of the said roadways will be entirely the responsibility of the City. Contractor will be responsible for the coordination of all work to complete specific grouping of roadways before other groupings are commenced. The one (1) year warranty period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non- discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of • this Agreement. Page 4 Sample Contractor Agreement of Tamarac and Contracts Division V 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting r Contractor shall not transfer or assign the performance required by this Agreement i without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at , the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Page 5 Sample Contractor Agreement Citv of Tamarac Purchasing and Contracts Division Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 0 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. Page 6 Sample Contractor Agreement of Tamarac and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and (Name of party with whom Agreement is made), signing by and through its (President, Owner, CEO, etc.) duly authorized to execute same. CITY OF TAMARAC ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Fj • Page 7 �r Sample Contractor Agreement and Contracts Division City of Tamarac 0 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, anOfficer personally appearized in the red te aforesaid and in the County aforesaid to take acknowledgments,a , of Corporation, to me known to be the person(s) described �he exedwho Cuted the same the foregoing instrument and acknowledged before me t WITNESS my hand and official seal this day of E • 2003. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. crmmnrter Agreement Purchasing and Contracts Division City of Tamarac SECTION 01050 - FIELD ENGINEERING PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED A. CONTRACTOR shall provide and pay for field engineering and survey services required for the project. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.3 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered land surveyor, acceptable to the City. 1.4 SURVEY REFERENCE POINTS A. ENGINEER has provided identification of basic horizontal and vertical control points for the construction project. B. CONTRACTOR and/or CONTRACTOR's surveyor shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1.5 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR shall establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Stakes for grading and fill placement. 2. Controlling lines and levels as required. B. From time to time, verify layouts by same methods. 1.6 RECORDS A. Maintain a complete, accurate log of all control and survey work as it progresses. B. On completion of construction work, prepare a certiiled survey showing all dimensions, locations and elevations of project. 1.7 SUBMITTALS (Not Applicable) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01050 I] LJ City of Tamarac Purchasing and contracts Division C, C� SECTION 02000 - PROJECT CONSTRUCTION PART 1 - GENERAL 1.1 SECTION INCLUDES A. A. Work under this Section consists of furnishing all materials, tools, labor, and incidentals to construct the improvements associated with the above - mentioned project including all field surveying; construction quality control erosion control; disposal of unsuitable material, excavation; swale inlet installation; installation of all piping and exfiltration trenches; and landscaping and sodding. 1.2 PROJECT LOCATION A. The Caporella Park project is located on Prospect Road, North of Commercial Boulevard in Tamarac, Broward County, Florida. 1.3 DEFINITIONS A. For the purpose of the Project construction, the following references in the Florida Department of Transportation (FDOT). Specifications shall be interpreted as follows: 1. The Engineer — Owner's Construction Manager. 2. The Engineer of Record - A professional Engineer with the firm of Miller, Legg & Associates, Inc. 3. All references on the plans or in the specifications to compensation, payment(s) or pay item(s) are not applicable. All of the work shown on, incidental to, or implied by the plans and specifications shall be included in the project's lump sum and unit price bid amount for Project Construction. PART 2 - EQUIPMENT AND MATERIALS 2.1 All materials shall be in accordance with this project Manual and attachments. 2.2 All materials shall be in accordance with the compilation of Technical Specifications. 2.3 All materials shall be in accordance with the Drawings. 2.4 All materials shall be in accordance with the 2000 Florida Department of Transportation Standard Specifications for Road and Bridge Construction and applicable supplements thereto. PART 3 - EXECUTION 3.1 The Project shall be constructed in accordance with the Contract Documents and the 2000 Florida Department of Transportation Standard Specifications for Road . and Bridge Construction END OF SECTION 02000 PROJECT CONSTRUCTION 02000-1 City of Tamarac Purchasing and Contracts Division 1 SECTION 02010 - SUBSURFACE INVESTIGATION PART 1 - GENERAL I 1.1 RELATED DOCUMENTS A. All applicable provisions of the bidding and Contract Requirements, and Division 1 - General Requirements shall govern the .work under this Section. i B. Soil reports are included as part of this specification. The Owner or Owner's Representative makes no warranties or guarantees conceming the nature of materials to be encountered on the site. C. Any additional sub -surface information the Contractor requires shall be the responsibility of the Contractor. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the subsurface investigation work, as indicated on the drawings. I B. The CONTRACTOR shall make all subsurface or surface investigations necessary to provide proper background and knowledge to determine the nature and extent of work required. C. The City makes no warranties or guarantees concerning the nature of materials to be encountered on the site. 1.3 RELATED WORK A. Section 02110 - Clearing. B. Section 02200 - Earthwork. C. All applicable sections under Divisions 2, 3, and 4. 1.4 MEASUREMENT AND PAYMENT A. Work under this section shall be included in the lump sum price bid for mobilization. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 02010 • SUBSURFACE INVESTIGATION 02010-1 City of Tamarac purchasing and Contracts Division s SECTION 02050 -'DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this section. B. Asbestos survey was prepared by Evans Environmental and Geosciences. (Survey available to contractor upon request) 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the site demolition work, as indicated on the drawings. 1.3 RELATED WORK A. Section 02200 - Earthwork. B. All applicable Sections under Divisions 2, 3, and 4. 1.4 QUALITY ASSURANCE A. CONTRACTOR Qualifications: Minimum of five (5) years experience in demolition of comparable nature. B. Requirements of all applicable Regulatory Agencies: 1.5 SUBMITTALS A. Permits and notices authorizing building demolition. B. Certificates of severance of utility services. C. Permit for transport and disposal of debris. D. Demolition procedures and operational sequence for review and acceptance by the City. 1.6 JOB CONDITIONS A. Existing Conditions 1. The demolition work shall be done as indicated on the construction plans. 2. Remove all demolition debris from the site the same day the work is performed. B. Protection: 1. Erect barriers, fences, guard rails, enclosures, and shoring to . protect personnel, structures, and utilities remaining intact. 2. Protect designated trees and plants from damages. DEMOLITION 02050-1 City of Tamarac Purchasing and Contracts Division i 3. Use all means necessary to protect existing objects and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements and dressings to damaged plants necessary, to the approval of the City at no additional cost to the City. C. Maintaining Traffic: 1. Ensure minimum interference with roads, streets, driveways, sidewalks, and adjacent facilities. 2. Do not close or obstruct streets and sidewalks without written approval from the City. r 3. If required by governing authorities, provide alternate routes around closed or obstructed traffic ways. I D. Dust Control: 1. Use all means necessary for preventing dust from demolition operations from being a nuisance to adjacent property owners. Methods used for dust control are subject to approval by the City prior to use. E. Burning: 1. On -site burning will not be permitted. 1.7 GENERAL ITEMS A. Scope of work shall comprise the following: Provide all labor, materials, necessary equipment and services to complete the demolition and clearing work, as indicated on the contract plans, and as specified herein. B. The CONTRACTOR shall provide references to the City to demonstrate a minimum of five years experience in demolition of a comparable nature. Current occupational licenses held by CONTRACTOR shall be submitted to the City. C. The CONTRACTOR shall be responsible for adherence to all applicable codes of all regulatory agencies having jurisdiction upon the works. 1.8 PRE -DEMOLITION MEETING A. A meeting shall be held with the City at the jobsite to describe intended demolition and cleaning procedures and schedules. This. shall include identifying access routes for bringing necessary equipment in, removing debris from site, and designation of any trees, drives or other items to remain. 02050-2 City of Tamarac Purchasing and Contracts Division a 1.9 EXISTING CONDITIONS A. The CONTRACTOR shall become thoroughly familiar with the site, and of existing utilities and their connections, and note all conditions which may influence the work. B. By submitting a bid, the CONTRACTOR affirms that the CONTRACTOR has carefully examined the site and all conditions affecting work. C. The City shall be notified immediately by the CONTRACTOR should any hazardous materials be discovered during demolition. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 INSPECTION A. Verify that structures to be demolished are not in use and ready for removal. B. Do not commence work until all conditions and requirements of all applicable public agencies are complied with. 3.2 PREPARATION A. Arrange for, and verify termination of utility services to include removing meters and capping lines. B. Notification: 1. Notify the OWNER at least three (3) full working days prior to commencing the work of this Section. 3.3 CLARIFICATION A. The drawings do not purport to show all objects existing on the site. B. Before commencing the work of this Section, verify with the OWNER all objects to be removed and all objects to be preserved. 3.4 SCHEDULING A. Schedule all work in a careful manner with all necessary consideration for the public and the City. B. Avoid interference with the use of, and passage to and from, adjacent facilities. 3.5 DISCONNECTION OF UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all effected utility service. DEMOLITION 02050-3 of Tamarac and Contracts Division r 1. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Disconnect and stub off. Notify affected utility company in advance and obtain approval before starting this j work. 11 2. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. 3.6 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Utility Services: Maintain existing off -site utilities, keep in service, and protect against damage during demolition operations. B. Prevent movement or settlement of adjacent structures. Provide and place bracing or shoring and be responsible for safety and support of structures. Assume liability for such movement, settlement, damage, or injury. C. Prevent movement, settlement, damage, or collapse of adjacent services, sidewalks, driveways and trees. Assume liability for such movement, settlement, or collapse. Promptly repair damage at no cost to the OWNER. D. Ensure safe passage of persons around areas of demolition. #, i 3.7 MAINTAINING TRAFFIC A. Do not interfere with use of adjacent buildings and facilities. Maintain free and safe passage to and from adjacent buildings and facilities. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. 3.8 POLLUTION CONTROLS A. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. B. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations as directed by the City or other governing authorities. Return adjacent areas to condition existing prior to start of work. 3.9 INSPECTION AND PREPARATION B. Verify that structures to be demolished are discontinued in use and ready for removal. C. Do not commence work until all conditions and requirements of all applicable public agencies are complied with. DEMOLITION 02050-4 AIML of Tamarac Purchasing and Contracts Division W_ C. Arrange for, and verify termination of utility services to include removing meters and capping lines. D. The drawings do not purport to show all objects existing on the site. Verify with the City all objects to be removed and all objects to be preserved. 3.10 DEMOLITION A. Pull out any existing utility lines designated for abandonment, irrigation, electrical lines, pull boxes and splice boxes to be removed and all other objects designated to be removed or interfering with the work. Contact the utility company or agency involved for their requirements for performing this work. No removed equipment and materials shall be allowed to remain in the work area after the day it was removed. B. Remove all debris from the site and leave the site in a neat, orderly condition to the full acceptance of the City. 3.11 DEMOLITION OF SITE STRUCTURES A. Demolish all site structure items designated to be removed or which are required to be removed to perform the work. This item does not include buildings. 3.12 REMOVAL OF DEBRIS AND DISPOSAL OF MATERIAL A. Material resulting from demolition and not scheduled for salvaging shall become the property of the CONTRACTOR and shall be removed from site and legally disposed of off -site. Disposal shall be timely, performed as promptly as possible and not left until the final cleanup. B. Remove from site contaminated, vermin infested, or dangerous materials encountered and dispose of by safe means so as not to endanger health of workers and public. C. Burning of removed materials from demolished structures will not be permitted on -site. 3.13 COMPLETION OF WORK A. Leave the site in a neat, orderly condition to the full acceptance of the City. B. Dirt remaining after demolition shall be graded level and compacted, in preparation for filling operations to follow demolition. Trenches shall be filled in layers of 12" maximum thickness and compacted in accordance with the technical specifications applicable to backfilling of trenches. 3.14 MEASUREMENT AND PAYMENT B. Payment for the work under this section shall be included in the lump sum price bid for items associated with the demolition. END OF SECTION 02050 DEMOLITION 02050-5 City of Tamarac Purchasing and Contracts Division l SECTION 02110 - CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this Section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and - services to complete the clearing work, as indicated on the drawings. B. The CONTRACTOR shall do all clearing, grubbing, root -raking, and necessary clean-up operations in connection with the construction of the work and its related site work. I C. The work shall consist of the removal and disposal of trees, stumps, roots, limbs, brush, fences, asphalt, concrete street markers, etc. from all project areas as designated on the drawings. D. The CONTRACTOR shall remove all refuse, asphalt pavement, concrete pavement, glass, metal, stone, plaster, lumber, paper materials, and any and all trash found in clearing and adjacent areas as directed by the City. II furnish all services labor, transportation, E. The CONTRACTOR shall ; materials, and equipment necessary for the performance of these operations. All clearing and cleanup operations shall be accomplished to the complete satisfaction of the City. j 1.3 RELATED WORK A. Section 02010 - Subsurface Investigation B. Section 02200 - Earthwork. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 TREE REMOVAL AND TREE PRESERVATION A. Contractor shall remove and relocate tree as specified in the Tree Removal and Relocation Plan. B. Contractor shall coordinate all tree relocation and removal with the City of Fort Lauderdale City Forester. If trees are determined to remain, tree preservation barricade fencing shall be installed in accordance with the detail as shown on the Demolition Plans. END OF SECTION 02110 02110-1 City of Tamarac Purchasing and Contracts Division SECTION 02200 - EARTHWORK PART I - GENERAL 1.1 WORK INCLUDED C. A. Provide labor, materials, equipment and services to complete the Earthwork, as indicated on the drawings, as specified herein or both. B. Including but not necessarily limited to the following: 1. Excavation 2. Backfilling 3. Filling 4. Rough Grading 5. Compaction D. C. There shall be no classification of excavation regardless -of materials encountered. 1.2 RELATED WORK A. Section 01050 - Field Engineering B. Section 02010 - Subsurface Investigation C. Section 02050 - Demolition D. Section 02110 - Clearing E. Section 02481 - Tree Relocation and Protection F. Section 02920 - Soil Preparation G. Section 02934 - Sodding H. Section 02950 - Trees, Shrubs, and Groundcover I. Section 03300 - Cast -In -Place Concrete 1.3 SUBSOIL INFORMATION A. Soil Boring Results performed by Nutting Engineers, Inc. in January 1999 relating to subsurface conditions are attached. 1.4 SITE INSPECTION A. Visit the site and become acquainted with existing conditions. Make subsurface investigation for site and subsurface conditions. Perform subsurface investigations under time schedules and arrangements approved in advance by the City. EARTHWORK 02200-1 of Tamarac and Contracts Division I W 1.5 TOPOGRAPHIC INFORMATION A. The existing grades shown on the drawings are approximate only and no representation is made as to their accuracy or consistency. Verify existing grades to the extent necessary to construct the work to the proposed grades indicated. i 1.6 DISPOSAL OF SURPLUS OR UNSUITABLE MATERIAL A. Dispose of undesirable material off site. Materials which may be disposed of on site will be indicated by the City and the appropriate location identified. 1.7 BENCH MARKS AND MONUMENTS A. Employ a registered surveyor to lay out lines and grades as indicated and to establish permanent bench marks. Make bench marks easily accessible and maintain and replace if disturbed or destroyed. f 1.8 UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of " utility services designated to be removed, performing such work in 1 accordance with the requirements of the utility company or agency having jurisdiction. B. Locate existing active utility lines traversing the site and provide for their protection. Preserve in operating condition active utilities adjacent to or traversing the site and/or designated to remain. C. Observe rules and regulations governing respective utilities. Adequately protect utilities from damage, remove or replace as indicated, specified or required. Remove, plug or cap inactive or abandoned utilities encountered in excavation. Record location of utilities. 1.9 QUALITY ASSURANCE A. A soil engineer may be retained by the Owner to observe performance of work in connection with excavating, filling, grading, and compaction. Re -adjust work which the soils engineer finds that does not meet technical or design requirements. Make no deviations from the Contract Documents without specific and written acceptance of the City. B. Give primary emphasis to the aesthetic appearance and functioning of berming and swales for both rough grades and fine grades. Employ skilled personnel and use adequate equipment to provide finish grading to be smooth, aesthetically pleasing, well drained, and ideal for receiving seed, sod and plant materials. C. Meet requirements of building codes and public agencies having jurisdiction upon the work. 0 EARTHWORK 02200-2 City of Tamarac Purchasing and Contracts Division PART II - PRODUCTS 2.01 EMBANKMENT A. The maximum sizes of rock which will be permitted in the completed fill areas are as follows: Depth Below Maximum Allowable Finish Grade Diameter Top 12 inches 1 inch 12 inches to 2 feet 2 inches 2 feet to 4 feet 6 inches 4 feet to 8 feet 12 inches Below 8 feet Winches B. Do not use fill material containing debris, sod, biodegradable materials as fill in construction areas. C. Soil used for fill and fine grading shall have sufficient percolation and surface drainage to support grass and plant materials. PART III - EXECUTION 3.1 JOB CONDITIONS A. Prevent dust from construction operations from interfering with other site operations or with adjacent property. Methods used for dust control are subject to acceptance by the City prior to use. B. Protect existing objects and vegetation. In the event of damage, immediately make repairs, and replacements necessary to restore the objects or vegetation. 3.2 EXCAVATION A. Excavate where indicated and necessary to obtain subgrades. B. Remove existing obstructions after acceptance by the City. C. Remove from site and dispose of debris and excavated material not required or acceptable for fill. 3.3 BACKFILL, FILLING & GRADING A. Cut, backfill, fill and grade to grade lines indicated. The proposed grades shown on the drawings are for establishing a smooth and even finished grade over the site. Playing fields are to be laser -graded. B. Place fill material in horizontal layers and spread to obtain a uniform thickness. EARTHWORK 02200-3 of Tamarac and Contracts Division F inches for 40 C. After compaction, layers of fill are not to exceed twelve (12) cohesive soils or eight (8) inches for non cohesive soils. r l 3.4 COMPACTION A. Compact each layer of fill to achieve the following maximum density at optimum moisture, AASHTO T 180 - latest edition. 1. Under building, roadway, curbs, walks and other paved areas: a minimum of 98%. i 2. Under landscaped area, 95%. B. Do not place backfill against masonry or other exposed building surface until permission has been given by the City, and in no case until the masonry has been in place seven days. C. Do not permit construction equipment within ten (10) feet of masonry or other exposed building surface. D. Obtain compaction in limited areas by the use of mechanical tampers or approved hand tampers. When hand tampers are used, deposit material in layers not more than four inches thick. Use hand tampers suitable for this , purpose and having a face area of not more than 100 square inches. Prevent wedging action against masonry, or other exposed building surfaces. 3.5 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. B. Adjust grades to carry drainage away from buildings and to prevent ponding around the buildings and on pavements. 3.6 MAINTENANCE AND PROTECTION OF WORK A. Protect the public, workers, or other contractors from injury or from causing damage to the works in progress through maintenance and protection of the work. 3.7 AS -BUILT SURVEY A. At the completion of the work and prior to final inspection of the area, provide the City with an as -built topographic survey made by a registered Surveyor. B. The surveyor is to certify on the survey whether or not the as -built conditions conform to the contours shown on the Drawings to within plus or minus one -tenth (0.1) of a foot and what the variation is if over one -tenth of a foot. C. Provide one reproducible copy and five prints of the survey to the City. END OF SECTION 02200 0 EARTHWORK 02200-4 City of Tamarac Purchasing and Contracts Division SECTION 02210 - FINE GRADING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this section. 1.2 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Fine Grading work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.3 RELATED WORK: A. Section 02000 — Project Construction B. Section 02470 — Site Furnishings C. Section 02481 — Tree Relocation and Protection D. Section 02810 — Irrigation E. Section 02920 — Soil Preparation F. Section 02934 Sodding G. Section 02950 — Trees, Shrubs, and Groundcover 1.4 SITE INSPECTION A. The Contractor shall visit the site and become acquainted with all existing conditions. The Contractor shall be responsible for his own subsurface investigations, as necessary, to satisfy requirements of this Section. All subsurface investigations shall be performed only under time schedules and arrangements approved in advance by the Owner. 1. The Owner and Construction Manager shall, be notified 24 hours in advance of the completion of the fine grading, prior to field grassing, to allow for Owner inspection and approval. No turf shall be installed prior to Owner approval of fine grading. 1.5 EXISTING CONTOURS E. A. Verify that contours and grades established under Sections 02200 are as required. Make whatever corrections and/or repairs necessary to make finish grades consistent with the requirements of the grading drawings and specifications. 1.6 UTILITIES F. A. Before starting site operations verify that the earlier Contractors have disconnected all temporary utilities which might interfere with the fine grading work. lity of Tamarac Purchasing and Contracts Division l B. Locate all existing, active utility lines traversing the site and determine the requirements for their protection. Preserve in operating condition all active utilities adjacent to or transversing the site that are designated to remain. 1 C. Observe rules and regulations governing respective utilities in working under 1 requirements of this section. Adequately protect utilities from damage, remove or relocate as indicated, specified or required. Remove, plug or cap j inactive or abandoned utilities encountered in excavation. Record location of active utilities. 1.7 QUALITY ASSURANCE A. Requirements of all applicable building codes and other public agencies having jurisdiction upon the work. ` B. Primary emphasis should be given to the aesthetic appearance and functioning of berming and swales, and to true and consistent grades. The Contractor shall employ skilled personnel and any necessary equipment to insure that finish grading is smooth, aesthetically pleasing, drains well, and is ideal for receiving sod and plant materials. C. The allowable tolerance for the fine grading shall not exceed 1/4 inch over 10 feet. 1.8 SUBMITTALS 40 A. The contractor shall provide a complete list of equipment and methods to be used in laser grading and leveling. PART 2 - MATERIALS 2.1 SOIL A. Refer to Section 02920, Soil Preparation, for all soil mixes required for growing medium. Verify that subsoil is properly selected and per Section 02920. PART 3 - EXECUTION 3.1 JOB CONDITIONS A. Dust control: G. Use all means necessary to prevent dust from construction operations from being a nuisance to adjacent property owners and from damaging finish surfaces on adjacent buildings, paving, etc. Methods used for dust control are subject to approval by the Owner. H. B. Burning: On -site burning will not be permitted. FINE GRADING 02210-2 Purchasing and Contracts Division of Tamarac I. C. Protection: Use all means necessary to protect curbs, gutters, sprinklers, utilities and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements and dressings to damaged plants necessary to the approval of the Landscape Architect. Contractor shall incur all cost for the replacement of damaged objects and vegetation. 3.2 SCHEDULING A. All rough grading and underground utilities shall be completed and approved by the Owner prior to finish grading. J. B. Coordinate all trades to avoid conflicts with work. 3.3 EXCAVATION percolation and K. A. Excavate where necessary to obtain subgrades, p surface drainage as required. Excavate existing clay and silt from grass field areas. B. Materials to be excavated are unclassified. C. Remove entirely any existing obstructions after approval by the Owner. L. D. Remove from site and dispose of debris and excavated material not required. 3.4 GRADING A. The Contractor shall establish finished grades as shown on the Engineers grading plans and as directed by the Owner, including areas where the existing grade has been disturbed by other work. B. Finished grading shall be smooth, aesthetically pleasing, drain well and ready to receive sod and other plant material to full satisfaction of the Owner. 3.5 COMPACTION A. Compaction and backfill requirements are specified in Section 02200 — Earthwork. 3.6 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. Adjust grades as required to carry drainage away from buildings and to prevent ponding around the buildings and on pavements. B. Remove all rock or objectional material larger than 1" any direction prior to commencing landscaping. C. Contractor shall be responsible for stabilizing grades by approved methods prior to landscaping, and shall be responsible for correction of grades as mentioned above, and cleanup of any wash outs or erosion. END OF SECTION 02210 FINE GRADING 02210-3 AGIL City of Tamarac Purchasing and Contracts Division C SECTION 02221 - TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS PART 1 - GENERAL 1.1 WORK INCLUDED: ' A. The work included under this Section consists of clearing, excavating, grading and backfilling as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. 1.2 RELATED WORK: A. Section 02500 - Paving B. Section 02555 - Water Distribution System C. Section 02560 - Waste Water Collection f D. Section 02574 - Pavement Removal and Replacement E. Section 02720 - Storm Drainage Structures, Pipe and Fittings i 1.3 REQUIRED SAFETY REGULATION: A. The Contractor shall be required to comply with chapter 90-96 of the Laws of ` Florida (The Trench Safety Act) and OSHA Standard 29 CFR, Section 1926.650 Subpart P. The Contractor shall submit with his contract, a signed and notarized copy of the Trench Safety Act compliance statement. i PART 2 -PRODUCTS 2.1 BEDDING MATERIAL: A. Bedding material for use below the water table or in wet trenches shall be pea rock, drainfield limerock or similar material as approved by the City. Pipe bedding material for use in dry trenches shall be limerock screenings, sand or other fine inorganic material as approved by the City. 2.2 ADDITIONAL BACKFILL MATERIAL: A. Additional backfill material shall be classified as A -I, A-3 or A-2-4 in accordance with AASHTO Designation M 145 and shall be free from vegetation and organic material. No stones or rocks shall be larger than six ` inches in diameter, and when placed within one foot of piping and stones or rocks shall be no larger than two inches in diameter appurtenances (one inch for PVC). 2.3 FILL BROUGHT FROM OFFSITE: A. All fill brought from offsite sources shall be tested and certified that they do not contain any hazardous materials, i.e. heavy metals, petroleum products, etc. Submit certifications to City prior to placing imported fill. TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-1 City of Tamarac Purchasing and Contracts Division 411 PART 3 - EXECUTION 3.1 CLEARING: A. The Contractor shall perform all clearing necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Plantings, shrubbery, trees, utility poles, or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored, or otherwise protected and preserved unless otherwise directed by the City. 3.2 EXCAVATION: A. The Contractor shall perform all excavation of every description and of whatever substances encountered, to the dimensions and depth shown on the Drawings, or as directed. All excavations shall be made by open cut. All existing utilities such as pipes, poles and structures shall be carefully supported and protected from injury, and in case of damage, they shall be restored at no cost to the Owner. B. Trench walls shall be kept vertical, and, if required to protect the safety of workmen, the general public, this or other work or structures, or to maintain trench widths within the limits hereinafter specified, shall be properly sheeted and braced. Where wood sheeting or certain designs of steel sheeting are used, the sheeting shall be cut off at a level two feet above the top of the installed pipe and that portion below that level shall be left in place. If interlocking steel sheeting is used, it may be removed providing removal can be accomplished without disturbing the bedding, pipe or alignment of the pipe. Any damage to the pipe bedding, pipe or alignment of the constructed the . utility caused by removal of sheeting shall be cause for rejection of affected portion of the work. Not more than 100 feet of trench shall be opened ahead of pipe laying operations at one time unless a greater length of open trench is approved by the City. C. In areas where trench widths are not limited by right-of-way and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. A substantially and safely constructed movable shield, "box" or "mole" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. D. Ladders or steps shall be provided for and used by workmen to enter and leave trenches. E. Pipe trenches for utility lines shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation or sheeting, if used, of 8 inches to 12 inches. Manhole excavations shall be carried to sufficient depth to permit their construction on the undisturbed bottom of the excavation. TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-2 of Tamarac Purchasing and Contracts Division F. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere unduly with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to convenient places of storage. G. All materials suitable for use as backfill shall be hauled to and used in areas where not enough suitable material is available from the excavation. H. Excess suitable material shall remain the property of the Owner and shall be disposed of within the limits of the project as directed by the City. The disposal area shall be finish graded upon completion of the work. 3.3 REMONLAL OF WATER: A. It is a basic requirement of these specifications that excavations shall be free from water before pipe or structures are installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and the Contractor may elect to use the Method of Construction noted under Section 3.10. B. The Contractor shall provide all necessary pumps, underdrains, well -point systems, and other means for removing water from trenches and other parts of the work. The Contractor shall continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent flotation or movement of the pipe in the trench and so that it is above the natural water table. C. Water from the trenches and excavation shall be disposed of in such a manner as will not cause injury to public health, to public or private property, to the work completed or in progress, to the surface of the streets, or cause any interference with the use of the same by the public. The Contractor shall submit his proposed methods of handling trench water and locations at which the water will be disposed of to the City for approval and shall receive approval before starting the excavation. 3.4 PIPE BEDDING: A. As described above, all pipe trenches shall be excavated to a level eight inches below the outside bottom of the proposed pipe barrel. The resulting excavation shall be backfilled with approved pipe bedding material, up to the level of the lower one-third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material for piping shall be pea rock, drainfield limerock, or similar materials as approved by the City. Limerock screenings, sand or other fine inorganic material from the excavation may be used for bedding material when pipe is installed above the natural water table. B. Any excavation below the levels required for installation of the pipe bedding, except for "Additional Excavation," as hereinafter specified, shall be backfilled with approved bedding material, tamped, compacted and shaped to provide proper support for the proposed pipe, at no additional cost to the Owner. TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-3 City of Tamarac Purchasing and Contracts Division 3.5 BACKFILL UNDER MANHOLES, INLETS AND METER VAULTS: A. Any excavation below the levels required for the proper construction of manholes or meter vaults shall be filled with Class C concrete. The use of earth, rock, sand or other materials for this purpose will not be permitted. 3.6 TRENCH STABILIZATION: A. No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms which are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. 3.7 BACKFILL: A. Backfilling of utility trenches will not be allowed until the work has been approved by the City, pressure tested if required, and the City indicates that backfilling may proceed. Any work which is covered or concealed without the knowledge and consent of the City shall be uncovered or exposed for inspection at no cost to the Owner. Partial backfill may be made to restrain the pipe during pressure testing. B. Backfill material shall be non -cohesive, nonplastic material free of all debris, organic material, lumps, clods and broken paving. Backfill material placed within one foot of piping and appurtenances shall not contain any stones or in diameter (one inch for PVC) and no stones or rocks larger than two inches rocks larger than six inches in diameter will be permitted in any backfill. C. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, the Contractor shall provide additional material suitable for this purpose. The additional material shall be installed as specified herein. D. Selected backfill material containing no stone or rocks larger than two inches shall be placed in six-inch layers and thoroughly tamped to a depth of 12 inches over the top of the pipe. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. E. After the backfill has been placed to a level 12 inches over the waterline or force main pipe, the remainder of the backfill shall be placed in layers, not to exceed nine inches, and compacted with mechanical vibrators or other suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined for landscaped areas and 98 percent of maximum density for paved areas. Provide density tests for each lift. F. After selected backfill has been placed to a depth of 12 inches over the sewer pipe, backfilling shall proceed to a depth of 30 inches over the pipe by placing the backfill material in twelve -inch layers and thoroughly compacting it with mechanical vibrators. Backfill in this portion of the work shall be compacted to 95 percent of maximum density of the material as hereinafter defined for landscaped areas and 98 percent of maximum density for paved areas. Provide density tests for each lift. TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS Q2221-4 of Tamarac Purchasing and Contracts Division G. After the backfill has been placed to a level 30 inches over the sewer pipe, the remainder of the backfill shall be placed in layers, not to exceed twelve inches, and compacted with mechanical vibrators or other suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined for landscaped areas and 98 percent of maximum density for paved areas. Provide density tests for each lift. H. Within paved areas of trench excavation, the base and surfacing shall be reconstructed as specified on the Roadway Restoration Detail shown on the plans. I. No more than 800 feet of trench with pipe in place shall be partially backfilled at any time. 3.8 COMPACTION AND DENSITIES: A. Methods of control and testing of backfill construction to be employed in this work are: 1. Maximum density of the material in trenches shall be determined by AASHTO Designation T 180. 2. Field density of the backfill material in place shall be determined by AASHTO Designation T 238. B. Laboratory and field density tests which, in the opinion of the City, are necessary to establish compliance with the compaction requirements of these specifications, will be conducted at the Owner's expense at intervals indicated in the Compaction Test Schedule on the plans. Tests will be made at depths and locations selected by the City. See Section 01400 for further Testing details. C. Trench backfill which does not comply with the specified densities, as indicated by such tests, shall be reworked and recompacted until the required compaction is secured, at no additional cost to the Owner. The costs for retesting such work shall be paid for by the Contractor. 3.9 ADDITIONAL EXCAVATION AND BACKFILL: A. Where organic material, such as roots, muck, or other vegetative matter, or other material which, in the opinion of the City, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the City and wasted. Sheeting shall be installed if necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in six-inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Sufficient compaction of this material shall be performed to protect the proposed pipe against settlement. Construction shall then proceed in accordance with the provisions of Article 3.04 Pipe Bedding. B. Additional excavation shall be performed only when ordered by the City. Where organic or other unsuitable material is encountered in the excavation, the Contractor shall bring the condition to the attention of the City and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. 40 11 TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-5 of Tamarac and Contracts Division • C. Additional backfill material, if required, shall be furnished in accordance with the provisions therefor in Article 3.07 3.10 TRENCHING IN EXTREME WATER CONDITIONS: A. General: 1. A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence of the City, may elect to employ the following method of construction. The concurrence of the City shall be obtained in writing and shall limit the use of this method of construction to such specific portions of the work as the City shall determine. 2. The construction specifications contained in the preceding parts of this section shall establish the required standards of construction quality for this work. Use of this method of construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payment will be made to the Contractor for excavation, backfill, sheeting or any costs incurred for work or materials, or any other costs incurred as a result of the use of this method of construction. 3. Subject to all of the requirements stated herein above, including written approval of the City, construction will be permitted in accordance with the following specifications. All requirements of Article 3.01 through Article 3.09, inclusive, of these specifications shall apply to this construction unless otherwise specifically modified herein. B. Removal of Water: The installation of pipe, manholes and appurtenances under water will be permitted and the requirements of Article 3.03 Removal of Water will be waived. C. Excavation: Excavation of pipe trenches to the level of the bottom of the proposed pipe bedding shall be performed in accordance with Article 3.02 Excavation. If rock, such as limerock or other similar hard, cemented material providing firm, unyielding trench bottoms is encountered at the level of the bottom of the proposed pipe bedding, no additional excavation will be required. If material such as sand, marl, or other material which cannot be classified as rock as herein above defined, is encountered at the level of the bottom of the proposed pipe bedding, the pipe trench shall be excavated to an additional depth of 10 inches minimum, below that level. This additional excavation, and the additional backfilling made necessary thereby, is an essential part of this alternate construction method and no additional payment will be made for this work, regardless of the type of material encountered. TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-fi City of Tamarac Purchasing and Contracts Division Im- Nampx 2. Excavation for manholes to be installed under water shall be continued to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12 inches in rock, or 24 inches in sand, as the same are defined herein above, for the placement of drainfield limerock as herein after specified. 3. The excavation of pipe trenches at their junction with excavations for manholes shall be modified in the following manner: A longitudinally sloping plane bottom surface, for the placement of pipe bedding material, shall be provided from the bottom of the manhole excavation, at its extremity, to a line of intersection with the bottom of the typical excavation of 10 feet measured horizontally, from the vertical plane of the manhole excavation. D. Pipe and Manhole Bedding: The pipe trench or manhole excavation shall be backfilled to receive the pipe or manhole with drainfield limerock as the same is commonly referred to in this area, up to the level of the lower one-third of the proposed pipe barrel, or to the outside bottom of the proposed manhole as applicable. This backfill shall be tamped and compacted to provide a proper bedding for the pipe or manhole, as also specified herein. Under no circumstances will material other than drainfield limerock be considered satisfactory for use as bedding material for underwater construction. E. Backfill: 1. After the pipe is installed, backfilling shall proceed in accordance with the ti provisions of Article 3.07 Backfill, except that drainfield limerock shall be used to backfill around the pipe and to a level even with the top of the pipe bell. Under no circumstances will material other than drainfield limerock be considered satisfactory for this purpose. 2. If this Method of Construction is used, all backfill material, including drainfield limerock, shall be carefully lifted into the trench and released to fall freely therein when the bucket or container is at or just above water level. Under no circumstances shall backfill material be dumped or pushed into trenches containing water. Below the existing water level, backfill material shall be carefully rammed into place in uniform layers. Above the water level, backfill material shall be placed and compacted as specified in Article 3.07 Backfill and Article 3.08 Compaction and Densities. 3.11 RESTORATION OF EXISTING SURFACES: A. Paved and grassed areas disturbed by the operations required under this Section shall be restored as indicated on the Drawings and/or specified herein. END OF SECTION 02221 • TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS 02221-7 Purchasing and Contracts Division City of Tamarac a 140 SECTION 02470 - SITE FURNISHINGS PART I - GENERAL 1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements shall govern the work under this section. 1.2 WORK INCLUDED A. B. 1 2 3 C. Provide all labor, materials, necessary equipment and services to complete the Site Furnishings work, as indicated on the drawings, as specified herein or both. Including but not necessarily limited to the following: Bicycle Rack Prefabricated Bridge Light Poles Provide all labor, necessary equipment and services to install only the following Site Furnishings work, as indicated on the drawings and specified by the manufacturer. D. Including but not necessarily limited to the following: 1. Park Shelter/Restroom I 1.3 RELATED WORK A. Section 02000 — Project Construction IB. Section 02210 — Fine Grading C. Section 02810 — Irrigation ID. Section 02920 — Soil Preparation E. Section 02934 — Sodding IF. Section 02950 — Ornamental Trees, Shrubs, and Groundcover 1.4 SUBMITTALS A. Manufacturer's Data: 10 Descriptive data of installation, methods, procedures and maintenance. 1. Guarantees and warranties of products. B. Complete shop drawings for all items of work under this section indicating all details of fabrication and installation, including sizes, shapes, finishes, colors, thickness, material quality and all other related work applicable to the items of this section. SITE FURNISHINGS 02470-1 City of Tamarac Purchasing and Contracts Division 1.5 DELIVERY, STORAGE AND HANDLING0 A. Deliver all materials with manufacturer's original containers or packaging, with identifying tags and labels intact and legible. B. Upon delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that all materials are properly protected and undamaged. C. Store and handle all materials so as to prevent soiling, damage, or deterioration. Make periodic inspections of all stored materials to assure they remain free from damage and deterioration. Damaged products shall that be rejected. PART II - PRODUCTS 2.1 Shelter/ Rest Rooms (to be supplied by others under a separate contract) A. Product: 1 Park Shelter/Rest Rooms: Hunter Knepshield, Inc., Model #R54-3437FL- LA or approved equal. Contact: Hunter Knepshield, Inc., Tim Tapp (954) 973-9023. Color to be as designated by Owner. B. Location: 0 1. Locations and quantities as indicated on Site and Horizontal Control Plan as field located by the Owner. 2.2 Prefabricated Bridge A. Product: 1. Product: Prefabricated Bridge with Timber Crib substructure, Custom 80, span, 6' wide with steel railing and concrete decking: Echo Bridge, Inc., or approved equal. Contact: Hunter Knepshield, Inc., Tim Tapp (954) 973- 9023. Color to be as designated by Owner. B. Location: 1. Locations as indicated on Site and Horizontal Control Plan or as field located by the Owner. 2.3 Bicycle Rack A. Product: 1. Bicycle Rack: Du Mor Inc., Model #125-20 or approved equal. Contact Rep. Services, Inc., Dawn Hartman (407) 831-9658. Color shall be black or as designated by Owner. Finish to be zinc -rich primed "and powder coated. 0 SITE FURNISHINGS City of Tamarac Purchasing and Contracts Division • B. Location: 2. Locations and quantities as indicated on Site and Horizontal Control Plan or as field located by the Owner. 2.4 Light Poles A. Product: 1. General Electric Systems, Inc., Model P17M, Post Mounted Luminare or approved equal. Type and color to match existing poles on site. B. Location: 1. Locations and quantities as indicated on Site and Horizontal Control Plan as field located by the Owner. PART III - EXECUTION 3.1 WORKMANSHIP AND INSTALLATION A. Provide as indicated and detailed on the drawings, and as per manufacturer's standard printed specifications, instructions and recommendations. B. Provide complete shop drawing and manufactured cut sheets on all manufactured items, include installation hardware and methods. END OF SECTION 02470 SITE FURNISHINGS 02470-3 r" City of Tamarac AIML Purchasing and Contracts Division 1 SECTION 02481 - TREE RELOCATION AND PROTECTION 1 PART I — GENERAL 1.1 GENERAL PROVISIONS A. All applicable provisions of the Bidding and Contract requirements shall govern the work under this Section. 1.2 WORK TO BE PERFORMED AND WORK INCLUDED A. Provide the following: 1. Prepare and relocate trees and palms designated for relocation within the project boundaries, to include all aspects of preparation, relocation, protection, and maintenance. 2. Protection and care of existing trees and palms to remain within the project boundaries, to include all aspects of protection, pruning, fertilization, and watering. , 3. Install and operate temporary irrigation system and hand water as required by these specifications. 4. Follow-up maintenance as required by these specifications. 5. Labor, materials, equipment and services to complete all preparation, relocations and protection work as indicated on the drawings, as specified herein, or both. 1.3 RELATED WORK A. Section 02200 - Earthwork B. Section 02210 - Fine Grading C. Section 02810 - Irrigation D. Section 02920 - Soil Preparation E. Section 02934 - Sodding F. Section 02950 - Trees, Shrubs, and Groundcover 1.4 SUBMITTALS A. Submit the following: 1. Verification of qualifications. The Contractor shall provide a list of references and project list of a minimum of five (5) projects that the Contractor has successfully completed that are similar in scope and nature. 2. List of all equipment to be utilized during tree preparation and transplanting. TREE RELOCATION AND PROTECTION 02481-1 City of Tamarac Purchasing and Contracts Division 11 3. Proposed sequence of events from start to finish, in writing. This shall include a schedule by day as to how many units can be dug and relocated to specified areas. 4. Literature and proposed application rates for specified wetting agents, fertilizers and soil conditioners. 5. Verification of all required licenses and memberships. 1.5 APPLICABLE STANDARDS AND SPECIFICATIONS A. Comply with the following standards and specifications for all materials, methods, and workmanship unless otherwise noted: 1. Codes and Standards of the American Association of Nurserymen. 2. Codes and Standards of the International Society of Arborculturists. 1.6 LICENSING AND INSURANCE A. The Contractor shall be registered Broward County. B. The Contractor shall be certified with the State of Florida Landscape Maintenance Association. C. The contractor shall maintain insurance as required in the contract provisions. 1.7 PERMITS A. The Contractor shall secure and pay for any permits required in order to complete this work. 1.8 DESCRIPTION A. Trees to be relocated on site are designated on the drawings or as directed by the City. B. Existing trees to be relocated shall be crown pruned, root pruned, and treated with soil amendments prior to relocation. C. Existing trees to be relocated or to remain shall be protected with barricades during construction. Trees or shrubs designated to remain which are scarred or destroyed shall be replaced with the same species, size and quality at no cost to the City. D. All trees subject to encroachment into the rootzone, due to proposed construction, shall be root pruned 18" from the pavement edge or trench as indicated on the drawings and herein these specifications. E. Tree pits resulting from relocated material shall be backfilled with clean, stable fill and brought flush with surrounding grade. TREE RELOCATION AND PROTECTION 02481-2 of Tamarac Purchasing and Contracts Division t M. The Contractor shall call for and attend an inspection of existing conditions by the City prior to commencing work, including but not limited to identification of trees, and potential obstructions to the relocation work. The Engineer will prepare a report of existing conditions as a matter of record, to include photographs. The Contractor will accept the existing conditions as a reference point for condition of trees, and condition of the site. Existing conditions will then become the responsibility of the Contractor to keep intact. 1.9 GUARANTEES A. The Contractor shall guarantee his work in the following way: 1. Any tree or palm that dies or is deemed in unacceptable condition for one year following final project acceptance shall be removed by the Contractor, including root ball, and backfilling of pit, at no cost to the Owner. 2. The Contractor shall provide a comparable specimen at no additional cost to the City. 3. The guarantee shall be enforced if it is deemed by the Landscape Architect, the City Landscape Inspector or Engineer that tree mortality or decline is a product of improper handling or maintenance by the Contractor. 4. The Contractor shall maintain automatic temporary irrigation in operating order for all relocated trees and palms and all trees and palms to remain within the project area until permanent irrigation system is operable. PART 11— PRODUCTS SOIL AMENDMENTS Soil amendments shall be as specified in Section 02920- Soil Preparation 2.2 EQUIPMENT A. Soil amendments shall be injected into the soil by means of a spray apparatus utilizing mechanical agitation to keep powdered amendments suspended, where appropriate. B. Root pruning equipment shall be designed for this task, and shall produce clean cuts of roots without damage to the resulting root ball. C. Relocation equipment shall be capable of lifting and transporting trees without damage. 2.3 SOIL A. Soil to be placed once trees or palms are transplanted shall meet specification Section 02920. TREE RELOCATION AND PROTECTION 02481-3 of Tamarac and Contracts Division 11 2.4 WATER A. Water shall be clean and potable, from municipal Fort Lauderdale source, or from on -site wells. 2.5 MULCH A. Mulch shall be as specified in Section 02950. 2.6 BRACING AND STAKES A. All bracing and stakes shall be pressure treated pine. Compression bands shall be stainless steel. 2.7 BARRICADES A. Barricades shall 4' orange 'tensor' mesh or other barricades as approved by the City. PART III — EXECUTION 3.1 PREPARATION FOR RELOCATION OF TREES AND PALMS WITHIN THE PROJECT BOUNDARIES A. Crown Pruning All trees and palms shall be crown pruned prior to relocation. The City shall be notified 48 hours in advance of all pruning activities to allow for observation. 1. Broadleaf Trees a. All trees are to be trimmed by thinning the crown only, and not by reducing crown dimensions. Trim to conform to NAA and ISA standards, including removal of dead wood. b. Repair any existing injuries to trees including cavities and machinery marks. 2. Sabal Palms a. Remove all seed pods, and all fronds, as in a hurricane cut. Trim all boots to a clean, regular pattern, no more than 3" out from the trunk. B. FERTILIZATION AND WATERING . Preparation Clear the rootball area of all foreign material, trash, etc., to expose undisturbed soil. TREE RELOCATION AND PROTECTION 02481-4 City of Tamarac Purchasing and Contracts Division 11 2. Application / Schedule a. All Trees and Palms to be relocated shall be treated with the specified root stimulant at the time of root pruning. The specified root stimulant shall be applied at the concentration and application rates recommended by the manufacturer and approved by the City. b. All Trees and Palms to be relocated shall be deep injection fertilized at the time of transplant. Specified fertilizer shall be used and applied at the concentration and application rates recommended by the manufacturer and approved by the City. c. All Trees and Palms to be relocated shall be treated with the specified wetting agents, fertilizers, and soil conditioners at the time of relocation. Soil amendments shall be mixed to produced a single fluid with each component included at the manufacturer and approved by the City. Inject into the root zone within the limits of proposed root ball at the rate of 50 gallons fluid per 1,000 square feet of tree canopy, using only approved spray equipment. d. All Trees and Palms to be relocated shall be treated with the specified endo and ectomycorrhizal transplant inoculant at the time of transplant. The specified transplant inoculant shall be applied at the concentration and application rates recommended by the manufacturer and approved by the City. e. Form and maintain an earth berm 6" high outside the proposed root ball prior to watering and apply 3" approved mulch within saucer. Water application shall saturate the root ball to its entire depth. C. ROOT PRUNING Watering a. All trees and palms to be relocated are to be provided with an automatic irrigation system which provides 2 bubbler heads fed by PVC pipe to each tree and palm, prior to root pruning. b. The Contractor shall verify a source of municipal or well water and provide for a temporary meter to operate the irrigation. c. Provide irrigation timer, or battery powered valve to water trees to be relocated. Hand watering in lieu of automatic system shall not be allowed, however hand watering shall be performed to avoid lapses should the automatic system be inoperable for more than 24 hours. 2. Barricades a. Barricade all existing trees and palms with four foot (4') high chain link fence or other barricade approved by City. b. Barricades shall be installed at the tree drip line/edge of tree canopy, or as shown on demolition plan prior to any construction activity. 46 I TREE RELOCATION AND PROTECTION 02481-5 City of Tamarac Purchasing and Contracts Division 3. Root Pruning Technique a. All trees shall be excavated by digging a trench a minimum of 48" deep by 6" wide, either by hand or with a trenching machine designed for this purpose. Hand cut broadleaf tree roots after trenching to produce clean cuts with no splits or tears. b. Trees to be root pruned shall have a minimum root ball size of 10" per 1" of caliper measured at DBH for broad leaf trees. Root balls are to be formed square, all trenches being equal distance from the trunk. C. Sabal palms shall not require root pruning. 4. Timing a. All broadleaf trees to be relocated shall be maintained for a minimum of twelve (12) weeks after root pruning prior to relocation. 3.2 RELOCATION OF TREES AND PALMS A. Preparation 1. Trees and palms shall be thoroughly soaked to the full depth of the root ball daily for seven consecutive days prior to relocation. 2. Accurately locate position and elevation where all trees are intended to be planted, for verification by Landscape Architect or City Engineer. Verify that no overhead or underground utilities, existing or proposed, conflict with proposed locations. 3. Ascertain that all proposed paths for machinery are clear of utilities and other obstructions. B. Excavation of Tree Pits 1. Dig all pits as shown in drawings with vertical sides and flat bottom. Portions of existing soil may be utilized as backfill in accordance with Section 02920. C. Digging and Handling - Broadleaf Trees 1. Notify the City 48 hours in advance of each relocation to allow for observation of procedures. 2. Determine line of previous root pruning and excavate around root mass to leave area 12" out from line of root pruning undisturbed. Digging shall be accomplished so as to produce clean cuts on all roots without tearing or splitting. Trenching shall be,a minimum of 36" deep. 3. Trees shall be handled in such a way as to avoid damage to bark and limbs subject to support cables or chains. TREE RELOCATION AND PROTECTION 02481-6 of Tamarac Purchasing and Contracts Division .rr . 4. Attach padded support cables or chains at multiple points where possible. Alternatively, tree trunks may be drilled and doweled for broadleaf trees. The Landscape Architect or City Engineer reserves the right to require doweling in lieu of lifting by straps. 5. Root balls shall be undercut prior to lifting. Do not force tree from ground prior to undercutting. Ball depth to be determined upon assessing conditions at time of trenching, to keep intact the entire root ball. 6. Trees shall be properly wrapped during moving so trunks will not be scarred and damaged and to avoid broken limbs. Broken limbs or r scarred trunks shall cause tree to be unacceptable and rejected at the City's option. Broken limbs and wounds which do not, in the City's judgment, cause the tree to be rejected shall be cleanly cut. 7. Transport plant material on vehicles of adequate size to prevent overcrowding, broken limbs, foliage damage or root ball damage. 8. Root balls and foliage shall be kept moist during all phases of relocation. g. Partially backfill 2/3 of the tree pits with approved planting soil prior to { setting tree. This layer of soil to be thoroughly drenched prior to relocation to achieve a stable platform at the correct elevation so that �. the top of rootball is 1" above proposed grade. 10. Rotate tree prior to setting to achieve best positioning relative to adjacent trees and viewing angles. D. Backfilling 1. Flood bottom soil layer to settle tree into best position and to remove air pockets. 2. Continue to flood root ball as planting soil is deposited to insure removal of all air pockets. 3. Produce saucer to retain water per drawings. E. Bracing 1. Support tree with machinery until bracing is complete. 2. Buttresses may support separate trunks on multiple trunk trees. 3. Maintain braces until completion of project. Removal of braces shall be by Contractor one year after acceptance of project. F. Irrigation 0 TREE RELOCATION AND PROTECTION 02481-7 of Tamarac and Contacts Dfvialon r• 1.1 1. Install bubbler heads on all trees and palms and mist head risers in oaks. Connect each tree's system immediately to water source. Irrigation timer is to be operable prior to the time of transplanting; alternatively, battery powered valves may be utilized. The temporary irrigation system shall be maintained for a minimum of 90 days and shall be maintained in addition the permanent irrigation, should the permanent system be operable during this time. 2. Lateral lines to be buried 18" and marked for identification. 3. Set time to run daily, to provide an equivalent of 6" of rain per week for 30 days, then reduce to equivalent of 3" per week. 4. Removal of mist heads from oaks shall be at the direction of the City Engineer. G. Barricading 1. Barricade all existing trees and palms with four foot (4') chain link fence or other barricade approved by City. 2. Barricades shall be installed outside the tree drip line/edge of tree canopy or as shown on demolition plans prior to any construction activity. 3.3 PROTECTION AND CARE OF EXISTING TREES AND PALMS TO REMAIN A. Crown Pruning 1. All trees and palms to remain in place within the project limit shall be pruned within 60 days of Notice to Proceed. 2. All trees and palms to be relocated shall be pruned on a schedule that maximizes acclimatization time prior to relocation. B. Watering 1. Existing irrigation shall remain operable to the greatest extent possible during relocation procedures. 2. All on site trees to remain shall be supplied with temporary irrigation to remain operable until permanent irrigation is operable. Existing irrigation system to be demolished may be utilized as the temporary irrigation system. C. Barricading 1. Barricade all existing trees and palms with 4' high chain link fence or other barricade approved by City. 2. Barricades shall be installed outside the tree drip line/edge of tree canopy or as shown on demolition plan prior to any construction activity. END OF SECTION 02481 TREE RELOCATION AND PROTECTION 02481-8 of Tamarac Purchasing and contracts Division SECTION 02500 - PAVING PART ONE -GENERAL 1.1 DESCRIPTION: A. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction" (2000 or the latest edition) together with "Supplemental Specifications to the Standard Specifications for Road and Bridge Construction" (2000 or the latest edition) shall be used where applicable for the paving work, and where such wording therein refers to the State of Florida and its Department of Transportation and personnel, such wording shall be replaced with the wording which would provide proper terminology; thereby making such "Standard Specifications for Road and Bridge Construction" as the "Standard Specifications" for this project. If within a particular section, another section, article, or paragraph is referred to, it shall be part of the standard specifications also. The Contractor shall abide by all local and state laws, regulations and building codes which have jurisdiction in the area. 1.2 WORK INCLUDED: A. The Contractor shall furnish all labor, materials and equipment and perform all operations required to complete the construction as shown on the plans, and specified herein, or both. 40 B. Provide a complete and operating facility in accordance with these specifications and the construction drawings. The material .and equipment shown or specified shall not be taken to exclude any other incidentals necessary to complete the work. Work shall include, but not necessarily be limited to the following: 1. Preparation of subgrade 2. Installation and compaction of subgrade 3. Installation and compaction of limerock base 4. Installation of asphalt surface course 5. Painting traffic lane and parking markings C. The work included in this Section consists of cutting, removing, protection and replacing existing pavement of the various types encountered, driveways, sidewalks, curb and combination curb and gutter. D. Permits: The Contractor shall obtain the necessary permits, prior to any roadway work. Additionally, the Contractor shall provide advance notice to the appropriate authority, as required, prior to construction operations. • PAVING 02500-1 Purchasing and Contracts Division City of Tamarac 0 1.3 RELATED DOCUMENTS: All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements, shall govem the work under this section. 1.4. RELATED WORK: Section 02200 - Earthwork Section 02221 - Trenching, Backfilling, and Compacting for Utility Systems Section 02574 - Pavement Removal & Replacement PART 2- PRODUCTS AND EXECUTION 2.1 Subbase: A. Subbase shall be prepared compacted and graded and shall be in accordance with Section 160 of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, latest Edition." 2.2 Base Course: A. Limerock base shall be prepared, compacted and graded and shall be in accordance with Section 200 of the Florida Department of Transportation "Standard Specifications" for Road and Bridge Construction, latest Edition." Limerock must be witnessed and approved by the Engineer of Record prior to placement of prime/tack coats. 2.3 Prime and Tack Coats: A. The City shall inspect the completed base course and the contractor shall correct any deficiencies and clean the base course prior to the placement of the prime coat. Tack coat will also be required if the City finds that the primed base has become excessively dirty or the prime coat has cured to the extent of losing bounding effect prior to placement of the asphaltic concrete surface course. The prime and tack coats shall be in accordance with section 300 of the "Standard Specifications." 2.4 Surface Course: A. Asphaltic concrete surface course shall be constructed to the limits shown on the plans. The surface course shall consist of Type S-III asphaltic concrete. All asphaltic concrete shall be in accordance with Sections 320 and 330 of the "Standard Specifications." Type S-II asphaltic concrete shall be in accordance with Section 333 of the "Standard Specifications." 2.5 Concrete Curbing: A. Concrete curb shall be constructed to the limits shown on the plans. The concrete shall have a minimum compressive strength of 4000 psi at 28 days and shall be in accordance with Section 345 of the "Standard Specifications." 02500-2 PAVING of Tamarac and Contracts Division 2.6 Concrete Sidewalk: A. Concrete sidewalk shall be constructed to the limits shown on the plans. The concrete shall have a minimum compressive strength of 3000 psi at 28 days. The concrete shall have a minimum thickness of 6 inches unless indicated otherwise on the plans. All sidewalk work shall be in accordance with Sections 522 and 345 of the "Standard Specifications." See also Section 3300 for Concrete requirements. END OF SECTION 02500 r� PAVING 02500-3 of Tamarac and Contracts Division SECTION 02510 -MAINTENANCE OF TRAFFIC PART ONE - GENERAL 1.1 DESCRIPTION: A. The Florida Department of Transportation Standard Specifications for Road and Bridge Construction" latest edition, together with "Supplemental Specifications to the latest edition of the Standard Specifications for Road and Bridge Construction", latest edition shall be used where applicable for the various work, and that where such wording therein refers to the State of Florida and its Department of Transportation and personnel, such wording shall be replaced with the wording which would provide proper terminology; thereby making such "Standard Specifications for Road and Bridge Construction" as the "Standard Specifications" for this project. If within a particular section, another section, article or paragraph is referred to, it shall be part of the standard specifications also. The Contractor shall abide by all local and state laws, regulations and building codes which have jurisdiction in the area. B. The Contractor shall furnish all labor, materials and equipment and perform all operations required to complete the construction as shown on the plans, and specified herein, or both. C. Provide a complete and operating facility in accordance with these specifications and the construction drawings. The material and equipment shown or specified shall not be taken to exclude any other incidentals necessary to complete the work. PART TWO - EXECUTION 2.1 Maintenance of Traffic: A. It shall be the sole responsibility of the Contractor to install and maintain adequate traffic control devices, warning devices and barriers for the purpose of protecting the traveling public, his workmen and the work area in general. Such traffic control shall be maintained for the duration of the project period, including any temporary suspensions of the work. Maintenance of traffic shall be in accordance with Section 102 of the "Standard Specifications" and the State of Florida, Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations. Where required by the agency having jurisdiction over the ROW, a "Maintenance of Traffic" plan shall be approved by that agency and a copy forwarded to the City prior to beginning the associated work. All requirements of the jurisdictional agency are to be included in the Contractor's base bid and no extra payment will be made for Maintenance of Traffic. B. Contractor shall accommodate the use of Recreation Center and the Annex Building during the construction of the project. 0 END OF SECTION 02510 MAINTENANCE OF TRAFFIC 02510-1 Ci of Tamarac Purchasing and Contracts Division A ty SECTION 02555 - WATER DISTRIBUTION SYSTEM PART I - GENERAL 1.1 Scope: THE CONTRACTOR SHALL FURNISH ALL LABOR, EQUIPMENT, AND MATERIALS AND PERFORM ALL OPERATIONS NECESSARY TO CONSTRUCT THE WATER DISTRIBUTION SYSTEM COMPLETE. ALL MATERIALS AND WORK PERFORMED SHALL BE IN ACCORDANCE WITH PLANS AND SPECIFICATIONS AND OF FIRST-CLASS WORKMANSHIP. 1.2 SAFETY PROVISIONS: IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PROTECT PERSONS FROM INJURY AND TO AVOID PROPERTY DAMAGE, ADEQUATE BARRICADES, CONSTRUCTION SIGNS, TORCHES, RED LANTERNS AND GUARDS, AS REQUIRED, SHALL BE PLACED AND MAINTAINED DURING THE PROGRESS OF THE CONSTRUCTION WORK AND UNTIL IT IS SAFE FOR TRAFFIC TO USE THE TRENCHED ROADWAY. 1.3 EXISTING UTILITIES: A. Temporary support, adequate protection and maintenance of all underground and surface utility structures, drains, sewers, and other obstructions encountered in the progress of the work shall be furnished by the Contractor at his own expense. B. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipe branch connections to main sewers, or main drains, the obstructions shall be permanently supported, relocated, removed, or reconstructed by the Contractor in cooperation with the Owners of such utility structures. No deviation shall be made from the required line or grade except as directed in writing by the City. C. The Contractor shall obtain a SUNSHINE Certification number and an existing utility field location at least 48 hours prior to beginning any excavation. D. Prior to beginning construction, the Contractor shall verify the size, location, elevation, and material of all existing utilities within the area of construction by use of record drawings and/or electronic locating devices. E. Existing utility locations shown on these plans are approximate. The City assumes no responsibility for the accuracy of existing utilities shown or for any existing utilities not shown. C: WATER DISTRIBUTION SYSTEM 02555-1 of Tamarac and Contracts Division F. The Contractor shall be responsible for damage to any existing utilities for which he fails to request locations from the utility owner. He is responsible as well for damage to any existing utilities which are property located. G. If upon excavation, an existing utility is found to be in conflict with the proposed construction or to be of a size or material different from that shown on the plans, the Contractor shall immediately notify the City. 1.4 SHOP DRAWINGS AND SUBMITTALS: A. The Contractor shall furnish to the City manufacturers' literature and data for all materials to be installed under this section. These submittals must be stamped "Approved" by the City prior to installation by the Contractor. B. Complete "As -Built" information relative to manholes, valves, services, fittings, length of pipe, and the like, shall be accurately recorded by the Contractor and submitted to the City prior to final acceptance of the work. All horizontal and vertical information shall be taken by an independent Registered Surveyor and included in the As -Built information furnished by the Contractor. Final approval of the project is subject to the final review and approval of the As -Built information furnished to the regulatory agencies. 0 1.5 APPLICABLE CODES: A. General: All construction and materials shall conform to the City of Ft. Lauderdale Standards and Specifications and all local and national codes where applicable. B. Construction Safety: All construction shall be done in a safe manner, specifically, the rules and regulations of the Occupational Safety and Health Administration (OSHA) and the Manual of Uniform Traffic Control Devices (MUTCD) shall be strictly observed. C. Survey Data: All elevations on the plans or referenced in the specifications are based on National Geodetic Vertical Datum of 1929 (NGVD). 1.6 RELATED WORK: A. Section 02221 - Trenching, Backfilling, & Compaction for Utility Systems. PART II - PRODUCTS 2.1 Pipe: THE WATER MAIN SHALL BE EITHER POLYVINYL CHLORIDE (PVC) OR DUCTILE IRON PIPE (DIP) AND SHALL HAVE PUSH -ON RUBBER GASKET JOINTS, WATER DISTRIBUTION SYSTEM 02555-2 of Tamarac Purchasing and Contracts Division MM9 PVC pipe shall be pressure pipe with iron O.D., Class 150 (SDR 18), A. p P conforming to ANSI/AWWA C900-89. S.D.R.18 PVC pipe shall be of pressure class 150 suitable for use at B. P P hydrostatic working pressure of 150 psi at 72 degrees F. All pipe must meet requirements as set forth in AWWA C900-89, with standard dimensions ratio SDR-18, and bearing the National Sanitation Foundation seal for potable water pipe. Provisions must be made for contraction and expansion at each joint. Pipe and fittings must be assembled with nontoxic lubricant. Laying lengths shall be 20 feet + or - one inch. Pipe shall be supplied with cast-iron pipe equivalent outside diameter, unless otherwise noted on the plans. C. Ductile iron pipe shall conform to AWWA/A.N.S.I. C151/ A-21.51 with class 3 wall thickness for pipe 12" and smaller, Class 2 for larger, as shown in Table 6, A.N.S.I. A-21.51 Pipe shall be cement lined in accordance with AWWVA/A.N.S.I. C104/A-21.4. MISCELLANEOUS 3/4" THREADED TIE RODS: SHALL BE CADMIUM PLATED. RODS SHALL BE PAINTED WITH A COAL TAR BASE PAINT FOLLOWING INSTALLATION. 2.2 FITTINGS: 0 A. Fittings shall have a pressure rating of 250 psi and conform to the latest revision of ANSI/AWWA CIIO/A21.10-93. Fittings must be cement lined and seal coated in accordance with ANSI/AWWA C-104/A-21.4-93. B. Mechanical joint fittings shall conform to the latest revision of ANSI/AWWA C-110/A21.10-93. C. Flanged fittings shall conform to ANSI Specifications for Class 125. D. Brass fittings shall conform to ANSI/AWWA C 800-89. All exposed threads shall be covered with a protective plastic coating. E. Fittings for PVC pipe shall be cast iron mechanical joint type having a pressure rating of 250 psi and conforming to ANSI/AWWA C-110/A21.10-93. 2.3 Valves: A. Gate valves 2-1/2" or less in size shall be standard 125 pound, non -rising stem, bronze, double -disc, screwed type, equipped with hand wheel. B. Gate valves over 2-1/2" size shall be resilient seat gate valves with iron body, non -rising stem, fully coated disc with rubber seat ring manufactured in accordance with ANSI/AWWA C500-93. 0 WATER DISTRIBUTION SYSTEM 02555-3 and Contracts Division of Tamarac ! 2.4 VALVE BOXES: VALVE BOXES SHALL BE OF STANDARD EXTENSION DESIGN AND MANUFACTURED WITH TOP COVER MARKED "WATER". THE TOP SECTION SHALL BE ADJUSTABLE FOR ELEVATION AND SHALL BE SET TO ALLOW EQUAL MOVEMENT ABOVE AND BELOW GRADE. SIZE OF VALVE BOX SHALL BE AS REQUIRED FOR THE VALVE. BASE OF VALVE BOX SHALL BE CENTERED OVER THE VALVE AND REST FIRMLY ON COMPACTED BACKFILL AND THE ENTIRE ASSEMBLY SHALL BE PLUMB. VALVE BOXES SHALL BE FIGURE H-10364, AS MANUFACTURED BY MUELLER COMPANY, OR AN APPROVED EQUAL. 2.5 HYDRANTS: A. Hydrants shall have a minimum 6" mechanical joint base pipe connection, 5-1/4 main valve opening, two 2-1/2" hose nozzles, and one 4-1/2" pumper nozzle. Threads shall be National Standard. Hydrants shall be cast iron body, fully bronze mounted, suitable for a working pressure of 150 pounds, and shall be in accordance with the latest specification of the ANSI/AWWA. They shall be of the 0-ring seal type. Operating nut shall open counter- clockwise and be of the pentagonal shape, measuring 1-1 /2" from point to opposite flat. B. Hydrants shall be furnished with a breakable feature that will break cleanly upon impact. This shall consist of a two part breakable safety flange with a breakable stem coupling. The upper and lower barrels shall be fluted and ribbed above and below the safety flange or have an extra strength lower barrel. C. Hydrants shall be painted one coat of zinc chromate primer and two finish coats of an approved paint of the color directed. Hydrants shall be Number A-423, Traffic Type, as manufactured by Mueller Company, or an approved equal. 2.6 SERVICE CONNECTION AND METER: THE CONTRACTOR SHALL INSTALL OR HAVE THE CITY INSTALL WATER METERS COMPLETE WITH BACKFLOW PREVENTER, VALVES AND METER VAULT, AT THE LOCATIONS SHOWN ON THE DRAWINGS, AND IN ACCORDANCE WITH THE SPECIFICATIONS AS SHOWN ON THE DRAWINGS. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR METER, VALVES, AND BACKFLOW PREVENTER. CONTRACTOR IS RESPONSIBLE FOR ALL COSTS ASSOCIATED WITH PROVIDING AND INSTALLING WATER METERS, VAULTS, BACKFLOW PREVENTERS, VALVES, AND CONNECTIONS IN ACCORDANCE WITH THE APPLICABLE CITY OR COUNTY STANDARDS. WATER DISTRIBUTION SYSTEM 02555-4 2.7 of Tamarac Purchasing and Contracts Division F SERVICE METERS: 40 W 2.10 2.11 2.12 SERVICE WATER METERS SHALL BE OF THE ROTATING DISC, BRONZE SPLIT CASE HOUSING TYPE. THE METER REGISTER SHALL BE OF THE STRAIGHT READING TYPE, RECORDING FLOW IN GALLONS, AND SHALL BE OF THE SEALED REGISTER TYPE. METERS SHALL CONFORM TO APPLICABLE SPECIFICATIONS OF ANSI/AWWA AND SHALL BE AS MANUFACTURED BY NEPTUNE METER COMPANY, OR AN APPROVED EQUAL. METER BOXES: METER BOXES SHALL BE PRECAST CONCRETE WITH A TWO-PIECE REINFORCED CONCRETE COVER INCLUDING A ROUND CONCRETE READING LID. METER BOXES FOR 5/8" OR 3/4" METERS SHALL BE MODEL 36R, AS MANUFACTURED BY BROOKS PRODUCTS, INC. METER BOXES FOR LARGER METERS SHALL BE OF SUITABLE SIZE FOR THE ENCLOSED METER. SHOP DRAWINGS MUST BE SUBMITTED FOR METER BOXES LARGER THAN 3/4". BACKFLOW PREVENTORS: BACKFLOW PREVENTERS SHALL CONFORM TO AWWA STANDARD C506 AN❑ SHALL BE OF THE REDUCED PRESSURE TYPE. BACKFLOW PREVENTORS SHALL BE PAINTED WITH ONE COAT OF ZINC CHROMATE PRIMER AND TWO FINISH COATS OF AN APPROVED PAINT OF THE COLOR DIRECTED. VALVES ON ALL BACKFLOW PREVENTORS SHALL BE CHAINED TOGETHER AND LOCKED WITH A PADLOCK. PRESSURE GAGES: PRESSURE GAGES: PRESSURE GAGES FOR LINE PRESSURE MEASUREMENT SHALL CONFORM TO FEDERAL SPECIFICATIONS GG-G- 76, CLASS 1, STYLE A, TYPE 1, 3-1/2 INCHES IN DIAMETER WITH PHENOLIC CASE, OR AS INDICATED ON THE DRAWINGS. PIPE HANGERS: PIPE HANGERS: PIPE HANGERS SHALL COMPLY WITH THE APPLICABLE REQUIREMENTS OF FEDERAL SPECIFICATION WW-H-171, HANGERS AND SUPPORTS, PIPE. THE TYPE SHALL BE AS SHOWN ON THE PLANS, WHERE A MANUFACTURER'S IDENTIFICATION NUMBER IS SHOWN IT IS TO INDICATE THE TYPE OF HANGER AND THE MATERIAL TO BE USED. CHECK VALVES: CHECK VALVES SHALL BE AWWA STANDARD FOR 175 PSI WORKING PRESSURE, SWING TYPE, IRON BODY, BRONZE MOUNTED, LEATHER FACED DISC, SUITABLE FOR VERTICAL OR HORIZONTAL POSITION. VALVES SHALL BE MUELLER FIGURE A-2600 OR APPROVED EQUAL. WATER DISTRIBUTION SYSTEM 02555-5 City of Tamarac Purchasing and Contracts Division WHERE DESIGNATED ON THE PLANS, CHECK VALVES SHALL BE SPRING LOADED, DOUBLE HALF DISC WAFER CHECK VALVE, MANUFACTURED BY TRW MISSION, OR APPROVED EQUAL. SPRING SHALL BE OF SUFFICIENT TENSION SO VALVE WILL CLOSE WITHOUT APPRECIABLE SLAM. 2.13 WATER SERVICES: A. Polyethylene Tubing - Polyethylene extrusion compound from which the polyethylene tubing is extruded shall comply with applicable requirements for PE-3408 ultra high molecular weight polyethylene plastic material. Material shall be as described in A.S.T.M. D-2737 and shall comply with the following: 1. Tubing shall have a working pressure of 200 P.S.I. at 73.40F. 2. Tubing must be capable of maintaining pressures of 340 P.S.I. at 73.40F for 1,000 hours when tested in accordance with A.S.T.M. D- 1598, and must have a minimum quick burst of 630 P.S.I. when tested in accordance with A.S.T.M. D-1599. 3. Tubing surfaces shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. 4. Tubing dimensions and tolerances shall correspond with the valves listed in A.S.T.M. D-2737 with a standard dimension ration (SDR) of 9. 5. Tubing shall be fully labeled with brand name and manufacturer, NSF Seal, size, type of plastic material, and A.S.T.M. Applicable designation with which the tubing complies. B. Copper tubing shall be type "K" and shall conform to AWWA Specification 75- CR and A.S.T.M. B-88. C. Other service materials may be considered for specific installations upon submissions of specifications and approval by the City. D. Joints 1. Joints for polyethylene or copper tubing shall be of the compression type utilizing a totally confined grip seal and coupling nut. Stainless steel tube stiffener insert shall also be used for P.E. tubing service. 2. Other type joints may be considered for specific installations upon submissions of specifications and approval by the City. WATER DISTRIBUTION SYSTEM 02555-6 Ci of Tamarac Purchasing and Contracts Division ry 2.14 METER VALVES: A. Meter valves shall be of bronze construction in accordance with A.S.T.M. B- 62. B. Meter valves shall be closed bottom design and resilient "o" ring sealed against external leakage at the top. Shut-off shall be affected by a resilient pressure actuated seal so positioned in the plug as to completely enclose the flow way in the closed position. The inlet side of all meter valves shall have a compression type fitting as detailed in Section C Part 1. Meter valves for meter size I" and under shall be equipped with a meter coupling nut on the outlet sides. C. Meter valves for 1 1/2" and 2" meters shall have flanged connections on the outlet sides. Meter valves over 2" will be considered on individual basis for the particular installation involved. 2.15 CURB STOPS: CURB STOPS SHALL BE OF THE INVERTED KEY TYPE WITH TEE -HEAD SHUT OFF. CURB STOPS SHALL BE MADE OF BRASS ALLOY IN ACCORDANCE WITH A.S.T.M. B-62. 2.16 CORPORATION STOPS: CORPORATION STOPS SHALL BE MANUFACTURED OF BRASS ALLOY IN ACCORDANCE WITH A.S.T.M. B-62. INLET THREAD SHALL BE AWWA TAPER THREAD IN ALL SIZES IN ACCORDANCE WITH AWWA C-800 LATEST REVISION. OUTLET CONNECTIONS SHALL HAVE A COMPRESSION TYPE FITTING AS DETAILED IN SECTION C PART 1. 2.17 TAPPING SLEEVES: A. D.I. Tapping sleeves shall be of the mechanical joint type having a flat faced D.I. flange, recessed for a tapping valve. All end and side gaskets shall be totally confined. B. The Contractor shall determine the outside diameter of the existing main before ordering the sleeve. PART III - EXECUTION 3.1 UNLOADING MATERIAL: THE CONTRACTOR SHALL EXERCISE CARE IN UNLOADING AND HANDLING PIPE, VALVES, FITTINGS, AND ALL OTHER MATERIAL. DROPPING PIPE FROM TRUCKS AND ALLOWING PIPE TO ROLL AGAINST OTHER PIPE WILL NOT BE PERMITTED. WATER DISTRIBUTION SYSTEM 02555-7 of Tamarac and Contracts Division 0 3.2 EXCAVATION: PIPE LINE TRENCHES SHALL BE EXCAVATED TO REQUIRED DEPTH AS SHOWN ON THE PLANS OR AS DIRECTED BY THE CITY. IN GENERAL, WATER DISTRIBUTION LINES SHALL HAVE A MINIMUM OF 36" COVER. IF ROCK IS ENCOUNTERED, EXCAVATION SHALL BE CARRIED A MINIMUM OF 6" BELOW BOTTOM OF PIPE, AND TRENCH BACKFILLED WITH SAND OR EARTH AND THOROUGHLY TAMPED. WIDTH OF TRENCH SHALL BE' SUFFICIENT TO ALLOW WORKMEN TO PERFORM ALL OPERATIONS INCIDENTAL TO CONSTRUCTING THE PIPELINE. HAND DUG BELL HOLES SHALL BE PROVIDED TO PERMIT PROPER JOINT MAKING. NO SECTION OF PIPE SHALL BEAR ON ROCK. ALL EXCAVATION TO CONFORM WITH SECTION 02221. 3.3 SEPARATION OF WATER AND SEWER MAINS: See design plans for water and sewer separation statement and requirements. 3.4 INSTALLATION OF PIPE: A. All installation of pipe shall conform to AWWA C600 latest revision. Pipe shall not be rolled or pushed into the trench from the bank. Before pipe is lowered into the trench, it shall be thoroughly inspected by the Contractor, as necessary, to insure its sound condition and eliminate the possibility of leakage or bursting under test pressure. Pipes and valves, fittings and all other materials showing defects shall not be used for construction. All such defective materials shall be removed from the construction site immediately. Before pipe is lowered into the trench, it shall be swabbed or brushed to insure that no dirt or foreign matter will be in the finished line. B. Pipe shall be laid on a flat bottom trench and backfill tamped to 6" above the top of the pipe. Pipe installation shall conform to "Type B Method" as adopted by Committee A21 of the American Standards Association. A firm even bearing shall be provided throughout the length of each section of pipe. Pipe shall not bear on any unyielding structures, nor shall it support any other structures. All dead ends shall be plugged or capped, anchored and held in place with concrete backing as required. Except while work is in progress, all pipe openings shall be suitably plugged to prevent entrance of water or any foreign matter. Material deemed unstable for providing adequate support for pipe shall be removed and replaced by suitable material. Adequate backfill shall be deposited on the pipe to prevent floating. Any pipe which has floated shall be removed from the trench and re-laid as directed by the City. C. Connection of all new systems to existing mains shall be done using one of the three following methods: WATER DISTRIBUTION SYSTEM 02555-8 City of Tamarac Purchasing and Contracts Division l . Method A per BCPHU Standards which involves a reduced size temporary connection between the existing main and the new main. r- 2. Method B per BCPHU Standards which involves a direct connection between the new and existing mains using two gate valves separated by a sleeve with a vent pipe. 3. Method C approved by the BCPHU which involves a tap with one gate valve requiring disinfection of the new system prior to conducting the pressure test. Connection method must be approved and witnessed by the water utility company. 3.5 Joints: ALL JOINTS SHALL BE SUITABLE FOR THE TYPE OF PIPE BEING JOINTED AND SHALL BE MADE IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS. A. Mechanical Joints: Mechanical joints shall be of the stuffing box type. The gland, followed by the rubber gasket, shall be placed over the plain end of the pipe which is inserted into the socket. The gasket is then pushed into position so that it is evenly seated in the socket. The gland shall be moved into position against the face of the socket, bolts inserted and made finger tight. Bolts shall be tightened by a ratchet wrench suitable for the size of pipe being connected alternately, bottom then top, etc., until the joint is completed. B. Compression Joints: Compression joints shall be a rubber seal joint, made pressure tight by a molded rubber gasket and lubricant to facilitate assembly. The joint shall be made tight by inserting the plain end into the bell after lubrication. The compression joint shall be similar and equal to "Altite" as manufactured by Alabama Pipe Company. Joints shall be made up as recommended by the manufacturer. C. Flanged Joints: Flanged joints shall be made with rubber gaskets. Bolts shall have rough square hands and hexagonal nuts made to American Standard rough dimensions and shall be chamfered and trimmed. Bolts shall be the recommended size for the diameter of pipe being jointed and shall be tightened as to distribute evenly the stress in the bolts and bring the pipe in alignment. • WATER DISTRIBUTION SYSTEM 02555-9 City of Tamarac Purchasing and Contracts Division wv ' 103.6 INSTALLATION OF FITTINGS: APPLICABLE PORTIONS OF THESE SPECIFICATIONS SHALL APPLY TO INSTALLATION OF FITTINGS. REACTION OR THRUST BLOCKING SHALL BE APPLIED AT BENDS AND TEES, AND WHERE CHANGES IN PIPE DIAMETER OCCUR AT REDUCERS OR IN FITTINGS. REFER TO DETAILS FOR CONCRETE STRENGTH AND DIMENSIONS. RESTRAINED JOINTS SHALL BE USED FOR ALL FITTINGS IN THE PUBLIC ROW. 3.7 INSTALLATION OF FIRE HYDRANTS: APPLICABLE PORTIONS OF THESE SPECIFICATIONS SHALL APPLY TO INSTALLATION OF FIRE HYDRANTS. ALL HYDRANTS SHALL STAND PLUMB AND BURIAL LINE SHALL BE SET AT FINISHED GRADE. RESTRAINED JOINTS SHALL BE PROVIDED FOR THE ENTIRE ASSEMBLY AS SHOWN ON THE PLANS OR AS DIRECTED BY THE CITY. 3.8 INSTALLATION OF VALVES: APPLICABLE PORTIONS OF THESE SPECIFICATIONS SHALL APPLY TO INSTALLATION OF VALVES. ALL VALVES SHALL STAND PLUMB UNLESS OTHERWISE SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. THE OPERATION OF INSTALLING TAPPING SLEEVES AND VALVES SHALL BE DONE BY AN EXPERIENCED ORGANIZATION WHO HAS BEEN ENGAGED IN THIS TYPE OF WORK NOT LESS THAN ONE (L) YEAR WITH A REPRESENTATIVE LIST OF SUCCESSFUL INSTALLATIONS. 3.9 PRESSURE TESTS: AFTER PIPE HAS BEEN ADEQUATELY BACKFILLED, AND NOT LESS THAN SEVEN DAYS AFTER PLACING THE LAST CONCRETE THRUST BLOCKING, ALL LAID PIPE SHALL BE SUBJECTED TO A PRESSURE TEST FOR TWO HOURS AT 150 PSI MINIMUM, IN ACCORDANCE WITH ANSI/AWWA C600-93. THE PRESSURE TEST SHALL NOT VARY MORE THAN +/-5 PSI DURING THE TEST. CARE SHALL BE TAKEN TO INSURE THAT ALL AIR HAS BEEN REMOVED FROM THE PIPE PREVIOUS TO PRESSURE TESTS. THE CONTRACTOR SHALL PROVIDE SUCH MEANS OF VENTING THE PIPE AS ARE REQUIRED. ANY MATERIAL OR INSTALLATION PROVING DEFECTIVE SHALL BE REPLACED BY THE CONTRACTOR. THE PRESSURE TEST SHALL BE WITNESSED BY A REPRESENTATIVE OF THE CITY/COUNTY AND THE ENGINEER OF RECORD. 3.10 LEAKAGE TESTS: AFTER THE MAIN HAS BEEN BROUGHT UP TO TEST PRESSURE, IT SHALL BE HELD AT THIS PRESSURE AND MAKE UP WATER SHALL BE CAREFULLY MEASURED BY USE OF A DISPLACEMENT METER OR BY PUMPING THE WATER FROM A VESSEL OF KNOWN VOLUME. THE PIPELINE SHALL BE WALKED AND ALL VISIBLE JOINTS INSPECTED FOR LEAKAGE AND MOVEMENT OF PIPE. ALL VISIBLE LEAKS SHALL BE REPAIRED. WATER DISTRIBUTION SYSTEM 02555-10 of Tamarac Purchasing and Contracts Division SHOULD ANY SECTION OF PIPELINE DISCLOSE JOINT LEAKAGE GREATER THAN THAT PERMITTED, THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, LOCATE AND REPAIR THE DEFECTIVE JOINTS UNTIL f LEAKAGE IS WITHIN THE PERMITTED ALLOWANCE. ALL PIPE, ETC. SHALL BE TESTED UNDER A CONSTANT PRESSURE OF 150 PSI (FIRE MAIN AT 200 PSI) FOR A MINIMUM TEST OF TWO HOURS AND SHALL NOT EXCEED THE LEAKAGE REQUIREMENTS AS PER ANSI/AWWA SPECIFICATIONS OF C600-87 LEAKAGE FORMULA: Q=SD p.5 133,200 Q= allowable leakage in gallons per hour S= total length of pipe tested in feet D= diameter of the pipe tested in inches P= average test pressure in pounds per square inch 3.11 BACKFILL: ALL BACKFILL SHALL BE CAREFULLY PLACED TO AVOID MOVEMENT OF THE PIPELINE. BACKFILL SHALL BE FREE FROM ROCK, LARGE STONES, BOULDERS, BRUSH, OR OTHER UNSUITABLE MATERIAL. IT SHALL BE PLACED IN THE TRENCH UNIFORMLY ON BOTH SIDES OF THE PIPE FOR THE FULL WIDTH OF THE TRENCH AND TO THE HORIZONTAL DIAMETER OF THE FULL LENGTH OF THE PIPE. THIS BACKFILL SHALL BE THOROUGHLY TAMPED TO PROVIDE COMPACTION UNDER AND ON EACH SIZE OF THE PIPE TO SUPPORT FREE FROM VOIDS. ADDITIONAL BACKFILL SHALL THEN BE PLACED BETWEEN JOINTS TO AN AVERAGE DEPTH OF 12" OVER THE TOP OF THE PIPE WHERE PIPE IS OF 8" AND SMALLER DIAMETER, AND 24" OVER THE LARGER PIPE. PIPE JOINTS SHALL REMAIN EXPOSED UNTIL COMPLETION OF THE PRESSURE AND LEAKAGE TESTS UNLESS OTHERWISE DIRECTED BY THE CITY. ON COMPLETION OF PRESSURE AND LEAKAGE TESTS, THE EXPOSED JOINTS SHALL BE BACKFILLED TO A DEPTH OF 12" ABOVE THE TOP OF THE PIPE. BACKFILL SHALL BE CAREFULLY COMPACTED UNTIL 12" OF COVER EXISTS OVER THE PIPE. THE REMAINDER OF THE BACKFILL SHALL THEN BE PLACED AND COMPACTED THOROUGHLY BY PUDDLING AND TAMPING AS REQUIRED. WHERE DIRECTED, PUDDLING AND TAMPING MAY BE OMITTED, AND BACKFILL SHALL BE NEATLY ROUNDED OVER THE TRENCH TO A SUFFICIENT HEIGHT TO ALLOW FOR SETTLEMENT TO GRADE AFTER CONSOLIDATION. BACKFILL SHALL BE IN COMPLIANCE WITH SECTION 02221. WATER DISTRIBUTION SYSTEM 02555-11 City of Tamarac Purchasing and Contracts Division 0 3.12 STERILIZATION OF COMPLETED PIPELINE: Before final acceptance of completed pipeline, all requirements of the County and State Board of Health shall be satisfied. Satisfactory bacteriological test results from these agencies shall be forwarded to the Engineer of Record and City. Prior to chlorination of mains, all dirt and foreign matter shall be removed by high velocity flushing through fire hydrants or other approved blow -offs. The main shall then be disinfected in accordance with the application sections of AWWA C651-92 and with local health department requirements. The Contractor will furnish and place the disinfecting agent, a chlorine solution of at least 50 part per million of chlorine, in the main, and then retain the solution in the pipe not less than 24 hours. Chlorine residual after retention period shall be not less than 25 parts per million. After chlorination, the mains shall be thoroughly flushed and required samples taken for bacteriological analysis. 3.13 RESTORATION OF SURFACES AND/OR STRUCTURES: THE CONTRACTOR SHALL RESTORE AND/OR REPLACE PAVING, CURBING, SIDEWALKS, FENCES, SOD, SURVEY POINTS, OR OTHER DISTURBED SURFACES OR STRUCTURES TO A CONDITION EQUAL TO THAT BEFORE THE WORK WAS BEGUN AND TO SATISFACTION OF THE CITY, AND SHALL FURNISH ALL LABOR AND MATERIALS INCIDENTAL THERETO. RESTORATION OF SURFACES AND/OR STRUCTURES SHALL COMPLY WITH ALL REQUIREMENTS OF THE APPLICABLE GOVERNING AGENCIES INCLUDING CITY, TOWN, COUNTY, AND STATE. 3.14 CLEANING UP: SURPLUS PIPELINE MATERIAL, TOOLS, TEMPORARY STRUCTURES, ETC., SHALL BE REMOVED BY THE CONTRACTOR. ALL DIRT, RUBBISH, AND EXCESS EARTH SHALL BE DISPOSED OF BY THE CONTRACTOR AS DIRECTED BY THE CITY. THE CONSTRUCTION SITE SHALL BE LEFT CLEAN, TO THE SATISFACTION OF THE CITY. 3.15 INSPECTIONS: THE CONTRACTOR SHALL NOTIFY THE CITY, PROJECT CONSULTANT, AND THE ENGINEER OF RECORD AT LEAST 24 HOURS PRIOR TO BEGINNING CONSTRUCTION TO ARRANGE THE REQUIRED INSPECTION OF THE WATER SYSTEM. 3.16 PROJECT RECORD DOCUMENTS: A. The Contractor shall maintain accurate and complete records of work items completed. B. Prior to the placement of any asphalt or concrete pavement, the Contractor shall submit to the City, "as -built" plans showing water improvements. Paving operations shall not commence until the City has reviewed the "as-builts." WATER DISTRIBUTION SYSTEM 02555-12 City of Tamarac Purchasing and contracts Division r V 40 C. All "as -built" information submitted to the City shall be sufficiently accurate, clear and legible to satisfy the City that the information provides a true representation of the improvements constructed. ' D. Upon completion of construction, the Contractor shall submit to -the Engineer of Record five complete sets of "as -built" construction drawings and one set of mylars. These drawings shall be marked to show "as -built" construction changes and dimensioned locations and elevations of all improvements and shall be signed by the Contractor. As -built drawings must be signed and sealed by a Professional Land Surveyor registered in the State of Florida. E. "As -built" information on the water system shall include vertical and horizontal locations of all valves, fittings, fire hydrants, water services, and connection points. As-builts shall show the associated pipe size and material type. As - built must also show the sample points and the sample point numbers must conform to the numbers used on the bacteriological test results. END OF SECTION 02555 • C, WATER DISTRIBUTION SYSTEM 02555-13 Purchasing and Contracts Division Ciry of Tamarac PART 1 - GENERAL 1.1 SCOPE: equipment, and materials The Contractor shall provide for the tornconstg construct and test the waste water collection to perform all operations necessary specifications. system in accordance with the plans and sp 1.2 Existing Utilities: r shall obtain a SUNSHINE Certification number at least 4 A. The Contracto hours prior to beginning any excavation. the Contractor shall verify the size, location, B. Prior to beginning construction, utilities within the area of construction y elevation, r ddrawings and/oaterial of all r elsting ectronic onic locating devices. use of record laps are approximate. The City C. Existing utility locations shown on these p responsibility for the accuracy of existing utilities shown or for any assumes no p existing utilities not shown. existing utilities for D. The Contractor shall be responsbfrom the utle for daage to y ility owner. He is responsible as which he fails to request existing well for damage to any utilities which are properly located. E. If upon excavation, an existing utility is found to bdifferent foolrom t with the wn proposed construction or to be immediately notify the City. p lans, the Contractor shall on the p 1 3 Shop Drawings and Submittals: hall furnish to the City manufacturers' literature and data for A The Contractors a Contractor. to be installed under this section. These submittals must e all materials roved" by the City prior to installation by stamped "Approved" "As -Built' information relative to manholes' an the like! shall be ts, services, B. Complete and fittings, pipe size, Pipe material, length of pipe, rior to final acceptance recorded by the Contractor and submitted to the City p k. All horizontal and vertical informa i thehAs-Builta information of the wor or and included in independent Registered Survey e Contractor. Final approval of the project is subject to the final furnished by the roved by the approval of the As -Built information furnished aPp a regulatory review and pp I As-Builts in agencies. Contractor must supply regulatory agencies. 1.4 RELATED WORK: acting for Utility Systems. A. Section 02221 - Trenching, Backfilling, and Comp 02560-1 WASTE WATER COLLECTION City of Tamarac Purchasing and Contracts Division 1.5 Applicable Codes: A. General: All construction and materials shall conform to the City of Ft. Lauderdale Standards and Specifications and all local and national codes where applicable. B. Construction Safety: All construction shall be done in a safe manner, specifically, the rules and regulations of the Occupational Safety and Health Administration (OSHA) and the Manual of Uniform Traffic Control Devices (MUTCD) shall be strictly observed. C. Survey Data: All elevations on the plans or referenced in the specifications are based on National Geodetic Vertical Datum of 1929 (NGVD). l PART II - PRODUCTS 2.1 Sewer Pipe and Fittings: A. All sewer pipe and fittings shall be non -pressure polyvinyl chloride (PVC) pipe conforming to ASTM D 3434, SDR 35, with push -on rubber gasket joints. B. All fittings and accessories shall be as manufactured or supplied by the pipe manufacturer or approved equal. In addition to the above cited specification, all PVC sewers shall conform to the following additional requirements: 1. The PVC sewer piping shall be of a product having a dimension ratio (DR) of 35 and minimum pipe stiffness (PS) of 46 psi. 2. Joints: The integral bell gasketed joint is designed so that when assembled, the elastomeric gasket inside the bell is compressed radially on the pipe spigot to form a positive seal. The joint shall be so designed to avoid displacement of the gasket when installed in accordance with the manufacturer's recommendation. 3. Joining of the pipe shall utilize lubricants as recommended by the manufacturer. No solvent cement joints shall be accepted. The jointing of the pipe on the job shall be done in strict accordance with the pipe manufacturer's instructions and shall be done entirely in the trench unless otherwise directed by the City. 4. Gaskets: All gaskets shall be molded in a circular form or extruded to the proper section and then spliced into circular form, and shall consist of a properly vulcanized high grade elastomeric compound. The basic polymer shall be natural rubber, synthetic elastomer or a blend of both. The gaskets shall be manufactured of materials resistant to domestic sewage and shall be as recommended by the manufacturer. WASTE WATER COLLECTION 02560-2 City of Tamarac Purchasing and Conbracts Division C. The gasket shall provide an adequate compressive force so as to affect a positive seal under all combinations of joint tolerance. The gasket shall be the only element depended upon to make the joint flexible and water tight. 5. Pipe and Fittings: The pipe shall be made of PVC plastic having a cell classification of 12454-B or 12454-C or 13364-B (with minimum tensile modulus of 500,000 psi) as defined in specification D 1784. The fittings shall be made of PVC plastic having a cell classification of 12454-8, 12454-C or 13343-C as defined in specification D 1782. Compounds that have different cell classifications because one or more properties are superior to those of the specified compounds are also acceptable. Clean rework material generated by the manufacturer's own production may be used so long as the pipe or fittings produced meet all the requirements of the specification. The pipe and fittings shall be homogenous throughout and free from visible cracks, holes, foreign inclusions or other injurious defects. The pipe shall be as uniform as commercially practical in color, opacity, density and other physical properties. PVC pipe and fittings which show signs of ultra -violet degradation will not be allowed. 6. Pipe Marking: Each standard and random length of pipe in accordance with this standard shall be clearly marked per the following example at intervals of 1.5 m (5 feet) or less: Manufacturer's Name or Trademark Nominal Pipe Size The PVC Cell Classification The Legend "Type P# ! DR 35 PVC Sewer Pipe" 7. Fittings Marking: The fittings in compliance with this standard shall be clearly marked per the following example: Manufacturer's Name or Trademark Nominal Size The Material Designation "PVC" PSM. 8. Adapters: Adapters as required by the field conditions shall be as approved by the City. 9. Plugs: Service plugs shall be flexible virgin polyvinyl chloride as supplied by Fernco Joint Sealer Company. WASTE WATER COLLECTION 02550-3 r- 1 City of Tamarac Purchasing and Contracts Division f PART Ili - EXECUTION 3.1 Excavations: A. Trenches shall be kept as nearly vertical as possible and if required, shall be properly sheeted and braced. Where in the opinion of the Contractor, damage could result from withdrawing sheeting, the sheeting shall be left in place. B. Except in rock, water -bearing earth, or where a granular or concrete base is to be used, mechanical excavation of trenches shall be stopped above the final grade elevation so that the pipe may be laid on a firm, undisturbed native earth bed. If overdigging occurs, all loosened earth shall be removed and the trench bottom brought back to grade with granular material. C. Excavations and trenches in rock shall be carried to a depth of not less than 4 inches below the pipe bottom. This space shall be filled with granular material or washed rock. D. Width of trenches shall be such as to provide adequate space for placing i and jointing pipe properly, but in every case the trench shall be kept to a minimum width. E. Any unstable soil encountered shall be removed and replaced with gravel, crushed rock, or rock and sand suitably compacted. F. All excavations shall be in conformance with Section 02221. 3.2 Dewatering: The Contractor shall provide adequate equipment for the removal of storm or surface water which may accumulate in the excavation areas. If subsurface water is encountered, the Contractor shall utilize approved means to adequately dewater the excavation so that it will be suitably dry for working, form setting, concrete pouring, and pipe installation. A wellpoint system or other approved equipment shall be installed if necessary to maintain the excavation in a dry condition for such operations. All cost for this equipment and work shall be at the Contractor's expense. 3.3 Preparation of Trench Bottom: A. Water shall not be allowed in the trenches while the trench bottom is being prepared or while pipe is being installed, unless directed by the City. B. A continuous trough shall be shaped to receive the bottom quadrant of the pipe barrel. Bell holes shall be excavated so that after placement, only the barrel of the pipe receives bearing pressure from the trench bottom. C. Preparation of the trench bottom and placement of the pipe shall be carefully made so that when in final position, the pipe is true to line and grade. 0 WASTE WATER COLLECTION 02560-4 City of Tamarac Purchasing and Contracts Division SECTION 02574 - PAVEMENT REMOVAL AND REPLACEMENT PART 1 - GENERAL 1.1 WORK INCLUDED: A. The work included in this Section consists of cutting, removing, protection and replacing existing pavement of the various types encountered, driveways, sidewalks, curb and combination curb and gutter. B. Permits: The Contractor shall obtain the necessary permits (City Engineering "Right -of -Way Utilization Permit"; and any other applicable authorization), prior to any roadway work. Additionally, the Contractor shall provide advance notice to the appropriate authority, as required, prior to construction operations. C. Protection of Existing Improvements: The Contractor shall be responsible for the protection of all pavements, sidewalks and other improvements within the work area. All damage to such improvements, as a result of the Contractor's operations, beyond the limits of the work of pavement replacement as described herein, shall be repaired by the Contractor at his expense. 1.2 JURISDICTIONAL REQUIREMENTS: A. Work within the rights -of -way of public thoroughfares which are not under jurisdiction of City of Fort Lauderdale shall conform to the requirements of the Governmental agency having jurisdiction. Specifically, work within state highway right-of-way shall be in full compliance with all requirements of the permit drawings, and to the satisfaction of the Florida Department of Transportation. B. Portions of the Standard Specifications for Road and Bridge Construction of the Florida Department of Transportation, latest edition, and Supplement thereto hereinafter referred to as the FDOT Specifications, are referred to herein and amended, in part, and the same are hereby made a part of this Contract to the extent of such references, and shall be as binding upon the Contract as though reproduced herein in their entirety. PART 2 - PRODUCTS 2.1 MATERIALS: A. Materials, including limerock, bituminous prime and tack coat, and asphaltic concrete for the above work shall meet the requirements established therefore by the FDOT Specifications. Limerock shall be Miami or Ocala Limerock Bituminous prime coat material shall be cutback asphalt Grade RC-70. Bituminous tack coat material shall be emulsified asphalt Grade RS- 2. PAVEMENT REMOVAL AND REPLACEMENT 02574-1 of Tamarac and Contracts Division D. When sand, crushed rock, gravel or pea rock are used to support the pipe, such material shall be placed in the trench bottom a minimum of 4 inches below the bottom of the pipe, and a trough as described above shall be formed to uniformly support the bottom quadrant of the pipe barrel. 3.4 Installation of Sewer Pipe: A. Sewer pipe shall be installed in accordance with ASTM D 2321 and the Uni- Bell Plastic Pipe Association's "Recommended Practice for the Installation of PVC Sewer Pipe". B. Pipe shall be protected during handling against impact shocks and free falls. Pipe shall be kept clean at all times and no pipe shall be used that does not conform to the specifications. C. The laying of the pipe shall be commenced at the lowest point, with spigot ends pointing in the direction of flow. All pipe shall be laid with ends abutting and true to line and grade. They shall be carefully centered, so that when laid, they will form a sewer with a uniform invert. Pipe shall be laid in accordance with manufacturer's requirements as reviewed by the City. D. Pipe shall be laid accurately to the line and grade as designated on the plans. Preparatory to making pipe joints, all surfaces of the portions of the pipe to be jointed or of the factory -made jointing material shall be clean and dry. Lubricant, primers, adhesives, etc., shall be used as recommended by the pipe or joint manufacturer's specifications. The jointing materials or factory fabricated joints shall then be placed, fitted, joined and adjusted in such a manner as to obtain a watertight line. As soon as possible after the joint is made, sufficient backfill material shall be placed along each side of the pipe to prevent movement of pipe off line and grade. E. The exposed ends of all pipe shall be suitably plugged to prevent earth, water or other substances from entering the pipe when construction is not in progress. 3.5 Backfilling Trenches: A. All trenches and excavations shall be backfilled immediately after pipe is laid unless otherwise directed. Under no circumstances shall water be permitted to rise in unbackfilled trenches after pipe has been placed. Backfilling shall be in compliance with Section 02221. B. Trenches shall be backfilled with approved material free from large clods, stones or rocks larger than I" in diameter, and carefully deposited in layers, not to exceed 6", until enough fill has been placed to provide a cover of not less than 12" above the pipe. Each layer shall be placed, then carefully and uniformly tamped, so as to eliminate the possibility of pipe displacement. The remainder of backfill material shall then be placed, moistened, and compacted, to 95% of AASHTO Specifications T-180 in landscaped areas and 100% of maximum density in paved areas. WASTE WATER COLLECTION 02560-5 City of Tamarac purchasing and Contracts Division C. Whenever the trenches have been improperly filled, or if settlement occurs, they shall be refilled, compacted. smoothed off, and made to conform to grade. Unless otherwise directed, or shown on the plans, backfill in trenches in or through roadways shall be made as specified above, except that the entire fill above I" over the pipe shall be deposited in layers not to exceed 12" in thickness, moistened, and compacted to density equal to greater than that of adjacent material so that pavement can be placed immediately. 3.6 Concrete Encasement of Sewer Pipe: Trenches in which encasements for pipe are to be placed, may be excavated completely with mechanical equipment. Prior to formation of the encasement, temporary supports consisting of timber, wedges or masonry, shall be used to support the pipe in place. Temporary supports shall have minimum dimensions and shall support the pipe at not more than two places, one at the bottom of the barrel of the pipe adjacent to the shoulder of the socket, and the other near the spigot end. After jointing of the pipe has been completed, concrete shall be uniformly poured beneath and on both sides of the pipe. Sufficient concrete shall be used so that encasement is at least 4" thick at all points. 3.7 MANHOLES - Service laterals will not be permitted through manhole walls. 3.8 Crossing of Water Lines with Sewers: Separation between water and sewer lines shall conform to the "Notes on Water Sewer Separation" as shown on the plan sheets. 3.9 Inspections: A. The Contractor shall notify the City and the Engineer of Record at least 24 hours prior to beginning construction in order to arrange inspection of the sanitary sewer. B. T.V. Inspection 1. After all other testing has been successfully completed, a television inspection of any or all lines may be requested by the City. Should any defects be found, the Contractor will pay the complete cost of inspection and repairing the manhole to manhole section where the defect was found. If no defects are found, the inspection will be at the Owner's expense. Any defective work or necessary corrections from this inspection must be corrected by the Contractor, at his expense, before the lines can be accepted. 3.10 Restoration of Surfaces and/or Structures: A. The Contractor shall restore and/or replace paving, curbing, sidewalks, fences, sod, survey points, or any other disturbed surfaces or structures to a condition equal to that before the work was begun and to the satisfaction WASTE WATER COLLECTION 02560-6 City of Tamarac Purchasing and Contracts Division 0 of the City and shall furnish all labor and materials incidental thereto. Restoration of surfaces and/or structures, shall comply with all requirements of the applicable governing agencies. 3.11 Project Record Documents: A. The Contractor shall maintain accurate and complete records of work items completed. B. All "as -built" information submitted to the City shall be sufficiently accurate, clear and legible to satisfy the City that the information provides a true representation of the improvements constructed. C. Upon completion of construction, the Contractor shall submit to the City and Engineer of Record one complete set of "as -built" construction drawings. These drawings shall be marked to show "as -built" construction changes and dimensioned locations and elevations of all improvements and shall be signed by the Contractor. D. All "as -built" information for water and sewer lines shall be certified by a registered land surveyor and shall be submitted in a format acceptable to all local reviewing agencies. END OF SECTION 02560 rI WASTE WATER COLLECTION 02560-7 City of Tamarac Purchasing and Contracts Division 0 PART 3 - EXECUTION: 3.1 PREPARATION: A. Removals: 1. Pavement Removal: a. Where existing pavement is to be removed, the surfacing shall be mechanically saw cut prior to trench excavation, leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent surfacing. The width of cut for this phase of existing pavement removal shall be minimal. b. Immediately following the specified backfilling and compaction, a temporary sand seal coat surface shall be applied to the cut areas. This temporary surfacing shall provide a smooth traffic surface with the existing roadway and shall be maintained until final restoration. Said surfacing shall remain for 10 days in order to assure the stability of the backfill under normal traffic conditions. Following this period and prior to 15 days after application, the temporary surfacing shall be removed and final roadway surface restoration accomplished. C. In advance of final restoration, the temporary surfacing shall be 0 removed and the existing pavement mechanically sawed straight and clean to the stipulated dimensions. Following the above operation, the Contractor shall proceed immediately with final pavement restoration in accordance with the requirements set forth by City of Fort Lauderdale and these requirements. 2. Sidewalk, Drive, and Curb Removal: Concrete sidewalks, curbs, combination curb and gutter, walks, drive ribbons, or driveways shall be removed by initially sawing the structure, with a suitable power saw, as specified above for pavement. When a formed joint in the concrete exists within 3 feet of the proposed saw cut and parallels the proposed saw cut, the removal line shall be extended to the formed joint. After sawing, the material shall be removed. B. Restorations: 1. General: Street or roadway pavement cut and removed in connection with trench excavation shall be replaced or restored in equal or better condition than the original and as shown on the Drawings. The Drawings indicate minimum requirements. 2. Pavement Restoration - Asphalt: a. Limerock base course shall be compacted for its full thickness to • not less than 100 percent of maximum density as determined by PAVEMENT REMOVAL AND REPLACEMENT 02574-2 of Tamarac and Contracts Division I _ Field AASHTO Designation T 180. ie d Fdensity of limerock base in place shall be determined by AASHTO Designation T-238. b. Construction methods and equipment shall generally meet the requirements therefore as established in the FDOT Specifications, but shall be modified to meet the relatively narrow strip construction conditions. Any such modifications shall be approved by the City prior to their use. C. After the application of the prime coat on the base, uniformly cover the primed base by a light application of cover material. The Contractor may use either sand or screenings for the cover mater. For the sand, meet the requirements specified section 902-2 or 902-6 of the Florida Department of Transportation's Standard Specification ,for Roar1. an,Bridge Construction, latest edition, and for the screenings, meet the requirements as specified in section 902-5. If exposing the primed base course to general traffic, apply a cover material that has been coated with 2 to 4% asphalt cement. Apply the asphalt coated material at approximately 10 lb./sq. yd. Roll the entire surface of asphalt coated prime material with a traffic roller as required to produce a reasonable dense mat. d. Joints with existing surface and base shall be straight and neat. If necessary to obtain a straight neat joint, the Contractor shall cut out sufficient existing material and replace it with new material. e. The upper surface of the completed base course shall be compacted to an elevation to permit the full depth of the surface course to be constructed without deviating from the grade of the pavement surface. The completed surface shall match the line and grade of the existing surface. When pavement is removed to the edge of the roadway, the replaced base course shall extend not less than 6 inches beyond the edge of the surfacing. 3. Driveway Restoration - Asphalt: Driveway .pavement with limerock base cut and removed in' � -- nnection with trench excavation shall be replaced or restored as specified above for street or roadway pavement, except the new limerock base course shall equal the existing base course in thickness, except that in no case shall new driveway base course be less than 6 inches in thickness. Muck or unsuitable material found under existing driveway construction will not be removed and replaced. • PAVEMENT REMOVAL AND REPLACEMENT 02574-3 City of Tamarac Purchasing and Contracts Division • 4. Concrete, Sidewalk, Walkway, Driveway Ribbon and Curb Restoration: a. Concrete sidewalks, walkways, driveways, driveway ribbons and curbs required to be removed for the installation of facilities under this Contract shall be restored. 3000 psi concrete shall be used in all cases. b. Replaced portions of these items shall conform to the lines, grades and cross sections of the removed portions. Concrete sidewalks and walkways shall be of 4 inch thickness; concrete driveways and driveway ribbons shall be 6 inch thickness. Replaced concrete curb and/or gutter shall joint neatly to the remaining section. 5.� Pavement Restoration - Concrete: Rigid pavement shall be replaced in kind with 3000 psi concrete, using high early strength cement. The base course for rigid pavement shall be replaced with limerock base material and compacted to a thickness to match the existing base. 6. Asphaltic Concrete Surface Course Overlay: a. The work under this section includes asphaltic concrete surface course overlay paving as and where directed by the City. Where this paving is directed it shall take the place of asphaltic concrete pavement restoration as specified herein above. This surface course overlay shall extend over the reconstructed base course and the existing pavement to the limits directed by the City, which generally shall be full width of the roadway. b. After the base course construction in the trench area has been completed and primed, the surface shall be tack coated and a 1 inch compacted thickness of Type III asphaltic concrete shall be constructed in accordance with the requirements specified above for pavement restoration. 7. Nonsurfaced streets, alleys and driveways shall be restored with 6 inches of compacted limerock base material placed in the top of the trench. END OF SECTION 02574 PAVEMENT REMOVAL AND REPLACEMENT 02574-4 City of Tamarac Purchasing and Contracts Division ` SECTION 02720 - STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS PART 1- GENERAL: r I 1.1 SCOPE: A. The Contractor shall provide for the installation of a complete storm water drainage system. The Contractor shall furnish all labor, equipment and materials, and perform all operations necessary for construction of the storm water drainage system, complete as shown on the plans and in accordance with these specifications. 1.2 Safety Provisions: A. It shall be the responsibility of the Contractor to protect persons from injury and to avoid property damage. Adequate barricades, construction signs, j lanterns, flashers, and guards as required shall be placed and maintained at all times by whatever means necessary. This includes opening only one- half of traffic ways at any one time, bridging of the construction trench when necessary, and providing signs and traffic directing personnel for vehicular I traffic. The rules and regulations of the Occupational Safety and Health Administration (OSHA) and the Manual of Uniform Traffic Control Devices (MUTCD) shall be strictly observed. 1.3 Clearing: A. Clearing for installation of pipe and all drainage structures shall be confined within the working limits of the trenches. Trees, utility poles, survey monuments, underground and overhead utilities shall be suitably protected and preserved. 1.4 Existing Utilities: A. Temporary support, adequate protection, and maintenance of all underground and surface utility structures, drains, sewers, cables, etc., and other obstructions encountered in the progress of the work shall be furnished by the Contractor at his own expense. B. When the grade or alignment of the pipe is obstructed by existing utility structures, such as conduits, ducts, pipes, branch connections to water or sewer mains, and other obstructions, the obstructions shall be permanently supported, relocated, removed, or reconstructed by the Contractor in cooperation with the Owners of such structures. No deviation shall be made from the required line or grade except as directed in writing by the City. C. The Contractor shall obtain a SUNSHINE Certification number and existing field utility location at least 48 hours prior to beginning any excavation. SUNSHINE phone number is 1-800-432-4770. . STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-1 City of Tamarac Purchasing and Contracts Division D. Prior to beginning construction, the Contractor shall verify the size, location, elevation, and material of all existing utilities within the area of construction by use of record drawings and/or electronic locating devices. E. Existing utility locations shown on these plans are approximate. The City assumes no responsibility for the accuracy of existing utilities shown or for any existing utilities not shown. F. The Contractor shall be responsible for damage to any existing utilities for which he fails to request locations from the utility owner. He is responsible as well for damage to any existing utilities which are properly located. G. If upon excavation an existing utility is found to be in conflict with the proposed construction, or to be of a size or material difference from that shown on the plans, the Contractor shall immediately notify the City. 1.5 Drainage and Culvert Pipe: A. All drainage shall be installed at the alignment and elevation shown on the plans. The Contractor shall be responsible for verifying the location of existing utilities prior to start of construction and shall notify the City of any conflicts. B. TEMPORARY DRAINAGE DURING CONSTRUCTION 1. The Contractor is responsible for constructing and maintaining at no additional cost to the Owner any temporary drainage facilities which may be required to provide drainage relief for the new construction without causing abnormal or adverse flooding impacts to any existing facilities which will remain in use during construction prior to final completion of the permanent drainage system. These temporary facilities may include swales, pipe, pumps, etc. 1.5 Applicable Codes: A. General: All construction and materials shall conform to the Standards and Specifications of all local and national codes where applicable. B. Survey Data: All elevations on the plans or referenced in the specifications are based on National Geodetic Vertical Datum of 1929 (NGVD). 1.7 Submittals: A. Submit properly identified shop drawings and manufacturer's catalog cuts, technical data and certificates on the following: 1. Precast concrete structures. 2. Frames and grates. . 3. Inline and drain basins. 4. Pipe. STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-2 ^ity of Tamarac Purchasing and Contracts DivisionIff- Nanx 5. Test reports. 6. Plastic filter fabric. B. Include manufacturer's certificate(s) of compliance or certified analysis in accordance with applicable standards with each shipment of material. 1.8 REFERENCES: A. The reference standards listed below, but referred to thereafter by basic designation only form a part of this specification to the extent indicated by the references thereto: r 1. Florida Department of Transportation (FDOT), latest revision, j Standard Specifications for Road and Bridge Construction. 1.9 JOB CONDITIONS: A. Existing Drainage System: Maintain operational, prevent siltation. B. Cleanup: Maintain surface grade within 100 feet of pipe laying operation. 1.10 RELATED WORK A. Section 02221 - Trenching, Backfilling, and Compacting for Utility Systems PART II - PRODUCTS 2.1 STORM SEWER PIPE: Shall be as shown on the plans. Any substitutions must be approved by the City prior to installation. A. Polyvinyl Chloride Pipe: 1. Material a. 15" diameter PVC shall be SDR 35 conforming to ASTM C3034, with push -on rubber gasket joints . b. 18" diameter and larger PVC shall be PS 10 Perma-Loc with push -on rubber gasket joints as manufactured by J-M Manufacturing Co., Inc. or approved equal. c. Polyvinyl -chloride pipe for use in storm sewers connections to building drains shall conform to the requirements of ASTM D 1785, for Type II Grade I, Schedule 40 . 2_ Installation: a. PVC pipe shall be installed in accordance with the Uni-Bell Plastic Pipe Association's "Recommended Practice for Installation of PVC Sewer Pipe". STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-3 Purchasing and Contracts Division City of Tamarac V b. Bedding and initial backfill over drainage pipe shall be sand with no rock larger than I" diameter. c. Backfill material under paved areas shall be compacted to 100% of the maximum density as determined by AASHTO T-180. d. Backfill material under areas not to be paved shall be compacted to 95% of the maximum density as determined by AASHTO T-180. e. PVC drainage pipe shall be grouted in place at the catch basin wall. B. HIGH DENSITY POLYETHYLENE PIPE: 1. HDPE and fittings shall meet the requirements of ASTM D3350 Cell Classification 32442OC or ASTM D1248 Type III, Class C. HDPE shall have a smooth interior and annular -corrugated exterior. 2. Installation shall be in accordance with ASTM D2321. 3. Pipe joints shall be bell and spickot joint meeting the requirements of AASHTO M294 and shall incorporate a gasket making it silt -tight.. 4. Polyurethane or other sealant shall be used with coupling bands on all non -perforated pipe. C. REINFORCED CONCRETE PIPE: Concrete pipe for storm sewers shall conform to ASTM C 76-79, Table III, Wall B, or latest revision. All pipe shall have modified tongue and groove joints, and have rubber gaskets, unless specified otherwise. D. PLASTIC FILTER FABRIC: Plastic filter fabric shall conform to Section 985 of the FDOT Standard. Specifications. Carthage Mills Filter X is an acceptable plastic filter fabric. E. CEMENT MORTAR: Cement mortar for manhole construction shall be one part cement and two parts clean sharp sand to which may be added lime in the amount of not over twenty-five percent (25%) volume of cement. It shall be mixed dry and then wetted to proper consistency for use. No mortars that have stood for more than one hour shall be used. F. CASTINGS: Castings for inlets and other items shall conform to the ASTM Designation A48, Class 25. Castings shall be true to pattern in form and dimensions and free of pouring faults and other defects in positions which would impair their strength or otherwise make them unfit for the service intended. No plugging or filling will be allowed. Casting patterns shall conform to those shown or indicated on the Drawings. STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-4 City of Tamarac Purchasing and Contracts Division F 2.2 BALLAST ROCK AND PEA ROCK : A. Obtain from local fresh water sources. r B. When subjected to ASTM C131-76 tests, loss shall not exceed 40% I C. Ballast rock designated as 1/2" shall fall within the 1/2" to 3/4" range. PART III - EXECUTION 3.1 Excavations: A. Trenches shall be kept as nearly vertical as possible and, if required, shall be properly sheeted and braced. Where, in the opinion of the City, damage could result from withdrawing sheeting, the sheeting shall be left in place. Not more than 100 feet of trench shall be opened at any one time or in advance of pipe laying unless reviewed by the City. B. Except in rock, water bearing earth, or where a granular or concrete base is to be used, mechanical excavation of trenches shall be stopped above the final grade elevation so that the pipe may be laid on a firm, undisturbed native earth bed. If overdigging occurs, all loosened earth shall be removed and the trench bottom brought back to grade with granular material. C. Soft, spongy, or otherwise unstable material encountered below the established grade of the excavation which will not provide a firm foundation for subsequent work shall be removed and replaced as directed. Unless otherwise directed, all such unstable materials shall be removed for the full width of the excavation and replaced with approved fill material. D. Excavations and trenches in rock shall be carried to a depth of not less than 4" below the pipe bottom. This space shall be filled with granular material or washed rock. E. All excavations shall be in conformance with Section 02221. • STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-5 City of Tamarac Purchasing and Contracts Division F. Fiber Bearing Pads: Sizes and thickness shown on the plans as manufactured by JVI, Inc., (312-675- 1560) "Masticord" or approved equal. 2.2 FABRICATION: A. Maintain plant records and quality control program during production of precast members. Records shall be available upon request. B. Ensure reinforcing steel, anchors, inserts, plates, angles, and other cast -in - items are embedded and located as indicated on shop drawings. C. Tension reinforcement tendons as required to achieve design criteria. D. Provide required openings and embed accessories provided in other Sections to indicated locations. E. No concrete shall be poured without 24 hours advance notice to the Engineer. 2.3 FINISHES: A. Cure members under identical conditions to develop required concrete quality, and to minimize surface cracking. B. Small surface holes, normal form joint marks, minor chips, and spalls are acceptable. Major imperfections, honeycombs, or structural defects are not acceptable and shall be repaired as directed by Engineer. C. Exposed Ends at Stressing Tendons: Fill recesses with non -shrink grout, trowel flush except where stripped strands extend into adjacent pours. PART 3 - EXECUTION: 3.1 INSPECTION AND PREPARATION: A. Verify that bearing surfaces, elevations, and measurements are correct. B. Provide for erection procedure, temporary bracing, and induced loads during erection. Maintain temporary bracing in place as required. 3.2 ERECTION: A. Erect members without damage to structural capacity, shape or finish. B. Erect members to proper alignment and maintain uniform horizontal and vertical joints, as erection progresses. PRECAST CONCRETE 03410-3 of Tamarac and Contracts Division C. Additional thicknesses of joint filler shall be provided if necessary at all expansion joints. 3.3 PROTECTION AND CLEANING: A. Protect members from damage caused by field welding or erection operations. Clean weld marks, dirt, or blemishes from surface of exposed members. END OF SECTION 03410 • is PRECAST CONCRETE 03410-4 City of Tamarac Purchasing and Contracts Division 1] SECTION 03410 - PRECAST CONCRETE PART 1 - GENERAL 1.1 REQUIREMENTS: A. Section Includes: Prestressed concrete joists, soffit beams and all connections and supporting devices.It is the intent of the plans and specifications to precast all concrete soffit beams, and prestressed joists. The floor slabs and beams shall be cast -in -place. The Contractor may request that portions of the soffit beams be cast -in -place and if approved by the Engineer, shall submit all revised details and procedures for approval. B. Related Sections: 1. Concrete Formwork: Section 03100 2. Concrete Reinforcement: Section 03200 3. Cast -in -Place Concrete: Section 03300 1.2 QUALITY ASSURANCE: A. References: 1. American Concrete Institute a. Specifications for Structural Concrete for Buildings, ACI 301-84(87). b. Building Code Requirements for Reinforced Concrete, ACI 318-89. 2. Prestressed Concrete Institute: a. Design Handbook - Precast and Prestressed Concrete, PCI MNL- 120-85. b. Manual for Quality Control for Plants and Production of Precast Prestressed Concrete, PCI MNL-116-85. c. Manual on Design of Connection for Precast Prestressed Concrete, PCI MNL- 123-73. B. Conform to requirements of PCI Manual Design Handbook - Precast and Prestressed Concrete. C. Conform to ACI 318. 1.3 SUBMITTALS: A. Shop Drawings and Design Calculations: Prepare shop drawings for approval by the Engineer. PRECAST CONCRETE 03410-1 of Tamarac and Contracts Division 1. Indicate unit locations, fabrication details, unit identification marks, reinforcement, erection inserts and devices, connection details, support items and dimensions. 2. Indicate construction loads, deflections, cambers, and special conditions. 3. Indicate erection procedures and equipment. B. Test reports on concrete in accordance with Section 03300 shall be submitted as per specifications. 1.4 DELIVERY, STORAGE, AND HANDLING: A. Handle precast members in position consistent with their shape and design. Lift and support only from support points. Contractor shall submit details of erection lifting and support devices. B. Lifting or Handling Devices: Capable of supporting member in positions anticipated during manufacture, storage, transportation, and erection. C. Blocking and lateral support during erection shall be provided to prevent bowing and warping. D. Protect edges of members to prevent staining, chipping, or spalling of concrete. E. Mark members with date of production and final position in structure. PART 2 - PRODUCTS 2.1 MATERIALS: A. Concrete: Minimum 3000 psi 28-day compressive strength as specified in Section 03300. B. Reinforcing Steel: Deformed billet steel, Grade 60 ASTM 776. C. Prestressing Strands: Polymer -coated, stress- relieved type, ASTM A416, Lo-Lax, Grade 270, Flo- Bond system as manufactured by Florida Wire & Cable Co., or approved equal. D. Connecting and Supporting Devices: Plates, angles, items cast in concrete, inserts, and accessories. E. Grout: Non -shrink, non-metallic; minimum yield strength of 10,000 psi, 28- day strength as specified on the plans. • PRECAST CONCRETE 03410-2 City of Tamarac Purchasing and Contacts Division C4. Isolation joints in slabs -on -ground: Construct isolation joints in slabs - on -ground at points of contact between slabs and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. 5. Clean and roughen surfaces of concrete; remove laitence. 6. Wet concrete surface and flush with neat cement grout before placing additional concrete. D. If not indicated otherwise on drawings, slabs on grade and/or fill, shall be placed in areas approximately square, if shape permits, of 500 sq. ft. with construction joints between adjacent areas. Place concrete checkerboard fashion with 24 hours minimum between adjacent pours. 3.4 CURING AND PROTECTION: A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury; maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Cure in accordance with ACI 301, Chapter 12. B. Do not use sealers or curing compounds on surfaces to receive finished flooring or hardener. Cover and wet cure for a minimum of 7 days. 3.5 REPAIR OF SURFACE DEFECTS: A. Surface defects, including tie holes, shall be repaired immediately after form removal, in accordance with ACI 301, Chapter 9. 3.6 FIELD QUALITY CONTROL: A. Maintain field inspection and testing records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.7 FINISHING: A. Finishing of Formed Surfaces: Finish in accordance with ACI 301, Chapter 10. Unless otherwise shown, shall be as follows: 1. Rough form finish: For all concrete surfaces not exposed to public view. 2. Smooth form finish: For all concrete surfaces exposed to public view. B. Finishing of Slabs: Finish in accordance with ACI 301, Chapter 11. Unless otherwise shown, shall be as follows: CAST -IN -PLACE CONCRETE 03300-5 of Tamarac and Contracts Division 1. Floated finish: For surfaces intended to receive conventional full - mortar bed tile installation. 2. Trowelled finish: For floors intended to receive thin set tile, resilient flooring, carpeting, or left exposed. 3. Broom finish: For sidewalks. If not otherwise shown, provide construction joints on sidewalks approximately 4 ft. o.c.; score edges. C. Surface Hardener: Apply to interior slabs that are to remain exposed, and to surfaces that are to receive carpeting (do not use hardener that could impair bond with carpet cement or other floor finishes). Apply in accordance with manufacturer's instructions. END OF SECTION 03300 C] • CAST -IN -PLACE CONCRETE 03300-6 of Tamarac Purchasing and Contracts OiVWon • .7 • G. Pre -molded Expansion Joint Filler: 1. For locations not required to be caulked: Bituminous fiber type ASTM D1751. 2. For locations required to be caulked: Sponge rubber or cork - ASTM D1752, Type I or II. 2.2 CONCRETE MIX: A. Ready -mixed concrete shall be batched, mixed and transported in accordance with ASTM C94, as amended herein. Plant equipment and facilities shall conform to the "Check List of Certification of Ready Mixed Concrete Production Facilities" of the National Ready Mixed Concrete Association. 1. Delete referenced for allowing additional water to be added to batch for material with insufficient slump. Addition of water to the batch will not be permitted. 2. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C94 may be required. When air temperature is between 85OF (30°C) and 90OF (320C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 901E (32°C), reduce mixing and delivery time to 60 minutes. B. Job -site Mixing: Mix materials for concrete in appropriate drum type batch machine mixer. For mixers one cubic yard or smaller capacity, continue mixing at least 1 1/2 minutes, but not more than 5 minutes, after ingredients are in mixer, before any part of batch is released. For mixers larger than one cubic yard capacity, increase minimum 1 1/2 minutes of mixing time by 15 seconds for each additional cubic yard, or fraction thereof. C. Strength: Unless otherwise indicated, minimum compressive strength of concrete at 28 days shall be 3000 psi. D. Slump: 5" (102 mm) =/- 1" (25 mm) unless otherwise noted on drawings. PART 3 - EXECUTION 3.1 INSPECTION: A. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, held securely, and will not cause hardship in placing concrete. CAST -IN -PLACE CONCRETE 03300-3 City of Tamarac Purchasing and Contracts Division 3.2 PREPARATION: A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Apply bonding agent in accordance with manufacturer's instructions. B. At locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels, and pack solid with non- shrink grout. C. Install vapor barrier under interior slabs on fill. Lap joints minimum 12" and seal. Do not disturb or damage vapor barrier while placing concrete. Repair damaged vapor barrier. 3.3 INSTALLATION: A. Placing Concrete: 1. Wet all forms not having been coated prior to pouring. 2. Convey concrete from mixer to final position by method which will prevent separation or loss of material. Use elephant trunks or other approved devices for placing where free drop would exceed 8 feet. 3. Regulate rate of placement so concrete remains plastic and flows into position. Deposit concrete in continuous operation until panel or section is completed. 0 B. Consolidating Concrete: 1. Concrete shall be consolidated by vibration, spading, rodding or forking so that concrete is thoroughly worked around the reinforcement, around embedded items, and into corners of forms, eliminating all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. 2. Do not use vibrators to transport concrete in forms. 3. Vibrate concrete minimum amount required for consolidation. C. Construction Joints (in non-structural slabs on grade): 1. Joints not shown on drawings shall be located at points of minimum shear; as approved by Architect. 2. Provide keyways at least 1 1/2 deep in construction joints in walls, slabs, and between walls and footings; accepted bulkheads designed for this purpose may be used for slabs. 3. Place construction joints perpendicular to the main reinforcement. Continue reinforcement across the construction joint. • CAST -IN -PLACE CONCRETE 03300-4 of Tamarac and Contracts Division SECTION 03300 - CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 REQUIREMENTS: A. Section Includes: Cast -in -place concrete building frame members; slabs on grade. 1.2 QUALITY ASSURANCE: A. Perform work in accordance with ACI 301. Obtain materials from same source throughout the Work. B. References: American Concrete Institute (ACI). 1. "Specifications for Structural Concrete for Buildings", ACI 301-84(87). 2. "Building Code Requirements for Reinforced Concrete", ACI 318- 83(86). 3. "Recommended Practice for Measuring, Mixing, Transporting, Placing Concrete", ACI 304. C. Finishing Tolerances, unless otherwise shown on drawings: 40 1. Site appurtenances, foundation hidden from view: ACI 301, Class C, 1/4" (6 mm) in 2 ft. (6 m). 2. Formed surfaces: In accordance with ACI 301, Table 4.3.1. 3. Slabs: ACI 301, Class A; 1/8" (3 mm) in 10 ft. (3 m), as determined by a 10-ft. straightedge placed anywhere on the slab in any direction. 1.3 TESTS: A. Testing and analysis of concrete will be performed by an independent laboratory approved by Owner. Costs of such test will be borne by Owner. B. Submit proposed mix design for each class of concrete to appointed firm for review prior to commencement of work. Indicate cement brand and type, aggregate gradation and source, and admixture brands. C. Testing firm will take cylinders and perform slump tests in accordance ACI 301, Section 16.3.4. D. One set of five (5) cylinders will be made for every 50 cubic yards, or fraction thereof placed per day. Test one cylinder at 3 days, one at 7 days, two at 28 days, and one retained for later testing in case the 28-day test fails to meet the specified strength requirements. CAST -IN -PLACE CONCRETE 03300-1 of Tamarac and Contracts Division • E. One slump test will be taken for each concrete load at point of discharge; and one test for each set of test cylinders taken and whenever consistency of concrete appears to vary. F. Tests required by changes requested by Contractor or extra testing required by failure to meet specification requirements will be at Contractor's expense. G. Rejected Materials: In the event that tests on cylinders disclose a failure to develop the ultimate strengths required, Engineer may order other tests to be made on portion of structure affected to determine the adequacy of such portions to sustain the loads for which its members were designed. In the event such tests indicate failure of any member to support the designed load, including the factor of safety, costs of changes, modifications, or replacements made necessary by failure, as directed by Engineer, will be paid by Contractor. PART 2 - PRODUCTS 2.1 MATERIALS: A. Concrete: Ready -mixed concrete, ASTM C94. 1. Portland Cement: ASTM C150, Type I or III. 2. Normal Weight Aggregate: ASTM C33 (except that the gradation of locally produced aggregate shall conform to the local Building Code). 3. Water: Potable. B. Slab Dampproofing: 6 mil clear polyethylene film. C. Curing, Sealing: Burke Co. "Sodium Silicate"; Sonneborn "Kure-N-Seal"; W.R. Meadows "Sealtight TIAH". D. Chemical Hardener: Master Builders "Saniseal"; Sonneborn "Lapidolith"; Anti -Hydra "Armortop". E. Non -shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 7000 psi in 28 days; equal to Master Builders "Masterflow 713"; Sonneborn "Sonogrout"; or Burke Co. "Burke Non -Metallic Spec Grout". F. Bonding Agent: Larsen Products "Weld -Crete"; Euclid Chemical "EucoWeld", L & M chemicals "Everbond". 0 CAST -IN -PLACE CONCRETE 03300-2 of Tamarac and Conkads Division 0 SECTION 03200 - CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 REQUIREMENTS: A. Section Includes: construction. 1.2 QUALITY ASSURANCE: A. References: Reinforcing steel bars and accessories for all concrete 1. American Concrete Institute, ACI 315-80, Manual of Standard Practice for Detailing Reinforced Concrete Structures. 2. American Concrete Institute, ACI 318-83(86), Building Code Requirements for Reinforced Concrete. 3. Concrete Reinforcing Steel Institute Manual of Standard Practice. 4. Placing Reinforcing Bars, CRSI-WCRSI Recommended Practice. B. Perform work in accordance with ACI 301, Specifications for Structural Concrete for Buildings. 1.3 SUBMITTALS: A. Shop Drawings: Required for all reinforced concrete and shall indicate bar sizes, spacings, locations and quantities of reinforcing, bending and cutting schedules, spacing devices and welding details. B. Contractor shall review bar lists shown on the plans before ordering reinforcing and submit any adjustments or lap positions. 1.4 COORDINATION: A. Coordinate with placement of formwork, formed openings and other work. PART 2-PRODUCTS 2.1 MATERIALS: A. Uncoated Reinforcing Steel: ASTM A615, Grade 60, billet steel. B. Plain welded wire fabric: ASTM A185. C. Tie Wire: Minimum 16 ga. annealed type, epoxy or nylon coated. CONCRETE REINFORCEMENT 03200-1 of Tamarac Purchasing and Contracts Division NORTIN D. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength 40i and support of reinforcement during placement; epoxy -coated. E. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Epoxy coated, sized and shaped as required and shall conform to CRSI, Class 1 devices. F. Deformed reinforcing and mechanical splices at the tops of columns shall be manufactured by Erico Concrete Construction Products - Lenton Rebar Splicing and shall be Grade 60, uncoated and shall be spliced with standard _ A2 coupler and internal coupler protector where indicated on plans at all column top ends. 2.2 FABRICATION: A. Fabricate steel reinforcing in accordance with ACI 315. All alternate splice or bending details shall be approved by the Engineer. B. Weld reinforcement in accordance with ANSI/AWS D1.4. Welders shall be 1 qualified for welding procedure in accordance with AWS B 2.1. Contractor shall submit qualified weld procedure for approval by Engineer prior to welding. C. Locate reinforcing splices which are not indicated on Drawings at staggered • elevations or by employing mechanical splicing devices. D. Mill test reports shall be furnished if required by the Engineer. PART 3 - EXECUTION 3.1 PLACEMENT: A. Place, support, and secure reinforcement against displacement. B. Accommodate placement of formed openings and inserts for column corner protectors, P.T. anchorages, and barrier cable supports. C. Exercise extreme care to conform to concrete cover requirements over reinforcement as shown on the plans. D. Reinforcing shall not be dragged over adjacent bars or forms. Coating damage and repair shall comply with ASTM or A775. E. Tack welding will not be permitted of reinforcing cages. END OF SECTION 03200 CONCRETE REINFORCEMENT 03200-2 City of Tamarac Purchasing and Contracts Divislon D. Nails, spikes, lag bolts, through bolts, anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. PART 3 - EXECUTION 3.1 EXAMINATION: A. Verify lines, levels and centers before proceeding with formwork. B. No concrete shall be placed until forms have been inspected and approved. 3.2 ERECTION: A. Erect formwork and bracing to achieve plan dimensions in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore and strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping.. D. Align joints and make watertight. Keep form joints to a minimum. E. Protect forms from moisture or crushing. 3.3 FORM RELEASE AGENT: A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. 3.4 INSERTS, EMBEDDED PARTS, AND OPENINGS: A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. CONCRETE FORMWORK 03100-2 of Tamarac and contracts Division D. The Contractor shall coordinate the work to insure that all inserts, embedments and block outs are provided in the concrete structure to facilitate attachments and accessories including but not limited to steel angle corner protection, post -tensioning anchors, cable barrier anchors, and angles. E. Insert accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. 3.5 FORM CLEANING: A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove all foreign matter. Ensure that water and debris drain to exterior through clean -out ports. 3.6 FORM TOLERANCES: A. Construct formwork to maintain tolerances required by ACI 301 and as indicated in the notes on the construction drawings. • 3.7 FIELD QUALITY CONTROL: A. Inspect erected formwork and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. 3.8 FORM REMOVAL: A. Do not remove forms or bracing until concrete has sufficient strength to carry its own weight and imposed loads. A minimum of 3 days is required before stripping of forms for all slab and beam members. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Reshore structural members due to design requirements or construction conditions to permit successive construction. Remove formwork progressively so no unbalanced loads are imposed on structure. Do not damage concrete surfaces during form removal. END OF SECTION • CONCRETE FORMWORK 03100-3 • City of Tamarac Purchasing and Contracts Division E. If the Landscape Architect/ Engineer has reason to believe that the plants are not of the specified grade, they may request a regrading inspection by the division of plant industry, State of Florida Department of Agriculture, and such evidence will be the basis for requiring replacement of undergrade plant material. F. Replace rejected plants in the season that is most favorable for resetting kinds of plants required, if possible within two week of inspection. Project completion of landscaping shall constitute the beginning of guarantee period. Contractor's responsibility for maintenance (exclusive of replacement within guarantee period) shall terminate on date of project acceptance. END OF SECTION 02950 TREES, SHRUBS AND GROUNDCOVER 02950-14 City of Tamarac Purchasing and Contracts Division SECTION 03100 - CONCRETE FORMWORK PART 1 - GENERAL 1.1 REQUIREMENTS: A. Section Includes: Formwork for cast -in -place concrete, with bracing, anchorage, openings for other work, form accessories, form stripping. 1.2 DESIGN REQUIREMENTS: A. Design, erect, and remove formwork, shoring, and bracing to conform to i design and code requirements; resultant concrete to conform to required shape, line, and dimension. 1.3 QUALITY ASSURANCE: A. Perform Work in accordance with ACI 301, "Specifications for Structural Concrete for Buildings:, and ACI 347, "Recommended Practice for Concrete Formwork." Construct formwork to maintain tolerances in accordance with ACI 301, Table 4.3.1. and as stipulated in the general or other notes of the construction drawings. 1.4 COORDINATION: A. Coordinate this Section with other Sections of work that require attachment of components to formwork and location of anchoring inserts. B. Forming and pouring schedules shall be consistent with erection requirements. PART 2 - PRODUCTS 2.1 MATERIALS: A. Forms shall be plywood, metal, metal -framed plywood or other acceptable panel -type. Care shall be exercised to insure that the outside and top of beams are straight and true. B. Form ties: Removable or snap -off type metal; adjustable length, cone type; 1" back break dimension, free of defects that could leave holes no larger than 1" in concrete surface. C. Form release agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. CONCRETE FORMWORK 03100-1 City of Tamarac Purchasing and Contracts Division • B. Relocated plant material: 1. Necessary pruning shall have been done prior to delivery to the site. 2. Prune minimum necessary to remove branches and twigs injured by delivery, storage, and installation. C. Existing plant material to remain: 1. Prune branches and twigs of existing plants to remain so as to enhance the natural form of the plant material; remove injured branches, deadwood, and suckers; insure adequate clearance from new and proposed structures, and provide for a healthy growing state for new growth. Trim as specifically directed by the Landscape Architect in special conditions. 3.10 MAINTENANCE A. General: 1. Begin maintenance immediately after each item is planted and continue until final inspection and acceptance. . . 2. Maintain a healthy growing condition by pruning, watering, cultivating, weeding, mowing, mulching, tightening, and repairing of guys, resetting plants to proper grades or upright position, restoration of plant saucer, and furnishing and applying such sprays as necessary to keep planting free of insects and diseases. 3. The root system of plants shall be watered at such intervals as will keep the surrounding soil in best condition for promotion of root growth and plant life. 4. Keep planting saucers and beds free of weeds, grass and other undesired vegetation growth. 5. Protect planting areas and plants against trespassing and damage for the duration of the maintenance period. 6. Inspect plants at least once a week and perform maintenance promptly. Replace impaired or dead plants promptly. Do not wait until near the end of the guarantee period to make replacements of plants, which have become unacceptable. TREES, SHRUBS AND GROUNDCOVER 02950-12 of Tamarac and Contracts Division 7. Remove soil ridges from around watering basins prior to end of maintenance period. B. Watering: 1. All trees and palms to be supplied with permanent irrigation prior to the time of planting, and shall be provided with supplementary hand watering for a period of 60 days from the time of planting. The irrigation system is not designed to provide adequate water for trees and palms during the sixty day grow in period. 2. Live oaks to be provided with mist heads above canopies. 3. Shrub and groundcover beds to be supplied with water immediately upon planting and kept moist during the first two weeks after planting. After two weeks, supplement rainfall to produce a minimum of 2 inches per week. Coordinate permanent shrub and groundcover planting with permanent irrigation system installation so that system is operable prior to the time of planting. 3.11 CLEANING A. Fill pits / depressions in holding area and rough grade to meet surrounding Is elevations. Remove organic or other debris resulting from the plant relocation process. B. Sweep and wash paved surfaces. C. Remove planting debris from project site and holding area. 3.12 INSPECTION AND ACCEPTANCE A. Inspection of all work shall be made after ninety (90) day period of maintenance, upon written request of Contractor. B. Request shall be received by the Engineer at least five (5) days before anticipated date of inspection. C. Plants that have died or are in unhealthy or badly impaired condition on inspection shall be treated or replaced. D. All plant material shall be of the specific size at the time of installation. TREES, SHRUBS AND GROUNDCOVER 02950-13 City of Tamarac Purchasing and Contracts Division C. All Trees, Shrubs and Palms shall receive the specified fertilizer mix. The 40 specified fertilizer mix shall be applied at a concentration and application rate as recommended by the manufacturer and approved by the Owner. D. All Trees and Palms shall be treated with the specified endo and ectomycorrhizal transplant inoculant at the time of transplant. The specified transplant inoculant shall be applied at the concentration and application rates recommended by the manufacturer and approved by the City. E. All Palms are to be treated with the specified Triple Super Phosphate at the time of planting. The Triple Super Phosphate shall be applied at a concentration and application rate as recommended by the manufacturer and approved by the City. All Trees and Palms are to be treated with the specified wetting agent, and soil conditioners at a concentration and application rate as recommended by the manufacturer and approved by the Owner. Soil amendments shall be mixed to produce a single fluid with each component included at the manufacturer and approved by the Owner. Inject into the root zone within the limits of proposed root ball at the rate of 50 gallons fluid per 1,000 square feet of tree canopy, using only approved spray equipment. G. Water all trees, shrubs and palms immediately after fertilizer treatments, as recommended by the manufacturer, until root structure of plant is wet and fertilizer has been worked into ground. Repeat as often as necessary to assure protection from fertilizer burn. 3.6 WEED CONTROL A. Apply pre -emergent herbicide, as approved by the Landscape Architect, per manufacturer's rate and method of application to landscape bed areas. B. Apply pre -emergent herbicide before mulching and again as necessary throughout required maintenance period to prevent weed seed germination. C. Do not use an herbicide or an application technique that will damage plant material. Replace, and / or repair damage to plants injured by herbicide application. 3.7 TOP MULCHING A. Top mulch planting pits, trenches, and areas within two days after planting. B. Cover watering basin or bed evenly with 3 inches of the specified top mulch material. TREES, SHRUBS AND GROUNDCOVER 02950-10 o/ Tamarac and Contracts Division C. Water thoroughly, immediately after mulching. D. Hose down planting area with fine spray to wash leaves of plants at least twice a week until final acceptance. 3.8 GUYING AND STAKING OF TREES A. Stake trees as shown on the drawings. 1. Stake installation: a. Drive stakes perpendicularly, 3 ft. into ground at edge of root ball. Do not drive stake through root ball or soil separator or drainage gravel if present. b. Number of stakes as shown on details. 2. Tying and cross -bracing: a. For trees over 4 in. in caliper: (1) Stake and tie firmly with 1 %" sisal strapping as shown. r trees under 4 in. in b. For caliper: (1) Tie sisal strapping to vertical stakes. Support tree with machinery until bracing is complete. 3. Maintenance: Trees and palms to remain braced continuously during duration of project. 3.9 PRUNING A. New plant material: 1. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers. Pruning shall be done with regard to natural form of plant material. 2. All pruning shall conform to NAA and ISA standards. • TREES, SHRUBS AND GROUNDCOVER 02950-11 of Tamarac and Contracts Division 0 6. Use only planting soil backfill as specified herein before. 7. Place sufficient planting soil under plant to bring top of planting ball to finish grade. 8. Backfill pit or trench with planting soil in 9 in. layers and water each layer thoroughly to settle soil and work soil completely around roots and planting ball. 9. After soil settles fill pit with planting soil, water, and leave pit surface even with finish grade. 10. Topsoil berm: a. Construct a topsoil berm 6 in. above finish grade forming a watering basin with a level bottom around each palm or tree. b. Size: 1 ft. greater than diameter of planting ball. C. Leave saucer for 3 months. At the end of 3 months, regrade area and re -mulch 12" out from trunk (or planting bed ) for all plantings. Remove excess from basin and clean area. Replace any damaged plant material or sod. 11. Braces shall be installed, as specified herein, while the tree is supported by machinery. B. Balled and Burlapped Plants (B & B): 1. Place in pit on planting soil backfill material that has been hand - tamped prior to placing plant. 2. Place with burlap intact so location of ground line at top of ball is same as at nursery where grown. 3. Remove binding at top half of the planting ball and cutoff exposed burlap. 4. Do not pull wrapping from under planting ball. 5. Do not plant if planting ball is cracked, broken or showing evidence of voids before or during planting process. Replace with plant of same species, size, and specification. TREES, SHRUBS AND GROUNDCOVER 02950-8 e of Tamarac -V Purchasing and Contracts Division C. Relocated Trees and Palms 1 . Refer to Section 02481, Tree Removal Relocation and Protection D. Container -grown plants: 1 . Can removal: a. Cut cans on two sides with an acceptable can cutter if cutting is required. b. Do not injure planting ball. C. Do not cut cans with spade or ax. d. Do not cut sides on knockout cans. e. Carefully remove plants without injury or damage to planting ball. f. After removing plant. Superficially cut edge roots with knife on three sides. 0 2. Dig planting holes to size as shown. 3. Hand place plants which are in containers less than one gallon in size. 4. Hand backfill and hand tamp leaving slight depression around bases of plants. 5. Do not cover top of root ball. fi. Water for settlement and replace required planting soil. 3.5 FERTILIZER APPLICATIONS A. Apply at time of planting, before mulching and repeat 3 months from first fertilization. Schedule fertilization with the Owner. B. All Trees, Shrubs and Palms shall be treated with the specified Agriform planting tablets. The Agriform shall be applied at a concentration and application rate as recommended by the manufacturer and approved by the Owner. 0 TREES, SHRUBS AND GROUNDCOVER 02950-9 ...ram • City of Tamarac Purchasing and Contracts Division 2. Percolation tests are to be verified and accepted by the Owner prior to landscape installation. 3.2 LOCATION / STAKING A. Stake out locations for plants and outline of planting beds on ground. B. Do not begin excavation until stake out of plant locations and plant beds are acceptable to the Engineer. C. Trees to be located and staked for inspection by the Landscape Architect. 3.3 PREPARATION A. Pits and trenches: 1. Shape: a. Vertical sides and flat bottom. b. Plant pits to be square or circular. 2. Size: a. For trees: (1) Depth: Minimum 2 ft. from finish grade and increased as necessary to accommodate planting ball and at least 12" planting soil backfill below ball or roots. (2) Width or diameter: 4 ft. greater than diameter of planting ball (unless otherwise approved by the Owner for special planting areas). b. For shrubs, 3 gallon or larger container: (1) Depth: As necessary to accommodate planting ball and at least 6 in. of planting soil backfill below planting ball. (2) Completely excavate all shrub beds to minimum. TREES, SHRUBS AND GROUNDCOVER 02950-6 of Tamarac and Contracts Division �WZ1X1- 0 B. Planting Beds - 1 gallon or smaller container: 1. Refer to Section 02920 — Soil Preparation 2. Planting beds to receive a depth of 12 in. topsoil mixture throughout. 3. Bring beds to smooth, even surface conforming to established grades after full settlement has occurred. C. Disposal of excess soil: 1. Use acceptable excess excavated topsoil to form watering berms around the trees and palms. 2. Dispose of unacceptable excess soil off the project site or as directed by the Engineer. D. Percolation tests: 1. Percolation tests are to be verified by the Engineer. 2. Test fill tree pits with water before planting to assure proper drainage percolation is available. Pits which are found to not be adequately draining shall be excavated to a depth sufficient for drainage and backfilling with coarse sand. 3. No allowances will be made for lost plants due to improper drainage. Replace with same species size and specification. 3.4 PLANTING A. General 1. Irrigation shall be 100% operational prior to plant material installation. 2. Remove burlap from top 1 /2 of rootball. 3. Center plant in pit or trench. 4. Face for best effect, or as directed by the Engineer. 5. Set plant plumb and hold rigidly in position until soil has been tamped firmly around planting ball. 0 TREES, SHRUBS AND GROUNDCOVER 02950-7 of Tamarac Purchasing and Contracts Division 0 1.7 GUARANTEE A. Guarantee new plant material for a period of 12 months after date of project Completion. B. Replacement plants under this guarantee shall be replaced within two (2) weeks of rejection and guaranteed for twelve (12) months from date of installation. C. Repair damage to other plants, lawn or construction work during plant replacement, including, but not limited to, damage to existing trees, walks, lattice, site furnishings, etc. 1.8 SCHEDULING A. Install trees, shrubs, and groundcover before lawns are installed. B. Notify the Landscape Architect of anticipated installation date at least two (2) weeks in advance. C. Irrigation shall be 100% operational prior to the installation of plant material. PART II - PRODUCTS 2.1 PLANT MATERIAL A. Well -formed and shaped, true to type, and free from disease, insects, and defects such as knots, sun -scald, windburn, injuries, abrasion or disfigurement. B. True to botanical and common name and variety: American Joint Committee on Horticultural Nomenclature, Standardized Plant Names, latest edition. C. Minimum grade of Florida No. 1 in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. D. Plants not listed in "Grades and Standards for Nursery Plants" shall conform to a Florida No. 1 as to: (1) Health and vitality; (2) condition of foliage, (3) root system, (4) freedom from pest or mechanical damage, (5) heavily branched and densely foliated according to the accepted normal shape of the species or sport. 0 E. Nursery Grown: ANSI Z60.1 TREES, SHRUBS AND GROUNDCOVER 02950-4 of Tamarac Purchasing and Contracts Division 1. Grown under climatic conditions similar to those in locality of project. 2. Container grown stock: a. Growing in container for minimum 30 days before delivery. b. Not root bound or with root systems hardened off. 3. Use only groundcover plants well established in removable containers, integral containers, or formed homogenous soil sections. 4. All palms and trees are to be marl grown. 2.4 TOP MULCH A. Grade "A" Eucalyptus mulch, shredded, loose, substantially free of mineral waste materials, viable weed seeds, and showing an acid reaction, or Engineer/Landscape Architect approved equal. B. Minimum organic matter by weight on an oven dry basis: 85%. C. Processed specifically for use as top mulch around plant beds. 0 2.5 GUYING AND STAKING MATERIAL A. Stakes for tree support: 1. Construction grade pressure treated pine, minimum nominal size 2 in. x 4 in. B. Nylon Strapping - black mesh, minimum 2" wide. PART III - EXECUTION 3.1 INSPECTION A. Verify final grades have been established prior to beginning planting operation. B. Inspect trees, shrubs, and groundcover plants for injury, insect infestation, and trees and shrubs for improper pruning. 1. Do not begin planting of trees until deficiencies are corrected, or plants replaced. 0 TREES, SHRUBS AND GROUNDCOVER 02950-5 City of Tamarac Purchasing and Contracts Division B. Contractor shall provide a list of sources for all plant material to be approved by the Landscape Architect/Engineer. 1.5 DELIVERY, STORAGE AND HANDLING A. Inventory: 1. Verify that species and quantity of plants matches that on plant list and drawings. B. Preparation for delivery: 1. Prune head and / or roots of all trees as required to assure safe loading, shipment and handling without damaging the natural form and health of the plant. 2. Balled and Burlapped (B&B) plants: a. Verify that all trees and palms have been root pruned not less than 8 weeks prior to digging, and not more than 16 weeks prior to digging. Is b. Dig and prepare for shipment in manner that will not damage roots, branches, shape, and future development after replanting. c. Ball with firm, natural balls of soil. d. Wrap ball firmly with burlap or strong cloth 'and tie: ANSI Z60.1. 3. Specimen plants: Exercise care in digging, wrapping, and binding of such specimens to assure safe loading, shipment and handling to preserve specimen status. C. Delivery: 1. Deliver plants with legible identification labels. a. Label trees, evergreens, bundles or containers of like shrubs, or groundcover plants. b. State correct plant name and size indicated on Plant List. C. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. TREES, SHRUBS AND GROUNDCOVER 02950-2 of Tamarac and Contracts Division • 2. Protect during delivery to prevent damage to root ball or desiccation of leaves. 3. Notify the City of delivery schedule in advance so plant material may be inspected upon arrival at job site. 4. Remove unacceptable plant material immediately from job site. 5. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and conformance to State law. D. Storage: 1- Balled and burlapped plant stock: Deliver direct from nursery. 2. Protect roots of plant material from drying or other possible injury. Keep plant ball moist at all times. 3. Store plants in shade and protect from weather. 4. Maintain and protect plant material not to be planted within four hours. E. Handling: 1. Do not drop plants. 2. Do not pick up container or balled plants by stems or trunks. 1.6 JOB CONDITIONS A. Planting Season: Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. B. Locate underground utilities and other non -readily visible structures prior to digging. Repair damage to underground utilities, and / or construction caused by utility damage. C. Adjust plant spacing as required to avoid damage to roots of existing trees. Notify Landscape Architect of conflicts which require field adjustment to avoid damage to existing trees. D. Maintain identification and barricading of all existing plant material to 40 remain throughout the installation and required maintenance period. TREES, SHRUBS AND GROUNDCOVER 02950-3 and Contracts Division n/ Tamarac Go 3.4 FINAL INSPECTION AND ACCEPTANCE • A. Request final inspection for acceptance at completion. B. Replace rejected sod area with acceptable sod within two weeks after the inspection. END OF SECTION 02934 SODDING 02934-7 City of Tamarac IV _ Purchasing and Contracts Division SECTION 02950 —TREES, SHRUBS AND GROUNDCOVER 0 PART I - GENERAL 1.1 WORK INCLUDED A. Provide labor, materials, necessary equipment and services to complete the Trees, Plants and Groundcover work, as indicated on the drawings, as specified herein or both. 1.2 RELATED WORK A. Section 02000 — Project Construction B. Section 02210 — Fine Grading C. Section 02470 — Site Furnishings D. Section 02810 — Irrigation E. Section 02920 — Soil Preparation F. Section 02950 — Ornamental Trees, Shrubs, and Groundcover 1.3 QUALITY ASSURANCE 0 A. Reference: Grades and Standards for Nursery Plants, Florida Department of Agriculture, all volumes. B. Inspection 1. Furnish plant materials inspected by State Department of Agriculture at the growing site and tagged or otherwise approved for delivery by the Landscape Architect. 2. Inspection at growing site does not preclude right of rejection at project site. C. Furnish plant materials certified by State Department of Agriculture to be free from hazardous insects or disease. D. Plant material shall meet Florida Nurserymen's standards and requirements. 1.4 SUBMITTALS A. Certificate of inspection of plant material by State Authorities. • TREES, SHRUBS AND GROUNDCOVER 02950-1 of Tamarac and Contracts Division 40 D. Fine grading shall be approved by the Engineer prior to the installation of all sodded areas. 3.2. INSTALLATION A. Transplant sod within 36 hours after harvesting. B. Sod shall be installed only upon an approved subsurface free of ruts and debris, which is graded within tolerances described in Section 02210, Fine Grading. C. Lay first row of sod in straight line. D. Butt side and end joints. E. Stagger end joints in adjacent rows. F. Do not stretch or overlap rows. G. Cut and trim sod edges at plant beds, walks, buildings or other edge areas. H. Top Dressing 1. Hard top dress St. Augustine "Palmetto" with '/2" Floratam coarse sand; fill all voids between panels and at pavement edges. I. Sprinkle sod immediately after transplanting to thoroughly water and to wash in lawn sand. Add additional sand to produce a level lawn. J. Roll sod, with roller weighing no more than 150 lbs. Per foot of roller width. K. Water sod and soil to depth of 6 inches within four hours after rolling to bind sod to subsoil and to remove air pockets between subsoil and sod. L. Remove netting from Big Rolls prior to installation. M. Irrigation heads shall not be lowered to the finished grade until turf installation is complete. 3.2 LAWN ESTABLISHMENT A. Watering: 0 1. Irrigate sod immediately upon planting. SODDING 02934-5 of Tamarac and Contracts Division _4030.- 0 2. Keep sod moist during first two weeks after planting. 3. After two weeks, supplement rainfall to produce a minimum of 2 inches per week. B. Mowing: 1. St. Augustine "Floratam" — shall be mowed at least 1 time per week or as necessary to maintain 2-1/2 inches in height, mow to 3 1/2 inches. C. Contractor shall maintain all grass within the project limit within the heights specified until final Certificate of Occupancy. D. Re -sod spots larger than 6'x6" not having uniform stand of grass. E. Weed Eradication: between second and third mowing, apply herbicide uniformly at manufacturer's recommended rate to reduce weed infestation. F. . Fertilizer: 1. Immediately prior to planting, all sod areas shall be fertilized. The starter fertilizer shall be applied to the sod surface, at a rate of 176 40 lbs. per acre. 2. Apply fertilizer once after sodding uniformly at a rate of 20 pounds per 1,000 square feet, on a schedule, as directed by the Engineer. 3. Care shall be taken when spreading fertilizer to insure that there are no gaps during application. The fertilizer shall be applied under favorable conditions and by such approved methods as will ensure maximum uniformity of distribution. G. Establishment period to extend until final acceptance by the Engineer. 3.3 CLEANING A. Immediately clean spills from paved and finished surface areas. B. Remove debris and excess materials from project site. C. Dispose of protective barricades and warning signs at termination of lawn establishment. • SODDING 02934-6 City of Tamarac Purchasing and Contracts Division 40 3. Utilities 4. Paving 11 • 5. Irrigation B. Environmental Requirements 1. Install sod during time period acceptable to the Engineer. 2. Do not install sod on saturated soil. C. Erect signs and barriers against vehicular traffic, where applicable. D. Sod installation shall be completed not less than 60 calendar days prior to the project completion date. 1.7 GUARANTEE A. Guarantee sod for period of twelve (12) months after date of Substantial Completion. A. Replacement sod under this guarantee shall be guaranteed for twelve (12) months from the date of installation. B. Repair damage to other plants during sod replacement. C. Contractor will accept responsibility for repairs of all washouts caused by weather or irrigation run off for all areas not showing an acceptable stand of grass. D. Contractor shall be responsible for any damaged sod caused by forklifts, tractors, trucks etc. during the placing of that sod. PART II PRODUCTS 2.1 SOD A. Grass Species: 1. St. Augustine "Floratam", Stenotaphrum secundautm, certified B. American Sod Producers Association (ASPA) Grade: Nursery Grown or Approved. Field grown sod is not acceptable. SODDING 02934-3 i of Tamarac Purchasing and Contracts Division C. Sod Configuration: 1. St. Augustine "Floratam" a. Furnished in pads, 24" x 18" x 1-1/2", excluding top growth and thatch. b. Pads not stretched or broken. C. Uniformly mowed height when harvested — 3- 31/2 inches. d. Soil shall be prepared per Section 02920 Soil Preparation. D. Inspected and found free of diseases, nematodes, pests, and pest larvae, by entomologist of the local Agricultural agency or other applicable agencies. E. Weeds: 1. Free of non -specified grass, nut grass or other, objectionable weeds. F. Uniform in color, leaf texture, and density. 2.2 WATER A. Free of substances harmful to plant growth meeting requirements in Section 02920 — Soil Preparation. 2.3 HERBICIDES AND STERILIZERS A. As recommended by local agricultural agencies to be approved by the Engineer 6 weeks prior to execution. PART III — EXECUTION 3.1 INSPECTION A. Verify all subsurface disturbances (utilities, irrigation) are complete and inspected. B. Verify that planting soil mix is installed as specified in Section 02920 — Soil Preparation. C. Water dry soil to depth of 6 inches 28 hours before sodding. . SODDING 02934-4 of Tamarac _ Purchasing and Conbadts Division • SECTION 02934 - SODDING PART 1 - GENERAL 1.1 WORK INCLUDED A. Provide labor, materials, equipment and services to complete the sodding work, as indicated on the drawings, as specified herein or both. 1.2 RELATED WORK A. Section 02000 — Project Construction B. Section 02210 — Fine Grading C. Section 02470 — Site Furnishings D. Section 02810 -- Irrigation E. Section 02920 -- Soil Preparation F. Section 02950 -- Ornamental Trees, Shrubs, and Groundcover 1.3 QUALITY ASSURANCE A. Standards: Federal Specifications (FS) 0-F-241c(1), Fertilizers, Mixed, Commercial. B. Testing Agency: Independent Testing Laboratory. C. Regulatory Agencies: Conform to the requirements of local agricultural and governing agencies. 1.4 SUBMITTALS A. Certificates: 1. Growers Certification: a. Grass species, and location of field from which sod is cut. b. Compliance certificates for quarantine restrictions. C. Sod certification information furnished with each roll or pallet as delivered. snnnm� 02934-1 -City of Tamarac Purchasing and Contracts Division Z. Letters of recommendation from not less than 3 owners, for whom they have performed similar sport field installations. 3. Manufacturer's certification of fertilizer and herbicide composition and proposed application rates. 4. Proposed schedule of herbicide and fertilization applications. 5. Proposed schedule of grassing. 6. Proposed schedule of mowing, including specifications for the mower to be used. 7. Sample and supplier credentials of the proposed top dressing mix. 1.5 DELIVERY, STORAGE AND HANDLING A. Engineer is to be notified of sod delivery 24 hours prior to delivery to allow for installation observation. B. Deliver sod on pallets, or on rolls as appropriate by species. C. Pro y p protect roots stem from exposure to wind or sun. f D. Protect sod against dehydration, contamination, and heating during transportation and delivery. E. Sod shall be delivered no more than 36 hours after harvesting. All sod delivered shall be installed within 18 hours of delivery to the job site. Any sod not installed within 18 hours shall be rejected. F. Keep stored sod moist and under shade, or covered with moistened burlap. G. Do not pile sod more than 2 feet deep. H. Do not tear, stretch, or drop sod. 1.6 JOB CONDITIONS A. Begin installation of sod only after preceding related work is accepted. 1. Earthwork Fine Grading g 02934-2 City of Tamarac Purchasing and contracts Division 0 2.3 PLANTING SOIL MIXES: A. Planting Soil Mixture A to be placed in St. Augustine 'Palmetto' sod areas, shrub and ground cover beds and in broadleaf tree pits, both new and transplanted. B. 20% Topsoil, 10% Peat or Compost, 70% Sand C. Planting Soil Mixture B to be placed as backfill around the root balls of palms shall be 90% FDOT coarse sand and 10% topsoil. D. Test pH of topsoil and planting soil mixtures. If pH is not between specified limits add approved soil conditioner/additive to bring pH within that range. PART III -- EXECUTION 3.1 INSPECTION: A. Examine areas to receive soil preparation to assure work of other trades has been completed. B. Verify that plants to remain undisturbed have been clearly identified and protected from injury during construction. If not, identify and protect plants to remain according to procedures set forth in Section 02950 — Ornamental Trees, Shrubs and Groundcover. C. Remove construction materials and debris from areas to be landscaped. D. Do not proceed with soil preparation until unsatisfactory conditions are corrected. 3.2 PERFORMANCE: A. Subsoil: Prepare in accordance with Section 02200 - Earthwork. B, Placement 1. Place planting soil mixes as accepted by the City. 2. Place Planting Soil Mix A to 12" depth in shrub and ground cover beds and as backfill in broadleaf tree pits. 3. Remove rocks and other objects over 1" in diameter. Repeat procedure in the event of disturbances to fine grading after completion. SOIL PREPARATION 02920 -- 5 o/ Tamarac and Contracts Division 0! 4. Smooth Planting Soil mixture to three (3) inches below top of surrounding paving, wherever planting beds abut paved surfaces. 5. Smooth Planting Soil mixture to (2") two inches below finish grade in areas to be sodded with St. Augustine 'Palmetto' sod. 6. Do not compact planting soil mixture, but do wet -soak planting areas to assure proper settlement. Replace topsoil/planting soil +, mixture to specified grade after watering. 7. Apply pre -emergent weed control per manufacturers recommended rates of application to sterilize the soil. I 3.3 CLEAN-UP: A. Immediately clean up spills, soil and conditioners on paved and finished surface areas. B. Remove debris and excess materials from project site immediately. END OF SECTION 02920 • SOIL PREPARATION 02920 — 6 City of Tamarac Purchasing and Contracts Division • i Sieve Size Percentage Passing By Dry Weight 2 inch 100 1 /4 inch 90-92 No.10 50-55 No.40 20-25 No.100 4-6 No.200 0-1 Dispose of materials larger than one -.half inch off the site. C. Maximum Soluble Salts: 550 ppm. D. Acidity: pH 6.5 to pH 7.5 E. Relative Density: 25%-50%, loose F. Relative Permeability: 20 in/hr minimum G. Plastic Index: 3-10 2.2 SOIL CONDITIONERS A. Aluminum Sulfate: Manufacturer's standard commercial grade. B. Peat: Federal Specifications Q-P-166 Type 1, Class B, Sphagnum moss. C. Pesticides: As recommended by applicable Agricultural Public Agencies. D. Herbicides and Sterilizers: 1. "Ronstar" pre -emergent herbicide 2. "Roundup" systemic herbicide E. Soil Amendments: 1. Fertilizer a. All fertilizers shall be manufactured from quality materials, be free from impurities, uniform in composition meet recognized standards for effectiveness and be free flowing and suitable for application with approved equipment. SOIL PREPARATION 02920 -- 3 of Tamarac and Contracts Division b. All fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable state fertilizer laws, bearing the grade and the trade name of the producer. C. Die Hard Root Reviver -- Endo and Ectomycorrizal inoculant, as manufactured by Die hard, 1.800.628.6373 or Engineer approved equal. d. Die Hard Transplant — One Step -- Endo and Ectomycorrizal inoculant, as manufactured by Die hard, 1.800.628.6373 or Engineer approved equal. e. Time release, Palm Mix fertilizer with minor elements or Engineer approved equal. f. Time release, Tree and Shrub Mix fertilizer, 6-6-6, with minor elements or Engineer approved Equal. g. Granular Triple Super Phosphate as manufactured by IMC. Ag ri co. 708.970.3000. h. Agriform Planting Tablets, 8-8-8 plus minors, as manufactured is by Grace Sierra, 408.263.8080 or Owner approved equal. Scott's Turf Starter (16-25-12) or Owner approved equal. Wetting agent to be Terra Sorb or Owner approved equal. k. Soil conditioner to be "Super Lesco Wet", as manufactured by Lesco, Inc. or Engineer Approved Equal. 2. Water: From Caporella Park irrigation wells or potable source. 3. Sand: Clean, sharp builders sand free draining and free of substances harmful to growth of plants. Peat: Florida and Canadian Peat from City of Tamarac approved sources. Compost: from City of Tamarac approved source. • SOIL PREPARATION 02920 — 4 City of Tamarac SECTION 02920 SOIL PREPARATION PART I - GENERAL 1.1 WORK INCLUDED and Contracts Division A. Provide labor, materials, necessary equipment and services to complete the soil preparation work, as indicated on the drawings, as specified herein or both. B. Including, but not limited to: 1. Topsoil 2. Soil Conditioners 3. Sand 4. Planting Soil 5. Peat 1.2 RELATED WORK A. Section 02000 — Project Construction B. Section 02210 — Fine Grading C. Section 02470 — Site Furnishings D. Section 02481 — Tree Relocation and Protection E. Section 02810 — Irrigation F. Section 02934 — Sodding G. Section 02950 — Ornamental Trees, Shrubs, and Groundcover 1.3 QUALITY ASSURANCE A. Testing Agency: Independent testing laboratory B. Conform to the requirements of Regulatory Agencies C. Reference standards: D. ASTM C136 - Sieve Analysis of Soils SOIL PREPARATION 02920 —1 of Tamarac and Contracts Division �J E. ASTM D422 - Mechanical Analysis of Soils F. ASTM D424 - Plastic Limits of Soil 1.4 SUBMITTALS A. Test Reports: 1. Results of topsoil analysis 2. Results of water analysis 3. Results of planting soil mixes analysis. B. Certificates: 1. Manufacturer's certification and/or testing laboratory certification that content of soil conditioners meet specification requirements. 2. Literature and proposed application rates for all Soil Amendments. 3. Literature and proposed application rates for all Herbicides and Sterilizers: C. Samples: 1. Submit a one cubic foot sample of each planting soil mix. 1.5 JOB CONDITIONS A. Protect from damage walks, pavement, plant material, and other work or existing features. PART II - PRODUCTS 2.1 TOPSOIL P. Use free draining topsoil, suitable for plant growth and free from hard clods, stiff clay, hardpan, gravel, subsoil, brush, roots, refuse or other deleterious material, and of uniform quality. A. Mechanical analysis for well graded topsoil: . SOIL PREPARATION 02920 — 2 City of Tamarac Purchasing and Contracts Division D. CENTER/MID RAILS: Provide center rails where indicated. Install in one piece between posts and flush with post on fabric side, using special offset fittings where necessary. E. BRACE ASSEMBLIES: Install braces so posts are plumb when diagonal rod is under proper tension. F. TENSION WIRE: Install tension wires through post cap loops before stretching fabric and tie to each post cap. Fasten fabric to tension wire using 11 ga. galvanized steel hog rings spaced 24" o.c. G. FABRIC: Leave approximately 2" between finish grade and bottom salvage, unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence, and anchor to framework so that fabric remains in tension after pulling force is released. H. TENSION BARS: Thread through or clamp to fabric 4" o.c., and secure to posts with metal bands spaced 15"o.c. I. GATES: Install gates plumb, level, and secure for full opening without interference. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. J. TIE WIRES: Use U-shaped wire, conforming to diameter of pipe to which attached, clasping pipe and fabric firmly with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. 1. Tie fabric to line posts, with wire ties spaces 12" o.c. 2. Tie fabric to rails and braces, with wire ties spaced 24" o.c. 3. Tie fabric to tension wires, with hog rings spaced 24" o.c. K. FASTENERS: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. L. TOUCH UP: 1. Following installation, scratches and marred spots in galvanized surfaces shall be power wire brushed and painted with a cold -applied galvanized paint at a rate of 2 oz. zinc per sq. ft. of surface. 2. Following installation scratches and marred spots in vinyl coated surfaces shall be field coated with a vinyl coating supplied by the fence manufacturer. 0 END OF SECTION 02830 CHAIN LINK FENCING & GATES 02830-7 of Tamarac SECTION 02846 - PARKING BUMPERS PART 1-GENERAL 1.1 WORK INCLUDED: EZTI''•iTir���3�:T�1 A. The work included in this Section consists of furnishing and installing parking bumpers as shown on the Drawings. PART 2 - PRODUCTS 2.1 PARKING BUMPERS: A. Parking bumpers shall be six-foot long standard precast concrete units with two 5/8 inch diameter precast holes for anchor pins. B. Anchor pins shall be plain or deformed reinforcing steel bars that conform to the requirements of ASTM Designation A 615, Grade 40. PART 3 - EXECUTION 3.1 INSTALLATION: A. Parking stall bumpers shall be provided for each stall, and each unit shall be provided with two No. 4 diameter steel rods 12 inches long driven into the pavement and made flush with top of precast unit. B. Units shall be set to line and spacing shown on Drawings. C. Damaged bumpers will not be accepted and shall be removed by the Contractor and replaced with acceptable units. END OF SECTION 02846 • • PARKING BUMPERS 02846-1 of Tamarac and Contracts Division • • 2. Latch: Forked type or plunger -bar type to permit operation from either side of gate, with padlock eye as integral part of latch. 3. Keeper: Provide keeper for vehicle gates, which automatically engages gate leaf and holds it in open position until manually released. 4. Double Gates: Provide gate stops for double gates, consisting of mushroom type flush plate with anchors, set in concrete, and designed to engage center drop rod or plunger bar_ Include locking device and padlock eyes as integral part of latch, permitting both gate leaves to be locked with single padlock. double gate installation, for nominal gate widths as follows: Leaf Width Up to6' Over 6' to 13' Over 13' to 18' Over 18' 2.7 POST CAPS Gate Post lbs./LIN ft. 3" 5.79 4.000" OD pipe 9.11 6.625" OD pipe 18.97 8.625" OD pipe 28.55 A. POST CAPS: Provide weather -tight closure cap with loop to receive tension wire or top rail; one cap for each post. 2.8 TENSION WIRE A. TENSION WIRE: 6-ga. Coated coil spring wire, metal and finish to match fabric. Locate at bottom of fabric. 2.9 WIRE TIES A. WIRE TIES: 11-ga. Galvanized steel or 11 ga. Aluminum wire, to match fabric core material. 2.10 TENSION BARS A. TENSION BARS: One-piece lengths equal to full height of fabric, with minimum cross-section of 3/16" x a/4" Provide one tension bar for each gate and end post, and 2 for each corner and pull post, except where fabric is integrally woven into post. CHAIN LINK FENCING & GATES 02830-5 City of Tamarac Purchasing and Contracts Division 2.11 POST BRACE ASSEMBLY A. POST BRACE ASSEMBLY: Manufacturer's standard adjustable brace at end and gate posts and at both sides of comer and pull posts, with horizontal brace located at mid -height of fabric. Use same material as top rail for brace, and truss to line posts with 0.375" diameter rod and adjustable tightener. 2.12 CONCRETE A. CONCRETE: Provide concrete consisting of portland cement, ASTM C 150 aggregates ASTM C 33, and clean water. Mix materials to obtain concrete with a minimum 28-day compressive strength of 3,500 p.s.i., %" maximum size aggregate, maximum 3" slump, and 2% to 4% entrained air. PART 3-EXECUTION 3.1 INSTALLATION Do not begin installation and erection before final grading is completed, unless otherwise permitted. 0 A. EXCAVATION: Drill or hand excavate (using post hole digger) holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. If not indicated on drawings, excavate holes for each post to minimum diameter recommended by fence manufacturer, but not less than 4 times largest cross-section of post. Unless otherwise indicated, excavate hole depths approximately 3" lower than post bottom, with bottom of posts set not less than 36" below finish grade surface. B. SETTING POSTS: Center and align posts in holes 4" above bottom of excavation. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. Unless otherwise indicated, extend concrete footings '/2' above grade and trowel to a crown to shed water. C. TOP RAILS: Run rail continuously through post caps bending to radius for curved runs. Provide expansion couplings as recommended by fencing manufacturer. CHAIN LINK FENCING & GATES 02830-6 City of Tamarac Purchasing and Contacts Division Is 2.3 FENCE POSTS, HARDWARE, AND FITTINGS -GENERAL A. All posts, fittings, etc. shall be PVC coated same as all fence fabric. Fittings shall be of best quality malleable iron casting, wrought iron forgings, or pressed steel and provided with pin connections. Equipment shall be designed to carry 100% overload. All fittings and accessories shall be vinyl coated with color to match fence fabric. 1. Malleable iron castings shall be hot -dipped galvanized in accordance with ASTM A 153. 2. Wrought iron forgings or pressed steel fitting and appurtenances shall be hot -dipped galvanized in accordance with ASTM A 123. 3. Fence hardware coating shall match fence fabric coating. B. , piping shall be steel conforming to ASTM A 569 (SS40). C. Galvanized items shall be galvanized in accordance with ASTM A 123, A 153, or A 385, as applicable. D. Bolts which are installed 6 ft. or less above grade shall not protrude more than % in. beyond the nut after tightening. Rough edges . shall be filed smooth. All fittings and accessories shall be vinyl coated with color to match fence fabric. 2.4 POSTS A. End, Corner and Pull Posts: minimum sizes and weights as follows: 1. Up to 6' fabric height, 2.5" OD steel pipe, 3.65 lbs. per LIN ft. 2. Over 6' fabric height, 3" OD steel pipe, 5.79 lbs. per LIN ft. B. Line Posts: Space uniformly at approximately 10' o.c. maximum, unless otherwise indicated, of following minimum sizes and weights. 1. Up to 6' fabric height, 2" steel pipe, 2.70 Ibs.per LIN ft. 2. 6' to 8' fabric height, 2.5" OD steel pipe, 3.654 lbs. per LIN ft. 3. Over 8 fabric height, 3" OD steel pipe, 5.79 lbs. per LIN ft. CHAIN LINK FENCING & GATES 02830-3 City of Tamarac Purchasing and Contracts Division 2.5 RAILS A. TOP RAIL; Manufacturer's longest length, with expansion type couplings, approximately 6" long, for each joint. Provide means for attaching top rail securely to each gate comer, pull and end post. 1-5/8" OD pipe, 2.70 lbs. per ft. B. MID RAIL: Provide means for attaching fabric securely to each gate corner, pull and end post. 1-5/8" OD pipe, 2.70 lbs. per ft. C. BOTTOM RAIL: Provide means for attaching bottom rail securely to each gate corner, pull and end post. 1-5/8" OD pipe, 2.70 lbs. per ft. 2.6 GATES A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework. Assemble gate frames by welding or with special fittings and rivets for rigid connections, providing security against removal or breakage connections. Provide horizontal and vertical members to ensure proper gate operation and attachment of fabric, hardware and accessories. Space frame members a maximum of 8' apart unless otherwise indicated. O. Provide same fabric as for fence, unless otherwise indicated. Install fabric with stretcher bars at vertical edges and at top and bottom edges. Attach stretcher bars to gate frame at not more than 15" o.c. Install diagonal cross -bracing consisting of 3/8" diameter adjustable length truss rods on gates to ensure frame rigidity without sag or twist. B. SWING GATES: Fabricate perimeter frames of minimum 2" OD Schedule 40 pipe, weighing 1.9 lb./ft. C. GATE HARDWARE: Provide hardware and accessories for each gate, galvanized per ASTM a 153, and in accordance with the following: 1. Hinges: Provide 1 pair of hinges for each leaf. Size and material to suit gate size, non -lift-off type, offset to permit 180 degree gate opening. Provide 1 extra hinge for each leaf cover over 6" nominal height. CHAIN LINK FENCING & GATES 02830-4 City of Tamarac Purchasing and contracts Division C SECTION 02830 - CHAIN LINK FENCING AND GATES PART 1- GENERAL 1.1 WORK INCLUDED A. The work included in this Section consists of furnishing all labor, equipment and materials and in performing all operations necessary for installing chain link fencing, locks, and accessories. Extent of chain link fences and gates is indicated on Drawings and described in these Specifications. 1.2 RELATED WORK 1. Section 02200 - Earthwork 2. Section 02210 - Fine Grading 3. Section 03300 - Cast -in -Place Concrete 1.3 QUALITY ASSURANCE A. Chain link fencing shall be manufactured in accordance with the requirements of the CLFMI Manual. Fence manufacturer shall me a CLFMI member. B. Fence manufacturer shall have at least ten years of experience in the manufacture of vinyl -coated steel chain link fencing. C. The fence fabric, posts, gates, and all hardware shall be manufactured and supplied by a single manufacturer, to insure compatibility of all the fence elements and to define a single source responsibility. 1.4 SUBMITTALS A. Shop Drawings: Show fence layout, post locations, gates, details illustrating fence height, gate width, size of posts, rails, braces, fittings, and hardware. B. Product Data: Submit catalog cuts and manufacturer's detail specifications. C. Warranty: Vinyl coated chain link fence systems shall be supplied with minimum fifteen (15) year factory warranty. CHAIN LINK FENCING & GATES 02830-1 of Tamarac Purchasing and Contracts Division PART 2 - PRODUCTS 2.1 GENERAL A. Dimensions indicated for pipe are outside dimensions, exclusive of coatings. All posts and rails shall be Schedule 40 pipe. 2.2 FENCE FABRIC A. Fabric shall be PVC coated thermally fused and bonded to a primer which is thermally cured onto galvanized steel core wire conforming to ASTM F 668, Class 2. Minimum coating thickness shall be 0.007 in. B. Fabric shall be woven into 1-3/4 in. mesh of 9 gauge and 6 gauge (o.148) galvanized wire core with a minimum breaking strength of 1,290 lbs./ft. in accordance with ASTM F 668, Class 2. Coated wire size shall be 8 gauge (0.165 in.). Other gauges may be required as noted on the plans. C. Zinc for galvanized coating shall conform to ASTM b 6, galvanized by hot dipped method AISI Type 1, before vinyl coating; coating shall be smooth. Minimum weight of zinc coating shall be 1.2 oz. per sq. ft. (0.30 oz./ft.). D. Polyvinyl chloride coating shall meet the following requirements: 1. Specific gravity shall be 1.30 maximum, tested in accordance with ASTM D 792. 2. Hardness shall be a minimum Durometer reading of A 95 in accordance with ASTM D 2240. Ultimate elongation shall be 275% in accordance with ASTM D 412. 3. Tensile strength shall have a test minimum of 3,300 p.s.i. in accordance with ASTM D 412. 4. Vinyl shall be a dense and impervious covering free of voids, having a smooth, lustrous surface without pinholes, bubbles, voids, or rough or blistered surface. 5. Fabric shall be furnished with salvages knuckled on both the top and bottom edges. 6. Furnish one-piece fabric widths up to 12 ft. in height. E. Fence fabric color shall be black. 0 CHAIN LINK FENCING 8 GATES 02830-2 City of Tamarac Purchasing and Contracts Division D. At all remote control valve box locations coil wire around a %" piece of PVC pipe to make a coil using 30 linear inches of wire. Provide no less than 18" of coil wire above top of valve box. 3.7 TESTING AND INSPECTION A. General: 1. All items of construction and operation of the irrigation system are subject to inspection and testing. Work items may be rejected because of non-compliance with the Drawings and specifications, non -suitability, poor materials, inadequate workmanship or improper assembly or other causes which would prevent the system from functioning properly, or which in the Engineer's opinion would be detrimental to the longevity of the irrigation system, or which would necessitate excessive manual labor and maintenance. 2. Furnish labor, materials, and equipment required for testing and inspections. Work stoppages for testing, re -testing, inspection and replacement or repair shall not add to the allocated time of completion or cost of the work.. 3. Final inspection will be made when the complete system is in place, operable, and all repairs, additions, adjustments and other work is complete. At such time, adequately demonstrate the proper operation of the system, showing the system's conformance with the Drawings and Specifications, and demonstrating that the irrigation system gives proper and adequate coverage of all landscaped areas. Final inspection will not take place until approved as-builts are issued. 4. Acceptance of the system in no way removes the Contractor of his responsibility to make further repairs, corrections and adjustments to eliminate any deficiencies which may later be discovered B. Cleaning and Pressure Testing: 1. Test system to the installer's satisfaction prior to requesting an official test to avoid the unnecessary presence of inspection personnel. 2. Leave uncovered all joints, ties, elbows, caps, and connections during the pressure test unless otherwise directed by the Engineer. Main sections of solid unbroken pipe are to be buried at intervals adequate to secure stabilization of pipe runs when pressurized. 3. Flush irrigation system with water to clear lines of foreign materials after system assembly is complete and prior to installation of sprinkler heads. IRRIGATION 02810-7 of Tamarac and Contracts Division 4. Cap and plug outlets and fill lines with water. 5. Pressurize assembly to 125 P.S.I. and shut off pump. Monitor the system pressure at two gauge locations; the gauge locations must be at opposite ends of the main line. System shall have no pressure loss for solvent -welded pipe and not more than 3 P.S.I. with gasketed 'O' ring after two hours. If necessary, repair leaks and retest assembly until satisfactory. 6. Upon completion of backfilling, finish grading and contouring, test the entire system for proper operation; including electrically actuating the remote control valve. END OF SECTION 02810 • L] 0 IRRIGATION 02810"8 City of Tamarac Purchasing and Contracts Division B. Excavation: 1. Excavation shall be unclassified and shall include all materials encountered in the excavation of trenches for pipe and other product installation. 2. The trench shall be of sufficient width and depth for installation of the pipe. 3. Cause minimum disturbance to existing conditions; bore under existing pavement and sidewalks rather than cut and restore. Do not cut pavement without written permission of the Engineer. 4. Remove rocks over in diameter and unsuitable bearing material from the trenches. C. Installation: 1. Compression Joints: a. Make the bell end of compression joints clean and dry, and install the proper compression ring without lubricant and in the proper position. b. Clean and lubricate the spigot end with the Manufacturer's recommended lubricant. Push "home" the spigot end as indicated when the manufacturer's reference mark is flush with the end of the bell. c. Carefully lay the completed joint in the trench. 2. Solvent -Welded Pipe and Joints: a. Make solvent weld joint only with clean, dry, square -cut, smooth pipe sections. "Dry" test the fitting for proper size before solvent is applied. b. "Snake" solvent -weld pipe sections from side to side in the trench to prevent joint rupture due to thermal contraction. c. Pipe must cure a minimum of 30 minutes prior to handling and placing into trenches. The pipe must cure a minimum of 24 hours prior to filling with water. 3. Plug pipe openings during construction to prevent entrance of foreign materials. 4. Sleeves: a. Place pipe and electrical wiring to be installed under paving, curbs, walks, pavers and other hard surfaces in Schedule 40 PVC sleeves. IRRIGATION 02810-5 of Tamarac and Contracts Division b. Extend sleeve beyond the paved areas as indicated on the irrigation drawings. 5. Backfill: a. Carefully place backfill to avoid pipe dislocation. b. Use only backfill material free of rocks, stumps, roots and other unsuitable material. c. Place backfill in six inch (6") lifts and compact, except in planting areas where planting soil is used. Compact backfill to be under pavement or sidewalks to 100% of maximum A.A.S.H.T.O. T-180 density. Make the surface of backfilled trenches even with the surrounding ground surface after compaction. d. Backfill shall be installed so the following minimum depths are maintained: 24" for all sleeving, 18" for the main line and 12" for all lateral pipes. 3.4 CONTROLLER INSTALLATION A. Coordinate the work with the installer of the electrical supply. B. Make electrical connections and hook-ups as necessary for the complete automatic operation of the irrigation systems. C. Install the wall -mounted controller within the structures as specified on the irrigation drawings. 3.5 WATER SOURCE A. Coordinate the installation for connection to the existing lake as required by the Engineer. As indicated on the irrigation drawings. 3.6 CONTROL WIRE INSTALLATION A. Do not make underground splices except at electric valves in valve boxes. Make splices waterproof and cover with heat shrink boots made for irrigation wire direct buried connections. B. Place all control wire in grey 1'/z" or larger Schedule 40 PVC conduit as needed for wire capacity, 18" minimum burial. C. Wire sized, numbered and colored as follows: #12 white for common #12 spare black common (1 per 10 hot wires - minimum of 1 spare) #12 red for hot wires #12 spare yellow hot wires (provide 1 spare for every 10 wires - minimum of 2 spare) Ir 1 L. ,A 1:1 1.1 IRRIGATION 02810-6 of Tamarac and Contracts Division B. Products: 1. As indicated on the Irrigation Drawings. 2.3 VALVE BOXES A. Manufacturer: 1. As indicated on the Irrigation Drawings. B. Products: 1. Minimum box size for electric control valves: 12" rectangular, black with green cover with irrigation control valve designation molded into the cover. All boxes shall match. 2. Crushed 3/4" drain rock shall be placed 12" deep beneath the valve box with the top of the box set 2" above finish grade. 2.4 IRRIGATION SYSTEM CONTROLLERS A. Manufacturer: 1. As indicated on the Irrigation Drawings. B. Products: 1. As indicated on the Irrigation Drawings. 2.5 IRRIGATION SYSTEM PUMP A. Manufacturer: 1. As indicated on the Irrigation Drawings. B. Products: 1. As indicated on the Irrigation Drawings. 2.6 MOISTURE CONTROL SENSOR A. Products: 1. As indicated on the Irrigation Drawings. 2.7 IRRIGATION CONTROL WIRE A. Products: 1. As indicated on the Irrigation Drawings. 2.8 GATE VALVES A. As indicated on the Irrigation Drawings. IRRIGATION 02810-3 City of Tamarac Purchasing and Contracts Division PART 3 - EXECUTION 3.1 GENERAL A. The layout shown on the plans and drawings for the irrigation are schematic in nature in order to indicate the work to be done. Locate pipe, water meters, backflow devices, valves, and equipment in landscape areas, provide sleeved pipe, and control wire crossing under paving, walls and hard surfaces. B. Install the irrigation system in accordance with governing codes, approved shop drawings, and contract drawings and specifications. C. Coordinate the water source connection with other contractors on the project. D. Irrigation system shall provide 100% head to head coverage. E. Irrigation main lines shall not be installed under major structures or concrete slabs. 3.2 PREPARATION A. Layout sprinkler main lines and perform line adjustments and site modifications to laterals prior to excavation. Sprinkler line should not be is installed under concrete slab. B. Locate valves to assure ease of access for maintenance and that no physical interference with other elements of the project exists. Valve boxes must be placed a minimum of 12" and a maximum of 15" from the edge of pavement. No valve boxes shall be installed in turf beds without approval by the Engineer. C. Furnish temporary support, adequate protection, and maintenance of all underground and surface utilities, structures, drains, sewers, and other obstructions encountered in the progress of the work. 3.3 PIPE INSTALLATION A. Preparation: 1. Stake pipe locations and check for uniformity of spacing and correctness of pattern. 2. Maintain warning signs, shoring, barricades, flares, red lanterns, or other required warning devices. 3. Carefully inspect pipe and fittings before installation in the trench and do not use damaged materials. IRRIGATION 02810-4 and Contracts Division -f r.,,......... • SECTION 02810 - IRRIGATION PART 1 -GENERAL 1.1 RELATED WORK A. Section 02000 — Project Construction B. Section 02210 — Fine Grading C. Section 02470 — Site Furnishings D. Section 02481 — Tree Relocation and Protection E. Section 02920 — Soil Preparation F. Section 02934 — Sodding G. Section 02950 — Ornamental Trees, Shrubs, and Groundcover 1.2 SUBMITTALS A. During construction prepare As -Built drawings on reproducible bases showing deviations in the work that are made during construction. 1. Show deviations affecting but not limited to main line pipe, laterals and zone pipe, controller locations, pipe and wire sleeves, backflow preventer, remote control valves, and valve boxes. 2. Indicate approved substitutions by size, material and manufacturer's name and catalog number. 3. Label each As -Built drawing and maintain them separate from the drawings used for construction. B. Submit As -Built drawings to the Engineer prior to final inspection of the work. 1.3 JOB CONDITIONS A. Become familiar with site conditions. Should utilities not shown on the plans be found during excavations, promptly notify the Owner for instructions on how to proceed. B. Make necessary adjustments in the layout as may be required to connect to existing water mains, should such pipe mains not be located exactly as shown, and as may be required to work around existing work. 1.4 QUALITY ASSURANCE A. The work shall conform to the latest requirements of local, state, and federal agencies, as appropriate. B. Notify the Engineer 24 hours in advance of starting the work. IRRIGATION 0281 U-1 of Tamarac and Contracts Division C. Notify the Engineer if variances are found between the Drawings and the code requirements. 1.5 WARRANTY A. Fully warrant the landscape irrigation system for a period of one (1) year after the written final acceptance. B. During the warranty period, enforce manufacturer's and supplier's warranties. Malfunctions, deficiencies, breaks, damages, disrepair or other disorder due to materials, workmanship, or installation by the contractor and his suppliers shall be immediately and properly corrected. C. Repair damages caused by system malfunction. D. Contractor shall repair damage or malfunction within seven (7) days of written notification by the Owner. PART 2 - PRODUCTS 2.1 PIPE: A. PVC Pipe: 1. As indicated on the Irrigation Drawings. 2. Solvent weld cement shall be colored with primer, of a contrasting color and be easily recognizable from the pipe itself. B. Class 200 Pipe 1. As indicated on the Irrigation Drawings. C. Schedule 40 Pipe 1. As indicated on Irrigation Drawings. D. Accessories: 1. Thrust blocking shall be in conformance with the details shown on the plans. 2. PVC sleeves for pipe and control wiring shall be schedule 40 PVC and have an inside diameter twice the diameter of the pipe and/or wire bundle it is to hold plus one inch. Plainly mark sleeves in field and on As -Built drawings for future ease of location. 2.2 ELECTRIC ZONE CONTROL VALVES A. Manufacturer: 1. As indicated on the Irrigation Drawings. 0 IRRIGATION 02810-2 City of Tamarac Purchasing and Contracts Division 2. Individual shop drawings for all precast structures and castings are required. Catalog literature will not be accepted for precast structures. C. The exposed ends of all pipe shall be suitably plugged to prevent earth, water, or other substances from entering the pipe when construction is not in progress. 3.6 Fill and Embankment: A. Satisfactory fill material shall be local sand and rock mixture free of organic material. Backfill in accordance with Section 02221. B. The maximum size rock used in the roadway fill shall be as follows: Top 4" 3 inches 4" to 24" 6 inches 24" to 48" 12 inches 48" to 96" 24 inches C. The roadway fill shall be placed to within .1 foot of the required elevation. D. When the trenches have been improperly filled, or if settlement occurs, they shall be refilled, compacted, smoothed off, and made to conform to grade. Unless otherwise directed, or shown on the plans, backfill in trenches in or through roadways shall be made as specified above, except that the entire fill above one foot over the pipe shall be deposited in layers not to exceed 12" in thickness, moistened, and compacted to density equal to or greater than that of adjacent material so that pavement can be placed immediately. 3.7 Cleaning Up: A. Surplus pipeline material, tools, temporary structures, etc., shall be removed by the Contractor. All dirt, rubbish, and excess earth shall be disposed of by the Contractor as directed by the Owner. The construction site shall be left clean, to the satisfaction of the Owner. 3.8 Inspections: A. The Contractor shall notify the City and the Project Consultant of Record at least 24 hours prior to beginning construction to arrange the inspection of the storm drainage. All drainage lines must be lamped prior to final acceptance. 3.9 Project Record Documents: A. The Contractor shall maintain accurate and complete records of work items completed. B. All "as -built" information submitted to the City shall be sufficiently accurate, clear and legible to satisfy the City that the information provides a true representation of the improvements constructed. STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-8 City of Tamarac Purchasing and Contracts Division C. All "as-built" information on elevations (rim, invert, etc.) of sanitary, sewerage, paving, drainage, and other constructed works shall be certified by a registered land surveyor. As-builts must indicate which structure outlets have pollution baffles. As-builts for exfiltration trench, if applicable, must show both the pipe invert elevation and the elevation of the bottom of rock in the trench. Contractor must supply as -built information in a format approved by the regulatory agencies. END OF SECTION 02720 • 11 STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-9 of Tamarac and Contracts Division • 3.2 Pipe Trench Width: The maximum clear width of trench measured at the spring line, without under- cutting the banks, shall be in accordance with the following table: Size of Pipe (inches) Width of Trench (inches) 6 24 8 36 10 36 12 36 15 36 18 40 21 42 24 48 27 54 30 60 36 1 66 The minimum width of trench shall be of such width as to leave, on each side of the bottom without under -cutting the banks, at least six inches clear space between the bell of pipe and the sheeting or the sides of the trench where no sheeting is used. 3.3 Preparation of Trench Bottom: A. Water shall not be allowed in the trenches while the trench bottom is being prepared or while pipe is being installed, unless directed by the City. B. A continuous trough shall be shaped to receive the bottom quadrant of the pipe barrel. C. Preparation of the trench bottom and placement of the pipe shall be carefully made so that when in final position, the pipe is true to line and grade. D. When sand, crushed rock, gravel or pea rock are used to support the pipe, such material shall be placed in the trench bottom a minimum of 4" below the bottom of the pipe, and a trough as described above shall be formed to uniformly support the bottom quadrant of the pipe barrel. STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-6 City of Tamarac 14 3.4 Installation of Drain and Culvert Pipe: and Contracts Division A. Pipe shall be protected during handling against impact shocks and free falls. Pipe shall be kept clean at all times, and no pipe shall be used that does not conform to the specifications. B. All pipe shall be laid with ends abutting and true to line and grade. Pipes shall be carefully centered and laid with a uniform invert. Pipe shall be laid in accordance with manufacturer's requirements as reviewed by the City. C. Pipe shall be laid accurately to the line and grade as designated on the plans. Preparatory to making pipe joints, all surfaces of the portions of the pipe to be jointed or of the factory -made jointing material, shall be clean and dry. Lubricant, primers, adhesives, etc., shall be used as recommended by the pipe or joint manufacturer's specifications. D. The jointing materials or factory fabricated joints shall then be placed, fitted, joined, and adjusted in such a manner as to obtain a water -tight line. As soon as possible after the joint is made, sufficient backfill material shall be placed along each side of the pipe to prevent movement of pipe off line and grade. • 3.4.A EXFILTRATION Trench: is A. Excavate trench to depth indicated on the drawings. 1. Place filter fabric and ballast rock to the level of the proposed pipe. 2. After pipe has been laid and accepted, place ballast rock carefully to avoid displacement of pipe, and tamp carefully. 3. Fill trench to level indicated on drawings with ballast rock of size or sizes indicated. 4. Install filter fabric as indicated on drawings, top, bottom, and sides. Overlap two feet on top. 5. Backfill and compact in accordance with requirements of Section 02221-Trenching, Backfilling and Compaction for Utilities. 6. Construct trench as indicated on drawings. 3.5 Catch Basins: A. Catch basins shall be precast with 3000 psi concrete in accordance with FDOT Specifications Section 425. B. Shop Drawings: 1. Prior to their construction or installation, shop drawings shall be submitted to and reviewed by the City for catch basins. STORM DRAINAGE STRUCTURES, PIPE AND FITTINGS 02720-7 ly of Tamarac Purchasing and Uontracrs uivision Y ORIGINAL CQP Q �M. COMPANY NAME: ase Print): i�� Phone:J Fax: BEFORE SUBMITTING YOUR BID,,MAKE SURE YOU... Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. Carefully read the Detailed Specifications, and properly fill out the Bid Forms. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. Sign the Certification page. Failure to do so will result in your Bid being g Wi4" deemed non -responsive. Fill out the Offeror's Qualification Statement. Fill out the References page. 7. Sign the Vendor Drug Free Workplace Form. I� 8. Fill out the List Of Subcontractors. ❑ 9. Include a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and Performance Bonds will be required and must be submitted on the City's forms. Fill out and sign the Certified Resolution. and return the Trench Safety form. 1T1omplete 2.. Complete and return the Schedule of SDBE Participation and Letter of Intent to Perform as a Subcontractor. 13. Complete and return the SDBE Program Plan and E.E.O. Policy & Affirmative Action Plan. 14. Include proof of insurance. ❑ 15. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 43 ni Tamarac AM Purchasing and Contracts Division 0 SHEDULE OF BID PRICES BID 03-20B CAPORELLA PARK IMPROVEMENT PROJECT ITEM 1 .Drainage 2. Paving & Grading 3. Water System 4. Sewer System 5. Signing & Marking 6. Tree Removal 7. Tree Protection Barricade 8. Site Amenities Landscaping Irrigation 11. Permit Fees TOTAL LUMP SUM: 0,10 LUMP SUM: $ (7 LUMP SUM: LUMP SUM: $ D LUMP SUM: $ c� LUMP SUM: $ D LUMP SUM: LUMP SUM: $ �� Gv LUMP SUM: $ �� LUMP SUM: $Jt� Allowance $ 2,500.00 GRAND TOTAL BASE BID The work described above includes all the necessary excavations, fill and removal of materials attendant upon the construction of the work complete in place, and the disposal of all excess material and the final cleaning up of the work. Note: Permit fees will be paid for by the Contractor and reimbursed to the Contractor upon submission of the invoices to the City. No markup will be allowed on the allowance Item and reimbursement amount total will be for actual permit fees only. This is a Lump Sum Contract: City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. Payment shall be at the lump sum price stated in the contract. The price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. OAME OF BIDDER: 'S Q r I �► Crh)oryI Iip ni Rid Prices Aak of Tamarac Purchasing and Contracts Division -Vi ALTERNATE BID ITEMS TOTAL 1. Bridge Demolition LUMP SUM: $ 0ego 2. Lift Station Installation LUMP SUM: $ > o The work described above includes all the necessary excavations, fill and removal of materials attendant upon the construction of the work complete in place, and the disposal of all excess material and the final cleaning up of the work. NOTE: THIS BID CONTAINS ALTERNATE BID ITEMS. Determination of award: The contract shall be awarded by City to the responsible bidder who has submitted either the lowest responsive base bid or the lowest responsive bid on the base bid including such alternates as the City determines to be in its own best interest. The City of Tamarac reserves the right to waive any informality in any bid and to reject any or all bids. 1-1 NAME OF BIDDER: :7 h 2 Schedule of Alternate Bid Prices City of Tamarac Purchasing and Contracts Division CERTIFIED RESOLUTION I, r �r (Name), the duly elected Secretary of s Cor orate Title a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed ,by a quorum of the- Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED T AT (Name)", the duly Iected 4 (Title of Officer) of eJ�t r (Corporate Title) be and is hereby authorized to execute and submit a Bid, Bid Bond, if such bond is required, and such other instruments in writing to the City of Tamarac as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NA TITL SI AT G C ' r L Cr(J i r r Given under my hand and the Seal of the said corporation this day of , 20 (SEAL) gy; Secretary 6�� S� Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid, Bid Bond or other documents for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of i Certified Resolution 011" CONSTRUCTION, INC. 0 ' Phone: (954) 217-7448 2700 Glades Circle Suite 125 Fax: (954) 385-5+413 Weston, Florida 33327 o013013130000OaC3aa00000a00130000130130000C300 00C30 POLICY STATEMENT It is the policy of w (company name) that small disadvantaged business enterprise, as defined by Administrative Procedures Article XIV 20, as implemented by the Division of Equal Employment and Small Business Opportunity, shall have the opportunity to participate as subcontractors and suppliers on all contracts awarded by Broward County. The requirements of the Administrative Procedures Arti e XIV 2Q shall apply to all contracts entered into between Broward County and �^ �`- (company name). Subcontractors and/or suppliers to (company name), will also be bound by the same requirements. (company name), and its subcontractors, shall take all necessary and reasonable steps in accordance with the Administrative Procedures Article XIV 20 to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted with Broward County. kuc -�- (company name), and its subcontractors shall not discriminate on the basis of race, color, religion, national origin, disability, sex or age in the administration of contracts with Broward County. (a Cc 4 _� �( �L R(company name), has designated and appointed a Liaison Officer to develop, maintain, and monitor the SDBE Program Plan implementation. The Li ' on Officer t1l be responsible for disseminating this policy statement throughout ( company name), and to small disadvantaged controlled businesses. The statement is posted on notice boards of the company. Company President Signature Print Name Date 0 " W-9 CONSTRUCTION, INC. 2700 Glades Circle Suite 126 Phone: (964) 217.7448 qwton, Florida 33327 Fax: (964) 386.5413 es000000OcloO00000000000000000000000000000000 1. Designation Of Liaison Officer (company name) will aggressively recruit small disadvantaged business enterprise firms as subcontractors and suppliers for all contracts with Broward County. The Company has appointed a Liaison Officer to develop and maintain the SDBE Program Plan in accordance with the requirements of Administrative Procedures Article XIV 20. The Liaison Officer will have primary responsibility for developing, maintaining, and monitoring the Company's utilization of small disadvantaged business enterprise subcontractors in addition to the following specific duties: 1. The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all Broward County contracts. 2. The Liaison Officer will submit all records, reports, and documents required by Broward County and shall maintain such records for a period of not less than three years, or as directed by any specific contractual requirements of the County The following individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program in accordance with the • requirements of the County. J Liaison Officers Name tA Your Company's Name address 2 �� Your Company's Liaison Officer Phone Number ajC.0 111. SDBE Program Methods In order to formulate a realistic SDBE Program Plan, —aS'rA.— (company name) has identified the following known barriers to participation by disadvantaged subcontractors, before describing its proposed affirmative action methods: 1. Lack of qualified small disadvantaged subcontractors in our specific geographical areas of work. 2. Lack of certified disadvantaged subcontractors who seek to perform Broward County work. 3. Lack of interest in performing on Broward County contracts. 4. Lack of response when requesting to bid. 5. Limited knowledge of Broward County plans and specifications to prepare a responsible bid. 7 City of Tamarac Purchasing and Contracts Division In view of the barriers to small disadvantaged business enterprises stated above, it shall be the policy of (company name) to provide opportunity by utilizing the following SDBE program methods to ensure participation on the contracts with Broward County. (company name) will: 1. Provide written notice to all certified SDBE subcontractors in the geographical area where the work is to be subcontracted by the Company. 2. Advertise in minority focused media concerning subcontract opportunities with the Company. 3. Select portions of the work to be performed by SDBEs in order to increase the likelihood of meeting contract goals, including, where appropriate, breaking down contracts into economically feasible units to facilitate SDBE participation. 4. Provide adequate information about the plans, specifications, and requirements of the contract, not rejecting subcontractors without sound reasons based on a thorough investigation of their capabilities. 5. Waive requirement of performance bonds where it is practical to do so. 6. Attend pre -bid meetings held by the County to apprise disadvantaged subcontractors of opportunities with the Company. 7. Follow-up on initial solicitations of interest to SDBE subcontractors to determine with certainty whether the SDBE company is interested in the subcontract opportunity. ( (company name) understands that this list of SDBE Program methods is not exhaustive and will include additional approaches after having established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. III. Implementation On contracts with specific SDBE goals, l.M - company name will make every effort to meet contract goals as stated by utilizing its SDBE Program methods. On projects with no specific goals, the Company will, as an expression of good faith, seek to utilize SDBE subcontractors where work is to be subcontracted. IV. Reporting I t (company name) shall keep and maintain such records as are necessary to determine the Company's compliance with its SDBE Program Plan. The company will design its record -keeping system to indicate: 1. The number of SDBE subcontractors and suppliers used by the Company, identify the items of work, materials and services provided. 2. The efforts and progress being made in obtaining SDBE subcontractors through local and community sources. 0 11 ,Q" CONSTRUCTION, INC. 2700 Glades Circle S.rite 125 Phone: (954) 217-7448 Weston, Florida 33327 Fax: (954) 385-5413 C.70OOOODooC70000aoaDoaooaOoa0000aaooC]aaaaalooa It is the policy of (company name) to take affirmative action in affording equal employment opportunity to all qualified persons with regard to sex, race, creed, color, national origin, handicap or sexual orientation. This includes, but is not limited to, the following: Hiring, Placement, Upgrading, Transfer or Demotion, Recruitment, Advertising of Solicitation for Employment, Treatment During Employment, Rate of Pay or Other Forms of Compensation, Selection for Training, including Apprenticeship, Layoff or Termination. It is further policy of this Company to cooperate to the fullest extent with the applicable regulations of the Civil Rights Act of 1964 and Executive Order No. 11246, and the Vocational Rehabilitation Act of 1973. This policy pertains, so far as the responsibility of the Company is concerned, to any arrangement under which employees, including apprentices and trainees, are selected or referred for work. In regard to work performed on every Broward- County contract or Federally Assisted contract, L (• - 4 L.. (company name) will not discriminate on the grounds of race, color, national origin, or handicapped status in the solicitation , selection and retention of subcontractors, including procurement of materials and leases of equipment. To implement this policy as outlines above, _a � .wS kctJ i µ. (company name) will follow the specific action steps listed below: a. a ( N (company name) will notify community organizations that nf, 4:1- 1 1.. (company name) has employment opportunities available and will maintain records of the organization's response. b. (company name) will maintain a file of the names and addresses of women, minorities and persons with disabilities, worker referred to him, and what action was taken with respect to each such referred worker, and if this worker was not employed, the reason therefore. If such worker was not 7mployed by I Ll C- (I -A _ (company name), . ;,f — (company name) file will document this and the reasons therefore. C. n4 �,«� f rz .(company name) will disseminate if E.E.O. Policy within its own organization by including it in a policy manual, annual reports, etc. by conducting staff and employee meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with all employees. M, City of Tamarac Purchasing and Contracts Division d. (company name will disseminate its E.E.O. Policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media, and my notifying and discussing it with all subcontractors. e, 0, Lms h w 4 ".{company name will make specific and constant personal (both oral and written) recruitment efforts directed to all minority organizations, schools with minority students, minority recruitment organizations and minority training organizations, within Company's recruitment area. f. a (v, �� vk (company name) will make specific efforts to encourage present minority employees to recruit their friends and relatives. g. _ u4, &ompany name) will validate all labor specifications, selection requirements, tests, etc. h. c (company name) will make every effort to promote after -school, summer and vacation employment to minority youths. i. ,n A 4-&&4?,.gcompany name) will continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. j. � s ,T(,,. (company name) will make sure that seniority practices, "ob classification, etc., do not have a discriminatory effect. k. (2 f w c ik w-_ (company name) will make certain that all facilities and company activities are non -segregated. I. zMs %t-L L t' «_, (company name) will continually monitor all personnel activities to ensure that its E.E.O. Policy is being carried out. m. company name) agrees to comply with the rules, regu ations, and relevant orders of the Secretary of Labor issued pursuant to the Vocational Rehabilitation Act of 1973, and the Vietnam Era Veterans Readjustment Assistance Act of 1974. n. _ ' (,,,,_ �� company name) has included the provision of the affirmative action clause in every subcontract or purchase order of $2,500 or more. Su,3h pr visio s ar binding upon each of our subcontractors or vendors.' (company name) is prepared to take such action with respect to any subcontracts or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. Signat f LI 11 04/13/2 J03_ 22:54 9542179529� y Q CONSTRUCTION PAGE 02 -. .. .... f r rnvu �.. c n��i1LPAA Cartlfloste of InsRursnea This ewillIaate le Issred as a matter of Ihlgrmatlan only and cafts no rlghs upon you the aw1flea:e holder. This oartlAc:ale I a not an Insurmos pelley and der not Amend, attend, or altar the aweraga afforded by the polldeA llstad below. Named Insured(a): clarity HR IM4. and its wholly owned sutuaidiades Including Govity HR, LP.: Gevity HR IV, L.P. ; oavlty HR IX, L.P. ; GmAty HR X, L.P. 500 301 90ulevard WFtot Bradenton, Florida 34205 Coverages: MARSH I Insurer Affording Coverage I Alnerlem Home Assurance CS., Member d Argerlean Intenaatltenal Oreup,Ine(AIG) The polcy(lee) of Inauranae Ilallad below have been laetlad to the Insured named abovefor the policy period Indlosteol. The Inalranae afforded by the polley(iss) daserlbed herein is subject to all the terrrls, oxdusions and aandiians of such polay(les). CAKIIIlcabe leap Date Type of Insurance ® cewIn alaus polloy Mumbatr Llmltet e1rTeVPPP a® PaucyiiRM--.__..._. Worker's' Compenastion Other: 1-1.2D04 Employees Leased To: 12255.6025 Q conatartaation, xac RY1NCo0771s4 RMWCOGTII93 employers; &IS01a MY Bodily Injury By Amident sl,bm,000 lad, Aeddent RMWC0s77184 RINWC0fr17195 RMWC0977166 aafyln)uryByDlsaees $dn0o,o0O Pallcyt Imlt Bodly Injuryay DIxense si,00o,ow Each Paden Effective Date : 01-JAS-2003 The above reforerrced wortten? =npenaatlon policy PMYMea atAtutnry benells only to empbyaw Of the Warned Inouted(a) on the pvfcy, not to emplaya w d any other amployar. "If the cAfloatB explrston data la aonInuous or extended term, you VAII be not tied If coverage le terminated or reduced before the certMoete expirsfan date. However, you will not ba Aadtiod annually df the continuation c! cotrerege. Nofte of Cancellation; Should any of the pellet" dasrnibed heron be can celled before the expin►Man date theare &, the insurer affording coverage will onda4var to marl 30 days writtavt nelae to the aertilicals holder named harem, but falure to mail such nodes shag Impose no ebllgdcn of liability of an"lcind upon the InaurW sffardng Coverage, ifs agents or represanta,tlYe►s. Certificate Holder TOWN OF HILLSBORO BEACH 1210 HILLSBORO MILE Hillsboro Beach, FL 33062 1Athafil 4. Wdas Authorised RaPraeentative aT Marsh U8A Ina (B811#3-e4As 3.4-u1a-2003 Phone gate louw 4J 04/13/2003 22: 54 7r�iL1 (���7 4Y VUI IJII\VVI}ull nPr 1T UJ I X A—00Ro,. CERTIFICATE OF L,IABiLITY INSURANCE � DATE(MM,OD.Vq 04/14/2003 PaoalreFR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION WE I MICHAEL & ASSOCIATES INSURANCE ONLY AND CONFERS NO RIGKTG UPON THE CERTIFICATE Stirling Road HOLDF.R THiS CERTIFICATE DOES NOT AMEND, EXTEND OR F'L 33314 ALTER THE COVERAGE AFFORDED 6Y THE POLJCiES SCL•OW. 9544101-2200 INEURea o-cDIISTRucTroN 2700 Glades Circle, Suite 209 2700 Glades Circle, Suita 110 Heston FL 33327 INSURERS AFFORDiNG COVERAGE INBUP ER A: Century S INSUit-,A 0- — -- COVERAGES THe POLICIES OF INSURANCE UATED BELOW HAVE BEEN IBSUI;D TO THE INSURED NAMED ABOVE FOR THE POLICY PWRIOd INDICATED. NOTWITHSTANDIN3 ANY REQUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OP. MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIaED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUS10N3 AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCSO BY PAID CLAIMS. NSR rnE OP INSURANCE POLICY NUMBER A CI' M CTIVE POLICY 1 (PIRATION62 U �— GT LL1AAlLTTY EAOI-IOCCLIFiiF.NCE S 2,000300D XMMMALOENEnALLIABILPY PMEOAMAGEE(AnyonepR) S 50.000 CLAIMS MAOpI L'`J OCCUR AIF_D EXP (An One POMM _ a 5, 000 A _ I CCP-246713 la/ea/goox 10/08/2003 PERSD1yAL B ADVINLIRY S 2.000.000 .J GENER4L A004EGATE 2000000 I � � � L3EN L A13GiAA°GATE LIMIT APPLIES PEM I PRCIOUQTS - COMNOP ASZC► O 2 DOe 000 �_w�._ pouCY LOC AutiaMeeaG u.erurT ANYAUTo (:� dl�q NGLH LIMIT : 1,000.000 ALL OWNED AUTDS sCHI:DULED AUTDs IPDoop�vaeo� IaY to N/A A X SCHCDLJL60 CCP-246723 10/08/2002 10/08/2003 BODILY!NJLJRV $ ii1A X mw-OWNEDAVTos (Pe*accidon0 rPROPERTY OAMAoe ; g MIA I n"�atcldaMl GApAaE UAdIUTY AUTO ONLY - EA ACCIDENT S ANY AUTO I ( OT1aEFAA('(' S R iHA AUTOOM4V7IY AGO s EXCEM LIAMU Y I FACUM OCCUgWNCE r,=R TD CLA,..S MADE I D6]U nmE RETENTION 3 WORKOS COMPENSATION AND (L!M TBL EMf•LAYE71B' LIAEILITY .JOR E.L EAGI1 wC7GIDHNT . s3 I I � I;.L mWASI - EA EJA%CYEE S �^— 1 -- -.. _— . - . -.. I C.L. • PO r • IT � LIC LAi i 6 OTHER F"PTION OF OPERATIONS(LOCATIONSNENICLE3(ERCLI)MM4i ADDED BY ENOORSENENTIBPEdAL PAOV1 UCMS General ContrActor Additim+A1 Insured: The Cfitiy of Miramar, It's Comisianers, officers, Director!, Agents and Emloyees CERTIFICATE HOLDFq 1,109STIOUAL INSURED. INSURER LETTER CANCELLATION SHOULOANIYOFTNiABOYFDEMCRISEOPoIICIEsMECAMCELLJDO FORMrs1EEY61gATION DATE T/ VWCPF, THE 10OLFING INSURER WILL ENDEAVOR TO MAIL 3 O LAYS WRIMEX Torn of Hi l l:boro Beach NOTICE TO TTK CLRTIMCATE HOLDER NAMED To TT.AE LEFT, BUT FAILUnc TO po EEO !HALL UPMillsboro Mile i db re $each FL 33062 IMNO O OMJ04TMN OR LIABILITY OF ANY KIMb UPON THE wsunem rm AOr.11Ta OR Foxed g95A) 395-5433 on 4/14/03 jh REPaEsExrAvrw*m AUTHORT>rt'D RE"VSMTATNE - 9 1 2" i7/07I / ' Q ACORDCORPOFtATION ISBB Purchasing and '.ontracts Division • City of Tamarac "Committed to Excellence ... Alwoys" ADDENDUM NO. 1 TAMARAC CAPORELLA PARK IMPROVEMENTS BID NO. 03-20B DATE OF ADDENDUM: JUNE 9, 2003 OPENING DATE REMAINS THE SAME: JUNE 18, 2003 AT 2:00 P.M. Bidders on the project are hereby notified that this Addendum shall be made part of the above named bid document. The following items are issued to supplement, modify, and clarify the bid documents. These items shall have full force and effect as the bid document and any cost revisions as a result of this addendum to.the previous bid document shall be included in the bid prices. 1. Please find attached, electrical engineering plans showing upgrade to power source at the site and power supply requirement to lift station, prefabricated building, walkway & parking lot lighting and to the irrigation pump. The cost to supply material and install the electrical supply system shall be included in the site amenities cost. 2. The water and sewer systems will be installed by the City of Tamarac Utilities Department. The water system will be installed up the meter. The contractor shall be responsible for plumbing connections to the bathroom building plumbing system thereafter. The sewer system, including the lift station, will also be installed by the Utility Department and a 4" PVC stub will be left beyond the lift station so that the contractor can connect to the prefabricated bathroom building. The prefabricated bathroom building has been purchased by the City of Tamarac. The contractor shall be responsible for the unloading of the structure from the delivery truck per the manufacturer's instructions. The contractor shall also be responsible for the preparation of the site for the prefabricated building and shall prepare the foundation including reinforcement and the setting of base plates. The contractor shall secure the structure to the foundations per the manufactures instructions. In addition, the slab for the outdoor portion of the building is the responsibility of the contractor, as is the assembling of the outdoor columns and rafters to the main building as these items will be shipped loose. The building site shall be restored to match the original and surrounding site. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tcimaroc.org Equol p-,,;porturvty Employer A Tamarac Via- Arrrchrsrng and Contracts Divrsron The Contractor shall add in to the price of their bid, an allowance of five hundred dollars ($500.00) to secure signed, sealed and approved building plans, foundation information and other prefabricated building information to complete the above tasks. 3. The existing bridge will be removed by the City of Tamarac Public Work Division. The complete Echo Bridge package may be purchased by the contractor. Included in the purchase price are signed, sealed and approved superstructure plans and approved foundation plans for the bridge. The contractor shall be responsible for the installation of the foundations. Delivery of the Echo Bridge will allow for the installation of the structure before November, 2003. In the event a substitute equal for the Echo Bridge is contemplated, the enclosed specifications shall form the basis of comparison. Since the delivery of the installed bridge is time sensitive, being important to the completion of the grant funding utilized by the City for this project, the schedule for installation of a substitute bridge is an important factor in determining the suitability and acceptance by the City of the product. The bridge must be installed by the end of November, 2003. Attachments: Bridge Construction Spec 02852 Electrical Engineering Plans All other requirements shall remain the same as specified in the original bid request. All Bidders SHOULD return this signed Addendum with their bid, however, Bidders must provide signed Addendum within 3 days of City's request to be considered responsive. Name of Bidder: Authorized Signc • 2 n ::0t1'=1P1JC 1(DtJ City of ; amarec STATE OF FLORIDA) ) ss: 51[s][90,billw, Purchasing and Contracts Division COUNTY OF BROWARD) , at KNOW ALL MEN BY THESE PRESENTS, that we, "Q" CONSTRUCTION, INC. a' as Principal, and International Fidelity Insurance Company- as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Five Percent of Amount Bid Dollars ($ 57. of Bid) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated June 18 , 2003, for: 40 Caporella Park Improvements BID NO. 03-20B NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and ,said Surety does hereby waive notice of any extension. 0 op Page 1 of 2 Bid Bond .7 C] 93: PIS 3 7 S n C:otiS T RuCT!Orl Gity of Tamarac ACKNOWLEDGEMENT BID: BOND Signed and sealed this 18th day of June IN PRESE E OF: I2` N u (AFFIX SEAL) ATTEST: As per Attached_ Power of Attorney Secretary ATTEST: s er Attached Power of Attorney --- Secretary "Impress Corporate Seal PA('v- @a Purchasing and Contracts Divislon 2003. Con truction, Principal 2700 Glades Circle, Suite 110 Business Address Weston, FL 33327 City/State/Zip 954 217-7448 Business Phone International Fidelity Insurance Company ^Surety+ By Warren Alter, Attorney In Fact Title� -) / V . Attorney -In -Fact' Warren Alter By Page 2 of 2 Eicl Fond Acknowledgement lei POWER OF ATTORN-EY INTERNATIONAL FIDELITY INSURANCE C UMPA_NY FIONIE OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-'5207 FOR BID E0�'D;R[.DFR/CONSENTSrAFFIDAVITS KNOW ALL NMN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE CO3`IPA`IY, a corporation or,anized and existing laws of the State of N-W Iersey, and having ics principal office in the City of Newark, New Jersey, does hereby constitute and appoint SRETT ROSENH,AliS, WARREN ALTER, KEVIN WOJTOWICZ, CHARLES J. NIELSON, CHARLI S D. NIELSON, JOSEPH P. NIE:,SON Miami Lakes FL. its true and lawful anor:%:,v(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and ocher writings obligatory inthe nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contractor otherwise including any and all consents for die release of retained percentages and/or final estimates on engineering and consrruccion contracts required by the Department of Transportation. State of Florida, and die execution of such insrrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY" WSURkNCE CO VIPANY. as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by audority of Article 3-Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Actomevs-in-fact. and to authorize them to execute on behalf of the Company, and attach die Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of actornev or any certificate relating thereto by facsimile, and any such, power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in cTie future with respect to any bot0ndermking to which it is attached. aEOT Y /,y f 1N TESTIMONY WHEREOF, LNTERNATIONAL FIDELITY INSURANCE CO;yIP.k.NY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 31st day of August. A.D. 1998. pip DR4A �9Z INTERNATIONAL FIDELITY INSURANCE CON ANY o V SEAL �' I'M STATE OF NEW JERSEY � 1904 p ``� County of Essex yd JEa�' b� �'jy� T•�`1 Secrecar On this 31st day of August 1998, before me came Elie individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the lie is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company. that die said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. MA�QiJ IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. NOTARY PUBLIC # •ir WJErh�'G� A NOTARY PUBLIC OF NEW JERSEY CERTMCATIO14 My Commission Expires Nov. 21, 2005 I, die undersigned officer of INTERNATIONAL FIDELITY L`SURaNCE CONCPANY do hereby certify chat I have compared the foregoing copy of die Power of Attorney and affidavit, and the copy of die Section of the By -Laws of said Company as set forth in said Pow^^-r of Attorney. with the ORIGINALS ON ..N T E HO!v[E OFFICE OF SAID COMPANY, and chat the same are correct cran,cripts dicreof, and of die whole of the said originals, and that the said Power of ey has not beer, revoked and is now in full force and effect 1N TESTIMONY WHEREOF, I have hereunto set my hand this 18th day of ,Tune, 2003 n SSiit:.�.. °i4�rL'tlry City of Tamarac Purchasing and Contracts Dive. TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE UNITS OF UNIT UNIT_COST EXTENDED (Descri tion) M A(LFFRE (Qty) s� B. $ $ C. $ $ D. $ $ TOTAL. $ 3, If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (6) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. DATE: (Sign ure) ACKNOWLEDGEMENT STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, [),Qv t p D©Nv ITV , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this / 7 day of 79, 2003. ComnrMlen / IRi Emil �ffSA) Florida Notary AWL. If10 �,!!O,Ll!n Note My Commission Expires: Page 1 of 1 Trench Safety Form of Tamarac iT A APPENDIX A Purchasing and Contracts Division SMALL DISADVANTAGED BUSINESS ENTERPRISE PROGRAM This Bid contains Small Disadvantaged Business Enterprise (SDBE) goals assigned by the Broward County Board of County Commissioners. The Bidder SHOULD submit all required SDBE forms with their Bid. However, Bidder MUST submit forms within three (3) business days of the City's request for said forms. The numeric SDBE goal assigned to this project is 15%. The 15% goal applies to your base bid amount only, as it is not determined which, if any, alternate bid items will be selected by the City until after the bid opening. Your firm may use any combination of participating SDBE categories to achieve the goal. • Document your SDBE participation by submitting the enclosed "Schedule of SDBE Participation" form, and the "Letter of Intent to Perform as a Subcontractor" form. is In addition to submitting these forms, complete and sign the "SDBE Program Plan" and the "E.E.O. Policy and Affirmative Action Plan" forms included in the bid document, or submit your firm's own applicable forms. CONTRACTOR, and any construction contract it enters into for the Project, shall comply with COUNTY'S Small Disadvantaged Business Enterprise (SDBE) Affirmative Action Program, set forth in Article XIV, Section 20-275, Broward County Code of Ordinances, requiring goals in all procurement activity at One Hundred and Fifty Thousand Dollar ($150,000) or above for construction services. COUNTY and CONTRACTOR agree that prime and subcontract awards to Small Disadvantaged Business Enterprises and Minority -- Majority Joint Ventures are crucial to the achievement of the Project's SDBE participation goals. In an effort to assist in achieving the established goals for this Project, CONTRACTOR agrees to take affirmative actions to meet the current SDBE participation goals established below: This Project has the following SDBE numerical goal: Minority Business Enterprise Construction Services 15% (Participating categories include African Armen% Qia(/Native' Hispanic,Women) , rican, Women ) Total assigned SDBE goal for this Project is 150A,-. -1. 9 City of Tamarac Purchasing and Contracts Diw. �w NON -COLLUSIVE AFFIDAVIT State of t- )ss. County of l ) -I -0 being first duly sworn, deposes and says that: 1. 9she is the U ' -P fi, (Owner, Partner, , Officer - Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its -off cers, partners, owners, agents, representatives, employees or parties in intC$t, including this affiant, have in any way colluded, conspired, connived or agr6ed, directly or indirectly, with any other Offeror, firm, -or --person Ao submit G� collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Si ned, sealed and livered in the presence of: By itness r A-0 i ness Printed Nam Title Page 1 of 2 Non -Collusive Affidavit City of Tamarac Purchasing and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of n On this the lip day of , 2003, before me, the undersigned Notary Public of the State of Florida, personally appeared rx}yiv DDA) v l—io and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. Corn ift. ' PtlPLIC, STATE OF FLORIDA Extras 7 = NOTARY PUBLIC UMM(SO12S41 Bondedtw=Vh SEAL OF OFFICE: Florida Notary Asam. h a .N\\\\\.1\\\.1.\\�N.N\�NMMN (Name of Notary Public: Print, is Stamp, or Type as Commissioned) Joersonally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Acknowledgement • City of Tamarac BID FORM and Contracts Divis Submitted by: wee i c- (Bidder) rate) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88"' Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Page 1 cf 4 Bid Form/Agree to Complete City of Tamarac Purchasing and Contracts Division 0 BID FORM (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, for the construction related to the improvements to Caporella Park, and including landscaping, irrigation, a new parking lot, driveways, lighting, water and sewer improvements, drainage, construction of a pedestrian bridge, and miscellaneous site amenities. In order to be considered for this project, the vendor must meet the following conditions: The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Bidder shall be certified General Contractor with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. The Contractor is to hire, engage, or have on staff a Certified Arborist who has successfully completed tree and shrub protection and trimming projects who has five (5) years or more experience doing similar projects. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. See Schedule of Bid Prices Faye 2 of 4 Bid Form/Terms/Bid Price „r Tamarac Purchasing and Contracts Division BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request,. and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipmentewithin thirtydeliveredo be (30) days defail Returnbof id specifications will be rejected by City rejection will be at the expense of the bidder. Company Name lZ S Address 4v +UNA City, State, ZIP -0 3 Contractor's License Number • P � Authorize ignature Typed/Printed Name -� S-s —3 Telephone & Fax Number Federal Tax ID# Page 3 of 4 Bid Form/Company Information City of Tamarac Purchasing and Contracts Division BID FORM (continued) Bidders Name: SE (-'^ TERMS: % DAYS: To be considered eligible for award, one (1) original of this bid form MUST be submitted with the Bid. Two (2) photocopies of this bid form should accompany the original; however, copies must be provided within 3 business days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. • r� u Page 4 of 4 Bid Form/Terms/Completion City of Tamarac Purchasing and Contracts Divr. 0 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION THER ❑ If "Other", Explain: 4 ,�. Authorized Signature Name (Printed Or Typed) 40 Title Company Name City/State/Zip Fax Number • Federal Employer I.D./Social Security No. Address Telephone Contact Person Page 1 of 1 Certification ,t of Tamarac Purchasing and Contracts Division -- lip OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88`" Avenue Tamarac, Florida 33321 Che ne Submitted By: ���,'�//.t/•try Corporation Name:(�,f����.�1� ❑ Partnership Address: Individual Principal Office: ❑ Other Telephone No. _3I-3 -O Fax No. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: M o The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation:_ R Q_ 6 b / l �i q t b) State of Incorporation: �e c) President's name: d) Vice President's name: ' i6l e) Secretary's name: ' o f) Treasurer's name: ' g) Name and address of Resident Agent: Page 1 of 5 Offeror's Qualification Statement City of Tamarac Purchasing and contracts Divisic 0 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and i c) hip units of all partners: State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 33 8. Hav yo u personally inspected the site of the proposed work? ?YES ❑ NO g. y have a complete set of documents, including drawings and addenda? ;`YES ❑ NO 10. Did you attend Pre -Proposal Conference if any such conference was held? ❑YES NO Page 2 of 5 Offeror's Qualification Statement of Tamarac and Contracts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 0 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Teletahone , M — '77' L 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if neceMary). , 14. State the name of the individual who will have personal supervision of the work: — 0':�O�z o� G 15. State the name and address of attorney, if any, for the business of the Offeror: r 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of etch such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror:0 Page 3 of 5 Offeror's Qualification Statement • • city of Tamarac Purchasing and Contracts Divisic, 18. State the name of Surety Company which will be providing the bond, and name and address of agent: l 1AAT i �}'►��5!�t �, 1 1 1 i 19. Bank References: Bank Address Telephone f� 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? 0 ,YES ❑ NO...,,...,.� 23. If not, explain the nship land; #inaneial responsibility of the organization ncial stat r>' nt"i$ 'rovac3 ;��drent-subsidiary). whose fins ..,...........,p:� ............: ;.... Page 4 of 5 Offeror's Qualification Statement Cityoffaaarac Purchasing and Contracts Division THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 7� ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of On this the / 7 day of , 2003, before me, the undersigned Notary Public of a State of Florida, personally appeared DAvl o Rm V ! ro and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: al N6fARY PUBLIC, STATE OF FLORIDA a"vies — WMts "MI&S �c►tnm r WNW e of Notary Public: Print, Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath • Page 5 of 5 Offeror's ouaiification Statement 11 Auk" city of Tamarac Purchasing and Contracts Division • 11 REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Narne: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Pipe 1 of 1 References City of Tamarac Purchasing and Contracts Division X7 VENDOR DRUG -FREE REE WORKPLACE 0 Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certi that this f omplies fully with the above requirements. Authorize Signature Company Name Page 1 of 9 Drug -Free Workplace of Tamarac Purchasing and Contracts Division 0 LIST OF SUBCONTRACTORS • The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Contract License No. Subcontractor Name/Address Page 1 of 1 List of Subcontractors of Tamarac and Contracts Division 41 CONTRACTOR incorporates the names, addresses, scope of work and dollar value of SDBE participation on the Schedule of SDBE Participation form. CONTRACTOR understands that each minority and women -owned firm utilized on the Project to meet Project goals must be certified by the Broward County Division of Equal Employment & Small Business Opportunity. CONTRACTOR understands that it is the responsibility of the Contract Administrator and the Broward County Division of Equal Employment & Small Business Opportunity to monitor compliance with the SDBE requirements. In the regard, CONTRACTOR agrees to furnish quarterly report to both parties on the progress of SDBE participation commencing with the end of the first quarter of this Agreement. CONTRACTOR is an indecent contractor under this Agreement. Service provide by CONTRACTOR pursuant to this Agreement shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR not its agents shall act as officers, employees, or agents of COUNTY. This Agreement shall not constitute of make the parties a partnership or joint venture. Neither CONTRACTOR nor COUNTY intends to directly or substantially benefit a third party by this Agreement. Therefore, the parties agree that there are no third party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either of them based upon this Agreement. Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same, as set forth herein, until changed in writing in the manner provided in this section. For the present, the parties designate the following: FOR COUNTY Director Broward County Parks & Recreation Division 950 NW 381h Street Oakland Park, FL 33309 FOR CONTRACTOR Jeffrey L. Miller City Manager City of Tamarac 7525 NW 881h Avenue Tamarac, FL 33321 40 With a copy to the City Attorney at the same address. 2 of Tamarac Purchasing and Contracts Division 00322. Schedule of SDBE Participation Bid/Contract No. Name of Address: Telephone: - 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: of Tamarac and Contracts Division • • Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ 2 So 0 J SDBE Grou : Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: Name of SDBE Contractor Contacted: Address: Scope of work to be performed: Total Dollar Value: $ SDBE Group: Please attach additional information if necessary. Signature: Title: Date: City of Tamarac Purchasing and Contracts Division 00124. Letter of Intent to Perform as a Subcontractor Contract Number (Name of Prime or General Builder) The undersigned intends to perform work in connection with the above Contract as: (check one) ❑ Individual ❑ Partnership ❑ Corporation ❑ 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 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: Percent of the dollar value of the subcontract will be sublet and/or awarded t no on -minority contractors and/or non -minority suppliers. The undersigned will enter into a formal agreement for the above work with you conditioned upon your execution of a Contract with the Board of County Commissioners. Name of Minority Contractor: n • By: Date: 5 Purchasing and Contracts Division y of Tamarac RFP 03-20B CAPORELLA PARK IMPROVEMENT PROJECT BID CHECK LIST Q CONSTRUCTION TLMC ENTERPRISES COMPANY NAME $ 332,500.00 343,964.00 TOTAL BID 1 ORIGINAL YES YES 2 COPIES YES YES YES YES CERTIFICATION YES YES CERTIFIED RESOLUTION YES YES OFFERER'S QULIFICATION STATEMENT YES YES NON -COLLUSIVE AFFIDAVIT YES YES VENDOR DRUG -FREE WORKPLACE YES YES &OF OF INSURANCE YES YES BID BOND OR CASHIERS CHECK CGC-033959 CGC-059983 GC LICENSE YES YES TRENCH SAFETY YES YES SUB CONTRACTORS YES YES SDBEFORMS YES YES ADDENDUM 1 YES YES REFERENCES ALL BID TABS ARE UNOFFICIAL AND SUBJECT TO COMMISSION APPROVAL U:/ 2003 BIDS/03-20B CAPORELLA PARK IMPROVEMENT PROJECT 6/18103 2:48 PM ALC- . 14 N)o 11 C� 1�fibnda.com Log On -A Public Services Search for a Licensee Apply for a License View Application Status Apply to Retake Exam Find Exam Information File a Complaint AB&T Delinquent Invoice & Activity List Search User Services Renew a License Change License Status Maintain Account Change My Address View Messages Change My PIN View Continuing Ed L 49 Term Glossary RE Online Help 0 DBPR Home I Online Services Home I Help 1 Site Map 03:43: 52 PM 6/18l100 Licensee Details Licensee Information Name: DI PIETRO, MARIO (Primary Name) Q CONSTRUCTION INC (Alternate Name) Main Address: 1966 TIMBERLINE RD WESTON, Florida 33327 Lic. Location: 18806 NW 23 PLACE PEMBROKE PINES, FL 33029 Broward License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Certified General Contractor Cert General CGC033959 Current, Active 07/04/1985 08/31/2004 View Related License Information View. License Complaint L I Terms of Use I I Privacy statement I Naw Seardn Back ,