Loading...
HomeMy WebLinkAboutBid Sheet2so PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA All blanks have been filled in, BID SHEET is attached to the completed "Invitation For Bid" and returned herewith. In accordance with all terms, conditions, specifications and requirements, the bidder offers the following: The Engineering Division has approximately $500,000 per physical year budgeted for this project." GROUP 1 (ITEMS 1-182) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. D.O.T. #101-1A, Mobilization (Mobilize Within 24 Hours - Emergency Only) 2. Permit Fees - Non-Broward County Ea. AL. 10 $ E010.00 $ 5,co7.00 1 $10,000.00 $10.000.00 2a. Port Everglades Security Background Checks, I.D. Badges & Dockside Permits AL. 1 $ 3,000.00 $ 3,000.00 3. Unsuitable Soil Materials Removal and Disposal Cu. Yd. 1 $ 1,000.00 $- 1,000.00 4. Florida Power & Light AL. 1 $ 5,000.00 $ 5,000.00 5. Survey As Builts (Signed & Sealed) HR 40 $ 47.00 $ 5,880.00 6. D.O.T. #101-1B, Mobilization (Mobilize Within One Month) (Included in Cost For Each Item) N/A N/A $0.00 $0.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-P812-2005 2/16/06 Page 25 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 7. D.O.T. #102-6, Commercial material for driveway maintenance (limerock) 8. D.O.T. #102-10, Off -Duty Law Enforcement Officer 9. D.O.T. #102-60, Work Zone Signs 10. 11. 12. D.O.T. #102-70-1, Concrete Barrier Wall (Temporary) D.O.T. #102-61, Business Signs Ea. D.O.T. #102-69, Temporary Curb 13. Plastic (Water -Filled) Barrier Wall (Temporary) 42" High 14. D.O.T. #102-74-1, Barricade (Temporary) (Types I, II, VP & Drum) 15. D.O.T. #102-76, Advance Waming Arrow Panels 16. D.O.T. #102-77, High Intensity Flashing Lights 17. D.O.T. #102-99, Sign Variable Message (Temporary) Cu. yd. 6 $ 40.00 MH 40 C0 ED 1,500 $ 1-55 10 $ iS5.00 LF 400 $ I0.00 LF 500 $� 22•co LF 500 $ 2E .00 ED 7,000 ED 100 $ 2E>co ED 1,500 $ t .60 ED 6 $ 44 CO 0,6S 18. D.O.T. #102-911-1, Removable Pavement Marking (Tape) (White) (Skip) LF 240. GO $ 2,'32 .00 $ 2, 32 5.00 $ t 533.00 $ 4, 000- CO $ i4, OD0.CC) $ 14-,0.A.0O $ 4,S50.00 $ 2, 6'-CO $ 2, 4C0- C.0 $ 2C;4 -CX:. 300 $ 6.70 $ 2,010.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2f16106 Page 26 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID SHEET (Continued) BID NO. H-Z-05-376-B1 GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 19. D.O.T. #102-911-2, Removable Pavement Marking Tape) (White) (Solid) 20. D.O.T. #102-911-3, Removable Pavement Marking (Tape) (White) (Other) 21. D.O.T. #102-912-1, Removable Pavement Marking (Tape) (Yellow) (Skip) 22. D.O.T. #102-912-2, Removable Pavement Marking (Tape) (Yellow) (Solid) 23. D.O.T. #102-912-3, Removable Pavement Marking (Tape) (Yellow) (Other) 24. D.O.T. #104-10-1, Baled Hay or Straw 25. D.O.T. #104-11, Floating Turbidity Barrier 26. D.O.T. #104-12, Staked Turbidity Barrier 27. D.O.T. #104-13-1, Staked Silt Fence (Type III) 28. D.O.T. #110-1, Clearing and Grubbing LF SF LF LF SF Ea. LF. LF LF Acre 300 $ 6:70 100 $ 2q.00 300 $ 6.70 300 $ G:70 100 $ 2c1 co 100 $ 400' 300 100 $ 6,90 500 $ 3.50 q, 003.00 10 $ 7, VQ3\ NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC $ 7C, C0 $ 2) 010.00 $ '2,c00O $ '2,010.00 $ 2,010.cO $ 2.1q 3-0Z) $ 1,4c-Cb $ '7, 23C`L'). CCj lO -CO $ 1,'75O,C53 000.00 $ , GRMC-PB12-2005 2/16/06 Page 27 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 29. D.O.T. #110-4, Removal of Existing Pavement Sq. Yd. 3,500 $ 7. 50 $ Zb, 25000 30. D.O.T. #110-4(A), Remove Concrete (Up to 6" thickness) Sq. Yd. 2,000 $ Z7.00 - $ 54,E-00 31. D.O.T. #110-4(B), Remove Concrete Curb and Gutter LF 3,000 $ $ 'O,.00 32. D.O.T. #110-4(C), Remove and Replace Decorative Pavers for Medians and Driveways Sq. Ft. 1,000 $ •32- $ 2,3'2003 33. D.O.T. #110-4(D), Install Decorative Pavers for Medians and Driveways 34. D.O.T. #120-1, Regular Excavation 35. D.O.T. #120-5, Channel Excavation 36. D.O.T.#120-6, Embankment 37. D.O.T. #121-70, Fill Flawable 38. D.O.T. #129-70, Excavation and Disposal of Landfill Debris Sq Ft. 1,000 $ 7.47 $ 7, 470.00 Cu. Yd. 4,000 $ 22,50 $ it41CCO.00 Cu. Yd. 2,000 $ 3S.03 Cu. Yd. 5,000 $ Iq-20 Cu. Yd. 200 $ 2(-15 -CO Cu. Yd. $ 76,C00.CO $ 46,aJ000 $ sq,000.r0 100 $ 50 CD $ 5,003•40 39. D.O.T. #145-74-1, Geosynthetic Reinforced Soil Slopes (Tensar) (Pyamat) SF 1,200 40. D.O.T. #160-4, Stabilization Type "B„ NAME OF COMPANY: 2,220.00 Sq. Yd. 9,000 $ 3.40 $ 3OI 6CO OO WEEKLEY ASPHALT PAVING, INC GRMC-P812-2005 2/16/06 Page 28 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 • • BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 41. D.O.T. 2857.14527 Base Optional ABC-3 (8 1/2" Thick) Sq. Yd. 1,500 $ 43:75 $ 651 G25CJ3 42. D.O.T. #162-2, Top Soil Sq. Yd. 3,000 $ 2 90 $ � 700.03 43. D.O.T. #285-701-001, Limerock Base (4" Thick) (Primed) Sq. Yd. 3,000 $ 14:79 $ 32, 370.03 44. D.O.T. #285-709-990, Limerock Base (Primed) (Double Case) (10" Thick) Sq Yd. 3,000 $ 21.-n $ 6513-7O. D 45. D.O.T. #285-712, Limerock Base (Primed) (Double Case) (12" Thick) Sq. Yd. 8,000 $ '25.65 $ 205, 200.00 46. D.O.T. #285-716, Limerock Base (Primed) (16" Thick) (Double Case) Sq. Yd. 1,200 $ 2'8 ct$ $ 34 )776 CtO 47. D.O.T. #285-724, Limerock Base (24" Thick) (Triple Case) Sq. Yd. 200 $ 45.67 $ of 114.00. 48. D.O.T. #300-1-1, Bituminous Material (Prime coat) Gal. 1,485 $ 5.00 $ 7, 425 ,Ofl 49. D.O.T. #300-1-3, Bituminous Material (Tack coat) Gal. 1,200 $ 2.75 $ 3, 30p _CO 50. D.O.T. #327-70-1, Milling Existing Asphalt Pavement (1" Average Depth) 51. D.O.T. #331-2, Type S Asphaltic Concrete (150 Tons or Less) SY. TN 3,000 $ 403 $ 12,OOLj.Co 150 $ t50..Cf3 $ 22, 500.00. NAME OF COMPANY: WEEKL.EY, AS>: HALT pAVNG, 1NC GRMC-PB12.2005 2/16/06 Page 29 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION U NIT UNIT QUANTITY PRICE AMOUNT 52. D.O.T. #331-2, Type S Asphaltic Concrete (150 to 500 Tons) 53. D.O.T. #331-2, Type S Asphaltic Concrete (500 Tons or More) 54. Asphaltic Concrete Type SP —12.5, TL — B/C 55. Asphaltic Concrete Type SP — 12.5, TL - CID 56. Asphaltic Concrete Type SP — 9.5, TL — B/C 57. Asphaltic Concrete Type SP — 9.5, TL — C/D Tons Tons Tons Tons Tons Tons 58. D.O.T. #331-72-12, Type S-I (1-1/4" thick) Asphaltic concrete Sq. Yd. 59. D.O.T..#331-72-14, Type S-I (1-1/2" thick) Asphaltic concrete Sq. Yd. 60. D.O.T. #333-001, Type S-III (3/4") Asphaltic concrete 61. D.O.T. #337-79-19, Milling Existing Pavement (3/4" Average Depth) Sq. Yd. Sq. Yd. 500 $ (00_C0 1,000 $ 200 $ $ 50,000.00. gU 00 $ SO,C00.00 (2000 $ "24 ,000 100 $ 120.00 $ i2 C1v0.00 200 $ 120-OD $ 24,000.00 100 $ 120.0 $ i21030.00 8,000 $ 7,00 $ SG,000.00 8,000 $ S,00 $ GA 000-M 8,000 $ 6.00 8,000 $ 3.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC $ 40,0oJ 00 $ 24,000.00 GRMC-P812-2005 2116/06 Page 30 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 62. D.O.T. #337-70-19, Milling Existing Pavement 4.00 32,OpO.OU (2" Average Depth) Sq. Yd. 8,000 $ 3 $ Z!�- 63. D.O.T. #339-1, Miscellaneous �9S CAE �� Asphalt pavement Ton 300 $ $ 64. D.O.T. #400-1-1, Class I Concrete (Culverts) CY 6 $ 2 /q53.QO $ t717co. D 65. D.O.T. #400-1-2, Class I 2 4C�J.�A $ 2 4 OCS�.CfJ Concrete (Endwalis) CY 10 $ 66. D.O.T. #400-1-15, Class I Concrete (Miscellaneous) CY 50 $ 9 IOOD $ , ' ) 67. D.O.T. #425-1-1,'Adjust Inlets (0'-2') Ea 20 $ 2(2300.(X) $ 56,ccm.00 68. D.O.T. #425-1-2, Adjust Inlets (2'-4') Ea 20 $ 3 ,50300 $ -70,O0O.00 69. D.O.T. #425-1-3, Adjust Conflict Structures (0'-3') Ea 20 $ .3, 4 OOD $ 08, cco.CO 70. D.O.T. #425-1-4, Adjust 3 BC�� Conflict Structures (3'-6') Ea 20 $ ; $ .76I 00.CC 71. D.O.T. #425-1-201, Inlets (Curb) Type 9 (<10') Ea 6 $ 3, 200 CO $ 19 , .00 OO 72. D.O.T. #425-1-311, Inlets (Curb) Type P-1 (<10') Ea 6 $ zi,2OU-OO $ 2S,2_03C0 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 31 of 84 • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION 73. D.O.T. #425-1-321, Inlets (Curb) Type P-2 (<10') 74. D.O.T. #425-1-351, Inlets (Curb) Type P-5 (<10') 75. D.O.T. #425-1-355, Inlets (Type P-5) (Partial) 76. D.O.T. #425-1-361, Inlets (Curb) Type P-6 (<10') 77. D.O.T. #425-1-365, Inlets (Type P-6) (Partial) 78. D.O.T. #425-1-501, Inlets (Ditch Bottom) Type "C" 79. D.O.T. #425-1-541, Inlets (Ditch Bottom) (Type "D") 80. D.O.T. #425-1-711, Inlets (Gutter) Type V 81. D.O.T. #425-2-41, Manholes (P-7T) (<10') 82. D.O.T. #425-2-71, Manholes (J-7T) (<10') 83. D.O.T. #425-3-81, Conflict Structures (P-7T) (<10') 84. D.O.T. #425-3-82, Conflict Structures (J-7T) (<10') UNIT Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea UNIT QUANTITY PRICE AMOUNT 6 $ 4 ,700 00 $ 23, 2.00 00 10 $ 31g00 $ 3q.Oo 5 $ 21900M $ 14.,s'x cJ 10 $ A,3o0.00 $ 43,O3 03 5 $ 3-333-00 $ iE , 500.00 10 $ 3,►C0.00 $ 13000. 5 $ '3,203.C.° $ Iq ZSO.00 5 $ ,S5000 $ tq 25OC.0 1 o $ 4,00o 00 $ 40 ,000.00 5 $ 2CO CO $ 44 , 000..00 8 $ R ,c .00 $ `79, ZOO.00 5 $ l 1 SC3.0O $ 57,S00.C3 NAME OF COMPANY: WEEKLEY ASPHALT PAVING i�} GRMC-PB12-2005 2/16/06 Page 32 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 85. D.O.T. #425-5-1, Adjust Manholes (0'-2') Ea 15 $ 540.00 $ 2 , t0O.00 86. D.O.T. #425-5-1(A), Adjust q SO CO I '2 SC).C�} Manholes (2'-4') Ea 15 $ $ , 87. D.O.T. #425-6, Adjust Valve Boxes (2'-4') Ea 15 $ 3 70 ;00 $ 15 / 550 CO 88. D.O.T. #425-10, Yard Drains (As per D.O.T. Index #282 — Latest Edition) Ea 10- $ et00 C0 $ 9 ,000.00 89. D.O.T. #425-11, Modify Existing Drainage Structure Ea 5 $ 3, 0.00 $ i2(000.00 90. D.O.T. #425-74-1, Cleaning and Sealing Manholes (<10') Ea 30 $ 1,200.00 $ 36,C O-CO 91. D.O.T. #430-11-323, Concrete Pipe Culvert (15") (Class III) LF 600 $ 6t OG $ 3G, G00 CO 92. D.O.T. #430-11-323(A)*, Solid Polyethylene, Pipe Culvert (15") LF 400 $ 6 t CO $ 24-, 4-40 CO 93. D.O.T. #430-11-325, Concrete Pipe, Culvert (18") (Class III) LF 600 $ G'S.C13 $ 40,'80C) CO 94. D.O.T. #430-11-329, Concrete Pipe, Culvert (24") (Class III) LF 250 $ 79 $ iq , 8.75•CO 95. D.O.T. #430-11-329(A)*, Solid Polyethylene, Pipe Culvert (24") LF 250 $ _ 79 O $ 19 ,375.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 33 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL. ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 96. D.O.T. #430-11-333, Concrete Pipe (30") (Class III) LF 150 $ '82.50 $ 131 Z75.00 97. D.O.T. #430-11-338, Concrete Pipe Culvert (36") (Class III) LF. 200 $ a0.03 $ i91 .2S3O2Qo 98. D.O.T. #430-11-340, Concrete Pipe Culvert (42") (Class III) LF 300 $ 147.00 $ 4 4-,I00 .03 99. D.O.T. #430-11-341, Concrete I�7 �� ��� Pipe Culvert (48") (Class III) LF 300 $ $ 100. D.O.T. #430-11-342, Concrete Pipe Culvert (54") (Class III) LF 300 $ 258.70 $ " 7) GIO.00 101. D.O.T. #430-11-343, Concrete Pipe Culvert (60") (Class III) LF 200 $ 340.55 $ G2 , 110 00 102. D.O.T. #430-11-344, Concrete 3q� Pipe Culvert (66") (Class III) LF 150 $ $ Scl 1?50 00 103. D.O.T. #430-11-345, Concrete Pipe Culvert (72") (Class III) LF 150 $ S27.00 $ ?2,0. 00 104. D.O.T. #430-81-023, Corrugated Aluminum Pipe Culvert (15") ,� 6 .�� (Gauge 16) LF 100 $ $ .00 105. D.O.T. #430-81-025, Corrugated Aluminum Pipe Culvert (18") (Gauge 16) 106. D.O.T. #430-81-029, Corrugated Aluminum Pipe Culvert (24") (Gauge 16) LF LF 100 $ 6C1 _CO $ 6)(103.00 100 $ 8200 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC $ g, 2OO CO GRMC-PB12-2005 2116/06 Page 34 of 84 • PREVIOUS CONTRACT NO. H-9-03.242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 107. D.O.T. #430-141-101, Elliptical Concrete Pipe (12" X 18") LF 200 $ 97.000 $ l9 , 40D 03 108. D.O.T. #430-141-102, Elliptical Concrete Pipe i 18 (14" X 23") LF 200 $ $ 23i 109. D.O.T. #430-141-103, Elliptical Concrete Pipe (19" X 30") LF 200 $ (67.00 $ 33, 403.e0 110. D.O.T. #430-190-123, 2 (, 3S (21135.00 Relaying Existing Pipe (15") LF 100 $ $ 111. D.O.T. #430-821-X23, Cleaning and Sealing Pipe ,� 00 Joint (15") Ea. 10 $ '3. $ S DC 4r if 112. D.O.T. #430-821-X25, Cleaning and Sealing Pipe Joint (18") Ea. 10 $ 4.SO $ 4150a0Q ( 113. D.O.T. #430-821-X29, Cleaning and Sealing Pipe Joint (24") Ea. 10 $ c1X)-CO $ c ,20Q.00 114. D.O.T. #430-830, Filling and Plugging Pipe CY 10 $ 1,CO003 $ 10,e03.00 115. D.O.T. #430-941-X23, Desilting Pipe (15") LF 600 $ q •S0 $ 5,700-00 116. D.O.T. #430-941-X25, tiZ pa 6,OQ�.C�O Desilting Pipe (18") LF 500 $ $ W NAME OF COMPANY: EEKLEY ASPHALT PAVING, INC GRMC-PB 12-2005 2/16/06 Page 35 of 84 • .PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION 117. D.O.T. #430-941-X29, Desilting Pipe (24") 118. D.O.T. #430-941-X38, Desilting Pipe (36") 119. D.O.T. #431-70-123, Pipe Liner (15") 120. D.O.T. #431-70-125, Pipe Liner (18") 121. D.O.T. #431-70-129, Pipe Liner (24") 122. D.O.T. #431-70-138, Pipe Liner (36") 123. D.O.T. #443-70-2 (B), French Drain (18") (Concrete) (Slotted pipe) 124. D.O.T. #443-70-3(B), French Drain (18") (Concrete) Slotted Pipe 125. D.O.T. #443-70-4, French Drain (24") (Concrete) (Slotted pipe) 126. D.O.T. #443-70-5, French Drain (30") (Concrete) (Slotted Pipe) 127. D.O.T. #455-133-1, Steel Sheet Piling (Temporary) UNIT LF LF LF LF LF LF LF LF LF LF SF UNIT QUANTITY PRICE 300 $ 1 400 100 $ 1c00 300 300 300 100 AMOUNT $ 4,200 X $ 1,900M $ 4$;000 0 $ `= ,900.00 $ "72,310.00 $ 30, Zap .c 300 $ -79 .CQ $ 23 ,i00-00 600 $ $ 52.,'z33CQ 300 $ f 09.00 $ 32,7C000 100 $ IC-3.00 $ (6,3Q0 1,000 $ 3q 00 $ 39 Po .C` NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 36 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 128. D.O.T. #515-1-1, Handrail Pipe (Steel) LF 500 $ C2.50 $ 3r 250CQ 129. D.O.T. #515-1-2, Handrail Pipe (Aluminum) LF 500 $ 72.75 $ , 3'75 X 130. D.O.T. #520-1-1, Concrete Curb and Gutter Type "F" LF 4,000 $ Si -CO $ 204,000.00 131. D.O.T.# 520-1-7, Concrete Curb and Gutter (Type "E") LF 500 $ 49 CO $ 24, E03.00 132. D.O.T.# 520-2-4, Concrete Curb and Gutter (Type "D") LF 1,000 $ 41.00 $ 41,003.M 133. D.O.T. #520-5-41, Concrete Traffic Separator (Type IV) 41 �,� (4' Width) LF 1,000 $40 $ 134. D.O.T. #520-5-41(A), Concrete Traffic Separator (6' Width) with Type "F" Curb and Gutter and 6" Thick Sidewalk LF 300 $ 4$ -7O $ t 4161000 135. D.O.T. #520-5-42, Cut Back Existing Concrete Traffic 4� Separator LF 200 $ 370Q $ 7, 136. D.O.T. #521-1 221�00 �L'Z IOOCO Barrier Wall, Concrete LF 100 $ $ 137. D.O.T. #522-2, Concrete S4 QO 2i6 Sidewalk (6" Thick) Sq. Yd. 4,000 $ $ i•C0 138. D.O.T. #536-1-1, Steel Guardrail LF 500 $ 56.00 $ 2? ,CXSJOO NAME OF COMPANY: WEEKLEY ASPHALT PAVING,- i W GRMC-PB12-2005 2/16/06 Page 37 of 84 • • PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION 139. D.O.T. #536-2, Steel Guardrail (Shop Bent Panels) 140. 141. 142. D.O.T. #536-6, End Anchorage Assembly Type II D.O.T. #536-73 Guardrail Removal D.O.T. #536-86 End Anchorage Type ET-2000 143. D.O.T. #536-88 End Anchorage Type SRT-350 144. D.O.T. #536-90, End Anchorage Assembly Melt 145. D.O.T. #538-1, Reset Existing Steel Guardrail 146. D.O.T. #547-70-1 Rip Rap Fabric Formed 147. D.O.T. #550-2, Furnish and Install Type B Chain Link Fence (4'-6' Height) 148. D.O.T. #550-2(A), Furnish and Install Type B Chain Link Fence (6'-8' Height) 149. D.O.T. #550-10-222, Furnish and Install Type B Chain Link Fence (w/Vinyl Coating) (4'-6' Height) UNIT LF Ea. LF Ea. Ea. Ea. LF SY. LF LF LF UNIT QUANTITY PRICE AMOUNT 500 $ LIMO $ 2.3, SCO.ClJ 4 $ 1,40D 00 $ 5,6CO•(0), 500 $ G.o0 4 $ 2, E 00 4 $ 3,8.00 8 $ 1,GOO 00 240 $ 150 $ $ 3,000 CO $ 10,40000 $ t 5, 400 .e0 $ (2, SO3.00 14.00 $ 3 , 3c0.00 100.00 500 $ 24.00 $ IS,003! O $ ('Z f Ozx 00 500 $ .00 $ (4 , 533.C` o 200 $ 39.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC $ 7, 800.00 GRMC-PB1 2-2005 2/16/06 Page 38 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 150. D.O.T. #550-10-224, Furnish and Install Type B Chain Link Fence (w/Vinyl Coating) (6'-8' Height) LF 151. D.O.T. #550-74-12, Relocate Existing Chain Link Fence LF 152. D.O.T. #570-2, Seed and Mulch (Argentine Bahia) Sq. Yd. 153. D.O.T. #570-5, Fertilizer TN 154. D.O.T. #570-9, Water for Grass MG. 155. D.O.T. #571-1-1, Sod (Argentine Bahia) Sq. Yd. 156. D.O.T. #571-1-2, Sod (Argentine Floratam) Sq. Yd. 157. D.O.T. #571-1-3, Sod (Bermuda) Sq. Yd. 158. D.O.T. #570-11, Water for Plant Establishment MG 159. D.O.T. #580-327-1, Relocation of Palms Includes Staking and Guying Trees) 160. D.O.T. #580-327-2, Relocation of Small Trees, Plants & Ground Cover (Includes Staking & Guying) 161. D.O.T. #580-327-1a, Single Trunk Palms up to 12' o.a. Ea Ea Ea 200 $ 49 00 $ 9 , O OO 500 $ ct.00 $ 4 i sOo :O 800 $ -g0 $ L i 440.00 1 $ l peel" $ (ocn�e 15 $ �S a $ %��'� 9 1,200 $ 4 -. $ 63t{0(94 1,200 $ `-I ct—s $ 57190 800 $ (;� L5. $ `,t ` cr)c 15 $ $ 67.5 ' Cd° c� 40 $ (DOCK $ 2`-r oc)z 80 $ CO 10 $ 400 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC $ 2-ki Ooo$ "� X 40CC GRMC-PB 12-2005 2/16/06 Page 39 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION 162. D.O.T. #580-327-1b, Single Trunk Palms over 12' o.a. 163. D.O.T. #580-327-2a, Multi -Trunk Palms up to 12' o.a. 164. 165. 166. 167. 168. 169. 170. D.O.T. #580-327-2b, Multi -Trunk Palms over 12' o.a. D.O.T. #580-327-3a, Canopy Trees up to 4" d.b.h. D.O.T. #580-327-3b, Canopy Trees 4"- 8" d.b.h. D.O.T. #580-327-3c, Canopy Trees over 8" d.b.h. D.O.T. #600-1-0, Tree Removal (Bucket Truck w/3 Man Crew) D.O.T. #580-332-2, Tree Removal Cut & Remove D.O.T. #600-A-1, Additional Laborer (Inc. all Pay/Fringe Benefits) 171. D.O.T. #740-71-121, Wall, Panel, 8' 172. 173. D.O.T. #740-71-131, Wall, Block, 8' 174. D.O.T. #740-71-134, Wall, Block, 6' D.O.T. #740-71-124, Wall Panel, 6' UNIT UNIT QUANTITY PRICE AMOUNT Ea 5 $ (�J�O� $ 3, Z.�,p`9 Ea 10 $ 4C $ 4` Ea 5 $ (A0 $ 3,'2. 5C93 Ea 10 $ L"Oo a $ z0,O pp CC i -7 cam' m Ea 10 $ r $ ��� Ea 5 $ (OOb $ 5Oco 590_ x i 1, 8co CO Ea. 20 $ .4 i s $ �e9 570.00 5, '700 Ea. 10 $ 4SO' $ 4 300 Per Hr. 24 $ 31 CO $-744.00 LF 400 $ 2C15.co $ I I?, Un.Cf3 LF 400 $ 210.00 $ S4,CO0.00 LF 100 $ ZR2.c0 $ ,$DO.Q LF 100 $ 2'2-3.010 NAME OF COMPANY: INEEKLEY ASPHALT PAVING, INC $ 2.2,3a0.O0 GRMC-PB12-2005 2/16/06 Page 40 of 84 BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE 175. VVe11 Point System Complete (4 Pump) ED 5 $ , 40000 176. Well Point System Complete ED 5 $ (6" I fUYCYQ0 177. Well Point System Complete (8" Pump) ED 5 $ (1750 178. Journeyman, Electrician for Work on System up to 4160 Volts HR 200 $ 110 •CO 179. Service Truck & Operator, Personnel Lift to 35 Foot High Access HR 200 $ 1 t000 180. Bucket Truck & Operator, Personnel Lift to 100pFoot High Access HR 100 $ 42M 181. Backhoe & Operator, Excavation and Burying for Underground Installations HR 100 $ 182. Crane, 22 Ton & Operator, Installations to 85 Foot High and 22 Tons HR 100 $ 623.03 182a. Handicap Ramp Type A (Single Direction) EA 50 $ l,MOM 182b. Handicap Ramp Type B (Two Direction) EA 50 $ 2,tC3 - O TOTAL - PAVING AND DRAINAGE ITEMS (D.O.T. Nos.101-1A thru 740-71-134) Group 1 (items 1 — 182b) *Solid polyethylene pipes may be installed with sealed bands or bell and spigot joints. (Items 92, 95, 96, 98, & 100). 128.00 AMOUNT $ 7,000.03 $ 2,000M $ 2,750M $ 22, 000 CO $ 22, WO CEO $ 4$10.QO $ l 2, 800.00 $ 621000-t o $ t Os ,CM.00 $5,Olb}37Lf. -7/703. Bid results will be posted to the Broward County Purchasing website at www.broward.orq/purchasing/results/. NAME OF COMPANY: - WE KLEY ASPHALT PAVING INC AUTHORIZED SIGNATURE: y signin his bid et your firm is agreeing to the terms and condition f the Invitation for Bid. DANIEL D. WEEK[EY RESIDENT GRMC-PB12-2005 APIMMI0301IPB03-2006 3/2/06 Revised Page 41 of 84 • PREVIO,US CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) GROUP 2 (ITEMS 183 - 190) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 183. D.O.T. #715-1-114, Conductors (Furnish and 3 ;, Install) (Insulated) (No. 4) LF . 500 $ o $ 184. D.O.T. #715-1-113, Conductors (Furnish and Install) (Insulated) (No. 6) LF 1,000 $ 3 CO $ 3t .00 185. D.O.T. #715-2-115, Conduit (Furnish and Install) (2") (Underground) (PVC Schedule 40) LF 1,500 $ (6-00 $ ,C00.00 186. D.O.T. #715-2-215, Conduit (Fumish and Install) (2") (Under Pavement) (PVC Schedule 40) LF 250 $ 47.00 $ 1P50.00 187. D.O.T. #715-7-11, Load Center (Furnish and Install) Secondary Voltage Ea. 2 $ S,4CO00 $ (6, 80000 188. D.O.T. #715-14-11, Pull Box (Furnish and Install) (Roadside) Ea. 10 $ gM.00 $ 9, lJ-00 189. D.O.T. #715-411-350, Light Pole Complete (Furnish and Install) (Single Arm Concrete) (50') Ea. 5 $ 5, 520_00 $ 27, 000.00 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 42 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 190. 715-440-000, Light Pole 488� Complete (Relocate) Ea. 4 $ TOTAL - STREET LIGHTING ITEMS (D.O.T. Nos. 715-1-114 thru 715-440-000) Group 2 (Items 183 — 190) $ (79S2•CoJ $ I1I,y02.CO Bid results will be posted to the Broward County Purchasing website at www.broward.orq/purchasing/results/. NAME OF COMPANY' E KLEY ASPHALT PAVING, INC ID AUTHORIZED SIGNATURE: By signing this bid s the terms and conditions DANIEL D. WEEKLEY, • your firm is agreeing to the Invitation for Bid. ENT GRMC-PB12-2005 2/16/06 Page 43 of 84 so • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) GROUP 3 (ITEMS 191 — 250) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 191. D.O.T. #620-1-1, Grounding Electrode (Furnish and Install) LF 1,300 $ V,.00 $ 2 ),200.00 192. D.O.T. #630-1-12, Conduit (Underground) (Furnish and Install) LF 2,000 $ 16.00 $ 32,003.00 193. D.O.T. #630-1-13, Conduit (Under Pavement) (Furnish and Install) LF 2,000 $ 47.00 $ 94,00'3.00 194. D.O.T. #632-7-1, Cable � �� 4,� f7J0 00 (Signal) (Furnish and Install) P.I. 10 $ $ , 195. D.O.T. #632-8-111, Cable (Interconnect) (Aerial) (Furnish and Install) LF 600 $ 4-00 $ 2, 400..00 196. D.O.T. #632-8-112, Cable (Interconnect) (Underground) 7.00 l4, �p.� (Furnish and Install) LF 2,000 $ $ 197. D.O.T. #635-1-11, Pull & Junction Boxes (Pull Box) (Furnish and Install) Ea. 50 $ 9M00 $ 46 , 53000 198. D.O.T. #635-1-12, Pull & Junction Boxes (Aerial Junction Box) (Furnish & Z Install) Ea. 3 $ $ 199. D.O.T. #635-1-13, Pull & Junction Boxes (Mounted 7 ?A0 21 6OO 00 Junction Box) (Fumish & Install) Ea. 3 $ $ NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2N 6/06 Page 44 of 84 • op PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION U NIT UNIT QUANTITY PRICE AMOUNT 200. D.O.T #635-1-15, Pull & Junction Boxes (Fiber 2 ( 6 Optics Box) (Furnish & Install) Ea. 3 $ $ 201. D.O.T. #639-1-13, Electrical Power Service (Overhead) AS 7 $ , 3 .10300 $ Zt : 700 O-3 202. D.O.T. #639-1-23, Electrical t� Q ,0 Power Service (Underground) AS 3 $ $ 203. D.O.T. #639-2-1, Electrical Service Wire LF 200 $ 3.03 $ an.00 204. D.O.T. #641-15-142, Strain Pole (Concrete) (42') (Furnish and Install) 4,tfb� 41 00� CA (Type N - VI) Ea. 10 $ $ 205. D.O.T. #647-11-20, M/Arm (Comb. Std.) (20') (Steel Single) ZZ OCfJ04 6G,OCp•�Q (Fumish and Install) Ea. 3 $ $ 206. D.O.T. #647-11-30, M/Arm (Comb. Std.) (30') (Steel Single) Z3 QO 00 (Fumish and Install) Ea. 1 $ $ 207. D.O.T. #647-11-38, M/Arm (Comb. Std.) (38') (Steel Single) (Fumish and Install) Ea. 1 $ 24 , X-O $ ?A i 5 D ZD 208. D.O.T. #647-11-48, M/Arm (Comb. Std.) (48') (Steel Single) 0 4C� (Furnish and Install) Ea. 1 $ 2, $ ,000 _CO 209. D.O.T. #647-11-60, M/Arm (Comb. Std.) (60') (Steel Single) (Furnish and Install) Ea. 1 $ ZB;OM03 $ '22500Z)-C 0 NAME OF COMPANY: IREEKLEY A3PHALT PAV?NC , ANC GRMC-PB12-2005 2/16/06 Page 45 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 210. D.O.T. #647-11-64, M/Arm (Comb. Std.) (64') (Steel Single) (Fumish and Install) Ea. 1 $ 2,70000 $ 2, 700.O 211. D.O.T. #647-13-44, M/Arm (Comb. Std.) (44') (Steel Double) (Furnish and Install) Ea. 1 $ 32,2COM $ "32,204.()3 212. D.O.T. #647-13-46, M/Arm (Comb. Std.) (46') (Steel Double) �� �3 r E .� (Furnish and Install) Ea. 1 $ $ 213. D.O.T. #647-13-52, M/Arm (Comb. Std.) (52') (Steel Double) (Furnish and Install) Ea. 1 $ 35,033C0 $ 35(om_CO 214. D.O.T. #647-13-64, M/Arm (Comb. Std.) (64') (Steel Double) (Fumish and Install) Ea. 1 $ 36,920ZO $ 36,SCO.00 215. D.O.T. #650-1-131, Traffic Signal (12" Std.) (3 Section, 72,803.00 1 Way) AS 80 $ at 10.40 $ 216. D.O.T. #650-1-132, Traffic Signal (12" Std.) (3 Section, 2 Way) AS 4 $ t, g03S10 $ 7, CM. D 217. D.O.T. #650-1-141, Traffic Signal (12" Std.) (4 Section, 1 Way) AS 2 $ (,3M Ora $ 2(& .00 218. D.O.T. #650-9-151, Traffic Signal (12" Std.) (5 Section, Cluster) AS 8 $ kiSQ0.00 $ t2,O D.O0. NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 46 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 41) • BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 219. D.O.T. #653-111, Pedestrian Signal (12") (Incandescent) AS 40 $ 43300 $ 3G, 33 O 220. D.O.T. #659-101, Signal Head Auxiliaries (Back Plate, 3 Sect.) Ea. 40 $ t 50.00 $ 6 tem 221. D.O.T. #659-102, Signal Head Auxiliaries (Back Plate, 4 Sect.) Ea. 2 $ 1c10 CO $ 380 CO 222. D.O.T. #659-106, Signal Head 11S (� 27 600 C� Auxiliaries (Tunnel Visor) Ea. 240 $ $ i 223. D.O.T. #659-107, Signal Head Auxiliaries (Aluminum Pedestal) Ea. 240 $ ZCO•C0 $ n21003.00 224. D.O.T. #659-118, Signal Head Auxiliaries (Back Plate 5 Sect. CIU) Ea. 4 $ SSOO $ 2I220.00 225. D.O.T. #660-1-101, Loop Detector (Inductive)(Fumish and Install) Ea. 50 $ 3i0.03 $ iS , 503-00 226. D.O.T. #660-1-102, Loop Detector (Inductive) (Type I) 3[O-�YJ 3 tOD .00 (Furnish and Install) Ea. 10 $ $ 227. D.O.T. #660-2-101, Loop Assembly (Type A) (Furnish and Install) AS 10 $ 910.00 $ g i 1O0.00 228. D.O.T. #660-2-106, Loop Assembly (Type F) (Fumish r� (.s 0� and Install) AS 10 $ $ 229. D.O.T. #663-74-12, Vehicle Detector Assembly (Optical) (Furnish and Install) AS 8 $ 6,0:XD.00 $ £1 1 D OO NAME OF COMPANY: WEEKLEY ASPHALT PAVING, BNC GRMC-PB12-2005 2/16/06 Page 47 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION UNIT UNIT QUANTITY PRICE AMOUNT 230. D.O.T. #665-11, Pedestrian Detector (Det. Sta. Pole or Cabinet Mounted (Furnish and Install) 231. 665-12, Pedestrian Detector (Det. Sta. with Post) (Furnish and Install) 232. D.O.T. #668-13, Detector Cabinet (Type III) (32"x20"x14") (Furnish and Install) 233. D.O.T. #670-4-1, Flashing Beacon Control Assembly (Furnish and Install) 234. D.O.T. #670-111-051, Actuated Solid State Control Assembly (D2, T.B.C.,LOS=1) (Furnish and Install) 235. D.O.T. #670-112-051, Actuated Solid State Control Assembly (D4, T.B.C.,LOS=1) (Furnish and Install) 236. D.O.T. #670-113-051, Actuated Solid State Control Assembly (D-4-4, T.B.C.,LOS=1) (Furnish and Install) Ea. Ea. Ea. AS AS AS AS 237. D.O.T. #670-113-151, Actuated Solid State Control Assembly (D-4-4, 1 PRE, PLN, T.B.C., LOS=1) (Furnish and Install) AS 30 $ ( • $ 18 CO3G�J 4 $ cM.CCi $ 400.00 1 $ «,c.00 $ 7PCOJ.00 2 $ 61 GOO CO $ (31200_CO $ ICMOD $ (8,cco 00 $ t 2,C00 00 $ CS f 400.00 $ (08, 000.00 $ 18,000 o $ l 8, 000 o0 1 1 6 $ 123,C3.73.Cn 1 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 48 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 238. D.O.T. #670-114-051, Actuated Solid State Control Assembly (D-8, T.B.C. LOS=1) (Furnish and Install) AS 1 $ 1$1.00 $ l'S,17o.00 239. D.O.T. #670-114-151, Actuated Solid State Control Assembly (D-8, 1, PRE, PLN, T.B.C., 1�,C0000 18 coo. co LOS=1) (Furnish and Install) AS 1 $ $ r 240. D.O.T. #678-1-107, Cont. Access. (Type I Time CD Switch) (Furnish and Install) Ea. 8 $ 1,003 00 $ 'gi CCO 241. D.O.T. #685-120, System Auxiliaries (Telemetry Transceiver) Ea. 10 $ 3 )03a00 $ 33 i MD.03 242. D.O.T. #685-128, System 7000a -7 CC7J.OQ Auxiliaries (Interface Panel) Ea. 10 $ $ a 243. D.O.T. #690-10, Remove Traffic Signal Head Assembly Ea. 20 $ t SO 03 $ a 244. D.O.T. #690-20, Remove t 3 Pedestrian Signal Assembly Ea. 20 $ $ 245. D.O.T. #690-30, Remove Poles Ea. 6 $ 2, M0.0O $ l 3, 2 x) .C`C) 246. D.O.T. #690-50, Remove Controller Assembly Ea. 5 $ t 110000 $ 5,SCA•CC) 247. D.O.T. #690-70, Remove Pedestrian Detector Assembly Ea. 20 $ 19300 $ '3 cci .cx 248. D.O.T. #690-80, Remove 1,700.00 Span Wire Assembly Ea. 6 $ NAME OF COMPANY: WEE`aLEY ASPHALT PAVING, NC $ 1012�.00 GRMC-PB12-2005 2/16/06 Page 49 of 84 i • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 249. D.O.T. #690-90, Remove Conduit and Cabling P.I. 1 $ (4 .00 $ 1,71).00 250. D.O.T. #690-100, Remove Miscellaneous Signal Equipment P.I. 1 $ 7 D -c $ 1 ,'70Q •OO TOTAL - SIGNALIZATION ITEMS (D.O.T. Nos. 620-1-1 Thru 690-100, Inc.) Group 3 (items 191 — 250) $ 1, 441,120.00 Bid results will be posted to the Broward County Purchasing website at www.broward.orq/purchasinq/results/. NAME OF COMPANY: AUTHORIZED SIGNATURE: By signing heet firm is agreeing to the terms and conditions of the vitation for Bid. EKLEY ASPHALT PAVING, INC DANIEL D. VVEEKLEY, PRESTdENT GRMC-PB12-2005 2/16/06 Page 50 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) GROUP 4 (ITEMS 251 — 286) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 251. D.O.T. #700-40-1, Sign (Single Post) (Less than 2 S.F.) AS 100 $ 310.C1.? $ 311000.00 252. D.O.T. #700-40-2, Sign , ���� 36,E (Single Post) (12-25 S.F.) AS 20 $ $ 253. D.O.T. #700-46-11, Remove [Cp_00 Z,000 CO Existing Sign (Single Post) AS 20 $ $ 254. D.O.T. #700-46-12, Remove 200 c0 Existing Sign (Multi -Post) AS 10 $ II MD()$ 1 255. D.O.T. #700-46-15, Remove Existing Sign (Span Wire) AS 10 $ 2.� $ 2,St7J.00 256. D.O.T. #700-46-21, Relocate $ Existing Sign (Single Post) AS 10 $ [20-CO $ i ' CO. 257. 700-46-22, Relocate Existing Sign (Multi -Post) . AS 10 $ 4,1 [O ( $ 41,10000 258. D.O.T. #700-46-25, Relocate Existing Sign (Span Wire) AS 20 $ 1Ico.co $ 22 ,ClO in 259. D.O.T. #700-48-18, Sign Panels (Furnish and Install) (15 or Less S.F.) Ea. 100 $ 2 Q $ 2S,b(7,� OD 260. D.O.T.# 700-82, Overhead Sign (Span Wire Mounted) AS 5 $ 2i[�� $ lOt � 261. D.O.T. #700-90-11, Sign (Flashing Beacon) (Ground Mount) (Fumish and Install) AS 2 $ �3;C $ 2� t COO _CO NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 2/16/06 Page 51 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 262. D.O.T. #700-90-12, Sign (Flashing Beacon) (Overhead Mount) (Furnish and Install) AS 2 $ 5510a) D $ 110,000.00 263. D.O.T. #700-90-21, Sign (Flashing Beacon) (Relocate) (Ground Mount) AS 2 $ 10iMO $ 2O,CCO U3 264. D.O.T. #700-90-31, Sign (Flashing Beacon) (Remove) (Ground Mount) AS 2 $ 2, 00 $ 4,EX13.co 265. D.O.T. #700-90-34, Sign (Flashing Beacon) (Remove) 4 �� �` �0 (Span Wire) AS 2 $ $ 266. D.O.T. 705-10-11, Marker (Object) (Post Mount) (Type I) Ea. 30 $ MOM $ G(000.00 267. D.O.T. #705-10-13, Marker (Object) (Post Mount) (Type III) Ea. 30 $ 20:).U3 $ GAO CO 268. D.O.T. #706-1-12, Pavement Marker (Class B) (Reflective) S� (Fumish and Install) Ea. 2,500 $ 7 00 $ t 7, 269. D.O.T. #706-2, Pavement Marker (Remove) Ea. 500 $ (.00 $ 5CO.00 270. D.O.T. #710-11, (Paint) 2,3�0•(YJ Markings (Remove) Sq. Ft 500 $ 4-� $ 271. D.O.T. #710-6, Directional Arrows, Painted Ea. 50 $ 49 Op $ 2, 4SO.CO 272. D.O.T. #711-2, Traffic Stripe Ogg 22 (Strip) (6") (Thermoplastic) LF 25,000 $ $ NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC GRMC-PB12.2005 2/16/06 Page 52 of 84 • • PREVIOUS CONTRACT NO. H-9.03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) NO. DESCRIPTION 273. D.O.T. #710-25-61, Solid Traffic Stripe, Painted (6") 274. D.O.T. #710-25-181, Solid Traffic Stripe, Painted (18") 275. D.O.T. #710-25-241, Solid Traffic Stripe, Painted (24") 276. D.O.T. #710-25-241, Solid Traffic Stripe, Painted (24") 277. D.O.T. #710-27, Skip Traffic Stripe Painted 278. D.O.T. #711-3, Messages (Pavement) (Thermoplastic) 279. D.O.T. #711-4, Arrows (Directional) (Thermoplastic) 280. 281. D.O.T. #711-5, Guide Lines D.O.T. #711-6-61, Traffic Stripe (Solid) (6") (Thermoplastic) 282. D.O.T. #711-6-81, Traffic Stripe (Solid) (8") (Thermoplastic) 283. D.O.T. #711-6-121, Traffic Stripe (Solid) (12") (Thermoplastic) 284. D.O.T. #711-6-181, Traffic Stripe (Solid) (18") (Thermoplastic) UNIT UNIT QUANTITY PRICE LF 4,000 $ 6.47 LF 1,000 $ in.. LF 500 $ LF 2,000 $ 3.50 $ 7,000c LF 2,000 $ C), 60 $ Ea. 100 Ea. 500 LF 1,000 LF 1,000 AMOUNT $ 020 W $ I , I20.0O 3.50 $ 1,75000 ,200.CO t9 ,'00c'3 $ l ,20 $ i, 2C'A00 LF 10,000 $ 1 • ZO $ 12, 000-00 LF 15,000 $ 2.3S $ 3.S,250.0p LF 20,000 $ 3-(30 $-72,COo.00 NAME OF COMPANY: WEEKLEY ASPHALT Ei 'AVIKG,, CG�9 GRMC-PB 12-2005 2/16/06 Page 53 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE (91395) UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 285. D.O.T. #711-6-241, Traffic Stripe (Solid) (24") (Thermoplastic) LF 10,000 $ GAO $ S9 103103 286. D.O.T. #711-7, Pavement Marking (Remove) (Thermoplastic) Sq. Ft. 500 $ 2.00 $ LOCO .00 TOTAL - SIGNING AND PAVEMENT MARKING ITEMS $ GG7,50000 (D.O.T. Nos. 700-40-1 Thru 711-7, Inc.) Group 4 (Items 251 — 286) [X] Cost for compliance to all Federal and State requirements of the Trench Safety Act* *NOTE: If the bracket is checked or marked, the Bidder must fill out the Trench Safety Act form, Attachment "M", page 83 of 84, to be considered responsive. Jobsite visitation is strongly recommended; submission of a Bid will be construed that the Bidder is acquainted sufficiently with the work to be performed. Bid results will be posted to the Broward County Purchasing website at www.broward.orq/purchasing/results/. Acknowledgment is hereby made of the following Addenda or Amendments (identified by number) received since issuance of this bid: NAME OF COMPANY: AUTHORIZED SIGNATURE: irm is agreeing to the terms and con • • - e Invitation for Bid. DANIEL D. WEEKLEY, PRESIDENT GRMC-PB12-2005 2/16/06 Page 54 of 84 s • BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) GROUP 5 (ITEMS 287 THRU 315) ITEM COMMODITY CODE UNIT NO: DESCRIPTION UNIT QUANTITY PRICE AMOUNT #91395 287. Sanitary Sewer Manhole (Up to 6' deep) DOT 426-1 c #91395 288. Sanitary Sewer Manhole (6' — 8' Deep) DOT 426-2c #91395 289. Sanitary Sewer Manhole (8' — 10' Deep) DOT 426-2c #91395 290. 4"or smaller Water main Sch.40 PVC Pipe Ea. Ea. Ea. LF #91395 291. 6" or smaller Sewer force main, Ea. PVC (AWWA C -900, SDR-18 150psi pressure) pipe. 11 $ 319 32.00 $ 4 3, SE2.00 4 $ G ►OSS.O $ 24122000 2 $ �,90a'.00 $ t5 8t6.Qo 500 $ 5 .0c $ -, (X) 1,000 7-O0 $ GC) .00 #91395 292. 6" Sewer Gravity main, Ea. 2,000 PVC (ASTM-3034, SDR-26) Non pressure pipe. #91395 293. Connection Water Service LS 1 DOT 721-72c #91395 294. Connection Sewage Service DOT 721-73c NAME OF COMPANY: LS $ 1C0 iS $ 2CO13:Xi00 $ 4, tC .c $ 4 (100-00 1 $ 31st.2.a) $ 3,ct2.00 WEEKLEY ASPHALT PAVING, INC GRMC-PB12-2005 AP/MM/0301 /PB03-2006 3/2/06 Revised Page 54a of 84 BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION IKON -SHELTERED MARKET) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #91395 295. Sprinkle Heads Pop -Up Ea. 50 $ 30.00 $ I I Rotating DOT 997-24 #91395 296. Fire Hydrant Assembly (complete installation) DOT 997-13c #91395 297. Sprinkler Line 4" PVC Sch. 40 (includes all pipes fittings, valves, connections, excavation, backfill, restoration, boxes, etc.) #91395 298. Sprinkler Line 3" PVC Sch. 40 (includes all pipes fittings, valves, connections, excavation, backfill, restoration, boxes, etc.) #91395 299. Sprinkler Line 2" PVC Sch. 40 (includes all pipes fittings, valves, connections, excavation, backfill, restoration, boxes, etc.) #91395 300. Sprinkler Line 1" PVC Sch. 40 (includes all pipes fittings, valves, connections, excavation, backfill, restoration, boxes, etc.) Ea. LF LF LF LF 2 $ 31 ( A tfo $ 7, M0 00 1,000 $ 14. $ 14,c00 CO 700 $ tG b $ 7,000M 500 $__ cl c c) $ A , -CJ 700 $ 8 00, $ s, Cco.co NAME OF COMPANY: WEEKLEYal`'Ir�„ib E o'`'��iii, iru c GRMC-PB12-2005 AP/MM/0301 /PB03-2006 3/2/06 Revised Page 54b of 84 BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) ITEM COMMODITY CODE UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT #91395 301. Sprinkler Line 3/4" PVC Ea. 500 $ $ Sch. 40 (includes all pipes fittings, valves, connections, excavation, backfill, restoration, boxes, etc.) #91395 302. Septic Tank & Drainfield (1200) gallons or less DOT 110-86-2e #91395 303. Abandon Septic Tank (remove & dispose) DOT 110-867e #91395 304. 6" Water main or Sewer main, Ductile Iron Pipe DOT 997-1 c #91395 305. 8" Water main or Sewer Main (D.I.P.) DOT 997-2c Ea. Ea. LF LF 1 $ Gicc00 $c),cQo0 d3 1 $ $ 311.54=e95' 200 $ 7 5_W $ IS ,Ooo 150 $ c 2 .0 $ (3, gco O #91395 306. Sprinkler Heads 100 $ 40.00 $ 4, 000 Pop -Up Rotating DOT 997-24 #91395 2,CCIS CCU} 2 Gc15 O� 307. Backflow Preventor 2" Ea. 1 $ $ i (complete installation) (potable water or irrigation) DOT 997-26c NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INC Ea. GRMC-PB12-2005 AP/MM/0301 /PB03-2006 3/2/06 Revised Page 54c of 84 BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET1 ITEM COMMODITY CODE NO. DESCRIPTION #91395 308. Backflow Preventor 6" (complete installation) potable water or irrigation) DOT 997-29c #72073 309. Flight Submersible Pump, 150 DSC3 15 to 25 HP with 60' Cable #72073 310. Flight Submersible Pump, 150 DSC3 Less then 10 HP with 60' Cable #72072 311. 2" Guide Rail, 304 SS #72072 312. 2" Upper Guide Rail Bracket 304 SS #72072 313. Cable Holder, 6 hook, 304 SS #72072 314. Lifting Cable, 20" up to 30 HP, 304 SS #96873 315. TV Inspection of Lines NAME OF COMPANY: AUTHORIZED SIGNATURE: UNIT Ea. Ea. Ea. LF Ea. Ea. Ea. UNIT QUANTITY PRICE 1 AMOUNT $ 050 00 $ B ,'7 S0 C0 2 $ .1,1./ DO QoCJ�,/ j� 2 ..00 $ i cc 30 4 $ 3,(130CS) 60 $_ clo.00 12 $_ 11100-o $ f'1,40000 $ 5 ,400 LYJ $ l3,'20o.00 6 $ GU) $ 3 600.00 4.0 $ co.OD $ 20,000.00 Hr. 10 TOTAL - SEWER ITEMS GROUP 5 (ITEMS 287 THRU 315) EEKLEY ASPHALT PAVING, INC $ 37s.a $ 3,750.00 By signing this bid s -t your firm is agreeing to the terms and conditions • the Invitation for Bid. DANIEL D. WEEKL. , ESIDENT $ 5741 c _00 s(06 cf73,00 GRMC-PB12-2005 AP/M M 10301 /P803-2006 3/2/06 Revised Page 54d of 84 s 00407. BID NO. H-Z-05-376-B1 ADDENDUM NO. 1 March 2, 2006 SCHEDULE OF PRICES BID GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) GROUP 6 (ITEMS 316 THRU 317) PAY ITEM SPEC. NO. NO. APPROXIMATE QUANTITY AND UNITS DESCRIPTION UNIT PRICE TOTAL EXTENDED PRICE 316. TS 02465 200 Linear Ft. 317. TS 02465 200 Linear Ft. NAME OF COMPANY: Installation of 30" pressure Grouted auger piles of Depth Between 0' to -50' Installation of 30" pressure Grouted auger piles of Depth Between 0' to -65' TOTAL — AUGER PILE ITEMS GROUP 6 (ITEMS 316 THRU 317) EKLEY ASPHALT PAVING, INC $ 395.00 Per Linear Ft. $ 395.00 Per Linear Ft. AUTHORIZED SIGNATURE: heet your firm is agreeing to s of the Invitation for Bid. DANIEL D. WEEK .RESIDENT By signin • this b the terms and conditi GRMC-PB12-2005 AP/MM/03011PB03-2006 3/2/06 Revised Page 54e of 84 s • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) In accordance with Paragraph 10.6 of "Special Instructions to Bidder" indicate if an exception to insurance requirements is being requested. Be specific and state reason: DO YOU QUALIFY FOR THE LOCAL PREFERENCE CLAUSE YES I{. NO 0 DO YOU QUALIFY FOR THE DOMESTIC PARTNER CLAUSE YES 0 NO 0 RECYCLED CONTENT INFORMATION: 1. !S THE MATERIAL IN THE ABOVE: VIRGIN 0 OR RECYCLED j!I( (CHECK THE APPLICABLE BOX). IF RECYCLED, WHAT PERCENTAGE i 5 PRODUCT DESCRIPT/ON: Asp hal+ 2. IS YOUR PRODUCT PACKAGED AND/OR SHIPPED IN MATERIAL. CONTAINING RECYCLED CONTENT? YES O NO SPECIFY: 3. IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE? YES NO O SPECIFY: r2-A P THE ABOVE IS NOT APPLICABLE IF THERE IS ONLYA PERSONAL SERVICE INVOLVED WITH NO PRODUCT INVOLVEMENT. WOULD YOU ACCEPT CREDIT CARDS AS PAYMENT FROM BROWARD COUNTY? YES 0 NO 171 NAME OF COMPANY: WEEKLEY ASPHALT PAVING, INt GRMC-PB12-2005 2/16/06 Page 55 of 84 lo PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 BID SHEET (Continued) GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) THE UNDERSIGNED BIDDER WILL EXTEND THE SAME PRICE, TERM AND CONDITIONS TO OTHER GOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERE,j� B THIS CONTRACT, IF REQUESTED. O YES NO VENDOR FAX # WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN DADE OR PALM BEACH COUNTIES? OXYES O NO OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FL RIDA? O YES O ACKNOWLEDGMENT IS HEREBY MADE OF THE FOLLOWING ADDENDA OR AMENDMENTS (IDENTIFIED BY NUMBER) RECEIVED SINCE ISSUANCE OF THIS BID: gal E-MAIL ADDRESS: IF BEEPER #: FEDERAL TAX ID #: 51O7 S 3 ©39_ TelryG\xtEy asp_com REMIT ADDRESS: 20-701 'L k r I i 1-‘C, 2A ?cirnb't'ote NOTICES TO BIDDER: 1. Please check the Federal Employer's Identification Number (FEIN) and other information on the face of the Invitation for Bid/Bidder Acknowledgment Form (IFB) and MAKE APPROPRIATE CORRECTIONS ON THE IFB. IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION, PAYMENTS CANNOT BE MADE TO YOUR FIRM. 2. BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. NAME OF COMPANY: WEEKLEY ASPHALT PAVING,1Ne GRMC-PB12-2005 2/16/06 Page 56 of 84 e • PREVIOUS CONTRACT NO. H-9-03-242-B1 GENERAL: BID NO. H-Z-05-376-B1 ATTACHMENT "A" TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 1. PURPOSE The purpose of this Contract is to assist the Office of Transportation/Engineering Division/Traffic Engineering Division and other COUNTY Divisions in the construction and/or repair/maintenance of roadway systems. 2. DEFINITIONS Understood that the Transportation/Engineering Division/Traffic Engineering Division or other appropriate Divisions will represent the Broward County Board of County Commissioners in the management and supervision of this Contract for their projects. 3. Personnel authorized to issue instructions pertaining to the Contract will hereafter be referred to as the "CONTRACT ADMINISTRATOR" for their project. For purpose of this Contract, work on a "project" is work in connection with an individual COUNTY Project involving certain improvements to be completed during a designated period of time and at a given location or area. The word "job" is to be construed to mean the CONTRACTORS portion of work, covered under this Contract, on any given project. COUNTY projects are given identifying numbers known as PROJECT numbers. The CONTRACTOR may have more than one (1) job on a given project and each separate job will be assigned a separate purchase order number. QUALITY OF WORK The CONTRACTOR agrees to do work, covered under this Contract, to the best of his ability and conforming (in materials and workmanship) to the specifications contained or referred to in this Contract and shall pursue the project in a workmanlike manner. The CONTRACTOR further agrees to follow appropriate working drawings or sketches given him and to follow instructions, either verbally or written, issued by the CONTRACT ADMINISTRATOR, insofar as said instructions come within the scope and limitations of this Contract and to use construction equipment which is safe and maintained in good workable condition and to furnish proper direction and supervision to work crews and workmen doing work under this Contract. GRMC-PB12-2005 2J16/06 Page 57 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 3. QUALITY OF WORK (Continued) CONSTRUCTION SPECIFICATIONS A. All work performed within Broward County jurisdiction rights -of -way shall be performed in accordance with "Minimum Standards Applicable to Public Rights of Way under Broward County Jurisdiction", latest edition, as published by the Broward County Department of Public Works, Engineering Division. Copies of the "minimum Standards" may be purchased at the Broward County Engineering Division, 1 North University Drive, Suite 300B, Plantation, Florida 33324-2038, Telephone No. (954)-557-4555. Each item listed in the Schedule of Prices Bid (pages 12 thru 46 ) is defined (as to requirements for workmanship and/or materials) in the F.D.O.T. Standard Specifications and listed by the item number for each particular item noted above. Copies of the D.O.T. Standard Specifications may be purchased at the State D.O.T., 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309. 4. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE The CONTRACTOR shall furnish and install all items necessary in order to re -direct, protect, warn and/or maintain existing vehicular and/or pedestrian traffic during the course of construction, including, as necessary, flagmen and off -duty Police Officers/Sheriffs Deputies. Items to be provided shall include, but not be limited to, barricades, signs, arrow boards, warning/flashing lights, pavement markings and traffic signal modifications. Prior to beginning work, the CONTRACTOR shall prepare a "Maintenance of Traffic Plan" drawn to a suitable scale. This plan shall be submitted to the County's Traffic Engineering Division [BCTED] for review and shall be amended as requested by the Division. No work shall begin until such time that the "Maintenance of Traffic Plan" has been approved in writing by the Traffic Engineering Division. A. The "Maintenance of Traffic plan", provided by the CONTRACTOR, SHALL include provisions for pedestrian and/or school student traffic as well as vehicular traffic. The following are minimum requirements: A safe walk route for all school students within the vicinity of the construction zone SHALL be maintained during the times students are arriving at or leaving school. If the current walking surface can not be maintained, then a temporary road -rock 4' width walk way SHALL be created. The safe walk route SHALL be separated from the construction activity by a 4 foot high orange construction fence for the entire length of the project or the length of the walk route, whichever is Tess. GRMC-PB12-2005 2116106 Page 58 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 • • ATTACHMENT"A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 4. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE (Continued) All construction equipment around any designated crosswalk SHALL cease to operate during the times students are arriving at or leaving school. Alf construction equipment adjacent to a designated walk route SHALL cease operation during these times unless satisfactorily barricaded from the walk route. In the case that a designated crossing or any portion of the designated walk route can not be maintained, then the CONTRACTOR SHALL notify the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484-9600 Ext. 244, a minimum of ten (10) working days prior to closing that route in order that an alternate crossing/route can be established It SHALL be the responsibility of the CONTRACTOR to install any necessary Pavement, Road Rock, Pavement Marking and Signage and/or any Pedestrian Signalization and/or Signal Modification to accommodate an existing or alternate walk route. It SHALL be the CONTRACTOR's responsibility to provide State Certified School Crossing Guards or off duty Police Officers to cross students at any locations other than those previously designated. The CONTRACTOR may use flagmen, ONLY if they are State Certified as a School Crossing Guard. Ten (10) days prior to the beginning of construction the CONTRACTOR SHALL notify the "School Safety Coordinator" at Broward County Traffic Engineering Division, (954) 484-9600 Ext: 244, to arrange a "pre -construction - safety" meeting. The CONTRACTOR SHALL BE RESPONSIBLE for providing a safe and adequate walking surface for all school children/pedestrians. This safe walk route SHALL be part of the "Maintenance of Traffic Plan". B. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical: Convenience of the general public and of the residents adjacent to the work shall be provided for in a safe and satisfactory manner. GRMC-PB12-2005 2/16/06 Page 59 of 84 • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 4. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE (Continued) C. Sidewalks, gutter, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within ten (10) feet of any such hydrant. D. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. E. Streets shall not be closed, except when and where allowed by the BCTED and, whenever the street is not closed, the work must be conducted with the provision for a safe passageway for vehicular and pedestrian traffic at all times. The CONTRACTOR shall make all necessary arrangements with the BCTED concerning maintenance of traffic and selection of detours required. F. All existing traffic control devices shall be maintained by the CONTRACTOR for the duration of the project. If any signs or signals are damaged or lost during the construction period, such signs and signals shall be repaired or replaced by contractor at contractor's expense. G. When traffic is diverted temporary pavement markings may be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated by sandblasting and/or water jet. Painting over existing markings (black out) is not permitted. H. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. No separate payment for repositioning the existing traffic signal heads will be made. GRMC-PB12-2005 2/16/06 Page 60 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 5. WORK, EQUIPMENT AND MATERIALS TO BE FURNISHED BY THE CONTRACTOR AND COUNTY The CONTRACTOR shall furnish all labor and labor supervision for any work covered under this Contract. 5.1 The CONTRACTOR shall furnish all construction equipment, including all necessary tools, for any work covered under this Contract. The CONTRACTOR shall also furnish all materials, including necessary temporary materials such as a forming, bracing, sheathing, guying, scaffolding and other materials necessary to complete the work which do not remain a permanent part of the improvement. 5.2 When the COUNTY elects to have the CONTRACTOR supply materials and/or equipment and no prices for same have been established in this contract, the CONTRACTOR will supply these items as a "pass through" cost (no mark-up allowed). The CONTRACTOR shall be required to submit a final bill of materials with unit costs for all materials purchased by him. This shall be an itemized list of all materials with a unit cost for each material supported by copies of invoices stating costs paid by the CONTRACTOR. 5.3 Pass thru material item Commodity Code # is 913990040000. The cost of the pass thru shall be the lowest of three (3) quotes requested from subs plus 10% profit for the CONTRACTOR, unless the item is sole source,. where the three quotes are not required. 5.4 The CONTRACTOR shall be responsible for cleaning up the job -site within forty-eight (48) hours after satisfactory completion of the work on any project. The cost of this clean up is incidental to each item used. Excess material of no value to the COUNTY shall be disposed of by the Contractor in a satisfactory manner in areas provided by the Contractor. 5.5 The cost of any coordination with the CONTRACTOR's subs shall be included in each item. 6. FIELD LAYOUT OF THE WORK AND AS -BUILT DRAWINGS The entire responsibility for establishing and maintaining line and grade in the field lies with the CONTRACTOR. The CONTRACTOR shall prepare and maintain "As -Built Drawings" of the location and elevation of all pipe lines, pavement, drainage, structures/manholes, and the like and shall deliver these Drawings, in good order to the CONTRACT ADMINISTRATOR when the work is completed. The cost of all such field layout and recording work shall be included in the price bid for the appropriate items. As -Built drawings shall be signed and sealed by a registered surveyor and mapper licensed in the State of Florida, and shall be prepared on mylar or other reproducible materials. GRMC-PB12-2005 2116106 Page 61 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 7. MEASURE OF MEASUREMENT Measurement for payment of all items of work satisfactorily completed and accepted by the Contract Administrator (or his designee) shall be performed by a Professional Land Surveyor Registered in the State of Florida who is compensated by the Contractor. No separate payment will be made for Surveying services. Unit prices for installation of drainage pipe/French drains shall include compensation for furnishing and installation of pipe, rock, filter fabric liner and de -watering as necessary. 8. BASIS OF PAYMENT Prior to the issuance of the Purchase Order for a job, the COUNTY (CONTRACT ADMINISTRATOR) and CONTRACTOR shall come to a mutual agreement as to time of completion, items and total costs, based on a written estimate submitted by CONTRACTOR. A Purchase Order, when issued, will provide a "not -to -exceed" total cost and completion time for the work. 8.1 Determination of amount of payment to be paid to the Contract will be according to the final quantities as measured for each item as indicated and specified under various appropriate group headings of this Contract. Only final payments will be made for each project. No partial payments will be made between beginning and completion of work on any given project, except when duration of the project shall exceed thirty (30) days from commencement of work, and upon written request of the CONTRACTOR. In the event partial payments are made, ten (10%) percent of the amount earned will be withheld from such partial payments until completion and acceptance of the project. Upon acceptance of project by COUNTY and mutual approval by COUNTY and CONTRACTOR of final quantity measurements, COUNTY will make every effort to expedite payment to CONTRACTOR. 9. RESPONSIBILITY FOR MATERIALS The CONTRACTOR shall be responsible for the safety and preservation of all materials and supplies received from the COUNTY, or purchased by him as ordered by the COUNTY, until final inspection of the work and acceptance thereof by the COUNTY. In the event such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, CONTRACTOR shall replace same without cost to COUNTY. When materials are supplied by the COUNTY, the CONTRACTOR is responsible for a visual inspection of the material at the time of his acceptance. If the CONTRACTOR finds the material to have flaws, cracks or other defects, CONTRACTOR shall not take receipt and shall notify the CONTRACT ADMINISTRATOR immediately. After receiving the material, the CONTRACTOR will be responsible for it. A written receipt signed by the CONTRACTOR is required for all materials accepted. GRMC-PB12-2005 2/16/06 Page 62 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 • • ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 10. DEFECTIVE WORK If at any time before final acceptance of the work, defects shall be found, the CONTRACTOR shall promptly correct such defects, remove and dispose of all defective or unsatisfactory work or materials, and supply other work and/or materials in accordance with the Contract requirements. Completed construction will not relieve the CONTRACTOR of the responsibility for satisfactory work or materials, although the defects may have been overlooked by the CONTRACT ADMINISTRATOR, or may have been the result of damage from any cause. Bidder's attention is called to Section 10 "PERFORMANCE AND PAYMENT GUARANTY," re: requirement for continuation of a bond for a period of one (1) year after completion and acceptance of work performed under this Contract. 11. SITE -RESTORATION The CONTRACTOR shall remove all excess material and shall clean and restore the site to its original condition or better. All damage as a result of work under this Contract done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, traffic signs, shrubbery, grass, trees, utility poles, utility pipe lines, conduits, catch basins, flagstones, rocked, graveled or stabilized areas or driveways, and including all property not specifically named herein, shall be repaired and/or replaced as necessary by the Contractor at Contractor's expense. 12. STANDARDS Whenever in these specifications certain standards or regulations are referred to by name and or number, the applicable publication shall be the latest edition thereof. 12.1 Reference by abbreviation is made in accordance with the following list: AASHTO for American Association of State Highway Officials ASNI for American National Standards Institute AREA for American Railroad Engineers Association ASTM for American Society for Testing Materials AWWA for American Water Works Association ASA for American Standards Association 13. TESTING All tests that are required shall be done by an independent testing laboratory supplied by the COUNTY. The CONTRACTOR shall supply the requested samples for the testing without additional cost to the COUNTY. The cost for the testing shall be paid by the COUNTY. Any test which fails to meet the "Minimum Standards" shall be paid for by the CONTRACTOR by deducting the costs from the contract price. GRMC-PB 12-2005 2116/06 Page 63 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 14. EASEMENT PROCEDURES The CONTRACTOR shall advise property owners prior to beginning construction in an easement. Easement requirements are a part of the easement acquisition agreements between the property owners and the COUNTY. The CONTRACTOR shall consult with, and be advised by the division requesting services of all easement acquisition agreements. 15. ALLOWANCE FOR NON-BROWARD COUNTY PERMIT FEES Measurement for payment for non-Broward County permit fees will be based upon the actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, all in accordance with the Contract Documents. The allowance amount shown on the bid schedule is an estimated of permit fees required for the project and is a cost pass through item. The permit fee located on page 10 of 64 will be reconciled with the actual cost by change order. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated and approved by the ENGINEER will be paid as part of this bid item. 16. PAY ITEM NO. 2a: 16.1 PORT SECURITY — BACKGROUND CHECKS, IDENTIFICATION BADGES AND DOCKSIDE PERMITS: This allowance item is established in order to reimburse the CONTRACTOR for paying for the requisite criminal background checks, identification badges and dockside permits, in accordance with the Port Security Regulations. CONTRACTOR shall be responsible for insuring that all personnel apply for identification badges and permits. CONTRACTOR shall be solely responsible for insuring that all personnel associated with this project display an identification badge or dockside permit, at all times. After obtaining and paying for the identification badges and dockside permits, the CONTRACTOR will be reimbursed the cost, from the Port Security — Background Checks, Identification Badges and Dockside Permits Allowance Pay Item. CONTRACTOR shall include copies of paid receipts, identification badges and dockside permits in order to be reimbursed. CONTRACTOR shall request reimbursement on a monthly basis, in conjunction with the Application for Payment. No markup or additional charge by the CONTRACTOR will be allowed. CONTRACTOR may use the allowance amount in any combination of background checks, identification badges and dockside permits. Once allowance amount is exhausted, CONTRACTOR shall request and be issued a change order for the reimbursement of amounts spent for background checks, identification badges and dockside permits. CONTRACTOR will not be allowed markup or additional charge for the reimbursement costs beyond the allowanced amount GRMC-PB12-2005 2/16/06 Page 64 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "A" (Continued) TECHNICAL SPECIFICATIONS AND REQUIREMENTS GENERAL ROADWAY AND MISCELLANEOUS CONSTRUCTION (NON -SHELTERED MARKET) 17. PAY ITEM NO. 2b - UNSUITABLE SOIL MATERIALS REMOVAL AND DISPOSAL 17.1 DESCRIPTION: This unit price item is compensation for all unsuitable soil material removal and disposal required to prepare the roadway for base and asphalt installation from the post clearing and grubbing grade to the proposed Subgrade elevation. 17.2 MEASUREMENT AND PAYMENT: This unit price amount is billable on the number of cubic yards of unsuitable material removed and disposed of off -site at a licensed disposal facility as substantiated by truck tickets signed by authorized Port personnel and receipts from the licensed disposal facility. This unit price shall include the operations required to separate unsuitable material from suitable material to be utilized on site. All other earthwork activities included within this section and described within the construction plans shall be considered incidental and will have no separate payment. 18. PAY ITEM NO 2c 18.1 FLORIDA POWER AND LIGHT (FPL) ALLOWANCE: This Allowance Item allows for the CONTRACTOR to be reimbursed the cost of FPL services to relocate their facilities (i.e., underground ducts, manholes, power poles, transformers, cables) which may exist at the project site and conflict with the final plans and specifications for project build out. The CONTRACTOR will coordinate its work with FPL. The cost of any FPL facilities requiring relocation shall be paid for by the CONTRACTOR. The CONTRACTOR shall be reimbursed these FPL costs which will be paid for under the Allowance Pay Item. Payment shall be made to FPL by the CONTRACTOR within seven business days after receipt of invoice. The invoice must be submitted with a copy of the paid FPL invoice and copy of the CONTRACTOR's check, which substantiates payment, on their next Pay Application. No mark up or charge by the CONTRACTOR will be reimbursed. No payment will be made by the COUNTY for FPL repair costs stemming from facilities damaged by the CONTRACTOR. GRMC-PB12-2005 2/16/06 Page 65 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "B" BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: Broward County through its Broward County Board of County Commissioners County Administrator Governmental Center 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Expiry: Amount: (in United States funds) (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at (Branch Address) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of availabie by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of agreed upon by and between Broward County and (Contractor, Applicant, Customer) pursuant to the (Contractor, Applicant, Customer) Bid/Contract No. for (Name of Project) Drafts must be drawn and negotiated not later than (Expiration Date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number) of , dated (Bank Name) GRMC-PB12-2005 2/16/06 Page 66 of 84 PREVIOUS CONTRACT NO. H-9-03-242-61 BID NO. H-Z-05-376-B1 i ATTACHMENT "B" (Continued) BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT (Continued) This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the Broward County Administrator with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to Broward County that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. The execution of the contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the (Contractor, Applicant, Customer) shall be released of obligations. This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or county and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title GRMC-PB 12-2005 2116/06 Page 67 of 84 0 • • PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 ATTACHMENT "C" FORM OF PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we as Surety, are bound to the Board of County Commissioners of Broward County, Florida, as Obligee, hereinafter called COUNTY, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract dated the day of 2006, with COUNTY for which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Performs the Contract between the CONTRACTOR and the COUNTY for construction of the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying CONTRACTOR with labor, materials, or supplies, used directly or indirectly by CONTRACTOR in the prosecution of the work provided for in the Contract; and 3. Pays COUNTY all losses, damages, expenses, costs and attorneys fees including appellate proceedings, that COUNTY sustained; and 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void; otherwise it remains in full force. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Whenever CONTRACTOR shall be, and declared by COUNTY to be, in default under the Contract, the COUNTY having performed COLINTY'S obligation thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions; or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible Bidder, or, if the COUNTY elects, upon determination by the COUNTY and surety jointly of the lowest responsible Bidder, arrange for a Contract between such Bidder and COUNTY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by COUNTY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by COUNTY to CONTRACTOR. GRMC-PB12.2005 2/16106 Page 68 of 84 • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-BI ATTACHMENT "C" (Continued) FORM OF PERFORMANCE AND PAYMENT BOND No right action shall accrue on this bond to or for the use of any person or corporation other than the COUNTY named herein and those persons or corporations provided for by Section 255.05, Florida Statutes, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. Signed and sealed this WITNESSES: day of , A. D., 2006. Secretary (CORPORATE SEAL) up IN THE PRESENCE OF: (Name of Corporation) BY: (Signature and Title) BY: (Type Name and Title signed above) INSURANCE COMPANY: BY: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: GRMC-PB12-2005 2/16/06 Page 69 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "D" PERFORMANCE AND PAYMENT GUARANTY FORM IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: Broward County through its Broward County Board of County Commissioners Amount: County Administrator in United States Fund Governmental Center 115 South Andrew Avenue Fort Lauderdale, Florida 33301 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at (Branch Address) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of available by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of (Contractor, Applicant, Customer) agreed upon by and between Broward County and (Contractor, Applicant, Customer) pursuant to the Bid/Contract No. for (Name of Project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (Expiration Date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number) of , dated (Bank Name) GRMC-PB 12-2005 2/16/06 Page 70 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "D" (Continued) PERFORMANCE AND PAYMENT GUARANTY FORM IRREVOCABLE LETTER OF CREDIT This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the final completion of the Project by the (Contractor, Applicant, Customer) and final acceptance by Broward County. This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title GRMC-PB12-2005 2/16106 Page 71 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 • ATTACHMENT"E" FORM OF CERTIFICATE AND AFFIDAVIT FOR BONDS UNDER $500,000.00 NOTE: THIS DOCUMENT WILL NOT SERVE AS A VALID BOND. TO: BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY RE: BID NUMBER BIDDER NAME ADDRESS PHONE AMOUNT OF BOND SURETY BOND COMPANY NAME ADDRESS PHONE This is to certify that, in accordance with Chapter 85-104, Laws of Florida (HB1266), the insurer named above: Holds a certificate of authority authorizing it to write surety bonds in Florida. Has twice the minimum surplus and capital required by the Florida Insurance Code. Holds a currently valid certificate of authority issued by the United States Department of Treasury under Section 9304 to 9308 of Title 31 of the United States Code. Date Signed Agent and Attorney -in -Fact AFFIDAVIT STATE OF FLORIDA ) COUNTY OF )SS Before me this day personally appeared , Chief Financial Officer of , who, being duly sworn, executed the foregoing instrument and acknowledged to and before me the truthfulness and accuracy of the statements in the foregoing instrument. Signature of person making Affidavit SWORN TO AND SUBSCRIBED before me this day of , 2005 Notary Public, State, State of Florida My Commission Expires: GRMC-PB12-2005 2/16/06 Page 72 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "F" DRUG FREE WORKPLACE CERTIFICATION The undersigned vendor hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (I) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (I) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (I) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free work.:: .rogram through implementation of subparagraphs (1) through (6). DANIEL STATE OF 'Of1 da COUNTY OF BYQN4 RESIDENT (Print Vendor Name The foregoing instrument was acknowledged before me this 21 day of tCf\ , 2006, by Dank:6 O. W t_1Qy (Name of person who's signature is being notarized) as (Pt- �n of WEEKLEY ASPHALT PAVING, INC (Title) (Name of Corporation/Company) known to me to be the person described herein, or who produced (Type of Identification) as identification, and who did/did not take an oath. NOTAR UBLIC: (Signature) Colomis;ion MD22,1 18 ExpiVe:,:.,:1116,?007 (Print Name) My commission expires: GRMC-PB12-2005 2/16/06 Page 73 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT"G" INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE The following is a summary of requirements contained within Broward County Ordinance 2002-45 (Living Wage Ordinance). If there is any conflict between the following summary and the language in Broward County Ordinance 2002-45, the language in Ordinance 2002-45 govems. These terms may supplement the specific requirements of the ordinance in order to effectuate the intent. Bidders are advised that the provisions of Broward County Ordinance 2002-45 (Living Wage Ordinance) will apply to any contract(s), exceeding $100,000.00 per year, awarded pursuant to this bid. By submitting a bid pursuant to these specifications, a bidder is hereby agreeing to comply with the provisions of Ordinance 2002- 45, and acknowledges awareness of the penalties for non-compliance. A copy of this ordinance may be obtained from the purchasing agent issuing this bid. I. The bidder, under the terms of the Living Wage Ordinance, must comply with the following details. See the full Ordinance for full information about contractor's obligations at: http://Iibrary1.municode.com/gateway.dll/FL1 /floridal /6021 /6022?f=templates&fn=default. htm&npus ername=10288&nppassword=MCC&npac credentialspresent=true&vid=default A. All covered employees, including those of the Bidder's subcontractors, providing service pursuant to the Bidder's contract shall be paid a living wage of no less than $9.77 per hour with health benefits as described in this section (after October 1, 2005, $10.15 per hour), or otherwise $11.05 per hour (after October 1, 2005, $11.48 per hour), regardless of any contractual relationship which may be alleged to exist between the Bidder and such employees. The Bidder and covered subcontractors, hereinafter referred to as "covered employer" may comply with the living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits, costing the covered employer at least $1.28 per hour (after October 1, 2005, $1.33 per hour) toward the provision of health care benefits for employees and their dependents. B. Covered employees shall be paid not Tess than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. C. The employer must post in a visible place on the site where such contract work is being performed, a notice specifying the wages/benefits to be paid under County Ordinance 2002-45. This poster will be provided by the County. Bidders shall provide a copy of the requirements of the ordinance to any entity submitting a bid for a subcontract on this contract, prior to their submitting a bid. D. The covered employer must print the following statements on the front of the covered employee's first paycheck for work performed for this contract and every six months thereafter: "You are required by Broward County Ordinance to be paid at least (insert applicable rate pursuant to the Ordinance) dollars an hour. If you are not paid this hourly rate, contact your supervisor or a lawyer." All notices will be printed in English, Spanish and Creole. GRMC-PB12-2005 2/16/06 Page 74 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 - BID NO. H-Z-05-376-B1 ATTACHMENT "G" (Continued) INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE II. LIVING WAGE - INDEXING: The Living Wage amounts shall be annually indexed to inflation using the Miami PMSA Consumer Price Index for all Urban Consumers (CPI-U), calculated by the United States Department of Commerce. The first indexing adjustment shall occur for the 2004-2005 County fiscal year using the Consumer Price Index figures provided for the calendar year ending December 31, 2003, and thereafter on an annual basis. Unless amended, the Living Wage Ordinance Indexing will be implemented as follows: No later than March 30, 2004 and every March 30 thereafter, the County will post the adjusted living wage rates on its Purchasing Division website, and will notify the awarded contractor of these rates which will be effective the following October 1. Service contractors so notified are responsible for notifying existing covered subcontractors of the revised living wage rates no later than July 30. All covered employers shall commence payment of the revised rates to covered employees no later than October 1 of that year. III. LIABILITY FOR UNPAID WAGES; LIQUIDATED DAMAGES; WITHHOLDING: In the event of any underpayment of required wage rates by the covered employer, civil and/or administrative penalties may be assessed. IV, PAYROLL; BASIC RECORDS; REPORTING: A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto. and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The records shall contain: the name and address of each covered employee, the job title and classification, the number of hours worked each day, the gross wages earned and deductions made; annual wages paid; a copy of the social security retums and evidence of payment thereof; a record of fringe benefit payments including contributions to approved plans; and other information the Contract Administrator should require from time to time. B. The successful bidder shall provide a certificate to the Contract Administrator prior to the award of the contract in substantially the form attached hereto. It must include the name, address, and phone number of the covered employer and a local contact person; the specific project for which the service contract is sought; the amount of the contract and the applicable department the contract will serve; a brief description of the project or service provided; a statement of the wage levels for all employees; and a commitment to pay all employees a living wage as set forth in the Ordinance. C. The covered employer shall submit the payroll information required every six months, to the applicable Contract Administrator, including a copy of the complete payroll for one payroll period showing employer's payroll records for each covered employee working on the contract for covered services. GRMC-PB12-2005 2/16106 Page 75 of 84 • • • PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "G" (Continued) INVITATION FOR BID SUPPLEMENTAL GENERAL CONDITIONS LIVING WAGE ORDINANCE IV. PAYROLL; BASIC RECORDS; REPORTING: (Continued) D. The covered employer shall make the covered employees' payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours on the job. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the ordinance and for the maintenance of records and provision of access to same by all covered subcontractors. V. SUBCONTRACTS: The service contractor shall insert in any subcontracts the applicable clauses as required by the Living Wage Ordinance and also a clause requiring the sub -contractors to include these clauses in all other subcontracts. The service contractor shall be responsible for compliance by any subcontractor with the Living Wage Ordinance as it applies to their subcontract. VI. COMPLAINTS AND HEARINGS; TERMINATION AND DEBARMENT: If a covered employee believes that he or she is not being paid in accordance with the Living Wage Ordinance, the employee may file a complaint with the Office of Professional Standards in accordance with the County's Living Wage Complaint Procedures. Complaints will be investigated, determinations issued, and hearings afforded to the effected parties in accordance with the County's Living Wage Complaint Procedures. Covered employers found to have violated the ordinance may suffer any or all sanctions provided for in the ordinance, including wage restitution, damages, termination or suspension of payment under the contract, termination of the contract, debarment. The ordinance also provides employees with a private right of action in court. GRMC-PB 12-2005 2/16/06 Page 76 of 84 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "G" BROWARD COUNTY LIVING WAGE EMPLOYER CERTIFICATION This certification must beprovided at the request of the purchasing agent before award of the contract. Employer: \Nj Q L lorry AsphalA- Pav i r`9 ,"TDC Date: Address: 20701 skull 'RQrnb r0Y !�; nos , �L 33332 Phone Number: (ct541 620-2005 Local Contact: . ni�1 'D. Wae.kIey Bid/Contract Number: HZQS3761 Address:20' S+irl►r9 280 nrorc 't- reti- ( Contract Amount: ,g, Z2" Q'Q 3, d a Phone Number: (G541 G 0 -SOON y Department Served: Brief Description of Service Provided: Please check one: are provided health benefits valued at are not provided health benefits. By signing below I hereby certify that the employees listed below: A. Receive a minimum pay of $ per hour and $ per hour. B. Receive a minimum pay of $ per hour and _ Please check one: for the above referenced contract: period: Names A or B Names of employees to be providing covered services Names of employees that provided service for this invoice Names A or B ❑ ❑ (Use reverse side or attach information, if needed) I, , hereby certify that is committed Name Title Contractor to pay all employees working on this contract/project, and therefore covered by the Broward County Living Wage Ordinance 2002-45, in accordance with wage rates and provisions of the Living Wage Ordinance. I further certify that all of th ' rmation provided aboveis true, complete and correct. By DANTEL D. WEEKLEY, PRESIDENT Sig ature PrintfType Name and Title GRMC-PB12-2005 2/16/06 Page 77 of 84 333S1 PREVIOUS CONTRACT NO. H-9-03-242-B1 BID NO. H-Z-05-376-B1 ATTACHMENT "H" LETTER OF INTENT To Utilize a Minority/Women Subcontractor/Subconsultant From: (Name of Proposer/Bidder) To: Broward County, Selection and Negotiation Committee Project Description: In response to Broward County's RLI/Bid No. , the undersigned hereby agree to utilize the minority/women firm listed below, if awarded the contract. The undersigned further certify that the firm has been contacted and properly apprised of the projected work assignment(s) upon execution of the contract with Broward County. Name of Firm: (Proposed Minority/Women Subcontractor/Subconsultant) Ethnicity/Category: (i.e., Minority Business Enterprise — Black (MBE-B); Hispanic (MBE-H); Woman Business Enterprise (WBE), as reflected in the firm's certificate) Work Assignment: Percentage of Prime's Contract Fees to be Awarded: (Dollar Amount or Percentage %) (Signature of Owner or Authorized Rep.) (Date) Subscribed and sworn to before me this day of - 200__ (Notary's Signature) (Notary Seal) (ACKNOWLEDGEMENT BY THE PROPOSED M/WBE FIRM) The undersigned intends to perform work in connection with the above Contract as (check one) an individual a partnership a corporation a joint venture. The undersigned agrees with the prime contractor's/consultant's proposal and further certifies that all information provided herein is true and correct. (Signature of Owner or Authorized Rep.) (Date) Subscribed and sworn to before me this day of 200 (Notary's Signature) (Notary Seal) SBDD Compliance Form 2004-1 GRMC-PB12-2005 2116106 Page 78 of 84