Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-276Temp. Reso. #8782 Page 1 September 22, 1999 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99-a 76_ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO, 99-25B TO ARZ BUILDERS, INC. FOR THE INSTALLATION OF TYPE "D" AND/OR TYPE "F" CURBING; AUTHORIZING ARZ BUILDERS, INC. TO INSTALL TYPE "D" CURBING ON THE UNCURBED MEDIANS OF PINE ISLAND ROAD BETWEEN SOUTHGATE BOULEVARD AND MCNAB ROAD; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $89,862.50; APPROVING A BUDGET TRANSFER WITHIN THE GENERAL FUND TO THE GRANTS FUND IN THE AMOUNT OF $39,862.50; AMENDING THE GRANTS FUND BUDGET OF ESTIMATED REVENUES AND EXPENDITURES IN THE AMOUNT OF $39,862.501 PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to enhance landscape beautification within the City of Tamarac; and WHEREAS, On January 14 1998, the City Commission of the City of Tamarac passed Resolution R-98-9 authorizing the execution of a Joint Funding Agreement with Broward County in the amount of $50,000 for the purpose of providing curbing, irrigation, and landscaping improvements on the medians of Pine Island Road between Southgate Boulevard and McNab Road; and WHEREAS, the City of Tamarac, on July 18, 1999 and July 25, 1999, publicly advertised Bid. No. 99-25B for the installation of Type "D" and Type "F" curbing, a copy of said Bid is attached hereto as Exhibit "A"; and WHEREAS, on August 11, 1999 five (5) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid tabulation is attached hereto as Exhibit "B"; and Temp. Reso. #8782 Page 2 September 22, 1999 WHEREAS, the results of the bid opening were as follows: COMPANY TYPE "D" TYPE "F" STRIPING (SOLID) STRIPING (SKIP) ARROWS RPM'S (linear foot) (linear foot) (linear foot) (linear foot) (each) (each) ARZ Builders $16.00 $18.00 $1.25 $1.10 $85.00 $10.00 Numeric $18.00 $28.00 $2.25 $2.50 $250.00 $15.00 Construction TLMC $28 29 $33.29 $1.40 $1.44 $164.00 $20.00 Enterprises Florida $30.00 $35.00 $100.00 $100.00 $200.00 $50.00 Blacktop United $350.00 $450.00 $4.00 $5.00 $250.00 $20.00 Underground WHEREAS, ARZ Builders, Inc. submitted the lowest responsive and responsible bid; and WHEREAS, under the Special Conditions of Bid No. 99-25B, ARZ Builders, Inc is required to maintain the aforementioned bid prices for a period of two years; and WHEREAS, ARZ Builders has submitted a proposal in the amount of $89,862.50 for the purpose of installing Type "D" curbing on the uncurbed medians of Pine Island Road between Southgate Boulevard and McNab Road, a copy of said proposal is attached hereto as Exhibit "C"; and WHEREAS, available funds exist in the General Fund and Grants Fund for said purpose; and WHEREAS, the Public Works Director and Purchasing/Contracts Manager recommend that the award of Bid No. 99-25B to ARZ Builders, Inc. for the installation of Type "D" and/or Type "F" curbing be approved and an expenditure in an amount not to exceed $89,862.50 for installation of Type "D" curbing on the uncurbed medians of Pine Island Road between Temp. Reso. #8782 Page 3 September 22, 1999 Southgate Boulevard and McNab Road be authorized; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award bid #99-25B for the installation of Type "D" and/or Type "F" curbing to ARZ Builders, Inc. and authorize an expenditure in an amount not to exceed $89,862.50 for the installation of Type "D" curbing on the uncurbed medians of Pine Island Road between Southgate Boulevard and McNab ? NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing WHEREAS clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #99-25B to ARZ Builders, Inc. for the installation of Type "D" and/or Type "F" curbing is HEREBY approved. SECTION 3: An expenditure in an amount not to exceed $89,862.50 for the purpose of installing Type "D" curbing on the uncurbed medians of Pine Island Road between Southgate Boulevard and McNab Road is HEREBY authorized. SECTION 4: The appropriate City Officials are HEREBY authorized to execute an agreement with ARZ Builders, Inc. for the installation of Type "D" curbing on the uncurbed medians of Pine Island Road between Southgate Boulevard and McNab Road, a copy of said agreement being hereto attached as Exhibit "D". Temp. Reso. #8782 Page 4 September 22, 1999 SECTION 5: The City Manager or his designee is HEREBY authorized to close the bid award, including but not limited to making final payment and releasing of funds upon the satisfactory completion of work. SECTION 6: A budget transfer in the amount of $39,862.50 from General Fund account entitled "Other Uses" to General Fund account entitled "Transfer to Grants Fund" is HEREBY approved for correct accounting purposes. SECTION 7: An interfund transfer in the amount of $39,862.50 from the General Fund account entitled "Transfer to Grants Fund" to Grants Fund account entitled "Construction -- Landscaping" is HEREBY approved for correct accounting purposes. SECTION 8: The City Commission HEREBY authorizes the appropriate City Official to amend the Grants Fund budget of estimated revenues and expenditures in the amount of $39,862.50 and appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. SECTION 9: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 10: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 11- This Resolution shall become effective immediately upon its passage and adoption. E r1 PASSED, ADOPTED AND APPROVED this ATTEST: 6ztw A(X CAROL GOLD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I approved this RL�OLLITION as to form. MITCHELV CITY ATT Temp. Reso. #8782 Page 5 September 22, 1999 day of 1999. JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNE.R DIST 2: _ /M MISHKIN �1 DIST & COMM. SULTA DIST 4: COMM. ROBERTS 0 STANDARD FORM OF AGREEMENT THIS AGREEMENT is entered into on 13 11999, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88tn Avenue, Tamarac, Florida 33321 (hereinafter "City") and, ARZ Builders, Inc., a Florida corporation with principal offices located at, 1515 North Federal Highway, #300, Boca Raton, Florida 33432, (hereinafter "Contractor) WITNESSETH: The CITY and the CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: The undersigned CONTRACTOR hereby represents that it has carefully examined the Proposal Specifications and all Contract documents, and will perform the contractual requirements pursuant to all covenants and conditions. The CONTRACTOR agrees to comply with the requirements of the specifications contained in the Request for Proposal. 2. The CONTRACTOR, as evidenced by the execution of this contract, acknowledges that it has examined the physical characteristics of the job requirements. The CONTRACTOR further acknowledges that the proposal price of $89,862.50 includes all costs and expenses and is the total compensation required to be paid by the CITY for the satisfactory completion of the contract requirements. 3. The contract between the CITY and the CONTRACTOR include the following documents which are attached hereto and incorporated herein by reference of the following: CONTRACT DOCUMENT/S Invitation to Bid, Instructions to Bidders, General Terms and Conditions, Insurance Requirements, Special Conditions Specifications Proposal Form Proposal Signature Form Statement of No Bid Variations Non -Collusive Affidavit Certification Proposer's Qualification Statement References Drug Free Workplace Certification Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 4. This Agreement shall be for a term of ninety (90) days for the completion of the $89,862.50 project and may be extended if agreed to in writing by both parties. The contract term including this agreement term, shall be for two (2) years beginning on October 13,1999, and ending on October 12, 2001, and may be renewed in writing for three (3) additional one (1) year terms. 5. Whenever either party desires or is required under this Agreement to give 0 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 the City Attorney at the same address. CONTRACTOR Georgp-Aboujawdeh . _(Name of Contractor) President (Title of named above) ARZ Builders Inc. (Name of Company) 1515 North Federal Highway (Address) #300 (Address) Boca Raton. Florida 33432 (City, State, ZIP) 0 6. The CONTRACTOR shall not, without prior written consent of the CITY, assign any portion of its interest under this contract and, specifically, the CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the CITY. 7. CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and beyond including leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. 8. CONTRACTOR agrees to 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) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. 9. The CITY and the CONTRACTOR each binds themselves, their partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the contract documents. 0 10. The contract documents constitute the entire agreement between the 0 CITY and the CONTRACTOR and may only be altered, amended or repealed by a duly executed written instrument. 11. This Agreement shall be governed by the laws of the State of Florida as are now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the day and year first above written. ATTEST: CITY OF TAM C, FLORIDA 2dz�� z �. Carol Gold, AAE/CMC y' Schreiber, M ayor y Clerk A p ve as F m By: Jeffrej L. Wer City Manager M hell S. raft City Attorney WITNESS: CONTRACTOR- By: (Print or Type Name) (Print or pe Name and Title) Dvt (Print or Type Name) CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 1999 by G d I< (name of officer or agent, title of officer or agent) of z�Ll L-S� TIC-. i (name Of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did -(did not) take an oath. Signature of Notary Public — State of Florida 40sYp RANIA CHAMMAS COMMISSION # CC659574 EXPIRES AUG 16, 2001 BONDED NSFATIANTIC BONDI GRCO.,INC E Print, Type or Stamp Name of Notary Public Sep-29-99 10:03 P.02 September 21, 1999 ARZ .BUILDERS. INC. &,We Cerdfied B+t ldi.. � attar - LICIlC11CO3005 Cam .,,... Anne Lodato, Senior Buyer City of Tamarac 7525 NW 88`h Avenue Tamarac, Florida 33321-2401 RE: Estimate for concrete curbing Bid # 99-25B Dear Anne: As per your request, the following are the items included in the bid proposal for curbing "Pine Island road from Southgate Blvd To Mcnab Road. IS 1- Install app. 5050 l.fof type "D" curb. @ $16.00/1.f. $80,800.00 2- Install app. 50501f_ Of 4" yellow lines. @ $125/1.£ $ 6,312.50 3- lnsta.11 275 (Amber RPMs) @ $10.00/RPM $ 2,750.00 Overall total: $89,862.50 (Eighty Nine thousand Eight Hundred & si-ty Two dollars & Fifty Cents. Note: 4" yellow lines will only be installed along side newly installed type "D" curbs. Please feel free to call for any additional information. ARZ BTM14DgRS, INC. F. Aboujawdeh CC: MR. Jim Berkman, Public Works Coordinator. 1515 N. Federal Hwy. #300 Boca Raton, FL 33432 (561)394-0910 Fax-(561) 447-7536 REQUEST FOR BID A -- rtrt� BID # 99-25B CONCRETE CURBING FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 F+• City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tarnarac.org BID NO.99-25B INVITATION TO BID Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, August 11, 1999 at 2:00 p.m., at which time bids will be publicly opened and announced for: CONCRETE CURBING 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. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 99-25B, CONCRETE CURBING opening Wednesday, August 11, 1999 at 2:00 p.m." on the outside of the envelope. The work performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. WA 4�Af Anne ••. • Senior Publish Sun Sentinel: Sunday, 7/18/99 Sunday, 7/25/99 i] Equal Opportunity Employer BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP (BROWARD CO-OP) TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Broward Governmental Cooperative Purchasing Group. For the past several years, approximately twenty-six (26) government entities have participated in Cooperative Purchasing in Broward County, The Co-op was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Broward Cooperative Purchasinq Group Procurement Operational Procedures: • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. • The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other governmental entities which are not members of the Broward Governmental Cooperative Purchasing Group are strictly prohibited from utilizing any contract or purchase order resulting form this bid award. However, other Broward Co-op members may participate in their contract for new usage, during the contract term, or in any contract extension term, if approved by the lead agency. New Co-op members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. E BROWARD CO-OP "WORKING TOGETHER TO REDUCE COSTS" • 2 11 INVITATION TO BID BID NO. 99-25B CONCRETE CURBING Following is a list of the agencies participating in this bid and their respective estimated usage per year. CITY, STATE, LINEAR GENCY ADDRESS ZIP ONTACT PHONE # FEET City Of Boca Raton 201 W Palmetto Boca Raton, Bob Bolinski 561/393- 500 Pk Rd FL 33432 7876 City Of Coconut 4800 West Copans Coconut Ck, Sheila McGann 954/973- 300 Creek Road FL 33063 6730 City of Deerfield 210 Goolsby Blvd Deerfield Paul Collette 954/480- 1000 Beach Beach, FL 4418 33442 City of Hollywood 2600 Hollywood Hollywood, FL Tom Fenton 954/921- 1000 Blvd. 33020 3290 City Of Oakland 3650 NE 12 Oakland Park, Larry Fagan 954/561- 500 Park Avenue FL 6105 33334 City Of Pembroke 10100 Pines Blvd. Pembroke Dave Fitzgerald 954/450- 2200 Pines Pines, FL 6918 33026 City of Tamarac 7525 NW 88 Tamarac, FL Anne Lodato 954/724- 10000 Avenue 33321 2443 TOTAL ANNUAL LINEAR FEET ALL LOCATIONS 1 15,500 The Agency responsible for issuing this bid is the City of Tamarac, Florida, Purchasing Division. All questions concerning this Invitation for Bid should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses to the bid are to be returned in accordance with the instructions contained in the attached Invitation for Bid documents. 0 It is anticipated that the bid award will be effective on approximately September 15 1999. 3 Each participating agency will execute its own contract with the Contractor(s) in accordance with its respective purchasing policies and procedures. 0 Each participating governmental entity will be responsible for issuing its own purchase orders, and for order placement. Each agency will require separate billings, be responsible for payment to the vendor awarded this contract, and issue its own tax exemption certificates as required by the Contractor. The contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations, and insurance requirements will be in accordance with the respective agency requirements. Any reference in the bid document to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the Invitation for Bid documents and cover letter. The successful Contractor(s) shall be responsible for advising the lead agency, referenced in the award, of those participants who may fail to place orders under this award. It is understood and agreed that the City of Tamarac shall not be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this bid. Municipalities and other governmental entities which are not members of the Broward Governmental Cooperative Purchasing Group are strictly prohibited from utilizing an contract or purchase order resulting from this bid award. HOWEVER, OTHER BROWARD CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT ON ANY CONTRACT EXTENSION TERM, IF APPROVED BY THE LEAD AGENCY. NEW CO-OP MEMBERS, OR EXISTING CO-OP MEMBERS WITH NEW USAGE FOR THESE ITEMS, MAY PARTICIPATE IN ANY CONTRACT ON ACCEPTANCE AND APPROVAL BY THE LEAD AGENCY. ANY PROBLEM WITH PARTICIPATING AGENCIES REFERENCED IN THIS AWARD WILL BE BROUGHT TO THE ATTENTION OF THE LEAD AGENCY. THIS COVER LETTER IS CONSIDERED AN INTEGRAL PART OF THE INVITATION FOR BID DOCUMENTS AND ANY RESULTANT AWARD, AND SHALL BE INCLUDED BY REFERENCE INTO ANY CONTRACT. Thank You, Anne Lodato Senior Buyer 4 INSTRUCTIONS TO BIDDERS BID NO. 99-25B CONCRETE CURBING It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. 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 City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, August 11, 1999, no later than 2:00 PM. 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 must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City 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 packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All 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 sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. IS3. 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. 5 4. PUBLIC ENTITY CRIMES FORM: 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. 6. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Bid. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Bid. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 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 mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address or other participating Broward Governmental Cooperative Purchasing Group participating agency. 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. 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. 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 stat& in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. [. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 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 with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 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. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) 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 fie except as they may be necessary, and complete any continued portions of the work. 0 7 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 understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and • g 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 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 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 which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate �r Rr Commercial General Liability $1,000,000 $1,000,000 0 11 Including: Premises/Operations Contractual Liability 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 Statutory Liability 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. • 23. 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. 24. 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 Technical Specifications outlined in this bid, the Special Conditions and/or the Technical Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 26. 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. 27. Y2K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty- first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the . expiration or termination of this Agreement. • CONTRACTOR agrees to 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) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. :7 • 11 SPECIAL CONDITIONS 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to supply concrete curbing, as per the conditions and specifications contained in this document. The Term of the contract will be for a total of five (5) years with an initial period of two (2) year. Additional one (1) year renewal periods, not to exceed three (3) such extensions, may be recommended for approval providing the term and conditions remain the same. This is a Cooperative Invitation to Bid issued by The City of Tamarac on behalf of the participating governmental entities, referenced within this bid document. All quantities given are estimates of annual needs and may be increased or decreased to meet the requirements of each participant. No warranty is given or implied as to the exact quantities that will be used during the term of this contract. 2. ASSIGNMENT OF CONTRACT: Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the 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. 3. CONTRACTOR'S RESPONSIBILITY: Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 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 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 representative of the City Of Tamarac in writing. Any materials or equipment left on site shall be with the Contractor, who is fully and totally responsible for security. 4. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY: Extreme care shall be taken to safeguao all existing facilities, site amenities, utilities, irrigation systems, 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 at no additional cost to the City. The contractor shall use all means to protect existing objects, structures and vegetation `VA C] .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 and inform the appropriate staff member about the location and extent of the damages. 5. SITE INSPECTION — CONTRACTOR: It shall be the full responsibility of the bidder to visit and inspect the project locations 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 of the work, and the equipment, materials and labor requirements. 6. SITE INSPECTION — CITY: All work will be conducted under the general direction of the Public Works Director and is subject to inspection by their 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 of the appropriate Department head nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. 7. CONTRACT DOCUMENTS: The contract documents shall consist of the Bid Proposal executed and submitted by the contractor, Project specifications, plans and specifications (where applicable), any addendums or change orders, insurance certificates, and the City Resolution awarding the bid. 8. TESTING: The contractor shall be responsible for paying for all testing and shall include sufficient funds in the unit prices for applicable bid items to cover such costs. The testing shall be at the direction of the engineer, who shall be present for all tests. The type and frequency of testing shall be according to the contract documents and current FDOT standards for such works. The contractor shall employ the services of a qualified commercial independent testing laboratory acceptable to the Engineer and the City. 8. 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 in not necessarily complete, correct or current. Prior to commencement of construction the contractor is responsible to locate 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 sewer and drain systems, etc. The City will provide to the Contractor available construction drawings for locating existing 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 utiliti8es incorrectly located by the contractor or his agents shall be the responsibility of the contractor and shall be repaired and or replacer to equal or better condition at the contractor's expense. 13 The contractor shall also be liable for all damages and claims against or by the City arising in any way from damage and 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. 9. 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 utilities to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the contractor shall undertake accurate survey to determine elevations of utilities and shall notify the engineer in writing within seven (7) working days prior to the scheduled construction. The engineer 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. 10. PERMITS AND LICENSES: The contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The contractor shall submit copies of all permits required for this work. The contractor will be responsible for all applicable State and County fees. 0 At 14 • TECHNICAL SPECIFICATIONS BID 99-25B CONCRETE CURBING SCOPE OF WORK: Work under this section of the Specifications consists of furnishing all materials, labor and equipment, and performing all operations in connection with Type "D" and/or Type "F", and 6" extruded curb construction, including, but not limited to, permitting, demolition, saw cutting, site preparation, grading, curb construction, asphalt work, traffic markings, and restoration. All work shall be in accordance with the lines, grades, notes and sections shown on the drawings. APPLICABLE CODES STANDARDS AND SPECIFICATIONS: All construction and materials under this Contract shall be in strict accordance with the applicable provisions of the following: The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", Latest Edition. The Florida Department of Transportation "Roadway and Traffic Design 40 Standards". U.S.D.O.T. "Manual on Uniform Traffic Control Devices for Streets and Highways" (M.U.T.C.D.). American Association of State Highway and Transportation Officials (AASHTO). American Society for Testing and Materials (ATSM). Applicable City, State, and County codes. In cases of conflict within the provisions of the above mentioned manuals, the most stringent conditions shall prevail. Contractor shall be responsible for notifying the appropriate City Officials of said conflicts and shall receive City approval for any decisions/changes related to said conflicts. PERMITTING: Contractor shall be responsible, at Contractor's expense, for obtaining all necessary State, County and Municipal permits and "Maintenance of Traffic" approvals necessa%,, to complete the project prior to beginning work on project. 15 Maintenance of Traffic in the public rights -of -way shall be in accordance with • M.U.T.C.D. CLEARING AND GRUBBING PART 1 —GENERAL WORK INCLUDED A. Clear and grub the areas to be occupied by the facilities to be constructed including all areas to be excavated, filled, paved or planted as shown on the Drawings and as specified herein. DEFINITIONS A. Clearing shall consist of the cutting, removal and satisfactory disposal of all trees, stumps, brush, rubbish and any other objectionable material within the designated areas. • B. Grubbing shall consist of the removal and disposal of all stumps larger than 1- 1/2 inches in diameter and other objectional material to a depth of at least 12 inches below the ground surface. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION 3.01 PROTECTION OF ADJACENT AREAS A. The CONTRACTOR shall protect areas shown on the Drawings or designated by the ENGINEER to remain protected from damage by construction operations by erecting suitable barriers or other acceptable means. Areas outside the limits of construction as shown on the Drawings shall be protected and no equipment or materials shall be stored or allowed to damage these areas. 3.02 DISPOSAL A. All roots, vegetatioFf and other refuse shall be removed from the site and disposed of by the CONTRACTOR. Burning of any material on the site will not be permitted. 0 IT-] 0 EXCAVATION AND BACKFILL PART1 GENERAL 1.01 SECTION INCLUDES A. Excavation of materials for roadways. B. Excavation of materials for roadside ditches. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. Payment for roadway excavation shall be included in the curb installation cost. 1.03 REFERENCES A. AASHTO T-99 PART 2 PRODUCTS 2.01 MATERIALS A. Provide backfill which is excavated material, graded free of roots, lumps greater than 6 inches, rocks larger than 3 inches, organic material, and debris. B. Provide structural backfill which is select material meeting the following requirements: 1. Plasticity index: not less than 12 nor more than 20. 2. Maximum liquid limit: 45. PART 3 EXECUTION 3.01 PREPARATION A. Identify required lines and levels according to Construction Drawings. 4W . B. Identify and flag surface and aerial utilities. 17 4r C. Notify utility companies to remove or relocate utilities. D. Identify, stake, and flag known utility locations below grade. Make temporary or permanent relocation of underground pipes, ducts, or utilities where indicated on Drawings. E. Upon discovery of unknown or badly deteriorated utilities, or concealed conditions, discontinue work. Notify City Engineer and obtain instructions before proceeding in such areas. F. Obtain approval of top soil quality before excavating and stockpiling. 3.02 PROTECTION A. Protect the following from damage or displacement: 1. Trees, shrubs, lawns, existing pavement, structures, and other features outside of grading limits. 2. Utilities either above or below grade, which are to remain. 3.03 TOPSOIL REMOVAL A. Strip off topsoil from the area to be excavated to a minimum depth of 6 inches, unless indicated otherwise on the Drawings. B. Stockpile topsoil in a designated location for reuse. Stockpile topsoil to depth not exceeding 8 feet. Cover to protect from erosion. 3.04 SOIL EXCAVATION A. Excavate to lines and grades shown on Construction Drawings. B. Where Type D or F curb are to be installed next to existing pavement, the existing pavement shall be neatly saw cut at the edge where it meets the proposed curb face. The excavation trench shall extend to the bottom of the curb pad for type F curb, and to the bottom of type D curb, as shown in the schematic below. The trench width shall be sufficient to provide adequate working room for placing the curb and curb pad. Excavation shall be in compliance with the requirements of section 125-4 of the FDOT Standard Specifications for Road and Bridge Construction. m /[Y is • • 9 • • Existing Pavement Saw cut at pavement edge /Z`/.r''/"/Z.`.// Not to scale ......... • Refer to FDOT Roadway and Traffic Design Standards for actual curb dimension C. Remove unsuitable material not meeting specifications. Backfill material shall be deposited in horizontal layers not exceeding 8" in depth, and shall be compacted to a density of not less than 100% of the maximum density as determined by AASHTO T-99. The Backfill shall extend to the original ground surface and shall consist of material of acceptable quality to the Engineer and as specified in Section 2.03. END OF SECTION 19 fur CONCRETE PART 1 -- GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. The following types of concrete shall be covered in this Section: Sitework Concrete: Concrete to be used for curbs, gutters, catch basins, sidewalks, cart paths, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown or noted on the Drawings. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of these specifications, all work specified herein shall conform to or exceed the requirements of the South Florida Building Code and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section. ACI 318 — Building Code Requirements of Reinforced Concrete. CRSI — Manual of Standard Practice. 1.03 SUBMITTALS A. Mix Designs: Prior to beginning the Work, the CONTRACTOR shall submit to the OWNER, for review, proposed concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete. All costs related to such mix design shall be borne by the CONTRACTOR. B. Delivery Tickets: Where ready -mix concrete is used, the CONTRACTOR shall provide weighmaster delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the public weighmaster's signature, and the total quantities, by weight of cement, sand, each class of aggregate, admixtures, and the amounts of water in the aggregate and added at the batching plant as well as the amount of%ater allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, 20 Ej M corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 1.04 QUALITY ASSURANCE A. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 1143. B. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the OWNER, and the CONTRACTOR shall provide assistance to the OWNER in obtaining samples. The CONTRACTOR shall dispose of and clean up all excess material. C. Field Compression Tests 1. Compression test specimens shall be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the OWNER to ensure continued compliance with these specifications. At least one set of test specimens shall be made for each 50 yards of concrete placed. Each set of test specimens shall be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6-inch diameter by 12-inch high cylinders. 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinder will be held to verify test results, if needed. PART 2 -- PRODUCTS 2.01 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of ACI 301, as applicable. 40 18 C. Storage of materials shall conform to the requirements of ACI 301. 21 D. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 Type 1. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. 3. Aggregates shall be obtained from pits acceptable to the OWNER, shall be non -reactive, and shall conform to the SFBC and ASTM C 33. Maximum size of coarse aggregate shall be as specified in Paragraph 2.05B. 4. Ready -mix concrete shall conform to the requirements of ASTM C 94. 5. Air -entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air -entraining agent shall be used to provide a total air content of 3 to 5 percent. The OWNER reserves the right, at any time, to sample and test the air -entraining agent received on the job by the CONTRACTOR. The air -entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Admixtures: Water reducing and retarding admixture shall be added and measured as recommended by the manufacturer. The addition of the admixture shall be separate from the air entraining admixture. The addition of the admixture shall be completed with one minute after addition of water to the cement has been completed, or prior to the beginning of the last three-quarters of the required mixing, whichever occurs first. Water reducing and set retarding admixtures shall be in conformance with ASTM C 494, Type D. 2.02 CURING MATERIALS A. Materials for curing concrete as specified herein shall be MB 429 as manufactured by Materbuilders, or equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. 2.03 NON-WATERSTOP JOINT MATERIALS A. Materials for non-waterstop joints in concrete shall conform to the following requirements: Performed joint.__fller shall be a non -extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. 0 22 . Elastomeric joint sealer shall be a single component, pour grade, polyurethane sealant meeting FS TT-S-230A, Type 1 Materials shall attain Shore A Hardness of 40-45. • B. Joint Cleaner: Joint cleaner shall be as recommended by sealant caulking compound manufacturer. C. Joint Primer: Joint primer shall be as recommended by sealant manufacturer. 2.05 CONCRETE DESIGN REQUIREMENTS A. General: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the quantities specified. In general, the mix shall be designed to reduce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. All changes shall be subject to review by the OWNER. B. Water -Cement Ratio and Compressive Strength: The minimum compressive strength and cement content shall be not less than specified in the following tabulation. Min.28-Day Max. Min. Compressive Size Cement Max. W/C Strength Aggregate Per cu yd Ratio Type of Work Psi in. sacks (bywt.) Sitework Concrete: Concrete fill, pave- 3,000 1 5.5 0.50 ment, curbs and (Class B) sidewalks. Note:One sack of cement equals 94 lbs. 2.06 CONSISTENCY A. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as 3 inches, plus or minus 1 inch. PART 3 — EXECUTION 3.01 PROPORTIONING AND MIXING 23 IK'r A. Proportioning: Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301. B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be 4 inches, plus or minus 1 inch. D. Retern ering: Retempering of concrete or mortar which has partially hardened will not be permitted. 3.02 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing cement. B. No concrete shall be placed until the reinforcement steel and formwork have been erected in a manner acceptable to the OWNER. The CONTRACTOR shall notify the OWNER not less than 2 working days prior to concrete . placement, allowing for inspection and any corrective measures which are required. C. Existing concrete surfaces upon or against which concrete is to be placed shall be given a roughened surface for good bond. Joint surface shall be cleaned of all laitance, loose of defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. D. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement will not be permitted. E. Cleaning: The surface of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 4�lr 24 E 0 3.03 HANDLING, TRANSPORTATION, AND PLACING A. General: Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this Section. B. Non -Conforming Work or Materials: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the Work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and t the expense of the CONTRACTOR. C. Unauthorized Placement: No concrete shall be placed except in the presence of duly authorized representative of the OWNER. The CONTRACTOR shall notify the OWNER in writing at least 24 hours in advance of placement of any concrete. F. Use of Tremie: The tremie shall consist of a tube having a minimum inside diameter of 10 inches, and shall be constructed in sections having tight joints. No aluminum parts which have contact with the concrete will be permitted. The discharge end shall be entirely seated at all times and the tremie tube kept full to the bottom of the hopper. When a batch is dumped into the hopper, the tremie shall be slightly raised (but not out of the concrete at the bottom) until the batch discharges to the bottom of the hopper, after which the flow shall be stopped by lowering the tremie. The means of supporting the tremie shall be such as to permit the free movement of the discharge end over the entire top surface of the work, and shall permit its being lowered rapidly when necessary to choke off or retard the flow. The flow shall preferably be continuous and in no case shall be interrupted until the work is completed. Special care shall be exercised to maintain still water at the point of deposit. G. Use of Bottom -Dump Bucket: When the concrete is placed by means of a bottom -dump bucket, the bucket shall be lowered gradually and carefully until it rests upon the concrete already placed. The bucket shall then be raised very slowly during the discharge travel, the intent being to maintain, as nearly as possible, still water at the point of discharge and to avoid agitating the mixture. Aluminum buckets will not be permitted. H. Time of Beinnin Pumping: Pumping to dewater a sealed cofferdam shall not commence until the seal has set sufficiently to withstand the hydrostatic pressure, and in no case earlier than 72 hours after placement of the concrete. 3.04 FINISHING CONCRETE SURFACES A. General: Surface shall to free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, W profiles, and dimensions shown on the Drawings are defined as tolerances and are specified herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Uniformed Surfaces: After proper and adequate vibration and tamping, all unformed top surfaces of slabs and curbs shall be brought to a uniform surface with suitable tools. C. Slabs shall receive a steel trowel finish without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 3.05 CURBING AND DAMPROOFING A. All concrete shall be cured for not less than 14 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs. B. The surface shall be sprayed with all liquid curing compound. It shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. 0 C. Care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. D. Wherever curing compound may have been applied by mistake to faces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. E. Curing compound shall be applied as soon as the concrete has hardened enough to prevent marring on uniformed surfaces, and within 2 hours after removal of forms which contact with formed surfaces. Repairs requires to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet -sandblasted t remove the curing compound, following Ohich repairs shall be made as provided herein. n LJ W. • 3.06 PROTECTION A. The CONTRACTOR shall protect all concrete against injury until final acceptance by the OWNER. Fresh concrete shall be protected from damage due to rain. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. 3.07 TREATMENT OF SURFACE DEFECTS A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the OWNER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein is specified shall be promptly executed by the CONTRACTOR at its own expense. 3.08 CARE AND REPAIR OF CONCRETE ,0< • A. The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the OWNER. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with the acceptable concrete at the CONTRACTOR's expense. END OF SECTION 27 4r CONSTRUCTION PART 1 — PRE -CONSTRUCTION 1.01 PROCEDURES A. Upon receipt of the "Notice to Proceed" the Contractor shall contact the appropriate City, State, and County officials and arrange a pre -construction conference to include all involved governmental agencies, utility owners, and the property owner. B. The Contractor shall obtain a Sunshine State One Call Certification number at least 48 hours prior to beginning any excavation, call 1-800-432-4770. C. Contractor shall be responsible for verifying all site conditions, facilities, and accuracy of plans prior to beginning work. It is the responsibility of the Contractor to notify the appropriate City, State, and County officials of any conflicts to the proposed construction so that appropriate measures can be taken to resolve the conflict. PART 2 — CONSTRUCTION 2.01 TEMPORARY FACILITIES A. Contractor shall be responsible, at Contractor's expense, to supply temporary facilities, including but not limited to , sanitary services, water service, and electricity as necessary. 2.02 SAFETY A. Contractor shall supply all safety equipment necessary, including but not limited to, barricades, signage, traffic markings, arrow boards, etc. B. All open trenches and holes adjacent to roadways or walkways shall be properly marked and barricaded to assure the safety of both vehicular and pedestrian traffic. C. No trenches or holes near walkways, in roadways or their shoulders are to be left open during any non -working hours. D. All construction shall be done in a safe manner and in strict compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and Local safety and health regulations. 28 • rI 2.03 CURBING AND ASPHALT RESTORATION: A. The Contractor shall perform all earthwork necessary to accomplish the curb construction shown on the drawings. This includes all excavations, embankment and removal of muck and other unsuitable material in order to attain the required alignment, grade and cross section shown on the drawings. B. The Contractor shall perform all excavation of whatever material encountered necessary to accomplish the curb construction shown on the drawings. This includes the movement and placement of suitable excavated material used for fill and embankment. C. All rights -of -way and easements within construction areas are to be completely demucked. Any such material shall be replaced with approved granular fill which shall be compacted in layers no thicker than 6" to not less than 100% of maximum density as determined by AASHTO T-99C. D. 4" limerock curb pad shall be primed and compacted in one lift to not less than 98% of maximum dry density as per AASHTO T-180, minimum carbonates = 70%, liquid limit less than 35, plasticity index less than 6, LBR of not less than 100, and conform to the requirements of section 911 of Florida Department of Transportation Standard Specifications. E. Concrete gutters and curbs shall be constructed at the locations and to the dimensions and grades shown on the drawings and shall be in accordance with Florida Department of Transportation Standard Specifications, Section 520, Articles 520-1 through 520-10. F. All existing pavement, cut or damaged by construction, shall be properly restored at the Contractors expense. G. Where any proposed pavement is to be connected to existing pavement, the existing edge of pavement shall be saw cut. H. Stabilization shall be performed where shown on the drawings and shall conform to the requirements of Florida Department of Transportation Standard Specifications, Section 160, Articles 160-1 through 160-8. 2.04 TESTING A. Contractor shall be responsible for providing Owner with test results for the following: -- - Density test on the stabilized subgrade. - Density test on the finished limeroc"k base. . - Soil samples per AASHTO T-99C and T-180 29 B. Density tests shall be taken by an Independent Testing Laboratory certified by the State of Florida, and shall be administered in the presence of the appropriate City, State or County officials. All testing costs shall be paid for by the Contractor. C. The finished surface of the base course and that of the wearing surface shall not vary more than W from the template. Any irregularities exceeding this limit shall be corrected by Contractor. 2.05 CLEANUP A. Contractor shall restore or replace any public or private property damaged by Contractor, Contractor's employees/agents, Contractor's equipment, or Contractors failure to adhere to prescribed safety measures. Restoration condition shall be equal to or better than conditions existing immediately prior to the beginning of work on the project. Restoration shall be at Contractor's expense. B. Contractor shall be responsible, at Contractor's expense„ for removal and proper disposal of all construction debris. C. During construction, 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 broom clean. 2.06 SUBMITTALS A. Upon completion of construction, and prior to final payment, the Contractor shall submit to the appropriate City, State, and County officials, one complete set of "As Built" drawings. These drawings shall be marked to show "As Built" construction changes and dimensions, locations, and elevations of all improvements. END OF SECTION •V 01 PAVEMENT MARKING PART 1 —GENERAL 1.01 THE REQUIREMENT A. This section consists of -the replacement of pavement striping, marking, and traffic signs distributed by the Contractor as required for a complete installation. B. All pavement striping shall be thermoplastic unless otherwise specified in writing by OWNER. 1.02 RELATED ITEMS SPECIFIED ELSEWHERE A. Asphaltic concrete pavement. 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. DOT Specifications: The phrase "DOT Section" shall refer to the Section specified in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications, are referred to . herein and are hereby made a part of this Contract to the extent of such references, and shall be as binding upon the Contract as though reproduced herein in their entirety. r -1 L� DOT 706 Reflective Pavement Markings DOT 711 Thermoplastic Traffic Stripes and Markings DOT 971 Paint Materials 1.05 QUALITY ASSURANCE A. All road work shall be in full compliance with local and state codes standards and regulations and the State of Florida "Manual of Uniform Minimum Standards for Design Construction and Maintenance for Streets and Highways" and "Manual of Traffic Control and Safe Practices for the Streets and Highway Construction Maintenance and Utility Operation." B. Contractor shall be responsible for all pavement markings as noted on plans. All pavement markings shall conform with appropriate City, State, County and MUTCD standards. 4W 31 PART 2 — PRODUCTS 2.01 TRAFFIC PAINT A. Paint for pavement stripes shall be in conformance with DOT Section 971-13. B. Colors shall be yellow or white. 2.03. REFLECTIVE PAVEMENT MARKERS A. Reflective pavement markers and their installation shall conform to the DOT Specifications, Section 706. 10.04 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS A. Thermoplastic pavement markings, including stripes, stop bars, reflective pavement markers and other miscellaneous items, will be replaced as existed before the repair was made. The thermoplastic compound shall be a specified in DOT 711. The thermoplastic compound shall be extruded or sprayed onto the pavement surface in a molten state by mechanical means, with surface application of glass spheres, when required, and upon cooling to ambient pavement temperature, shall produce an adherent pavement marking of specified thickness and width and capable of resisting deformation. • B. The colors of the compound shall be white and yellow, as existed before the repair. 0 C. Where thermoplastic is to be applied to cement concrete pavement, a sealing primer as specified in DOT Specifications, Section 711 shall be applied in advance of the placing of the stripes. D. The thermoplastic shall be applied to the pavement utilizing either extrusion or spray application equipment. The application equipment shall be so constructed as to provide continuous mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the shaping die or gun shall be so constructed as to prevent accumulation and clogging. The equipment shall be constructed so that all mixing and conveying parts up to and including the shaping die or gun maintain the material at the plastic temperature with heat transfer oil or electrical element controlled heat. Direct fire heat transfer will not be allowed. E. The application equipment shall be so constructed as to insure continuous uniformity in the dimensions of the stripe. The applicator shall provide a means for cleanly cutting off square strip ends, and shall provide a method of applying "skip" lines. The use of pans, aprons, or similar appliances which the die ov&rruns will not be permitted. C7 32 F. Glass spheres applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the striping machine in such a manner that the beads are dispensed almost instantaneously upon the installed line. G. Special kettle(s) shall be provided for melting and heating the thermoplastic material. The kettle(s) shall be equipped with automatic thermostatic control devices in order to provide uniform temperature control and prevent overheating of the material. The applicator and kettle(s) must be so equipped and arranged as to satisfy the requirements of the National Fire Underwriters, the State of Florida, and the municipalities which have jurisdiction where the work is being done. H. Applicators shall be mobile and maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. The applicator equipment to be used on roadway installations shall consist of either hand equipment or truck mounted units, depending on the type of marking required. I. The hand applicator equipment shall be insulated and shall have sufficient capacity to hold 150 pounds of molten material and shall be sufficiently maneuverable to install crosswalks, lane, edge and center lines, arrows and legends. The truck -mounted unit for lane, edge and center lines shall consist of a mobile self-contained unit carrying its own material capable of operating at a minimum speed of five miles per hour while installing striping. J. Application time, weather limitations and surface preparation shall be in accordance with DOT Sections 710-4. 710-5 and 710-8. K. The material, when formed into traffic stripes or other markings, must be readily renewable b placing an overlay of new material directly over an old line of compatible material in such a manner that no splitting or separation takes place. L. The application temperature shall be within the range specified by the manufacturer of the thermoplastic compound being used. M. All pavement edge lines, gore, island and diagonal strip markings, wherever located, shall have a minimum thickness of 0.060 inch at the edges and a maximum thickness of 0.120 inch at the center. A minimum average film thickness of 0.090 inch shall be maintained. All lane lines, center lines, transverse markings (except shoulder markings) and pavement markings within traffic wearing area (such as dotted turning guide lines) shall have a minimum thickness of 0.090 inch at the edges and a maximum thickness of 0.1 inch at the center. A minimum average film thickness of 0.090 shall be maintained. All thickness measurements shall be an average in any three-foot length. Rr . N. The glass sphere top coating shall be applied by a type of glass sphere dispenser or gun which will embed the spheres into the line surface to at lest 33 one-half their diameter. The glass sphere top coating shall not incur more than 10 percent loss during the first 30 days of traffic exposure. END OF SECTION At 34 • C7 saw, C_%_ W vlt 4:�f COMPANY NAME: (Please Print): Phone: _W31 — O V IO Fax: (flV) VV --NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the TECHNICAL SPECIFICATIONS and then properly 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 BIDDERS QUALIFICATION STATEMENT; Fill out the REFERENCES PAGE. t 7 Sign the VENDOR DRUG FREE WORKPLACE FORM. ~l,, i w. '. rr .. �. .�rw Y :'a yr ��f^�•'�v�''`-r�' k. l. V•.•..G+y( .. p r rp.. ,.. ... 8. ''Fill out the LIST OF SUBCONTRACTORS (if applicable). NA 9:. Include a BID BOND. { ry I Failure to provide a bond willlresult inautomatic'!ejection of your bid 10.. Submit ONE ORIGINAL AND.TWO (2) PHOTOCOPIES of your bid and clearly marked R� ra � `with the BID NUMBER AND BID NAME on the outside 'of the envelope r"�il` x r; •r r A, ? tp• r � .�., 1+� L �..:1� i {. t r � '. r.; T tl #a Uk'. Make sure your BID is submitted pnor to the deadline � Late Bids will not be accepted: tg y ... '•r X 7 ••(. i c�' �,4 K Y a!t' ,( r �s'1 ?,A `!y"'qe''+.?t 'FS''rt �k r `s1'�t �* r r r i-K,....k r+;t1F w'�L� s r, tp'ry:.r3 T.r 13:k,Include roof of�nsurancej%°"' _� yryY<`�`""��u" Ail` !� ' v�+e< �'�� ` C x� try k.•�� 6 .:xi'lr �� oY .` r 'r . �i("rd=A �C L Wa 1..,4 : r �" •=YbC.7' , 1 i, ...t';:. .; FAILUR PTO PROVIDE, T IE: REQUESTED ATTACHMENTS MAY RESULTS IN,YOUR BID BEING DEEIVED' LAON-RESPONSIVE ;, THISia PAGE AND T E FOLLOWING PAGES ARE TO BE RETURNED � , y i !%•. �i *!:T'�'x''s? �= ;� 'J� 'y'• e�..rr¢ R i� �ii.�! L �' '� �� { :li�`T Fs,�r. wfk."`� � � • jf . 7�i +(rY h• " r .;.i � .� �� �i. � Lja _P '-. r' r6 :�•�r 1 per � �uW � j?r � v,� � r -, t `4 r ^t'� 5. ' �' �'�f X•�t�� H i;naw i � li P�rr� +, �,# r .u.. �d.. ;:n •'.E.�o �- Fr� THe�.rt^vv[N,r"�.:� •��1 IS SHOUL6&THE FIRs-r pocE OF YOUR BID., fi•; r� f �ti s r r r - f'i{ ✓'�s J� 1%e�INM� + r �'s 'dr+ �n�cw.•nrHt.w'r 'd° �rw'iK � f r r BID FORM BID 99-25B CONCRETE CURBING Submitted by: z& 1 L-bC-S 1 N G (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88th Avenue, Tamarac, Florida 33321 I?_//ff7 (Date) The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 sixty (60) days after the day .of bid opening. Bidder will'sign and submit an agreement with the necessary documents required by the City within fifteen (15) days after the date of the City's Notice of Award. a) Bidder has familiarized itself with the nature and' extent of the contract documents locality, and all local co_ nditions 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 -e.,City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed , 1 a qy .; person, firm or corporation and is not submitted in conformity. with any agreement or . rules of any group; association, organization or corporation; Bidder h.as not directly or indirectly induced or'solicited any other Bidder to submit a.false oFsh6rn Bid; Bidder' ,r 1� has not solicited or induced any person firm or corporation toy refrain from bidding, = j' x Y and Bidder has not sought by collusion to obtain for it any advantage over any other Bidder or ov ' ti �ti�,r,•�.;bxxFr . w •,; m=t e� the City u, k 1P S>+yy�, iY' •R•r `f1. t.dM�, "��"aqr� w.'�r l �. ,.•< ., +. '�� i�t�5� a p. � lw �' n� ry 7-�',�r , rN,��r r {•'`�^Yi,rVre•CF?-W'°:.�1,•�,.`A*.'.•..r..'.p.#1�..a. k..1.0..,5. spi ✓. r r'e 4 �,� ` 5, _ 3 �; a: Bidder will complete the Work far the prices shown in the "Bid Form" . .R ; .c � r,n S � ai r = W •• ,''�K �':. Sya - F w + 5: r .; r w}e: w7 w r t yw Y , ✓ A Y & , kv h Div . i f ; Bidder agrees that the Work will be substantially performed and complete in accordance < � . • } di Y y~ ! 4 1P1lyA�,'I i"%" iA.<Kv .'.. .p. 5 :: ... .. , •i 3 `P'w f Pie 4 sr F.4 t ,1.. + , `�1u�th:the schedules established herein. If i !*�ti yi�3h 7 pr �:�•,y qi"�y r �•� r'�;�t y � � n M BID FORM CONCRETE CURBING BID 99-25B 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. DESCRIPTION TOTAL PRICE Concrete Curbing - Type "D" /Lin Foot Concrete Curbing - Type "F" /Lin Foot Concrete Curbing - sn Extruded —/Lin Foot. Thermo — 4" wide SOLID Striping /• 2 5 /Lin Foot Thermo,— 4" wide SKIP Striping , /Lin Foot a Thermo — Arrows 5 /EACH . rr �tir,I r�.� c•: .�F.'r." -c "� + `•'.. ,,,,,�5� 'f'�Y :-� ` * y- • '��. p '�.!_ ��,i �y RPM•r.�mr!.wLarir�M•r?,w'"i"�,'r�w,S�,�.e 's 'Amber /Red %Blue'' l�/'1�.rH p �K.M1*•r4'��1�!�.i=7�rlrrff , �S��t�rw,"r��'ii �'ar��+.'�°�w ��kht :.:n " � � r4�•a t:.=� 1.:* '' yam. is-.�• r�� +�, x�c..�+ ¢ ,•��,:j•� �' .i�a- ar.. _� .. ",;yy�y,. �..'✓�5r+$I?�if"Sy'+ rye{,p��.K.;.Jr'}.�.�f �xt Y�;yr°w.���ry'x ..�?,� i.,,..�s c ,'�y?Y.�.��T�.:i:sri�S •.:! L.�?r4y.- i �..„`.�r�aiu'ei.}�'. M..$id. ^i'� v!• .'{�{{ppiC4"t yyFrr,,.•ow x. xfr'`1'��7':d'p�•yy� ".i•+.ty Y •t Y 'i. L fC rt'�t{ ,„ Id r•5.7 x..0.-p:,ttr J'R� 3 I t.r. ly+r vi; F +�, •. W f ,a y�� ! e� `' %�-"" d(: t•{i il. r�. vx Nf ! t xp .1 L x. T.� idi:A'.'r'ri:�% , rax ", M �. µ {' y �'+ �� �.rn';'�.:, d }. .�• '4C;J�rdr { d �' r"��,,'�.4`"+r�,Li F `, *r �f�:� rr iris rJ r r,e } '" v 'K :r+1 Y'x'd':S a\. �d xM •L Prri- r r > rV �' d -. r 1��y�r,..,7,� 76' •Xv,., y* �a„�y �r -� � d iKr+x �'ri ( � - .r r � �MS .:�';" ,o+. Yi rh�r'��,+� s,+yi'T'.K •J r•C{"�X� ^Y � �"� � r � �F'' } rJ" � �." k 1 w M t4 'r ,xr h.• ''` '°�'�^ Y',��l+r Y ..u.. 1:[ �7"�� ,+. F ': � . +n ' l s t yl� 'R"rs i. w1. r ,y,,lr•. ,��A ` { -sue rd"�_ft 4 cF }j4 ,��,Mr. ���u l ,r.tb r .Y A 'o< < t {f, i r . {w' al�+.�a'�S'fwf w yk J;j,y4Jy,^'' �`• -r' r �:.Yr air. - s '� wpv i yap :.,�j* Ar �hiM1A x �Ic. 7..Fa7+e`^�: '�..:.. pr!"?� ,:.ate i NA x7 �S sA.i �✓ .,�/� -.. �1/y' ��.y"" 'N 34; �,, uthori CI' Signature om a N p, ,N ri..._. ,C p ny ame . • t +k.;� � Y t �`�:���, xr• S1 "'.��"�'�' `ait-F'! } �yy'�1�•J► F :�Ilk . >~ �r ,Y ++" M /rw -d y % a..rgy. ( �rY�t R iY+ kT� + �a r L � e �� w �., .'�irM xr�tii yy�,v 'hex/ r+���i r 1 ! ♦ a�w 'Y rp �W t � wP r , BID FORM continued Bidders Name: EgS 12A—c— NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall .be deemed non -responsive and ineligible for award. TERMS: L0 % DAYS: 30 Deli very/completion: S//Z 0 calendar days after receipt of Purchase Order ,....NOTE:- To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF VINO 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 sfing. 7,7 1, n77; yj tr fA j 7-1 T AG v ? vi, K, -1 tilt A 41 To- ;j t 1; 7e; 40 . _VV­ . t 1l C� Bidder's Name: z1131k TLC 1 �� VARIATIONS: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is. non -responsive and ineligible for award: Section Variance Section Variance ,.� Section Variance Section Vanance h '.',Attach additional sheets if necessary. , '� *S w i' r•`,�}} '� r r �`�a.�y'.,�r � "V'��i •r r> � ! t+� ,�. } w iYt n, t 9r�A R � y � � a.. r S � �✓ r }' yi,1��( "i` t• '%� �x'•� Cp � i� J c « ti r,.x *��� '� .Y .;rt ., rr ."� ♦.f ' r..�t.1 Iv, k��'`.r'ryr:Y" • �° t'.. A.. � , .�3 �;� Yr� � a J � J i 1 r F � ,�b�+ '� r1��Nq,�r ph`*"1 .• yx,c � �� % i� h r�,� h • a K �+a i r �% 5 -n. r f b!.• 1.; !ww • rr�^� a M r T + r y' i ��' 1. !r . •` rS"'"' :� � v fd.S � � a'�.J"R'•.�-"14i. y .,'a,�l -i'• f! a��°^ r•�'S!"•1 M t���f + �v - ji.✓_� 5/T't..rrty. +���4�4 S��'� k`"'�'�� °��� � ,..:.r y�5,�,� tr^. +:. ' i Y . a s �° � �� �" � v t 'rz..}-f„ �'G' �y > s try-•..y -��•ti 1 .Fc'.: ' �'§1 �v J I �'.'�i. w F•ly�Yr y � rw ��.1 r �.}rt E'��,� ,i r'.p •+��+ r Jrr' .7 r dA.r _ , ' ,r "^` t � ,�,�.77fxL�! � r � 1 � � F+n� c � v .R '+ 1. � '"K''-.t�" ,7� 't •� r . \?5 ' iii •� 7'ST ry. r` 7 h t r• �- s -rk s-�y r ♦ ap 3 n.l p f• Ilrht cr N .t.0 r• .4 �„,Fk, .i. t ; !'' �. .r ✓i G i r �'� t r ; � r, rr� i t 'F. +°6 .�jaA+3 nr1"' �+.vn ti•ly Z�J 'i•" 1 lv 'r'� ;x��� 1 Y � a'�� �y��4rfN•'yXr' i^"' r { y _ 1?F �� �r•�r'� ri J. ��i L. 4 i `� rt �` k- r dt :k ✓t �r d +v f !• > r. a' if +xW kb� •� . r y } .M r. '..J pr yrd �• t %yvF� .i ty .5"�F r y ✓ i� r' . 4 y: w ! #rlp 1Nt4AA' M! .� � r .rr•. + �. c�t,+[l Ibra. t v 1 I4 �., 1. Y {x " r .,} 1 E 1 t. 74, V) 9♦ aC'i-x .•kkN�'4►^K!a r GN ij ,KkA Y47�` .v %•�y�� y„d4 ] n ar.,1 �`� / �.. itf r d 1 . ... j yN. y .LY s r Lin'. � �4 A` . ' � . • , .i:•1 ����, S F. r , � • Ay � �` � nn�:.. ..r ... ;i .� i � �� t..J,r r '�C�•? NON -COLLUSIVE AFFIDAVIT State of ) ) ss. County of; 9e kt ) 6-E " being first duly sworn, deposes and says that: (1) He/she is the OW >1 , (Owner, Partner, Officer, epresentative or Agent) of t -T L�S fwc- the Bidder that has submitted the attached Bid; (2) He/Gbe is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder 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 Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which w the attached Bid has been submitted; or to refrain from bidding in connection with such w work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid 'or of any other Bidder, or to fix any, overhead, profit, or cost .,Yl;' a F elements of the Bid price or the Bid price of any other Bidder; yr to secure through any �a. 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•tlie attached Bid are fair and proper and are not tainted �� by any collusion, conspiracy, connivance, or unlawful agreement on the part of the r Bidder or any, otherof its agents, representatives, owners, employees or parties in interest, including this affiant 4, Si ned sealed `and delivered° m the p esence of i fiEf ar e p r1JVtness`, (Printed 0,11 �f'�`, � �- i k tr��r}ry''�sr j�'tk M✓' I r ri; }' ��f � rA�'�L .1 ! d �y +y Yn' 4�y�i� I WY ..Ja. t F � N•i.' u' S`yyyyy LR b, , f J lt, ti+(y+7�LR,'.i'J, � d � Y'Wff�7 1 �'¢. j 4•r.7}i��. N�.. irry r-ryr' `40 ..,.; rI NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of ). ss. County of ) BEFORE ME, the undersigned authority, personally appeared Gr o���f to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that ffi)UL <J�r Z�rf executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 11 day of , 1991. NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type Personally" known t d) � as Commissions _w �) o a ) ytd ` i t •F Type of I.D.Produced r`ww+� t ,yspa ` j (_ DID take an oath; or DID NOT take an oath, x RANU1 CHAWAns h s 6 " a MMIZION # CC 659574 p � ` r�Yi�N. !}R�i,� <.. � '! ! ' � �r u�3 ff_ 004RES AUG 16, 2001 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(I) certify that we(I) 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 2 OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: •0(; AUTHORIZED SIGNATURE (PRINTED OR TY ED) :TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO S% —-% 7/ JO"" / ,gyp N { COMPANY NAME: Z Lk (_.Li , J Ott G "> ADDRESS: �. * VA x CITY: O[R�,�.x: STATE: � k�'� � ti +Y' ,f YL �'�gigtMrr�� +R 44, rs 4.' �' xf R�,r7 n'TAp4��.,. 5bI 0 z _� TELEPHONE NO. lrrrO FAX NO.:SL — 7J ria•, w�. , •, r lFS'.i '�y AT r?Atb,�F a , a' - Via',{ ;,�-�:,.� ,. .,,?c r.y,�.: t { '41.'�, ta�g_ , !�^ ,>'' � k, ONTACT PERSON 17 ,C'�,.r � �lrY' y`lw.. �•�,: it :.' �.�y. �.r 1. �. — . ti3 v a. r. ar t. YY��y �7*�` � � r� •! !t � 4+if f' Aa "� J3'''y 4 i '' .f Y � �" S ,k� v �('4rcf' 1 f�1: ,{ B Y k , . 1 ✓ < �;p ���y • .�C� ��, 6� r ,� � j � i � a t 1� i } �.7,�7.e , h , r,�• 3 .r; +R � � � �t r� _ i. �-+�,��Fe ,� w� R r x y, ,N• ! 9y,.. F �s,,, s, in s y r p. �ruj dd �a. "•.k� :, f:. � C. � �tY Yr �Y. �:•b. n. wZ♦ rr""t Y,� 5.•�'Y��.� ! .�:. . 'R'1^. '�7 .1Lh• i � •t'" ., �r..r . +� � nN a .. /^`Y�A r, �i�:RkYr. r. .. _ ,.N. .. .�� ,. � .. �... n.4Y��n r. .. �1 r . �.�.. ttrE3• Q" J S s sJ�.+1!IN'9*� / Tgy�iAfC. ��'`i 1' 1 ,�M ��d V'�v :[ {«��u �r�•i. r '°yjq fir.'-S '. �d1 '. er•!1 1�. w..�,'v N�' �% 14 K A 0 BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: -Z� Z LcT-(-S 1 nj G Address: 1 t J. o � p Stat F?- Zie �3 Y.3" Telephone No. d 3 o Fax No. 7J JJ How many years has your organization been in business under its present name? 3 years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? `Are you Certified?. Yes %�No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ❑ If Yes, ATTACH A COPY OF LICENSE x +t Has your comp ny or you personally ever declared bankruptcy? :Yes ❑ No 91 If Yes, explain: rTryl a ',-,'Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the ' X� commodities/services bid upon? " ?� � w w a ,� �. , J �r�� ..R 4 '� r t � . i; " r c - x•, r•;.. .. .. .n� 'inn 4�;("1rnx. Have you ever received a contract or purchase order from the Cityof Tamarac or other f' Y p r 4. governmental entity? Yes N ��i y% 13 o C If yes explain( �r n date, service/protect, bid title;• etc) .A, i C T. . , .!F_1 • R$^y ��YA1 '}} w'� a'��i1. R L;A�.: Sy:%Yr ... '. MM.GdN'py�',¢ . rf'F...J .. •O �i*_�_f•1`, ,.. • .. 'S ypS.N...'.1�v.)iNV, e you ever received a•'com int on '� R a contractor bid awarded to by�any ernmental entity? Yes o ❑ If yes, explain you " Ahx .J , i^" ri ?, f't •i 1• `r A'!11; �xT.-'F,AV- �• tA' iP �w'�.red JJ r^ �'�. .�Z 1•N:l,•.:�from or suspended� <•Ritl iF� .e you ever been debardoing business with any governmen al5 w. +1..�.�t", ❑ No CIf ' explain. " yes f R . �`Z + :. e +?t ;t5 P M �p��1t .y 11 k'' µ' w2f psa. rye. �.� •: ;•gip a ya 7�+ram i %�? h�'s'w w �i 1, � r 1... tv s R1h� d�'r ' C � i , s» p.-1++4�.+�1 0 REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: A=y/F�am �i GzvF€,�G Address 4.0 City/State/ ip 4/4,f-4,4� A -a - Phone: f 6 Fax: - Ylk, Contacto Z�'rs1 Agency/Firm Name: Address 111&0 �✓ City/State/ ip Phone W A- Fax: a Agency/Firm Name: f �' Address 3 o a r� 9 ax; Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: 0 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 effects 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 which 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 non 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). H : 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. F 5 Impose a section on; or require the satisfactory partin a drug abuse assistance or "'rehabilitation program if such is available in the employee's community, by any, employee who is so convicted. i�Eg.phF .`. � �m � ;, �" :.•,., `� .r S.Y���.�k 6r r Make a good faith effort" to continue to maintain, a drug free• workplace through -implementation , of this section: As the person authorized to signAthe statement, I certify that this form complies ' fully with the above requirements f. . fs, r �,,v r Ac Y ;. + v „„a, ��` �a,(T r h: •Ct ^r`� � t." ('S. d f � c. � - 1 R,. r1��cra�{,�j:., � `. ,.:;�:•.P' »:r � ,.,. � � ";; i"�,i... �,,�?� E �`»�2�5 rF! r�� - 4 T� *t:',^ ,v ��•. uth zed Signature ��' ::; Company Name f �'�iw �Y !'.:" }ri ,1.1"` ,9' /' r 7 ila rT� � � x'lM ry 1• x.'F�L • 2.7 � � 'i � /.: Y� � ..� i..� � f f .ilr 7f YS+�'� /. yy��y `�r r v r ✓f r ' v-ir s 7. z� Y, • I yrr m J. �,� J w "N q! 1yr r `Y.�iwf Y♦•�'na Y ✓.'N ri Y d.'._.6f'r ( 1w. a 4K, cv cry Cl) FN 0 LL. Cl) # 3 MUM ozr to ix xwoz WOLLIC Q-A0- 3" < 3 - Ln< ON -Hu mizino C<-qm [-I •