Contract Documents and Specifications for TRAFFIC CONTROL SIGNAL PRIORITY SYSTEM REBID CIP #84356 Bid #122153CS Sarasota County Public Works 1001 Sarasota Center Boulevard Sarasota FL 34240 This page left intentionally blank TABLE OF CONTENTS __________________________________________________________________________________ SECTION PAGE 1 PUBLIC BID DISCLOSURE ACT FORM 2 INVITATION FOR BIDS INSTRUCTIONS, TERMS, AND CONDITIONS CONSTRUCTION AND OTHER SEALED BIDS BID FORM 3 Bidder’s Agreement Form Price Schedule 4 Sworn Statement, Florida Trench Safety Act Status of Contracts On-hand Report Contractor’s Qualification Form (FDOT & Non-FDOT) Bidder-Info Form List of Subcontractors Stored Materials Affidavit 6 IN-1 to IN-2 ITC-1 to ITC-15 BF-1 to BF-2 & BF-4 BF-3 BIDDER’S CERTIFICATIONS Drug-free Workplace Program 5 BD-1 to BD-2 DWP-1 TS-1 to TS-2 SCH-1 CQF-1 to CQF-4 BIF-1 & 2 LOS-1 to LOS-2 SMA-1 BONDS Bid Bond BB-1 to BB-2 Performance and Payment Bond PB-1 to PB-3 CONSTRUCTION CONTRACT Immigration Status Affidavit Minority Business Enterprise (MBE) Project Plan C-1 to C-10 ISA-1 MBE-1 to MBE-2 7 RELEASE OF LIEN RL-1 to RL-2 8 GENERAL PROVISIONS 9 SPECIAL PROVISIONS SP-1 to SP-6 10 TECHNICAL PROVISIONS (see Section) 11 SARASOTA COUNTY STANDARD SPECIFICATIONS (see Section) 12 SARASOTA SUPPLEMENT TO FDOT SPECIFICATIONS (see Section) 13 FDOT SPECIAL PROVISIONS & SUPPLEMENTAL SPECIFICATIONS (see Section) 14 SHOP DRAWINGS (see Section) 15 PROJECT SPECIAL PROVISIONS (see Section) GP-1 to GP-25 _______________________________________________________________________________________ 23 Sept 11 Revision TABLE OF CONTENTS Page i TABLE OF CONTENTS __________________________________________________________________________________ NUMBER Item TECHNICAL PROVISIONS TP 663 Vehicle Detector Assemblies TP 784 Intelligent Transportation Systems Network Devices SARASOTA COUNTY STANDARD SPECIFICATIONS SCSS 98 Project Signs SUPPLEMENTAL SPECIFICATIONS SS 102 Maintenance of Traffic SPECIAL NOTE: For any pay items which appear on the bid form and for which there is no Technical Provision contained in Section 10 or Supplement to FDOT Specification in Section 12, the pay item shall be provided, measured, and paid as per the provisions of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, edition dated as per Sarasota County’s Special Provisions, including FDOT’s Special Provisions and Supplemental Specifications. Technical Provisions and/or Supplement to FDOT Specifications have been included which may not have pay items listed on the bid form. These Technical Provisions and/or Supplement to FDOT Specifications are included as incidental to other items covered under Technical Provisions and/or Supplement to FDOT Specifications, which are included herein. PAY ITEMS UNITS OF MEASURE AC = Acre GM = Gross Mile MG = Thousand Gallons for Mobility AS = Assembly HR = Hours NM = Net Mile CY = Cubic Yard LF = Foot PI = Per Intersection EA = Each LO = Location SF = Square Foot DA = Day LS = Lump Sum SY = Square Yard GA = Gallon MG = Million Gallons for Utility TN = Ton _______________________________________________________________________________________ 23 Sept 11 Revision TABLE OF CONTENTS Page ii SECTION 1 _____________________________________________________________________________________ SARASOTA COUNTY PURCHASING MANAGEMENT DIVISION PUBLIC BID DISCLOSURE ACT FORM Traffic Control Signal Priority System, Rebid #122153CS, Pursuant to Section 218.80, Florida Statute, Sarasota County hereby discloses that the following licenses, permits, and fees (and their costs) are issued by Sarasota County Government and/or Sarasota County elected officials for construction within Sarasota County. The licenses, permits, and fees applicable to this project are indicated below and must be obtained and/or paid by the successful bidder. Vendors are hereby warned that the licenses, permits, and fees listed below are only licenses, permits, and fees "issued by Sarasota County Government". The successful bidder is totally responsible to identify and obtain all other applicable licenses, permits, and fees. The cost of all licenses, permits, and fees applicable to this project are to be included in the price(s) bid in this invitation to bid. I. SARASOTA COUNTY REQUIREMENTS (applicable only to firms residing in Sarasota County): 1. Sarasota County Local Business Tax: (formerly known as Occupational License) a. License Cost *: Go towww.sarasotataxcollector.com b. Applicable to Project: Yes 2. Sarasota County Certificate of Competency and/or Operating Certificate: Biennial Certificate Cost Applicable to Project ** a) General Contractor, Class A† $360.00 n/a b) Building Contractor, Class B† $270.00 n/a c) Residential Contractor, Class C† $180.00 n/a d) Underground Utility Contractor $ 0.00 Yes e) Electrical Contractor† $180.00 Yes f) Plumbing Contractor† $180.00 n/a g) Mechanical Contractor – Class “A” or “B” or “M” † $180.00 n/a h) Roofing Contractor† $180.00 n/a i) Alum. Cont., Specialty, incl. Concrete◊ $180.00 n/a j) Commercial Pool Contractor, Class A† $180.00 n/a k) Residential Pool Contractor, Class B† $180.00 n/a l) Swimming Pool Svc’g Cont., Class C† $180.00 n/a m) Marine Specialty Contractor† $180.00 n/a n) Specialty Structure Contractor† $180.00 n/a o) Irrigation System Special. Cont. ◊ $180.00 n/a p) Water Conditioning Installer, Exempt $ 0.00 n/a q) Journeyman Electrician or Plumber (cannot pull permits) ◊ $ 45.00 n/a r) State Certified Contractors (Administrative Fee) $ 45.00 Yes s) House Moving◊ $180.00 n/a t) Hurricane Shutter◊ $180.00 n/a u) Fence Erection◊ $180.00 n/a v) Demolition◊ $180.00 n/a w) Window Door◊ $180.00 n/a x) Garage Door Installation◊ $180.00 n/a y) Masonry/Concrete Contractor◊ $180.00 n/a * Go to www.sarasotataxcollector.com / Business Tax / Fees - to determine cost. ** Only those items marked with a "YES" in this column are applicable to this project. † Bidder must be a licensed General Contractor, Class A, B, or Underground Utility Contractor in the State of Florida. ◊ Local License only. _______________________________________________________________________________________________________________________________ 22 Oct 10 Revision PUBLIC BID DISCLOSURE ACT FORM PAGE BD-1 SECTION 1 _____________________________________________________________________________________ State-certified or licensed Contractors with state-issued certificates or licenses in one or more of the above categories need only submit proof of certification to be exempt from obtaining or paying the cost of the matching Sarasota County certificates or licenses. II. SARASOTA COUNTY REQUIREMENTS: PROJECT-SPECIFIC (applicable to all firms): 1. List other applicable Sarasota County Government certificates/licenses and costs: n/a 2. Sarasota County applicable permits and/or licenses fees and/or costs: Sarasota County Right-of-Way Use Permit $265.00 City of Sarasota Right-of-Way Use Permit no fee City of Venice Right-of-Way Use Permit no fee City of North Port Right-of-Way Use Permit no fee FDOT Right-of-Way Use Permit no fee _______________________________________________________________________________________________________________________________ 22 Oct 10 Revision PUBLIC BID DISCLOSURE ACT FORM PAGE BD-2 SECTION 1 ______________________________________________________________________________ SARASOTA COUNTY GOVERNMENT INVITATION FOR BIDS CONSTRUCTION CONTRACT This Invitation for Bid (IFB) document is available www.scgov.net via eProcure. eProcure is accessible via Sarasota County Procurement’s website at: http://www.scgov.net/CFPO/ProcurementPurchasing/procurementpurchasing.asp Bidders must be registered as a vendor in eprocure prior to submitting a bid. Sarasota County is not responsible for the accuracy of solicitation documents and information obtained from any source other than eProcure. SOLICITATION SUMMARY SOLICITATION NUMBER: 122153CS SOLICITATION TITLE: Traffic Control Signal Priority System Rebid SUMMARY: The project consists of installing GPS based Emergency Vehicle Preemption devices at one hundred ninety seven (197) intersections, installing GPS based in-vehicle transmitters in eighty-eight (86) vehicles, and installing a Central Management Software for the preemption system. ADVERTISE DATE: July 25, 2012 DUE DATE AND TIME: MONDAY, August 27, 2012 at 2:30 p.m. REQUEST FOR INFORMATION (RFI) DEADLINE: August 20, 2012 at 5:00 P.M. BID OPENING LOCATION: PRE-BID MEETING: Sarasota County Government, Procurement 1660 Ringling Blvd. 3rd Floor Sarasota, FL 34236 Mandatory 1 Non-Mandatory N/A TIME/DATE OF PRE-BID MEETING: August 7, 2012 at 9:00 a.m. LOCATION OF PRE-BID MEETING: SARASOTA COUNTY OPERATIONS CENTER, 1001 SARASOTA CENTER BLVD., CONFERENCE ROOM 2, SARASOTA, FL 34240 SITE VISITS: Mandatory PROCUREMENT ANALYST: Non-Mandatory N/A Christine M. Davis, Procurement Analyst E-MAIL: [email protected] PHONE: 941-313-4580 FAX: 941-861-5171 SUBMITTAL INSTRUCTIONS: Solicitations identified in eProcure as Electronic: Electronic bids must be submitted via eProcure by the due date and time stated in the solicitation summary. Manual bid submissions will not be accepted for solicitations identified as electronic. 1 Failure to attend a mandatory pre-bid meeting will result in your bid being declared non-responsive. _____________________________________________________________________________________________________________________ 22 May 12 eProcure Revision INVITATION FOR BIDS PAGE IN-1 SECTION 1 Solicitations identified in eProcure as Manual: Four (4) signed copies of your bid must be submitted in one sealed package by the due date and time stated in the solicitation summary. Bid packages must clearly state the name of the bidding company and “SEALED BIDS FOR BID,” “Bid #122153CS, Traffic Control Signal Priority System Rebid” on the outside. Packages must be delivered to: Sarasota County Government, Procurement 1660 Ringling Blvd. 3rd Floor Sarasota, FL 34236 The County assumes no responsibility for any bids (manual or electronic) received after the posted due date and time or at any location other than that specified, no matter what the reason. Late submittals will be held unopened and will not be considered for award. All printed and photocopied documents related to the submission of this bid and fulfillment of any resulting contract shall be double-sided and printed on recycled paper with a minimum of 30% post-consumer content. REQUESTS FOR INFORMATION Requests for information must be submitted electronically through the eProcure system. RFI’s submitted after the RFI deadline stated in the solicitation summary will not be accepted. No verbal RFI’s will be honored. The electronic response posted in eProcure or the posting of an addendum in eProcure are the only official methods whereby interpretation, clarification or additional information will be provided. A bid bond or certified cashier’s check payable to the Board of County Commissioners, equal to 5% of the total bid must be enclosed with the bid. Any bonding company submitting a bid or performance bond to Sarasota County Government must be licensed to transact a fidelity and surety business in the State of Florida, must hold a Certificate of Authority from the Secretary of the Treasury under Act of Congress, approved on July 30, 1947 (U.S.C. 613), and must meet the bond requirements listed in the bid specifications. Bidders are advised that a performance and payment bond of 100% of the contract amount will be required. Publish: July 25, 2012 Open: August 27, 2012 Procurement Sarasota County Government 22 May 12 eProcure Revision INVITATION FOR BIDS PAGE IN-2 SECTION 2 _____________________________________________________________________________________________ INSTRUCTIONS, TERMS AND CONDITIONS CONSTRUCTION and OTHER SEALED BIDS 1. IRREVOCABLE OFFER Any bid may be withdrawn until the due date and time set for opening of the bid. Any bid not so withdrawn shall, upon opening, constitute an irrevocable offer for a period of 120 days to sell to Sarasota County the goods or services set forth in the attached specifications. 2. 3. INTERPRETATION OF ESTIMATED QUANTITIES 2.1 The estimated quantities of work and materials given in the bid form are considered approximate only and are to be used solely for the comparison of bids received. The County does not expressly or by implication represent that actual quantities involved will correspond exactly therewith, nor shall the Bidder plead misunderstanding or deception because of such estimate neither of quantities nor of the character, location or other conditions pertaining to the work. 2.2 Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and other contract or work assignment documents. 2.3 It is understood that the quantities may be increased, decreased or deleted as provided in the contract documents without invalidating any of the unit or lump sum prices bid. MATHEMATICAL ERRORS In the event of multiplication/extension error(s), the unit price shall prevail. In the event of addition error(s) the extension totals will prevail. Written prices shall prevail over figures. All bids shall be reviewed mathematically and corrected, if necessary, using these standards, prior to additional evaluation. 4. DELIVERY Unless otherwise specified, all prices are to be FOB-delivered prices, to any location in the County. Should a bid call for delivery to either north or south County alone, with separate bid prices, the dividing line is Blackburn Point Road, between Laurel and Osprey, Florida. 5. CONTRACT FORMS Any agreement, contract, work assignment, or purchase order resulting from the acceptance of a bid shall be in a form either supplied by or approved by the County. 6. EXAMINATION OF BID DOCUMENTS AND SITE 6.1 The Bidder shall carefully examine the site of the work, the plans, and other bid documents for the work contemplated. It is the responsibility of the __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-1 SECTION 2 _____________________________________________________________________________________________ Bidder to investigate and become fully informed of the construction and labor conditions, of obstructions to be encountered, of the character, quality and quantities of work to be performed, materials to be furnished, and requirements of the plans and other bid documents. Failure to do so does not relieve a successful Bidder of his obligations to furnish all materials, equipment, and labor necessary to carry out the provisions of the contract documents and to complete the contemplated work for the consideration set forth in his bid. 6.2 7. Submission of a bid constitutes an incontrovertible representation that the Bidder has complied with every requirement of this paragraph and that bid documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work. BID EXPENSES Bidders shall bear all costs and expenses incurred in developing, preparing, and submitting bids. 8. LOCAL PREFERENCE 8.1 Unless otherwise noted in the solicitation, preference shall be given to a “local business” in the awarding of any Invitation for Bid or Request for Proposal in accordance with Sections 2-219 and 2-220 of the Sarasota County Code. Local preference shall not apply to other types of solicitations unless explicitly stated in subject solicitation. 8.2 "Local business" means the vendor has paid a local business tax either to Sarasota County or to the county in which the vendor is located, if applicable prior to bid submission that authorizes the vendor to provide the commodities or services to be purchased, and maintains a permanent physical business address located within the limits of either Sarasota, Manatee, DeSoto or Charlotte County from which the vendor operates or performs business, and at which at least one full time employee is located. 8.3 In addition, fifty percent (50%) or more of the employees based at the local business location must reside within Sarasota, Manatee, DeSoto, or Charlotte County. 8.4 In the event the local office is not the primary location of the vendor, at least 10% of the vendor's entire full-time employees must be based at the local office location. Alternatively, this requirement may be satisfied if at least one corporate officer, managing partner or principal owner of the vendor resides in Sarasota, Manatee, DeSoto or Charlotte County. To determine if you may qualify for local business preference, please refer to the Local Preference Checklist for Vendors located at: http://www.scgov.net/CFPO/ProcurementPurchasing/procurementpurchasing. asp __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-2 SECTION 2 _____________________________________________________________________________________________ 8.5 Bidders wishing to be given preference as a local business must submit a local preference affidavit as part of their eProcure vendor registration prior to the due date and time listed in the solicitation summary. 8.6 For local preference to be granted, the name of the company represented on required forms must be the same as the name on the local preference affidavit. Information regarding Sarasota County's Local Business Tax can be found at http://sarasotataxcollector.governmax.com. 8.7 9. In the case of a proposal submitted by more than one entity, any one of those entities can qualify the proposal for the local preference. Subcontractors or sub-consultants cannot qualify a proposal for local preference. PROTESTS OF BID DOCUMENTS OR NOTICE OF AWARD ACTION 9.1 Protest procedures are available by contacting the Procurement Analyst listed on the solicitation summary. Protest procedures are also available online at: http://www.scgov.net/CFPO/ProcurementPurchasing/PoliciesProcedures.asp 9.2 Any protest of the terms, conditions and specifications contained in a solicitation and subsequent addendums, including, but not limited to, any provisions governing the methods for awarding the solicitation must be filed in writing with the Procurement Official, via facsimile at 941-861-5171 or delivered to the Sarasota County Procurement Office within five (5) working days of the posting of this solicitation or issuance of applicable addendum. Email is not an acceptable means of submitting a protest. 9.3 Any Bidder who believes that they have been aggrieved in connection with the award of this solicitation, as the result of a violation of the requirements of the Sarasota County Procurement Code or any applicable provision of law, may protest the award action. Protestors must verbally notify the Procurement Official, at 941-861-5000 of their intent to protest within three (3) working days of the posting of the Notice of Award Action. 9.4 Pursuant to Section 2-223(b) of the Procurement Code, protestors, and those acting on behalf of a protestor, are prohibited from directly contacting any County officer, agent, or employee other than the procurement staff, to discuss any matter relating in any way to the solicitation being protested. This prohibition begins with the issuance of the solicitation and ends upon the execution of an agreement or cancellation of the solicitation. Failure to adhere to this restriction may result in the protest being rejected or denied by the County without further consideration. 10. PROTECTION OF RESIDENT WORKERS 10.1 Sarasota County supports the Federal Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and non-discrimination. The Contractor is held responsible to establish appropriate procedures and controls so no service under this __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-3 SECTION 2 _____________________________________________________________________________________________ contract will be performed by any worker who is not legally eligible to perform such services. 10.2 Sarasota County shall have the right to immediately terminate the contract if the County determines that the Contractor has failed to perform satisfactorily with respect to its employment practices in support of INA. 10.3 Bidders shall be required to confirm the employment eligibility of all employees through participation in E-Verify or an employment eligibility program approved by the Social Security Administration, and will require the same requirement to confirm employment eligibility of all subcontractors 11. RESERVED RIGHTS 11.1 The County reserves the right to accept or reject any or all bids, to waive minor irregularities and technicalities, and to request resubmission. Also, the County reserves the right to accept all or any part of the bid and to increase or decrease quantities to meet additional or reduced requirements of the County. 11.2 Furthermore, the County may reject bids, which exceed budgetary constraints, whether in total or by source(s) of funds. The County further reserves the right to extend the bid opening if no bids or only one bid is received. 11.3 Any sole response received by the first due date and time may or may not be rejected by the County depending on available competition, budget constraints and current needs of the County. 11.4 To be responsive, a Bidder shall submit a respects to the requirements set forth in responsible Bidder, the Bidder shall have perform fully the contract requirements, experience, integrity, reliability, capacity, which will assure good faith performance. 11.5 Also, the County reserves the right to make such investigation as it deems necessary to determine the ability of any Bidder, to deliver the goods or service requested in accordance with the bid documents to County’s satisfaction within the prescribed time. 11.6 The Bidder shall provide information the County deems necessary to make this determination. Such information may include but shall not be limited to: current financial statements, projected project schedule(s), verification of availability of equipment and personnel, and past performance records. 11.7 The Bidder shall mean the individual, partnership, corporation, or other legal entity executing the bid form. In the event the bid form is executed by a partnership, corporation, or other legal entity, that entity alone shall be deemed to be the Bidder. 11.8 Bidders are required to bid their prices on the bid forms supplied by the County in the bid document. All blank spaces must be filled in as noted, in bid that conforms in all material the invitation for bid. To be a the capability in all respects to and the tenacity, perseverance, facilities, equipment, and credit __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-4 SECTION 2 _____________________________________________________________________________________________ ink or typed, and no changes shall be made in the forms or in the items mentioned therein. 11.8.1 Bids, at the sole discretion of the County, may be deemed nonresponsive if these bid forms are not used and duly signed by an authorized representative of the Bidder. 11.9 At the sole discretion of the County any bid may be rejected for but not limited to the following reasons: any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for, or which does not contain prices set opposite to each of the several items in the bid form; a Bidder submits more than one bid for the same work by an individual, firm, partnership or corporation under the same or different names; there is evidence of collusion among those submitting bids; there is previous participation by the Bidder in collusive bids on work for the Board of County Commissioners, Sarasota County, Florida; the Bidder submits an unbalanced bid in which the prices for some items are out of proportion with the prices for other bid items or which shall in any manner fail to conform to the conditions of the published notice inviting bids; there is any uncompleted work for which the Bidder is committed by contract which, in the determination of the County Bidder is delinquent, behind schedule, or in other material ways not in compliance with said contract. 11.10 The County may review the scope of work with the apparent low Bidder before accepting the bid. Before award of the contract, the low Bidder shall furnish to the County an analysis of his bid prices, if requested to do so. 11.11 The County reserves the right, in its sole opinion, to purchase items listed in this bid through the State of Florida contracts. The County reserves the right to solicit separate bids for requirements that are a portion of a larger contract bid as a whole. 11.12 Additionally, at the County’s sole option, additional contracts may be entered into as a result of such situations as unusual volumes, time/delivery requirements, special requirements, other brands, lease, project specific requirements, or similar situations. After award of this bid the County reserves the right to add or delete items/services at prices to be negotiated at the time of addition or deletion. 11.13 The Procurement Official reserves the right to cancel any Invitation For Bid during any phase of the solicitation process. The Procurement Official further reserves the right to cancel any recommended award or recommended contract at any time prior to execution. Such determination may be based upon bid mistakes, or other reasonable factors determined to be in the best interest of the County. 12. CLARIFICATION AND ADDENDA 12.1 Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the solicitation shall be submitted electronically through the eProcure system. All requests for information (RFI) must be received no later than the RFI deadline specified in the solicitation summary. No verbal requests for information will be honored. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-5 SECTION 2 _____________________________________________________________________________________________ 12.2 The electronic response posted in eProcure or the posting of an addendum in eProcure are the only official methods whereby interpretation, clarification or additional information will be provided. It shall be the responsibility of each offeror, prior to submitting their offer, to visit eProcure and determine if addenda were issued and to make such addenda a part of their offer. 12.3 The County shall not be responsible for oral interpretations given by any County employee, representative, or others. 12.4 By submitting a response, offerors acknowledge receipt of any and all issued addenda, and agree to the provisions of each. 12.5 After the issuance of the invitation for bid, prospective Bidders or any agent, representative or person acting at the request of such Bidder shall not contact, communicate with or discuss any matter relating in any way to the bid with any officer, agent or employee of Sarasota County other than the Procurement Official or Procurement Analyst named on the Invitation for Bid. This prohibition begins with the issuance of any invitation for bid, and ends upon execution of the final contract or when the invitation or request has been canceled. 12.5.1 12.6 Violation of this prohibition may result in the Bidder being considered non-responsible and their bid rejected. Should the Bidder discover any ambiguity, inconsistency, or error, Bidder will be required to seek an interpretation as described above in advance of submitting the bid or otherwise will be prohibited from taking advantage of such ambiguity, inconsistency or error. If Bidder has not received a written clarification on an ambiguity, the Bidder shall be required to submit his bid on the basis of the highest price necessary to complete the task in question. 13. QUALITY GUARANTEE 13.1 Unless otherwise specifically provided in the specifications, all equipment, materials and articles incorporated in the work covered by this contract shall be new and of the most suitable grade for the purpose intended. 13.2 Except where specifically noted (no substitutions), reference to any equipment, material, article or patented process, by trade name, brand name, make or catalog number, shall be regarded as establishing a level of quality, performance, warranty, etc. required and shall not be construed as limiting competition. 13.3 Where products are specified by name and accompanied by the terms “or approved,” “or approved substitution,” or “or approved equal”, the Bidder may propose an alternative, but must do so in writing to the Procurement Analyst named on the Invitation For Bids, Procurement Analyst, Sarasota County Government, Procurement, 1660 Ringling Boulevard, Sarasota FL 34236, fax 941-861-5171 or 941-861-5129, specifying the bid name and no later than ten (10) days prior to bid opening. The submittal must consist of but may not be limited to the following: __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-6 SECTION 2 _____________________________________________________________________________________________ 13.4 13.3.1 Evidence that the proposed product does not require extensive revisions to the contract documents that it is consistent with the contract documents and will produce the indicated results, and that it is compatible with other portions of the work. 13.3.2 Detailed comparison of significant qualities of proposed product with those named in the specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 13.3.3 Evidence that proposed product provides specified warranty. 13.3.4 List of similar installations for completed projects with project names and addresses and names and addresses of Engineers and owners, if requested. Any such substitution shall be subject to written County approval prior to bid opening. Substitutions shall be approved only if determined by the County to be equivalent to the prescribed specifications. A bid containing a substitution is subject to disqualification if the substitution is not approved by the County. 14. ROYALTIES AND PATENTS The Bidder shall pay all royalties and license fees for equipment or processes in conjunction with the equipment and/or services it furnished. Bidder shall defend all suits or claims for infringement of any patent, trademark or copyright, and shall save the County harmless from loss on account thereof, including costs and attorney’s fees. 15. APPLICABLE LAWS 15.1 Bidders must be authorized to transact business in the State of Florida. All applicable laws and regulations of the State of Florida and ordinances and regulations of Sarasota County will apply to any resulting agreement. Any involvement with Sarasota County shall be in accordance with Sarasota County Procurement Code Ordinance 2003-084. It shall be the responsibility of the Bidder to assure compliance with any OSHA, EPA and/or other federal or State of Florida rules, regulations, or other requirements, as each may apply. All work shall comply with Sarasota County codes and regulations. 15.2 Bidders must possess all licenses as required by permitting authorities and any other government entities having jurisdiction. At the County’s discretion, and if allowed by applicable law, some or all of said licenses may be held by a subcontractor to the Bidder. 15.3 Any proposer who, as a result of a code enforcement hearing conducted by a Sarasota County special magistrate, has been determined to be in violation of any provision of the Sarasota County Code of Ordinances (whether related to the subject matter of this solicitation or not) shall be deemed non-responsible and ineligible for award of any contract hereunder. This prohibition shall be in force until the violation has been corrected and any fine imposed by the special magistrate has been fully paid. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-7 SECTION 2 _____________________________________________________________________________________________ 15.3.1 15.4 In the event a proposer is awarded a contract hereunder and subsequently is determined to be in violation of any provision of the Sarasota County Code of Ordinances as stated above, such violation shall be grounds for termination of that contract. Bidders located in Sarasota County must comply with the Local Business Tax ordinance. It shall be the responsibility of the Bidder to obtain a current local business tax receipt from the Sarasota County Tax Collector (www.sarasotataxcollector.com) and supply a copy of that receipt to the County upon request. 15.4.1 Local Preference requirements as related to the Local Business Tax ordinance are defined in paragraph 10 of these Instructions, Terms and Conditions. 16. SWORN STATEMENT, COMPLIANCE WITH FLORIDA TRENCH ACT Bidder shall be solely responsible for complying with the Florida Trench Safety Act (553.60-553.64 Florida Statutes) and Occupational Safety and Health Administration excavation safety standards, 29 CFR 1926.650 (subpart P) as amended. All costs associated with complying with these requirements shall be included in the separate line items of the bid and shall be as detailed in the Sworn Statement of Compliance with the Florida Trench Safety Act. Bidder shall submit the Statement of Compliance with the Florida Trench Safety Act form provided herein with his bid or with each work assignment. 17. DRUG-FREE WORKPLACE Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are equal with respect to price, quality and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 18. PUBLIC ENTITY CRIMES In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 19. COLLUSION 19.1 By offering a response to this invitation for bids, the Bidder certifies that he/she has not divulged to, discussed or compared his bid with other Bidders and has not colluded with any other Bidder or parties to this invitation for __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-8 SECTION 2 _____________________________________________________________________________________________ bids whatsoever. Also, Bidder certifies, as to their own organization that in connection with this invitation for bids: 19.1.1 Any prices and/or data submitted have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices and/or cost data, with any other Bidder or with any competitor; 19.1.2 Any prices and/or cost data quoted for this invitation for bids have not been knowingly disclosed by the Bidder, and will not be knowingly be disclosed by the Bidder prior to the scheduled opening directly or indirectly to any competitor; 19.1.3 No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; 19.1.4 The only person or persons interested in this invitation for bids as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this invitation for bids, or in the contract to be entered into; and 19.1.5 No person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee except bona fide employees or established commercial agencies maintained by the Bidder for the purpose of doing business. 20. PRE-BID CONFERENCE Failure by a Bidder to attend a mandatory pre-bid conference will result in their bid being considered non-responsive. 21. BID BONDS 21.1 If specified in the contract documents a bid bond or certified cashier’s check payable to the Board of County Commissioners equal to 5% of the total bid must be enclosed with the bid. Any bonding company submitting a bid to Sarasota County Government must be licensed to transact a fidelity and surety business in the State of Florida, and hold a Certificate of Authority from the Secretary of the Treasury under Act of Congress, approved on July 30, 1947 (USC 613), and with Best and “T” ratings of B+ (Very Good) or better if Contractor’s bid is under $500,000.00 and A- (Excellent) or better, if Contractor’s bid is over $500,000.00. 21.1.1 Bid bonds shall contain in type or print the description of the construction in the same language as in the invitation for bids. 22. PERFORMANCE AND PAYMENT BOND Bidders are advised that, if specified in the contract documents, a performance and payment bond of 100% of the contract or work assignment amount shall be required. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-9 SECTION 2 _____________________________________________________________________________________________ Any bonding company submitting a performance and payment bond to Sarasota County Government must be licensed to transact a fidelity and surety business in the State of Florida, and hold a Certificate of Authority from the Secretary of the Treasury under Act of Congress, approved on July 30, 1947 (USC 613), shall have an A.M. Best rating of: if bond is under $500,000 “B+” (very good) or better, and over $500,000 “A-” (excellent) or better, and a “T” Underwriting Limitation not exceeded by this project’s bond. 23. EXECUTION OF BONDS If the Contractor is a partnership, each bond should be signed by each of the individuals who are partners; if a corporation, the bonds should be signed in the correct corporate name by a duly authorized officer, agent or attorney-in-fact. The appropriate number of bonds should be executed to correspond to the number of signatories to the contract. Each executed bond should be accompanied by (a) appropriate acknowledgment of the respective parties; (b) appropriate duly certified copy of power-of-attorney or other certification of authority where bond is executed by agent, officer or other representative of Contractor or surety; (c) duly certified extract from by-laws or resolutions of Surety under which power-of-attorney or other certificate of authority of its agent, officer or representative was issued. 24. POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or performance and payment bonds must file with such bond a certified copy of their power-of-attorney to sign such bonds. Attorneys-infact must place name, address, and telephone number on this certificate. 25. FAILURE TO EXECUTE ORIGINAL CONTRACT Following the bid opening and review of the bid(s), the County will post a Notice of Bid Action. After posting the Notice of Bid Action, the County will forward to the Contractor contract(s) and related documents to be executed. If within 10 days the successful Bidder does not execute the contract and furnish the required Contractor’s bonds properly signed by the Contractor and the surety or sureties satisfactory to the County, along with the insurance as required in the contract documents, the Bidder may be deemed to be in default and the County may retain his bid bond. Award may then be made to the next lowest responsive and responsible Bidder or all bids may be rejected. 26. MINORITY BUSINESS ENTERPRISES Contractors awarded construction contracts who intend to subcontract material or service requirements of the project are encouraged to subcontract 5% or more of the project price to a certified minority business enterprise/firm or show good faith effort. 26.1 When funding is being provided by an outside agency (Example: Florida Department of Environmental Protection (FDEP), Community Development Block Grant (CDBG), State Revolving Funds (SRF), Florida Department of Transportation (FDOT) Local Agency Program (LAP), etc.) their requirements will take precedence. 27. NOTICE PROVISION Any notice or other communications concerning material changes to the contract, shall be sent via certified U.S. mail, return receipt requested, postage prepaid to the relevant __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-10 SECTION 2 _____________________________________________________________________________________________ address specified under “Contractor Representative” Administrator” as noted in the contract documents. and “County’s Project 28. PUBLIC RECORDS Bidder acknowledges that all information contained within its bid is a public record, as defined in Chapter 119, Florida Statutes. No information should be labeled confidential unless exempted under said laws. 29. TRAVEL EXPENSE Travel expenses will be reimbursed in accordance with Section 112.061, Florida Statues and the Sarasota County Board of County Commissioners Resolution No. 2010-211. 30. TAXES Sarasota County is exempt from federal excise and state sales taxes (Department of Revenue Certification No. 85-8012515235C-5); therefore, Bidders are prohibited from delineating a separate line item in their bid for any sales or service taxes. Nothing herein shall affect the Bidder’s normal tax liability. The County reserves the right, at the County’s sole option, to utilize the Sarasota County direct purchase order system and to issue direct purchase orders for applicable supplies and equipment to be utilized in this project. 31. EQUAL EMPLOYMENT OPPORTUNITY Sarasota County will affirmatively ensure that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation for bid and will not be discriminated against on the grounds of race, color, sex, religion, disability or national origin in consideration for an award. 32. SUBCONTRACTING Construction contractors shall obtain prior written approval of subcontractors and the work they will perform. A subcontractor is defined as any entity performing work within the scope of the Contractor’s project who is not an employee or a leased employee of the Contractor. 33. FUNDING The award of any contract(s) pursuant to this invitation for bids is subject to the appropriation of funds by the Sarasota County Board of County Commissioners in an amount sufficient to allow the County’s performance under the terms and conditions of such contract(s). The County shall provide prompt written notice to Bidders in the event sufficient funds have not been so appropriated. Thirty days after the date of such notice, Bidders shall be released from all further obligations arising out of their bids. 34. INVOICING Unless otherwise stipulated in Supplemental Conditions 9.3, or at the Pre-Construction Meeting, all invoices must be mailed or delivered to the Sarasota County Finance Department, Post Office Box 8, Sarasota FL 34230-0008. Invoices must contain the purchase order number, required identification information, and reflect the contract __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-11 SECTION 2 _____________________________________________________________________________________________ prices, terms, and conditions. Invoices containing deviations or omissions will be returned to the vendor for correction and resubmission. Vendors shall not perform any service or provide products until they have been issued a purchase order number. 35. “OR EQUAL” APPROVAL PROCESS There are two time frames when “or equal” equipment/supplies/materials alternates or substitutions may be reviewed and approved by the County. The first time frame is prior to bid opening in accordance with paragraph 15, Quality Guarantee. The second time frame is during construction, upon Contractor submittal of alternates or substitutions for equipment/supplies/materials that have been initially specified by use of a brand name and followed by the term “or equal”. So as to differentiate between these two time frames, the following definitions apply to this contract: 35.1 Approved Equal reviewed and approved before bid opening under the Instruction, Terms, and Conditions, paragraph 15, Quality Guarantee, and 35.2 Or Equal: Reviewed and approved after bid opening based on the Contractor’s submittal of alternates or substitutions for equipment/supplies/materials in response to the contract specifications denoting the item by a brand name followed by the term “or equal”. 36. ADDITIONAL INSTRUCTIONS TO BIDDERS 36.1 Preparation of Bids 36.1.1 Bids must be submitted on the Bid Form included in this project manual. All blank spaces in the Bid Form must be filled in legibly and correctly in ink. The Bidder shall specify the price per unit of measure and the extended total, or the lump sum bid price if such is called for, for each scheduled item of work, as well as the total price for the entire work under the contract. 36.1.2 Bidder’s base bid and all alternates for the project shall contain and include an amount equal to an additional 5%. Said amount will be shown in the space provided on the Bid Form, and is defined as a construction contingency allowance. 36.1.3 36.2 If the bid is made by an individual, he must sign his name therein and state his post office address and the name and address of every other person interested in the bid as principal. If the bid is made by a firm or partnership, its name and post office address must be stated as well as the name and address of each member of the firm or partnership. If the bid is made by a corporation, the bid must be signed by some authorized officer or agent, subscribing the name of the corporation with his own name and affixing the corporate seal. Electronic Bid Forms 36.2.1 The County may, at its discretion, provide a bid form in electronic format. If applicable for this project, the electronic file may be downloaded from eProcure. Electronic files of Addended Bid Forms will only be uploaded to eProcure. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-12 SECTION 2 _____________________________________________________________________________________________ 36.2.2 Be advised that use of the bid form made available electronically is at the Bidder’s discretion. The Bidder assumes full responsibility for the integrity of the completed bid form submitted, and acknowledges that no changes or alterations to the bid form structure or content, other than the Bidder’s pricing, are allowed. Should any changes or alterations to the bid form structure or content be detected, the bid may be determined to be nonresponsive and, therefore, disqualified. 36.2.3 The County reserves the right to correct formula errors on the bid form. 37. BONDS A Bid bond and a Performance and Payment bond will be required for this project. 38. BID AWARD 38.1 The contract will be awarded to the responsive and responsible Bidder submitting the lowest Total Bid Price provided the bid is reasonable and in the best interest of the County to accept. The County may review the scope of work with the successful Bidder before accepting the bid. 39. BID AWARD – LOCAL PREFERENCE (See Instructions, Terms, and Conditions paragraph 8) 39.1 In awarding this bid, preference shall be given to local businesses in accordance with Section 2-219 of the Sarasota County Procurement Code. If the responsive and responsible low Bidder is not a local business (hereafter non-local business Bidder), the lowest responsive and responsible local business Bidder shall have five (5) business days from the date they are deemed the responsive and responsible low Bidder by the Procurement Official, to submit an offer matching the bid submitted by the lowest responsive and responsible non-local Bidder, provided the original bid submitted by the lowest local Bidder is within 10% of the bid submitted by the lowest non-local Bidder. 39.2 Only the lowest responsive and responsible local business Bidder within 10% of the low bid shall have the opportunity to match the bid submitted by the lowest non-local Bidder. 39.3 If the offer submitted by the lowest responsive and responsible local business Bidder matches the bid submitted by the non-local lowest Bidder, award shall be made to the local business Bidder. If the local business Bidder fails to submit a bid that matches the bid submitted by the non-local business Bidder within five (5) business days, award shall be made to the non-local business Bidder. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-13 SECTION 2 _____________________________________________________________________________________________ 40. CONTRACTOR QUALIFICATIONS 40.1 Bidder and/or subcontractor(s) of the proposed team must be Florida Department of Transportation (FDOT) prequalified for the classifications of work listed below: o o o Computerized Traffic Control Systems Electrical Work Traffic Signals To further demonstrate qualifications to perform the work, each Bidder must fill out and submit with their bid package in the Contractor’s Qualification Form, FDOT CQF-1, documenting their firm’s ability to meet the Project’s experience requirements as listed under 40.1 and 40.1.1 below. 40.1.1 Project experience requirements are as follows: The Bidder must provide evidence of FDOT prequalification in a minimum of three (3) FDOT classifications of work above in 40.1 and may provide a maximum of five (5) project references, demonstrating experience for each of the three (3) criteria listed below. All project references must have been successfully completed in the last five (5) years preceding bid opening in the State of Florida. However, at least two (2) of the project references must have been successfully completed in the last three (3) years. All criteria do not need to be satisfied by each submitted project reference, however, the criteria for 40.1.1.1 and 40.1.1.2 must have been satisfied two (2) times, and criterion 40.1.1.3 must have been satisfied one time (1) on the project references accepted for responsibility. The project references may have been: 1) Self-performed with Bidder employees or, 2) Self-performed by subcontractor provided the subcontractor is part of the Contractor’s team for this project and included on the List of Subcontractor (LOS 1 & 2) form. However, for criteria 40.1.1.3, work may have been performed by a subcontractor who was not part of the Bidder’s team, but will be under contract with the prime on this project and included on the List of Subcontractor (LOS-1 & 2) form. In addition, at least one (1) of the project references submitted for consideration must have a total contract price of not less than $500,000.00. 40.1.1.1 Project reference submitted must include a GPS Emergency Vehicle Preemption system which includes the reuse of existing traffic signal controller cabinet preemption equipment previously utilized for an infrared preemption system; __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-14 SECTION 2 _____________________________________________________________________________________________ 40.1.1.2 Project reference submitted must include the installation of a GPS Preemption System on the FDOT Approved Products List (APL) and the in-vehicle transmitters and controllers. 40.1.1.3 At least one (1) project reference submitted must include the installation of a Central Management Software for central control and configuration of the GPS Emergency Vehicle Preemption System; and, 40.1.2 Bidders must use the indicated form (Contractor’s Qualification Form, FDOT/Non-FDOT CQF-1 to 4). Bidders may submit up to a maximum of five (5) Contractor’s Qualification Forms for consideration of responsiveness to the minimum qualifications. Failure to submit at least three (3) Contractor’s Qualification Forms at the time of the bid submittal, will result in the bid being declared non-responsive. 40.1.3 Failure to submit three (3) qualifying project references will result in the bid being declared non-responsible. Only project references submitted on the Contractor’s Qualification Forms at the time of bid submittal will be used to verify that the minimum qualifications have been met. 40.1.4 In addition, the Bidder must be prepared to submit, within five days of Sarasota County’s request, written evidence of documents, such as financial data, additional data related to previous experience, qualifications and previous experience of superintendents and assistants, and evidence of authority to conduct business in the jurisdiction where the project is located. 41. FDOT PRE-QUALIFICATIONS Bidder(s) must have obtained such prequalification by the Florida Department of Transportation (FDOT) not later than the time of bid opening. 42. ORDER OF PRECEDENCE In the event the requirements, stipulations, provisions, and guidance contained herein conflict with Sarasota County’s Instructions, Terms and Conditions, Supplemental Provisions, or any other section of the contract documents, the more stringent requirement, stipulation, provision, or guidance shall apply. __________________________________________________________________________________ 13 Jun 12 eProcure Revision INSTRUCTIONS, TERMS, AND CONDITIONS PAGE ITC-15 This page left intentionally blank SECTION 3 BID FORM TRAFFIC CONTROL SIGNAL PRIORITY SYSTEM REBID BID #122153CS Board of County Commissioners, Sarasota County, Sarasota Florida, submitted: ___________ (Date) Commissioners: The undersigned, as Bidder, hereby declares that the only person or persons interested in this Bid as principal or principals is or are named herein and that no person other than herein mentioned has any interest in this Bid or in the Contract to be entered into, that this Bid is made without connection with any other person, company or Parties making a Bid, and that this Bid is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that they have examined the site(s) of the work, understands all conditions pertaining to the place where the work is to be done, has examined the plans for the work and other Contract documents relative thereto and has read all of the addenda furnished prior to the opening of Bids, as acknowledged below, and that they have satisfied themselves relative to the work to be performed. The Bidder agrees, if this Bid is accepted, to contract with the Board of County Commissioners, Sarasota County to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and labor necessary to construct the work covered by the Bid and other Contract documents. The Bidder agrees to accept the prices listed in the bid form as full compensation. The Bidder understands that the quantities shown on the Bid Form are approximate only and subject to increase or decrease. Should they be increased or decreased, he will perform the work at the unit price Bid herein. Actual quantities will be determined upon completion of the work. The Bidder agrees to commence work as set forth in the General Provisions attached hereto and to complete the work to Substantial Completion within 103 calendar days, and an additional 30 calendar days to Final Acceptance, from the date on which contract time commences. If the Contractor fails to complete the work to Substantial Completion within the specified time, the Contractor agrees to pay the Owner ONE THOUSAND FIVE HUNDRED THIRTY-TWO DOLLARS ($1,532.00) per day as liquidated damages as stipulated in the General Provisions attached hereto. If the Contractor fails to complete the work to Final Acceptance within the specified time, the Contractor agrees to pay the Owner THREE HUNDRED EIGHTY-THREE DOLLARS ($383.00) per day as liquidated damages as stipulated in the General attached hereto. 28 Jan 11 Revision BID FORM Bid #122153CS PAGE BF-1 SECTION 3 BID FORM TRAFFIC CONTROL SIGNAL PRIORITY SYSTEM REBID BID #122153CS The Bidder hereby acknowledges receipt of the following addendum or addenda for these specifications. (If none, write "NONE"). ADDENDUM NO. ADDENDUM NO. ADDENDUM NO. RECEIVED: RECEIVED: RECEIVED: ADDENDUM NO. ADDENDUM NO. ADDENDUM NO. RECEIVED: RECEIVED: RECEIVED: REQUIRED FORMS: If checked, the following forms must be completed and submitted with the Bid Form. Failure to submit any of the checked forms with your bid, will cause the bid to be declared non-responsive: Bid Form (BF-1 to BF-2 & BF-4) Price Schedule (BF-3) Bid Bond (BB-1 through BB-2) Bidder-Info Form (BIF-1 & BIF-2) Contractor’s Qualification Form FDOT & Non-FDOT (CQF-1 & CQF-4) List of Subcontractors (LOS -1 to LOS-2) Sworn Statement, The Florida Trench Safety Act (TS-1- TS-2); if applicable Copy of Local Business Tax receipt if applicable. See Instructions, Terms, and Conditions, paragraph 10, Local Preference and paragraph 17, Applicable Laws. REQUESTED FORMS – NOT REQUIRED: If checked, the following forms are requested, but not required. Failure to include these forms with your bid submittal will not result in the bid being declared non-responsive. However, these forms may be required from the low bidder during the bid review process. Failure to submit the forms below upon request will result in your bid being declared non-responsive. Status of Contracts on hand (SCH-1) Copy of Contractor’s State and County Licenses Drug-Free Workplace Program Certification (DWP-1); if applicable 28 Jan 11 Revision BID FORM Bid #122153CS PAGE BF-2 PRICE SCHEDULE SECTION 3 TRAFFIC CONTROL SIGNAL PRIORITY SYSTEM, Rebid #122153CS Item no. Description Unit Qty Unit Price($) Amount ($) Construction 98-1 PROJECT SIGN EA 4 101-1 MOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 660-1-109 LOOP DETECTOR, INDUCTIVE (F&I) (TYPE 9, 2 CH, SS, RM) EA 1 663-74-14 VEHICLE DETECTOR ASSEMBLIES (F&I) (EMERGENCY PREEMPTION) EA 195 663-74-14A VEHICLE DETECTOR ASSEMBLIES MAST ARM Mtd (F&I) EMERGENCY PREEMPTION EA 1 663-74-14B VEHICLE DETECTOR ASSEMBLIES RELOCATE (EMERGENCY PREEMPTION) EA 5 663-74-14C VEHICLE DETECTOR ASSEMBLIES SPECIAL INSTALL (F&I) (EMERGENCY PREEMPTION) EA 1 663-74-17 IN VEHICLE GPS TRANSMITTER ASSEMBLY AS 86 663-74-18 IN VEHICLE GPS TRANSMITTER ASSEMBLY, FURNISH ONLY EA 4 663-74-19 PREEMPTION CENTRAL MANAGEMENT SOFTWARE SYSTEM EA 1 663-74-20 VEHICLE DETECTOR ASSEMBLIES, FURNISH ONLY EA 8 670-5-411 TRAFFIC CONTROLLER ASSEMBLY (MODIFY) (NEMA) (1 PREEMPTION) EA 35 690-100 SIGNAL EQUIPMENT MISCELLANEOUS (REMOVE) PI 51 784-1-1 ITS MANAGED FIELD ETHERNET SWITCH, F&I EA 14 663-74-21 CREDIT FOR SALVAGED EXISTING INFRA-RED PREEMPTION INTERSECTION EQUIPMENT EA 49 663-74-22 CREDIT FOR SALVAGED EXISTING INFRA-RED PREEMPTION IN VEHICLE EQUIPMENT EA 86 SUBTOTAL BID PRICE, Construction Plus Authorized Contract Amendments (5% of Subtotal Bid Price, Construction) TOTAL BASE BID PRICE (Subtotal Base Bid price plus 5 % Contingency) TOTAL BASE BID PRICE written in words: BID FORM Page BF-3 This page left intentionally blank SECTION 3 BID FORM TRAFFIC CONTROL SIGNAL PRIORITY SYSTEM REBID BID #122153CS THIS BID MADE BY AND ON BEHALF OF: Company: Company FEI Number: Address: County: (SEAL) Phone #: Fax #: E-Mail BY: Authorized Signature PRINT: TITLE: _______________________________________________________________________________ Bid #122153CS 25 Aug 09 Revision BID FORM PAGE BF-4 This page left intentionally blank SARASOTA COUNTY GOVERNMENT PROCUREMENT DEPARTMENT DRUG-FREE WORKPLACE PROGRAM ----------CERTIFICATION---------DRUG FREE WORKPLACE PROGRAM REQUIREMENTS: Pursuant to Section 287.087, Florida Statutes, whenever two or more bids which are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the person or entity’s policy of maintaining a drug-free workplace, available drug counseling, rehabilitation, employee assistance programs and the penalties tha t may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid, a copy of the statement specified in subsection (A). D. In the statement specified in subsection (A), notify the employees that, as a condition of working on the commodities or services that are under bid, solicitation, or contract, the employee will abide by the terms of the statement and will notify the employer of any conviction or plea of guilty or nolo contendere and violation of Chapter 893 or any controlled substance law of the United States or any state, or a violation occurring in the workplace, no later than 5 days after such conviction. E. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. The undersigned hereby certifies that the business named below has implemented and maintains a Drug-Free Workplace Program in compliance with the requirements of Section 287.087, Florida Statutes: Entity Name: Date Printed Name: Authorized Signature: NOTE: IF YOUR BUSINESS MEETS THE REQUIREMENTS OF SECTION 287.087, FLORIDA STATUTES, COMPLETE AND RETURN THIS FORM WITH YOUR BID/RFP. Bid/RFP#: This page left intentionally blank SECTION 4 ______________________________________________________________________________ SWORN STATEMENT: THE FLORIDA TRENCH SAFETY ACT This form must be signed in the presence of a Notary Public by an officer authorized to administer oaths. 1. 2. This Sworn Statement is submitted with for the construction of . This Sworn Statement is submitted by whose business address is and, if applicable, its Federal Employer Identification Number (FEIN) is . (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement 3. My name is .) (printed or typed name of individual signing) and my relationship to the above entity is 4. . The Trench Safety Standards that will be in effect during the construction of this project are Florida Statutes Sections 553.60-55.64, Trench Safety Act, and OSHA Rules and Regulations, 29CFR1926.650, Subpart P. 5. The undersigned assures that the entity will comply with applicable Trench Safety Standards and agrees to indemnify and hold harmless the County and Engineer, and any of their agents or employees from any claims arising from the failure to comply with said standards. 6. The undersigned has appropriated $ per linear foot of trench to be excavated over five-feet deep for compliance with the applicable standards. It is intended to comply with these standards by instituting the following procedures: 7. The undersigned has appropriated $ * per square foot for compliance with shoring safety requirements and intends to comply by instituting the following procedures: * If shoring is not shown on plans and none is anticipated to be required by the Contractor, enter “n/a” (not applicable). If no separate bid item for shoring is included on the bid form, the cost of any shoring which may be required shall be included in the amount bid for the item requiring such trenching. 8. The undersigned, in submitting this bid, represents that he has reviewed and considered all available geotechnical information and made such other investigations and tests as he may deem necessary to adequately design the trench safety system(s) he will utilize on this project. _____________________________________________________________________________________________________________________ 4 Jun 08 Revision FLORIDA TRENCH SAFETY ACT PAGE TS-1 SECTION 4 ______________________________________________________________________________ Authorized Signature/Title date Sworn to and subscribed before me (Notary Seal) date Notary Public Signature My Commission expires: _____________________________________________________________________________________________________________________ 4 Jun 08 Revision FLORIDA TRENCH SAFETY ACT PAGE TS-2 SECTION 04 STATUS OF CONTRACTS ON-HAND REPORT List the construction contracts with a value of $50,000 or more that your organization has underway on this date. PROJECT NAME 2 Jul 08 Revision General or Sub (If sub, what type of work?) Date of Contract Amount of Contract Percent Complete Design Engineer and Address Owner Name and Address Bid #122153CS PAGE SCH-1 This page left intentionally blank SECTION 4 CONTRACTOR’S QUALIFICATION FORM (FDOT & NON-FDOT) Traffic Control Signal Priority System Rebid #122153CS ________________________________________________________________________________________________________________________________________________________________________ Contractor Name Address City Phone number Fax number Contact Name Contact Number State Zip Criteria# Specific Experience for Project: (Refer to Section 40, Instructions, Terms and Conditions) CATEGORY FDOT Pre-Qualified 40.1 Was the Bidder prequalified by the Florida Computerized Traffic Control Department of Transportation (FDOT) for all Systems three (3) classifications of work listed? YES NO1 Electrical Work YES NO1 Traffic Signals YES NO1 FDOT Prequalification must be included with bid submission by Bidder and/or Subcontractor(s) for all work classifications as outlined in Instructions, Terms and Conditions, Section 40. 1 The Bidder must be FDOT Prequalified in this work classification. Responding “no” will deem the Bidder non-responsible ___________________________________________________________________________________________________________________________________________________________________ 22 May 12 Bid #122153CS CONTRACTOR’S QUALIFICATION FORM CQF-1 This page left intentionally blank CONTRACTOR’S QUALIFICATION FORM (FDOT & NON-FDOT) Traffic Control Signal Priority System Rebid #122153CS SECTION 4 ________________________________________________________________________________________________________________________________________________________________________ Project, Contract, or Bid Number Project Name Contract Start Date Contract End Date Owner Name Contact Name Address City Phone Number Fax Number Project Manager Name Superintendent Name State Zip Criteria# Specific Experience for Project: (Refer to Section 40, Instructions, Terms and Conditions) 40.1 To demonstrate qualifications to perform the work, each Bidder must fill out and submit with their bid package the Contractor’s Qualification Form (FDOT/Non-FDOT), CQF-1 thru CQF-4. 40.1.1 All criteria do not need to be satisfied by each submitted project reference, however all criteria must have been satisfied two (2) times on the project references accepted for responsibility. All project references must have been successfully completed in the last five (5) years preceding the bid opening in the State of Florida. However, at least two (2) project references must have been successfully completed in the last three (3) years. Did at least one (1) project reference submitted for consideration have a YES NO2 3 Contract Amt: $________________ total contract price of not less than $500,000.00? 2 3 Response of “no” will deem this project reference non-responsible for this criteria This Criterion must have been satisfied one (1) time on the project reference submitted in the last five (5) years in order for a Bidder to be deemed responsive ___________________________________________________________________________________________________________________________________________________________________ 22 May 12 Bid #122153CS CONTRACTOR’S QUALIFICATION FORM CQF-2 This page left intentionally blank CONTRACTOR’S QUALIFICATION FORM (FDOT & NON-FDOT) Traffic Control Signal Priority System Rebid #122153CS SECTION 4 ________________________________________________________________________________________________________________________________________________________________________ Did this project include a GPS Emergency Vehicle Preemption System which includes the reuse of existing traffic signal controller cabinet preemption equipment previously utilized for an infrared preemption system in the last five years? 5 40.1.1.1 YES NO 4 Please specify the month and year completed:____/____ PROVIDE SUBCONTRACTOR INFORMATION BELOW: Company Name:___________________________________ Contact Name & Title:_______________________________ SELF PERFORMED SUBCONTRACTOR PERFORMED6 (UNDER CONTRACT WITH BIDDER) ( If Subcontractor performed fill out the information to the left ) Telephone Number: ________________________________ Was this project performed in State of Florida and completed within the last three (3) years prior to bid opening date? YES NO N/A Please specify the month and year completed:____/____ (At least two (2) references completed in last three (3) yrs) Did this project include the installation of a GPS Preemption System on the FDOT Approved Products List (APL) and the in-vehicle 5 transmitters and controllers in the last five (5) years? YES NO 4 Please specify the month and year completed:____/____ 40.1.1.2 PROVIDE SUBCONTRACTOR INFORMATION BELOW: Company Name:___________________________________ Contact Name & Title:_______________________________ SELF PERFORMED SUBCONTRACTOR PERFORMED 6 (UNDER CONTRACT WITH BIDDER) ( If Subcontractor performed fill out the information to the left ) Telephone Number: ________________________________ Was this project performed in State of Florida and completed within the last three (3) years prior to bid opening date? (At least two (2) references completed in last three (3) yrs) 4 5 6 YES NO N/A Please specify the month and year completed:____/____ Response of “no” will deem this project reference non-responsible for this criteria This Criterion must have been satisfied two (2) times on the project references submitted in the last five (5) years in order for a Bidder to be deemed responsive Subcontractor must be identified as part of the Bidder’s proposed project team, and listed on the List of Subcontractors (LOS 1 & 2) form. Subcontractor project references must be submitted using this form ___________________________________________________________________________________________________________________________________________________________________ 22 May 12 Bid #122153CS CONTRACTOR’S QUALIFICATION FORM CQF-3 This page left intentionally blank CONTRACTOR’S QUALIFICATION FORM (FDOT & NON-FDOT) Traffic Control Signal Priority System Rebid #122153CS SECTION 4 ________________________________________________________________________________________________________________________________________________________________________ 40.1.1.3 Did this project include the installation of Central Management Software for central control and configuration of the GPS Emergency Vehicle Preemption System in the last five (5) years? YES 7 NO N/A Please specify the month and year completed:____/____ PROVIDE SUBCONTRACTOR INFORMATION BELOW: SELF PERFORMED SUBCONTRACTOR PERFORMED8 Company Name:___________________________________ Contact Name & Title:_______________________________ (If Subcontractor performed fill out the information to the left ) Telephone Number: ________________________________ Was this project performed in State of Florida and completed within the last three (3) years prior to bid opening date? YES NO N/A Please specify the month and year completed:____/____ (At least two (2) references completed in last three (3) yrs) List project references in accordance with Instructions, Terms, and Conditions, Section 40. Failure to fill out and submit a minimum of three (3) Contractor’s Qualification Forms will result in the bid being declared non-responsive. Contractor is to reproduce the form as necessary to meet specified number of projects. __________________________________ 7 8 This Criterion must have been satisfied one (1) time on the project reference submitted in the last five (5) years in order for a Bidder to be deemed responsive If this Criterion was performed by a subcontractor, the subcontractor must become part of the Bidders team and listed on the List of Subcontractors Form (LOS-1 & 2) ___________________________________________________________________________________________________________________________________________________________________ 22 May 12 Bid #122153CS CONTRACTOR’S QUALIFICATION FORM CQF-4 This page left intentionally blank SARASOTA COUNTY INVITATION FOR BIDS BIDDER-INFO FORM BID # SECTION I: BIDDER INFORMATION LEGAL NAME OF COMPANY YEARS IN BUSINESS 1 CONTACT (NAME/TITLE) EMAIL PHONE SECTION II: LOCATION OF BIDDER’S HEADQUARTERS ADDRESS CITY STATE ZIP YEARS @ LOCATION SQ. FT. SECTION III: LOCATION OF OFFICE TO PERFORM WORK ANY BIDDER WHO FAILS TO PROVIDE THIS INFORMATION WILL NOT BE CONSIDERED FOR LOCAL BUSINESS PREFERENCE ADDRESS CITY COUNTY STATE ZIP YEARS @ LOCATION SQ. FT. IF AT ABOVE LOCATION FOR LESS THAN 3 YEARS, PROVIDE INFORMATION REGARDING PREVIOUS BUSINESS LOCATION PREVIOUS ADDRESS CITY COUNTY STATE ZIP YEARS @ LOCATION SQ. FT. SECTION IV: FULL TIME EMPLOYEE INFORMATION # OF FULL TIME EMPLOYEES 2 (FTE’s) AT LOCAL OFFICE # OF LOCAL OFFICE FTE’S RESIDING IN SARASOTA, MANATEE, CHARLOTTE OR DESOTO COUNTY NAME OF THE LOCAL OFFICE CORPORATE OFFICER, MANAGING PARTNER OR PRINCIPAL OWNER # OF FULL TIME EMPLOYEES IN THE ENTIRE COMPANY (REGARDLESS OF OFFICE LOCATION) CHECK IF CORPORATE OFFICE, MANAGING PARTNER OR PRINCIPAL OWNER RESIDES IN ONE OF THE COUNTY’S BELOW SARASOTA MANATEE CHARLOTTE DESOTO SECTION V: LOCAL BUSINESS TAX LOCAL BUSINESS TAX RECEIPT # 3 COPY OF LOCAL BUSINESS TAX RECEIPT ATTACHED YES NO 1 4 N/A Insert the formal legal name of the business “Local Office” is defined as an office located within Sarasota, Manatee, Charlotte or DeSoto County 3 The name on the local business tax receipt must be the same as the legal name of the company listed in Section I 4 Manatee County does not have a local business tax 2 BIF-1 BIDDER-INFO FORM Adopted 04/28/10 SARASOTA COUNTY INVITATION FOR BIDS BIDDER-INFO FORM When applicable, Sarasota County grants preference to local businesses in accordance with Section 2-219 and 2-220 of the Sarasota County Procurement Code. If you wish to qualify for this preference, you must submit this form and all requested documentation with your bid submittal. Any bidder who fails to submit the required local preference documentation with their bid submittal shall not be granted local preference consideration for that bid. Bidders who submit falsified data shall be disqualified from consideration as a local business in Sarasota County for a period of one (1) year. I, (print name), the (title) of (company name) swear or affirm that all information on this affidavit and submitted with this bid is true, and that I am authorized to complete this affidavit on behalf of the company. Signature Date NOTARY The foregoing affidavit was subscribed and sworn to before me on this , 20 . SEAL Notary Public: Commission Expires: BIF-2 BIDDER-INFO FORM Adopted 04/28/10 day of SECTION 4 LIST OF SUBCONTRACTORS ________________________________________________________________________________________________________________________________________________________________________ This list is an integral part of the bid. List applicable subcontractors with whom you shall contract on this project as required by the bidding documents. Work to be Done Firm Name City State Phone MOT Electrical GPS Signal Preemption Devices Other ________________________________________________________________________________________________________________________________________________________________________ 7 Apr 10 Revision Bid #122153CS LIST OF SUBCONTRACTORS LOS-1 LIST OF SUBCONTRACTORS SECTION 4 ________________________________________________________________________________________________________________________________________________________________________ bidder’s name address authorized representative printed name ALL SPACES MUST BE COMPLETED FOR ALL APPLICABLE SUBCONTRACTORS. DO NOT LEAVE ANY BLANKS. NOTE: The bidder shall not remove or replace subcontractors listed above, except upon good cause shown and with written approval by the County. Bidder hereby acknowledges that all subcontractors are properly licensed to perform the work required. ________________________________________________________________________________________________________________________________________________________________________ 7 Apr 10 Revision Bid #122153CS LIST OF SUBCONTRACTORS LOS-2 SECTION 4 ____________________________________________________________________________ STORED MATERIALS AFFIDAVIT STATE OF FLORIDA, COUNTY OF SARASOTA Before me, the undersigned authority, personally appeared duly sworn, says that he is a subcontractor for FL, General Contractor for that all materials billed on the attached invoice are being held in the subcontractor’s warehouse at FL, for this project, and are fully insured against loss or damage. , who being of Sarasota project, and (Subcontractor Firm Name) By: (Name of Representative) (Title of Representative) SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF 20__ Notary Public: My commission expires: FOR General Contractor for this project, states that the stored materials constitute a part of the performance, payment, and guarantee bond, and are for this project only. SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF 20__ Notary Public: My commission expires: ___________________________________________________________________________________________________________________ 26 Mar 12 Revision STORED MATERIALS AFFIDAVIT PAGE SMA-1 This page left intentionally blank SECTION 5 ______________________________________________________________________________ BID BOND State of Florida, County of Sarasota Know all men by these presents that we, as Principal, and _________________________________________________, as Surety, a Corporation chartered and existing under the laws of the State of _____________, with its principal offices in the City of _______________, and authorized to do business in the State of Florida are held and firmly bound unto the sponsor in the full and just sum of 5% of the Total Bid Price, in good and lawful money of the United States of America, to be paid upon demand by sponsor, to which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, and assigns, joint and severally and firmly by these presents. The condition of this obligation is such, that whereas the Principal has submitted the , for Traffic Control Signal Priority System, Rebid attached Bid, dated #122153CS. Now, therefore, if the Principal shall withdraw said Bid prior to the date of opening the same, or shall within 10 days after the prescribed forms are presented to him for signature enter into a written Contract with Sarasota County Florida in accordance with the Bid as accepted and give a Performance and Payment Bond with good and sufficient surety or sureties as may be required for the faithful performance and proper fulfillment of such Contract and for the prompt payment of all persons furnishing labor or materials in connection therewith or, in the event of failure to enter into such Contract and give such bond within the time specified, if the principal shall pay the County the difference between the amount specified in said Bid and the amount for which the County may procure the required work and/or supplies provided the latter amount to be in excess of the amount specified in said Bid, then the above obligations shall be void; otherwise, to remain in full force and effect. In witness whereof, the above written parties have executed this instrument under their , the name and corporate seal of each corporate party being several seals dated hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. _____________________________________________________________________________________________________________________ 28 May 08 Revision BID BOND PAGE BB-1 SECTION 5 ______________________________________________________________________________ (Sign here if the Contractor is an Individual) (SEAL) IN THE PRESENCE OF: Individual Principal Address Business Address (Sign here if the Contractor is a Partnership) (SEAL) Firm Name IN THE PRESENCE OF: General Partner Address Business Address (Sign here if the Contractor is a Corporation) Corporation Principal ATTEST: BY: As President (AFFIX CORPORATE SEAL) Business Address Corporate Surety BY: As Authorized Agent (AFFIX CORPORATE SEAL) Business Address State of Florida, County of Sarasota _____________________________________________________________________________________________________________________ 28 May 08 Revision BID BOND PAGE BB-2 SECTION 5 SARASOTA COUNTY GOVERNMENT PERFORMANCE AND PAYMENT BOND In compliance with F.S. Chapter 255.05(1)(a) ____________________________________________________________________________ BOND NO.: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO.: SURETY COMPANY: SURETY AGENT: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO.: BOND AMOUNT: CONTRACT NO.: (if applicable) DESCRIPTION OF WORK: PROJECT ADDRESS: LEGAL DESCRIPTION: Sarasota County Board of County Commissioners 1660 Ringling Boulevard Sarasota FL 34236 941-861-5000 The project consists of installing GPS based Emergency Vehicle Preemption devices at one hundred ninety seven (197) intersections, installing GPS based in-vehicle transmitters in eighty-six (86) vehicles, and installing a Central Management Software for the preemption system. Various regional arterial roadways Township 36, 37, 38, 39 and 40 Range 17, 18, 19, 21, 21 and 22 By this bond, we, _____________________________________, as Principal and ________________________________, a corporation, as Surety, are bound to Sarasota County Board of County Commissioners, herein called Owner, in the sum of $_________________________________, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. ___________________________________________________________________________________________________________________ 15 July 09 Revision PERFORMANCE AND PAYMENT BOND PAGE PB-1 SECTION 5 SARASOTA COUNTY GOVERNMENT PERFORMANCE AND PAYMENT BOND In compliance with F.S. Chapter 255.05(1)(a) ____________________________________________________________________________ The conditions of this bond is that if Principal: 1. Performs the Contract dated , between principal and Owner for construction of Traffic Control Signal Priority System Rebid #122153CS, 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 principal with labor, materials, or supplies, used directly or indirectly by principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by principal under the contract work; 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. 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. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. ___________________________________________________________________________________________________________________ 15 July 09 Revision PERFORMANCE AND PAYMENT BOND PAGE PB-2 SECTION 5 SARASOTA COUNTY GOVERNMENT PERFORMANCE AND PAYMENT BOND In compliance with F.S. Chapter 255.05(1)(a) ____________________________________________________________________________ In witness whereof, the said Principal and Surety have signed and sealed this instrument this (date) ____________________________________ Principal By: ________________________________ As President (SEAL) ___________________________________ Surety By: ________________________________ Approved as to form and execution: By: ____________________________________________ Attorney to Board of County Commissioners of Sarasota County, Florida Any Claims under this bond may be addressed to (name and address of Surety): ___________________________________________ ___________________________________________ ___________________________________________ Telephone No: ___________________________________________ Name and address of agent or representative in Florida if different from above: _________________________________________ ___________________________________________ ___________________________________________ Telephone No: ___________________________________ ___________________________________________________________________________________________________________________ 15 July 09 Revision PERFORMANCE AND PAYMENT BOND PAGE PB-3 This page left intentionally blank CONTRACT NO. ______________ BCC APPROVED ______________ CONSTRUCTION CONTRACT Contract for Traffic Control Signal Priority System, Rebid #122153CS, This Contract made and entered into this day , by and between ,a corporation hereinafter called the ‘Contractor’ and Sarasota County, a political subdivision of the State of Florida, hereinafter called the ‘County’. WITNESSETH: I. Construction Materials, Services, and Labor: That for and in consideration of the mutual promises and covenants hereinafter contained, together with the money consideration hereinafter recited, the Contractor shall furnish all the labor, services and materials for the construction of Traffic Control Signal Priority System, Rebid #122153CS. All work and labor shall be done in accordance with the plans and specifications on file with the Sarasota County Engineer, as listed in Article III, receipt of which is hereby acknowledged and which plans and specifications are made a part of the contract, the same as though they were set forth at length herein and by reference hereto made a part hereof. II. Contract Price: In consideration of the work, labor, services and materials to be furnished by the Contractor, in accordance with said plans and specifications, the County agrees to pay to the Contractor, upon the completion and acceptance thereof by the County, or its duly authorized agent, the total contract price of $________________. __________________________________________________________________ (Contract price in words) The contract price includes a 5% contingency amount for unanticipated work within the scope of the project and may only be authorized at the discretion of the County’s Administrative Agent. III. Contract Documents: The contract documents, which comprise the entire contract between County and Contractor and which are made a part hereof by this reference, consist of the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Public Bid Disclosure Act Form Invitation for Bids Instructions, Terms, and Conditions Bid Form Drug-free Workplace Program Sworn Statement: Florida Trench Safety Act Status of Contracts On-Hand Report Contractor's Qualification form (FDOT & Non-FDOT) List of Subcontractors Stored Materials Affidavit Performance and Payment Bond, and Power of Attorney Contract Immigration Status Affidavit 1221530100 Bid # 122153CS CONSTRUCTION CONTRACT PAGE C-1 SECTION 6 ______________________________________________________________________________ 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. Minority Business Enterprise Project Plan Release of Lien General Provisions Special Provisions Technical Provisions Sarasota County Standard Specifications Sarasota County Supplement to FDOT Specifications Project Special Provisions Project drawings, State Roads, 146 sheets, dated May 18, 2012, prepared by Atkins Project drawings, Non-State Roads, 80 sheets, dated May 18, 2012, prepared by Atkins All addenda issued before the bid opening date All modifications and change orders issued The Notice to Proceed issued by Public Works Project Purchase Orders IV. Performance and Payment Bond: The Contractor shall furnish to the County, prior to the commencement of operations hereunder, a Performance and Payment Bond executed by the Contractor, and a surety company authorized to do business in the State of Florida, in an amount no less than the contract price herein, which bond shall be conditioned upon the successful completion of all work, labor, services, and materials to be provided and furnished hereunder, and the payment of all subcontractors, materialmen, and laborers. The County will only accept a Performance and Payment Bond with an A.M. Best rating of ‘A-’ (Excellent) or better for Bids requiring bonds of $500,000 or greater, or ‘B+’ (Very Good) or better for Bids requiring a bond of less than $500,000. Said bond shall be subject to the approval of the Board of County Commissioners of Sarasota County, Florida. V. Insurance: Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall be primary and written on forms acceptable to the County and placed with insurance carriers approved and licensed by the Insurance Department in the State of Florida and meet a minimum financial AM Best Company rating of no less than “A- Excellent: FSC VII.” No changes are to be made to these specifications without prior written specific approval by County Risk Management. 1. WORKERS’ COMPENSATION: CONTRACTOR will provide Workers’ Compensation insurance on behalf of all employees who are to provide a service under this contract, as required by the laws of the state where the contractor is domiciled. Florida Contractors must provide evidence of Workers’ Compensation insurance which meets the requirements of Florida Statutes, Chapter 440, AND Employer’s Liability with limits of not less than $100,000 per employee per accident, $500,000 disease aggregate, and $100,000 per employee per disease. If applicable, coverage for the Jones Act and Longshore Harbor Workers Exposures must also be included. **NOTE** Contractors who are exempt from Florida’s Workers’ Compensation law must provide proof of such exemption issued by the Florida Department of Financial Services, Bureau of Workers’ Compensation and qualify for the County waiver. In the event the Contractor has “leased” employees, the Contractor or the employee leasing company must provide evidence of a Workers’ Compensation _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-2 SECTION 6 ______________________________________________________________________________ policy for all personnel on the worksite. All documentation must be provided to Sarasota County Risk Management, 1660 Ringling Blvd., 4th Floor, Sarasota, FL 34236. 2. COMMERCIAL GENERAL LIABILITY: Including but not limited to bodily injury, property damage, contractual, products and completed operations, watercraft, if under twenty-six (26) feet and Ocean Marine if over, and personal injury with limits of not less than $1,000,000 each occurrence, covering all work performed under this contract. 3. BUSINESS AUTOMOBILE LIABILITY: Contractor agrees to maintain Business Automobile Liability at a limit of liability not less than $1,000,000 each accident covering all work performed under this contract. Contractor further agrees coverage shall include liability for Owned, NonOwned & Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If private passenger automobiles are used in the business, they must be commercially insured. If the Contractor is shipping a product via common carrier, the contractor shall be responsible for any loss or damage sustained in delivery/transit. 4. UMBRELLA LIABILITY: With limits of not less than $2,000,000 each occurrence covering all work performed under this contract. 5. HAZARDOUS MATERIALS INSURANCE: For the purpose of this section, the term “hazardous materials” includes all materials and substances that are now designated or defined as hazardous by Florida or Federal law or by the rules or regulations of Florida or any Federal Agency. If work being performed involves hazardous materials, the need to procure and maintain any or all of the following coverage will be specifically addressed upon review of exposure. However, if hazardous materials are identified while carrying out this contract, no further work is to be performed in the area of the hazardous material until County Risk Management has been consulted as to the potential need to procure and maintain any or all of the following coverage through an addendum to the contract: a. b. c. Contractors POLLUTION LIABILITY – For sudden and gradual occurrences and in an amount no less than $1,000,000 per claim and $1,000,000 in the aggregate arising out of work performed under this contract, including but not limited to, all hazardous materials identified under the contract. ASBESTOS LIABILITY – For sudden and gradual occurrences and in an amount no less than $1,000,000 per claim and $1,000,000 in the aggregate arising out of work performed under this contract. DISPOSAL – When applicable, the Contractor shall designate the disposal site and furnish a Certificate of Insurance from the disposal facility for Environmental Impairment Liability Insurance, covering liability for sudden and accidental occurrences in an amount not less than _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-3 SECTION 6 ______________________________________________________________________________ $3,000,000 per claim and $3,000,000 in the aggregate and shall include liability for non-sudden occurrences in an amount not less than $6,000,000 per claim and $6,000,000 in the aggregate. d. HAZARDOUS WASTE TRANSPORTATION – When applicable, the Contractor shall designate the hauler and furnish a Certificate of Insurance from the hauler for Automobile Liability insurance with Endorsement MCS90 for liability arising out of the transportation of hazardous materials with an amount not less than $1,000,000 annual aggregate and provide a valid EPA identification number. *****Note: CERTIFICATES OF INSURANCE shall clearly state the hazardous material exposure work being performed under the contract.***** 6. INSTALLATION COVERAGE – BUILDER’S RISK: For installation, CONTRACTOR must provide Builders’ Risk installation coverage to include coverage for materials stored at the project site, property while in transit, and property stored at a temporary location for the amount of materials involved in this contract. POLICY FORM 1. Unless specific approval is given, all policies required by this contract with the exception of Professional Liability and Workers’ Compensation are to be written on an occurrence basis. Commercial General Liability policies shall name Sarasota County Government as additional insured as their interest may appear under this contract. 2. Insurance requirements itemized in this contract and required of the Contractor shall be provided on behalf of all sub-contractors to cover their operations performed under this contract. The Contractor shall be held responsible for any modifications, deviations, or omissions in these insurance requirements as they apply to sub-contractors. 3. Each insurance policy required by this contract shall: a. Apply separately to each insured against whom claim is made and suit is brought, except with respect to limits of the insurer’s liability b. Not be suspended, voided or canceled by either party except after thirty (30) calendar days prior written notice by certified mail, return receipt requested, has been given to County Risk Management. 4. The County shall retain the right to review, at any time, coverage, form, and amount of insurance. 5. The procuring of required policies of insurance shall not be construed to limit Contractor’s liability nor to fulfill the indemnification provisions and requirements of this contract. 6. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this contract and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject. _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-4 SECTION 6 ______________________________________________________________________________ 7. Claims Made Policies will be accepted for Professional Liability, Workers’ Compensation and Hazardous Materials, and such other risks as are authorized by County Risk Management. All Claims Made Policies contributing to the satisfaction of the insurance requirements herein shall have an extended reporting period option or automatic coverage of not less than two years. If provided as an option, the Contractor agrees to purchase the extended reporting period on cancellation or termination unless a new policy is effected with a retroactive date, including at least the last policy year. 8. Certificates of Insurance evidencing Claims Made or Occurrence Form Coverage and conditions to this Contract are to be furnished to Sarasota County Risk Management (1660 Ringling Boulevard, 4th Floor, Sarasota, FL 34236) prior to commencement of work AND a minimum of thirty (30) calendar days prior to expiration of the insurance contract, when applicable. All insurance certificates shall be received by County Risk Management before the Contractor will be allowed to commence or continue work. 9. Notices of Accidents (occurrences) and Notices of Claims associated with work being performed under this Contract, shall be provided to the Contractor’s/sub-Contractor’s/Consultant’s insurance company and County Risk Management as soon as practicable after notice to the insured. 10. The Certificate of Insurance must include the following: a. In the “Description of Operations/Special Provisions” section: • Sarasota County Government is named as an additional insured, as their interests may appear on Commercial General Liability. • Note: ACORD 2009 edition can use “X” for General Liability Additional Insured inclusion. b. In the “Certificate Holder” section: Sarasota County Government Attn: Risk Management 1660 Ringling Blvd., 4th floor Sarasota, FL 34236 VI. Contractor’s Affidavit: When all work contemplated by the contract has been completed, inspected, and approved by the County or its duly authorized agent, the Contractor shall furnish to the County the Contractor’s affidavit as required by the Construction Lien Law, Florida Statutes Chapter 713. Signed Release of Lien may also be required by the County at its option. VII. Payment: Upon certification and approval by the County or its duly authorized agent, monthly payments may be made to the Contractor upon his application for all services or work completed or materials furnished in accordance with the contract. All pay requests must be submitted on diskette, with a hard copy attached, and in a form satisfactory to the Clerk of Court who initiates disbursements. Prior to substantial completion, monthly payments shall be made on the value of materials furnished or services and work completed up to the time of said application, less an amount retained as shown on the retainage table of General Provision 8.7.1, Retainage. Retainage may be reduced upon issuance of the Certificate of Substantial Completion by the County if, in the sole opinion of the County, sufficient progress on the schedule has been accomplished, all Notices of Lien have been resolved, and the _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-5 SECTION 6 ______________________________________________________________________________ County has retained adequate retainage for the final completion of the Project and all estimated liquidated damages. The County shall inform the Contractor’s Surety of any reduction in retainage. Contractors must update each new pay request in accordance with any changes made to the previous submittal. Final payment shall be made after approval by the County or its duly authorized agent of all work, materials or services required under this Contract. 1. Monthly pay requests shall be submitted each month on the anniversary date of the Notice to Proceed. 2. Monthly pay requests for less than $200 are not acceptable and will not be processed, except for a final pay request. VIII. Time for Performance: Time is of the essence in the performance of this Contract. The Contractor specifically agrees that contract time will begin on the date both the Project Purchase Order and the Notice to Proceed have been issued. Contractor also agrees no work will begin prior to such date. All work to be performed under the provisions of this Contract shall be completed to Substantial Completion in not more than ONE HUNDRED THREE (103) calendar days and an additional THIRTY (30) calendar days to Final Acceptance, subject only to delays caused through no fault of the Contractor or acts of God. IX. Liability of the Contractor: Pursuant to F.S.S. 725.06(2), the Contractor shall indemnify and hold harmless Sarasota County Government from liabilities, damages, losses, and costs, including but not limited to attorney’s reasonable fees to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor and persons employed or utilized by the Contractor in the performance of the contract. This Section of the Contract will survive the completion or termination of the Contract. X. Changes: No changes to this Contract or the performance contemplated hereunder shall be made unless the same are in writing and signed by the Parties hereto. In the event of any disagreement as to the provisions of this Contract with the plans and specifications that are made a part hereof by reference, the contract shall control. XI. Liquidated Damages: The Parties to this Contract agree that time is of the essence in the work provided for herein and that a precise determination of actual damages which would be incurred by the County for delay in the completion of the work provided for herein, aside from the additional cost of inspection and supervision, would be difficult to ascertain. Accordingly, the Parties to the contract agree that the liquidated damages for those items of damage not otherwise provided for by this Contract, for each and every day that the time consumed in completing the work provided for in these construction documents exceeds the time(s) allowed therefore, shall be the amount(s) stated below per day, including Saturdays, Sundays, and legal holidays. The Parties specifically agree that the liquidated damages provided for herein do not constitute a penalty. Furthermore, since the additional cost of inspection and supervision arising from a delay is not difficult to ascertain, it is agreed that the Contractor shall pay, in addition to the liquidated damages provided for herein, all expenses for inspection and supervision occasioned by the failure of the Contractor to complete the work within the time(s) fixed for completion herein The amount(s) of liquidated damages together with the additional costs for inspection and supervision occasioned by the Contractor’s delay will be _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-6 SECTION 6 ______________________________________________________________________________ deducted and retained out of the monies payable to the Contractor. If not so deducted, the Contractor and sureties for the Contractor shall be liable therefore. The amount of liquidated damages to be assessed for each calendar day that Substantial Completion is delayed beyond the required date of Substantial Completion shall be ONE THOUSAND FIVE HUNDRED THIRTY-TWO DOLLARS ($1,532.00) per day. The amount of liquidated damages to be assessed for each calendar day that Final Acceptance is delayed beyond the required date of Final Acceptance shall be THREE HUNDRED EIGHTY-THREE DOLLARS ($383.00) per day. XII. Contractor’s Representations: Contractor makes the following representations: 1. Contractor has familiarized himself with the nature and extent of the contract documents, work, locality, all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of work. 2. Contractor declares that he has visited and examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has examined the plans for the work and other contract documents relative thereto and has read all the addenda furnished prior to the opening of bids, and that he has satisfied himself relative to the work to be performed. 3. Contractor has investigated and is fully informed of the construction and labor conditions, of obstructions to be encountered, of the character, quality, and quantities of work to be performed, materials to be furnished, and requirements of the plans and other contract documents. 4. Contractor has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the work, and no additional examinations, investigations, tests, reports, or similar data are or will be required by the Contractor for such purposes. 5. Contractor has given County written notice of all conflicts, errors, or discrepancies that he has discovered in the contract documents and the written resolution thereof by Engineer is acceptable to the Contractor. 6. Contractor declares that submission of a bid for the work constitutes an incontrovertible representation that the Contractor has complied with every requirement of this Section, and that contract documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work. 7. Equal Opportunity: The Contractor assures that no person shall be discriminated against on the grounds of race, color, creed, national origin, handicap, age or sex, in any activity under this Contract. 8. Public Entity Crimes: In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-7 SECTION 6 ______________________________________________________________________________ subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. XIII. Entire Contract: These contract documents constitute the entire understanding and contract between the parties and supersede any and all written or oral representations, statements, negotiations, or contracts previously existing between the parties with respect to the subject matters of this Contract. The Contractor recognizes that any representations, statements, or negotiations made by County staff do not suffice to legally bind the County in a contractual relationship unless they have been reduced to writing and signed by an authorized County representative. This Contract shall inure to the benefit of and be binding upon the Parties, their respective assigns, and successors in interest. XIV. Notice Provision: Any notice or other communications concerning material changes to the contract shall be sent via certified U.S. mail, return receipt requested, postage prepaid to the relevant address listed below. Contract clarifications or questions regarding the interpretation of plans and/or specifications not involving: (a) any contract claim and/or dispute, (b) questions of time not involving extension, delay, or reduction of time, (c) monetary or compensatory issues, (d) fully executed IFCAs (Interim Field Change Agreement) and/or (e) material changes to the contract, shall be sufficiently given if delivered personally or sent via U.S. mail, postage prepaid, addressed as follows. Contractor Representative: print or type information County’s Administrative Agent: Name Name Thai Tran Title Title Public Works Manager Address Address 1001 Sarasota Boulevard Center Sarasota FL 34240 Telephone Telephone 941-861-0889 Fax Fax 941-861-0589 e-mail e-mail [email protected] XV. Waivers: Failures or waivers to insist on strict performance of any covenant, condition, or provision of this Contract by the Parties, their successors or assigns shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this Contract. _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-8 SECTION 6 ______________________________________________________________________________ XVI. Modifications: This Contract may be modified only by instrument in writing and signed by the Parties hereto as aforesaid. XVII. Counterparts: This Contract may be executed in any number of counterparts, any one of which may be taken as an original. XVIII.No Third Party Rights: The parties hereto do not intend nor shall this Contract be construed to grant any rights, privileges or interest to any third party. XIX. Remedies: The parties hereto agree that remedies for damages or any other remedies provided for herein shall be construed to be cumulative and not exclusive of any other remedy otherwise available under law. XX. Access To Records: Contractor, its employees and agents including all subcontractors, shall allow access to its records during normal business hours to the County, its employees, and agents. XXI. Severability: If any provision of this Contract is found by a court of competent jurisdiction to be in conflict with an applicable statute or ordinance, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, but shall not invalidate any other provision of this Contract. XXII. Jurisdiction and Venue: Jurisdiction and venue for purposes of any legal action founded upon this Contract shall be in Sarasota County, Florida. This Contract shall be governed by the laws of the State of Florida. There will be no arbitration on claims allegedly arising under this Contract between the County and the Contractor. In the event of a dispute or claim arising out of this Contract, the parties agree first to try in good faith to settle the dispute by mediation in Sarasota County, Florida under the Commercial Mediation Rules of the American Arbitration Association, before resorting to litigation. In the event such mediation does not result in a suitable resolution, then litigation will be used. The parties agree that in the event of litigation they waive any and all rights to a trial by jury. The remainder of this page is left intentionally blank. IN WITNESS WHEREOF, the parties have hereto set their hands and seal the day and year first above-mentioned. _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-9 SECTION 6 ______________________________________________________________________________ WITNESS: CONTRACTOR: Print name: Print name: Signed by: Signed by: Date: Title: Date: (SEAL) SARASOTA COUNTY BOARD OF COUNTY COMMISSIONERS OF SARASOTA COUNTY FLORIDA By: Chair Date: (SEAL) ATTEST: Karen E. Rushing, Clerk of Circuit Court and Ex-Officio Clerk of the Board of County Commissioners By:_______________________________ Deputy Clerk APPROVED AS TO FORM AND CORRECTNESS: By:_______________________________ County Attorney _____________________________________________________________________________________________________________________ 1221530100 Bid #122153CS CONSTRUCTION CONTRACT PAGE C-10 SECTION 6 IMMIGRATION STATUS AFFIDAVIT Contractor agrees that it shall confirm the employment eligibility of all employees through participation in E-Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors. Contractor acknowledges and certifies that any person assigned to perform services hereunder meets the employment eligibility program requirements of the State of Florida and the United States of America. I certify that the company shown below is in compliance and that I am authorized to sign on its behalf. RFP or Bid#____________ Business Name:_______________________________________________ Business Address:_____________________________________________ Phone Number:_________________Fax Number:___________________ Email:_______________________________________________________ I, _________________________(print name), the ___________________ (title) of _________________________(firm name) swear or affirm that all the information on this affidavit and submitted with this bid or proposal is true, and that I am authorized to complete this affidavit on behalf of the firm. Signature:________________________Date:_____________________ Notary The foregoing affidavit was subscribed and sworn to before me on this ______________day of ______________, 20________. SEAL Notary Public:___________________ Commission Expires:____________________ ISA-1 This page left intentionally blank SECTION 6 ____________________________________________________________________________________________ SARASOTA COUNTY GOVERNMENT MINORITY BUSINESS ENTERPRISE PROJECT PLAN 1) Project Name: 4) Type of Subcontract Work 5) Subcontractor or Materials-Men Name 2) Total Bid Price : 3) 5% of Total Bid Price 6) Dollar Amount 7) H, I, J, K, M, AD 8) (A) (GFE) TOTAL DOLLAR AMOUNT 9) I certify, under penalty of perjury, for the Project shown above, that for the subcontracts, material-men Contracts and the good faith effort listed above, Certified Minority Business Enterprises shall complete the subcontracts as shown or that Good Faith Effort did occur. I further certify that this plan shall be carried out throughout the Project life and that any proposed changes shall be submitted in writing, for prior approval of the County. Company Name: __________________________________________________________________________________________ Address: _______________________________________________________________________________________________ City: _______________________________________________ State: ____________ Zip: ________________________ Telephone: ____________________________________________________________________________________________________ Signature of Company Officer: Date: _________________________ Title: __________________________________________________ Notary Signature __________________Notary Seal______________Type of Identification _________ Date _____________ GENERAL INFORMATION: Only the vendor selected for award of this Bid is required to complete, sign, and submit this Minority Business Enterprise (MBE) plan. The awardee is encouraged to subcontract no less than 5% of their total Bid price with Certified MBE firms. Note: When funding is being provided by an outside agency (Example: FDEP, CDBG, State Revolving Funds, etc.) their requirements will take precedence. MBE firms that have completed certification with the State of Florida shall be automatically eligible. Subcontractors listed in the MBE Project Plan are subject to the Subcontractor terms and requirements listed in the Bid specifications and Project Contract. (If needed continue on attached pages.) __________________________________________________________________________________________________________________________________________ MINORITY BUSINESS ENTERPRISE PROJECT PLAN PAGE MBE-1 SECTION 6 ____________________________________________________________________________________________ SARASOTA COUNTY GOVERNMENT MINORITY BUSINESS ENTERPRISE PROJECT PLAN INSTRUCTIONS: (Below numbered paragraphs correspond to the numbered boxes on the Project Plan) 1) Enter the Project name shown on the front of the Bid Specifications. 2) Enter your Total Bid Price for the Project. If there are alternates involved in the Bid, enter the figure elected by the County for award purposes. 3) Enter 5% of the Total Bid Price shown in box number (2). If your firm does not sub-Contract 5% or more of the total Contract price you are required to list the percentage that you do intend to subcontract. The corresponding dollar amount shall be your MBE Plan goal. In such case, correct the percentage shown in the title of this box and enter the dollar amount of your MBE Plan goal. 4) Enter a descriptive word or name of the type of work to be performed under the subcontract listed. There may be only one MBE vendor or Good Faith Effort listed per subcontract. A subcontract may be listed only once in the plan. 5) List the Subcontractor or materials-men firm’s name. Good Faith Effort may be included in the 5% MBE participation goal. If listing Good Faith Effort from advertising, enter the newspaper’s name and advertising dates in place of the Subcontractor’s name. Good Faith Effort credit may be obtained utilizing the following processes: a) SUBCONTRACT OFFER TO A MBE FIRM THAT IS DECLINED: Good Faith Effort may be listed in the MBE Project Plan when an offer is made to a MBE firm who declines to accept the offer. The MBE firm must be a Certified MBE firm and normally capable of providing the service/supplies required in the subcontract. Also, if you later intend to offer such a subcontract, at an increased price or changed schedule, you must first make the same offer to the MBE firm listed under Good Faith Effort. b) ADVERTISEMENT OF SUBCONTRACTS: Good Faith Effort may be listed in the MBE Project Plan for MBE solicitation advertisements in a newspaper to which no MBE firms respond. Such advertisement must be in newspapers of general circulation, unless otherwise approved by the County. If an advertisement is to appear in a newspaper emanating from outside Sarasota County, it must also appear no less than once in a Sarasota County newspaper. Qualified MBE firms responding to an advertisement must be offered the subcontract. A record must be maintained by the Contractor of respondents considered not qualified. c) GOOD FAITH EFFORT CREDIT LIMIT: Good Faith Effort credit toward meeting the 5% Project Plan Goal is limited. Regardless of the estimated dollar amount of the subcontract, no more than 3% of the 5% goal may be established by Good Faith Effort. If establishing Good Faith Effort by advertising, no more than 1% may be established per advertisement, and no more than a total of 3% may be established by advertising. 6) Enter the dollar amount of the subcontract or the estimated amount of the subcontract, if listed as Good Faith Effort. Regardless of the dollar amount of any one subcontract, more than one MBE Subcontract or Good Faith Effort may be utilized to meet the 5% goal. 7. Enter the correct MBE designation: (H) Black American, (J) Asian American, (K) Native American, and (M) American Women. If entry is an advertised Good Faith Effort, with no responses, enter the designation (AD). 8) Enter the correct designation to indicate if the Contract was (A) awarded to the MBE firm listed, or (GFE) if the subcontract listed represents a not accepted Good Faith Effort offer to the MBE firm listed, or a qualified advertisement. 9) An officer of your firm must sign who has signature authority to commit the firm to compliance with this MBE Plan. The signature must also be notarized. __________________________________________________________________________________________________________________________________________ MINORITY BUSINESS ENTERPRISE PROJECT PLAN PAGE MBE-2 SECTION 7 ______________________________________________________________________________ Standard Form For CONTRACTOR’S FINAL AFFIDAVIT & RELEASE of LIEN STATE OF FLORIDA, COUNTY OF SARASOTA Before me, the undersigned authority, personally appeared who, after being by me first duly sworn, deposes and says that: He is , 1. of (Title of Officer) (Name of Company) doing business in the State of Florida, hereinafter called "Contractor". 2. Contractor pursuant to a Contract dated ____________________________, hereinafter referred to as "Contract", with Sarasota County, Florida, hereinafter referred to as "County", has heretofore furnished or caused to be furnished labor, material and services for the construction of certain improvements as more particularly set forth in said contract. 3. Contractor represents that all work to be performed under the aforesaid Contract has been fully completed and that all persons and firms who furnished material, labor and/or services incident to the completion of said work have been paid in full except to the following: NAME , (Write in "None" if all persons and firms have been paid in full) ADDRESS AMOUNT DUE 4. The undersigned affiant for and in consideration of final payment to him in the amount of $___________________, and all other previous payments paid by County to contractor, does hereby for and in behalf of the Contractor, waive, release, remise and relinquish the contractor’s right to claim, demand or impose a lien or liens for work done or materials and/or services furnished or any other class of lien whatsoever, on any of the premises owned by County on which improvements have been completed in connection with the aforementioned contract. 5. The affiant herein does hereby represent that he has authority to execute a full and final Release of Lien for and in behalf of the Contractor as set forth above. 6. The affiant herein makes this Affidavit and Release of Lien for the express purpose of inducing County to make final disbursement and payment to the Contractor in the amount of $_______________________. 7. This Affidavit and Release of Lien is made by affiant with full knowledge of the applicable laws of the State of Florida. In addition to such rights as may be afforded to County under said applicable laws, affiant expressly agrees to indemnify and save County harmless from any and all actual costs and expenses, including reasonable attorney’s fees, arising out of claims by laborers, subcontractors or materialmen who might claim that they have not been paid for services or material furnished by or through the contractor in connection with the work performed under the aforementioned Contract. _____________________________________________________________________________________________________________________ BID # 122153CS RELEASE OF LIEN PAGE RL-1 SECTION 7 ______________________________________________________________________________ _______________________________________ Name of Corporation By: _______________________________________ President (CORPORATE SEAL) ATTEST: ______________________________________ Name of Corporation _____________________________________ Secretary Sworn to and subscribed before me this day (date) _________________________________________ Notary Public (NOTARY SEAL) My Commission Expires:_______________________ _____________________________________________________________________________________________________________________ BID # 122153CS RELEASE OF LIEN PAGE RL-2 SECTION 8 GENERAL PROVISIONS This page left intentionally blank SECTION 8 __________________________________________________________________________________ TABLE OF CONTENTS ARTICLE GP 1 DEFINITION OF TERMS GP 2 PROPOSALS GP 2.1 Proposal Forms GP 2.2 Combination or Conditional Proposals GP 2.3 Public Opening of Proposals GP 3 SCOPE OF WORK GP 3.1 Intent of Contract GP 3.2 Alteration of Plans or Character of Work GP 3.3 Changes in Work GP 3.4 Maintenance of Traffic GP 3.5 Rights in and Use of Materials Found on the Work GP 3.6 Final Clean-Up GP 4 CONTROL OF WORK GP 4.1 Authority of the County Engineer GP 4.2 Plans and Working Drawings GP 4.3 Conformity with Plans and Specifications GP 4.4 Coordination of Plans, Specifications, Supplemental Specifications, & Special Provisions GP 4.5 Cooperation by Contractor GP 4.6 Emergency Supervision GP 4.7 Cooperation with Utilities GP 4.8 Cooperation between Contractors GP 4.9 Authority and Duties of the Project Engineer GP 4.10 Duties of the Inspector GP 4.11 Inspection of Work GP 4.12 Removal of Unacceptable and Unauthorized Work GP 4.13 Load Restrictions GP 4.14 Maintenance During Construction GP 4.15 Failure to Maintain Roadway or Structure GP 4.16 Acceptance GP 4.17 Claims for Adjustment and Disputes GP 4.18 Automatically-controlled Equipment GP 4.19 Superintendence GP 5 CONTROL OF MATERIAL GP 5.1 Source of Supply and Quality Requirements GP 5.2 Local Material Sources GP 5.3 Samples, Tests, Cited Specifications GP 5.4 Certification of Compliance GP 5.5 Plant Inspection GP 5.6 Storage of Materials GP 5.7 Handling Materials GP 5.8 Unacceptable Materials GP 5.9 County-furnished Material GP 6 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC GP 6.1 Laws to be Observed GP 6.2 Permits, Licenses and Taxes GP 6.3 Patented Devices, Materials, and Processes GP 6.4 Restoration of Surfaces Opened by Permit GP 6.5 Sanitary, Health, and Safety Provisions GP 6.6 Public Convenience and Safety GP 6.7 Barricades and Warning Signs GP 6.8 Protection and Restoration of Property and Landscape GP 6.9 Contractor’s Responsibility for Work GP 6.10 Contractor’s Responsibility for Utility Property and Services _________________________________________________________________________________________________________________ 27 Aug 08 Revision GENERAL PROVISIONS PAGE GP-i SECTION 8 __________________________________________________________________________________ GP 6.11 Furnishing of Right-of-way GP 6.12 Personal Liability of Public Officials GP 6.13 No Waiver of Legal Rights GP 6.14 Environmental Protection GP 6.15 Insurance GP 7 PROSECUTION AND PROGRESS GP 7.1 Subletting of Contract GP 7.2 Commencement of Contract Time GP 7.3 Preconstruction Conference GP 7.4 Progress Schedule & Prosecution GP 7.5 Limitation of Operations GP 7.6 Working Hours GP 7.7 Character of Workers GP 7.8 Contractor’s Compliance GP 7.9 Methods and Equipment GP 7.10 Determination and Extension of Contract Time GP 7.11 Failure to Complete on Time GP 7.12 Default and Termination of Contract GP 7.13 Risk of Loss GP 7.14 Delays Due to Weather Conditions GP 8 MEASUREMENT AND PAYMENT GP 8.1 Measurement of Quantities GP 8.2 Budget Sufficiency GP 8.3 Scope of Payment GP 8.4 Method of Payment GP 8.5 Compensation for Altered Quantities GP 8.6 Eliminated Items GP 8.7 Partial Payments GP 8.8 Payment for Material on Hand GP 8.9 Acceptance and Final Payment GP 9 WARRANTY AND GUARANTY PROVISIONS _________________________________________________________________________________________________________________ 27 Aug 08 Revision GENERAL PROVISIONS PAGE GP-ii SECTION 8 ____________________________________________________________________________ GENERAL PROVISIONS ARTICLE GP 1 - DEFINITION OF TERMS When used in these specifications, contract, or any documents or instruments pertaining to construction governed by these specifications, the intent and meaning shall be interpreted as: GP 1.1 AASHTO: American Association of State Highway and Transportation Officials. GP 1.2 Addendum: A modification of plans or other contract documents issued by the County/Engineer and distributed to prospective bidders prior to the opening of bids. GP 1.3 Additional Instructions to Bidders: Outlines requirements, bonding, describes awarding of the contract, and other information of value to prospective bidders. GP 1.4 ASTM: American Society for Testing and Materials. GP 1.5 Bid: The written offer of a bidder submitted on the bid form to perform the work according to the requirements of the contract documents and stating the consideration that the bidder will require for so doing. GP 1.6 Bid Bond: A bond executed by a bidder and the bidder’s surety guaranteeing that the bidder awarded the contract will execute the same and furnish the required Performance and Payment Bond. GP 1.7 Bidder: Any individual, partnership, or corporation submitting a bid on the attached bid form for the work contemplated. GP 1.8 Bid Form: The attached form on which it is required that bids be submitted. GP 1.9 Board: The Board of County Commissioners, Sarasota County, Florida, (see also "County" and "Owner"). GP 1.10 Call for Bids: See Invitation for Bids. GP 1.11 Change Order: A written order issued by the County/Engineer to the Contractor directing changes, additions, or reductions in the work or in the materials or methods to be used. GP 1.12 Contract: Written agreement between County and Contractor for performance of work according to requirements of contract documents and for payment of agreed consideration therefor. GP 1.13 Contract Documents: The plans, documents of the bid, Invitation for Bids, Instructions to Bidders, Bid Form, Construction Contract, Performance and Payment Bond, General Provisions, Special Provisions, Supplemental Provisions, the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction (Standard Specifications), edition dated as per Sarasota County’s Special Provisions, FDOT’s Design Standards, edition dated as per Sarasota County’s Special Provisions, Technical Provisions, appendixes, addenda, supplemental agreements, field engineer change orders, purchase orders, and purchase order change orders concerning the project. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-1 SECTION 8 ____________________________________________________________________________ GP 1.14 Contractor: The individual, partnership, or corporation, constituting the party of the second part to the contract. GP 1.15 County: Sarasota County Government, Sarasota County, Florida. In these specifications, "County" is synonymous with "Owner" as defined below and refers to the authorized representative of the Board of County Commissioners, Sarasota County, Florida. GP 1.16 Daily Time Charge: For each calendar day any work remains uncompleted after the contract time specified, the sum of money per calendar day specified as liquidated damages in the contract, and General Provisions, paragraph GP 7.11, will be deducted from any money due the Contractor providing due account of contract time adjustments granted under the provisions of General Provisions paragraph GP 7.10 are taken. GP 1.17 Engineer: Where "Engineer" or "Project Engineer" appears in these specifications, it refers to the County Engineer, Sarasota County, Florida, or the authorized representative. GP 1.18 Equipment: All machinery with necessary supplies for upkeep and maintenance, and all tools and apparatus necessary for the proper construction and acceptance of the work. GP 1.19 Force Account Work: Work performed by the Contractor when directed by the Engineer for which any payment authorized is based upon the actual costs of labor, materials, and equipment used to complete said work. GP 1.20 Inspector: Authorized representative of the County Engineer assigned to make any or all necessary inspections of the work performed and materials furnished by the Contractor. GP 1.21 Invitation for Bids: The public notice requesting the submission of bids for work. GP 1.22 Limited Notice to Proceed: DELETED. GP 1.23 Notice: A notice is defined to be information rendered by either party to the other upon a condition becoming known pursuant to the following requirements. All claims, requests, substitutions, changes, Notices, delays, and any and all other forms of Notices or claims by the Contractor to the County must be in writing and promptly presented. If none is so made, it is presumed not to have been given by the Contractor to the County. GP 1.24 Notice to Proceed: The County’s written notice to the Contractor fixing the date when Contract time commences. GP 1.25 Notification of Intent: Notification by the County to the apparent successful bidder stating that upon compliance by the bidder with precedent conditions within the specified time, the County intends to enter into contractual agreement for the work. GP 1.26 Owner: The project is owned by the Board of County Commissioners, Sarasota County, Florida, with whom the contract will be made. Where "Owner" appears in these ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-2 SECTION 8 ____________________________________________________________________________ specifications, it refers to the authorized representative of the Board of County Commissioners. All communications for the Owner from the Contractor shall be delivered to the Board of County Commissioners, Sarasota County Administration Center, Third Floor, 1660 Ringling Boulevard, Sarasota, Florida. GP 1.27 Performance and Payment Bond: A bond executed by the Contractor and the Contractor’s surety guaranteeing the Contractor will, in good faith, perform the work in conformity with the terms of the contract documents, and promptly pay all persons supplying labor or materials for the work. GP 1.28 Plans: The drawings, or reproductions thereof, prepared by the Engineer showing locations, character, dimensions and details of the work to be done. All working drawings submitted by the Contractor and approved by the Engineer become part of the plans. GP 1.29 Project Engineer: Is a direct representative of the Engineer and has immediate charge of the engineering details of each construction project. The Project Engineer is responsible for the administration and satisfactory completion of the project. GP 1.29a Project: The entire construction or installation to be performed as set forth in the contract. GP 1.30 Procurement/Purchasing: Official procurement entity of the County. GP 1.31 Specifications: The term for all directions, provisions, and requirements contained herein including referenced specifications and standard details, General Provisions, Special Provisions, Technical Provisions, Supplemental Provisions, plan notes, appendixes, addenda, supplemental agreements, and change orders that may be issued for this contract, all describing the manner of performing the work, including detailed technical requirements as to labor, material, equipment, and methods by which such work is to be performed, and defining the relations between the County, the Engineer, and the Contractor. GP 1.32 Standard Specifications: Standard Specifications shall be FDOT’s Standard Specifications for Road and Bridge Construction, edition dated as per Sarasota County’s Special Provisions, as amended by the Special Provisions and Technical Provisions attached hereto. GP 1.33 Subcontracting: The Contractor may subcontract portions of the work specialized in character and which, under contracting practices, are performed by specialty subcontractors. The Contractor shall obtain written approval from the County for all subcontractors and subcontracted work. The Contractor shall be fully responsible to the County for the acts and omissions of the subcontractors and there shall be no contractual relation between any subcontractor and the County. The prime contractor must perform work of not less than 50% of the total contract cost with the Contractor’s own organization. GP 1.34 Subcontractor: Any individual, partnership, or corporation supplying labor and/or materials for work under subcontract to the Contractor on the site of the project. GP 1.35 Substantial Completion: The date of substantial completion of a project or specified part of a project is the date when the construction is sufficiently completed, in ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-3 SECTION 8 ____________________________________________________________________________ accordance with the contract documents, so that the project or specified part of the project can be utilized for the purpose for which it was intended. GP 1.36 Superintendent: An agent of the Contractor which shall be on the project site at all times, capable of reading and thoroughly understanding the plans and specifications, and thoroughly experienced in the type of work being performed. GP 1.37 Supplemental Amendment: A written proposal and acceptance executed by the County and the Contractor, with the consent of the Contractor’s surety, covering the performance of work not in the original contract but necessary to complete the project, or changes, additions, or reductions in the work, materials, or methods to be used of a magnitude greater than may properly be covered by a change order. GP 1.38 Surety: Contractor. Bonding company furnishing guarantees required of bidder and GP 1.39 Waste Disposal: All materials removed from the project site for disposal as called for in the plans and specifications shall be done in a legal manner in conformance with all local, state, and federal guidelines. GP 1.40 Work: The entire completed construction or various separately identifiable parts thereof required to be furnished under the contract documents. Work is the result of performing service, furnishing labor, furnishing and incorporating materials, and equipment into the construction as required by the contract documents. ARTICLE GP 2 - PROPOSALS GP 2.1. Proposal Forms: Complete sets of the bidding documents may be obtained by qualified bidders from the County or other designated entity as stipulated in the advertisement, “Invitation for Bids”. The bidding documents designate the location and description of the construction, appropriate estimate of the various quantities and kinds of work to be performed or materials to be furnished, and a schedule of items for which unit bid prices are invited. The bidding documents state the time in which the work must be completed and the amount of the proposal guarantee. The date, time, and place of the opening of proposals shall be as stated in the Invitation for Bids. The proposal includes special provisions and requirements that may vary from or are not contained in the standard specifications. All papers bound with or attached to the proposal form are considered a part thereof and must not be detached or altered when the proposal is submitted. The plans, specifications, and other documents pertaining to the contract designated in the proposal, will be considered a part of the proposal whether attached or not. Prospective bidders will be required to make payment in the amount as stated in the Invitation for Bids for each copy of the proposal form and plans furnished; payment shall be by a check drawn on a Florida bank made payable to "Board of County Commissioners, Sarasota County". GP 2.2. Combination or Conditional Proposals: If the County elects, proposals may be issued for projects in combination and/or separately so that bids may be submitted either on the combination or on separate units of the combination. The Board reserves the right to make awards on combination or separate bids to the best advantage of the County. No combination bids will be considered unless specified in the bidding documents as furnished by the Engineer (or other issuing office designated in the advertisement, Call ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-4 SECTION 8 ____________________________________________________________________________ for Bids, or Invitation for Bids). included in the combination. Separate contracts will be written for each project GP 2.3. Public Opening of Proposals: Proposals will be opened at the time and place designated in the Invitation for Bids, unless bidders are otherwise directed by addendum or other confirmed communication. Bidders, their authorized agents, and other interested parties are invited to be present. ARTICLE GP 3 - SCOPE OF WORK GP 3.1. Intent of Contract: The contract’s intent is to provide for construction and completion of the work described. The Contractor will furnish labor, materials, equipment, tools, transportation, and supplies to complete the work according to the plans, specifications, and contract terms. GP 3.2. Alteration of Plans or Character of Work: The County reserves the right to make, at any time during the progress of the work, such increases or decreases in quantities and such alterations in the grade or alignment of the project, as may be found to be necessary or desirable. Such increases, decreases, or alterations shall not invalidate the contract nor release the surety, and the Contractor agrees to perform the work as altered, the same as if it had been a part of the original contract. Under no circumstances shall alterations of plans or nature of work involve work beyond the termini of the proposed construction, except as may be necessary to satisfactorily complete the project. Unless such alterations, increases, or decreases materially change the character of the work to be performed or the cost thereof, the altered work shall be paid for at the same unit prices as other parts of the work. If, however, the character of the work or the unit costs thereof is materially changed, an allowance shall be made, either for or against the Contractor, in such amount as the Engineer may determine to be fair and equitable. No claim shall be made by the Contractor for any loss of anticipated profits because of any such alteration, or by reason of any variation between the approximate quantities and the quantities of work as done. If the altered or added work is of sufficient magnitude as to require additional time in which to complete the project, such time adjustments may be made in accordance with the provisions of subarticle GP 7.10. Should the Contractor or the County discover subsurface or latent physical conditions at the site differing materially from those indicated in the contract, or encounter other physical conditions at the site of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract, the Engineer shall be promptly notified in writing of such conditions before they are disturbed. The Engineer will promptly investigate the conditions and if found so materially differ and cause an increase or decrease in the cost of or the time required for performance of the contract, an equitable adjustment will be made and the contract amended in writing accordingly. Any adjustment in contract time because of such change(s) will be made in accordance with the provisions of subarticle GP 7.10 GP 3.3. Changes in Work: By written order and without notice to the sureties, the County may change the drawings and specifications of the contract and the general scope thereof. If the change will result in an increase in the total contract price, it will be incorporated as an amendment to the contract or as required by Article X of the contract. When making any change, prior to the issuance of the order for the changed work, the County shall determine the method of charge or credit to be applied for the change from one of the following methods: ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-5 SECTION 8 ____________________________________________________________________________ GP 3.3.1 Method 1: A change order shall be issued by the County to fix the total lump sum value of the change, and shall establish the amount to be added to or deducted from the contract price. On all changes involving extras that will be added to the contract price, the price of the extras shall include the Contractor’s overhead and profit, which shall be computed as described in Method 4 below. On all changes that involve a net credit to the County, no allowance for overhead and profit shall be figured. GP 3.3.2 Method 2: If the change involves construction items for which unit bid prices are shown in the proposal, the amount to be added or deducted from the contract price shall be determined by multiplying the unit quantities of the items to be added or omitted by the corresponding unit bid prices for the items involved. GP 3.3.3 Method 3: If the work is performed on a unit price basis and the change adds construction items for which no unit prices are shown in the proposal, the unit prices for the items involved shall be negotiated between the Contractor and the County, for which a change order shall be issued and the unit price applied to the number of items involved. GP 3.3.4 Method 4: By ordering the Contractor to proceed with the Force Account Work and to keep and present, in such form as the County may direct, a correct accounting of the total cost of the change, together with all vouchers therefor. The total cost shall be as follows: GP 3.3.4.1 Compute the net cost of the change, which shall include: direct labor and supervision and items incidental to labor, such as public liability insurance, workmen’s compensation insurance and social security; materials and sales taxes on materials, the actual use of power tools and equipment having a value in excess of $50.00 at standard AED ‘Green Book’ rental rates; and power. GP 3.3.4.2 Compute an allowance for overhead and profit not to exceed the following percentages of the net cost of the change, as determined in Articles GP 3.2, 3.3.4, 3.3.4.1, 4.3, 4.15, 4.16.2, 6.13, and 8.6: − for all work performed directly by the Contractor without subcontracting, 15% overhead and 10% profit for the Contractor; − for all work performed directly by a subcontractor for the Contractor, 15% overhead and 10% profit for the subcontractor, and 10% handling charge for the Contractor; − for all work performed by sub-subcontractor for the subcontractor, 15% overhead and 10% profit for the sub-subcontractor, 10% handling charge for the subcontractor, and 10% handling charge for the Contractor. The 15% overhead and the 10% profit will not be applied to work with these allowances previously added, nor shall the 10% handling charge be applied to work not subcontracted. The 10% handling charge may be applied to the net cost of the change plus its allowable overhead and profit. Items considered as overhead are bond or bonds, supervision, timekeepers, clerks, watchmen, small tools valued less than $50.00, incidental job burdens, and general office expense. GP 3.3.4.3 The total cost of the change order shall be the sum of the amounts computed in accordance with Articles GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6. GP 3.3.4.4 Where required by the County, the Contractor shall furnish the County an itemized breakdown of the quantities and prices used in computing the value of any change that may be ordered. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-6 SECTION 8 ____________________________________________________________________________ GP 3.3.5 Method 5: If work is to be performed for which no unit price is established in the bid form, the prices for the item involved shall be negotiated between the Contractor and the County, and a work assignment shall be issued with the unit prices applied to the items involved and those unit prices shall become a part of the contract. GP 3.4 Maintenance of Traffic: Unless otherwise provided, all roads within the limits of the contract shall be kept open to all traffic by the Contractor. Where so provided on the plans or approved by the Engineer, the Contractor may bypass traffic over an approved detour route. The Contractor shall keep the portion of the project used by through or local public traffic in such condition that traffic will be adequately accommodated. The Contractor shall furnish, erect, and maintain barricades, warning signs, delineators, flagman, and pilot cars in accordance with FDOT’s Manual of Traffic Control and Safe Practices for Street and Highway Construction. The Contractor shall provide and maintain in a safe condition temporary approaches, crossings, and intersections with trails, roads, streets, businesses, parking lots, residences, garages, and farms. The Contractor shall bear all expenses of maintaining the traffic over the section of road undergoing improvement and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary, without direct compensation, except as provided below: GP 3.4.1 Special Detours: When the proposal contains an item for maintenance of detours or removing existing structures and maintaining traffic, the payment for such item shall cover all cost of constructing and maintaining such detour(s), including construction of all temporary bridges and accessory features, the removal of same, and obliteration of the detour road. Right-of-way for temporary highways or bridges called for under this paragraph will be furnished by the County. GP 3.4.2 Maintenance of Traffic During Suspension of Work: During any suspension, the Contractor shall make passable and open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between the Contractor and the Engineer for the temporary accommodation of necessary traffic. Thereafter and until an issuance of an order for the resumption of construction operations, the maintenance of the temporary route or line of travel agreed upon will be by and at the expense of the County. When work is resumed, the Contractor shall replace or renew any work or materials lost or damaged because of such temporary use of the project, shall remove, as directed by the Engineer, any work or materials used in the temporary maintenance thereof by the County, and shall complete the project as though its prosecution had been continuous and without interference. Additional work caused by such suspension, for reasons beyond the control of the Contractor, will be paid for by the County at contract prices, or by extra work. GP 3.4.3 Maintenance Directed by the Engineer: If the Engineer directs special maintenance for the traveling public, then the Contractor will be paid on the basis of unit prices or under subarticle GP 3.3., Changes in Work. The Engineer will be the sole judge of work to be classed as special maintenance. GP 3.5 Rights in and Use of Materials Found on the Work: With the Engineer’s approval, the Contractor may use such stone, gravel, sand, or other material as may be found in the excavation, and will be paid both for the excavation of such materials at the corresponding contract unit price and for the pay item for which the excavated material is used. The Contractor shall replace at the Contractor’s own expense with other acceptable material, all of that portion of the excavated material so removed and used which was needed for use in the embankments, backfills, approaches, or otherwise. No charge for the materials so used will be made against the Contractor. The Contractor shall not ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-7 SECTION 8 ____________________________________________________________________________ excavate or remove any material from within the highway location that is not within the grading limits, as indicated by the slope and grade lines, without written authorization from the Engineer. GP 3.6 Final Clean-Up: Before final acceptance, borrowed and local material sources and areas occupied by the Contractor shall be cleaned of all rubbish, excess materials, temporary structures, and equipment. All parts of the work shall be left in acceptable condition. ARTICLE GP 4 - CONTROL OF WORK GP 4.1. Authority of the County Engineer: The Engineer will decide all questions as to the quality and acceptability of materials furnished, work performed and rate of progress of the work, the interpretation of the plans and specifications, and the acceptable fulfillment of the contract on the part of the Contractor. The Engineer will have the authority to suspend the work, wholly or in part, due to the failure of the Contractor to correct conditions unsafe for the workers or the general public, for failure to carry out provisions of the contract, for failure to carry out orders, for such periods as deemed necessary due to unsuitable weather, for conditions considered unsuitable for the prosecution of the work, or for any condition or reason in the public interest. GP 4.2. Plans and Working Drawings: Plans will show details of all structures, lines, grades, typical roadway cross-sections, location and design of all structures, and a summary of items on the proposal. The Contractor shall keep one set of plans available on the work site at all times. The plans will be supplemented by such working drawings as necessary to adequately control the work. Working drawings for structures shall be furnished by the Contractor and shall consist of such detailed plans as required to adequately control the work and are not included in the plans furnished by the County. All working drawings must be approved by the Engineer and such approval shall not operate to relieve the Contractor of responsibility under the contract for the successful completion of the work. The contract price will include the cost of furnishing all working drawings. GP 4.3. Conformity with the Plans and Specifications: All work performed and materials furnished shall be in close conformity with the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown on the plans or indicated in the specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within close conformity with the plans and specifications but reasonably acceptable, the Engineer shall make a determination if the work shall be accepted and remain in place. In that event, the Engineer will document the basis of acceptance that will provide for an appropriate adjustment in the contract price for such work or materials deemed necessary to conform to the determination based on engineering judgment. In the event the Engineer finds the materials furnished, work performed, or the finished product are not in close conformity with the plans and specifications, and have resulted in an inferior or unsatisfactory product, the work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. GP 4.4. Coordination of Project Special Provisions, Special Provisions, Plans, Design Standards, Technical Provisions, and FDOT Specifications: The Project Special Provisions, Special Provisions, plans, Design Standards, Technical Provisions, FDOT Specifications, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-8 SECTION 8 ____________________________________________________________________________ be complimentary and describe and provide for complete work. In case of discrepancy, the governing order of the documents is as follows: 1 2 3 4 5 6 7 Project Special Provisions; Special Provisions; Plans; Road Design, Structures, and Traffic Operations Standards (Design Standards); Technical Provisions; Sarasota County Standard Specifications; Sarasota County Supplement to FDOT Specifications; FDOT Special Provisions and Supplemental Specifications; FDOT Standard Specifications; Computed dimensions govern over scaled dimensions. The Contractor shall not take advantage of any apparent error or omission in the plans or specifications, and shall immediately notify the Engineer of such. The Engineer will make corrections and interpretations as deemed necessary to fulfill the intent of the plans and specifications. GP 4.5. Cooperation by Contractor: The Contractor will be supplied with three sets of approved plans and contract documents minimum including special provisions, one set of which the Contractor shall keep available on the site at all times. The Contractor shall give the work the constant attention necessary to facilitate the progress thereof, and shall cooperate with the Engineer, the inspectors, and other Contractors in every way possible. GP 4.6. Emergency Supervision: The Contractor shall have a person responsible for the project available on a 24-hour basis seven days a week to be contacted in emergencies and when immediate action must be taken to maintain traffic or overcome other problems that may arise. Furnishing a telephone number where this designated person can be reached outside of normal working hours will constitute compliance with this provision, provided the phone number of a second equally qualified person is furnished as an alternate, in case the regularly designated person cannot be reached. GP 4.7. Cooperation with Utilities: The County will notify all utility companies, pipe line owners, or other Parties affected, and endeavor to have all necessary adjustments of the public or private utility fixtures, pipe lines, and other appurtenances within or adjacent to the limits of construction made as soon as practicable. Water lines, gas lines, wire lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction to be relocated or adjusted will be moved by the owners at their expense, unless otherwise provided in the contract. It is understood and agreed that the Contractor has considered in the bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown on the plans and no additional compensation will be allowed for any delays, inconvenience, or damage sustained due to any interference from said utility appurtenances or the operation of moving them. GP 4.8. Cooperation between Contractors: The County reserves the right to contract for and perform other or additional work on or near the work covered by the contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct work so as not to interfere with or hinder the process or completion of the work being performed by other Contractors. Contractors working on the same project shall ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-9 SECTION 8 ____________________________________________________________________________ cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with their contract and shall protect and hold harmless the County, its Commissioners, officers, officials, employees, agents, and volunteers from and against any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange the work and place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the same project. The Contractor shall join work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. GP 4.9. Authority and Duties of the Project Engineer: A direct representative of the Engineer, the Project Engineer has immediate charge of the engineering details of each construction project and is responsible for the administration and satisfactory completion of the project. The Project Engineer has the authority to reject defective material and suspend any work improperly performed. GP 4.10. Duties of the Inspector: County inspectors will be authorized to inspect all work done and materials furnished. Such inspection may extend to all or part of the work, and to the preparation or fabrication of the materials to be used. The inspector is not authorized to issue instructions contrary to the plans and specifications, or act as superintendent for the Contractor; however, the inspector shall have the authority to reject work or materials until any questions at issue can be referred to and decided by the Engineer. GP 4.11. Inspection of Work: All materials and work are subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and furnished with information and assistance by the Contractor to make a complete and detailed inspection. At the Engineer’s request, the Contractor, any time before acceptance of the work, shall remove or uncover portions of the finished work as directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, removing, and replacing of the covering or making good of the parts removed will be paid for as extra work; should the work so exposed or examined prove unacceptable, the uncovering, removing, and replacing of the covering or making good of the parts removed will be at the Contractor’s expense. Any materials used or work performed without qualified supervision by the Contractor, or inspection by any authorized County representative may be ordered removed and replaced at the Contractor’s expense, unless the County representative failed to inspect after having been provided notice that the work was to be performed. GP 4.12. Removal of Unacceptable and Unauthorized Work: All work not conforming to the contract requirements will be considered unacceptable, unless otherwise determined acceptable under the provisions in subarticles GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6. Unacceptable work, resulting from poor workmanship, use of defective material, damage through carelessness, or any other cause, found prior to the final acceptance of the work shall be removed immediately and replaced in an acceptable manner. Work done contrary to the instructions of the Engineer, done beyond the lines shown on the plans or except as herein specified, or any extra work done without authority will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor’s expense. Upon failure by the Contractor to comply with any order of the Engineer made under the provisions of this article, the Engineer will have authority to cause unacceptable or ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-10 SECTION 8 ____________________________________________________________________________ unauthorized work to be remedied or removed and replaced, and to deduct the costs from any monies due or to become due the Contractor. After the unacceptable work has been corrected to the standard required by the contract specifications, the work will be reinspected by the Engineer. If the re-inspected work is still unacceptable to the Engineer, the cost of all subsequent re-inspections may be deducted from any monies due or to become due to the Contractor. GP 4.13. Load Restrictions: The Contractor will comply with legal load restrictions when hauling materials on public roads beyond the project limits. Special permits do not relieve the Contractor of liability for damages resulting from moving materials or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures of the roadway or to any other type of construction is not permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. In no case shall legal load limits be exceeded unless permitted in writing. The Contractor shall be responsible for all damage done by hauling equipment. GP 4.14. Maintenance During Construction: The Contractor shall maintain the work during construction until project acceptance. Maintenance constitutes continuous and effective work prosecuted day by day with adequate equipment and forces so that the road or structures are kept in satisfactory condition. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All cost of maintenance work during construction and before the project is accepted is included in the unit prices for various pay items; the Contractor will not be paid an additional amount for such work. GP 4.15. Failure to Maintain Roadway or Structure: If the Contractor fails to comply with subarticles GP 3.2, 3.3, 4.3, 4.16, 6.13, and 8.6, the Engineer will immediately notify the Contractor of the non-compliance. If the Contractor fails to remedy the unsatisfactory maintenance within 24 hours after receipt of Notice, the Engineer will immediately proceed to maintain the project, and the entire cost of maintenance will be deducted from monies due or to become due the Contractor on the contract. GP 4.16. Acceptance: GP 4.16.1 Partial Acceptance: If, during the prosecution of the project, the Contractor substantially completes a unit or portion of the project, i.e., structure, interchange, or section of road or pavement, the Contractor may request the Engineer to make an inspection of that unit. If the Engineer finds the unit satisfactorily completed in compliance with the contract, the Engineer may accept that unit as complete. Such partial acceptance in no way voids or alters the terms of the contract nor the warranty provisions of Section GP 9. GP 4.16.2 Final Acceptance: Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer will make an inspection. If all construction provided for and contemplated by the contract is found completed satisfactorily, the Engineer will execute a Certificate of Completion. If the inspection discloses any work in whole or in part as unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same, and the Contractor shall immediately comply with and execute such instructions. After the acceptable work has been corrected to the standard required by the contract specifications, the work will be re-inspected by the Engineer. If the re-inspected ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-11 SECTION 8 ____________________________________________________________________________ work is still unacceptable to the Engineer, the cost of all subsequent re-inspections may be deducted from any monies due or to become due to the Contractor. GP 4.17. Claims for Adjustment and Disputes: If, in any case, the Contractor deems that additional compensation is due for work or material not clearly covered in the contract nor ordered by the Engineer as extra work as defined herein, the Contractor shall notify the Engineer in writing of intentions to make claim for such additional compensation before beginning the work on which the claims are based. If such notification is not given and the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual costs as required, the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving or substantiating the validity of the claim. If the claim, after consideration by the Engineer, is found to be just, it will be paid as extra work as provided herein for Force Account Work pursuant to GP 3.3.4. Nothing in this subarticle shall be construed as establishing any claim contrary to the terms of subarticles GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6. GP 4.18. Automatically-controlled Equipment: Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of 48 hours following the breakdown or malfunction, provided this method of operation will produce results otherwise meeting specifications. GP 4.19. Superintendence: The Contractor shall designate in writing before starting work, and have on site, irrespective of the amount of work sublet, at all times, a competent Superintendent who shall have the authority to represent and act for the Contractor, and have full authority to execute Engineer’s orders or directions without delay, and promptly supply required materials, equipment, tools, labor, and incidentals. The Superintendent shall be capable of reading and thoroughly understanding the plans and specifications, and thoroughly experienced in the type of work being performed. The Superintendent shall be an employee of the Contractor’s organization. The Contractor will not be allowed to designate a Subcontractor as the Superintendent. Failure of the Superintendent to be present at the job site at all times when work is in progress on the contract will be considered as failure on the part of Contractor to perform a provision of the contract, and as such, the County Engineer’s Representative may suspend all work until such time satisfactory arrangements have been made to have the Superintendent on the job site at all times when work is in progress. No additional compensation or additional contract time will be allowed by reason of the suspension. ARTICLE GP 5 - CONTROL OF MATERIAL GP 5.1. Source of Supply and Quality Requirements: The materials used on the work shall meet all quality requirements of the contract. To expedite the inspection and testing of materials, the Contractor shall notify the Engineer of proposed sources of materials prior to delivery. At the option of the Engineer, materials may be approved at the source of supply before delivery is started. If it is found, after trial, that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources after approval by the Engineer. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-12 SECTION 8 ____________________________________________________________________________ GP 5.2. Local Material Sources: Possible sources of local materials may be designated on the plans and described in the special provisions. The quality of material in such deposits will be acceptable in general, but the Contractor shall determine the amount of equipment and work required to produce a material meeting the specifications. It is understood that it is not feasible to ascertain from samples the limits for an entire deposit, and that variations shall be considered as usual and are to be expected. The Engineer may order procurement of material from any portion of a deposit and may reject portions of the deposit as unacceptable. The County may acquire and make available to the Contractor the right to take materials from the sources designated on the plans and described under special provisions together with the right to use such property as may be specified for plant sites, stockpiles, and hauling roads. If the Contractor desires to use material from sources other than those designated, the necessary rights shall be acquired to take materials from the sources and shall pay all costs related thereto, including any which may result from an increase in length of haul. All costs of exploring and developing such other sources shall be borne by the Contractor. The use of material from other than designated sources will not be permitted until such preliminary samples, as required by the Engineer, have been obtained and tested at the expense of the Contractor. Additional samples may be required of the Contractor for inspection and testing by the Engineer, prior to approval of and authorization to use the source. When materials deposits are not designated in the Special Provisions, the Contractor shall provide sources of material acceptable to the Engineer. When sources of material or material deposits are provided by the Contractor, the County will assume the cost of processing samples to determine the suitability of the material. Unless otherwise permitted, pits and quarries shall be so excavated that water will not collect and stand therein. Sites from which material has been removed shall, upon completion of the work, be left in a neat and presentable condition. Where practicable, borrow pits, gravel pits, and quarry sites will be located so they are not visible from the highway. GP 5.3. Samples, Tests, Cited Specifications: The Contractor shall have all materials inspected, except as allowed in subarticles GP 5.4 and GP 5.5, and tested by a certified testing laboratory. Results shall be submitted in writing to the Engineer for approval before the materials are incorporated in the work except as stated in GP 5.4 and GP 5.5. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor’s expense. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Unless otherwise designated, all tests shall be in accordance with the most recent cited standard methods of AASHTO or ASTM that are current on the date of advertisement for Bids. GP 5.4. Certification of Compliance: The Engineer may permit use, prior to sampling and testing, of certain materials or assemblies accompanied by certificates of compliance that state such materials or assemblies fully comply with contract requirements. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a Certificate of Compliance with the lot clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and, if found nonconforming with the contract requirements, will be subject to rejection whether in place or not. The form and distribution of the Certificates of Compliance shall be as approved by the Engineer. The Engineer reserves the right to refuse use of materials or assemblies on the basis of the Certificates of Compliance. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-13 SECTION 8 ____________________________________________________________________________ GP 5.5. Plant Inspection: The Engineer may inspect materials at the source. Manufacturing plants may be inspected periodically for compliance with specified manufacturing methods. Material samples will be obtained for laboratory testing for compliance with quality requirements. This may be the basis for acceptance of manufactured lots as to quality. The County reserves the right to retest all materials prior to incorporation into the work which have been tested and approved at the source of supply, after the same has been delivered, and to reject all retested materials which do not meet the requirements of these specifications or those established for the specific project. GP 5.6. Storage of Materials: Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even if approved before storage, may be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. Approved portions of the right-of-way may be used for materials and equipment storage but additional space required will be provided at the Contractor’s expense. Private property will not be used for storage without written permission of the property owner or lessee, with copies furnished the Engineer if requested. Storage sites shall be restored to their original condition at the Contractor’s expense. This shall not apply to the stripping and storing of topsoil or other salvaged materials. GP 5.7. Handling Materials: Materials shall be handled in such manner as to preserve their quality and fitness for the work. Aggregates shall be transported from the storage site of the work in vehicles so constructed as to prevent loss or segregation of materials after loading and measuring in order that there may be no inconsistencies in the quantities of materials intended for incorporation in the work as loaded, and the quantities as actually received at the place of operations. GP 5.8. Unacceptable Materials: Material not conforming to the requirements of the specifications shall be considered unacceptable, and will be rejected and removed immediately from the site of the work unless otherwise instructed by the Engineer. No rejected material, the defects of which have been corrected, shall be used until approval has been given. GP 5.9. County-furnished Material: The Contractor shall furnish all materials required to complete the work, except those specified to be furnished by the County. Material furnished by the County will be delivered or made available to the Contractor at the points specified by the Engineer. After delivery, the cost of handling and placing all materials shall be considered as included in the contract price for the item in connection with which they are used. The Contractor will be held responsible for all material delivered. Deductions will be made from any monies due the Contractor to make good any shortages and deficiencies, from any cause whatsoever, for any damage that may occur after such delivery, and for any demurrage charges. ARTICLE GP 6 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC GP 6.1. Laws to be Observed: The Contractor shall keep fully informed of all federal, state, and local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority which in any manner affect those engaged or employed on the work or in any way affect the conduct of the work. The Contractor, Contractor’s officers, employees, agents, volunteers, and subcontractors shall at all times observe and comply with all such laws, ordinances, regulations, orders and decrees, and ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-14 SECTION 8 ____________________________________________________________________________ shall protect and indemnify the County and its representatives against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree whether by the Contractor or the Contractor’s employees, officers, or agents. GP 6.2. Permits, Licenses, and Taxes: The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all Notices necessary and incidental to the due and lawful prosecution of the work. GP 6.3. Patented Devices, Materials, and Processes: If employing any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the County, any affected third party or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material, process, trademark, or copyright, and shall indemnify the County for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. GP 6.4. Restoration of Surfaces Opened by Permit: The right to construct or reconstruct any utility service in the highway or street or to grant permits for same, at any time, is hereby expressly reserved by the County for the proper authorities of the municipality in which the work is done and the Contractor shall not be entitled to any damages whether for the digging up of the street or for any delay occasioned thereby. When an individual, firm, or corporation is authorized through a duly executed permit from the County, the Contractor shall allow parties bearing such permits to make openings in the highway. When ordered by the Engineer, the Contractor shall make all necessary work in an acceptable manner, or as provided in these specifications, and will be subject to the same conditions as original work performed. GP 6.5. Sanitary, Health, and Safety Provisions: The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for employees as necessary to comply with all federal, state, and local laws, or ordinances and applicable rules with state and local Board of Health requirements or of other bodies or tribunals having jurisdiction. Attention is directed to federal, state and local laws, rules, and regulations concerning construction safety and health standards. The Contractor shall not require any work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to health of safety. GP 6.6. Public Convenience and Safety: The Contractor shall conduct work so as to assure the least possible obstruction to traffic. The safety and convenience of the general public and residents along the highway and the protection of persons and property shall be provided for by the Contractor as specified under subarticle GP 3.4. GP 6.7. Barricades and Warning Signs: The Contractor shall provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs, and other traffic control devices and take all precautions for the protection of the work and safety of the public. Highways closed to traffic shall be protected by effective barricades and obstructions shall be illuminated during hours of darkness. Suitable warning signs shall be provided to properly control and direct traffic. The Contractor shall erect warning signs in advance of any place on the project where operations may interfere with the use of the road by traffic, and at all intermediate points where the new work crosses or coincides with the existing road. Such warning signs shall be placed and maintained in accordance with the plans furnished. No signs, barricades, lights, or other protective ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-15 SECTION 8 ____________________________________________________________________________ devices shall be dismantled or removed without permission of the Engineer. All barricades, warning signs, lights, temporary signals, and other protective devices shall conform to FDOT’s Manual on Traffic Control and Safe Practices for Street and Highway Construction. GP 6.8. Protection and Restoration of Property and Landscape: The Contractor shall be responsible for the preservation of all public and private property and shall protect carefully from disturbance or damage all survey monuments and property markers until their locations are witnessed or otherwise referenced by a Florida-licensed professional land surveyor. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials. Said responsibility will not be released until the project has been completed and accepted. When and where any direct or indirect damage or injury is done to public or private property, by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at the Contractor’s own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or shall make good such damage or injury in an acceptable manner. GP 6.9. Contractor’s Responsibility for Work: Until final written acceptance of the project by the Engineer, the Contractor shall have the charge and care and shall take precaution against injury or damage to any part thereof by the action of the elements or from any other cause whether from the execution or from the non-execution of the work. The Contractor will rebuild, repair, restore, and make good all injuries or damages to any portion of the work by any of the above causes before final acceptance, and bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane, or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. In case of suspension of work from any cause, the Contractor is responsible for the project, will take precautions necessary to prevent damage to the project, provide for normal drainage, and will erect necessary temporary structures, signs or other facilities at the Contractor’s expense. During such suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings, seedings, and sodding furnished under this contract, and shall take adequate provisions to protect new tree growth and other important vegetative growth against injury. GP 6.10. Contractor’s Responsibility for Utility Property and Services: At points where the Contractor’s operations are adjacent to properties of railway, telegraph, telephone, and power companies, or are adjacent to other property, damage to which might result in considerable expense, loss, or inconvenience, work shall not be commenced until all arrangements necessary for the protection thereof have been made. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal and rearrangement operations in order that these operations may progress in a reasonable manner, that duplication of the rearrangement work may be reduced to a minimum, and that services rendered by those Parties will not be unnecessarily interrupted. In the event of interruption to utility services as a result of accidental breakage or as a result of being exposed or unsupported, the Contractor shall promptly notify the proper authority and cooperate with the said authority in the restoration of service. If utility service is interrupted, continuous cooperation will be ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-16 SECTION 8 ____________________________________________________________________________ required until the service is restored. No work shall be undertaken around fire hydrants until provisions for continued service have been approved by the local fire authority. GP 6.11. Furnishing of Right-of-way: The County will be responsible for securing all necessary right-of-way in advance of construction. Any exception will be indicated in the contract. GP 6.12. Personal Liability of Public Officials: In carrying out the provisions of these specifications or exercising any power or authority granted to them by the scope of the contract, there is no liability upon the Engineer or the authorized representatives, personally or as officials of the County. It is understood that in all such matters they act solely as agents and representatives of the County. GP 6.13. No Waiver of Legal Rights: Upon completion of the work, the County will expeditiously make final inspection and notify the Contractor of acceptance. Final acceptance shall not preclude or stop the County from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the County be precluded or stopped from recovering from the Contractor and/or the Contractor’s surety such overpayment as it may sustain, or by failure on the part of the Contractor to fulfill obligations under the contract. A waiver on the part of the County of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the County for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the County’s rights under any warranty or guaranty. GP 6.14. Environmental Protection: The Contractor shall comply with all federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and prevent atmospheric pollution from particulate and gaseous matter. GP 6.15. Insurance: Before performing any work on this project, the Contractor shall furnish certificates of insurance to Sarasota County Risk Management as specified in Section 6, paragraph V, of the proposed contract. The appropriate insurance shall continue in force throughout the duration of any and all work performed on this project and shall include a 30-calendar day notice of cancellation or non-renewal. ARTICLE GP 7 - PROSECUTION AND PROGRESS GP 7.1 Subletting of Contract: The Contractor will not sublet, sell, transfer, assign or otherwise dispose of the contract or any portion of it, or of rights, title, or interest therein, without written consent of the County. With the County Engineer’s Representative written consent, the Contractor may sublet a portion of the work, but shall perform with his own organization work amounting to not less than 50% of the total contract amount less the total amount for those contract items designated as ‘specialty work’. Specialty work shall be as defined in Section 8-1.2 of FDOT’s Standard Specifications, edition dated as per Sarasota County’s Special Provisions. Include in the total contract amount the cost of materials and manufactured component products, and their transportation to the project site. For the purpose of meeting this requirement the County will not consider off-site commercial production of materials and manufactured component products that the Contractor purchases, or their transportation to the project, as subcontracted work. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-17 SECTION 8 ____________________________________________________________________________ If the Contractor sublets a part of a contract item, the County will use only the sublet proportional cost in determining the percentage of subcontracted normal work. Execute all agreements to sublet work in writing and include all pertinent provisions and requirements of the contract. Upon request, furnish the County with a copy of the subcontract. The subletting of work does not relieve the Contractor or the surety of their respective liabilities under the contract. The County recognizes a subcontractor only in the capacity of an employee or agent of the Contractor, and the County Engineer’s Representative may require the Contractor to remove the subcontractor as in the case of an employee. GP 7.2 Commencement of Contract Time: Contract time shall start and the Contractor shall assume obligations under the contract documents upon the date listed on the Notice to Proceed. The Contractor shall not commence with construction activities prior to the County issuing the Notice to Proceed. GP 7.3 Preconstruction Conference: As soon as possible after the contract has been officially awarded, the Project Engineer shall arrange a mandatory preconstruction conference with the Contractor and interested parties for the purpose of reviewing construction details, proposed schedules, etc. Participants shall come prepared to make worthwhile contributions to the conference and improvement of general relations. GP 7.3.1 Mandatory Attendance: Attendees to the preconstruction conference are the Project Engineer and inspector assigned to the project, the Contractor and principal personnel, representatives of involved utilities, and any other interested parties involved. GP 7.3.2 Conference Moderator and Report: The Project Engineer is responsible for the conference agenda, conducting the discussions, and making a written record of the conference discussions with copies to all participants and the project file. GP 7.3.3 Agenda: Among the subjects to be discussed as applicable on the project are: Schedules - Contractor’s proposed operating schedules, computation of work day charges, time schedules, completion date requirements; Subcontracts - work to be sublet, stipulations to be included in the subcontract agreements, Engineer/Contractor relations, and responsibility towards subcontractors, authorized representatives, etc.; Legal Relations and Responsibilities - cooperation with utility owners, the public, and other Contractors; license and permits in connection with execution of the work, local ordinances, etc.; Special Requirements and Unusual Conditions - discussion of anticipated conflicts and problems, clarification of construction details and specification requirements, etc.; Inspection Procedures and Required Tests - notification to the Engineer of material orders, furnishing samples, and the time and place of testing and accepting materials, storage and use of materials, etc.; Maintenance of Traffic and Haul Road Requirements - location and scheduling of by-pass construction, crossroads closures and access facilities; general responsibilities with regard to traffic and public convenience, etc.; Emergencies, Safety, and Sanitary - employee and public safety, sanitary provisions, etc.; Key Personnel - delegation of authority by the Contractor and the Engineer, lines of communication, equipment and personnel, etc.; Materials Suppliers - list of suppliers should be furnished the Engineer indicating where the Contractor proposes to obtain all materials for the project. GP 7.4 Progress Schedule and Prosecution: The Contractor, when required, shall furnish a progress schedule using Primavera software to the Engineer for approval. The ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-18 SECTION 8 ____________________________________________________________________________ progress schedule may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the contract. If the Contractor falls significantly behind the submitted schedule, the Contractor shall submit a revised schedule for completion of the work within the contract time, and modify operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall also provide labor and equipment rates for computation of costs in accordance with GP 3.3.4.1. These rates shall be reviewed and approved by the Engineer prior to day one of the contract. GP 7.4.1 A mandatory progress meeting may be held at the point 50% of the contract time is used. At 30 calendar days prior to reaching that point, the Contractor shall provide notice to the County. A mandatory progress meeting may be held as soon as mutually agreeable thereafter, unless determined to be unnecessary by the County. GP 7.4.2 At the conclusion of the project, but prior to final payment, a mandatory after action meeting may be held to review performance and schedule issues, document lessons learned, and indicate any constructive changes that may be made to processes used during the project. The County will coordinate with the Contractor on a mutually agreeable place and time to conduct this meeting if required. GP 7.5 Limitation of Operations: The Contractor shall conduct the work at all times in such a manner and in such sequence as will assure the least interference with traffic. The Contractor shall have due regard to the location of detours and to the provisions for handling traffic. The Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional sections if the opening of such section is essential to public convenience. GP 7.6 Working Hours: All work must be done during normal working hours (7AM to 7PM) Monday through Saturday. The County may require alternative working hours due to specific, individual project conditions when necessary. Work will not be done beyond the hours specified herein or on Sundays or holidays unless authorized in advance by the Engineer to meet special requirements. GP 7.7 Character of Workers: At all times, the Contractor shall employ sufficient labor and equipment for prosecuting the several classes of work to full completion in the manner and time required by these specifications. All workers shall have sufficient skill and experience to properly perform the work assigned to them. Workers engaged in special or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or subcontractor who, in the opinion of the Engineer, does not perform work in proper and skillful manner or is intemperate or disorderly, at the written request of the Engineer, shall be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Engineer. If the Contractor fails to remove such person as required above or fails to furnish suitable and sufficient personnel for proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. The Contractor will not be entitled to any additional time or costs associated with such work suspension. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-19 SECTION 8 ____________________________________________________________________________ GP 7.8 Contractor’s Compliance: After written notice is provided to the Contractor and a reasonable opportunity to cure, and after consultation with the Engineer, the County shall have the right to refuse to make payment, in whole or part, and if necessary, may demand the return of a portion or all of the amount previously paid to the Contractor due to: (1) (2) (3) (4) (5) (6) (7) The quality of a portion, or all, of the Contractor’s work not performed in accordance with the requirements of this contract; The quantity of the Contractor’s work not delivered or performed as represented in the Contractor’s payment request, or otherwise; The Contractor’s rate of progress, not progressing such that, in the County’s opinion, substantial or final completion, or both, may be inexcusably delayed; The Contractor’s failure to use the contract funds, previously paid the Contractor by the County, to pay Contractor’s project-related obligations including, but not limited to, subcontractors, laborers and material and equipment suppliers; Claims made, or likely to be made, against the County, or its property; Loss caused by the Contractor; The Contractor’s failure or refusal to perform any of its obligations to the County after written notice and a reasonable opportunity to cure as set forth above. In the event the County makes written demand upon the Contractor for amounts previously paid by the County as contemplated in this subsection, the Contractor shall promptly comply with such demand. The County’s rights hereunder survive the term of this contract are not waived by final payment or acceptance and are in addition to the Contractor’s obligation stated in Section 8 herein. GP 7.9 Methods and Equipment: All equipment used on the work will be of sufficient size and mechanical condition to meet requirements of the work and produce a satisfactory quality of work. Equipment used on any portion of the project shall be such that no injury to the roadway, adjacent property, or other highways will result from its use. When methods and equipment are not prescribed in the contract, the Contractor is free to use any methods or equipment to accomplish the work according to the contract requirements. Specified methods and equipment will be used unless authorized by the Engineer. Requests to use methods and equipment other than that specified shall be in writing with a full description of the methods and equipment proposed and the reasons for making the change. Approval will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If trial use of the substituted methods or equipment does not meet contract requirements, the Contractor shall discontinue the use of the substituted methods and equipment. The Contractor shall remove the deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the construction items involved, or in contract time, as a result of authorizing a change in methods or equipment under these provisions. GP 7.10 Determination and Extension of Contract Time: The number of calendar days allowed for completion of the work is the contract time. Contract time begins upon award of the contract by the Board of County Commissioners and includes all Sundays, holidays and non-work days. Days of suspended work, as ordered by the Engineer, until resumption of work for suspensions not the fault of the Contractor, shall be excluded. The contract time allowed in the contract as awarded is based on the original quantities as defined in the Instructions Terms and Conditions. If the contract requires work in greater quantities than shown in the proposal, the contract time shall be increased based on the amount and difficulty of the added work. If it is found impossible for reasons beyond the ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-20 SECTION 8 ____________________________________________________________________________ Contractor’s control to complete the work within the contract time or as extended in accordance with the provisions of this article, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth therein the reasons which will justify the granting of the request. The Contractor’s plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer determines work was delayed because of conditions beyond the control and not the fault of the Contractor, the Engineer may extend the time for completion as the conditions justify. The extended time for completion shall then be in full force and effect the same as though it were the original time for completion. When final acceptance has been duly made by the Engineer as prescribed in Article GP 4 the daily time charge will cease. GP 7.10.1 The date of substantial completion of a project or specified part of a project is the date when the construction is sufficiently completed, in accordance with the contract documents, so that the project or specified part of the project can be utilized for the purpose for which it was intended. GP 7.11 Failure to Complete on Time: For each calendar day any work remains uncompleted after the contract time specified, the sum of money per calendar day specified as liquidated damages in the contract and written in the contract will be deducted from any money due the Contractor. The Contractor will not pay liquidated damages for days in which an extension of time was granted pursuit to GP 7.10. Allowing the Contractor to finish any work after the contract time or the contract time extension does not waive the County’s rights under the contract. The County may waive such portions of the liquidated damages as may accrue after the work is in condition for safe and convenient use by the public. GP 7.12 Default and Termination of Contract: The Contractor is considered in default and the County shall give written notice to the Contractor and their surety of such default if the Contractor: − Fails to perform the work with sufficient workers, equipment, or materials to assure the prompt completion of work; − Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable; − Discontinues the prosecution of the work; − Fails to resume discontinued work within a reasonable time after notice to do so; − Becomes insolvent, is declared bankrupt, or commits any act of bankruptcy or insolvency; − Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 calendar days; − Makes an assignment for the benefit of creditors; − Fails to carry on the work in an acceptable manner; − Fails to correct safety concerns within 48 hours after discovery or County notification to the Contractor; The County will give notice in writing to the Contractor and their surety, if applicable, of such delay, neglect, or default. Within 10 calendar days after such notice, if the Contractor or surety does not proceed in accordance therewith, the County has full power and authority without violating the contract to take the prosecution of the work away from the Contractor. The County may appropriate or use any materials and equipment as may be suitable and acceptable, and enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods the County requires for the acceptable completion of said contract. All costs and charges ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-21 SECTION 8 ____________________________________________________________________________ incurred by the County to complete the work of the contract will be deducted from monies due or which become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, the Contractor and the surety are liable and will pay the County the amount of such excess. GP 7.13 Risk of Loss: Prior to the completion of the project by the Contractor and the acceptance thereof by the County, risk of loss for the work shall remain at the risk of the Contractor and said Contractor shall be required to repair, replace, renew, and make good at the Contractor’s own expense all damages caused by force or violence of the elements or any cause whatsoever, provided however, that in such cases the Contractor shall be entitled to a reasonable extension of time within which to complete said work. If the delay is due to the negligence, fault, or omission of the Contractor, the Contractor shall not be entitled to the extension of time mentioned in the said subarticle. GP 7.14 Delays Due to Weather Conditions: The County will handle time extensions for delays caused by the effects of inclement weather differently from those resulting from other types of delays. The County will consider these time extensions only when rains, or other inclement weather conditions or related adverse soil conditions prevent the Contractor from productively performing controlling items of work resulting in: − − The Contractor being unable to work at least 50% of the normal workday on predetermined controlling work items due to adverse weather conditions, or The Contractor must make major repairs to work damaged by weather, provided that the damage is not attributable to the Contractor’s failure to perform or neglect: and provided that the Contractor was unable to work at least 50% of the normal work day on pre-determined controlling work items. No additional compensation will be made for delays caused by the effect of inclement weather. ARTICLE GP 8 - MEASUREMENT AND PAYMENT GP 8.1 Measurement of Quantities: All work completed under the contract will be measured by the Engineer according to United States standard measure. A station when used as a definition or term of measurement will be 100 linear feet. The method of measurement and computations to determine quantities of material furnished and work performed will be methods recognized as conforming to good engineering practices. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials measured or proportioned by weight shall be weighed on accurate approved scales by competent, qualified personnel at locations designated by the Engineer. If material is shipped by rail, the car weight may be accepted provided only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily as the Engineer directs, and each truck shall bear plainly legible identification marks. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to their water level capacity and all loads leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-22 SECTION 8 ____________________________________________________________________________ the Engineer and shall be agreed to by the Contractor before such method of measurement is used. The term "lump sum" when used as an item of payment will mean complete payment for all of the work described under that item. When lump sum work is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of work, final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. GP 8.2 Budget Sufficiency: Sarasota County’s performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. GP 8.3 Scope of Payment: The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing materials, performing work under the contract in a complete and acceptable manner, and all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of subarticle GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6. If the basis of payment clause in the Technical Provision or specification relating to any unit price in the bid schedule requires that the said unit price cover and be considered compensation for certain work or material essential to the item, this same work or material will not be measured or paid for under any other pay item in the specifications. GP 8.4 Method of Payment: The County shall pay the Contractor through payment issued by the Clerk of Courts in accordance with the Florida Prompt Payment Act of the Florida Statutes, Chapter 218.70, upon receipt of the Contractor’s invoice and written approval of same by the County’s Administrative Agent indicating that services have been rendered in conformity with this agreement. The Contractor shall submit an invoice for payment to the County on a monthly basis for those specific services as described in the bid form that were completed during that invoicing period. All pay requests submitted by the Contractor must be submitted on diskette, with a hard copy attached. The invoices shall be in a form satisfactory to the Clerk of Court who initiates disbursements. Contractors must update their new pay requests with any changes made on the last submittal. For those specific services that were partially completed, progress payments shall be paid monthly in proportion to the percentage of completed work on those specific services approved in writing by the County’s Administrative Agent based on the percentage of the amount for those specific services. GP 8.5 Compensation for Altered Quantities: When the accepted quantities of work vary from the quantities in the bid schedule, the Contractor shall accept payment at the original contract unit prices for the accepted quantities of work done as payment in full. No allowance except as provided in subarticle GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor as a result of alterations, unbalanced allocation of overhead expense and subsequent loss of expected reimbursement, or from any other cause. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-23 SECTION 8 ____________________________________________________________________________ GP 8.6 Eliminated Items: Should any items contained in the proposal be found unnecessary for the proper completion of the work, the Engineer may eliminate such items in writing without invalidating the contract. When a Contractor is notified of the elimination of items, the Contractor will be reimbursed for actual work done and all costs incurred including mobilization of material prior to said notification. GP 8.7 Partial Payments: Partial payments requests in amounts not less than $200.00 may be submitted once each month, no later than the 20th of the month or the last working day prior to the 20th of the month, as the work progresses. Said payments will be based upon Contractor estimates of the value of the work performed and materials delivered in accordance with subarticle GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6, and will be submitted to the Engineer. From the total of the amounts ascertained as payable, an amount as indicated in the GP 8.7.1 Retainage Table, shown below. Retainage will be deducted and retained by the County until completion of the entire contract in an acceptable manner. The balance less all previous payments shall be certified for payment. Retainage may be reduced upon issuance of the Certificate of Substantial Completion by the County if, in the sole opinion of the County, sufficient progress on the schedule has been accomplished, all notices of lien have been resolved and the County has retained adequate coverage for the project through the achievement of final completion. The County shall inform the Contractor’s Surety of any reduction in retainage. All retainage will be released upon satisfactory completion of the contract. If Article VII of the Construction Contract contains the provision that payment in a given fiscal year will not exceed a specified amount, then the partial payments described above will be subject to that limitation. GP 8.7.1 Retainage Table: Retainage Table Guidelines Value of Contract % of Contract Amt Earned =/> % Time Less than $1M < 15% behind 15% or > behind =/> % Time >$1M to <$5M < 15% behind 15% or > behind =/> % Time >$5M < 15% behind 15% or > behind % of Time Used 0 to < 25 % Retained 25 to < 50 % Retained 50 to < 75 % Retained 75 to 100** % Retained 10% 10% 10% 5% 7% 10% 5% 5% 10% 10% 10% 10% 5% 7% 10% 5% 5% 10% 10% 10% 10% 5% 7% 10% 0% 5% 10% 10% 10% 10% 5% 7% 10% 0% 5% 10% Total Retainage at Substantial Completion* 10.00% 5.00% 2.50% * Assuming everything is on schedule ** Additional retainage may be withheld if there are problems observed with the work or schedule. The cost for deficient work that is not corrected and remaining work items may be estimated and an amount of two times that value may be withheld in addition to the retainage amounts shown here. GP 8.8 Payment for Material on Hand: Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided the materials meet the requirements of the plans and specifications when delivered in the vicinity of the project or stored in acceptable storage places. Partial payments for material on hand shall not exceed the bid price and shall not be made without an invoice acceptable to the ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-24 SECTION 8 ____________________________________________________________________________ Engineer. planted. No partial payment will be made on living or perishable plant materials until GP 8.9 Acceptance and Final Payment: Prior partial estimates and payments are subject to correction in the final estimate and payment. When the project has been initially accepted as provided in subarticle GP 3.2, 3.3, 4.3, 4.15, 4.16, 6.13, and 8.6 herein, the Contractor will prepare the final estimate of the quantities of the various classes of work performed and submit the final estimate to the Engineer. With approval of such final estimate, the Contractor will be paid the entire sum due after deducting all previous payments and all amounts to be retained or deducted under the provisions of the contract. ARTICLE GP 9 - WARRANTY AND GUARANTY PROVISIONS All materials and equipment furnished by the Contractor and all construction work and workmanship involved in this contract shall, and the same is hereby guaranteed and warranted by the Contractor for a period of two years from written final acceptance by the County as defined herein, be free from defects due either to faulty materials, equipment and work furnished, installed, and performed by the Contractor, is warranted and guaranteed by the Contractor to the County to be such as to meet the required standards and to accomplish the purposes and functions of the project as defined, detailed, and specified in these contract documents. The County shall, following discovery thereof, promptly give written Notice to the Contractor of faulty materials, equipment, or workmanship within the period of the guaranty. Any part of the equipment, materials, or work which does not comply with the warranty and guaranty shall be promptly replaced at the Contractor’s own expense and without cost to the County. These warranty and guaranty provisions create no limitations on the County as to any claims or actions for breach of guaranty or breach of warranty that the County might have against Parties other than the Contractor, and do not constitute exclusive remedies of the County against the Contractor and are not intended to and shall not limit any other rights, remedies, or causes of action, which the County might exercise against the Contractor, and shall not alter nor modify the application of the statute of limitations as established by the Statutes of the State of Florida. ___________________________________________________________________________________________________________________ 25 Aug 10 Revision GENERAL PROVISIONS PAGE GP-25 This page left intentionally blank SECTION 9 SPECIAL PROVISIONS This page left intentionally blank SECTION 9 ________________________________________________________________________ SPECIAL PROVISIONS 1. Standard Specifications: The Contractor will construct this project according to these specifications and the edition current at the date of advertisement for FDOT’s Standard Specifications for Road and Bridge Construction, including all applicable FDOT Special Provisions and Supplemental Specifications, hereafter called the Standard Specifications, with the exception of all sections pertaining to asphalt pavement, which shall be per FDOT’s Standard Specifications, 2000 edition, and FDOT’s Design Standards. These specifications include all cited or referenced specifications as though written herein. In case of conflict between the referenced FDOT Standard Specifications or Design Standards and the bid and contract documents, the bid and contract documents govern. Section 10, Technical Provisions, and Section 12, Supplement to FDOT Specifications includes modifications to FDOT specifications. Where FDOT specifications refer to the "Engineer", "Engineer of Tests", or "Division of Tests", it means the County Engineer or his authorized representative. Reference to "Department" shall mean the Sarasota County Capital Management Services. 2. Submission of Construction Schedule: Within 21 calendar days after receipt of the County’s purchase order for the contract/work assignment or at the preconstruction conference, whichever is earlier, submit to the County Engineer’s Representative a work progress schedule for the project. Provide a schedule that shows the various items of work in sufficient detail to demonstrate a reasonable and workable plan to complete the project within the contract/work assignment time. Show the order and interdependence of activities and the sequence for accomplishing the work. Describe all activities in sufficient detail so that the County Engineer’s Representative can readily identify the work and measure the progress on each activity. Show each activity with a beginning work date and duration. Include activities for procurement fabrication, and delivery of materials, plant, and equipment, and review time for shop drawings and submittals. In a project with more than one phase, adequately identify each phase and its completion date, and do not allow activities to span more than one phase. Conduct sufficient liaison and provide sufficient information to indicate coordination activities with utilities owners that have facilities within the limits of construction have been resolved. Incorporate in the schedule any utility adjustment schedules included in the contract documents unless the utility company and the County mutually agree to changes to the utility schedules shown in the contract or work assignment. The County Engineer’s Representative will return inadequate schedules to the Contractor for corrections. Resubmit a corrected schedule within 15 calendar days from the date of the County Engineer’s Representative return transmittal. When approved the County Engineer’s Representative will use this original schedule as a baseline against which to measure progress. Submit an updated Work Progress Schedule, showing the actual progress vs. the baseline at each payment request. If the County Engineer’s Representative requires revisions to the working schedule, furnish revised charts and analyses within 21 calendar days after the County Engineer’s Representative provides such notification. ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-1 SECTION 9 ________________________________________________________________________ If the Contractor fails to finalize either the initial or a revised schedule in the time specified, the County Engineer’s Representative will withhold all contract payments until the County Engineer’s Representative approves the schedule. 3. Laboratory Testing: The cost of the roadway base job mix design and asphalt concrete job mix design and asphalt testing, consisting of extraction, gradation, and Marshall results, is the Contractor’s responsibility. The Contractor is responsible for the cost of all other required laboratory testing unless otherwise specified in these specifications. The Contractor is responsible for all retesting due to defective materials or construction. The Contractor will test according to the applicable portions of the Standard Specifications, Section 6. Payment for density testing shall be incidental to the applicable pay item. 4. Measurement and Payment: Unless otherwise shown on the plans or specified herein, the County will measure and pay for work under this contract following: Standard Specifications, Section 9, Articles 9-1 and -2; General Provisions, Section 8, GP-8.1, Measurement of Quantities; GP-8.3, Scope of Payment. The County measures for payment based on the work completed in strict accordance with the plans and specifications. The Contractor or his representatives will measure all work, in the presence of the Engineer or his representative, completed under this contract. Authorized contract amendments shown in the bid form will include alterations and changes as described in the General Provisions, GP-3.2 and GP-3.3. The amount shown in the bid form is a contingent amount; the County pays only amounts properly authorized and documented by the County Engineer. The County will deduct and retain from the total amounts determined as payable an amount indicated in the “Retainage Table” of General Provision 8.7.1 until the contract is acceptably completed. The County will certify the balance, less all previous payments, for payment. Satisfactory completion of the project normally releases all retainage. 5. Interpretation of Estimated Quantities: Standard Specifications, Section 2-3, is deleted and the following substituted: For those items which are to be constructed within authorized plan limits or dimensions, the quantities shown in the plans and in the proposal form are given as the basis of bid and also for final payment as limited by the provisions for the individual items. For those items having variable final pay quantities which are dependent on actual field conditions, use, and measurement, the quantities shown in the plans and in the proposal form are approximate and are given only as a basis of calculation upon which the award of the contract is to be made. Where items are listed for payment as lump sum units and the plans show estimates of component quantities, the County’s responsibility for the accuracy of those quantities is limited to the Standard Specifications, Section 9-3.3. Where items are listed for payment as lump sum units and the plans do not show estimates of component quantities, the Contractor shall be solely responsible for his own estimates of such quantities. The County assumes no responsibility that the final constructed quantities will equal the estimated bidding quantities, nor shall the Contractor claim misunderstanding or deception because of the estimate. The County may increase, decrease, or omit, as provided herein, the estimated quantities. ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-2 SECTION 9 ________________________________________________________________________ 6. Common Carrier Freight Rates: Increases or decreases in common carrier rates or transportation costs on materials are not cause for allowances or deductions. 7. Bituminous Material Payment Adjustments: Bituminous material adjustments will be made in accordance with FDOT’s 2004 Standard Specifications, Section 9-2.1.2. The Contractor will utilize the Asphalt Price Index provided on FDOT’s website at www.dot.state.fl.us/construction/fuel&bit/fuel&bit.shtm. 8. Cooperation with Others: The Contractor shall cooperate with the underground or overhead utility owners for removal and rearrangement operations so these operations may progress reasonably with no service interruptions. 9. Photographs: The Contractor shall provide, and furnish the County with copies of, color DVD video and dated photographs before, during, and after construction. The DVD video and photographs must be submitted to and approved by the Engineer prior to starting construction work and after all survey stakeout is complete. The Contractor shall submit data sheets which indicate problem areas by index number and brief description of condition. The detailed preconstruction audiovideo of existing conditions must be conducted of all developed/undeveloped properties, and be approved by the Engineer within the work area prior to start of construction at no additional cost to the County. The audio narrative should define any notable items that may be deemed unusual or defective prior to construction (i.e., cracked drives, defective mailboxes, dead/dying shrubbery/trees, poor drainage conditions, decorative ornaments, fence, etc.). The video should show areas within the rights-of-way and on private property that is parallel to construction efforts. Road and shoulder conditions should also be noted. If filming takes place from a moving vehicle, filming should be taken continuous for one side of the roadway immediately followed by the opposite side of the roadway. A minimum of one stop should be made at each driveway. The Contractor must submit a detailed report that outlines all notable items within the project. 10. Cooperation with Utilities: The project scope includes coordination of the traffic signals and road improvement work with activities of the electric power utility, telephone utility, cable provider, and other utility franchises. The Contractor shall be responsible for coordination with the appropriate utility companies, cable provider, or utility franchise for utility adjustments required during the construction. No special investigations of underground utility locations have been made to ascertain the actual location of utilities on the work site. The Contractor shall contact gas, electric power, water, telephone, cable, or other utility companies before beginning work to determine the exact location and provide for the protection of all utilities that may be within the work limits. The Contractor must take every precaution to ascertain the location of utility installations before excavation or other operations that may endanger personnel or damage facilities. Attention is called to the Florida Underground Facility Damage Prevention and Safety Act defined in Florida Statute 556 (see Section 12). This act provides for a "one-call toll-free" telephone number to be used by all parties doing excavation, demolition, or other underground construction. The Contractor shall provide pertinent information by telephone during business hours not less than two nor more than five business days before beginning any work as provided in this act. Telephone the Sunshine State One-Call Center at 1-800-432-4770. The Contractor shall cooperate with agents, employees, or owners of any underground or overhead utilities during their maintenance, repair, construction, or relocation operations, so these utilities may function in a reasonable manner and that services will not be unnecessarily interrupted. The Contractor shall ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-3 SECTION 9 ________________________________________________________________________ not apply the surface course until all manholes, necessary to be reset, have been reset by the utility owners or otherwise directed by the County. 11. Shop Drawings: The Contractor shall furnish shop drawings to the Engineer as required for the prosecution of the work in the shop and in the field. Shop drawings will include technical data where requisite to the design or its function, or as appropriate. The purpose of shop drawing submittals is to show that the Contractor understands the design concept by indicating equipment and material he intends to furnish, and the fabrication and installation methods he intends to use. Sufficiently detailed shop drawings, supplemental drawings, and technical data shall be the means to this end. The Contractor will submit seven dated copies of shop drawings to the Engineer for approval. If deemed satisfactory, the Engineer will return all except three copies to the Contractor. If the Engineer does not approve the shop drawings, he will return all except one copy to the Contractor with appropriate markings or comments. The Contractor will resubmit the shop drawings until approved. The Engineer will review for general conformance with the design concept and contract/work assignment documents. The Engineer’s markings or comments do not relieve the Contractor from compliance with the project plans and specifications. The Contractor remains responsible for details, accuracy, confirming quantities, correlating dimensions, selecting fabrication processes, techniques of assembly, construction, and for performing his work safely. The Contractor will not use the shop drawing submittal and approval procedure for deviations from the construction drawings and specifications when they require change orders. If the Contractor discovers conflicts between shop drawing submittals and the contract or work assignment documents, as construction drawings and specifications or otherwise, after submitting shop drawings for processing by the Engineer, the Contractor shall immediately advise the Engineer; in this event, the Contractor is responsible for resolving the situation through the contract’s provisions. The only exception to the above provisions for deviations and conflicts is for differences between shop drawings and construction plans/specifications deemed by the Contractor to be minor, not conflicting with the latter, nor involving cost differences of any kind. Then the Contractor shall include a written explanation with his submittal, citing the specific differences and why the Engineer should approve the submittal under these conditions. The Engineer’s decision in this situation is final. 12. Gasoline and Diesel Fuels Payment Adjustment: The County will not adjust contract prices to reflect increases or decreases in gasoline and diesel fuel prices from those in effect at time of bidding. 13. Surface Requirements: Surface requirements specified in Standard Specifications, Section 330-12, will be strictly enforced. The Contractor will furnish a 15-foot manual straightedge available on the job site at all times during the paving operation for checking joints and surface irregularities. The County will reduce payment for deficiencies. 14. Materials: The Contractor shall submit letters from firms supplying bituminous hot mix listing the sources and descriptions of all materials used in the mix and certifying that those materials meet the specifications of the project. 15. Backfill Testing: Compaction and testing of drainage pipe backfill shall be performed according to Standard Specifications, Section 125-8.3.1. There shall be one test for each one-foot of lift thickness per run of pipe, i.e., run being between structures (inlets, junction boxes, etc.), staggering the tests over the entire run. ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-4 SECTION 9 ________________________________________________________________________ Compaction and testing of structure/inlet backfill shall be performed according to Standard Specifications, Section 125-8.2, with one density test for each eight-inch lift. Payment for density testing shall be incidental to the applicable pay item. 16. Permit Requirements: Permit requirements, not specifically identified as the sole responsibility of others, are considered a requirement of this contract. Permit conditions identified as the responsibility of this contract and the responsibility of others are the responsibility of both entities. 17. Earthmoving Requirements: All earthmoving associated with a County roadway or stormwater improvement project is authorized under an exemption issued after written notification to the Earthmoving Ordinance Administrator (Environmental Services Natural Resources Department (NRD) Director). This exemption is granted contingent upon the Contractor providing the following information to NRD prior to construction, and the information being found satisfactory by the County. This information must include, at a minimum, the following: a. b. c. d. e. f. g. h. i. The locations of fill staging areas; The types of fill (e.g., clean, land clearing debris); and The potential locations for disposition of excess fill (if applicable). All stockpiles must be stabilized and secured; Temporary stockpiling of fill on private lands adjacent to the right-of-way or easement is authorized under the earthmoving exemption, contingent upon prior approval by the property owner and assurance from the Contractor that all stockpiled fill will be removed and original grade restored prior to completion of the roadway project. The property owner will be obligated to obtain an earthmoving permit or other authorization from the County to retain any remaining fill on-site. Other County authorization means obtaining construction plan approval or a building permit showing that the fill used would support structures. Stockpiling of fill on private lands requiring hauling from the right-of-way or easement would require an earthmoving permit or other authorization from the County. Temporary stockpiles of Type ‘B’ (concrete, rocks, and broken asphalt) and/or Type ‘C’ fill (land clearing debris) generated within the roadway project area are required to be removed and recycled within six months, unless otherwise authorized by the Ordinance Administrator. A burn permit may be obtained for the Type ‘C’ fill. No Type ‘B’ or ‘C’ fill is allowed to be buried. Type ‘D’ fill (garbage, construction and demolition debris) must be legally disposed of at a County landfill or recycling facility. Hauling of excess fill from the roadway project area is authorized under the earthmoving exemption. The Contractor, however, must request from the hauling Contractor or property owner proof of County authorization (earthmoving permit, building permit, or construction plan approval) for disposition of this fill onto private lands. The Contractor may be requested by the NRD Resource Protection staff to provide information on fill disposition locations to ensure compliance with the County’s earthmoving requirements. For more information about earthmoving permits or exemptions, please contact NRD Resource Protection at 941-861-5000. ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-5 SECTION 9 ________________________________________________________________________ 18. Schedule of Values: When requested by the County Engineer’s Representative, the Contractor shall provide a cost breakdown (schedule of values) detailing how the lump sum contract prices were derived, for the County Engineer’s Representative approval. The approved schedule of values shall be used as the basis for partial payments for the lump sum pay items on the progress payments. 19. Severe Weather: Sarasota County is subject to severe weather conditions such as hurricanes, tropical storms, tornadoes, strong winds, heavy rains, lightning, and the like. It is the Contractor’s responsibility at all times to: (1) monitor current and developing weather conditions; and (2) to develop and implement appropriate contingency plans to ensure proper storage of materials, supplies, and equipment, and to secure the Project site so as to not endanger public health and safety, or public and private property. A. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1) Persons on and adjacent to the Site. 2) The Work, including materials, supplies, and equipment incorporated therein. 3) Public and private property adjacent to the Site. ____________________________________________________________________________________________________________ 15 July 09 Revision SPECIAL PROVISIONS PAGE SP-6 SECTION 10 TECHNICAL PROVISIONS This page left intentionally blank This page left intentionally blank TP 784 INTELLIGENT TRANSPORTATION SYSTEMS NETWORK DEVICES 784-1 Managed Field Ethernet Switch – Copper Only. 784-1.1 Description. Furnish and install a hardened, device-level managed field Ethernet switch – copper only (MFES-C) for intelligent transportation system (ITS) projects. Ensure that the MFES-C provides wire-speed fast Ethernet connectivity at transmission rates of 100 Megabits per second connectivity from the remote ITS device installation location to the existing ITS network edge interconnection point (MFES). 784-1.2 Materials: 784-1.2.1 General: Ensure that the ITS network administrator will be able to manage each MFES-C individually and as a group for switch configuration, performance monitoring, and troubleshooting. Ensure that the MFES-C includes Layer 2+ capabilities, including, QoS, IGMP, rate limiting, security filtering, and general management. Ensure that the furnished MFES-C is fully compatible and interoperable with the existing ITS edge and trunk Ethernet network interface, and that the MFES-C supports half and full duplex Ethernet communications. Furnish an MFES-C that provides 99.999% error-free operation, and that complies with the Electronic Industries Alliance (EIA) Ethernet data communication requirements using Category 5E copper transmission medium. Provide a switched Ethernet connection for ITS field devices as indicated in the plans Ensure that the MFES-C has a minimum mean time between failures (MTBF) of 10 years, or 87,600 hours, as calculated using the Bellcore/Telcordia SR-332 standard for reliability prediction. 784-1.2.2 Networking Standards: Ensure that the MFES-C complies with all applicable IEEE networking standards for Ethernet communications, including but not limited to: 1. IEEE 802.1D Standard for Media Access Control (MAC) Bridges used with the Rapid Spanning Tree Protocol (RSTP). 2. IEEE 802.1Q-2005 standard for port-based virtual local area networks (VLANs) and Multiple Spanning Tree Protocol (MSTP). 3. IEEE 802.1P standard for Quality of Service (QoS). 4. IEEE 802.3 standard for local area network (LAN) and metropolitan area network (MAN) access and physical layer specifications. 5. IEEE 802.3x standard regarding flow control with full duplex operation. 784-1.2.3 Copper Ports: Provide an MFES-C that includes a minimum of six (6) copper ports. All copper ports shall be Type RJ-45 and shall auto-negotiate speed (i.e., 10/100 Base) and duplex (i.e., full or half). All 10/100 Base TX ports shall meet the specifications detailed in this section and shall be compliant with the IEEE 802.3 standard pinouts. 1 All Category 5E unshielded twisted pair/shielded twisted pair network cables shall be compliant with the EIA/TIA-568-B standard. 784-1.2.5 Management Capability: Ensure that the MFES-C supports all Layer 2 management features and certain Layer 3 features related to multicast data transmission and routing. These features shall include, but not be limited to: 1. An MFES-C that is a port-based VLAN and supports VLAN tagging that meets or exceeds specifications as published in the IEEE 802.1Q standard, and has a minimum 4-kilobit VLAN address table. 2. A forwarding/filtering rate that is a minimum of 14,880 packets per second for 10 megabits per second and 148,800 packets per second for 100 megabits per second. 3. A minimum 4-kilobit MAC address table. 4. Support of, at a minimum, Version 2 of the Internet Group Management Protocol (IGMP). 5. Support of remote and local setup and management via telnet and secure Web-based GUI. 6. Support of the Simple Network Management Protocol version 3 (SNMPv3). Verify that the MFES-C can be accessed using the resident EIA-232 management port, a telecommunication network, or the Trivial File Transfer Protocol (TFTP). 7. Port security through controlling access by the users. Ensure that the MFES-C has the capability to generate an alarm and shut down ports when an unauthorized user accesses the network. 8. Support of remote monitoring (RMON) of the Ethernet agent and the ability to be upgraded to switch monitoring (SMON), if necessary. 9. Support of TFTP and either Network Time Protocol (NTP) or the Simple Network Time Protocol (SNTP). Ensure that the MFES-C supports port mirroring for troubleshooting purposes when combined with a network analyzer. 784-1.2.6 Mechanical Specifications: Ensure that all wiring complies with NEC requirements and standards. Furnish and identify all equipment and appurtenances by name, model number, serial number, technical support and warranty telephone numbers, and any other pertinent information required to facilitate equipment maintenance. Ensure that every conductive contact surface or pin is gold-plated or made of a noncorrosive, nonrusting, conductive metal. Do not use self-tapping screws on the exterior of the assembly. All parts shall be made of corrosion-resistant materials, such as plastic, stainless steel, anodized aluminum, brass, or gold-plated metal. 784-1.2.7 Electrical Specifications: Ensure that the MFES-C operates and power is supplied with 115 volts of alternating current (VAC). Ensure that the MFES-C operates over an input voltage range from 89 VAC to135 VAC. If the device requires operating voltages other than 120 VAC, supply the required voltage converter. Ensure that the maximum power consumption does not exceed 30 watts. Ensure that the MFES-C has diagnostic light emitting diodes (LEDs), including link, TX, RX, and power LEDs. 784-1.2.8 Environmental Specifications: 2 Ensure that the MFES-C operates properly during and after being subjected to the environmental testing procedures described in NEMA TS 2, Sections 2.2.7, 2.2.8., and 2.2.9. 784-1.3 Installation Requirements: Mount the MFES-C inside a field site cabinet on the existing DIN rail. Connect the MFES-C to the existing MFES via Cat 5e cable. Configure the MFES-C with the appropriate IP address, subnet, and gateway (provided by the Department). Configure the MFES-C for SNMPv3, RADIUS, and SNTP (details to be provided by the Department). Ensure that the MFES-C is resistant to all electromagnetic interference (EMI). Due to the nature of the equipment, complexity of the electronics, and harsh environmental conditions at installation locations, use MFES-C units that can be serviced or replaced immediately when defective or damaged units must be removed and replaced. The Department shall return damaged units to the manufacturer for warranty repair or replacement. 784-1.4 Testing: 784-1.4.1 General: Subject the MFES-C to field acceptance tests (FATs). Develop and submit a test plan for FATs to the Engineer for consideration and approval. The Engineer reserves the right to witness all FATs. Complete the tests within five calendar days. 784-1.4.2 Field Testing: Once the MFES-C has been installed, conduct local FATs at the MFES-C field site according to the submitted test plan. Perform the following: 1. Verify that physical construction has been completed as detailed in the plans. 2. Inspect the quality and tightness of ground and surge protector connections. 3. Verify proper voltages for all power supplies and related power circuits. 4. Connect devices to the power sources. 5. Verify all connections, including correct installation of communication and power cables. 6. Verify configuration of the MFES-C Internet Protocol (IP) addresses and subnetwork mask. 7. Verify the network connection to the MFES-C through ping and telnet sessions from a remote personal computer (PC). 784-4 Guaranty Provisions. 784-4.1 General: Ensure that the manufacturers’ warranties for the MFES-C are fully transferable from the Contractor to the County. Ensure that these warranties require the manufacturer to furnish replacements for any part or equipment found to be defective during the warranty period at no cost to the County within 10 calendar days of notification by the County. If the manufacturer’s warranties noted below are for a longer period, those longer period warranties will apply. 784-4.2 MFES-C: Provide an MFES-C having a manufacturer’s warranty for equipment and parts furnished to be free from defects in fabrication, assembly, and materials for five years from the date of final acceptance by the Engineer in accordance with 5-11 of all work to be performed under the Contract. 3 Ensure that the MFES-C includes technical support for both the product hardware and its software for three years from the date of final acceptance. 784-5 Method of Measurement. 784-5.1 General: The MFES-C shall be measured for payment in accordance with the following tasks. 784-5.2 Furnish and Install: The Contract unit price for each MFES-C furnished and installed, will include furnishing, placement, and testing of all equipment and materials, and for all tools, labor, hardware, operational software package(s) and firmware(s), supplies, support, personnel training, shop drawings, documentation, and incidentals necessary to complete the work. 784-5.3 Furnish: The Contract unit price per each MFES-C furnished, will include all equipment specified in the Contract Documents, plus all shipping and handling costs involved in delivery as specified in the Contract Documents. 784-5.4 Install: The Contract unit price per each MFES-C installed, will include placement and testing of all equipment and materials, and for all tools, labor, hardware, operational software package(s) and firmware(s), supplies, support, personnel training, shop drawings, documentation, and incidentals necessary to complete the work. The Engineer will supply the equipment specified in the Contract Documents. 784-6 Basis of Payment. Price and payment will be full compensation for all work specified in this Section. Payment will be made under: Item No. 784-1- ITS Managed Field Ethernet Switch – Copper Only–each. 4 SECTION 11 SARASOTA COUNTY STANDARD SPECIFICATIONS This page left intentionally blank Electronic files for sign vendors are available for download from www.scgov.net/CIPsign.asp PMS288 4'-0" 1'-21/4" 0'-41/2" 0'-4" 0'-2" 0'-11/2" Construction: 170ptArialbold - PMS355 from(enter start date) to (enter end date) 195ptArialbold - PMS288 0'-11/2" 0'-11/2" 0'-13/4" — District 1 — District 2 — District 3 — District 4 — District 5 County Administrator 0'-5" 1'-6" 150ptArialboldWhite 150ptArialWhite 190ptArialboldPMS288 Contractor: Enter Name Project Cost: $00,000,000 150ptArialWhite 150ptArialboldWhite STATUS % 0'-1" 380ptArialNarrow boldPMS355 0'-5" 155ptArialNarrow boldPMS288 COMPLETE 1'-01/2" 0'-4" Engineer: Enter Name 0'-13/4" Questions? Call 941-861-5000 0'-11/2" 0'-21/2" 3'-10" Randall H. Reid 0'-11/2" 0'-33/4" 170ptArialbold - PMS288 Carolyn J. Mason Joseph A. Barbetta Christine Robinson Nora Patterson Jon Thaxton 150ptArialboldWhite 1'-4" ALLTEXT FLUSHLEFT FOOTER PMS 355C / CMYK 94.0.100.0 3'-43/4" 0'-21/4" 0'-1" EDGEOFSIGN BODY 8'-0" 0'-1" 0'-1" PMS 288C / CMYK 100.67.0.23 0'-5" 150ptArialbold - PMS355 PMS355 PMS288 Project Name L1 Project Name L2 Project Name L3 300to400ptArialNarrow bold - PMS288 0'-13/4" FLUSHLEFT & CENTERED VERTICALL YN I THIS AREA PROJECT NAME 0'-5" ALLTEXT FLUSHLEFT PMS288 2'-43/4" 1'-0" 1'-4" 3'-0" PMS355 0'-6" Placement of ALL ITEMS, TEXT and LOGO FLUSH LEFT and placed 5” from outside edge of blue border 0'-4" Fonts Project name - Arial Narrow, bold Body info - Arial bold Footer info - Arial bold and Arial This page left intentionally blank SECTION 12 SUPPLEMENT TO FDOT SPECIFICATIONS SECTION 12 ______________________________________________________________________________ SUPPLEMENT to FDOT SPECIFICATION SS 102 MAINTENANCE OF TRAFFIC All work performed shall be per Section 102 of the 2010 edition of the FDOT Standard Specifications for Road and Bridge Construction, and the applicable 2010 edition of the FDOT Design Standards, except as amended herein. Work specified shall also comply with FDOT’s Plans Preparation Manual, Chapter 10, Work Zone Traffic Control and The Federal Highway Administration’s Manual on Uniform Traffic Control Devices, Part VI, Temporary Traffic Control, edition dated as per Sarasota County’s Special Provisions, except as amended herein. The Contractor’s work shall include preparing approved traffic control plans and providing for the safety and convenience of the public and to minimize public nuisance, installing, and maintaining traffic control markings, signs, and safety devices, and any other special requirements for safe and expeditious movement of traffic in the project area and other impacted areas as specified herein. Regardless of the maintenance of traffic (MOT) standards and specific traffic control plan used, it is the Contractor’s responsibility to maintain the work zone in a safe condition. Traffic Control Plan: Submittal of a detailed project-specific work zone traffic control plan provided by the Contractor for the Engineer’s approval, and approval for modifications of the traffic control plan in the construction plans, is included in this Supplemental Specification. When the project construction plans do not include a detailed project-specific work zone traffic control plan, the Contractor shall submit a detailed project-specific work zone traffic control plan unless the work requires nothing more than a direct application of FDOT’s Design Standards, Index 600. If a direct application of FDOT’s Design Standards, Index 600, is proposed, the Contractor shall submit in writing a statement indicating the standard index and page number no less than 10 business days prior to start of construction. When a direct application of FDOT’s Design Standards, Index 600, is not acceptable, a projectspecific work zone traffic control plan shall be prepared by a Florida Professional Engineer who has successfully completed advanced training in Maintenance of Traffic (MOT), as defined by FDOT, for approval by the County Engineer’s representative. The plan shall indicate traffic control for each phase of the Contractor’s activities with all barricades, construction signage, work zone signs, advance warning arrow panels, flaggers, etc., shown clearly on the plan. The project-specific work zone traffic control plan shall be submitted to the County no later than 20 business days prior to start of construction. Written approval by the County Engineer’s representative is required prior to start of construction. Note: It is strongly recommended that the Contractor coordinate with the County’s Traffic Engineering and Operations Department to determine if a direct application of FDOT’s Design Standards, Index 600, is acceptable prior to submitting for approval. Replacement of Traffic and Street Signs: The Contractor shall re-erect all existing traffic and street signs within the project site moved or relocated during construction at no additional cost to the County. Specific Requirements: The work and payments for MOT includes the following: (a) The MOT plan shall be installed, maintained and removed under the direct supervision of an individual who has successfully completed intermediate or advanced __________________________________________________________________________________________________________________ 4 Jan 10 Revision MAINTENANCE OF TRAFFIC SS 102 Page 1 SECTION 12 ______________________________________________________________________________ training in MOT. (b) The Contractor will maintain one lane of traffic minimum in each direction (each lane 11.00’-wide minimum) at all times, except where otherwise approved in the MOT, by using existing or constructing temporary pavement. (c) Portions of work phases may be worked concurrently with the approval of the County Engineer’s Representative while maintaining traffic. (d) Detouring of traffic to other roads to by-pass the project area must be approved by the County Engineer’s Representative before being implemented. (e) Alternate access will be provided to all residences and businesses whenever construction interferes with the existing means of access. The Contractor is not permitted to isolate residences or businesses. (f) The Contractor is responsible for establishing a work schedule so that any location under construction will not be left in hazardous condition at the completion of any work period. 102-3.2 Worksite Traffic Supervisor: Add the following: The Contractor shall provide a copy of the Worksite Traffic Supervisor’s training certification at the preconstruction conference. 102-4 Alternative Traffic Control Plan: Add the following: When the construction plans include a project-specific work zone traffic control plan prepared by the Engineer of Record, the Contractor may provide modifications to fit actual field conditions. Except in an emergency, any modifications to a project-specific work zone traffic control plan provided with the construction plans require written approval by the County Engineer’s representative. Minor modifications to the work zone traffic control plan provided within the construction plans shall be prepared by a person who has successfully completed advanced training in MOT as defined by FDOT. Minor modifications shall be submitted no less than 10 business days prior to start of construction. Modifications that alter the concept of the work zone traffic control plan provided within the construction plans shall be prepared, with signature and seal, by a Florida Professional Engineer who has successfully completed advanced MOT training as defined by FDOT. Modifications that alter the concept of the work zone traffic control plan shall be provided no less than 20 business days prior to start of construction. Written approval by the County Engineer’s representative is required prior to start of construction. 102-6.5 Detours over Existing Roads and Streets: Delete and replace with the following: The Contractor shall repair, at his expense, all potholes and other localized failures on roads or streets outside the project area used as detour routes and haul roads to simplify construction operations. Maintain all signs and other devices placed for the purpose of the detour. 102-11 Method of Measurement: Add the following: Maintenance of Traffic: If a payment item is listed on the bid form for work required in this Supplemental Specification, the quantity to be paid for under this Supplemental Specification shall be as specified in the bid form including all items of work described herein, in the plans, and in FDOT’s Standard Specifications, Section 102. Signs: If a payment item is listed on the bid form for work required in this Supplemental Specification, the quantity to be paid for under this Supplemental Specification shall be for each sign furnished and installed to the County Engineer’s Representative’s satisfaction. __________________________________________________________________________________________________________________ 4 Jan 10 Revision MAINTENANCE OF TRAFFIC SS 102 Page 2 SECTION 12 ______________________________________________________________________________ 102-13 Basis of Payment: Add the following: If a payment item is listed on the bid form for work required under this Supplemental Specification, payment shall be made as specified in the bid form. Maintenance of Traffic: The quantities to be paid for under this Supplemental Specification shall be paid for at the contract unit prices. The unit prices include temporary pavement, temporary connections, driveway maintenance, and any other items of work incidental to providing safe access and circulation of vehicular and pedestrian traffic, as required by this Supplemental Specification unless those items of work are specifically listed for separate payment in the bid form. Signs: The contract unit price, as specified in the bid form, shall constitute full payment for all work performed under this item. When the work described as included in the work of this Supplemental Specification is not specifically listed in the bid form the cost of performing that work shall be included in the contract unit prices for the various items of work to which it is incidental. If listed in the bid form, payment shall be made under one or more of the following items: PAYMENT ITEM 102-1-2S 102-74-9S DESCRIPTION UNIT Maintenance of Traffic DA Cones DA End of SS 102 __________________________________________________________________________________________________________________ 4 Jan 10 Revision MAINTENANCE OF TRAFFIC SS 102 Page 3 SECTION 12 ______________________________________________________________________________ THIS PAGE LEFT BLANK INTENTIONALLY __________________________________________________________________________________________________________________ 4 Jan 10 Revision MAINTENANCE OF TRAFFIC SS 102 Page 4 SECTION 13 FDOT SPECIAL PROVISIONS & SUPPLEMENTAL SPECIFICATIONS This page left intentionally blank This page left intentionally blank 102 MAINTENANCE OF TRAFFIC. (REV 11-22-11) (FA 2-6-12) (7-12) SECTION 102 (Pages 109 - 126) is deleted and the following substituted: SECTION 102 MAINTENANCE OF TRAFFIC 102-1 Description. Maintain traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. Construct and maintain detours. Provide facilities for access to residences, businesses, etc., along the project. Furnish, install and maintain traffic control and safety devices during construction. Furnish and install work zone pavement markings for maintenance of traffic in construction areas. Provide any other special requirements for safe and expeditious movement of traffic specified on the plans. Maintenance of Traffic includes all facilities, devices and operations as required for safety and convenience of the public within the work zone. Do not maintain traffic over those portions of the project where no work is to be accomplished or where construction operations will not affect existing roads. Do not obstruct or create a hazard to any traffic during the performance of the work, and repair any damage to existing pavement open to traffic. Include the cost of any work that is necessary to meet the requirements of the Contract Documents under the MOT pay item, when there is not a pay item provided. 102-2 Materials. Meet the following requirements: Bituminous Adhesive ..........................................Section 970 Temporary Retroreflective Pavement Markers…Section 990 Paint ................................................................…Section 971 Removable Tape .................................................Section 990 Glass Spheres ......................................................Section 971 Temporary Traffic Control Device Materials .....Section 990 Retroreflective and Nonreflective Sheeting for Temporary Traffic Control Devices ..............Section 994 102-2.1 Temporary Traffic Control Devices: Use only the materials meeting the requirements of Section 990, Section 994, Design Standards and the MUTCD. 102-2.2 Detour: Provide all materials for the construction and maintenance of all detours. 102-2.3 Commercial Materials for Driveway Maintenance: Provide materials of the type typically used for base, including recycled asphalt pavement material, and having stability and drainage properties that will provide a firm surface under wet conditions. 102-3 Specific Requirements. 102-3.1 Beginning Date of Contractor’s Responsibility: Maintain traffic starting the day work begins on the project or on the first day Contract time is charged, whichever is earlier. 102-3.2 Worksite Traffic Supervisor: Provide a Worksite Traffic Supervisor in accordance with Section 105. Provide the Worksite Traffic Supervisor with all equipment and materials needed to set up, take down, maintain traffic control, and handle traffic-related situations. Ensure that the Worksite Traffic Supervisor performs the following duties: 1. Performs on site direction of all traffic control on the project. 2. Is on site during all set up and take down, and performs a drive through inspection immediately after set up. 3. Is on site during all nighttime operations to ensure proper Maintenance of Traffic. 4. Immediately corrects all safety deficiencies and does not permit minor deficiencies that are not immediate safety hazards to remain uncorrected for more than 24 hours. 5. Is available on a 24-hour per day basis and present within 45 minutes after notification of an emergency situation and is prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. 6. Conducts daily daytime and weekly nighttime inspections of projects with predominately daytime work activities, and daily nighttime and weekly daytime inspections of projects with predominantly nighttime work activities of all traffic control devices, traffic flow, pedestrian, bicyclist, and business accommodations. Advise the project personnel of the schedule of these inspections and give them the opportunity to join in the inspection as is deemed necessary. Submit a comprehensive weekly report, using the Department’s currently approved form, to the Engineer detailing the condition of all traffic control devices (including pavement markings) being used. Include assurances in the inspection report that pedestrians are accommodated with a safe, accessible travel path around work sites separated from mainline traffic in compliance with the Americans with Disabilities Act (ADA) Standards for Transportation Facilities, that existing or detoured bicyclist paths are being maintained satisfactorily throughout the project limits, and that existing businesses in work areas are being provided with adequate entrances for vehicular and pedestrian traffic during business hours. Have the Worksite Traffic Supervisor sign the report and certify that all of the above issues are being handled in accordance with the Contract Documents. When deficiencies are found, the Worksite Traffic Supervisor is to note such deficiencies and include the proposed corrective actions, including the date corrected. The Department may disqualify and remove from the project a Worksite Traffic Supervisor who fails to comply with the provisions of this Section. The Department may temporarily suspend all activities, except traffic, erosion control and such other activities that are necessary for project maintenance and safety, for failure to comply with these provisions. 102-4 Alternative Traffic Control Plan. The Contractor may propose an alternative Traffic Control Plan (TCP) to the plan presented in the Contract Documents. Have the Contractor’s Engineer of Record sign and seal the alternative plan. Prepare the TCP in conformance with and in the form outlined in the current version of the Roadway Plans Preparation Manual. Indicate in the plan a TCP for each phase of activities. Take responsibility for identifying and assessing any potential impacts to a utility that may be caused by the alternate TCP proposed by the Contractor, and notify the Department in writing of any such potential impacts to utilities. Engineer’s approval of the alternate TCP does not relieve the Contractor of sole responsibility for all utility impacts, costs, delays or damages, whether direct or indirect, resulting from Contractor initiated changes in the design or construction activities from those in the original Contract Specifications, design plans (including traffic control plans) or other Contract Documents and which effect a change in utility work different from that shown in the utility plans, joint project agreements or utility relocation schedules. The Department reserves the right to reject any Alternative Traffic Control Plan. Obtain the Engineer’s written approval before beginning work using an alternate TCP. The Engineer’s written approval is required for all modifications to the TCP. The Engineer will only allow changes to the TCP in an emergency without the proper documentation. 102-5 Traffic Control. 102-5.1 Standards: FDOT Design Standards (DS) are the minimum standards for the use in the development of all traffic control plans. The MUTCD Part VI is the minimum national standard for traffic control for highway construction, maintenance, and utility operations. Follow the basic principles and minimum standards contained in these documents for the design, application, installation, maintenance, and removal of all traffic control devices, warning devices and barriers which are necessary to protect the public and workers from hazards within the project limits. 102-5.2 Maintenance of Roadway Surfaces: Maintain all lanes that are being used for the maintenance of traffic, including those on detours and temporary facilities, under all weather conditions. Keep the lanes reasonably free of dust, potholes and rutting. Provide the lanes with the drainage facilities necessary to maintain a smooth riding surface under all weather conditions. 102-5.3 Number of Traffic Lanes: Maintain one lane of traffic in each direction. Maintain two lanes of traffic in each direction at existing four (or more) lane cross roads, where necessary to avoid undue traffic congestion. Construct each lane used for maintenance of traffic at least as wide as the traffic lanes existing in the area before commencement of construction. Do not allow traffic control and warning devices to encroach on lanes used for maintenance of traffic. The Engineer may allow the Contractor to restrict traffic to one-way operation for short periods of time provided that the Contractor employs adequate means of traffic control and does not unreasonably delay traffic. When a construction activity requires restricting traffic to one-way operations, locate the flaggers within view of each other when possible. When visual contact between flaggers is not possible, equip them with 2-way radios, official, or pilot vehicle(s), or use traffic signals. 102-5.4 Crossings and Intersections: Provide and maintain adequate accommodations for intersecting and crossing traffic. Do not block or unduly restrict any road or street crossing the project unless approved by the Engineer. Before beginning any construction, provide the Engineer the names and phone numbers of persons that can be contacted when signal operation malfunctions. 102-5.5 Access for Residences and Businesses: Provide continuous access to all residences and all places of business. 102-5.6 Protection of the Work from Injury by Traffic: Where traffic would be injurious to a base, surface course, or structure constructed as a part of the work, maintain all traffic outside the limits of such areas until the potential for injury no longer exists. 102-5.7 Flagger: Provide trained flaggers in accordance with Section 105. 102-5.8 Conflicting Pavement Markings: Where the lane use or where normal vehicle or pedestrian paths are altered during construction, remove all pavement markings (paint, tape, thermoplastic, raised pavement markers, etc.) that will conflict with the adjusted vehicle or pedestrian paths. Use of paint to cover conflicting pavement markings is prohibited. Remove conflicting pavement markings using a method that will not damage the surface texture of the pavement and which will eliminate the previous marking pattern regardless of weather and light conditions. Remove all pavement markings that will be in conflict with “next phase of operation” vehicle pedestrian paths as described above, before opening to vehicle traffic or use by pedestrians. Cost for removing conflicting pavement markings (paint, tape, thermoplastic, raised pavement markers, etc.) to be included in Maintenance of Traffic, Lump Sum. 102-5.9 Vehicle and Equipment Visibility: Equip all pickups and automobiles used on the project with a minimum of one Class 2 amber or white warning light that meets the Society of Automotive Engineers Recommended Practice SAE J595, dated November 1, 2008, or SAE J845, dated December 1, 2007, and incorporated herein by reference. Existing lights that meet SAE J845, dated March, 1992, or SAE J1318, dated April, 1986, may be used to its end of service life. Lights should be unobstructed by ancillary vehicle equipment such as ladders, racks or booms. If the light is obstructed, additional lights will be required. The lights shall be operating when a vehicle is in a work area where a potential hazard exists, when operating the vehicle at less than the average speed for the facility while performing work activities, making frequent stops or called for in the plans or Design Standards. Equip all other vehicles and equipment with a minimum of 4 square feet of retroreflective sheeting or flashing lights. To avoid distraction to motorists, do not operate the lights on the vehicles or equipment when the vehicles are outside the clear zone or behind a barrier. 102-5.10 No Waiver of Liability: Conduct operations in such a manner that no undue hazard results due to the requirements of this Article. The procedures and policies described herein in no way acts as a waiver of any terms of the liability of the Contractor or his surety. 102-6 Detours. 102-6.1 General: Construct and maintain detour facilities wherever it becomes necessary to divert traffic from any existing roadway or bridge, or wherever construction operations block the flow of traffic. 102-6.2 Construction: Plan, construct, and maintain detours for the safe passage of traffic in all conditions of weather. Provide the detour with all facilities necessary to meet this requirement. Where pedestrian facilities are detoured, blocked or closed during the work, provide safe alternate accessible routes through or around the work zone meeting the requirements of the ADA Standards for Transportation Facilities. Where the plans call for the Department to furnish detour bridge components, construct the pile bents in accordance with the plans, unless otherwise authorized by the Engineer. Submit a letter with the following: company name, phone number, office address, project contact person, project number, detour bridge type, bridge length, span length, location and usage time frames, to the Engineer at least 30 calendar days before the intended pick-up date, to obtain the storage facility location and list of components for the project. Upon receipt of letter, the Engineer will, within ten calendar days provide an approved material list to the Contractor and the appropriate Department storage yard. Provide a letter with an original company seal, identifying the representative with authority to pick up components, to the Engineer at least ten calendar days before the proposed pick-up date. The Department is not obligated to load the bridge components without this notice. Take responsibility and sign for each item loaded at the time of issuance. Provide timber dunnage, and transport the bridge components from the designated storage facility to the job site. Unload, erect, and maintain the bridge, then dismantle the bridge and load and return the components to the designated storage facility. Notify the Engineer in writing at least ten calendar days before returning the components. Include in this notice the name of the Contractor’s representative authorized to sign for return of the bridge components. The yard supervisor is not obligated to unload the bridge components without this notice. The Department will provide equipment and an operator at the Department’s storage facility to assist in loading and unloading the bridge components. Furnish all other labor and equipment required for loading and unloading the components. The Departments representative will record all bridge components issued or returned on the Detour Bridge Issue and Credit Ticket. The Tickets must be signed by a Department and Contractor representative, after loading or unloading each truck to document the quantity and type of bridging issued or returned. Bind together all bridge components to be returned in accordance with the instructions given by the storage facility. The yard supervisor will repack components that are not packed in compliance with these instructions. Upon request, written packing instructions will be made available to the Contractor, before dismantling of the bridge for return to the Department’s storage facility. Assume responsibility for any shortage or damage to the bridge components. Monies due the Contractor will be reduced at the rate of $35.00 per hour plus materials for repacking, repairs or replacement of bridge components. The skid resistance of open steel grid decking on the detour bridge may decrease gradually after opening the bridge to traffic. The Department will furnish a pneumatic floor scabbler machine for roughening the roadway surface of the detour bridge decking. Provide an air compressor at the job site with 200 ft3/minute capacity, 90 psi air pressure for the power supply of the machine, and an operator. Transport the scabbler machine to and from the Department’s Structures Shop. Repair any damage to the scabbler machine caused by operations at no expense to the Department. Perform scabbling when determined necessary by the Engineer. The Department will pay for the cost of scabbling as Unforeseeable Work in accordance with 4-4. Return the bridge components to the designated storage facility beginning no later than ten calendar days after the date the detour bridge is no longer needed, the date the new bridge is placed in service, or the date Contract Time expires, whichever is earliest. Return the detour bridging at an average of not less than 200 feet per week. Upon failure to return the bridge components to the Department within the time specified, compensate the Department for the bridge components not returned at the rate of $5.00 per 10 feet, per day, per bridge, for single lane; and $10.00 per 10 feet, per day, per bridge, for dual lane until the bridge components are returned to the Department. 102-6.3 Construction Methods: Select and use construction methods and materials that provide a stable and safe detour facility. Construct the detour facility to have sufficient durability to remain in good condition, supplemented by maintenance, for the entire period that the detour is required. 102-6.4 Removal of Detours: Remove detours when they are no longer needed and before the Contract is completed. Take ownership of all materials from the detour and dispose of them, except for materials, which might be on loan from the Department with the stipulation that they are returned. 102-6.5 Detours Over Existing Roads and Streets: When the Department specifies that traffic be detoured over roads or streets outside the project area, do not maintain such roads or streets. However, maintain all signs and other devices placed for the purpose of the detour. 102-6.6 Operation of Existing Movable Bridges: The Department will maintain and operate existing moveable bridges that are to be removed by the Contractor until such time as they are closed to traffic. During this period, make immediate repairs of any damage to such structures caused by use or operations related to the work at no expense to the Department, but do not provide routine repairs or maintenance. In the event that use or operations result in damage to a bridge requiring repairs, give such repairs top priority to any equipment, material, or labor available. 102-7 Traffic Control Officer. Provide uniformed law enforcement officers, including marked law enforcement vehicles, to assist in controlling and directing traffic in the work zone when the following types of work is necessary on projects: 1. Directing traffic/overriding the signal in a signalized intersection. 2. When Standard Index No. 619 is used on Interstate roadways at nighttime and called for in the plans. 3. When Standard Index No. 655 Traffic Pacing for overhead work is called for in the plans or approved by the Engineer. 4. When pulling conductor/cable above an open traffic lane on limited access facilities, when called for in the plans or approved by the Engineer. 102-8 Driveway Maintenance. 102-8.1 General: Ensure that each residence and or business has safe, stable, and reasonable access. 102-8.2 Construction Methods: Place, level, manipulate, compact, and maintain the material, to the extent appropriate for the intended use. As permanent driveway construction is accomplished at a particular location, the Contractor may salvage and reuse previously placed materials that are suitable for reuse on other driveways. 102-9 Temporary Traffic Control Devices. 102-9.1 Installation and Maintenance: Install and maintain temporary traffic control devices as detailed in the plans, Index 600 of the Design Standards and when applicable, in accordance with the approved vendor drawings, as provided on the Qualified Products List (QPL) or the Approved Products List (APL). Erect the required temporary traffic control devices to prevent any hazardous conditions and in conjunction with any necessary traffic re-routing to protect the traveling public, workers, and to safeguard the work area. Use only those devices that are on the QPL or the APL. Immediately remove or cover any devices that do not apply to existing conditions. All temporary traffic control devices must meet the requirements of National Cooperative Highway Research Program Report 350 (NCHRP 350) or the Manual for Assessing Safety Hardware 2009 (MASH) and current FHWA directives. Manufacturers seeking evaluation must furnish certified test reports showing that their product meets all test requirements set forth by NCHRP 350 or the MASH. Manufacturers seeking evaluation of Category I devices for inclusion on the QPL shall include the manufacturer’s self-certification letter. Manufacturer’s seeking evaluation of Category II and Category III devices for inclusion on the QPL shall include the FHWA WZ numbered acceptance letter with attachments and vendor drawings of the device in sufficient detail to enable the Engineer to distinguish between this and similar devices. For devices requiring field assembly or special site preparation, vendor drawings shall include all field assembly details and technical information necessary for proper application and installation and must be signed and sealed by a Professional Engineer registered in the State of Florida. Manufacturers seeking evaluation of Category IV devices for inclusion on the QPL or APL must comply with the requirements of Section 990 and include detailed vendor drawings of the device along with technical information necessary for proper application, field assembly and installation. Ensure that the QPL or APL number is permanently marked on the device at a readily visible location. Sheeting used on devices is exempt from this marking requirement. Notify the Engineer of any scheduled operation which will affect traffic patterns or safety sufficiently in advance of commencing such operation to permit his review of the plan for the proposed installation of temporary traffic control devices. Ensure an employee is assigned the responsibility of maintaining the position and condition of all temporary traffic control devices throughout the duration of the Contract. Keep the Engineer advised at all times of the identification and means of contacting this employee on a 24-hour basis. Keep temporary traffic control devices in the correct position, properly directed, clearly visible and clean, at all times. Ensure that all traffic control devices meet acceptable standards as outlined in American Traffic Safety Services Association (ATSSA’s) “Quality Guidelines for Temporary Traffic Control Devices and Features”. Immediately repair, replace or clean damaged, defaced or dirty devices. 102-9.2 Work Zone Signs: Provide signs in accordance with the plans and Design Standards. Meet the requirements of 700-2.5 and 990-8.. Use only approved systems, which includes sign support posts or stands and attachment hardware (nuts, bolts, clamps, brackets, braces, etc.), meeting the vendor requirements specified on the QPL Drawings. Attach the sign to the sign support using hardware meeting the manufacturer’s recommendations and as specified in the Design Standards. Provide Federal Highway Administration’s (FHWA) accepted sign substrate for use with accepted sign stands on the National Highway System (NHS) under the provisions of the National Cooperative Highway Research Program (NCHRP) Report 350 “Recommended Procedures for the Safety Performance Evaluation of Highway Features.” 102-9.3 Business Signs: Provide and place signs in accordance with the plans and Design Standards. Furnish signs having retroreflective sheeting meeting the requirements of Section 990. Use signs with specific business names on each sign. Install logos provided by business owners and approved by the Engineer. Standard Business entrance signs meeting the requirements of Index 17355 without specific business names may be used only with the approval of the Engineer. 102-9.4 High Intensity Flashing Lights: Furnish Type B lights in accordance with the plans and Design Standards. 102-9.5 Warning/Channelizing Devices: Furnish warning/channelizing devices in accordance with the plans and Design Standards. 102-9.5.1 Retroreflective Collars for Traffic Cones: Use collars for traffic cones listed on the QPL that meet the requirements of Section 990. Use cone collars at night designed to properly fit the taper of the cone when installed. Place the upper 6 inches collar a uniform 3 1/2 inch distance from the top of the cone and the lower 4 inch collar a uniform 2 inch distance below the bottom of the upper 6 inch collar. Ensure that the collars are capable of being removed for temporary use or attached permanently to the cone in accordance with the manufacturer’s recommendations. Provide a white sheeting having a smooth outer surface and that has the property of a retroreflector over its entire surface. 102-9.5.2 Barrier Wall (Temporary): Furnish, install, maintain, remove and relocate a temporary barrier wall in accordance with the plans. Ensure that temporary concrete barrier wall for use on roadway sections, complies with Index No. 412, 415 or 414 as specified in the plans. Ensure that temporary concrete barrier wall for use on bridge and wall sections, complies with Index No 414 as specified in the plans. Ensure that temporary water filled barrier wall used on roadway sections meets the NCHRP Report 350 criteria or the MASH and is listed on the Qualified Products List (QPL). Barriers meeting the requirements of Index No. 412, 415 or temporary water filled barriers on the QPL will not be accepted as an alternate to barriers meeting the requirements of Index No. 414. 102-9.5.3 Glare Screen (Temporary): Use temporary glare screens listed on the QPL that meet the requirements of Section 990. Furnish, install, maintain, remove and relocate glare screen systems in conjunction with temporary barrier wall at locations identified in the plans. Ensure the anchorage of the glare screen to the barrier is capable of safely resisting an equivalent tensile load of 600 lb/ft of glare screen, with a requirement to use a minimum of three fasteners per barrier section. When glare screen is utilized on temporary barrier wall, warning lights will not be required. 102-9.6 Temporary Crash Cushion (Redirect/Inertia): Furnish, install, maintain and subsequently remove temporary crash cushions in accordance with the details and notes shown in the plans, the Design Standards, and requirements of the pre-approved alternatives listed on the QPL. Maintain the crash cushions until their authorized removal. Repair all attachment scars to permanent structures and pavements after crash cushion removal. Make necessary repairs due to defective material, work, or Contractor operations at no cost to the Department. Restore crash cushions damaged by the traveling public within 24 hours after notification as authorized by the Engineer. 102-9.7 Guardrail (Temporary): Furnish guardrail (temporary) in accordance with the plans and Design Standards. Meet the requirements of Section 536. 102-9.8 Arrow Board: Furnish arrow boards that meet the requirements of Section 990 as required by the plans and Design Standards to advise approaching traffic of lane closures or shoulder work. Type B arrow boards may be used on low to intermediate speed (0 to 50 mph) facilities or for maintenance or moving operations on any speed facility. Type C arrow boards shall be used for all other operations on high-speed (50 mph and greater) facilities and may be substituted for Type B arrow boards on any speed facility. 102-9.9 Portable Changeable Message Sign (PCMS): Furnish portable changeable message signs that meet the requirements of Section 990 as required by the plans and Design Standards to supplement other temporary traffic control devices used in work zones. A truck mounted PCMS may be used as a stand alone maintenance of traffic device only when used for accident or incident management situations as defined in the MUTCD and is listed on the APL. 102-9.10 Portable Regulatory Signs (PRS): Furnish portable regulatory signs that meet the requirements of 990 as required by the plans and Design Standards. Activate portable regulatory signs only during active work activities and deactivate when no work is being performed. 102-9.11 Radar Speed Display Unit (RSDU): Furnish radar speed display units that meet the requirements of Section 990 as required by the plans and Design Standards to inform motorists of the posted speed and their actual speed. Activate the radar speed display unit only during active work activities and deactivate when no work is being performed. 102-9.12 Temporary Signalization and Maintenance: Provide temporary signalization and maintenance at existing, temporary, and new intersections including but not limited to the following: (1) Installation of temporary poles and span wire assemblies as shown in the Plans, (2) Temporary portable traffic signals as shown in the Plans, (3) Adding or shifting signal heads, (4) Trouble calls, (5) Maintaining intersection and coordination timing and preemption devices. Restore any loss of operation within 12 hours after notification. Provide traffic signal equipment that meets the requirements of the Design Standards and 603-2. The Engineer may approve used signal equipment if it is in acceptable condition. Replacement components for traffic signal cabinet assemblies will be provided by the maintaining agency. 102-9.13 Temporary Traffic Detection and Maintenance: Provide temporary traffic detection and maintenance at existing, temporary, and new signalized intersections. Provide temporary traffic detection equipment listed on the Department’s APL. Restore any loss of detection within 12 hours. Ensure 90% accuracy per signal phase, measured at the initial installation and after any lane shifts, by comparing sample data collected from the detection system with ground truth data collected by human observation. Collect the sample and ground truth data for a minimum of five minutes during a peak and five minutes during an off-peak period with a minimum three detections for each signal phase. Perform the test in the presence of the Engineer. 102-9.14 Truck Mounted Attenuators and Trailer Mounted Attenuators: Furnish, install and maintain only those attenuators that meet the requirements of NCHRP 350 or the MASH. Use Truck Mounted Attenuators or Trailer Mounted Attenuators, when called for in the Design Standards. Use attenuators listed on the QPL. When attenuators are called for, use either a truck mounted attenuator or a trailer mounted attenuator system designed and installed in accordance with the manufacturers recommendations. Equip the attenuator cartridge with lights and reflectors in compliance with applicable Florida motor vehicle laws, including turn signals, dual tail lights, and brake lights. Ensure that lights are visible in both the raised and lowered positions if the unit is capable of being raised. Ensure that the complete unit is painted DOT yellow (Fed. Std. 595 b, No. 13538). Stripe the rear facing of the cartridge in the operating position with the alternating 6 inch white and 6 inch safety orange 45 degree striping to form an inverted “V” at the center of the unit and slope down and toward the outside of the unit, in both directions from the center. In the raised position, place at least the same square footage of striping on the bottom of the cartridge as placed on the rear facing cartridge in the open position. Use Type III retroreflectorized sheeting for striping. Attenuators will not be paid for separately. Include the cost of the truck with either a truck mounted attenuator or a trailer mounted attenuator in Maintenance of Traffic Lump Sum. Payment includes all costs, including furnishing, maintaining and removal when no longer required, and all materials, labor, tools, equipment and incidentals required for attenuator maintenance. 102-9.15 Temporary Raised Rumble Strip Sets: When called for in the plans, furnish, install, maintain, remove, and reinstall temporary raised rumble strip sets. Install the temporary raised rumble strip sets per the manufacturer’s recommendations and in accordance with Index 600. The temporary raised rumble strip may be either a removable polymer striping tape or a molded engineered polymer material. 102-9.16 Automated Flagger Assistance Devices (AFAD): Furnish, install, maintain, remove and relocate AFADs in accordance with the plans and Design Standards. Position AFADs where they are clearly visible to oncoming traffic and out of the lane of traffic. The devices may be operated either by a single flagger at one end of the traffic control zone, from a central location, or by a separate flagger near each device’s location. AFADs may be either a remotely controlled Stop/Slow AFAD mounted on either a trailer or a movable cart system, or a remotely controlled Red/Yellow Lens AFAD. AFADs will not be paid for separately. AFADs may be used as a supplement or an alternate to flaggers in accordance with Index 603. Include the cost for AFADs in Maintenance of Traffic Lump Sum. 102-10 Work Zone Pavement Marking. 102-10.1 Description: Furnish and install Work Zone Pavement Markings for maintenance of traffic in construction areas and in close conformity with the lines and details shown in the plans and Design Standards. Centerlines, lane lines, edge lines, stop bars and turn arrows will be required in work zones prior to opening the road to traffic. The most common types of Work Zone Pavement Markings are painted pavement markings and removable tape. Other types of Work Zone Pavement Markings may be identified in the plans. 102.10.2 Painted Pavement Markings: 102-10.2.1 General: Use painted pavement markings meeting the requirements of Section 710. Use standard waterborne paint unless otherwise identified in the plans or approved by the Engineer. 102-10.3 Removable Tape: 102-10.3.1 General: Use removable tape listed on the QPL and meeting the requirements of 990-4. 102-10.3.2 Application: Apply removable tape with a mechanical applicator to provide pavement lines that are neat, accurate and uniform. Equip the mechanical applicator with a film cut-off device and with measuring devices that automatically and accumulatively measure the length of each line placed within an accuracy tolerance of ±2%. Ensure removable tape adheres to the road surface. Removable tape may be placed by hand on short sections 500 feet or less if it is done in a neat accurate manner. 102-10.3.3 Retroreflectivity: Apply white and yellow traffic stripes and markings that will attain an initial retroreflectivity of not less than 300 mcd/lx·m2 for white and contrast markings and not less than 250 mcd/lx·m2 for yellow markings. Black portions of contrast tapes and black masking tapes must be non-reflective and have a reflectance of less than 5 mcd/lx m2. At the end of the six month service life, the retroreflectance of white and yellow removable tape shall not be less than 150 mcd/lx·m2. 102-10.3.4 Removability: Provide removable tape capable of being removed from bituminous concrete and portland cement concrete pavement intact or in substantially large strips, either manually or by a mechanical roll-up device, at temperatures above 40ºF, without the use of heat, solvents, grinding or blasting. 102-10.4 Temporary Retroreflective Pavement Markers (RPM’s): Use markers listed on the QPL and meeting the requirements of 990-5. Apply all markers in accordance with the Design Standards, Index No. 600, prior to opening the road to traffic. Replace markers any time after installation when more than three consecutive markers fail or are missing, at no expense to the Department, in a timely manner, as directed by the Engineer. 102-11 Method of Measurement. 102-11.1 General: Devices installed/used on the project on any calendar day or portion thereof, within the allowable Contract Time, including time extensions which may be granted, will be paid for at the Contract unit price for the applicable pay item, except those paid for as Lump Sum. 102-11.2 Traffic Control Officers: The quantity to be paid for will be at the Contract unit price per hour (4 hour minimum) for the actual number of officers certified to be on the project site, including any law enforcement vehicle(s) and all other direct and indirect costs. Payment will be made only for those traffic control officers specified in the Plans and authorized by the Engineer. 102-11.3 Special Detours: When a detour facility is specifically detailed in the plans, or is otherwise described or detailed as a special item, and an item for separate payment is included in the proposal, the work of constructing, maintaining, and subsequently removing such detour facilities will be paid for separately. Traffic control devices, warning devices, barriers, signing, and pavement markings for Special Detours will also be paid for separately. When the plans show more than one detour, each detour will be paid for separately, at the Contract lump sum price for each. Where a separate item for a specific detour facility is included in the proposal, payment will be made under Special Detour. 102-11.4 Arrow Board: The quantity to be paid at the contract unit price will be for the number of arrow boards certified as installed/used on the project on any calendar day or portion thereof within the contract time. 102-11.5 Work Zone Signs: The number of temporary post-mounted signs (Temporary Regulatory, Warning and Guide) certified as installed/used on the project will be paid for at the Contract unit price for Work Zone Signs. When multiple signs are located on single or multiple post(s), each sign panel will be paid individually. Signs greater than 20 ft2 and detailed in the plans will be paid for under Lump Sum MOT. Temporary portable signs (excluding Mesh signs) and Vehicular Mounted Signs will be included for payment under work zone signs, only if used in accordance with the Design Standards. 102-11.6. Business Signs: The number of business signs certified as installed/used on the project will be paid for at the Contract unit price for Business Signs. 102-11.7 High Intensity Flashing Lights: The number of high intensity flashing lights (Type B) certified as installed/used on the project will be paid for at the Contract unit price for High Intensity Flashing Lights (Temporary - Type B). 102-11.8 Channelizing Devices: The number of Type I, Type II, Direction Indicator Barricade, Type III, Vertical Panel, Drum and Longitudinal Channelizing Devices certified as installed/used on the project meeting the requirements of Design Standards, Index No. 600 and have been properly maintained will be paid for at the Contract unit prices for Barricade (Temporary). Payment will be made for each channelizing device that is used to delineate trailer mounted devices. Payment will be made for channelizing devices delineating portable changeable message signs during the period beginning fourteen working days before Contract Time begins as authorized by the Engineer. 102-11.9 Barrier Wall (Temporary): The Contract unit price for Barrier Wall (Temporary) will be full compensation for furnishing, installing, maintaining, and removing the barrier wall. When called for, the Contract unit price for Barrier Wall (Temporary/Relocate) will be full compensation for relocating the barrier. The certified quantity to be paid for will be determined by the number of sections times the nominal length of each section. 102-11.10 Lights, Temporary, Barrier Wall Mount: The number of Type C Steady Burn lights, mounted on barrier wall, certified as installed/used on the project, meeting the requirements of the Design Standards and have been properly maintained will be paid for at the Contract unit price for Lights Temporary, Barrier Wall Mount. 102-11.11 Glare Screen (Temporary): The certified quantity to be paid for will be determined by the number of sections times the nominal length of each section. 102-11.12 Temporary Crash Cushions: 102-11.12.1 Redirective: The quantity to be paid for will be the number of Temporary Crash Cushions (Redirective) certified as installed/used and maintained on the project, including object marker. 102-11.12.2 Inertia: The quantity to be paid for will be the number of Temporary Crash Cushions (Inertia) complete arrays certified as installed/used and maintained in accordance with the plans and Design Standards, Index No. 417. 102-11.13 Temporary Guardrail: The quantity to be paid for will be the length, in feet, of temporary guardrail constructed and certified as installed/used on the project. The length of a run of guardrail will be determined as a multiple of the nominal panel lengths. 102-11.14 Advance Warning Arrow Panel: The quantity to be paid at the contract unit price will be for the number of advance warning arrow panels certified as installed/used on the project on any calendar day or portion thereof within the contract time. 102-11.15 Portable Changeable Message Sign: The quantity to be paid at the contract unit price will be for the number of portable changeable message signs certified as installed/used on the project on any calendar day or portion thereof within the contract time. Payment will be made for each portable changeable message sign that is used during the period beginning fourteen working days before Contract Time begins as authorized by the Engineer. 102-11.16 Portable Regulatory Signs: The quantity to be paid for will be the number of portable regulatory signs certified as installed/used on the project on any calendar day or portion thereof within the contract time, will be paid for the contract unit price for portable regulatory sign. 102-11.17 Radar Speed Display Unit: The quantity to be paid for will be the number of radar speed display units certified as installed/used on the project on any calendar day or portion thereof within the contract time, will be paid for the contract unit price for radar speed display unit. 102-11.18 Temporary Signalization and Maintenance: For existing intersections, the quantity to be paid for will be the number of signalized intersections per day for the full duration of the Contract. For temporary intersections, the quantity to be paid for will be the number of signalized intersections per day for the duration of the temporary intersection. No separate payment will be made for temporary signalization and maintenance at new intersections. 102-11.19 Temporary Traffic Detection and Maintenance: For existing intersections, the quantity to be paid for will be the number of signalized intersections per day beginning the day contract time begins and ending the day the permanent detection is operational and the final lane configuration is in place. For temporary and new intersections, the quantity to be paid for will be the number of signalized intersections per day beginning the day the temporary detection is functional and ending the day: the permanent detection is operational and the final lane configuration is in place for a new intersection; or, when the detection is removed for a temporary intersection. 102-11.20 Work Zone Pavement Markings: The quantities, furnished and installed, to be paid for will be the length of skip and solid pavement markings, and the area of pavement markings placed as follows: (a) The total transverse distance, in feet, of skip pavement marking authorized and acceptably applied. The length of actual applied line will depend on the skip ratio of the material used. Measurement will be the distance from the beginning of the first stripe to the end of the last stripe with proper deductions made for unpainted intervals as determined by plan dimensions or stations, subject to 9-1.3. (b) The net length, in feet, of solid pavement marking authorized and acceptably applied. (c) The number of directional arrows or pavement messages authorized and acceptably applied. (d) The number of Temporary RPM’s authorized and acceptably applied. 102-11.21 Temporary Raised Rumble Strips: The quantity of temporary raised rumble strip sets to be paid for will be the number of temporary raised rumble strip sets installed and accepted. 102-12 Submittals. 102-12.1 Submittal Instructions: Prepare a certification of quantities, using the Department’s current approved form, for certified Maintenance of Traffic payment items for each project in the Contract. Submit the certification of quantities to the Engineer. The Department will not pay for any disputed items until the Engineer approves the certification of quantities. 102-12.2 Contractor’s Certification of Quantities: Request payment by submitting a certification of quantities no later than Twelve O’clock noon Monday after the estimate cut-off date or as directed by the Engineer, based on the amount of work done or completed. Ensure the certification consists of the following: (a) Contract Number, FPID Number, Certification Number, Certification Date and the period that the certification represents. (b) The basis for arriving at the amount of the progress certification, less payments previously made and less an amount previously retained or withheld. The basis will include a detail breakdown provided on the certification of items of payment in accordance with 102-13. After the initial setup of the maintenance of traffic items and counts, the interval for recording the counts will be made weekly on the certification sheet unless there is a change. This change will be documented on the day of occurrence. Some items may necessitate a daily interval of recording the counts. 102-13 Basis of Payment. 102-13.1 Maintenance of Traffic (General Work): When an item of work is included in the proposal, price and payment will be full compensation for all work and costs specified under this Section except as may be specifically covered for payment under other items. 102-13.2 Traffic Control Officers: Price and payment will be full compensation for the services of the traffic control officers. 102-13.3 Special Detours: Price and payment will be full compensation for providing all detour facilities shown on the plans and all costs incurred in carrying out all requirements of this Section for general maintenance of traffic within the limits of the detour, as shown on the plans. 102-13.4 Commercial Materials for Driveway Maintenance: Price and payment will be full compensation for all work and materials specified for this item, including specifically all required shaping and maintaining of driveways. 102-13.5 Work Zone Signs: Price and payment will be full compensation for all work and materials for furnishing signs, supports and necessary hardware, installation, relocating, maintaining and removing signs. 102-13.6. Business Signs: Price and payment will be full compensation for all materials and labor required for furnishing, installing, relocating, maintaining, and removing the signs as well as the cost of installing any logos provided by business owners. 102-13.7 High Intensity Warning Lights: Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing high intensity flashing lights (Type B). 102-13.8 Channelizing Devices: Prices and payment will be full compensation for furnishing, installing, relocating, maintaining and removing the channelizing devices, including the costs associated with attached warning lights as required. 102-13.9 Barrier Wall (Temporary): Price and payment will be full compensation for furnishing, installing, maintaining, and removing the barrier. When called for, Barrier Wall (Temporary) (Relocate) will be full compensation for relocating the barrier. 102-13.10 Lights, Temporary, Barrier Wall Mount: Price and payment will be full compensation for all work and materials for furnishing, installing and maintaining the warning lights mounted on barrier wall. Payment will not be made for lights that are improperly placed or are not working. 102-13.11 Glare Screen (Temporary): Price and payment will be full compensation for furnishing, installing, maintaining, and removing the glare screen certified as installed/used on the project. When called for, Glare Screen (Relocate) will be full compensation for relocating the glare screen. 102-13.12 Temporary Crash Cushion: 102-13.12.1 Redirective: Price and payment will be full compensation for furnishing, installing, maintaining and subsequently removing such crash cushions. Payment for restoring damaged crash cushions will be the manufacturer’s/distributor’s invoice price for the new materials/parts plus 20% markup. The 20% markup is compensation for all necessary work including; but not limited to, labor, equipment, supplies and profit, as authorized by the Engineer. Additional MOT required for the repair of the crash cushion will be paid for under the appropriate MOT pay item. 102-13.12.2 Inertia: Price and payment for the number of complete arrays will be full compensation for furnishing, installing, maintenance and removal at each specified location. In addition, payment will be made for new modules replaced due to damages, excluding damage caused by the Contractor’s operations. 102-13.13 Temporary Guardrail: Price and payment will be full compensation for furnishing all materials required for a complete installation, including end anchorage assemblies and any end connections to other structures and for installing, maintaining and removing guardrail. 102-13.14 Arrow Board: Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing arrow boards. 102-13.15 Portable Changeable Message Sign: Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing portable changeable message signs. 102-13.16 Portable Regulatory Signs: Price and payment will be full compensation for furnishing, installing, relocating, maintaining and removing a completely functioning system as described in these specifications portable regulatory signs. Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing portable regulatory signs. Payment will include all labor, materials, incidentals, repairs and any actions necessary to operate and maintain the unit at all times that work is being performed or traffic is being affected by construction and/or maintenance of traffic operations. 102-13.17 Radar Speed Display Unit: Price and payment will be made only for a completely functioning system as described in these specifications. Payment will include all labor, hardware, accessories, signs, and incidental items necessary for a complete system. Payment will include any measurements needed to insure that the unit conforms to all specification requirements. Payment will include all labor, materials, incidentals, repairs and any actions necessary to operate and maintain the unit at all times that work is being performed or traffic is being affected by construction and/or maintenance of traffic operations. Price and payment will be full compensation for furnishing, installing, operating, relocating, maintaining and removing radar speed display unit. 102-13.18 Temporary Signalization and Maintenance: Price and payment will constitute full compensation for furnishing, installing, operating, maintaining and removing temporary traffic control signals including all equipment and components necessary to provide an operable traffic signal. Payment will be withheld for each day at each intersection where the temporary signalization is not operational within 12 hours after notification. 102-13.19 Temporary Traffic Detection and Maintenance: Price and payment will constitute full compensation for furnishing, installing, operating, maintaining and removing temporary traffic detection including all equipment and components necessary to provide an acceptable signalized intersection. Take ownership of all equipment and components. Payment will be withheld for each day at each intersection where the temporary detection is not operational within 12 hours after notification. 102-13.20 Temporary Raised Rumble Strips: Price and payment will be full compensation for all work and materials described in this Section, including all cleaning and preparing of surfaces, disposal of all debris, furnishing of all materials, application, curing, removal, reinstalling and protection of all items, protection of traffic, furnishing of all tools, machines and equipment, and all incidentals necessary to complete the work. 102-13.21 Work Zone Pavement Markings: Price and payment will be full compensation for all work specified including, all cleaning and preparing of surfaces, furnishing of all materials, application, curing and protection of all items, protection of traffic, furnishing of all tools, machines and equipment, and all incidentals necessary to complete the work. Final payment will be withheld until all deficiencies are corrected. Removable Tape may be substituted for work zone paint at no additional cost to the Department. Payment for Temporary Retroreflective Pavement Markers used to supplement line markings will be paid for under Temporary Retroreflective Pavement Markers. Install these markers as detailed in the Design Standards. 102-13.22 Payment Items: Payment will be made under: Item No. 102- 1Item No. 102- 2Item No. 102- 3Item No. 102- 14Item No. 102- 60Item No. 102- 61Item No. 102- 71Item No. 102- 94Item No. 102- 73Item No. 102- 74Item No. 102- 76Item No. 102- 77Item No. 102- 78Item No. 102- 79Item No. 102- 81- Maintenance of Traffic - lump sum. Special Detour - lump sum. Commercial Material for Driveway Maintenance - per cubic yard. Traffic Control Officer - per hour. Work Zone Sign - per each per day. Business Sign - each. Barrier Wall - per foot. Glare Screen - per foot. Guardrail (Temporary) - per foot. Barricade (Temporary) - per each per day. Arrow Board - per each per day. High Intensity Flashing Lights (Temporary - Type B) - per each per day. Temporary Retroreflective Pavement Markers - each. Lights, Temporary, Barrier Wall Mount - per each per day. Crash Cushion (Gating) (Temporary) –per location. Item No. 102- 89Item No. 102- 99Item No. 102-104Item No. 102-107Item No. 102-150Item No. 102-150Item No. 102-910Item No. 102-911Item No. 102-912Item No. 710Item No. 711- Crash Cushion (Temporary) - per location. Portable Changeable Message Sign (Temporary) - per each per day. Temporary Signalization and Maintenance - per intersection per day. Temporary Traffic Detection and Maintenance - per intersection per day. Portable Regulatory Sign - per each per day. Radar Speed Display Unit - per each per day. Temporary Raised Rumble Strip Set – per set Removable Tape (White/Black) - per foot. Removable Tape (Yellow) - per foot. Painted Pavement Markings. Thermoplastic Traffic Stripes and Markings. This page left intentionally blank 105 CONTRACTOR QUALITY CONTROL GENERAL REQUIREMENTS. (REV 1-18-12) (FA 2-6-12) (7-12) SUBARTICLE 105-3.1 (Pages 137 – 138) is deleted and the following substituted: 105-3.1 General: Certain operations require personnel with specific qualifications. Certain materials require production under an approved Quality Control (QC) Plan to ensure that these materials meet the requirements of the Contract Documents. Applicable materials include hot mix asphalt, Portland cement concrete (Structural), earthwork, cementitious materials, timber, steel and miscellaneous metals, galvanized metal products, prestressed and/or precast concrete products and drainage products. For all applicable materials included in the Contract, submit a QC Plan prepared in accordance with the requirements of this Section to the Engineer. Do not incorporate any of these materials into the project prior to the Engineer’s approval of the QC Plan. Steel and Miscellaneous Metal products, including aluminum, are defined as the metal components of bridges, including pedestrian and moveable bridges, overhead and cantilevered sign supports, ladders and platforms, bearings, end wall grates, roadway gratings, drainage items, expansion joints, roadway decking, shear connectors, handrails, galvanized products, fencing, guardrail, light poles, high mast light poles, standard mast arm assemblies and Monotube assemblies, stay in-place forms, casing pipe, strain poles, fasteners, connectors and other hardware. When accreditation or certification is required, make supporting documents from the two previous inspections performed by the accrediting or certifying agency available to the Department upon request. Obtain Department approval prior to beginning production. Meet and maintain the approved Quality Control Program requirements at all times. Production and construction of these products without the Department’s prior approval of a Quality Control Program may result in rejection of the products. Continued approval will be subject to satisfactory results from Department evaluations, including the Independent Assurance program. In cases of noncompliance with the approved Quality Control Program, identify all affected material and do not incorporate or supply to the Department projects. The following conditions may result in suspension of a Quality Control Program: a. Failure to timely supply information required. b. Repeated failure of material to meet Standard Specification requirements. c. Failure to take immediate corrective action relative to deficiencies in the performance of the Quality Control Program. d. Certifying materials that are not produced under an approved Quality Control Program for use on Department projects. e. Failure to correct any deficiencies related to any requirement of the Quality Control Program, having received notice from the Department, within the amount of time defined in the notice. SUBARTICLE 105-3.2 (Pages 138 – 139) is deleted and the following substituted: 105-3.2 Compliance with the Materials Manual. Producers of Flexible Pipe shall meet the requirements of Section 6.1, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section61.pdf . Producers of Precast Concrete Pipe shall meet the requirements of Section 6.2, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section62.pdf . Producers of Precast Concrete Drainage Structures shall meet the requirements of Section 6.3, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section63.pdf . Producers of Precast/Prestressed Concrete Products shall meet the requirements of Sections 8.1 and 8.3 of the Department’s Materials Manual, which may be viewed at the following URLs: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section81.pdf . http://www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section83.pdf. Producers of Precast Prestressed Concrete Products using Self Consolidating Concrete shall meet the requirements of Section 8.4, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section84.pdf Producers of Incidental Precast/Prestressed Concrete Products shall meet the requirements of Section 8.2, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section82.pdf . Producers of Portland Cement Concrete shall meet the requirements of Section 9.2, Volume II of the Department’s Materials Manual, which may be viewed at the following URL: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section92.pdf . Producers of Structural Steel and Miscellaneous Metal Components shall meet the requirements of Sections 11.1 and 11.2 of the Department’s Materials Manual, which may be viewed at the following URLs: www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section111.pdf . www.dot.state.fl.us/specificationsoffice/Implemented/URLinSpecs/Files/section112.pdf . SUBARTICLE 105-5.2.1 (Page 140) is deleted and the following substituted: 105-5.2.1 Qualifications: Submit the Training Identification Numbers (TINs) or any other information which will be traceable to the certification agency’s training location and dates for all technicians performing sampling, testing and inspection for both field and laboratory tests. Provide the names of the CTQP certifications and other pertinent certifications held and the expiration dates for each certification for each technician. Include employed and subcontracted technicians. ARTICLE 105-6 (Page 142) is deleted and the following substituted: 105-6 Lab Qualification Program. Testing Laboratories participating in the Department’s Acceptance Program must have current Department qualification when testing materials that are used on Department projects. In addition, they must have one of the following: a. Current AASHTO (AAP) accreditation. b. Inspected on a regular basis per ASTM D 3740 for earthwork, ASTM D 3666 for asphalt and ASTM C 1077 for concrete for test methods used in the Acceptance Program, with all deficiencies corrected, and under the supervision of a Specialty Engineer. c. Current Construction Materials Engineering Council (CMEC) program accreditation or other independent inspection program accreditation acceptable to the Engineer and equivalent to a. or b. above. After meeting the criteria described above, submit a Laboratory Qualification Application to the Department. The application is available from the Department’s website. Obtain the Department’s qualification prior to beginning testing. The Department may inspect the laboratory for compliance with the accreditation requirements prior to issuing qualification. Meet and maintain the qualification requirements at all times. Testing without Department’s qualification may result in a rejection of the test results. Continued qualifications are subject to satisfactory results from Department evaluations, including Independent Assurance evaluations. In case of suspension or disqualification, prior to resumption of testing, resolve the issues to the Department’s satisfaction and obtain reinstatement of qualification. The following conditions may result in suspension of a laboratory’s qualified status: a. Failure to timely supply required information. b. Loss of accredited status. c. Failure to correct deficiencies in a timely manner. d. Unsatisfactory performance. e. Changing the laboratory’s physical location without notification to the accrediting agency and the Engineer. f. Delays in reporting the test data in the Department’s database. g. Incomplete or inaccurate reporting. h. Using unqualified technicians performing testing. Should any qualified laboratory falsify records, the laboratory qualification will be subject to revocation by the Engineer. Falsification of project-related documentation will be subject to further investigation and penalty under state and federal laws. It is prohibited for any contract laboratory or staff to perform Contractor Quality Control testing and any other Acceptance Program testing on the same contract. SUBARTICLE 105-8.3 (Pages 143 and 144) is deleted and the following substituted: 105-8.3 Worksite Traffic Supervisor: Provide a Worksite Traffic Supervisor who is responsible for initiating, installing, and maintaining all traffic control devices as described in Section 102 and in the Contract Documents. Ensure that the Worksite Traffic Supervisor is certified in the advanced training category by a Department approved training Provider. Approved Providers will be posted on the Department’s website at the following URL address: http://www.dot.state.fl.us/rddesign/MOT/MOT.shtm . Use approved alternate Worksite Traffic Supervisors when necessary. SUBARTICLE 105-8.6.1 (Page 144) is deleted and the following substituted: 105-8.6.1 Plant Technicians: For asphalt plant operations, provide a QC technician, qualified as a CTQP Asphalt Plant Level II technician, available at the asphalt plant at all times when producing mix for the Department. Perform all asphalt plant related testing with a CTQP Asphalt Plant Level I technician. As an exception, measurements of temperature may be performed by someone under the supervision of a CTQP Plant Level II technician. SUBARTICLE 105-8.6.2 (Page 144) is deleted and the following substituted: 105-8.6.2 Paving Technicians: For paving operations (with the exception of miscellaneous or temporary asphalt), keep a qualified CTQP Asphalt Paving Level II technician on the roadway at all times when placing asphalt mix for the Department, and perform all testing with a CTQP Asphalt Paving Level I technician. As an exception, measurements of cross-slope, temperature, and yield (spread rate) can be performed by someone under the supervision of a CTQP Paving Level II technician at the roadway. SUBARTICLE 105-8.7 (Pages 144 - 145) is deleted and the following substituted: 105-8.7 Concrete QC Personnel: 105-8.7.1 Concrete Field Technician - Level I: Ensure technicians performing plastic property testing on concrete for materials acceptance are qualified CTQP Concrete Field Technicians Level I. Plastic property testing will include but not be limited to slump, temperature, air content, water-to-cementitious materials ratio calculation, and making and curing concrete cylinders. Duties will include initial sampling and testing to confirm specification compliance prior to beginning concrete placements, ensuring timely placement of initial cure and providing for the transport of compressive strength samples to the designated laboratories. 105-8.7.2 Concrete Field Inspector - Level II: Ensure field inspectors responsible for the quality of concrete being placed on major bridge projects are qualified CTQP Concrete Field Inspectors Level II. A Level II Inspector must be present on the jobsite during all concrete placements. Prior to the placement of concrete, the inspector will inspect the element to be cast to ensure compliance with Contract Documents. A Level II Inspector's duties may include ensuring that concrete testing, inspection, and curing in the field are performed in accordance with the Contract Documents. The QC Inspector will inform the Verification Inspector of anticipated concrete placements and LOT sizes. 105-8.7.3 Concrete Laboratory Technician: 105-8.7.3.1 Concrete Laboratory Technician - Level I: Ensure technicians testing cylinders and recording concrete strength for material acceptance are qualified CTQP Concrete Laboratory Technicians Level I. Duties include final curing, compressive strength testing, and the recording/reporting of all test data. 105-8.7.3.2 Concrete Laboratory Technician – Level II: Ensure that laboratories providing hardened property test results to the Department are under the supervision of a CTQP Concrete Laboratory Technician - Level II. This person is responsible to ensure that the tests are performed in accordance with Standard Test Methods, project specifications and other contract documents. SUBARTICLE 105-8.8 (Page 145). The heading is deleted and the following substituted: 105-8.8 Supervisory Personnel – Post-Tensioned and Movable Bridge Structures: SUBARTICLE 105-8.8.1 (Page 145) is deleted and the following substituted: 105-8.8.1 General: Provide supervisory personnel meeting the qualification requirements only for the post-tensioned and movable bridge types detailed in this Article. Submit qualifications to the Engineer at the pre-construction conference. Do not begin construction until the qualifications of supervisory personnel have been approved by the Engineer. SUBARTICLE 105-8.8.4 (Pages 146 - 148) is deleted and the following substituted: 105-8.8.4 Concrete Post-Tensioned Segmental Box Girder Construction: Ensure the individuals filling the following positions meet the minimum requirements as follows: 105-8.8.4.1 Project Engineer-New Construction: Ensure the Project Engineer is a registered professional engineer with five years of bridge construction experience. Ensure a minimum of three years of experience is in Segmental Box Girder Construction Engineering and includes a minimum of one year in segmental casting yard operations and related surveying, one year in segment erection and related surveying, including post-tensioning and grouting of longitudinal tendons and a minimum of one year as the Project Engineer in responsible charge of Segmental Box Girder Construction Engineering. Ensure this individual is present at the site of construction, at all times while segmental box girder construction or segment erection is in progress. 105-8.8.4.2 Project Engineer-Repair and Rehabilitation: Ensure the Project Engineer is a registered Professional Engineer with five years of bridge construction experience. Ensure a minimum of three years of experience is in Segmental Box Girder Construction Engineering and includes one year of post-tensioning and grouting of longitudinal tendons and a minimum of one year as the Project Engineer in responsible charge of Segmental Box Girder rehabilitation engineering or Segmental Box Girder new construction engineering. 105-8.8.4.3 Project Superintendent/Manager-New Construction: Ensure the Project Superintendent/Manager has a minimum of ten years of bridge construction experience or is a registered professional engineer with five years of bridge construction experience. Ensure that a minimum of three years of experience is in Segmental Box Girder construction operations and includes a minimum of one year in the casting yard operations and related surveying, one year in segment erection and related surveying including post-tensioning and grouting of longitudinal tendons and a minimum of one year as the Project Superintendent/Manager in responsible charge of Segmental Box Girder construction operations. Ensure this individual is present at the site of construction, at all times while segmental box girder construction or segment erection is in progress. 105-8.8.4.4 Project Superintendent/Manager-Repair and Rehabilitation: Ensure the Project Superintendent/Manager has a minimum of five years of bridge construction experience or is a registered professional engineer with three years of bridge construction experience. Ensure that a minimum of two years of experience is in Segmental Box Girder construction operations and includes a minimum of one year experience performing posttensioning and grouting of longitudinal tendons and a minimum of one year as the Project Superintendent/Manager in responsible charge of Segmental Box Girder rehabilitation operations or Segmental Box Girder new construction operations. 105-8.8.4.5 Foreman-New Construction: Ensure that the Foreman has a minimum of five years of bridge construction experience with two years of experience in Segmental Box Girder Operations and a minimum of one year as the foreman in responsible charge of Segmental Box Girder new construction Operations. Ensure this individual is present at the site of construction, at all times while segmental box girder construction or segment erection is in progress. 105-8.8.4.6 Foreman-Repair and Rehabilitation: Ensure the Foremen has a minimum of five years of bridge construction experience with two years of experience in Segmental Box Girder Operations and a minimum of one year as the foreman in responsible charge of Segmental Box Girder rehabilitation operations or Segmental Box Girder new construction operations. 105-8.8.4.7 Geometry Control Engineer/Manager: Ensure that the Geometry Control Engineer/Manager for construction of cast-in-place box segments is a Registered Professional Engineer with one year of experience, a non-registered Engineer with three years of experience or a Registered Professional Land Surveyor with three years of experience in geometry control for casting and erection of cast-in-place box segments. Credit for experience in cast-in-place box girder geometry control will be given for experience in precast box girder geometry control but not vice versa. Ensure that the Geometry Control Engineer/Manager for precast box segments is a Registered Professional Engineer with one year of experience or nonregistered with three years of experience in casting yard geometry control of concrete box segments. The Geometry Control Engineer/Manager must be responsible for and experienced at implementing the method for establishing and maintaining geometry control for segment casting yard operations and segment erection operations and must be experienced with the use of computer programs for monitoring and adjusting theoretical segment casting curves and geometry. This individual must be experienced at establishing procedures for assuring accurate segment form setup, post-tensioning duct and rebar alignment and effective concrete placement and curing operations as well as for verifying that casting and erection field survey data has been properly gathered and recorded. Ensure this individual is present at the site of construction, at all times while cast-in-place segmental box girder construction is in progress or until casting yard operations and segment erection is complete. 105-8.8.4.8 Surveyor: Ensure that the Surveyor in charge of geometry control surveying for box segment casting and/or box segment erection has a minimum of one year of bridge construction surveying experience. Ensure this individual is present at the site of construction, at all times while segmental box girder construction or segment erection is in progress. SUBARTICLE 105-8.8.7 (Page 149) is deleted and the following substituted: 105-8.8.7 Post-Tensioning (PT) and Grouting Personnel Qualifications: Perform all stressing and grouting operations in the presence of the Engineer and with personnel meeting the qualifications of this article. Coordinate and schedule all PT and grouting activities to facilitate inspection by the Engineer. 105-8.8.7.1 Post-Tensioning: Perform all PT field operations under the direct supervision of a Level II CTQP Qualified PT Technician who must be present at the site of the post-tensioning work during the entire duration of the operation. For the superstructures of bridges having concrete post-tensioned box or I girder construction, provide at least two CTQP qualified PT technicians, Level I or II, on the work crew. The supervisor of the work crew, who must be a Level II CTQP Qualified PT Technician, may also be a work crew member, in which case, the supervisor shall count as one of the two CTQP qualified work crew members. For PT operations other than the superstructures of post-tensioned box or I girder construction, perform all PT operations under the direct supervision of a Level II CTQP Qualified PT Technician who must be present at the site of the PT work during the entire duration of the operation. Work crew members are not required to be CTQP qualified. 105-8.8.7.2 Grouting: Perform all grouting field operations under the direct supervision of a Level II CTQP Qualified Grouting Technician who must be present at the site of the grouting work during the entire duration of the operation. For the superstructures of bridges having concrete post-tensioned box or I girder construction, provide at least two CTQP qualified grouting technicians, Level I or II, on the work crew. The supervisor of the work crew, who must be a Level II CTQP Qualified Grouting Technician, may also be a work crew member, in which case, the supervisor shall count as one of two CTQP qualified work crew members. For grouting operations other than the superstructures of post-tensioned box or I girder construction, perform all grouting operations under the direct supervision of a Level II CTQP Qualified Grouting Technician who must be present at the site of the grouting work during the entire duration of the operation. Work crew members are not required to be CTQP qualified. Perform all vacuum grouting operations under the direct supervision of a crew foreman who has been trained and has experience in the use of vacuum grouting equipment and procedures. Submit the crew foreman’s training and experience records to the Engineer prior to performing any vacuum grouting operation. SUBARTICLE 105-8.10 (Pages 149 and 150) is deleted and the following substituted: 105-8.10 Signal Installation Inspector: Error! Hyperlink reference not valid.Provide an inspector trained and certified by the International Municipal Signal Association (IMSA) as a Traffic Signal Inspector to perform all signal installation inspections. Use only Department approved signal inspection report forms during the signal inspection activities. Ensure all equipment, materials, and hardware is in compliance with Department Specifications and verify that all equipment requiring certification is listed on the Department’s Approved Product List (APL). Provide the completed signal inspection report form(s), certified by the IMSA Traffic Signal Inspector to the Engineer. The Department’s approved inspection report forms are available at the following URL address: http://www.dot.state.fl.us/trafficoperations/ . SUBARTICLE 105-8.11 (Pages 150 – 151) is deleted and the following substituted: 105-8.11 Pipe and Precast Concrete Products Manufacturing Facilities Quality Control Personnel: 105-8.11.1 General: Obtain personnel certifications from Department accredited training providers. The list of Department approved courses and their accredited providers is available on the State Materials Office website. 105-8.11.2 Precast Concrete Drainage Structures, Precast Concrete Box Culvert, Precast Concrete Pipe, Incidental Precast Concrete, and Flexible Pipe Manufacturing Facilities Quality Control Personnel: 105-8.11.2.1 Level I Quality Control Inspectors: Ensure that the Level I Inspectors have completed a minimum of a 12-hour, Department approved, Level I QC Inspector training course in the respective work area. As an exception to this, ensure Flexible Pipe Level I QC Inspectors have completed a minimum of an 8-hour, Department approved, Level I QC Flexible Pipe Inspector training course. For Incidental Precast Concrete, as an alternative to the completion of the 12-hour training course, the Department will accept QC personnel meeting the requirements of 105-8.11.2.4.1 and CTQP Concrete Field Technician level I certification or Precast/Prestressed Concrete Institute (PCI) Quality Control Technician/Inspector Level II certification. 105-8.11.2.2 Level II Quality Control Inspectors: Ensure that Level II Inspectors have completed Department approved Level I QC Inspector training and a minimum of a 5-hour, Department approved, Level II QC Inspector training course in the respective work areas. For Incidental Precast Concrete, as an alternative to the completion of the 5-hour training course, the Department will accept CTQP Concrete Field Technician Level II or PCI Quality Control Level III certifications. 105-8.11.2.3 Plant Quality Control Manager: Ensure that QC Manager has completed Department approved Level II QC Inspector training and has a minimum of 2 years construction related experience in the specific work area. 105-8.11.2.4 Additional Requirements for Quality Control Personnel of Precast Concrete Drainage, Precast Concrete Box Culvert, and Incidental Precast Concrete Manufacturing Facilities: 105-8.11.2.4.1 Testing Personnel: Ensure the personnel performing plastic property tests have ACI Concrete Field Testing Technician-Grade I certification. Ensure the personnel performing laboratory compressive strength testing have ACI Concrete Laboratory Testing Technician-Grade 1 certification or ACI Concrete Strength Testing Technician certification. 105-8.11. 2.4.2 Batch Plant Operator: Ensure the concrete batch plant operator is qualified as a CTQP Concrete Batch Plant Operator. As an alternative to CTQP qualification, the Department will accept the completion of a minimum of a 6-hour, Department approved, Batch Plant Operator training course. 690 REMOVAL OF EXISTING TRAFFIC CONTROL SIGNALS AND DEVICES. (REV 6-16-10) (FA 7-26-10) (1-11) SECTION 690 (Pages 772 – 775) is deleted and the following substituted: SECTION 690 REMOVAL OF EXISTING TRAFFIC CONTROL SIGNALS AND DEVICES 690-1 Description. Remove existing traffic control signals and devices including electrical and electronic equipment, supporting hardware and structures, electrical wiring, conduit, and all other elements specified and required to clear the areas of concern for new installations. When removing existing traffic signals and devices , salvage and protect all equipment and materials designated for removal in the Contract Documents. 690-2 Ownership. The Department retains ownership of the equipment removed unless otherwise stated in the Contract Documents. 690-3 General Removal Operations. Remove and salvage all equipment, appurtenances, and materials designated on the plans to remain the property of the Department or other owner. Where the removals require excavation, backfill, compact, and level the excavated areas (unless to be used as areas for other installations) so as to form a smooth contour, uniform in density with adjacent ground areas. Where the removal operations require the removal or disturbance of overlying pavement, curb, grass, or sidewalk, remove such pavement and subsequently replace it in kind (or equivalent). Remove, handle, and transport electronic equipment to be removed with all due care. Correct any damage to such equipment caused by negligence at no expense to the Department regardless of whether the damage occurs before or after removal of the equipment. When removing all electronic equipment, also remove all attaching devices and all other devices and auxiliaries related to the electronic unit which the Department does not require to remain in place for use with replacing equipment. Perform all removals in such a manner as to not damage or disturb adjacent property, utilities, or other equipment. When replacing existing functioning installations with new installations, do not remove the existing installations until the new installations are in place and operating or until temporary traffic control approved by the Engineer is in place. Notify the proper authorities or the owners of affected adjacent installations at least 24 hours in advance of any removal operations which might endanger or otherwise affect the operations of their facilities. When the Contract Documents indicate that owners (or others) will remove their own poles, carefully remove and handle all equipment from such poles prior to such removal of the poles. 690-4 Specific Removal Operations. 690-4.1 Removal of Poles: Remove direct burial, strain poles, steel strain poles, mast arm and monotube assemblies and associated foundations as specified in the plans. Obtain the Engineer’s approval for the removal process before beginning any removal work. These requirements do not apply to poles used for highway lighting, unless they are jointly used to support traffic control signals and devices, signal mast arm, or span wire assemblies. Accomplish the removal process of each pole/foundation in such a manner as not to result in a safety hazard to motorists or adjacent property or damage to existing utilities. Ensure that all utilities have been located prior to removal. When shallow pole removal is specified in the plans, ensure the remaining pole/foundation and any protrusions, such as pole keys, dead men, guying apparatus, conduit, anchor bolts, or reinforcing steel, are removed to a minimum depth of 4 feet below existing grade. When deep pole removal is specified in the plans completely remove each pole including the foundation and all accessories or attachments, such as pole keys, dead men, guying apparatus, conduit, anchor bolts, and reinforcing steel. Do not remove or disturb utility poles located within the right-of-way. 690-4.2 Removal of Signal Pedestal: Remove each signal pedestal and associated foundations as specified in the plans. Obtain the Engineer’s approval for the removal process before beginning any removal work. Accomplish the removal process of each pedestal/foundation in such a manner as not to result in a safety hazard to motorists, pedestrians or adjacent property or damage to existing utilities. Ensure that all utilities have been located prior to removal. Completely remove each pedestal including the foundation and all accessories or attachments, such as pole keys, conduit, anchor bolts, and reinforcing steel. 690-4.3 Removal of Controllers and Cabinets: When removing controller assemblies, also remove the cabinet. For base mounted cabinets, completely remove the concrete base and technician pad. Prior to removal, conduct an inventory of the cabinet and all cabinet contents, including identification of the model number and serial numbers of each item. Submit the inventory list to the Engineer for retention by the Department and provide a copy of the list to the equipment owner. 690-4.4 Removal of Signal Heads (Vehicular and Pedestrian): Remove all signal head assemblies and attachment hardware in such a manner as to avoid unnecessary damage. 690-4.5 Removal of Detectors (Vehicular and Pedestrian): Divide the removal of detector assemblies into the following categories: (a) Vehicular Detector Assemblies: When the removal of vehicular detector assemblies is specified in the Contract Documents, remove the amplifier from the controller cabinet, the loop, and the lead-in wiring that is in the conduit and pull boxes. When removing pressure type vehicular detector assemblies, remove the amplifier and the detector pad and its framework from the roadway pavement. After removing such detector assemblies, repair the roadway areas by backfilling and tamping with an approved asphalt concrete mix or concrete pavement mix so as to restore the roadway to the satisfaction of the Engineer. When removing non-intrusive detectors that are not embedded in or under pavement, remove the roadside detector assembly, cabling, mounting hardware, and detector electronics in cabinet. (b) Pedestrian Detector Assemblies: Include in the removal of pedestrian detector assemblies the removal of the push button detector, sign, and all mounting hardware, including the supporting post and foundation. 690-4.6 Removal of Mast Arms and Span Wires: Disconnect the mast arms and span wires carefully at the pole, and salvage all usable hardware and attachment devices as determined by the Engineer. Remove all devices supported by the mast arm or span wire (including wiring) prior to the removal of the mast arm or span wire. For integrally installed mast arms and mast arm poles, remove the pole and mast arm combination as a unit after removing the devices supported by the mast arms. 690-4.7 Removal of Cabling and Conduit: After removing the conductor cable and conduit, carefully stub, or protect with other appropriate procedures, the remaining conductor cable and conduit at the point of removal. If the removal of any cables and conduit requires excavation, restore disturbed areas compatible with adjacent ground areas. 690-5 Transporting and Storing Removed Equipment. When the Contract Documents specify special handling, deliver equipment and materials that are not stipulated to be reused in the new installations to the location(s) designated in the Contract. When the Contract Documents note no special handling, stockpile or dispose of the removed materials as approved by the Engineer. The Engineer will determine ownership of removed equipment and will approve of the removal of any salvaged equipment from the project in advance. Provide disposal areas, and dispose of removed concrete strain poles in such areas. 690-6 Method of Measurement. 690-6.1 General: The quantities to be paid for will be measured in accordance with the different work tasks required in this Section. The Contract unit price for each different work task as specified in the Contract Documents will include all labor and equipment required to remove the specified items specified by the Pay Item Numbers. 690-6.2 Remove Poles: 690-6.2.1 Pole Removal Shallow: The quantity to be paid for will be the removal of each pole including the foundation and all accessories or attachments to a depth not less than 4 feet below existing grade. 690-6.2.2 Pole Removal Deep: The quantity to be paid for will be the complete removal of the pole and foundation including all accessories or attachments. 690-6.3 Remove Signal Pedestal: The quantity to be paid for will be the complete removal of each pedestal including the foundation and all accessories or attachments. 690-7 Basis of Payment. Prices and payments will be full compensation for all work specified in this Section. Payment will be made under: Item No. 690- 10Remove Traffic Signal Head Assembly - each. Item No. 690- 20Remove Pedestrian Signal Assembly - each. Item No. 690- 31Remove Signal Pedestal - each. Item No. 690- 32Item No. 690- 34Item No. 690- 50Item No. 690- 60Item No. 690- 70Item No. 690- 80Item No. 690- 90Item No. 690-100- Pole Removal Shallow - each. Pole Removal Deep - each. Remove Controller or Cabinet - each. Remove Vehicular Detector Assembly - each. Remove Pedestrian Detector Assembly - each. Remove Span Wire Assembly - each. Remove Cabling and Conduit - per intersection or interchange. Remove Miscellaneous Traffic Control Signals and Devices - per site. SECTION 14 SHOP DRAWINGS This page left intentionally blank Section 14 Shop Drawings See specification and plans for: • • • • • • • Wiring Items GPS Preemption Devices (Hardware) Load Switches Loop Detectors In-Vehicle Units Mounting Hardware Software _______________________________________________ SHOP DRAWINGS PAGE -1 This page left intentionally blank SECTION 15 PROJECT SPECIAL PROVISIONS This page left intentionally blank SECTION 15 ________________________________________________________________________ PROJECT SPECIAL PROVISIONS Changes made to any of the contract documents for: Traffic Control Signal Priority System, Rebid #122153CS, shown in this section, and take precedence over all contract documents. 1. Preconstruction Activities: Upon award of the contract by the Board of County Commissioners, the Contractor is authorized to perform the following items of work: a. Coordinate with utilities to identify any potential conflicts; b. Construction stakeout and survey; c. Identify and submit staging areas to Sarasota County Resource Protection Services; d. Preparation of required documentation as listed under Paragraphs 2, 3, 4, 5, and 6 of these Supplemental Provisions. 2. Pre-Construction Conference Submittals: At the pre-construction conference, the Contractor is required to submit the following items: a. Shop drawings; b. Stormwater Pollution Prevention Plan (SWPPP); c. Construction schedule; d. Certification of Sublet Work (FDOT Form 700-010-36) – Contractor must have approved sublets of all Subcontractors prior to any Subcontractor performing work, updated throughout the project as necessary; e. Supplier list – including company name, address and phone number and specific materials supplied; f. Testing lab(s) list; g. Contractor’s emergency contact list – including names, titles and phone numbers; h. Traffic control plan; i. Labor and equipment rates; j. Photos and/or video of all areas affected by the proposed construction; k. Project sign template l. Anticipated DBE Participation Statement (FDOT Form 275-030-12); m. EEO Officer Identification Form (FDOT Form 275-021-13); n. Contractor’s Affidavit Vehicle Registration (FDOT Form 700-010-52). 3. Before Workers are Present on the Project: Before workers are present on the job site, the Contractor is required to: a. Obtain and submit an approved EEO/AA Policy and Plan (FDOT Form 275-02104 on Company Letterhead) – a signed copy is to be maintained at Contractor’s office; b. Hold supervisory and office personnel EEO meetings (FDOT Form 275-021-05) – an initial meeting is to be held prior to the 1st day of work with subsequent meetings at 6 month intervals; new appointees within 30 days. Form must be maintained at Contractor’s office; c. Hold project personnel EEO meetings (FDOT Form 275-021-06) – an initial meeting is to be held within 30 days of first day of work with subsequent meetings at 6 month intervals; d. Erect a job site bulletin board containing appropriate literature ____________________________________________________________________________________________________________ 3/10/11 PROJECT SPECIAL PROVISIONS PAGE PSP-1 SECTION 15 ________________________________________________________________________ e. Obtain an approved Certification of Sublet Work (FDOT Form 700-010-36) – Contractor must have approved sublets of all Subcontractors prior to any Subcontractor performing work, updated throughout the project as necessary; Notice of Rental Agreements (FDOT Form 700-010-11) – Contractor must have approval for all rented equipment on project, form submitted during the project as needed. f. 4. FDOT Forms: All referenced FDOT forms can be found at the following website: http://formserver.dot.state.fl.us/capture/listings/FormListing.aspx?ListType=FormNumber 5. Safety Vests: This project requires workers to wear ANSI 107-2004 Class 2 or 3 safety vests on site at all times. 6. FDOT DBE and EEO/AA Requirements: The Florida Department of Transportation Equal Opportunity Construction Contract Compliance Workbook is available online at: http://www.dot.state.fl.us/equalopportunityoffice/ContractComplianceWorkbook.shtm Technical Provisions: 1. Coordination of Project Special Provisions, Special Provisions, Plans, Design Standards, Technical Provisions, Sarasota County Standard Specifications, Supplement to FDOT Specifications, and FDOT Specifications: The Project Special Provisions, Special Provisions, Plans, Design Standards, Technical Provisions, Sarasota County Standard Specifications, Supplement to FDOT Specifications and FDOT Specifications, and all supplementary documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complimentary and describe and provide for complete work. In case of discrepancy, the governing order of the documents is as follows: 1 2 3 4 5 6 7 Project Special Provisions; Special Provisions; Plans; Road Design, Structures, and Traffic Operations Standards (Design Standards); Technical Provisions; Sarasota County Standard Specifications (if applicable); Technical Specifications; FDOT Special and Supplemental Specifications; FDOT Standard Specifications; Computed dimensions govern over scaled dimensions. The Contractor shall not take advantage of any apparent error or omission in the plans or specifications, and shall immediately notify the Engineer of such. The Engineer will make corrections and interpretations as deemed necessary to fulfill the intent of the plans and specifications. In the event the requirements, stipulations, provisions, and guidance contained herein conflict between Sarasota County Codes and Ordinances, Terms and Conditions, ____________________________________________________________________________________________________________ 3/10/11 PROJECT SPECIAL PROVISIONS PAGE PSP-2 SECTION 15 ________________________________________________________________________ Supplemental General Conditions, or any other section of the contract documents, the more stringent requirement, stipulation, provision, or guidance shall apply. 2. Utility Adjustments: The Contractor and utility companies shall closely coordinate the sequence of their construction operations. The Contractor shall schedule his work activities to accommodate utility company work activities as described in the Contract Documents. The Contractor will receive no additional payment for delays caused by utility company work activities. 3. Utility Coordination and Contacts: The information below is provided as a courtesy. At the time of actual construction, the utility contact information shall be verified by the Contractor: Utility Contact Phone # Emergency # AQUA AMERICA Tricia Williams/Bill McKee 352-266-0608 941-650-9611 [email protected] [email protected] AT&T Greg T. Jacobson 813-766-9571 813-766-9571 [email protected] CITY OF SARASOTA Glenn Marzluf 941-955-2325 941-955-4838 [email protected] CITY OF VENICE Len Bramble 941-480-3333 941-480-3333 [email protected] COMCAST CABLEVISION Gonzalo Rojas 941-342-3578 941-377-4101 Steve Hoffman 941- 342-2135 Same [email protected] ENGLEWOOD WATER Robin Sofa/Mike Ray 941-460-1040 941-474-3217 or [email protected] [email protected] 941-270-7000 FP&L Primary. Greg Coker 941-723-4430 1-800-468-8243 [email protected] (1-800-4 OUTAGE) FPL Englewood/North Port Scott Overbaugh 239-332-9154 (1-800-4 OUTAGE) [email protected] TRANSMISSION Peter H Washio 561-694-3459 (1-800-4 OUTAGE) [email protected] SARASOTA COUNTY Steve Bothast 941-650-8803 941-861-0573 [email protected] Jason Brown 941-650-3728 941-861-0573 [email protected] SUNSHINE STATE ONE CALL Brian Dean Office: (727) 669-5747 811 [email protected] TECO/PEOPLES GAS Dan Shanahan 941-342-4006 1-877-832-6911 [email protected] PLURIS Southgate, Inc. Kenneth Pratt 949-454-7106 FAX: 949-595-5532 [email protected] 26000 Commercecentre Drive, Lake Forrest, CA 92630 Ron Kramer 888-758-7471 X100 CELL 352-617-2231 [email protected] 6608 Walton Way, Tampa, FL 33610 FAX: 813-626-1030 VERIZON FLORIDA, LLC Denise Hutton 941-906-6722 1-800-483-1000 [email protected] ____________________________________________________________________________________________________________ 3/10/11 PROJECT SPECIAL PROVISIONS PAGE PSP-3 This page left intentionally blank
© Copyright 2025