HomeMy WebLinkAboutDocumentation_Regular Council_Tab 22_07/11/2019Agenda Item #22.
Regular Council
STAFF MEMO
Meeting: Regular Council - 11 Jul 2019
Staff Contact: Doug Chambers, Director of Public Department: Public Works
Works
Approve Wynn & Sons Piggyback Contract for Pathway and Minor Construction Services
SUMMARY:
Approve Wynn & Sons Piggyback Contract for Pathway and Minor Construction Services
POTENTIAL MOTION / DIRECTION REQUESTED:
Please review for approval.
ATTACHMENTS:
June 2019 Public Works Comp Analysis Wynn and Sons Inc.
Wynn Sons PiqqVback Contract PathwaV Minor Const
Wynn & Sons Ex. A. PBCtV Contract R2018-0012 2018
WVnn & Sons Ex. A. 1st & 2nd Amendments
WVnn & Sons Ex. B. 3rd Amendment
Wynn & Sons Ex. C. Authorization Letter
Page 240 of 537
Agenda Item #22.
Village
345 'requesta Drive
'requesta, FL 33469
Of r&Q
coo
Tequesta Public Works Department Memorandum
To: James Weinand, Village Manager
From: Douglas M. Chambers, Director Public Works
561-768-0700
www.tequesta.org
Subject: Contract for pathway and minor construction services
Date: June 18, 2019
The following agenda item references a contract between the Village of
Tequesta and Wynn and Sons Environmental Construction Company
Incorporated for pathway and minor construction services at the unit prices
described in the contract.
This contract will be utilized on an as needed basis. No guarantee is
expressed or implied as the quantity or cost that will be used during the
contract period. Each department head will be responsible for ensuring funds
are available in their departments respective budgets for work performed
under this contract.
The contract term begins July 11, 2019 and terminates on July 22, 2022.
Vice -Mayor Kristi Johnson Mayor Abby Brennan Council Member Vince Arena
Council Member Laurie Brandon Council Member Kyle Stone
Page 241 of 537
Agenda Item #22.
Doug Chambers
Director
Department of Public Works
Page 242 of 537
Agenda Item #22.
VILLAGE OF TEQUESTA
CONTRACT FOR PATHWAY AND MINOR CONSTRUCTION SERVICES
THIS CONTRACT FOR PATHWAY AND MINOR CONSTRUCTION
SERVICES is entered into and effective this — day of July 2019, by and between the
VILLAGE OF TEQUESTA, a Florida municipal corporation with of ces located at 345
Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance with the laws
of the State of Florida, hereinafter "the Village"; and Vy`� & SONS ENVIRONMENTAL
CONSTRUCTION CO. INC., a Florida corporation with offices located at 7268 Belvedere Road,
West Palm Beach, Florida 33411, hereinafter "the Contractor" and collectively with the Village,
"the Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of Which is hereby
acknowledged by both Parties, hereby agree as follows:
I . SCOPE OF SERVICES: The Parties hereby agree to enter into this Contract
whereby the Contractor shall provide path\vay and minor construction services on an as needed
basis as requested by the Village. The Parties agree to enter into this Agreement and piggyback
for the pathway and minor construction services at the unit prices described in the Contractors
January 23,2018 Annual Contract with Palm Beach County awarded through Bid No. 2017-055,
which was extended by Palm Beach County through January 22, 2021 pursuant to the Third
Amendment thereto R20 19 0709. Said contract, including the first and second amendments, are
hereby fully incorporated into this Agreement and is attached hereto as Exhib.it "A". The Third
Amendment is hereby fully incorporated into this Agreement and is attached hereto as Exhibit "B"
and authorization to piggyback on the contract and amendments is hereby fully incorporated into
this Agreement and is attached hereto as Exhibit "C".
2. COMPENSATION: -In consideration for the above Scope of Services, pricing
shall be pursuant to the unit prices provided in Exhibit "A" as may be amended by Exhibit "B".
3. INSURANCE AND INDEMNIFICATION: The Contractor shall provide
proof of workman's compensation insurance and liability insurance in such amounts as are
specified in Exhibit "A" and shall name the Village as an "additional insured" on the liability
Page 243 of 537
Agenda Item #22.
portion of the insurance policy. The Contractor shall at all times indemnify, defend and hold
harmless the Village, its agents, servants, and employees, from and against any claim, demand or
cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct,
or misconduct of the Contractor, its agents, servants, or employees in the performance of services
under this Contract.
4. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133,
Florida Statutes, by entering into this Contract or performing any work in furtherance hereof, the
Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform
hereunder, have not been placed on the convicted vendor list maintained by the State of Florida
Department of Management Services within thirty-six (36) months immediately preceding the date
hereof. This notice is required by Section 287.133(3)(a), Florida Statutes.
5. TERM-, TERMINATION, NOTICE: Pursuant to the Palm Beach County
Contract, the original contract term expired on January 23, 2019. Palm Beach County amended
the Contract through the Second Amendment to the Contract, extending the term until July 22,
2019. This Contract may be terminated by either party upon thirty (30) days written notice to the
other party. Notice shall be considered suffic.ient when sent by certified mail or hand delivered to
the Parties during regular business hours at the following addresses:
Village
Contractor
Village of Tequesta
Wynn & Sons Environmental Construction
345 Tequesta Drive
Co. Inc.
Tequesta, FL 33469-0273
7268 Belvedere Road
Attn: Superinte—ndent, Water Utilities
West Palm Beach, FL 33411
1 Attn: Daniel Wynn, President
6. INDEPENDENT CONTRACTOR: It is specifically understood that the
Contractor is an independent contractor and not an employee of the Village. Both the Village and
the Contractor agrees that this Contract is not a contract for employment and that no relationship
of employee -employer or principal -agent is or shall be created hereby, nor shall hereafter exist by
reason ofthe performance of the services herein provided.
7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the
prevailing party shall be awarded attorney's fees, including fees on appeal.
Page 2 of5
Page 244 of 537
Agenda Item #22.
8. CHOICE OF LAW; VENUE: This Contract shall be governed and construed in
accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should
any dispute arise with regard to this Contract.
9. AMENDMENTS &ASSIGNAfENTS:-This Contract, all Exhibits attached
hereto, and required insurance certificates constitute the entire Contract between both parties; no
modifications shall be made to this Contract unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the
provision of services called for in this Contract without prior written consent of the Village.
10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County
Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters,
review and audit municipal contracts and - other transactions, and make reports and
recommendations to municipal governing bodies based on such audits, revie\vs, or investigations.
All parties doing business with the Village shall fully cooperate with the inspector general in the
exercise of the inspector general's functions, authority, and p wer. The inspector general has the
power to take sworn -statements, require the production of records, and to audit, monitor,
investigate and inspect the activities of the Village, as well as contractors and lobbyists of the
Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct,
and abuses.
11. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, the
Contractor must keep and maintain this Agreement and any other records associated therewith and
that are associated with the performance of the Work described in the Proposal or Bid. Upon
request from the Village's custodian of public records, the Contractor must provide the Village
with copies of requested records, or allow such records to be inspected or copied, within a
reasonable time in accordance with access and cost requirements of Chapter 119, Florida
Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them
available for inspection or copying, within a reasonable time may be subject to attorney's fees and
cqsts pursuant to Sec. 119.070 1, Florida Statutes, and other penalties under Sec. 119. 10, Florida
Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated
With this Agreement or associated With the performance of the work described in the Proposal or
Bid are not disclosed except as authorized by law for the duration of the Agreement term, and
following completion of the Agreement if the Contractor does not transfer the records to the
Page 3 of5
Page 245 of 537
Agenda Item #22.
Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to
the Village, all public records in possession ofthe Contractor, or keep and maintain publi records
required by the Village. If the Contractor transfers all public records to the Village upon
completion ofthe Agreement,the Contractor shall destroy any duplicate public records t at are
exempt or confidential and exempt from public records disclosure requirements. Ifthe Contractor
keeps and maintains public records upon completion ofthe Agreement, the Contractor shall meet
all applicable requirements for retaining public records. Records that are stored electronically
must be provided to the Village, upon request from the Village's custodian o fpublic records, in a
formatthat is compatible with the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS REL;i'fiNG
TO TiIIS AGREEMENT, PLEASE CONTACT THE VILLAGE Cf. W
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, Oftl AT
lmcwilliamsateguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
IN WITNES S WHEREOF, the parties hereto have executed this Contract oq the date
and year first above written.
ATTEST:
WYNN & SONS ENVIRONMENTAL
CONSTRUCTION 0. INC.
By: Daniel Wynn, i?rdiident
(Corporate Seal)
VD.-LAGEOFTEQUESTA
By: Abigail Brennan, Mayor
Page 4 of5
Page 246 of 537
Agenda Item #22.
LoriMcWilliams MMC
Village Clerk '
(Seal)
Page 5 ofS
Page 247 of 537
Agenda Item #22.
PALM BEACH COUNTY� FLORIDA
Ex.A. Contract
PROJECT NAME: ANNUAL PATHWAY AND MINOR
CONSTRUCTION CONTRACT
PROJECT NO..- 2017055
Cover
Page 248 of 537
Agenda Item #22.
R201 8 001Z
JAN 2 3 2018
CONTRACT DOCLJAWNTS
FOR
ANNUAL PATHWAY AND AHNOR CONSTRUCTION
CONTRACT
PALM BEACH COUNTY, FLORIDA
PROJECT NO. 2017055
Page 249 of 537
Agenda Item #22.
BOARD OF COUNTY COMMISSIONERS
PALM BEACH COUNTY, FLORIDA
ENGINEERING & PUBLIC WORKS
ROADWAY PRODUCTION DIVISION
PROJECT NAME: Annual Pathway and Minor Construction Contract
PROJECT NUMBER: 2017055
ADD UV*O. 1
k e) (b
tip
qp
DATE 6F IS October 5, 2017
SPECIFICATIONS: Delete: C, SP -10, GP -9
Insert: C -A, SP -10A, GP -9A
Add: RFI -1, RFI -2, CONST -4, CONST -5
IT IS REQUIRED THAT THIS ADDENDUM NO. I BE ACKNOWLEDGED IN THE
SPACE PROVIDED ON THE PROPOSAL FORM.
APPROVED BY:
Page 250 of 537
Agenda Item #22.
NOTICE TO BIDDERS
THURSDAY SEPTEM[BER. 21, 2017 AT 10:00 A.M.
ATI ENGINEERING & PUBLIC WORKS DEPARTMENT
IN THE THIRD FLOOR MAIN CONFERENCE ROOM (3W-12)
LOCATED AT 2300 NORTH JOG ROAD
WEST PALM BEACH, FLORIDA., 33411-2745
ILF THERE ARE ANY QUESTTONS
CONCERNING THIS MEETING,
PLEASE CONTACT THE OFFICE OF
ROADWAY PRODUCTION
FEW6 .1 il 5, F
Page 251 of 537
Agenda Item #22.
NOTICE TO CONTRACTORS
Seated Bids will be received by the Board of County Commissioners, Palm Beach County, Florida, in the Office of
Palm Beach County Engineering & Public Works Department, Roadway Production Division, located at 2300 North
Jog Road, Third Floor Room 3W-33, West Palm Beach, Florida, 33411-2745, up to 2;00 P.M., local time, and opened
in the Third Floor Conference Room (3W-12) on TuesdaN. October 10, 2017 for furnishing all materia[s. labor,
equipment and suppfies necessary for the
ANNUAL PATHWAY AND MINIOR CONSTRUCTJON CONTRACT
PALM BEACH COUNTY PROJECT NO, 2017055
To better manage document disbursement for the bid process, Palm Beach County Engineering (Roadway Production)
will make bid documents available utilizing "Electronic Bid Documente'. Bid documents are posted on the following
Palm Beach County / Roadway Production Division web site:
To review the bid documents for this project., go to the above URL and click on the project hyperlink, Contractors
may then download and print the bid documents (plans, specifications, Excel proposal forms, check list "with required
forms" and any other related documents).
It is recommended that all bidders download and submit a disclosure form for each project of interest. This information
is used to nofi fy bidders via email of project information updates (Addendums, bid date changes, etc.). The disclosure
form download is also available on the website listed above.
Hard copy documents will be available at the Department for a non-refundable service fee of $25.00. The Contractor
shall contact Palm Beach County Roadway Production Division at (561) 684-4150 in advance to arrange for hard
copies.
On October 1. 2002, the Board of County Commissioners adopted Ordinance No, 2002-064 (Small Business
Enterprise Program) which provides for the establishment of Small Business Enterprise (SBE) goals. The minimum
SEE participation for all County solicitations, inclusive of all alternates and change orders is set at an annual goal of
15%. The goal is a minimum. and no roundine wiH be accepted.
All bids shall be submitted in accordance with General Provision Section 2 and accompanied by the documentation
referenced therein, at a minimum.
The Pre -Bid Conference will be held on Thursdav- September 21, 2017 at 10:00 A.M.� in the Third Floor Main
Conference Room (3W-12) in the Palm Beach County Building at 2300 North Jog Road, West Palm Beach, Florida.
The. Contractor shall perform, with his own organization, not less than 40% of the total contract amount.
Bids requested shall be set forth in the Proposal and the Proposal Form attached to and forming a part of the
Specifications.
Prior to execution of a contract� Bidder shall submit to COUNTY a copy of its non-discrimination policy, which shall
be consistent with the non-discrimination requirements of the contract, as contained in Resolution R-2014-142 1, as
amended. In the event that Bidder does not have a written non-discrimination policy, Bidder shall be required to sign
a statement affirming their non-discrimination policy conforms to R-2014-1421, as amended,
The Board of County Commissioners reserves the right to reject any or all bids. By order of the Board of County
Commissioners, Palm Beach County, Florida.
ATTEST:
SHARON R. BOCK, CLERK & COMPTROLLER
DAVID RICKS, P.E., COUNTY ENGINEER
PUBLISH: PALM BEACH POST
SUNDAY. September 10, 2017
SUNDAY: September 17, 2017
B
BOARD OF COUNTY COMMISSIONERS
PALM BEACH COUNTY, FLORIDA
rtffl
Paulette Burdick, Mayor
Page 252 of 537
Agenda Item #22.
SUBMITTALS REQUESTED WITH BID
SBE Schedules I & 2 (pages SBE -5, SBE -6)
All Proposal Pages (P Pages)
Signed Contractor's Certification (Last P Page)
Signed/Sealed Local Preference (Page LP -2)
with Copy of Bidder's Palm Beach County Tax Receipt (If Eligible)
Signed/Sealed Living Wage (Pages LW -2, LW -3, LW -4)
C�
Scrutinized Companies (Page SC- I)
Non -Discrimination Policy (Page NDP -1)
and Copy of Non-discrimination Policy, If Required (See Page NDP -I)
Acknowledged/Sealed Bid Bond and Bid Bond forms pages BB- I and BB -2
Certificate of Resolution (Page CC -1)
Copy of Firm's Active License to Conduct Business in the State of Florida
"Documentation ofExperience and Resources", If Required
If Prime Contractors have not performed similar work with the Palm
Beach County Engineering and Public Works Department within the
past three years as a prime contractor, failure to submit the required
"Documentation ofExperience and Resources" with the bid will cause
the bid to be considered Non-Resimnsive.
(See pages GP -2 and GP -33, Section 2-1 for full requirement text.)
1E
Page 253 of 537
Agenda Item #22.
"011)
CoverSheet ................... ............................................................................................................ ...... Cover
Pre -Did Notice ........ ............................................... ................................................................................. A
Noticeto Contractors .................................................................................. __ .... _.._ .............................. B
tndcx... ............. ....... ............... I ....................... .... I I ................................. ........................................ C
Submittals Requested with Bid ........................... ................. .............................................. ............ D
Instructions to Bidders ............. - .................... .......................... ............. ................... ... ITB -1 to ITB -5
Specifications / Provisions
SpecialProvisions ........................ ........................... ...................... .............. _ ................ SP -1 to SP -1 3
Requests for Information (Contractor RFI's) ................... _ ....... ___ ......... ........... ............
Technical Special Provisions (If Applicable). ................................... ...... ....................... TSP -I to TSP -22
StandardSpecifications ....... ........................................ ............. __ .......................................... .......... . SS -1
General Provisions .............. .... ___ ........ .... ___ ........ ....... _ ............. ................... .......... GP- I to GP- 105
Release / Permits / SBE Forms
Driveway Construction Release ....... ........... ........... _ ....... __ ...................... ......... ____ ........ DE- I to DE -2
Permits......... ............ ... I ...................... 1— .......... .... ..... ... ...................... ...... ............................ PER- I
SBE Bid Document Language ........................... .................................................... .......... SBE -I to SBE -6
Proposal
Proposal.............................. .......................... __ ............ ........................... ............ ................. P-1 to P-1 I
Bid Forms / Requirements / Bid Bond
Palm Beach County Local Preference Ordinance ............... ...................... ............ .......... LP -I to LP -2
Living Wage Requirements ................................................................................................. LW -1 to LW -4
V
Scrutinized Companies ............................. — .............. ...... . ........... ................................................ SC- I
Non -Discrimination Policy..... ........... ...... ................................ ...................................................... NDP -I
BidBond ----------- __ ............... ...................................................... ................................... ..... BB -1 to BB -2
Certificate of Resolution.-. ............................ ................... .................................................................. CCA
Contract Forms / Requirement,,. / Construction Bond
Contract.............. ....... — .................... .......................... ...................... ..................................... C-1 to C-2
Public Construction Bond ..... ........................ ......... ......................... ........... .................. PCB_l to PCB -4
SBE M/WBE Payment Certification Form ....... ............................ ....................................... PC -1 to PC -2
Certificate of Insurance.-.. --------- ...................... .............................. ............... ................................ CI -1
Construction C(x)rdivation Forms .......................... ............ __ ............. ............... CONST -1 to CONST -5
C -A
Page 254 of 537
Agenda Item #22.
INSTRUMONS TO BIDDERS
Prospective bidders are hereby advised that Division I of the current FDOT Standard
Specifications for Road and Bridge Construction 2013 (and as amended hereiq) (see page S S- 1)
shall serve as instructions to bidders along with the following:
1. LNWS AFFECTING PUBUC WORK: The attention of bidders is called to the necessity of
being familiar with the various Federal, State and Local Laws affecting the prosecution of the
work. As outlined in Section 2-11 of the Specifications, Palm Beach County Administrative
Code Section 305,02 & 402.00, and the Purchasing Ordinance (Palm Beach County Code,
Chapter 2, Article III, Division 2, Part A), the County is responsible to assure the qualifications
of any or all prospective contractors.
2. NONDISCRIMINATION: The Contractor warrants and represents that all of its employees
are treated equally during employment without regard to race, color, religion, disability, sex,
age, national origin, ancestry, marital status, familial status, sexual orientation, gender identity
and expression, or genetic information pursuant to Pahn Beach County Resolution R2014-
1421 as may be amended.
The Contractor must submit to the County a copy of its non-discrimination policy which is
consistent with the above paragraph, as contained in Resolution R-2014-1421, as amended, or
in the alternative, if the Contractor does not have a written non-discrimination policy or one
that conforms to the County's policy, it must acknowledge through a signed statement provided
to the County that the Contractor will conform to the County's non-discrimination policy as
provided in R2014-142 1, as amended.
3. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL: Palm Beach
County has established the Off -ice of the Inspector General in Palm Beach County Code,
Section 2-421 - 2-440, as may be amended- The Inspector General's authority includes but is
not limited to the power to review past, present and proposed County contracts, transactions..
accounts and records, to require the production of records, and to audit, investigate, monitor,
and inspect the activities of the CONTRACTOR, its officers, agents, employees, and lobbyists
in order to ensure compliance with contract requirements and detect corruption and fraud.
Failure to cooperate with the Inspector General or interfering with or impeding any
investigation shall be in violation of Palm Beach Coimty Code, Section 2-4-11 - 2-440, and
punished pursuant to Section 125.69, Florida Statutes, in the same manner as a second degree
misdemeanor.
4. POWER OF ATTORNEY: Attorneys -in -fact who sign bid bonds or contract bonds must
file with such bond a certified copy of their power of attorney to sign said bonds.
5. ADDENDA - CHANGES VVHME BIODDING- No interpretation of the meaning of the Plans,
Specifications or other Contract Documents will be made to any bidder orally. Every Request
for Information (RFI) is preferred to be submitted to the Director, Palm Beach County
Roadway Production Division via electronic mail (e-mail) utilizing the website "RFI" link for
the said project. RFI's may also be mailed or faxed to the Director at the following: 2300 N.
Jog Road, Suite #3W-33, West Palm Beach, Florida, 33411-2745. Telephone: 561 / 684-4150,
ITB -1
Page 255 of 537
Agenda Item #22.
INSTRUCTIONS TO BIDDERS
Fax: 561-684-4166. For the RF1 to be given consideration, it must be submitted at least five
(5) working days prior to the date and time fixed for the opening of bids.
Any and all such interpretations and any supplemental instructions will be in the form of
written Addenda to the Contract Documents which, if issued, will be posted on the following
URL:
up to seventy-two (72) hours prior to the date and time fixed for the opening of bids. The
exceptions to this notification period shall be that of an Addenda whose content is limited to
the listing of additional approved manufacturers and substitutions, or one which contains minor
clarifications or changes, which shall be issued up to 24 hours prior to the date fixed for the
bid opening. The request for Bids may be withdrawn, or the date for receipt of Bids may be
postponed, at any time prior to the Bid Opening.
The Contractor shall acknowledge and certify receipt of all addenda by completing the
Proposal Form page. Copies of Addenda will also be made available for inspection at the
Department where Bidding Documents are on file for that purpose. Failure of any bidder to
receive any such Addenda of interpretation shall not relieve any bidder from any obligation
under his bid as submitted, All addenda so issued shall, ultimately, become part of the Contract
Documents.
6. P09MG OF BID TABULATIONS: Recommended award will be posted for review by
interested parties at the Engineering & Public Works Department located at 2300 N. Jog Rd.,
Suite #3W-33, West Palm Beach, Florida, 33411-2745, Florida, and will remain posted for a
period of at least seventy-two (72) hours prior to approval by the Board of County
Commissioners. Failure to file a protest to the Director of Purchasing Department within the
time prescribed in the County Purchasing Ordinance shall constitute a waiver of proceedings
under the referenced County Ordinance.
7. PUBLICENTITYCUMS: In accordance with F.S. 287.133 (2) (a), persons and affiliates who
have been placed on the convicted vendor list may not submit bids, contract with, or perform
work (as a contractor, supplier, subcontractor or consultant) with any public entity (i.e. Palm
Beach County) in excess of Twenty five Thousand dollars (or such other arnount as may be
hereafter established by the Florida Division of Purchasing in accordance with F,S. 287.017)
for a period of 36 months from the date of being placed on the convicted vendor list.
As provided in F.S. 287.132-133, by entering into this contract or performing any work in
ffirtherance hereof, the contractor certifies that it, its affiliates, suppliers, subcontractors and
consultants who will perform hereunder, have not been Placed on the convicted vendor list
maintained by the State of Florida Department of Management Services within the 36 months
immediately preceding the date hereof. This notice is required by F.S. 287-133(3)(a).
"The CONTRACTOR shall comply with the provisions of Chapter 2, Axticle IX of the Palm
Beach County Code, the Criminal History Records Check Section, if CONTRACTORS
employees or subcontractors are required under this contract to enter a critical facility as
identified in Resolution R-2003-1274. The CONTRACTOR acknowledges and agrees that all
ITB -2
Page 256 of 537
Agenda Item #22.
INSTRUMONS TO BIDDERS
employees and subcontractors who are to enter a critical facility will be subject to a fingerprint
based criminal history records check. Although
COUNTY agrees to pay for all applicable FDLE/FB1 fees required for criminal history record
checks, the CONTRACTOR shall be solely responsible for the financial, schedule, and staffing
implications associated in complying with this section of the Palm Beach County Code-"
8. SBE PARTICMATION AND SOLICITATIONDOCUAMENTATION
Note: See also SBE pages. If there is any discrepancy between the following language and
that on the SBE pages, the SBE pages shall prevail. Bidders are required to submit with their
bid the appropriate SBE schedules in order to be deemed responsive to the SBE requirements.
SBE documentation to be submitted is as follows:
Schedule 1 — List of Proposed SBE Subcontractors
The list shall contain the names of all SBE subcontractors intended to be used in performance
of the contract if awarded. The type of work to be perfori-ned by each subcontractor and the
dollar value shall also be specified,
Schedule(s) 2 — Letter(s � of Intent to Perform as a SBE Subcontractor
One schedule 2 for each SBE Subcontractor listed on Schedule I shall be completed and
executed by the proposed SBE Subcontractor. Additional copies may be made as needed.
Failure to submit a complete and accurate Schedule 2 may result in the bid being deemed non-
responsive to the SBE requirements.
The Contractor shall be responsible for monitoring the SBE subcontractors to ensure that they
complete the items of work identified on their Schedule 2.
NOTE: A prime bidder certified by Palm Beach County as a SBE should complete Schedules
I and 2 if they propose to use any SBE subcontractors, SBE bidders are not exempt from
meeting categorical goals. Failure to submit the necessary SBE documentation to establish
that the goals have been met may result in the SBE bidder being deemed non-responsive to the
SBE requirements.
9. INCENTIVES
Apprentice Incentive
Pahn Beach County offers an Apprentice Incentive payment to a contractor who actually
expends a minimum of $25,000 (including subcontractors) in payroll costs on apprentice
wages. For purposes of this section, "apprentice" means any person who is participating in a
Florida Department of Education registered apprenticeship program. The Living Wage
ITB -3
Page 257 of 537
Agenda Item #22.
INS7RUCTIONS TO B]IDDFRS
provisions of this contract shall not be diminished by paying an apprentice less than the Living
Wage.
Upon completion of the contract Contractor may apply for the payment which w I-II be added
to the contract by change order. If the County determines that the Contractor complied with
the requirements of this section, it will reimburse the contractor 20% of its apprentice wages
(including payroll taxes, costs, and benefits) up to a maximum reimbursement of $ 1 00,0K
The request must be submitted no later than 45 days after Substantial Completion ofthe project,
For projects with construction costs of $20,000,000 or greater, the threshold amount of
expenditures for apprentices which must be paid to qualify for the incentive shall increase to
$50,000 and the maximum reimbursement payment to $200,000.
To be eligible for the Apprenticeship Incentive payment, the apprentice employer (through the
Contractor) must provide the following documentation: apprentice name(s), contact
information, the apprentice Registered Apprenticeship Partners Information Data System
(RAPIDS) Registration number, certification from the apprentice program that the employee
was in good standing during the time on the project, registered trade, and certified payroll for
the apprentice hours worked on the project.
The Contractor is required to forward all documentation, assembled and submitted by the
apprentice employer in accordance with the above paragraph, to the County for review and
disposition. Any incentive that the County approves shall be provided to the apprentice
employer in full.
Glades Resident Incentive
Palm Beach County offers an incentive Payment to any contractor (and subcontractors) who
hires a new employee that is a resident of the Glades area for work on County contracts
("Glades Employee"). For purposes of this section, "resident of the Glades area" means any
person whose legal residence is located in the Glades area as defined in the Palm Beach County
Local Preference Ordinance.
To be eligible for the Incentive Payment, the employee must be a full-time employee of the
Contractor for a minimum of 3 weeks on this project and cannot have worked for the Contractor
clairning the Glades Employee as a new hire for 90 days prior to this project Within 5 days
of the Contractor hiring and the Glades Employee reporting to work at the project site,
Contractor must provide the following documentation ("Hiring Certification"): Glades
Employee name, contact information including legal residence, copy of driver's license or
other proof of residence, hire date, start date at project site, and trade. Both the Glades
Employee and employer must sign the Hiring Certification with signatures notarized.
The County has the tight, but not the obligation, to conduct unannounced field interviews with
the Glades Employee to ensure compliance with the requirements of this Section.
ITB4
Page 258 of 537
Agenda Item #22.
INSTRUCTIONS TO BIDDERS
Upon completion of the contract, Contractor may apply -for the Incentive Payment which will
be added to the contract by change order. The documentation ("Incentive Certification")
-required includes resubmitting of the Hiring Certification along with the employment end date
or last day on the job site (yhichever is earlier), a certified payroll for the hours worked on the
project, and employee wages and benefits paid. 1he Incentive Certification must be signed
by both the Glades Employee and employer with both signatures notarized. No markup will
be allowed either by the General Contractor or a subcontractor,
If the County determines that the Contractor complied with the requirements of this section, it
will reimburse the contractor 30% of the new employee(s) wages (including payroh taxes,
costs, and benefits) up to a maximum reimbursement of $100,000. The request must be
submitted no later than 45 days after Substantial Completion of the project.
A Contractor can only claim the Incentive Payment once for each Glades Employee within a
roffing twelve (12) month period, but the incentive can he claimed across multiple County
contracts.
It is a Contract requirement of the Contractor that any reimbursement requested by
subcontractor under this Section be processed by the Contractor to the County for review
10. ANNUAL CONSTRUCTION CONTRACT ON A TASK WORK ORDER BASIS
See Special Provisions for Method of Ordering Work (SP -7) and Annual construction Contract
intent and spending limits (pages SP -8, C-1).
THIS SPACE LEFT BLANK INTENTIONALLY
TTB-5
Page 259 of 537
Agenda Item #22.
SPECIAL PROVISIONS
CHAPTER 119. F.S. PUBLIC RECORDS
Notwithstanding anything contained herein, as provided under Section 119,070 1, F.S, if the
Contractor: (i) provides a service; and (ii) acts on behalf of the County as provided under Section
119-011(2) F.S., the Contractor shall comply with the requirements of Section 119.0701, Florida
Statutes, as it may be amended from time to time. The Contractor is specifically required to:
1. Keep and maintain public records required by the County to perform services as provided
under this Contract.
2. Upon request from the County's Custodian of Public Records, provide the County with a copy
of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise
provided by law. The Consultant finther agrees that all fees, charges and expenses shall be
determined in accordance with Palm Beach County PPM CW -F-002, Fees Associated with
Public Records Requests, as it may be amended or replaced from time to time.
3. Ensure that public records that are exempt, or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract tenn and following completion of the Contract, if the Consultant does not trarisfer the.
records to the public agency.
4. Upon completion of the Contract the Consultant shall transfer, at no cost to the County, all
public records in possession of the Consultant unless notified by County's
representative/liaison, on behalf of the County's Custodian of Public Records, to keep and
maintain public records required by the County to perform the service, If the Consultant
transfers all public records to the County upon completion of the Contract, the Consultant shall
destroy any duplicate public records that are exempt, or confidential and exempt from public
records disclosure requirements, If the Consultant keeps and maintains public records upon
completion of the Contract, the Consultant shall meet all applicable requirements for retaining
public records. All records stored electronically by the Consultant must be provided to
County, upon request of the County's Custodian of Public Records. in a fonnat that is
compatible with the information technology systems of County, at no cost to County.
Failure of the Consultant to comply with the requirements of this article shall be a material breach
of this Contract. County shall have the right to exercise any and all remedies available to it�
including but not limited to, the right to terminate for cause. Consultant acknowledges that it has
familiarized itself with the requirements of Chapter 119. F. S., and other requirements of state law
applicable to public records not specifically set forth herein.
SP -1
Page 260 of 537
Agenda Item #22.
SPECIAL PROVISIONS
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, PLEASE CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
Records Request, Palm Beach County Public Affairs Dept.
301 N. Olive Avenue
West Palm Beach, FL 33401
By email at: R.ECORDSREOUEST(fi PBCGOV.ORG
Or by Telephone at: 561-355-6680
SUBLErMG OR ASSIGMNG CONTRACIrS.- All awards will be made with the understanding
that the work awarded will be performed by the Contractor to whom the award is made, with the
assistance of workmen, under his immediate superintendent, and the Contract shall not be sublet
or assigned to another Contractor except with the consent of the County Engineer. In no event
will the Contractor be released from responsibility.
THE USE OF PATENTED PROCESSES, ETC.: The basis on which a contract will be awarded
will be the bid prices. Prices shall include all charges for the use of patent processes, materials or
methods, and for a other similar incidental charges not expressly provided for in these Contract
Documents.
NON -COLLUSION: Bidder certifies that this bid is made without prior understanding,
agreement, or connection with any corporation, firm or person submitting a bid for the same
materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud.
Conviction for the Commission of any fraud or act of collusion in connection with any sale, bid,
quotation, proposal or other act incident to doing business with Palm Beach County may result in
permanent debarment -
No premiums, rebates or gratuities permitted, either with, prior to or after any delivery of material
or provision of services. Any such violation may result in award cancellation, return of materials,
discontinuation of services, removal from the vendor bid list(s), and/or debarment or suspension
from doing business with Palm Beach County,
CONFLICT OF INTE REST: The award is subject to the provisions of the applicable Federal
laws, rules and regulations, the Florida Statutes and the County"s ordinances and resolutions. All
bidders must disclose with their bid the name of any officer, director, or agent of their firm who is
also an employee of Palm Beach County.
Further. all bidders must disclose the name of any County employee who owns, directly or
indirectly, an interest of ten percent or more in the bidder's firm or any of its branches.
SP -2
Page 261 of 537
Agenda Item #22.
SPECIAL PROVISIONS
REGULATED SUBSTANCE USE REOUIREMENTS
"Best Management Practices" for the Construction Industr\
The Contractor shall be responsible for assuring that each contractor or subcontractor evaluates
each site before construction is initiated to determine if any site conditions may post particular
problems for the handling of any Regulated Substances. For instance, handling Regulated
Substances in the proximity of water bodies or wetlands may be improper.
If any regulated substances are stored on the construction site during the construction process, they
shall be stored in a location and manner which will minimize any possible risk of release to the
environment. Any Regulated Substances shall have constructed below it an impervious
containment system constructed of materials of sufficient thickness, density and composition that
will prevent the discharge to the land, ground waters, or surface waters, or any pollutant which
may emanate from said storage container or containers. Each containment system shall be able to
contain 150% of the contents of all storage containers above the containment system.
Each contractor shall familiarize themselves with the manufacturer's safety data sheet supplied
with each material containing a Regulated Substance and shall be familiar with procedures
required to contain and clean up any releases of the Regulated Substance. Any tools or equipment
necessary to accomplish same shall be available in case of a release.
Upon completion of construction, all unused and waste Regulated Substance and containment
systems shall be removed from the construction site by the responsible contractor and shall be
disposed of in a proper manner as prescribed by law.
UNIT PRICES: The Contractor is advised that the contract is a unit price contract. As such, the
intent of the contract is to include all labor, materials, transportation, equipment, fuel, and all other
items necessary to complete the item of work, in the unit price for the item. All items incidental
to or necessary for the completion of the bid item shall be included in the unit price for the item.
The Contractor's attention is also directed to Section 9-3.1 for additional conditions to be
considered in relation to unit prices,
CONTINGENT ITEMS: The Contractor is advised that contingent items shall not be used to
meet the SBE goal participation for the contract. The SBE participation goals established for the
contract, as specified on page SBE -1, shall include all pay items forthe project less the contingency
items. The use of contingent pay items shall only serve to increase the SBE participation of the
contract, over and above the required goals achieved by use of regular pay items.
DAILY REPORTS: The Contractor shall keep daily reports of all personnel and equipment on
the project for review by the County for the entire length of the project.
SP -3
Page 262 of 537
Agenda Item #22.
SPECIAL PROVISIONS
UTILITIES CONTACTS- Potential utility conflicts may vary with each work site. Prior to
commencing work� the Contractor shall visit the work site and ascertain all site conditions,
including utilities. It shall be the Contractor's responsibility to avoid conflicts with existing
underground and overhead utilities and structures.
The Contractor shall notify all utilities servicing the work area at least 48 -hours prior to any
excavation so that underground utilities may be located. The Contractor has the responsibility to
contact Sunshine State One -Call of Florida, Inc.. at 1-800-432-4770 to schedule marking
locations of the utilities which subscribe to their service. The Contractor shall also call (561) 64 1 -
3429 for Palm Beach County Water Utility locations and call (561) 233-3900 for Palm Beach
County Traffic Control Utility locations.
The Contractor shall properly maintain and protect all utilities. The Contractor shall be responsible
for the cost to repair all damages to utilities caused by his operations,
Finally, the Contractor shall fully cooperate at all times with the Owners of Utility Companies in
order to maintain the operation of the existing utilities with the least amount of interference and
interruption possible.
When utility installation/adjustments are included as part of the bid proposal, all utility companies
(including Palm Beach County Water Utilities Dept.) reserve theright to accept or reject bid items
on their part of work and perform their work by their forces or other contracted forces.
MAINTENANCE OF TRAFFIC: If the Contractor and/or his subcontractors do not perform
the Maintenance of Traffic (MOT) and do not install and maintain those items covered under MOT
according to the requirements of the standards, then Palm Beach County reserves the right to
reduce each payment draw request up to S 1,000, 00 per day.
MAINTENANCE OF TRAFFIC (CONTINUED): The Contractor shall assure compliance
with FDOT Index 600 of the current Roadway and Traffic Design Standards. All references to
"determinations by engineer"will be the responsibility of the Contractor, and shall be brouc,,,ht to
the attention of the Engineer prior to implementation. The cost of complying with the stated
standards shall be incidental to, and shall be included in, the unit prices for the pay items. The
contractor shall note that at no time will traffic (temporary or otherwise) be permitted over installed
exfiltration trenches.
All projects that impact pedestrian traffic of any type shall include "Pedestrian M.O.T." in
accordance with the General Provisions, the cost of which will be micidental to, and shall be
included in, the unit prices for the pay items.
For any lane closures that extend into the peak hour(s) or any other lane closure time restriction
presented in the contract documents, the Contractor may be charged up to $1,000.00 per lane per
Y2 hour.
SCHOOL ZONE: During the first and last weeks of the school year. no work may occur within
a school zone.
SP4
Page 263 of 537
Agenda Item #22.
SPECIAL PROVISIONS
LIMITS OF CONSTRUCTION: The Contractor shall confine the construction of the roadway
within the limits of the right of way unless the right of entry to adjacent properties has been
acquired by Palm Beach County at the time of construction,
RESTORATION AGREEAUNTS: Contractor is hereby notified that any construction
performed within Restoration Agreement (RA) areas shall be restored to a condition similar or
equal to that existing before such construction occurred, at no expense to the Department. Prior
to disturbing the Restoration Agreement area, the Contractor shall stake the RA limits,
locate/document all improvements within the area, and submit this information to Palm Beach
County, Construction Coordination Division, prior to starting construction. Upon completion of
the construction, the Engineer, together with the Contractor, shall conduct an inspection of the area
to confirm that all improvements have been appropriately restored. Payment for all work to
complete the iteni shall be incidental to the cost of the Project.
MRIGATION SYSTEM WtTHTN RESTORATION AGREEMENT AREAS: The
Contractor, prior to start of construction, shall obtain as -built information of the irrigation
system(s) within restoration agreement areas, and catalogue related component information
(manufacturer/part number/etc.) required to ensure appropriate replacement of the system and
components. The as -built information shall be submitted to Palm Beach County, Construction
Coordination Division, and upon completion of the construction, the Contractor shall restore the
irrigation system and components to its original or better condition. Payment for all work- to
complete the itern shall be incidental to the cost of the Project.
ADDITIONAL INSURED P-ARTI]ES: The Contractor performing the construction for Pahn
Beach County (COUNTY)shal I be required to carry and flurnish insurance coverage, in accordance
with General Provision Section 7-13, "Insurance Required", naming COUNTY as additional
insured on the Certificate of Insurance Form(s), which shall reference the Project Limits and the
Project Number, and shall read: "Palm Beach Count� Board of Count � Commissioners, a Political
Subdivision of the State of Florida, its Officers. Emplovees and Agent ."
Where the limits of work for this County project impact the rights-of-way of other agencies (e.g.,
Florida Department of Transportation (FDOT); South Florida Water Management District
(SFWMD); Lake Worth Drainage District (LWDD); and other agencies as applicable), said parties
shall also be named as "ADDITIONAL INSURED", either an the same form or on separate forms.
The Contractor shall coordinate all work within the rigbts-of-way and air rights-of-way, as they
apply, through the Engineer- Also, the Contractor shall notify the County and the agencies, as
required in the contract documents or within a reasonable time frame prior to the start of any work
within said right-of-way, to allow for appropriate accommodations by the agencies.
SP -5
Page 264 of 537
Agenda Item #22.
SPECLAL PROVISIONS
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (N.P.D.E.S)
COMPLIANCE: This contract requires compliance with the N.P.D.E.S. General Permit. The
"Florida Department of Environmental Protection Generic Permit For Storm Water Discharge
from Large and Small Construction Activities", dated May 2003, which contains the description
and requirements of the permit, is available at the following URL:
The MSWORD format of the Storm water Pollution Prevention Plan (SWPPP) template is
available at the following URL:
Notice of Intent and Notice of Termination forms are available on DEP's URL:
The Contractor shall complete and submit the NOI and payment to DEP. If a SWPPP is not
included in the contract plans, or the Contractor chooses to prepare his own SWPPP, the SATPP
template shall be utilized by the Contractor for developing the SWPPP for the project. Any
SWPPP prepared by the Contractor shall be submitted to the County at the Pre -Construction
meeting for the project for approval by the Engineer.
Failure to sign any required documents or certification statements will be considered a default of
the Contract, Any soil disturbing activities performed without the required signed documents or
certification statements may be considered a violation of the DEP Generic Permit,
All costs associated with obtaining and complying with the provisions of this permit and to all
federal, state and local storm water pollution prevention permits, rules, laws or ordinances,
including the implementation of the S.W.P.P.P. for the project during construction are incidental
to the Contract. Also included is the cost of all construction erosion and pollution control measures
not covered under other specific pay items, the cost of performing and executing the joint
inspection & maintenance reports (as shown in the SWPPP "Template"), and the execution of the
Contractor Certification form of the proposal pages. The Contractor Certification form must be
signed and submitted with the bid proposal.
THIS SPACE LEFT BLANK INTENTIONALLY
SP -6
Page 265 of 537
Agenda Item #22.
SPECIAL PROVISIONS
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (N.P.D.E.S)
COMPLUNCE (CONTINUED):
SITE DESCRIPTION
Project Name and Location: Annual Pathway and Minor Construction Contract
(Countywide)
Palm Beach County, Florida
Palm Beach County Project No.: 2017055
Owner Name and Address: Board of County Commissioners,
Palm Beach County
Roadway Production Division
2300 N. Jog Road
West Palm Beach, FL 33411
Work Description: Pathway and Minor Construction
Runoff Coefficient: 0.9
Site Area: TBD
Site Map: TBD
Sequence of Major Soil Disturbing Activities: TBD
Name of Receiving bodies: TBD
CONSTRUCTION IMPACTS TO BUS OPERATIONS: Public Works and private
development construction activities often impact Palm Tran bus operations and bus stops. Timely
communication and coordination with Palm Tran and other affected transit agencies during
preliminary project.
Planning is essential in order to prevent potential conflicts. Contractors should make every effort
to schedule their work to minimize impacts and the duration of impacts to transit operations and
riders.
Contractors should provide Palm Tran with the name and telephone contact of their construction
managers prior to the commencement of all construction projects affecting bus stops or impacting
bus routes.
• Contact Palm Tran for coordination and review requirements (561 841-4246, 561 841-4223,
or 561841-4224).
• Maintenance of rider access to and from bus stops during construction is desirable. This issue
should be discussed at the Pre -Construction Meeting.
SP -7
Page 266 of 537
Agenda Item #22.
SPECIAL PROVISIONS
All work shall confbrm to the requirements of the Americans with Disabilities Act (ADA),
including provisions for temporary access to and from bus stops.
If n=ssary, the contractor shall work with Palm Tran to establish an approved temporary bus
stop location.
• Contractor shall notify Palm Tran through Palm Beach County Construction Coordination
Division at least 10 working days (2 weeks) in advance of the start of construction,
modification of construction effort with transit impacts, and construction completion, so that
Palm Tran can advise its riders.
• Contractor may not remove any bus stop signs, transit shelters, transit benches, or other related
transit infrastructure without prior Palm Tran authorization. Contractor may he asked to
remove existing bus stop signage or install temporary and permanent bus stop signage.
Typically, Palm Tran will make arrangements to remove all other transit infrastructure. If
Pahn Tran does not remove their facilities in a timely manner, these facilities may become part
of the clearing and grubbing.
• Contractor is responsible for construction of an approved ADA accessible access to and from
bus stop boarding and alighting areas, when called for in the plans.
• The cost for the above is incidental to the project.
LOCAL GOVERNMENT PROMPT PAYMENT ACT: In accordance with the Local
Government Prompt Payment Act (F.S. 218.70, ef seq), the Contractor is hereby notified of the
following -
The Contractor will be notified at the Pre Construction Meeting the manner in which pay
requests are to be prepared and directed to the County. For a pay request to be deemed
acceptable, the Contractor must provide the following -
Pa% ReLmest No. I
• SBE-M/WBE Activity Form/Schedule 3 :).
• Certification of Compliance with the Living Wage Ordinance.
Pav Rectuest No. 2 and all others fbUowinu, but not includinu the Final
• SBE-M/WBE Activity Form/Schedule 3.
• SBE-MIWBE Payment Certification/Schedule 4.
• Disbursement Of Previous Periodic Payments to Subcontractors.
• Certification of Compliance with the Living Wage Ordinance.
Final PaN, Request
• SBE-MNvBE Activity Form/Schedule 3.
• SBE-M/WBE Payment Certification/Schedule 4-
• Disbursement of Previous Periodic Payments to Subcontractors.
• Disbursement of Final Payment to Subcontractors.
• Form 1.
& Form 2 including Bonding Affidavit.
SP -8
Page 267 of 537
Agenda Item #22.
SPECIAL PROVISIONS
Record of Construction Materials Affidavit.
Certification of Compliance with the Living Wage Ordinance.
Small Business Enterprise (SBE�) Final Participation Forrn.
Release and Concurrence of Final Payment Amount
2. A single list of items (Punch List) required to render the work complete, satisfactory, and
acceptable will be prepared by the County. The Punch List shall be developed via a joint
inspection of the work (conducted within 30 calendar days after reaching substantial
completion) by the prime contractor's superintendent, together with the Construction
Coordinator and an engineer from Engineering & Public Works, with a unsatisfactory work
listed on the Punch List. The Punch List shall be provided to the Contractor within 5 days of
the inspection.
3, In the event any dispute with respect to any payment or pay request cannot be resolved between
the Contractor and County's project staff, Contractor may, in accordance with tile alternative
dispute resolution requirements of Florida Statute section 218.76, demand in writing a meeting
with and review by the County Engineer. hi the absence of the County Engineer, the Deputy
County Engineer may conduct the meeting and review- Such meeting and -review shall occur
within ten (10) business days of receipt by County of Contractor's written demand. The County
Engineer, or Deputy County Engineer, shall issue a written decision on the dispute within ten
(10) business days of such meeting. This decision shall be deemed the County's final decision
for the purposes of the Local Government Prompt Payment Act.
BASIS OF PAYMENT: Payment will be based on field measured quantities. No additional
payment will be made for any work which exceeds that called for in the contract documents.
ALTERNATIVESIAPPROVED EOUAL/DEVILATIONS: Unless otherwise specified, the
mention of the particular manufacturer's brand name or number 'in the specifications does not imply
that this particular product is the only one that will be considered for purchase. This reference is
intended solely to designate the type or quality of merchandise that will be acceptable. Alternate
offers will be considered and must include descriptive literature and/or specifications. Failure to
provide descriptive literature and/or specifications with alternate offers will be cause for
disqualification of the bid.
The determination as to whether any alternate product or service is or is not equal shall be made
by Palm Beach County and such determination shall be final and binding upon all bidders.
Although the Board of County Commissioners provides for the consideration of alternate bids, it
reserves the right to make an award in the best interest of the County. Such award may not
necessarily be given to the lowest bid offered.
The bidder shall be responsible for reading very carefully, and understanding completely, the
requirements and the specifications of the items bid upon. Any deviation from specifications listed
herein must be clearly indicated, otherwise it will be considered that items offered are in strict
compliance with these specifications, and the successful bidder will be held responsible therefore;
SP -9
Page 268 of 537
Agenda Item #22.
SPECUL PROVISIONS
deviations must be explained in detail on an attached sheet(s) and itemized by number. Any Item
or items that do not meet established specifications upon delivery will not be accepted.
MIETHOD OF ORDERING i WORK ORDERS): The department(s) will issue work orders
on an "as needed" basis. All terms and conditions of the bid are applicable. Each work order
will specify the work to be performeld, its location, a not -to -exceed cost (based on the contract
unit prices), and a schedule for performance. The contractor must sign and return the uncxecuted
work order within five (5) working days of issuance. Then each work order will be executed
(signed) by the authorized County representative and notice to commence -will be sent to the
Contractor. The Contractor's failure or refusal to sign a work order within five (5) working days�
Tdoes not prevent execution of the work order (which is solely by signature of the authoriz ed
Couplyre ve), and all work orders must be performed upon notice to commence..
Ypon comp_�Ietion of the work order task the contractor shall submit an individual invoice, 'a
copy of the original work order, the appropriately completed SBE-MIWBE participation forms
referenced in Item 7 of the SBE-M/WBE Program section of this contra ct� a contractor's
affidavit, form of Guarantee, and consent of surety, on forms attached hereto.
Contractor sba-11 comply will all requirements in the contract documents -for obtaini-ing-final-
payment Final payment of a work oyder does not terminate the contract or �x�gu
j�4 the
su�ty's obligati�ons.u_nder the contract.
the tontra-ctor will receive progress payments-b-ased' on -subniihed 1;nvoiM—. -The p
�ym
Pit
amount will be based on the work done and accepted. No retainaae is withheld.
PROSECUTION OF THE WORK: The Contractor will be required to maintain within Palm
Beach County, at all times while this contract is in effect, the equipment necessary to properly
carry out the provisions of these specifications. After receiving notice to commence with the
work for a particular project the Contractor shall commence promptly within five (5) working
days and shall efficiently prosecute the work with adequate personnel and equipment until
completion, within 30 calendar days, or as designated by the County Engineer or his duly
appointed representative. Failure to comply with either time requirement shall result in
Liquidated Damages, assessed on a work- order basis and in the amounts shown in Section 8-10.2
of the Standard Specifications.
EXTENSION: This contract period is for twelve (12) months from the date of BCC approval.
Tle contract period may be extended for a defined period of time, not to exceed thirty-six
months total contract time, upon approval by the Board of County Commissioners. Option for
extension and other contract deviations will only be exercised upon mutual written agreement
throug 91
,b a Board approved Contract Amendment, while adhering to all other ori inal terms,
conditions and unit prices of the contract.
For the purpose of re -bidding, this contract may be extended upon mutual written agreement
through a change order for up to an additional six (6) months, upon the approval of the Contract
Review Committee. Total contract time shall not exceed forty-two (42) months -
SP -10A
Page 269 of 537
Agenda Item #22.
SPECIAL PROVISIONS
AWARD: As the best interest of the Board of County Commissioners may require, the right is
reserved to make award(s) on an item -by -item basis, lot -by -lot basis, all -or -none or any
combination thereof.
PRICEIDELIVERY/ACCEPTANCE: Price quoted must be the price for new merchandise and
free from defects. Any bids containing modifying or "escalator" clauses will not be considered
unless specifically requested in the bid specifications.
Deliveries of all items shall be made as soon as possible. Deliveries resulfing from this bid are
to be made during the normal working hours of the County, Time is of the essence and the
bidder's delivery date must be specified and adhered to. Should the bidder, to whom the order or
contract is awardecL fail to deliver on or before his/her stated date, the County reserves the right to
CANCEL the order or contract and make the purchase elsewhere, The successful bidder(s) shall
be responsible for making any and all claims against carriers for missing or damaged items.
PRICE)DELIVERY/ACCEPTANCE (CONTINUED): Delivered items will not be considered
w4accepted" until authorized agent for Palm Beach County has, by inspection or test of such items,
determined that they fully comply with specifications.
The Board of County Commissioners may return, for full credit, any item(s) received which fall
to meet the County's performance standards.
E -VERIFY: The Contractor shall utilize the U.S. Department of Homeland Security's E-Veriby
system to verify the employment eligibility of all new employees hired by the Contractor during
the term of the Contract and shall expressly require any subcontractors performing work or
providing services pursuant to the Contract to likewise utilize the U -S. Department of Homeland
Security's E -Verify system to verify the employment eligibility of all new employees hired by the
subcontractor during the Contract term.
ANNUAL CONSTRUCTION CONTRACT ON A TASK WORK ORDER BASIS: The
intent of this contract is to award a contract to a contractor(s) to perform work on a work task order
basis. Work Task Orders shall be issued on -an "as needed" basis. See Special Provisions for
Method of Ordering Work, The line items in the Proposal pages are intended to set unit prices for
the task work orders. No tasks are guaranteed as part of this contract. The total value of work
orders issued under this Contract shall not exceed the amount listed on page C-1 of this document,
however, this may be increased by mutual agreement between the Contractor'and Palm Beach
County via a contract Amendment.
SP -1 I
Page 270 of 537
Agenda Item #22.
SPECUL PROVISIONS
Lin -1 — QF be
IPWILN I
Muir am"I'l
Jwm
F
1"1 '11' cm a WAM 111P. I
mu" P�
MITSICK
as wilt—
["Sill
10%
cut if" Fla Licalla Me 14"llaw Am
wrieft nm t. w W"11111)"Nup Own" "M t 01 C1115Tawr$=,
N A. SLARIN P& Ul"a Not" OMNI&
4. " M me 'Mon 1111110 a
"JAM 000MI an"
tsAls 14"IcAL CUIWAM &MY)
UETAIL FOR IHSTALLATION OF MEDIAN IRRIGATION
�LEEVES FOR THOROUWFARE ROADS
law W se",
45 -WILT CERTWicAmN FORM
P. a. C. W
OFFSETS FROM j OF CONSTRUCTION
F13R ENDS OF 6" SLEEVES
Min" L&1`7 LAill. LRIMM IV RIO" W10117 LKOWN OF mimams
OWSIN 1161011 rim am INSHIN OLOPSID1 plot am
910 we LWT 110C cup Kill I Al"T Wot
5, BACSFILLIN4 AEOVE SLEEVES SMALL ME PEWORMB
7 NLES�s OTHERWISE DIRECTED
A S U
ACCORDING TO F.D.O,T, SPECIFICATION SECTION
t1Cj,,NTATjC1N.
By E W.
125-8.3 (BACKFILLIM(I REQUIMME117S FOP PIPE
2. ALL SLIM ENDS ME TO BE CAPPED.
CULVERTS AM STORM SEtusj.
6. ALL STArIONS ARE APPROXIMATE. CUKMAC700 MUST
3. ALL SLEEVE DOS ARE To BE uAftED AT lof
coNTAcT cmuTy EwInUP PRIOR 70 INSTALLATION
TIM 13F INSTALLATION WITH A 2'x4' WOODEN
70 DETERMINE EXACT LOCATION IN WE FIELD.
BOARD S7AW[W. VERTICALLI FROM SLEEVE END
TO V ABOVE FINISHED MOUND. EXPOSED WIDDEW
MARKER Is To K PAWED ORANGE FOR FUTURE
7. EACH SLEEVE DO IS TO BE MARKED AT TNE TIME 01
LOCATION PURPOSES.
INSTALLAIRIN VITH A W ELECTRONIC NAPIER CNIM 1=1
su8—Tu7A,L
4. SUCIEVES AIM FO BE 6' P -V -C- SCHICULS 90 FIF9 DAM
TOTAL PRCUECT at
UPON F .0.0.7. SPECIFICATION SEC71ON %48. OR 6' BLACK
GENERAL NOTES
I . ALL SLEEVES fLIPT & Plat` I SMALL BE INSTALLED
5, BACSFILLIN4 AEOVE SLEEVES SMALL ME PEWORMB
7 NLES�s OTHERWISE DIRECTED
A S U
ACCORDING TO F.D.O,T, SPECIFICATION SECTION
t1Cj,,NTATjC1N.
By E W.
125-8.3 (BACKFILLIM(I REQUIMME117S FOP PIPE
2. ALL SLIM ENDS ME TO BE CAPPED.
CULVERTS AM STORM SEtusj.
6. ALL STArIONS ARE APPROXIMATE. CUKMAC700 MUST
3. ALL SLEEVE DOS ARE To BE uAftED AT lof
coNTAcT cmuTy EwInUP PRIOR 70 INSTALLATION
TIM 13F INSTALLATION WITH A 2'x4' WOODEN
70 DETERMINE EXACT LOCATION IN WE FIELD.
BOARD S7AW[W. VERTICALLI FROM SLEEVE END
TO V ABOVE FINISHED MOUND. EXPOSED WIDDEW
MARKER Is To K PAWED ORANGE FOR FUTURE
7. EACH SLEEVE DO IS TO BE MARKED AT TNE TIME 01
LOCATION PURPOSES.
INSTALLAIRIN VITH A W ELECTRONIC NAPIER CNIM 1=1
A14D 13PS STATE PLANE COMIN47ES SMALL BE RECORDED.
4. SUCIEVES AIM FO BE 6' P -V -C- SCHICULS 90 FIF9 DAM
UPON F .0.0.7. SPECIFICATION SEC71ON %48. OR 6' BLACK
X()T-OIPPED CALVANfZCD STEEL PIPE WITH k MINIMUM WALL
THICKNESS OF 0.280' BASED UPON A.5 -T -M- STANDARD AS3-04A.
I I PAW UAM COUMM - I&NOXIMERWO AM PEUMW VOi= - RQ&DWAT PROlIUCTION I I
SP -12
Page 271 of 537
Agenda Item #22.
SPECIAL PROVISIONS
PALM BEACH COUNTY ENGINEERING & PUBLIC WORKS DEPARTMENT
PALM BEACH COUNTY, FLORIDA
LIQUID ASPHALT CALCULATIONS
Estimate No: Page No.
Contractor:
Contract for -
Bid Index --
Status of'
Month/Veskr Tons Pounds
*I -A.
%
weightorL.AL Got. 0_95%orl.85% Menthly Difference Chgnge
I— Index ]Index (+or- 1 in Cost
Cumin. Comm.
Talud
B C
D
—ofB[d
E F G H_ I J
K L
2000.GG
OM
2000.00
boo
2000.00
2000.00
..................... ..........
000
2GO0.00
0.00
2000.00
0.00
2G00.00
0.00
2000.00
0.4)0
o I
::::2000.00
�200O.UO
o.00
(F�0:—o
12000.00
0, .00
LIQUID ASPHALT;
All bids fbi materials covered by the Propos;al are to include required liquid bituminous materials and tack coats. No additional payEnent
will be made for the liquid bituminous materials in the prime and tack coats. Tie Department will adjust. the bid unit price for bituminous
material, excluding cutback and emulsified asphalt, to reflect increases or decreases in the Asphalt Price Index (API) of bituminous material
from that in effect durine the month in which bids were received.
A price adjustment may be made upon request by either party. when escalation or de-escalation of the cost of the liquid bituminous materials
used in the A-.j�haltic Concrete Mixes included in this prolosal exceed 5% (See General Provision Section 9-2.1.2 "Bituminous Material").
NOTE- The L.A.% to be applied for Friction Courses is 6-5?/o.
For all other asphalt mixes the L�A� % shall be 6,256/o,
Ibis form shall be submitted to the Engineer on a monthly basis.
Rev 1/2008
SP -13
Page 272 of 537
Agenda Item #22.
REQUEST FOR INFORMATION
Date: 9/20/17 8:57 a -m.
Company Name: Constructconnect
Company Address:3825 Edwards Road Suite 800 Cincinnati OH 45209
Contact Person: Marie Beinke
Phone Number: 800-364-2059 x8196
Email Address: marie.beink-e@cofistructconnect.com
QUESTIONS AND/OR COMMENTS (multiple questions may be submitted in a single RFI
email):
1. Is there an estimated cost or budget established?
2- Is there a date for when the work will begin?
RESPONSES:
1. See page C- I of the specifications
2. Seepages SP -10 and SP -1 I of the specifications
Date: 9/22/17 10:48 a.m.
Company Name: Wynn & Sons Environmental Construction Co. Inc
Company Address -7268 Belvedere Rd West Palm Beach, FL 33411
Contact Person- Daniel Wymn
Phone Number: 561-718-6948
Email Address- danwynn24Ca.)yahoo.com, rickatwynnandsons@comeast.net
QUESTIONS AND/OR COMMENTS (multiple questions may be submitted in a single RFI
email):
I . Please define optional base groups 4,7,1 Ot& 13. In an effort, to quantify, please provide
what the county requires for material — limerock/coquina rock/shell rock or 12.5 asphalt.
2. Items 70 through 84: Please define the intent of "Culvert" in regard to pipe
quantification.
3. What or who will determine the use of misc. asphalt compared to S -LS -111, SP9.5 &
SP 12.5?
4- Item 146: Synthetic turf — Does this line Item include aH site work that may be required?
5. Item 148: Rubber Mulch — Does this line item include site prep?
RESPONSES:
1. See FDOT specifications (Page SS -I) and general provisions.
2. See FDOT specifications (Page SS -1) and general provisions.
3- Palm Beach County's representative for the particular work order-
RF1-1 I
Page 273 of 537
Agenda Item #22.
REQUEST FOR INFORMATION
4. Line item includes preparing surface for application which may include light/fine
grading. Line item does not include earthwork or heavy grading.
5. Line item includes preparing surface for application which may include li'glit/fine
grading. Line item does not include cartbwork or heavy grading
C,
Date: 9/29117 8:30 a -m.
Company Name: DP Development of the Treasure Coast, LLC
Company Address: 1014 S Congress Ave, Palm Springs, FL 33406
Contact Person: Ron Richards
Phone Number: 561-650-1333
Email Address: rrichards@dpde,,,eloprnent.net
QUESTIONS AND OR COMMENTS (multiple questions may be submitted in a single R -F1
email):
1. What is the geographical location of the items to be bid? (i.e. cast or west Palm Beach
county)
RESPONSES:
1. Work will be countywide
Date: 9/29/17 9:14 a.m.
Company Name: R & D Paving
Company Address: 400 Executive Center Dr. Suite 2 10 WPB, FL 33401
Contact Person: Matt Donnell
Phone Number: (561) 588-6681
Email Address: matt@randdpaving.com
QUESTIONS AND/OR COMMENTS (multiple questions may be submitted in a single RFI
email):
1. What is the maximum yearly award?
2. What is the maximum amount of a single work- order?
3. What date will the annual contract begin?
RESPONSES:
L See page C-1 of the specifications
2- $2,000�000
3. Seepages SP- 10, SP- I I of the specifications
RFI -2
Page 274 of 537
Agenda Item #22.
TECHNICAL SPECIAL PRON71SIONS
The purpose and intent of this bid is to establish an Annual Pathway and Minor Construction
Contract to include maintenance of traffic, hauling and disposal and all equipment, material, labor,
etc., as needed to complete Work Orders for construction of bid items.
Work Orders are likely to include construction and/or resurfacing of pathways, construction of
parking areas, speed humps, traffic separators, miscellaneous concrete works (inlets, manholes,
curbing, etc.) and other minor construction projects required by various County Departments on
an as needed basis.
All work will be done according to the Florida Department of Transportation Standard
Specifications for Road and Bridge Construction, 2013 edition, as amended herein by Pah-n Beach
County, as well as all other applicable FDOT, County and contract standards.
The Contractor should fully understand that the Board of County Commissioners does not,
hereunder, contract to do any specific amount of work during the contract period.
The locations for the construction projects on which the material will be used will vary, and may
be at any -point within the boundaries of Palm Beach County. The Contractor will not be expected
to operate his equipment or personnel beyond the limits of Palm Beach County under this contract,
The Contractor is advised that all non-contiguous work sites within the same park, subdivision
and/or intersection, where individual work locations are separated by no more than 1000', or as
directed by the Engineer, shall be considered one job -site. User Divisions/Departments are
responsible for issuing a single work order for projects meeting the above conditions and the
Contractor shal I honor unit prices based upon the total work required.
DEFINITIONS
WEST DISTRICT: All areas of Palm Beach County west of 20 We Bend (Belle Glade)
EAST DISTRICT: All areas of Palm Beach County east of 20 Mile Bend
INSPECTIONS
The Director of the Road & Bridge Division, from time to time, may appoint representatives to
inspect equipment used under this contract, observe personnel employed, and the general
performance of the Contract. The representatives will not be authorized to revoke, alter, enlarge
or relax the conditions of these specifications, approve or accept any portion of the completed
work, issue instructions contrary to authority, reject defective equipment, report on inept
personnel, nor suspend any work.
TSP -1
Page 275 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
GENERAL
The work associated with this specification consist of both resurfacing existing and constructing
new pathways, in accordance with the current Florida Department of Transportation Standard
Specifications for Road and Bridge Construction, 2013 edition, and as amended herein by Palm
Beach County.
The location of pathways will vary. The pathways may be placed in accordance with the attached
typicals. at the right of way line or as shown on the plans for a specific project. All work shall be
in confonnance with the lines and grades so shown.
At the commencement of each project, the specifications presented to the Contractor Will outline
such amounts, locations and project duration as estimated by the County.
For resurfacing projects, the work shall include conditioning of the existing base or surface, such
as blading the grass back from the existing pavement edges and or sweeping if directed by the
County.
CONTROL OF WORK
SECTION I - STATE AND COUNTY JURISDICTION
1. Subgrade
Excavation for the placement of base material shall be made to the required depth and width. The
material on which the base is to be placed, shall be compacted to a firm, even surface, true to grade
and cross section, by means of watering, rolling or mechanical tamping.
2. Base Material
The base for asphalt pathways shall be a minimum of four (4) inches thick and compacted one foot
wider than the proposed finished width of the pathway. The base shall be compacted to a firm
even surface, true to grade and cross section by means of watering, rolling or mechanical tamping.
The base material may consist of any acceptable base material as specified in this specification or
that of the Florida Department of Transportation (FDOT), as amended herein by Palm Beach
County. The base will be constructed to the thickness indicated in these specifications regardless
of the type of material used.
In the Glades area (West of 20 Mile Bend) the contractor may use local crushed rock (Limerock)
with prior approval from the County. In the Glades area the base shall be constructed twelve (12)
inches thick- The price bid for this construction shall include excavation and disposal of the
material.
TSP -2
Page 276 of 537
Agenda Item #22.
TECBNICAL SPECIAL PROVISIONS
3. Prime Material
The base shall be primed with material meeting the requirements of Section 300, FDOT
specifications, and as amended herein by Palm Beach County. Prime material shall be applied to
the base at the rate of 0. 15 gallons per square yard.
4. Excavation and Embankment
Excavation and/or Embankment averaging 0.3 feet or more over a contiguous area exceeding 350
square yards, shall be calculated as to its cubic yard volume and paid at the bid price for Excavation
or Embankment.
Payment for Excavation and or Embankment, based on the above criteria, is for any section under
the asphalt or concrete construction, as measured from the bottom of the base material.
5. Asphalt
Prior to the laying of the asphaltic mixture, the base shall be cleaned of all loose and deleterious
material to the satisfaction of the Engineer.
The design mix formula and mix stability for Asphaltic Concrete Surface Courses and Asphaltic
Concrete Friction Courses delivered under this Contract shall conform to the General Provisions
herein.
All bids for materials covered by the Proposal are to include required liquid bituminous materials
and tack coats. No additional payment will be made for the liquid bituminous materials in the
prime and tack coats.
The asphalt shall be placed to the width and depth as indicated on the typical section for the specific
project or the attached typicals. The asphalt shall be compacted and finished with neat edges, true
to line and grade.
Included in the cost of the asphalt used for overlays is an application of approved herbicide to all
vegetation within the area to be overlayed 3 to 7 days prior to the placement of the asphalt.
SECTION H - METHOD OF MEASUREMENT
The Method of Measurement for the various items associated with the project shall be in
accordance with the units indicated in the proposal.
TSP -3
Page 277 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
BASIS OF PAYAMNT
Payment will be made in accordance with the unit prices bid in the proposal. If the project is in
excess of 2,500 linear feet in length the Contractor may request payment for portions of the
pathway that have been constructed and found to be acceptable by the County. Requests will only
be considered on a monthly basis.
Pathway resurfacing, requiring tonnage asphalt, will be paid for by invoice tickets from the asphalt
supplier received by the County representative at the job site.
The unit price per ton or per square yard (s.y.) for asphalt items shah include the cost of furnishing
all materials, including the asphalt and prime and/or tack coat; mixing, , transporting, placing and
rolling, all labor and equipment necessary to complete the work, including clean-up and
restoration, and all necessary maintenance of traffic.
PATHWAY AND NUNOR CONSTRUCTION
SECTION I
The intent of this Annual Contract is to construct facilities such as traffic lanes, intersection
modifications, turning and passing lanes, sidewalks and driveways and other miscellaneous
repairs, modifications and new facilities all within a reasonably small area and as may be
designated by the County.
The work specified in these specifications shall be done according to Section 520, FDOT Standard
Specifications for Road and Bridge Construction, 2013 edition, and as amended herein by Palm
Beach County, except that paragraph 520.12.2 excavation payment, shall be paid as previously
specified herein. All other items to be as stated and the units shall include the complete
construction of the following: new concrete curb, curb and gutter Types D, E & F, and concrete
traffic separator Types 1, 11, 111 IV & V, all according to 2013 FDOT Standards, and new concrete
curb, curb and gutter per Palm Beach County Standards for 9" curb and gutter�, driveway curb,
mountable gutter and new driveways, generally to be constructed in conjunction with any of the
above stated items; all to be measured and paid for on a linear foot or square yard basis, as the case
may be, per the proposal section of this bid. Removal items shall include all items similar to above
concreteitems that may be existing on theJob site prior to commencing work and designated to be
removed by the County, and shall also include any such existing items that may consist of asphaltic
material s, and/or materials other than concrete that are so designated to be removed by the County.
Removal items shall conform to Articles 110-7 and I 10- 11.3 of 2013 FDOT Standards, and as
amended herein by Palm Beach County, and shall be measured and paid for on a similar basis as
stated above,
The requirements for all Portland Cement concrete work shall be Class I (2500psi), The
construction of Portland Cement concrete items shall be properly placed upon prepared base or
existing surface course in accordance with the specifications and in conformity with the lines,
grades, thickness and typical section shown on the plans as presented to the Contractor at the
TSP -4
Page 278 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
commencement of each job, all according to FDOT Standard Specifications for Road and Bridge
Construction, 2013 Edition, except as otherwise amended, and as amended herein by Palm Beach
County, in such amounts to such locations and at such times as may be designated by the County
Engineer, or his appointed representative. This work shall include the conditioning of the existing
base or surface, such as blading the grass back from existing pavement edges or sweeping if
directed by the County.
SECTION H
The intent of this section is to provide for the repair, rebuilding, modification and/or placement of
new -Curb Inlets, Closed Flume Inlets, Ditch Bottom Inlets, Shoulder Gutter Inlets and adjuncts
thereto.
The work specified shall be according to Section 425 of the Florida DOT Standard Specifications
for Road & Bridge Construction, dated 2013, and as amended herein by Palm'Beach County,
except that the work- shall consist of complete removal of all damaged concrete and reinfbrcing
steel in an existing structure, including tops, throat and curb areas, etc., and reconstructing the
facility and adjuncts in place or by precasting and proper placement, all per FDOT Design
Standards and Standard Specifications, dated 2013, and as amended herein by Palm Beach County.
Contractor shall furnish, install and maintain proper signs, barricades and barriers at no cost to the
County. However, this will in no way absolve the Contractor from his legal responsibilities as
stated herein.
Measurement and payment shall be per the contract unit price bid for each type of facility repaired
and is to include all labor, equipment and material necessary to satisfactorily complete the work.
SPEED HUMP CONSTRUCTION
The following specifications apply to the construction of speed humps in accordance with Palin
Beach County Standards:
Each end of the speed hump will be keyed in to a minimum of 2" deep and 4wide.
Base material shall be any acceptable material normally used in road base construction and
as approved by Road and Bridge.
3. Speed humps shall be surfaced with a minimum of I " asphalt Type SI or S111.
4. Price per square yard includes all materials, labor, equipment and incidentals necessary to
construct speed humps.
TSP -5
Page 279 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
GUARDRAI[L & SPECIAL SAFETY PIPE RAIL
At locations where sidewalks, walkways, bike paths or other media for bicycle and/or pedestrian
traffic are within 4' of the back of the steel guardrail post, the contractor shall utilize Pedestrian
Safety Treatments as shown in FDOT INDEX 400.
STAWED COLORED CONCRETE (F THICK)
Attention is directed to the pay item for "'Stamped Colored Concrete (5" Thick)", S,Y. This item
may be constructed in lieu of concrete traffic separators, as directed by the Engineer. Stamped
Colored Concrete consists of cast -in-place concrete (5 " Thick) between Type "I"' Curb and Gutter,
having the surface colored with a color hardener (equivalent to the products supplied by Win. D.
Adeimy, Inc., 561/832-6305), and with the surface textured or imprinted with a pattern (as directed
by the Engineer), and then sealed with a color seal. The Contractor is responsible for assuring the
curbing is in no way discolored, damaged, marked, etc. by the application of the above.
Color Hardener
Apply the dry hardener when the bleed water disappears and the floating process will not
disrupt the level of the surface.
Normally apply the dry hardener evenly in two separate shakes, using two-thirds of the
material for the first shake.
3- Use wood floats or a power -troweling machine equipped with float blades to work the dry
hardener completely and thoroughly into the surface after each application.
After floating the final shakes, hand or machine trowel the surface to a flat, uniform finish
and apply the specified texture. Apply antiquing, release before imprinting with mat -type
tools.
5. Coverage requirements may vary according to intended use and color, 90 lbs. per 100 sq.
ft. is considered the median range.
Curing - Use colored concrete sealer in the matching color to cure interior color hardened floors
and exterior flat work, that will receive regular maintenance and re -coating.
Newly placed concrete should receive one thin finish coat of colored concrete sealer after
placement and after the required curing time of 14-28 days has been reached. Before application
of the finish coat, the moisture content of the concrete must be low enough so alkali and other salts
do not become trapped beneath the coating, causing discoloration or clouding, thus the reason for
the 14-28 day time frame -
The work is to be performed on the job site by trained and experienced workers.
TSP -6
Page 280 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
-fbe pay item "Stamped Colored Concrete (5" Thick)", S.Y., includes all labor, equipment
materials, transportation, fuel maintenance of traffic, and all other items incidental to or necessary
for completing the work.
The Contractor shall install a longitudinal 6" PVC (Schedule 80) pipe at Stamped Colored
Concrete areas, This item shall be considered incidental to the Item, and shall include the cost of
all labor, materials, equipment, fuel, transportation, and other items necessary to complete the
work.
GRAVITY WALL CONSTRUCTION
Unless otherwise directed. gravity walls are to be constructed from "inside" the Right of Way (no
encroachment on private property). Any construction methods necessary to satisfy this
requirement shall be incidental to the pay item "Concrete Gravity Wall, C.Y-"
A-2000 POLYVINYL CHLORIDE (PVC) PIPE (12 TO 48 INCHES)*
A-2000 PVC pipe has been reviewed and found acceptable for use on Palm Beach County roadway
construction projects. Installation shall be in accordance with manufacturer's recommendations,
FDOT Standard Specification 125 (Excavation for Structures and Pipe), 430 (Pipe Culverts and
Storm Sewers) and 948 (Nhscellaneous Type of Pipe), and as amended herein by Palm Beach
county�
* When the pipe type is not specified in the pay items (Proposal pages) the Contractor
shall notify the Engineer, in writing, and receive written approval prior to implementation.
STEF-L BOLLARD
1. Steel Bollards shall be 6" diameter, Schedule 40 black steel pipe, completely filled with
concrete.
2. Steel Bollards shall be a minimum 60" long, placed with a minimum of 36" above finished
grade elevation and not less than 24" set below finished grade.
3. Steel Bollards shatl be installed in a concrete foundation 24" x 24", X 24".
4. Steel Bollards shall be painted with two coats traffic yellow paint or covered with an
appropriately sized, yellow, HDPE sleeve securely fastened to the bollard pipe.
5. Steel Bollards shall be paid per unit price bid for each bollard installed and accepted.
TSP -7
Page 281 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
REMOVABLE BOLLARD
Removable Bollard System
I. Removable Bollard system shall consist of a painted, steel bollard post and a permanently
set, galvanized steel ground sleeve with flush -closing, stainless steel lid and locking
mechanism capable of securing the bollard post.
2. Removable Bollards shall be a minimum 6.62" O.D. mounted with a minimum of 36"
above finished grade elevation.
3. Removable Bollard ground sleeves shall be installed in a concrete foundation as specified
below,
4. Removable Bollards shall be Model RPL6, Round Post Lock Bollard system,
manufactured by TrafficGuard Direct, Inc., P.O. Box 201, Geneva, IL 60134, or accepted
equal.
Ground Sleeve Installation
Bollard ground sleeves shall be set in concrete with the mounting assembly flush with
proposed grade surface.
Excavation for the concrete foundation shall be a rninimum 24" diameter and 36" deep.
The bottom 12" shall be back-filled with #57 stone for drainage.
The bollard ground sleeve shall be placed in concrete for the remaining 24" depth. If the
ZP
ground sleeve is shorter than 24", a properly sized PVC drain pipe shall be added to allow
drainage to the rock below.
5- Removable Bollards shall be paid per unit price bid for each Removable Bollard system
installed and accepted -
TREATED TIMER PILINGS. PRE -STRESSED CONCRETE PILINGS
The intent of this section is to provide for the repair, reconstruction and/or initial placement of
treated timber and pre -stressed concrete pilings.
Concurrent with issuance a work order for work that includes treated timber or pre -stressed
concrete pilings, the Contractor will be provided signed and sealed plans, prepared by a
TSP -8
Page 282 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
Professional Engineer licensed in the State of Florida, containing detailed design information for
construction of any of the above stated items.
All materials, labor and completed work shall be in accordance with Section 455 of the Florida
DOT Standard Specifications for Structures Foundations and the design documents referenced
herein.
Treated Timber and Pre -stressed Concrete Pilings shall be measured and paid per linear foot of
piling furnished, installed and accepted by the County. Unit price shall include, but is not limited
to, all labor, equipment and materials, fasteners and cuttin,& Treated Timber Pilings shall include
a maximum of 10% waste over and above installed material measured in the field.
Treated TimberguardT" Wood Piles (10")
The intent of this section is to provide for the repair, reconstruction and/or initial placement of 10 -
Treated TimberguardTm Wood Piles (or equal approved by County) submerged or partially
submerged in fresh water wedand locations on plans or as designated by the County.
10" Treated Timberguardi-'Y' Wood Piles shall be pressure treated wood pile material wrapped with
a UV Resistant Polymer and shall meet the requirements of Timberguard' style treated wood pile
materials as manufactured by Crane Materials Wernational, 4501 Circle 75 Parkway, Suite E-
5370, Atlanta, GA 30339, or County approved equivalent. This approval shall be -at the sole
discretion of the County.
Contractor will be provided signed and sealed plans, prepared by a Professional Engineer licensed
in the State of Florida, containing detailed design information for construction. Design plans will
be prepared using Timberguard" to illustrate an acceptable product for the intended use.
Unless otherwise noted, 10" Treated Timberguard TI Wood Piles shall extend as far below the firm
ground surface as pilings are exposed above the ground surface, except minimum piling
penetration shall be 4' into ground and maximum piling penetration shall be 10' into ground. All
nuts, bolts, and washers shall, be hot dipped galvanized.
10" Treated Timberguard" Wood Piles shall be measured and paid per linear foot furnished,
installed and accepted by the County. Unit price shall include, but is not limited to, all labor,
equipment and materials, fasteners and cutting, and shall include a maximum of 10% waste over
and above installed material measured in the field.
TEWORARY OR PERMANENT STEEL SHEET PILING
The intent of this section is to provide for the repair, reconstruction and/or initial placement of
Temporary or Permanent Steel Sheet Pilings.
Filing material shall be PZ27 or equal.
TSP -9
Page 283 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
All materials, labor and completed work shall be in accordance with Section 455 of the Florida
DOT Standard Specifications for Structures Foundations and the design documents referenced
herein.
Temporary or Permanent Sheet Piling shall be measured and paid per square foot ofpiling actually
installed and accepted by the County, including, but not limited to, all labor, equipment and
materials, cutting, splicing, dynamic and static testing, a4Justments resulting from testing, removal
of temporary piling and restoration of the area.
DOUBLE RAIL WOOD FENCE
Double Rail Wood Fence Construction
Post. Wooden fence posts shall be #2 (or better) grade southern yellow pine lumber,
pressure treated to a minimum of 0.60 LBS chemical per cubic foot.
Each post shall consist of two (2) 3" x 6" x 6', S 3 S boards notched and nailed together
with ten (10)#20 hot dipped galvanized nails. Nail location should be staggered from side
to side.
Posts shall have. a 45' canted top. Refer to Double Rail Wood Fence Details for
dimensions.
Rail: Rails shall be 4" x 4" x I O'southem yellow pine, S 4 S, pressure treated to a minimum
of 0.60 lbs. chemical per cubic foot; notched 9" minimum as shown in Rail -End detail.
Badly warped rails shall be rejected.
Installation. The completed fence post height after installation shall be 42" above existing
common grade to the top of the post. This should provide 11 " clearance from grade to the
center of bottom rail, and 31 " clearance to the center of the top rail.
After rails are inserted they shall be nailed at each end with one (1) #16 hot dipped
galvanized common nail to provide continuous construction.
For installation of posts, clean soil (fill) shall be tamped around each fence post and any
fill remaining from digging post hole shall be spread around fence area to provide a neat
appearance when finished.
Double Rail Wood Fence Removal
The Contractor shall remove existing fence rails and posts from locations shown on plans or as
directed. Unless otherwise required, the removed materials shall become the property of the
Contractor and shall be removed and disposed properly.
TSP -10
Page 284 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
If directed by the County, removed materials shall be stockpiled on-site, at a designated location,
for pickup by County staff. Care shall be exercised in the removal of these items to minimize
damage.
Double Rail Wood Fence Relocation
The Contractor shall remove existing fence rails and posts from locations shown on plans or as
directed. Extreme care shall be exercised in the removal of these items to minimize damage.
Contractor shall be responsible for replacing any materials damaged during removal.
The Contractor shall reconstruct Double Rail Wood Fence at locations shown on plans or as
directed, using the original. materials, supplemented by replacement materials when necessary.
Double Rail Wood Fence Construction, Removal and/or Relocation shall be measured and paid
per linear foot of fence actually constructed, removed and/ or relocated and accepted by the
county.
IPE BOARDWALK DECIUNG AND TOP RAIL
The intent of this section is to provide for the repair, reconstraction and/or initial placement of
clear, solid wood 1pe Boardwalk Decking and Top Rail.
Boardwalk decking and top rail shall be constructed of the Tropical Hardwood 1pe amarclo
(Tabebuia serratifolia). 1pe shall have a Fire -Spread Index of Class "A"- All material shall be
approved by County prior to installation.
1pe clear solid wood decking shall be fastened, crown side up, with #8 x 3" stainless steel "grabber"
deck screws (with square recess drives), or equal approved by County, two per stringer Ooist)
location. Decking shall be pre -drilled for a flush screw set. Spacing between deck boards shall be'
the width of a 20d nail with a tolerance of 1/16" (+/-).
1pe Boardwalk Decking and Top Rail shall be measured and paid per linear foot furnished, installed
and accepted by the County. Unit price installed shall include all labor, equipment and materials,
fasteners, and cutting; and shall include a maximum of 10% waste over and above installed
material measured in the field.
TSP- 1 .1
Page 285 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
24,
— Z'RAD-
R AD.
S'R AD.
SLOP -
24!'
6" CURB & GUTTER —
9" CURB & GLITTER
NOM WHEN USED ON HIGH SIDE OF ROADWAYS. THE CROS�,7 SLOPE Oz
THE GUTTER SHALL MATCel, THE CROSS SLOPE OF THE ADJACENT
PAVEMENT AND THE lHiCKNESS OF THE LIP SHALL BE 6", UNLESS
OTHERWISE SHOWN ON PLANS �
SLOPE TO
MATCH DRIVEWAY - Ye RAD,
(T V P.)
Lj
24?
DPIVFWA'r' CUFB
44 BAR PLACED
ON PAVEMENT SID;
Y4- RAD,
PAVFMENT
(TYP
<
24'_
P.ALM BEACH
MOUNTABLE GUTTER
FLUSH HEADER CURB
PALM BEACH COUNTY DEPARTMENT PALM BEACH COUNTY STANDARDS DRAWING No.
OF ENGINEERING & PUBLr WORKS T'/PICAL p
\OA�q
ENGINEERING SERVICES 61VISION SECTLONS
DRAWN Eff� DATE: RE . Vts - ED s".; DATE. CURBS & GLITTERS
KV� APPROVED� EFFECTIVE: ACD -1
C _06
HEOKEE Y-_ DATE:
C16/04103 COUNTY ENGINEER
DATE
TSP -12
Page 286 of 537
2" RAD. PAVEMENT '/.," HICHER WHERE
PAVEMENT MCCIS CURB
3" RAD. (TYP.')
SLOPE'
WO
24,
— Z'RAD-
R AD.
S'R AD.
SLOP -
24!'
6" CURB & GUTTER —
9" CURB & GLITTER
NOM WHEN USED ON HIGH SIDE OF ROADWAYS. THE CROS�,7 SLOPE Oz
THE GUTTER SHALL MATCel, THE CROSS SLOPE OF THE ADJACENT
PAVEMENT AND THE lHiCKNESS OF THE LIP SHALL BE 6", UNLESS
OTHERWISE SHOWN ON PLANS �
SLOPE TO
MATCH DRIVEWAY - Ye RAD,
(T V P.)
Lj
24?
DPIVFWA'r' CUFB
44 BAR PLACED
ON PAVEMENT SID;
Y4- RAD,
PAVFMENT
(TYP
<
24'_
P.ALM BEACH
MOUNTABLE GUTTER
FLUSH HEADER CURB
PALM BEACH COUNTY DEPARTMENT PALM BEACH COUNTY STANDARDS DRAWING No.
OF ENGINEERING & PUBLr WORKS T'/PICAL p
\OA�q
ENGINEERING SERVICES 61VISION SECTLONS
DRAWN Eff� DATE: RE . Vts - ED s".; DATE. CURBS & GLITTERS
KV� APPROVED� EFFECTIVE: ACD -1
C _06
HEOKEE Y-_ DATE:
C16/04103 COUNTY ENGINEER
DATE
TSP -12
Page 286 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
VARIES 61, VAPIES
5`0" MIN.
QD 4" BASE
(D TYPE S-IIIASPHALT SURFA-E
NOTE FOR THOSE AREAS WHERE CURBING DOES NOT EXIST, THE PATHWA� 15 TO BE
CONSTRUCTED To MEET CLEAR ZONE REOUIREMENTS AS STATED IN TABLE 3-12 OF THE
F , 0.0 T. MANUA,- OF UNIFORM MINIMOM STANDARDS FOR DESIGN, CONSTRUCTION AND
MAINTENANCE FOR STREETS ANC HIGHWAYS (COMMONLY VNCIINN AS THF "FLORIDA
OREENSOOK"), LATEST EDITION -
PALM BEACH COUNTY DE-PARTMENT P4M BEACH COUNTY STANDAnS DRAWINO NO.'
OF ENGNEERING & PUBLIC WORNS COUNTY JURISDICTION
EINGINEERING SERVICES DIVISION
EAST OF 20 MILE BEND
DRAWN 13r- VATE REVISED BY: DATE:
APPROVED: -2
ACD
EFFECTIVE�
-v 06/04/03
CHECKED El r: DATZ-
. _ _ - - i - i COUNTY ENGINEER
S. 06/04/03
TSP -13
Page 287 of 537
Agenda Item #22.
0A 12" BASE
11/4" TYPE S-IIIA.SPHN-T SURFICE
NOTE; FOR THDSE AREAS WHERE CURBING DOES NOT EXIST, THE PATHWAY 15 TO BE
CONSTRUCTED TO MEET CLEAR ZONE REQUIREMENTS AS STATED IN TABLE 3-12 OF THE
F.D.O.T. MANUAL OF UMFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION AND
MAINTENA,NCE FOR STRJEET�S AND HIGHWAYS lCOVMONLY KNOWN' AS THE "FLORIDA
GREENBOOK"), LATEST EOITION.
PALM BEACH COUNTY DEPARTMENT PALM BEACH COUNTY STAiNDAPIDS DRAWING 140.
OF ENGINEERING & PUBLIC WORKS COUNTY JURISDICTION
ENCINEERING SERVICES DIVISION
RAWN BY' DATE; REVISED BY- DATE: WEST OF 20 MILE BEND
APPROVED- EFFECTIVE.- ACD -3
K.V. 06/04/03
4ECKED _BY'_ DATE-
�4. k S, 06/04/03 COUNTY ENGINEER DATE
TSP -14
Page 288 of 537
Agenda Item #22.
PROPOSED
RESURFACING
EX [STING
PAVEMENT
TECHNICAL SPECIAL PROVISIONS
EDGE OF PAVEMENT
ROADWAY SHOULDER
4.0, 0.51
11,4" TYPE
— S-111 ASPHALT
WEARI
NG SURFACE
4' TYPE S-1 ASP14ALT
BASE COURSE
N07E
1 BE PAO FOR UNDER THE TONNAGE ITEM FOR THE WORK ORDER.
1. ASPHALT SHOULDER TQ
2. SHOULDER PREPARATION TO BE PAtD FOR UNDER BOX OUT SHOULDER ITEM,
PALM BEACH COUNTY DEPARTMENT PALM BEACH COUNTY STANDARDS DRAWING NO.:
OF ENGINEERING & PUBLIC WORK!: 'SHOULDER PREPARATICY,l
ENGINEERING SERVICES DiVIS!ON
REVC-EV BY DATE:
DRAW BYz DATE: DE -TAIL
ACD -5
APPROVED: EFFECTIVE�*
K�V. 06/04/03
CHECKEE) BY- DAI E* OC -04 -0 3
cuuwy ENGINEER
TSP -15
Page 289 of 537
w
CD
N)
co
c:)
0
h
SEE 4 OX4 m RAIL - S4S
END OpTbL--,,
DI ;AL
HORIZONTAE--j
PLAN
SCALE. V'= 2oll
SEDEDEMI-L M12k
4'K4"
R�V -44S--."'
LO
2 - 3,Xsl
POSTS 5
N A 'h MW k%V E
----FINISHED GRADE
A�t RILES 164
TH N NAILPA, AT %H POST
I
VANI TO NAIL
P T
CONS&S
11M
401MATS %4!E
ELEVATION
SeALE - V= 2011
DOUBLE RAIL WOOD FENCE
A ;! -
POSTS - 535
NAIL T13GETHER
CANT T13P
-MAELS (TYP.
A
I I Ito ��Jm 0,
Sheet 1 of 3
CL
A'K
PFZ
CD
N)
1p
0
h
cyl
CA)
4
SECTION A—A
SCALE: 1'= 20'
NOTCH DETAIL
SCALEi 1'= 2"
DOUBLE RAIL WOOD FENCE
Sheet 2 of 3
�m
CL
0-i
CA
Iv.
00
CD
Ili
(0
N)
0
h
50
IL
TOP
4'v,4'
---4"x4" RAIL
RAIL END DETAIL
SCALE. 1'= 2"
DOUBLE RAIL WOOD FENCE
END
Sheet 3 of 3
rP
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
SPECIFICATIONS FOR PAVEMENT TEXTURING
1.1 PavementTexhMng: Pavement Texturing comprises methods and products to Imprint asphaltic concrete and
beat the patterned surface to create the appearance of hand4ald decorative paving products. AN products and
techniques used during construction of Pavement Texturing &WI be *om a single manufactutrar. The Contractor doing
this work shall be certified by the manubcWw and acceptable to the County. Pavement Texturing methods and
products shall be the *StmMond'm Surfacing SysterW, or accepted equal.
1.2 Surface ImprhMng: The Contractor shall follow procedures detailed inthe latest revislori ofthe manufacturer's
recommended procedures. The Pattern shall be coated In accordance wdh the design as spedfled by the County.
PaftmIng shall begin once the asphalt him reached ft final density and while time is still sufficlent heat In On asphalt
to permit Imprinting, Patlerft shall be achieved using steel m1ters andfor vibratory plates and shad be of consistent
depth.
1.3 Surfacing System: The Contractor shad apply the surfacing system as specified by the manubMter.
Pavement Textuft work shall not be conducted In temperatures below 450F or when precipitation can be expected
within 24 hours. Installation shall be in s=rdance with the latest revision of the manufacturues recommended
procedures. Pavement Texturing products shad be spray applied and broomed using a broorn or brushes to cut In small
areas where required. Once the, pavement texturing producow am fully dried an acceptable sealer concentrate will be
applied as a curing membrane. The sealer concentrate shad be linted using only main products approved by the
manufacturer, spray applied and broomed Into the swface. Cam shall be taken to ensure thal the entire surface is
covered. incluft the Wqxinted surfaces. SuMcIM masking shag be used to ensure that the surfleft products am
applied only whom specified.
The Counlyshall spe*the number of applications ofthe surfacing system to be Irmlalled. Typical applications exposed
l6vehiculartraffloshall receive a minimum of two applications of Colored Coaling - Standard Formula. Colored Coating -
Traffic Formula for the fimt layer. followed by at least am application of Colored C48ft - Standard Formulik shall be
used for Installations where higher traft loads are expected, or as directed by the County.
Table I Physical Properties
Surfacing System
cberacterisft
ratspeefiawon
SauftV Formuft
ThWe fannzdk
SOT& by vokime (%)
ASIM-0-5201
53+0%
M80-2 %
Soaft by VVftM (*A)
ASTM 0-1351
76,5+0-2%
80+1-2%
=M*(M&4M4
AMU (3-1475
14.6 44- 02 (1.75 gr. 10
15 +1- 0.2 (1.00 gr. 10
FkM PON
ASTM D-3VA
2-2000F (930C)
),20(PF (M)
Perm* Ponent(bywwd
Wfudirs ONVMIQ
ASTM D -3M
82 +1- 2%
70+1-2%
Sheen (SM
AMM 0-523
c 3 @ 85 -
TSP -19
Page 293 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
Table 2 Physical Properties
Senior Conconftle
chalractsfisfts
Tatspedftaftns
sawarconcelf"ta
Sams by VOW* M
AMU D -52M
24+/-2
SoNds by WW4ht
ASTM 0-1353
2741-2
Density (bsjga4
ASTM 0.1475
pass I- a 70-F
sper- Gravity
ASTM D4475
1.03
Sheen(817)
ASTM D-523
2..?SGW
voc cooft
AW904-M
;, am
Flash POW
ASIM D-3278
:� MUM (SM
Table 3 Performance Properties-
Surbeing System
Cheractedstfca
Test SpecNeadons
Affn. CrAWM
StwidoW Fomuls
u1n. ciftede
TndFic Potmule
Tokoft Stranp (PSI)
ASTM D-412
:06M PSI
).M PSI
Flexbillty Margkd (High)
ASTM D-1737
Pon V 0 7WF
pass I- a 70-F
FWxibft Mawl" (LOW)
AMU D-1737
Pass r Q CYF
P"sr@aF
Dry row (to we -mat)
ASTM D-711
20 Wim - 4 HM
20 Wis. - 4 Mrs.
My Tkm (for traft) 7rFr.*%RH
NA
a 80% strwqth @ 64fts.
a 80% ~ a 64HIL
TaberAbrasio (M-10)
ASTM D40BO
c.18 q/10W cyclas
4.18 gnocc cydss
Adhesim (PU) To an Asphalt
vibstrate
ASTM D-"
Cohesive hore of asphaft
piarta 2*08W ftbure
Cohesive haws of
prior to adn" Wure
GINE
ASTM G -W
300 ham 2.35 CIE wft
300 hom 2.35 CIE unks
HydmphobkKy (3dsp)
ASM 0.570
-c 12% Wt. gob
c 12% wt gain
Shore Hankiess
ASTM D-2240
$DID
80'D
Tawwpe.stw Urft for Service
ft cLued Malarial
-307 to 18W
-W to 1WF
awfow Build
WA
to- 15 raft (I SWH=tkM)
I20-25rrWs.(2iq3pk@d=) I
TSP -20
Page 294 of 537
Agenda Item #22.
TECHNICAL SPECIAL PROVISIONS
TABLE I (Test Specifi—caUans)
ChWUMMOM TM
sp-6180-
MOLOMMU
Wivenwida
shadwdRam"
NJW6 GdWft
spWdeorie"
IMMFGMRN
AMU 04ft
4W Psi
-won
rw-�ft �1"" ASTM 0.1"?
0� 1* 41 7W
FWXdW
A -My Moo" VL-) AMO -17V
04M
pmwmnymn RA&A BMW
-MYT.—
AMO -M
M&MM" VM&^ Cn
TOUPWIM* MW ft"POOMW
TO—WAM90M
W
ASTM 04M
MWW�Ww*tLm
W;Grpur-
WSW MWWCM'
beftewd so
ca"M me" 90 OMMM
cat�ft Is&" of
OUVGE
do= of
*slow
ASTMC-W
R#W0W0WM 13 U") AM D470
ts
doQ
Rumvirmseauaid
wow, 0 1, fop
1W
ASTM 300
10D
000
(D Ono=
40-F " MW
Wn� in" mp&.w
TOMOKWAs
Mr8WVW
160M�
Temp"b"Swonconmn
dw%wl &M U."May #UA Lk = Sat -M &Ad
For low "Me applications such as
driveways and Pedestrian AM
one'applicalion of StreetBond-
Standard Formula would typically
be used. The surface Is then
waled with one coat of
StreetBondfu Sealer Concentrate.
For higher traft Installations, one
of StreetBondTm Traft
Formula, followed by at lust one
application of StreeMond Standard
Formula, must be used.
Streed3ondm Son Concentrate Is
then applied to the surface.
StreetBondlu Traft Formula is
similar to the Standard
Streefilandlu Formula but adds
thicker build (appML 20-25 mils.)
and additional durability.
Note: Neva apply either of the
SbwtBondw Surfacing System In
below 45*F orwhen
preWitation Can be expected within
24 hours.
A finish coat of SWMBondym Sealer
Concentrate Must always be applied
to the StreeMonded surface.
StreetBondlu Sealer Concentrate
provides a sealing membrane which
adds durability and longevity to the
StWPrfntTv surface.
StreetBondTm Standard Fomula Is
available in ten standard colors:
Br;* Terra Cotta, Granite, Slale,
BedrocK Sierra, HunterGreen,
Burnt Sienna, White, and Blue.
Custom colors are available.
StreetBondym Tmft Formula Is
available in Granite, State & Sumt
Sienna. Custom colors are not
available at this time.
TABLE 2 (Peftrmante Properties)
ChWUMMOM TM
sp-6180-
MOLOMMU
Wivenwida
shadwdRam"
NJW6 GdWft
spWdeorie"
IMMFGMRN
AMU 04ft
4W Psi
-won
rw-�ft �1"" ASTM 0.1"?
0� 1* 41 7W
hm rQ W
A -My Moo" VL-) AMO -17V
Fewroo-F
OrfUMM"N") ASTU
Dkv rwo (me nAo *A
W&W �44
T~AW�("-M ASTM CL -WW
Wlsandwcow
W-WRM"an
AdVWn ^4 b W ARTU D4W
ca"M me" 90 OMMM
cat�ft Is&" of
1XN OE
R#W0W0WM 13 U") AM D470
t2% t 0M
IV2 -9—
**M"Mrwma MM 0-2240
10D
000
Twnown L"to Dq.
tv SWAN
40-F " MW
-WIF 10 larr
TSP -21
Page 295 of 537
Agenda Item #22.
Mm
M=W
TECHNICAL SPECIAL PROVISIONS
PATTERNS...
I L. I L. -I
Herringbone
Offset Brick ":rringbons BrWo on Woo Ashlar Slats
T
ElMsh Cobble Risco Cobble Too Setts Random Starts
4a" --I �—W —L
OW FTF1 1 -1111 -
V Stacked Brick Gardori
_L --4 �—W
Eurufun Soldler Course t Cobble Border
av�— I -T
I I I ] is �—aw
ir Texas Cobble SoM;—rT L
L T1.11111 E&:1
I f I I Offset Brick Bwdw
Single EMck Border EMcks an Edge Ho Symbol
76
z�28 �b zk[Bm
Numbers Letters
INTEGRATED PAVING CONCEPTS INC.
06 Peace Poftal Drive. P.O. Box 801448, Slaim, WA 982304M USA
#102 - 17957 - 55 Ave., Surrey, SC V3S eC4 CANADA Tel (004) 574-7510 Fax (804) 574-7520
Intemet www.$bw#w1ntCM 0
TSP -22
Page 296 of 537
Agenda Item #22.
PALM BEACH COUNTY, FLORIDA
STANDARD SPECIFICATIONS FOR ROAD AND
BRIDGE CONSTRUCTION
It is the intent of these Specifications that the Florida Department of
Transportation "Standard Specifications for Road & Bridge Construction", dated
2013, be used as the basis for the work, FDOT refers to the State of Florida and its
Department of Transportation and Personnel. DEPARTMENT is intended to be that
wording which would provide proper terminology, making such Standard
Specifications and General Provisions as though they were those Standard
Specifications and General Provisions of Palm Beach County in conjunction with
Palm Beach County's retained engineer(s).
In addition to these Standard Specifications and General Provisions, there will
be those General Provisions included which would pertain to tile pertinent items of
construction.
The Standard S pecifications for Road and BridQe Construction. 2013 Edition.
amended as follows. but not otherwise chanQed. shall govem.
SS -1
Page 297 of 537
Agenda Item #22.
PALM BEACH COUNff, FWRMA
GT2WR4L PROVISIONS
131"SION I
GENERAL REQUIREMENTS AND COVENANTS
SECTION I
DEFINITIONS AND TERMS
1-3 Definitions
The following terms, when used in the Contract Documents, have the meanin described as
9
follows:
Department TIJE FOLLOWING IS St 113STITUFFED:
The Palm Beach County Engineering & Public Works Department or The State of Florida
Department of Transportation, as appropriate.
Engineer T11E IN'S1111STITUTM:
Palm Beach County's Engineering & Public Works Department's County Engine acting directly
or through duty authorized representatives; such representatives acting within the scope of the
duties and authority assigned to them.
Note: hi order to avoid cumbersome and confusing repetition of expressions in these
Specifications, it is provided that whenever anything is, or is to be done, if ' as, or, when, or where
46acceptable. accepted, approval, approved, authorized, condemned, considered necessary,
contemplated, deemed necessary, designated, determined, directed, disapproved, established,
given, indicated, insufficient. ordered, permitted, rejected, required, reserved, satisfactory,
specified, sufficient, suitable, suspended, unacceptable, or unsatisfactory," it shall be understood
as if the expression were followed by the words "by the Engineer", "to the Engineer", or "of the
Engineer".
Lot - Yhe definition varies throughout the specification. Ae Engineer reserms the right to dqftne
the testing limits.
%I)CI lIfF FOLL(AVtN6 1*-FfNf1*l(-)N:
Qualified Products List (Qpl) - Refers to FDOT's Qualiiiedfroducts List
END OF SECTION
GP -1
Page 298 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 2
PROPOSAL REQUIREMENTS AND CONDITIONS
2-1 Prequalification of Bidders 1) ELET C A -M) INSECIZ]''THE FOLLOW1,Wl'
Palm Beach County Engineering & Public Works Department (Department) does not certify
contractors. Although FDOT certification is not a requirement, the Department reserves the right
to utilize FDOT's listing of pre -qualified contractors in determining contractor's eligibility to
perform the work required for this project. Refer to URL
for access to pre -qualified FDOT contractors for construction contracts exceeding $250,000 in
amount. All contractors bidding on any contract may be required to submit a copy of their FDOT
Certification of Current Capacity and Status of Contracts On Hand (Form 525-010-46).
Prime Contractors who have not performed similar work with the Department within the
past three(3)years as a prim contractor shall provide with the bid a report listing all "similar"
projects performed and completed by the firm in a separate binder entitled "Documentation of
Expgrience and Resources". The Department reserves the night to request additional inforination,
which shall be submitted within three (3) business days of the Department's request.
• Failure to submit the "Documentation of Experience and Recourses" with the bid will cause
the bid to be considered non-responsive.
• Failure to submit additional requested information within three (3) business days of the
Department's request will cause the bid to be considered non-responsive.
The "Documentation of Experience and Resources" shall include at a minimum:
• Listing of Similar Projects Completed by the Firm-
• project title
• project number
• brief summary of the scope performed
• the entity for whom the work was performed
• two (2) entity contacts (one administrative /one construction) with direct telephone
numbers
• the construction budget of the project
• the resulting budget (over / under)
• Detailed Information with Respect to:
o financial resources
o equipment
o past record on projects
o key personnel resumes with a statement of their work category experience
• A list stating the types of work in which the firm can provide backup to show experience,
expertise, and competence.
• The aggregate amount of work that they currently have under contract
• Any other pertinent information to assist us in this qualification review
The Department will review the submitted documentation to determine if the Contractor is
apriroved to perform the work reouired for this pro iect.
GP -2
Page 299 of 537
Agenda Item #22.
GENERAL PROVISIONS
If Prime Contractors have not performed similar work with the Department within the past
three vears as a prime contractor, failure to submit the required "'Documentation of
Experience and Resources" with the bid will cause the bid to be considered non-responsiv
A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit the following:
(a) A bid on a contract to provide any goods or services to a public entity.
(b) A bid on a contract with a public entity for the construction or repair of a public building or
public work.
(c) Bids on leases of real property to a public entity.
A person or affiliate. who has been placed on the convicted vendor list following a conviction for
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 YS., for Category Two, All
restrictions apply for a period of 36 months from the date of placement on the convicted vendor
list.
2-2 Proposals
2-2.1 Obtaining Proposals DULTEAND INSERTTHE FOLLO�� IN(,:
Obtain a proposal under the conditions stipulated in the Notice to Contractor. The proposal states
the location and description of the work to be performed; the estimate of the various quantities (if
applicable); the items of work to be performed (if applicable); the Contract Time; the amount of
proposal guaranty; and the date, time, and place of the opening of proposals. The proposal fonn
will also include any special provisions or other requirements which vary from or are not contained
in the Standard Specifications,
The plans, Specifications and other documents designated in the proposal are part of the proposal,
whether attached or not. -Do not detach any papers bound with or attached to the proposal.
\DD 1-11E FOLLOMING SUB -ARTICLE:
2-2.1.1 Filling out Proposals (Pay Item Forms)
In filling out proposal forms, bidders shall be governed by the following provisions:
(a) Proposals can be made on the blank proposal form provided (Excel file). The blank spaces in
the proposal form must be filled in, regardless of whether quantities are shown, and no change
shall be made either in the phraseology of, or in the items listed in the proposal form. It is the
bidder's responsibility to check and verify the accuracy of excel file forinulas/extensions-
GP-3
Page 300 of 537
Agenda Item #22.
GENERAL PROVISIONS
Bidders are reminded that this is a unit price contract, and bid totals will be based on actual
unit prices provided (see Section "e" below) regardless of extensions and totals shown.
(b) Each proposal form shall specify a unit price, for each of the separate items, as called for.
(e) Any proposal which does not contain prices set opposite each of the items for which there is a
blank space, or any proposal which shall in any manner fail to conform to the conditions of the
published notice will be cause for rejection -
(d) Proposals must be signed in ink by an authorized officer of the firm with the signature in full.
John Doe Contracting Company
By: John Doe, President
(e) In the event of mathematical errors in the extension of units and unit prices, the unit price shall
prevail. The "Total Bid" as indicated on the proposal forms shall be the summation of the
extension of units and unit prices only. Should the proposal include "Afternate(s)", the total
amount that will be considered for the "Altemate(s)" shall also be the summation of the
extension of units and unit prices on] y, with the unit price prevailing.
When "Alternate(s)" are included, the County reserves the right to award the contract based
on the "Total Bid" with or without the "Alternate(s)", with no recourse to the Contractor.
(f) When a corporation is a bidder, the person signing shall state under the law of what state the
corporation was chartered, and the name and title of the officer having authority under the by-
laws to sign Contracts.
(g) Anyone signing the proposal as agent must file it with legal evidence of his authority to do so.
Post Office address, County and State, must be given after the signature.
(h) Proposals that contain any omission, erasure, alteration, addition or item not called for in the
Engineer's estimate, or that show irregularities of any kind, will be considered as informal or
irregular. This will be cause for the rejection of the bid.
PELF1 � ANI) I NSVP1 I [IF, F(WIJAVINA,:
2-2.2 Department Modifications to Contract Documents
Modifications to any Contract Documents will be posted at the following URL address:
The bidder shall take responsibility for checking and downloading the revised data from the
Department's website. If the Department's website cannot be accessed, contact the Department's
Office Coordinator at (561) 684-4150.
2-2.3 Internet Bid Submittals DELTI-FrE LN JT�, FNrfRF. FY:
GP -4
Page 301 of 537
Agenda Item #22.
GENERAL PROVISIONS
2-2.4 Hard Copy Bid Submittals DELFIT AN[) JINSE RT TfJT- FOLL 0XIINC.
Unless otherwise indicated in the Notice to Contractors, the Contractor shall prepare and submit
the bid as a hard copy submittal to the Department in accordance with the instructions listed below
and the requirements of 2-5 and 2-8.
Print and submit bid documents generated from the web site on letter size paper, Ensure that all
computer generated sheets are legible. The Department prefers 12 point font size and recommends
a minimum of 20 pound paper -
The Department will not be held responsible if the bidder submits a bid that is incomplete. Failure
to follow proper procedures may cause the bid to be declared non-responsive, or irregular.
2-5 Preparation of Proposals 1*11- 11- AND INS ERT TI IE FOIA,MVING:
2-5.1 General
Submit proposals on the forin described in 2-2. Any pay item that will be provided free or at no
cost to the Department shall be indicated as "free" or "$00.00". If the pay item is left blank or N/A
is used, the bid may be declared irregular. Show the total of the bid where called for on the proposal
forms.
2-5.2 Internet Bid Submittals OFFLETE IN ITS UNTIRFTY:
2-5.3 Hard Copy Bid Submittal DELEIT AND INSEYZT ME FOLLOWINC':
If the proposal is made by an individual, either in the bidder's own proper person or under a trade
or firm name, the bidder shall execute the proposal under the bidder's signature and enter the fi rrn's
bidding office street address.
If made by a partnership, execute the proposal by setting out in ftill the names of the partners, the
firm name of the partnership, if any, have two or more of the general partners sign the proposal
and enter the firm's bidding office street address.
If made by a corporation, execute the proposal by setting out in full the corporate name and have
the president or other legally authorized corporate officer or agent sign the proposal, affix the
corporate seal and enter the corporation's bidding office street address. If made by a limited
liability company, execute the proposal by setting out the company name, have the manager or
authorized member sign the proposal and enter the company's bidding office address.
If made by a joint venture, execute the proposal by setting out the joint venture name, have the
authorized parties sign the proposal and enter the bidding office's street address.
2-6 Rejection of ]Irregular Proposals DELFTEILM) INSERI-THE F01.1-01WING:
GP -5
Page 302 of 537
Agenda Item #22.
GENERAL PROVISIONS
A proposal is irregular and the Department may reject it if it shows omissions, alterations of form,
additions not specified or required, conditional or unauthorized alternate bids, or irregularities of
any kind. or if the unit prices are obviously unbalanced, or if the cost is in excess of or below the
reasonable cost analysis values.
ADD THE FOLLOWING SLIBARTICLEAFTTR 14)
2-6.1 Unbalanced Bid Items
Bid items in which the unit prices are not in line with the industry standards or averages for the
items may be considered to be unbalanced.
For a bid to be balanced, each item must carry its proportionate share of direct cost.. overhead and
profit. Unbalanced items which are installed and billed at the beginning of a project also result in
"front-end loading".
As a minimum, the following process shall apply to the bidding and awarding of all County
construction contracts:
"Bid which are determined by the Department to be unbalanced bids or which contain unbalanced
line item pricing when compared to competitor's bid's for the same item and standard industry
prices, and which significantly deviate from the Department -s determination of acceptable line
item pricing, may be rejected by the DepartmenC.
2-7 Guaranty to Accompany Proposals (Bid Bond) ADD THE FOLLOWINC A F 111F FIAD
OF I HIS ARTT(--'LF,:
The bond may be a Certified Check or a Cashier's Check made payable to the Board of County
Commissioners, Palm Beach County, Florida, in the amount of 5% (Five Percent) of the total gross
amount of the bid as a guarantee that the bidder, if given a letter of intent to award, wM within
fourteen (14) consecutive working days after the date of written -notice being given of such intent,
enter into a written contract with the Board of County Commissioners in accordance with the
accepted bid. Certified checks shall be signed by the party whose bid it accompanie&
2-8 Delivery of Proposals
2-8.1 Intemet Bid Subn-dttals OFLETEAN f I
GP -6
Page 303 of 537
Agenda Item #22.
GENERAL PROVISIONS
2-8.2 Hard Copy Bid Submittals F AIN -0 INS140 1-14-i" M1 I -
Submit all bids in scaled envelopes bearing on the outside the name of the bidder, the bidder's
address and date of opening written in large letters the words:
CONSTRUCITONOF: ANNUALPATHWAY AND MINORCONSTRUCTION COMRACT
for which the bidder submitted the bid.
For proposals that are submitted by mail, enclose the proposal in a sealed envelope, marked as
directed above. Enclose the sealed envelope in a second outer envelope addressed to the
Department at the place designated in the Notice to Contractors. For a proposal that is not
submitted by mail, deliver it to the Department, or to the place as designated in the Notice to
Contractors. The Department will return proposals received after the time set for opening bids to
the bidder unopened.
A bidder may withdraw his proposal at any time prior to that fixed for opening bids without
prejudice to him/herself
2-9 Withdrawal or Revision of Proposals
2-9.1 Internet Bid Submittals DEUTFIE, IN I Is ENFI U -n
2-9.2 Hard Copy Bid Submittals DMIL- �-%NDIXSFRT TRU 1,01 1 ONVING
A bidder may withdraw or revise a proposal after submitting it, provided the Department receives
a written request to withdraw or revise the proposal prior to the time set for opening of bids. The
resubmission of any proposal withdrawn under this provision is subject to the provisions of 2-8,
If a Bidder wishes to change unit prices they must be made prior to the deadline listed in the Notice
to Contractors and they shall strike the unit price and add the changes in the appropriate space.
Changes shall be initialed by the person submitting the bid. Any changes or alteration of unit
prices in the proposal must be initialed. Failure to initial these changes or illegible entries of
corrections or unit prices will be cause for the rejection of the bid as inf6rmal or irregular. The
Bidder shall include both the unit price and the extension for all lump sum bid items.
2-10 Opening of Proposals Df'.U-�-M AND
The Department will open and publicly read proposals at the time and place indicated in the Notice
to Contractors, orassoon1hureafieraspossible. The Department invites bidders, their authorized agents,
and other interested parties to attend.
Proposals received after the time set for the opening will be returned to the bidder "unopened".
END OF SECTION
GP -7
Page 304 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 3
AWARD AND EXECUTION OF CONTRACT
3-1 Consideration of Bids OF[ F11;.,vNT) fl�SFRTT111- F0LL0\\TN(--,-.
For the purpose of award, after opening and reading the proposals, the Department will consider
as the bid the correct summation of each unit bid price multiplied by estimated quantities shown
in the proposal. On this basis. the Department will compare the amounts of each bid and make the
results of such comparison available to the public. Until the actual award of the Contract, however,
the Department reserves the right to reject any or all proposals and to waive technical errors that
the Department may deem best for the interest of the County.
Submit bid unit prices for all bid items. Bids submitted without bid unit prices for all bid items
will be rejected as irregular.
3-2 Award of Contract
3-2.1 General DFA-FT-EAAND INSE KF THE FOLLOWINC:
If the Department decides to award the Contract, the Department will award the Contract to the
lowest responsible, responsive bidder whose proposal complies with all the Contract Document
requirements. If awarded, the Department will award the Contract within one hundred eighty (180)
days after the opening of the proposals, unless the Special Provisions change this time limit or the
bidder and the Department extend the time period by mutual consent,
The "Notice to Procee&' (see 8.3.3) shall be issued within one hundred twenty (120) calendar days
of the award of contract, unless otherwise mutually agreed by the Contractor and the Engineer.
For the purpose of award, the low bid shall be the lowest amount bid for the "Total Bi&', and if
any alternates are considered, it shall be the "Total Bid" plus the addition for the alternate or
alternate.-, which the Owner may select. In no case will any award be made until all necessary
investigations are made into the responsibility of the low bidder.
Prior to award of the Contract by the Department, a contractor must provide proof of authorization
to do business in the State of Florida.
Project Award
The Board of County Commissioners (Board) reserves the right to make multiple awards for this
contract. In the event the Board exercises this right, award will be made to the two (2) lowest,
responsive, responsible bidders. Work will be issued to the bidders at the County's discretion.
GP -8
Page 305 of 537
Agenda Item #22.
GENERAL PROVISIONS
3-5 Contract Bond Required
3-5.1 General Requirements of the Bond DELETEAND INSERT THE FOLLOWING -
3 -5.1.1 General Requirements for All Bonds,
To insure the faithful performance of each and every con&iion, stipulaemn and requirement of
the Contract Documents and to indemnify and save harmless the Department from any and all
damages, either directly or indirectly, arising out of any failure to perform. same, upon award,
finmish to the Department, and maintain in effect throughout the life of the Contract, an
acceptable Public Construction Bond (Surety Bond) for approval by the Board of County
Commissioners, as provided below. Obtain a Surety Bond that has a resident agent in the State
of Florida, meets all of the requirements of the laws of Florida and the regulations of the
Department, including having a currently valid certificate of authority issued by the United
States Department of the Treasury under § 31 U.S.C. 9304-9308, and has the Department's
approval. Ensure that the Surety Bond's resident agent's name, address, and telephone number is
clearly stated on the face of the Surety Bond. The Surety Bond shall be furnished on fornag
attached hereto. The Contractor shall verify at the time of execution of the Contract, the
acceptability of the surety provided thereunder. Contractor shall not commence any work -
to 4T��b�n& to the DTartment an acc�pAble Sulety Bond,
3-5.1.2 Work Order For Less Than $200,000
For each work order in an amount less than $200,000, furnish to the Department and maintain in
effect throughout the duration of the work ordera Surety Bond in the amount of $50,000*, as
security for faithfid performance of work order(s) and for the payment of all persons performing
,labor and furnishing materials in connection therewith. In the event that the amount of a
proposed work exceeds the amount of the Surety Bond, fin-nish additional Surety Bond, in.,
mcrements of $50,000*, so that the total amount of the Surety Bond(s) exceeds the amount of all
work orders -
3 -5.1.3 Work Order For $200,000 or More
For each work order in the amount of $200,00 or more, turriisb to the Department and maintain
in effect throughout the duration of the work order, an acceptable Surety Band in an amount at
least equal to the amount of the total work order, as security for faithful performance and for the
paymgqt of all persons perforniing labor, and fii�4ipg materials in connection therewith.
ADD THE FOLLOWING SUB -ARTICLE:
3-5.6 Recording of Contract Bond
Before commencing the work, Contractor shall provide to County a certified copy of the
recorded bond(s). County may not make any payment to Contractor until Contractor has
complied with this requirement.
3-6 Execution of Contract and Bond DELETE AND INSERT TM', FOLLOWING -
The Contractor shall sign (execute) the Contract and provide satisfactory bond and evidence of
meeting all insurance requirements per 7-13 (Insurance) with the Contract documents. Executed
documents shall be furnished to the Department within fourteen (14) working days after the date
GP -9A
Page 306 of 537
Agenda Item #22.
GENERAL PROVISIONS
of the "Letter of Intent to Award".
Contractor shall perform not less than 40% of the total contract with his own organization.
Therefore, Contractor must submit with the Contract documents a detailed breakdown (in dollars
and percentage) of how the total contract amount is proposed to be distributed. The breakdown
shall show all relative information for the Prime and all sub -contractors.
3-7 Failure by Contractor to Execute Contract and Furnish Bond - PEt-CfE VND VNISERT
I'llE FOLLCAVIN4--
In the event that the bidder fails to execute the Contract and to provide an acceptable bond, as
'bed in 3-5 and 3-6, within 14 days of issuance of the Notice of Intent to Award letter, the
prescri
Department may cause the bidder to forfeit the proposal guaranty to the Department, not as a
penalty but in liquidation of damages sustained. The Department may then award the Contract to
the next lowest responsive, responsible bidder, re -advertise, or accomplish the work using day
labor.
END OF SECTION
SECTION 4
SCOPE OF THE WORK
4-1 Intent of Contract -.A DD 1-H F �01-VOWTV, N'TT1117 FIN D 01. In IN \1"I Icrr:
The roadway plans for Palm Beach County Project No. 2017055, consist of all work necessary to
construct Annual Pathway and Minor Construction Contract, Palm Beach County, Florida. The
work includes mobilization, clearing and grubbing, ditch work and signalization, maintenance of
traffic, maintenance of pedestrian traffic, asphalt pavement, earthwork, drainage, signalization,
NPDES compliance, and other work, as directed by the Engineer,
All of the work involved in this project shall conform to the construction plans and specifications
and shall be completed in a workmanlike manner. All debris is to be removed within the time
specified in the contract,
4-3 Alteration of Plans or of Character of Work
4-3.1 General DELETL �VND LNISUR') THE 1--OH-AAN INC:
The Engineer reserves the right to make, at any time prior to or during the progress of the work,
such increases or decreases in quantities and such alterations in the details of construction as may
be found necessary or desirable by the Engineer. Such increases, decreases or alterations shall not
constitute a breach of Contract, shall not invalidate the Contract, nor release the Surety from any
liability arising out of this Contract or the Surety bond. The Contractor agrees to perform the work,
as altered, the same as if it had been a part of the original Contract.
4-3.9 Cost Savings Initiative Proposal DELETE I N I IS FNI'114TY,
GP -10
Page 307 of 537
Agenda Item #22.
GENERAL PROVISIONS
44 Unforeseeable Work DELEFEANDINS-ERTTHE F,01-1-OkIING
When the Department requires work that is not covered by a price in the Contract, and the
Department fmds, that such work is essential to the satisfactory completion of the Contract within
its intended scope, the Department will make an adjustment to the Contract. The Engineer will
determine the basis of payment for such an adjustment in a fair and equitable amount.
END OF SECTION
SECTION 5
CONTROL OF THE WORK
5-1 Plans and Working Drawings
5-1.1 Contract Documents DELETE A ND I NS� Rf I Tif. H_)1J_0%N1N(
The Contractor will be furnished five (5) copies of the plans and specifications for this project at
the Pre -Construction Conference. Additional copies may be purchased from the Palm Beach
County Engineering Department, at a total cost of $25.00 per set of plans and contract documents,
The Contractor shall have available on the job site at all times, one copy each of the plans, contract
documents and general provisions.
5-1.2 Department's Plans DELYTE IN f FS EN-1711LEY"t
5-1.4.4 Style, Numbering, and Material of Submittals
5-1.4.4.1 Drawings DFUJE AND 11%6fF AT THE FOLL0XVINC:
Furnish six (6) clearly legible photographic or xerographic copies of all shop drawings that are
necessary to complete the structure in compliance with the design shown on the plans. Prepare all
shop drawings using the same units of measure as those used in the Department's plans. Use sheets
no larger than I I by 17 inches. Consecutively number each sheet in the submittal series, and
indicate the total number in the series (i.e., I of 12, 2 of 12,..., 12 of 12).
Include on each sheet the following items as a minimum requirement: the complete Project
Number, Bridge Number(s), drawing title and number, a title block showing the names of the
fabricator or producer and the Contractor for which the work is being done, the initials of the
person(s) responsible for the drawing, the date on which the drawing was prepared, the location of
the item(s) within the project, the Contractor's approval stamp with date and initials, and, when
applicable, the documents shall be signed and sealed by the Specialty Engineer. A re -submittal
will be requested when any of the required information is not included.
5-1.4.4.2 Other Documents 0V_J_ETE IN [ PS%, ITE 111E HAA,ONVI N(( -T*;
GP -I I
Page 308 of 537
Agenda Item #22.
GENERAL PROVISIONS
Provide four sets of original documents or clearly legible photographic or xerographic copies of
documents other than drawings, such as trade literature, catalogue information, calculations, and
manuals. Provide sheets no larger than I I by 17 inches. Clearly label and number each sheet in
the submittal to indicate the total number of sheets in the series (i.e., I of 12, 2 of 12, . , ., 12 of
12). Provide an additional three sets of documentation for items involved with precast prestressed
components. Provide an additional two sets of documentation for items involving structural steel
components.
Prepare all documents using the same units of measure as those used in the Department's plaiis,
Bind and submit all documents with a Table of Contents cover sheet. List on the cover sheet the
total number ofpages and appendices, and include the complete Project Number, a title referencing
the submittal item(s), the name of the firm and person(s) responsible for the preparation of the
document, the Contractor's approval stamp with date and initials, and. when applicable., the
documents shall be signed and sealed by the Specialty Engineer or Contractor's Engineer of
Record, as appropriate.
Submit appropriately prepared and checked calculations and manuals that clearly outline the
design criteria. Include on the internal sheets the complete Project Number and the initials of the
person(s) responsible for preparing and checking the document.
Clearly label trade literature and catalogue information on the front cover with the title, PrQject
Number, date and name of the firm and person(s) responsible for that document.
5-1.4.5 Submittal Paths and Copies
5-1.4.5.1 General I)FLF-f F. 01 I'T'Si NND St �RSTITI FITITI IF FOLLO�VING':
All submittals shall be made to the Engineer.
5-1.4.5.2 Building Structures ()ELETF IN ir,� t,NnioiN �v) stirisn'T'(1-F 1-111'
FOLLOAVINC��
Submit working, shop and erection drawings, and all correspondence related to building structures,
such as Rest Area Pavilions, Office Buildings, and Maintenance Warehouses, to the Architect (if
Record for review and approval. Send a copy of the transmittal to the Engineer.
5-1.4.5.3 Contractor -Originated Design DFLETE -IN ITS I-NTIRE TY.�ND SUW�TITUTT I III
F01.L-4-)%A1N1G
Submit shop drawings and applicable calculations to the Engineer for review. Ensure that each
sheet of the shop drawings and the cover sheet of the calculations are signed and sealed by the
Specialty Engineer or the Contractor's Engineer of Record. Transmit the submittal and copies of
the transmittal letters in accordance with the requirements of 5-1.4.5.1 through 5-1,4.5,3, as
appropriate.
GP -12
Page 309 of 537
Agenda Item #22.
GENERAL PROVISIONS
_ \�,% ( J
5-1.4.5.4 Temporary Works 1A.11,11- IN 11's ENTMET1
FOLLOWTNG:
For Construction Affecting Public Safety, submit to the Engineer shop drawings and the applicable
calculations for the design of special erection equipment, falsework, scaffolding, etc. Ensure that
each sheet of the shop drawings and the cover sheet of the applicable calculations is signed and
sealed by the Specialty Engineer. Transmit the submittal in accordance with the requirements of
5-1.4.5.1 through 5-1.4.5.3, as appropriate.
5-1.4.5.8 Other Nfiscellaneous Design and Structural Details Furnished by the Contractor in
Comphance with the Contract LWLEI-El AND INS EIrr TRI-" FOLLOWING:
Submit to the Engineer shop drawings and the applicable calculations. Ensure that each sheet of
the shop drawings and the cover sheet of the applicable calculations is signed and sealed by the
Specialty Engineer. Transmit the submittal in accordance with the requirements of 5-1.4.5,1
through 5-1.4.5.3, as appropriate.
5-5 Authority of the Engineer DELETEAM) INSER FI-1-ft-'FOLLOWTING
Perform all work to the satisfaction of the Engineer. The Engineer will decide all questions,
difficulties, and disputes, of whatever nature, that may arise, relative to the interpretation of the
plans, construction, prosecution, and fulfillment of the Contract, and as to the character, quality,
amount, and value of any work done, and materials furnished, under or by reason of the Contract -
5 -6 Authority and Duties of Engineer's Assistants MAYW A -ND T-fi-VTOLLOWING,:
The Engineer may appoint such assistants and representatives as he desires. These assistants and
representatives are authorized to inspect all work done and all materials furnished. Such inspection
may extend to all or any part of the work and to the manufacture, preparation, or fabrication of the
materials to be used. Such assistants and representatives are not authorized to revoke, alter, or
waive any requirement of these Specifications. Rather, they are authorized to call to the attention
of the Contractor any failure of the work or materials to meet the Contract Documents, and have
the authority to reject materials or suspend the work until any questions at issue can be referred to
and decided by the Engineer. The Engineer will immediately notify the Contractor in writing of
any such suspension of the work, stating in detail the reasons for the suspension. The presence of
the inspector or other assistant in no way lessens the responsibility of the Contractor.
GP -13
Page 310 of 537
Agenda Item #22.
GENERAL PROVISIONS
5-7 Engineering and Layout
5-7.1 Control Points Furnished by the Department DELFTE, -\�ND fNSEAT THE H)LI-OWING:
The Engineer will provide centerline control points and bench marks to facilitate the proper layout
of the work. Normally, the Engineer will ftirnish only one bench mark for water crossings. Preserve
all reference points and bench marks that the Department ftu-nishes.
Should reference points or benchmarks fall within construction limits, the Contractor shall notify
the Engineer for survey coordination, and establish new reference points or benchmarks in
locations that will not be affected by the construction and preserved upon completion of
construction.
The Contractor's surveyor sball verify the accuracy of the design survey data prior to proceeding
with work -
5 -7.3 Layout of Work DE LET1 -\JND 1JN1-F'RT'"IF 1i0IJ,0\V ING
Utilizing the control points furnished by the Department in accordance with 5-7. 1, the Contractor's
surveyor shall verify the accuracy of the design survey data prior to proceeding with work, and
establish all horizontal and vertical controls necessary to construct the work in conformity to the
Contract Documents. Perform all calculations required, and set all stakes needed such as grade
stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points
necessary to provide lines and grades for construction of all roadway, bridge, and miscellaneous
items.
When performing utility construction as part of the project, establish all horizontal and vertical
controls necessary to carry out such work.
5-7.5 Personnel, Equipment, and Record Requirements 1-ile.1-E TV AN[) INSERT -111E
FOU-OXVINC:
Employ only competent personnel and use only suitable equipment in performing layout work. Do
not engage the services of any person or persons in the employ of the Department for performance
of layout work.
Keep adequate field notes and records while performing as layout work. Make these field notes
and records available for the Engineer's review as the work progresses.
5 -10 -Inspections
5-10.2 Inspection for Acceptance PC, LETE AIND INSE10-111L
Upon notification that all Contract Work, or all Contract Work on the portion of the Contract
scheduled for acceptance, has been completed, the Engineer will make an inspection for
acceptance. The inspection will be made within seven days of the notification. If the Engineer
GP -14
Page 311 of 537
Agenda Item #22.
GENERAL PROVISIONS
finds that all work has been satisfactorily completed, the Department will consider such inspection
as the final inspection. If any or all of the Work is found to be unsatisfactory, the Engineer will
detail the remedial work required to achieve acceptance. The Contract Time shall be suspended
allow the Contractor time to complete the remedial work in accordance with the followin'-,
schedule:
Contract Amount
<$5,000,000
>$5,000,000—<$l 0,000,000
>$10,000,000
Contract Time Suspension
30 Days
45 Days
60 Days
If all Work is not completed by the Contractor and accepted by the Engineer durinu the Contract
Time Suspension, the Contract Time shall resume and. after any remainiu, contract time is
expended. Liquidated Damages shall be assessed until all Work is accepted by the Engineer.
Upon satisfactory completion of the Work, the Department will provide written notice of
acceptance, either partial or final, to the Contractor.
Until final acceptance in accordance with 5 -11, replace or repair any damage to the accepted
Work at no additional cost to the Department and as provided in 7-14
5-12 Claims by Contractor
5-12.1 General 111L, FOLIAMVINGA 1 1,111, FND OF INN AUTICLF:
5-12.1.1 Additional or Unforeseen Work and/or Claims for Extra Compensation
Payment for Additional or Unforeseen Work and/or Claims for Extra Compensation Additional or
unforeseen work of the type already provided by the contract for which there is a contract price
will be paid for at such contract price in accordance with 4-3.2. 1.
Additional or unforeseen work having no quantity or price provided in the contract will be paid at
a negotiated price in accordance with 4-3 and 4-4. Where the cost is negotiated, the Contractor
shall submit an estimate to the Department in terms of labor, materials, equipment, overhead (an
amount equal to a maximum of ten [10] percent) and other expenses incurred solely as a result of
the additional or unforeseen work.
When the price for additional or unforeseen work or claims for compensation cannot be mutually
agreed upon, such costs shall be recorded on a force account basis. The Contractor shall furnish
to the Engineer itemized daily reports of the costs of all force account work which must be
mutually agreed upon. The reports shall be summarized and Rirnished each week and shall include
certified copies of the weekly payroll and original receipted bills for the materials used and the
freight charges paid on same. The bills shall show credits for any discounts offered by suppliers
and only the net amount of the bill shall be charged to the force account work, Where materials
used are not specifically purchased for use on additional or unfareseen work but are taken from
GP -15
Page 312 of 537
Agenda Item #22.
GENERAL PROVISIONS
the Contractor's stock, the Contractor shall submit a certification of the quantity, price and freight
on such materials in lieu of original bills and invoices.
From the daily and weekly reports received from the Contractor, the Engineer will prepare on
regulation forms, itemized statements containing the following detailed information:
1. Name, class, dates, number of hours worked each day, total hours computed to nearest half
hour, rate and extension for each worker and foreman engaged in said work.
2. Designation, number of hours computed to nearest half hour worked each day, total hours,
rental rate, and extension for each unit of equipment engaged.
3. Quantities of materials, prices, and extensions.
4. Freight on materials.
5-12.1.2 Payment
I . For all labor and foremen engaged in the specific work, the Contractor will be paid the actual
rate of wages and the number of hours paid said labor and foremen in accordance with
approved labor agreements, computed to nearest half hour, plus 20 percent (20%) of this sum.
General Foremen will be classified as Superintendents and their compensation will not be
included in the payment provided herein.
2. For materials, the Contractor will receive the actual cost delivered on the work including
freight charges, as shown by original receipted bills, plus 15 percent (15%) of the sum thereof
For small hand and power tools- including chain saws, circular saws and wrenches, no payment
will be allowed.
3. The portion of the cost for equipment shall be based on the Rental Rate Blue Book for
Construction Equipment, published by Dataquest (version current at time of work) in
accordance with the following:
(a) Costs shall be provided on an hourly basis, Hourly rates, for equipment being operated or
on standby, shall be established by dividing the Blue Book monthly rates by 176. The
columns, itemizing rates, labeled "Weekly", "Daily", and "Hourly" shall not be used.
(b) On all projects, the costs shall be adjusted by regional adjustments and by Rate Adjustment -
Tables according to the instruction in the Blue Book.
(c) Reimbursement for the equipment being operated shall be at a rate of 75 percent [75%] of
the Blue Book ownership cost plus 100 percent [100%] of the Blue Book operating costs.
(d) Reimbursement for equipment required to be idled and on standby, shall be at 50 percent
[50%] of the Blue Book ownership cost, only. No more than eight hours of standby will
be paid on a single day.
GP -16
Page 313 of 537
Agenda Item #22.
GENERAL PROVISIONS
(e) No additional overhead will be allowed on equipment costs. No operating cost will be
allowed fbr idle equipment. No payment will be made for any type of repairs to equipment.
Transportation costs for the moving of such equipment to and from the specific force account
operation will be paid. The cost shall be supported by invoice showing actual cost to
Contractor. Transportation costs will be paid from the nearest reasonable source of available
equipment. If the equipment is not returned to the contractor's nearest equipment storage lot,
but is moved to other work, then only the lesser cost of transportation will be paid- The
movement to and from the specified force account operation will be as directed by the
Engineer.
The necessary and required equipment will be inspected and start its rental time on the project
in good condition. All equipment must be in good operating condition to qualify for rental
payment. For a piece of machinery or equipment which must be brought to the site of the force
account work from a source other than another location on the project, rental time shall begin
when the unit arrives and it is first used on the force account work. For a piece of machinery
or equipment which is already on the project, rental time shall begin when it is first used on
the force account work. The rental rate for the Foreman's Transportation unit will be based on
the Blue Book for Construction Equipment, published by Dataquest (version current at time of
work).
Upon completion of the need for a piece of machinery or equipment, rental time shall cease
unless the Engineer has directed, on the basis of a previously agreed schedule, that it be kept
at the site of the force account work for economic performance of future force account work.
2. When force account work or any extra work is accomplished by an approved subcontractor,
the Contractor shall receive, as compensation for administration costs, an amount equal to a
maximum of ten percent of the total amount paid for subcontracted work.
The compensation as herein provided shall be accepted by the Contractor as payment in ftffl
for extra work and claims done on a force account basis. The Contractor's representative and
the Inspector shall daily compare records of extra work done on a force account basis at the
end of each day. Copies of these records shall be made in duplicate, upon a form provided for
this purpose, by the Inspector, and signed by both the Inspector and the Contractor's
representative, one copy being forwarded to the Engineer or his authorized representative, and
one copy to the Contractor.
All claims for extra work done on a force account basis shall be submitted by the Contractor
upon certified statements. to which shall be attached original receipted bills covering the costs
of the transportation charges on all materials used in such work. However, if materials used
on the force account work are not specifically purchased for such work but are taken from the
Contractor's stock, then in lieu of the invoices, the Contractor shall firrnish an affidavit
certifying that such materials were taken from his stock that the quantity claimed was actually
used, and that the price and transportation claimed represent actual cost to the Contractor.
GP -17
Page 314 of 537
Agenda Item #22.
GENERAL PROVISIONS
5-12.2 Notice of Claim
5-12.2.1 Claims for Extra Work DEL FTE tN FT'S EINM RF -FY
5-12.2.2 Claims for Delay I)ELE I E UN FrS EN Tt RETY
5-12.3 Content of Written Claim 0ELETE I TEM (E) I N ITS ENTIfff, f N
5-12.4 Action on Claim 1WU:,T[-TVND INSERT THE 1,01-LONMIC.:
The Engineer will respond within 90 calendar days of receipt of a complete claim submitted by a
Contractor in compliance with 5-12.3. Failure by the Engineer to respond to a claim within 90 days
after receipt of a complete claim in compliance with 5-12.3 constitutes a denial of the claim by the
Engineer. If the Engineer finds the claim or any part thereof to be valid, such partial or whole claim
will be allowed and paid for to the extent deemed valid and any time extension granted, if
applicable, as provided in the Contract. No circuit court or arbitration proceedings on any claim,
or a part thereof, may be filed until after final acceptance per 5-11 of all Contract work by the
Department or denial hereunder, whichever occurs last.
5-12.5 Pre -Settlement and Pre -Judgment Interest M I I� 11, 1\ ITS ENTMETV
5-12.6 Compensation for Extra Work or Delay DEI -LTE IN ITS LN-HRETY
5-12.12 Settlement Discussions 0EI-XIT: AND INSERT I -LIE, FOLLOWING
The content of any discussions or meetings held between the Department and the Contractor to
settle or resolve any claims submitted by the Contractor against the Department Shall be
inadmissible in any legal, equitable, arbitration or administrative proceedings brought by the
Contractor against the Department for payment of such claim.
5-12.13 Personal Liability of Public Officials - OELVITAND I NSURTI-m.- MIA.MVING:
In carrying out any of the provisions of the Contract or in exercising any power or authority granted
to the Engineer or any of their respective employees or agents, there shah be no liability on behalf
of any employee, officer or official of the Department for which such individual is responsible,
either personally or as officials or representatives of the Department, It is understood that in all
such matters such individuals act solely as agents and representatives of the Department
END OF SECTION
GP -18
Page 315 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 6
CONTROL OF MATERIALS
6-1 Acceptance Criteria
6-1.1 Generalkllf) UIL FOLLOAAING ki THE END OFTHIS ikRTIcl 1�::
All materials/products/certifications incorporated into the work shall be from F.D.O.T, certified
and approved sources unless otherwise set forth herein.
6-1.2 Sampling and Testing DEl,FTE ANA) INS KHT JJJE U-OU�(_)%Y I Nf-,:
Restore immediately any site from which material has been removed for sampling purposes to the
pre -sampled condition with materials and construction methods used in the initial construction, at
no additional cost to the Department.
Ensure when a material is delivered to the location as described in the Contract, there is enough
material delivered to take samples, at no expense to the Department.
ADD Tff FOLLONATNG S -U-11 ARTIQLE:
6-1.2.5
All materials that are subjected to tests by samples or otherwise, shall be compensated for as
follows:
(a) All tests made that indicate failures to meet the design criteria shall be paid for by the
Contractor.
(b) All tests made that indicate passing of the design criteria and approved as such by the Engineer,
shall be paid for by the Owner or Palm Beach County.
6-6 Warranty LNSEf4T NEWSUR-ARTICTI,
Sl� ('I TON 6:
The Contractor warrants to the Owner and Engineer that all materials and equipment furnished
under this Contract will be new unless otherwise specified and that all work will be of good quality,
free from faults and defects and in conformance with Contract Documents. All work not so
conforming to these requirements may be considered defie-ctive. If required by the Engineer, the
Contractor shall fin-nish satisfactory evidence as to the kind and quality of materials and
equipment. All work shall be warranted and guaranteed unconditionally for a period of one (1)
year after the letter of final acceptance.
END OF SECTION
GP -19
Page 316 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 7
LEGAL REQUIREMENTS
AND RESPONSIBILITY TO THE PUBLIC
7-1.9 Florida Minority Business Loan Mobilization Program DELETE iN I YN VN I -I REJ�,
7-2 Permits and Licenses
7-2.1 General DELE71'EA-M) I SLUTTI-11 i-' FOI, I ONN21 N(.' -
Except for permits procured by the Department, if any, procure all permits and licenses, pay all
charges and fees, and give all notices necessary and incidental to the due and lawfid prosecution
of the work.
It shall be the Contractor's responsibility to become familiar with all local governmental codes,
ordinances, and laws governing, associated with, or pertaining to the prosecution and completion
of the work- and to obtain and procure all applicable permits and licenses associated or incidental
thereto. Additionally, the contractor shall be responsible for giving all notices necessary or
incidental to the prosecution and completion of the work. Any costs involved in procuring permits
and licenses, complying with local codes, ordinances or laws, or giving notices shall be incidental
to the project and paid by the contractor.
Any permits required by municipality or public agency, including but not limited to tree removal
and dewatering, shall become the responsibility of the Contractor. The permitting time shall be
included *in the bid proposal and work progress schedule. The Contractor shall also be responsible
for completing appropriate certifications by a Professional Engineer, certified in the State of
Florida, as outlined on PER -1.
The Department will also acquire any modifications or revisions to an original perinit when the
Contractor requires such modifications or revisions to complete the construction operations
specified in the plans or Special Provisions and within the right-of-way limits -
Acquire all permits for work- performed outside the right-of-way or easements for the project.
In carrying out the work in the Contract, when under the jurisdiction of any environmental
regulatory agency, comply with all regulations issued by such agencies and with all general,
special, and particular conditions relating to construction activities of all permits issued to the
Department as though such conditions were issued to the Contractor. Post all permit placards in a
protected location at the worksite.
In case of a discrepancy between any pen -nit condition and other Contract Documents, the more
stringent condition shall prevail.
7-11.3 Contractors' Use of Streets and Roads
7-113.2 On the State Highway System F)ELITTE I N I I s rq,fm E,rN
GP -20
Page 317 of 537
Agenda Item #22.
GENERAL PROVISIONS
7-11.4 Traffic Signs, Signal Equipment, Highway Lighting and Guardrail DELFA f FHE'
LXSTPARACRAMIAND INSFJZI*'f-lll,'I,'01,1,OkN'ING:
Payment for repairs will be incidental to the cost of Maintenance of Traffic (MOT), L.S.
7-11.6 Utilities
7-11.6.1 General A DI >1141-: 1- 01 11-AVI I I- t] E IiF (ANNINC 4-) 1- -114 IS.st! Ii.
.!.,-R I I cL L:
Unless otherwise specified, all references to utility work, coordination, adjustments, permits,
utility pay items, etc. shall be considered separate and distinct from Roadway and Bridge items
and shall pertain to all utilities including Pahn Beach County Water Utilities Department
(PBCWUD) and Palm Beach County Traffic Division. The Contractor shall be responsible to be
familiar with and assure that all utility related work be performed in accordance with each
respective utility department's minimum engineering and construction standards.
Sufficient time has been allotted in the contract "time of completion" for the Contractor to
coordinate the installation and relocation of all utilities. It is the responsibility of the Contractor
to assure that this coordination is implemented and included in the work schedule.
Utility adjustments shall be the responsibility of the respective utility company, unless otherwise
indicated on the plans or in the specifications.
The Contractor shall be responsible to ascertain the exact location of all utilities prior to
construction regardless of infon-nation which may be indicated on the drawings. Utilities shall be
located and marked in the field. The Contractor shall take reasonable steps to protect the utilities
from damage.
In addition, the Contractor shall be responsible to verify if "other" utilities (not shown in the plans)
exist within the area of construction. Should there be utility conflicts, the Contractor shall inform
the Engineer and notify the respective utility owners to resolve utility conflicts and utility
adjustments, as required.
The Contractor shall plan his work and conduct his construction operations in cooperation with
the various Utility Companies. The Contractor shall use extreme caution where construction is
performed in proximity to utilities, and the Engineer and the respective utility owner shall be
notified when any work may conflict with the utilities.
The Contractor shall make all necessary arrangements with the Utility Companies concerned for
the maintenance of their lines during the construction period. In the event that complete relocation
of utilities has not been accomplished prior to the effective date of the "Notice to Proceed", the
Contractor nevertheless shall commence to work under this contract and schedule his work to
avoid interference with the utility relocation work. The County will not be liable for any delay or
added expense to the Contractor due to the activities of the Utility Companies, nor shall the County
be held responsible for any damage to any utilities due to any action by the Contractor.
GP -21
Page 318 of 537
Agenda Item #22.
GENERAL PROVISIONS
7-12 Responsibility For Damages, Claims, etc.
7-12.1 Contractorto Provide Indemnification DF1 ETE AN,!) INSER-1 THE.
FOL LOWING:
The Contractor shall indemnify, defend, save, and hold hanniess Palm Beach County and all of its
officers, agents or employees from all suits, actions, claims, demands, liability of any nature
whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or
commission of the contractor, its officers, agents, or employees. In the performance of the
construction Contract, neither the contractor/consultant, nor any of its officers, agents, or
employees will be liable under this section for damages arising out of injury or damage to persons
orproperty directly caused or resulting from the sole negligence of the County or any of its officers,
agents, or employees.
It is binding to the Contractor that the above language be included in any and all agreements with
subcontracts executed in connection with this contract.
Unless otherwise noted herein, no provision of this Contract is intended to, or shall be construed
to, create any third party beneficiary or to provide any rights to any person or entity not a party to
this Contract, including but not limited to any citizen or employees of the Contractor.
7-13 Insurance
7-13.1 General 1-)F I E I F, A N 1) 1 '10, F 11 1 114 E 1`0 1 - 1 .0 W I NA, �
Unless other -wise specified in this Contract, or approved by County's Risk Management
Departinent, the Contractor shall, at its sole expense, maintain in full force and effect at all times
during the life of this contract or the performance of work hereunder (including warranty),
insurance coverage with limits, including endorsements, not less than those set forth in the
Insurance Coverage & Limit Table below and with insurers and under forms of policies acceptable
to the County. Contractor shall deliver to the Department Certificatc(s) of insurance evidencing
that such policies are in full force and effect, not later than fourteen (14) calendar days after receipt
of Notification of Intent to Award, but in any event, prior to execution of the Contract by the
County and prior to commencement of work on !he project. Such certificate(s) shall adhere in
every respect to the conditions set forth herein.
The requirements contained herein as to types and limits, as well as County's approval of insurance
coverage to be maintained by Contractor, are not intended to and shall not in any manner limit or
qualify the liabilities and obligations assumed by Contractor under the Contract.
7-13.1.1 Commercial General Liability
Contractor shall agree to maintain a standard Insurance Service Office (ISO version Commercial
General Liability policy form, or its equivalent providing coverage for, but not be limited to,
Bodily Injury and Property Damage, Premises/Operations, Personal Injury, Products/Completed
Operations, Independent Contractors, Contractual Liability, Broad Form Property Damag X -C-
GP -22
Page 319 of 537
Agenda Item #22.
GENERAL PROVISIONS
U (X = Explosion; C = Collapse; U = Underground) Coverages (if applicable), Severability of
Interest including Cross Liability, and be in accordance with all of the limits, terms and conditions
set forth herein. Contractor agrees this coverage shall be provided on a primary basis.
7-13.1.2 Business Automobile Liability
Contractor shall agree to maintain a standard Insurance Service Office (ISO) version Business
Automobile Liability coverage form, or its equivalent, providing coverage for all owned, non -
owned and hired automobiles, and in accordance with all of the limits, terms and conditions set
forth herein. Contractor agrees this coverage shall be provided on a primary basis.
Notwithstanding the foregoing, should the Contractor not own any automobiles, the business auto
liability requirement shall be amended to allow the Contractor to agree to maintain only Hired &
Non -Owned Auto Liability. This amended coverage requirement may be satisfied by way of
endorsement to the Commercial General Liability, or separate Business Auto Coverage form.
7-13.1.3 Workers' Compensation and Employer's Liability
Contractor shall agree to maintain Workers' Compensation Insurance & Employers Liability,
including Federal Act endorsement for U.S. Longshoremen's and Harbor Workers Act when any
work is on or contiguous to navigable bodies of U.S. waterways and ways adjoining, covering all
of its employees on the work site. This coverage shall be accordance with all of the limits, terms
and conditions set forth herein. Exemptions for a Contractor in or doing work in the Construction
Industry, or proof of Workers' Compensation coverage provided by an employee leasing
arrangement shall not satisfy this requirement.
If any work is sublet Contractor shall require all subcontractors to similarly comply with this
requirement unless such subcontractors' employees are covered by Contractor's Workers'
Compensation insurance policy. Contractor agrees this coverage shall be provided on a primary
basis. Contractor shall defend, indemnify and save the County and the Engineer harmless from
any damages resulting to them for failure of Contractor to take out or maintain such insurance.
7-13.1.4 Additional Required Insurance When Work Involves
The Contractor shall agree to maintami the following additional required insurance coverages with
respect to any work involving property, operations, or type of equipment for which each insurance
coverage described below has been designed specifically to provide coverage for.
7-13.1.4.1 Railroad Protective Liability
With respect to any of the work involving construction of a railroad grade crossing, overpass or
underpass structure, or a railroad crossing signal installation, or any other work or operations by
the Contractor within the limits of the railroad right of way including any encroachments thereon
from work or operations within the vicinity of the railroad right of way the Contractor shall finnish
to the County for transmittal to the railroad company, an original insurance policy which, with
respect to the operations he or any of his subcontractors perform, will provide for and in behalf of
the railroad company, Railroad Protective Liability. Coverage shall be in accordance with all of
GP -23
Page 320 of 537
Agenda Item #22.
GENERAL PROVISIONS
the limits, terms and conditions set forth herein and conform with the requirements of the U.S.
Department of Transportation, Federal Highway Administration, Federal -Aid Program Manual,
Volume 6, Chapter 6, Section 2, Subsection 2, Transmittal 350, dated October 1, 1982, and any
supplements or revisions. Contractor agrees this coverage shall be provided on a primary basis.
7-13.1.4.2 Watercraft Liability
With respect to any of the work hereunder involving watercraft owned, hired, or borrowed, the
Contractor shalt agree to maintain Protection and Indemnity, or similar Watercraft Liability.
Coverage shall be included either way of endorsement under the Commercial General Liability or
by separate watercraft liability insurance and be in accordance with all of the limits, terms and
conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis.
7-13.1.4.3 Aircraft Liability
With respect to any of the work involving (fixed wing or helicopter) aircraft owned, hired, or
borrowed, the Contractor shall agree to maintain Aircraft Liability. Passenger Liability shall be
included when persons other than the pilot and crew are occupying the aircraft. Coverage shall be
in accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this
coverage shall be provided on a primary basis.
7-13.2 Utility Owners Protective Liability
When the work under the Contract involves the installation of attachments to joint -use utility poles,
the Contractor shall fin-nish evidence to the County that, with respect to the operations he performs,
his Comm ial General Liability is endorsed with a Broad Form Contractual Endorsement
covering the below indemnification or the County and Utility Company are to be an Additional
Named Insured on the policy.
The Contractor hereby agrees to indemnify, defend, save and hold harmless the County and any
owner of equipment attached to or supported by a jointly used pole from all claims, liabilities and
suits whether or not due to or caused by negligence of the County or joint pole equipment owners
for bodily injury or death to person(s) or damage to property resulting in connection with the.
performance of the described work by Contractor, its subcontractors, agents or employees -
7 -13.3 Satisfying Limits Under an Urnbrella Policy
If necessary, the Contractor may satisfy the minimum limits required above for either Commercial
General Liability, Business Auto Liability, and Employer's Liability coverage under an Umbrella
or Excess Liability. The underlying limits may be set at the minimum amounts required by the
Umbrella or Excess Liability provided the combined limits meet at least the minimum limit for
each required policy, The Umbrella or Excess Liability shall have an Annual Aggregate at a limit
not less than two (2) times the highest per occurrence minimum limit required above for any of
the required coverages. The County and any other applicable entities shall be specifically endorsed
as an "Additional Insured" on the Umbrella or Excess Liability, unless the Umbrella or Excess
GP -24
Page 321 of 537
Agenda Item #22.
GENERAL PROVISIONS
Liability provides continuous coverage to the underlying policies on a complete Follow -Form
basis without exceptions and stated as such on the Certificate of Insurance -
7 -13A Additional Insured
The Contractor agrees to endorse the County and any other required entity as an Additional insured
on each insurance policy required to be maintained by the Contractor, except for Workers*
Compensation and Business Auto Liability- The CG 2026 Additional Insured - Designated Person
or Organization endorsement, or its equivalent, shall be endorsed to the Commercial General
Liability. Other policies, when required, such as for watercraft, aircraft, and utility owners
protective, shall provide a standard Additional Insured endorsement offered by the insurer
providing coverage with respect to liability arising out of the operations of the Contractor. The
endorsement shall read "Palm Beach Count-, Board of Countv Commissioners". The Contractor
shall agree the Additional Insured endorsements provide coverage on a primary basis.
Endorsement shall be in accordance with all of the limits, terms and conditions set forth herein.
7-13.5 Additional Requirements
7-13.5.1 Waiver of Subrogation
The Contractor shall agree, by entering into this Contract, to a Waiver of Subrogation for each
required policy providing coverage during the life of this Contract. When required by the insurer
or should a policy condition not permit an Insured to enter into an pre -loss agreement to waive
subrogation without an endorsement, then the Contractor shall agree to notify the insurer and
request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others,
or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy, which a
condition to the policy specifically prohibits such an endorsement, or voids coverage should the
insured enter into such an agreement on a pre -loss basis. The Waiver of Subrogation shall be in
accordance with all of the limits, terms and conditions set forth herein,
743.5.2 Right to Review and Adjust
The Contractor shall agree, notwithstanding the foregoing, the County, by and through its Risk
Management Department, in cooperation with the Department, reserves the right to periodically
review, reject or accept all required policies of insurance, including limits, coverages, or
endorsements, hereunder from time to time throughout the life of this Contract. Furthermore, the
County reserves the right to review and reject any insurer providing coverage because of poor
financial condition or because it is not operating legally. In such event, County shall provide
Contractor written notice of such adjusted limits and Contractor shall agree to comply within thirty
(30) days of receipt thereof and to be responsible for any premium revisions as a result of any such
reasonable adjustment.
7-13.5.3 No Representation of Coverage Adequacy
The coverages and limits identified in the table have been determined to protect pruinaffly interests
of the County only, and the Contractor agrees in no way should the coverages and limits in the
GP -25
Page 322 of 537
Agenda Item #22.
GENERAL PROVISIONS
table be relied upon when assessing the extent or determining appropriate types and limits of
coverage to protect the Contractor against any loss exposures, whether as a result of the
construction project or otherwise.
7-13.5.4 Certificate of Insurance
Certificates of Insurance must provide clear evidence that Contractor's Insurance Policies contain
the minimum limits of coverage, cancellation notice, and terms and conditions set forth hereim
In the event the County is notified that a required insurance coverage will cancel or non -renewed
durina the period of this Contra4 the Contractor shall agree to furnish prior to the expiration of
such insurance, an additional certificate of insurance as proof that equal and like coverage for the
balance of the period of the Contract and any extension thereof is in effect. Contractor shall agree,
not continue to work, pursuant to this Contract unless all required insurance remains in effect
The County shall have the night, but not the obligation, of prohibiting Contractor or any
subcontractor from entering the project site until such certificates or other evidence that insurance
has been placed in complete compliance with these requirements is received and accepted by the
County.
The County Reserves The Right To Withhold Payment, But Not The Obligation, To Contractor
Until Coverage Is Reinstated, If The Contractor Fails To Maintain The Insurance As Set Forth
Herein, The County Shall Have The Right, But Not The Obligation, To Purchase Said Insurance
At Contractor's Expense.
7-13.5.4.1 Additional Requirements for Certificates of Insurance
I . Shall clearly identif� Palm Beach County, a political subdivision of the State of Florida, its
officers, agents and employees as Additional Insured for all required insurance coverages,
except Workers' Compensation and Business Auto Liability.
2. Shall clearly indicate project name and project number to which it applies.
3. Shall clearly indicate a notification requirement in the event of cancellation or non -renewal of
coverage.
4. Evidence of renewal coverage or reinstatement of cancelled coverage must be provided in
advance of any policy that may expire during the term of this Contract. Failure to provide such
certificate shall result in automatic stoppage of the work until such time as the renewal
certificate is supplied.
5. Contractor shall deliver original Certificate(s) of Insurance to the following Certificate Holder
address:
Palm Beach County
c/o Insurance Tracking Services, Inc.
P.O. Box 20270
Long Beach, CA 90801
GP -26
Page 323 of 537
Agenda Item #22.
GENERAL PROVISIONS
6. The Certificates of Insurance must be completed in the original and signed and returned to the
County along with Contracts and Sureties.
7-13.5.5 Deductibles, Coinsurance Penalties, & Self -Insured Retention
The CONTRACTOR shall agree to be fully and solely responsible for any costs or expenses as a
result of a coverage deductible, coinsurance penalty, or self-insured retention; including any loss
not covered because of the operation of such deductible, coinsurance penalty, or self-insured
retention.
7-13.5.6 Subcontractor's Insurance
The CONTRACTOR shall agree to cause each subcontractor employed by CONTRACTOR to
purchase and maintain insurance of the type specified herein, unless the CONTRACTOR'S
insurance provides coverage on behalf of the subcontractor. When requested by the COUNTY,
the CONTRACTOR shall agree to obtain and furnish copies of certificates of insurance evidencing
coverage for each subcontractor.
TMS SPACE LEFT BLANK INTENTIONALLY
GP -27
Page 324 of 537
Agenda Item #22.
GENERAL PROVISIONS
7-13.5.7 Insurance Coverage and Table
The CONTRACTOR shall agree to maintain the coverage, endorsements, and limits of liability in
accordance with and set forth by the hisurance Coverage & Table below:
INSURANCE COVERAGE & LIMIT TABLE
TYPE OF COVERAGE
CONTRACTS LESS THAN
CONTRACTS $500,000 OR
$500,000
MORE
COMMERCIAL GENERAL LIABILITY:
Limit of Liability not less than:
$500,000
$1.000,000
per occurrence
per occurrence
Additional Insured endorsement required:
General Aggregate Litnit must apply Per Project
Yes
Yes
COMPREHENSIVE AUTO LIABILITY:
$500.000
$1,000,000
Limit of Liability not less than:
per occurrence
per occurrence
WORKERS' COMPENSATION &
EMPLOYER'S LIABILITY:
Coverage not less than:
Statutory
Employer's Liability Limits not less than:
100,000/500,000/100,000
WATERCRAFT LIABILITY:
Limit of Liability not less than:
$1,000,()00
per occurrence
Additional Insured endorsement required:
Yes
AIRCRAFT LIABILM:
Limit of Liability not less than:
$5,000,000
per occurrence
When used to carry passengers (excluding
aircrafts crew) coverage for Passenger Liabilit,,,
S1,000,000
not less than:
per passenger
Additional Insured endorsement required.
Yes
RAILROAD PROTECTIVE LIABILITY:
Limit of Liability not less than:
$2,000,000 per occurrence
$6,000,000 aggregate
Additional Insured endorsement required;
General Aggregate. Limit must apply Per Project
Yes
UTILITY OWNERS PROTECTIVE
LLUILITY:
Limit of Liability not less than:
S 1,000,000 per occurrence
Additional Insured endorsement required:
Yes
GP -278
Page 325 of 537
Agenda Item #22.
GENERAL PROVISIONS
7-14 Contractor's Responsibility for Work - \0 0I til- 1-4 tL I-0 %k I V-1 �Ay -1 HE EN[) (4
l HIS A kil 14 1 F �
In addition to the above, the Contractor win not be held responsible for damage to any landscape
items caused by an officially declared hurricane which occurs after the final acceptance of the
entire work (as specified in 580), but during any remaining portion of the 90 -day establishment
period.
7-16 Wage Rates for Federal -Aid Projects. - D E L E TV k N 1) INSF11-Y 'I V1 i FOLLO %Vl�, C'
For all projects that include Federal -aid participation, the Contract documents contain
requirements with regard to payment of predetermined minimum wages. Predetermined Wage
Rate Decisions (U.S. Department of Laborprovided Wage Rate Tables) exist for Heavy, Highway,
and Building Construction Projects.
7-23 Contractor's Motor Vehicle Registration - 1) ELETI� VN 1) IN14, RT T1 1 F
1.'OLLOWING.-
Upon request by the Department, the Contractor shall provide the Department with proof that all
motor vehicles operated, or caused to be operated by such Contractor, are registered in compliance
with Chapter 320 of the Florida Statutes. Submit such proof of registration in the form of a
notarized affidavit to the Depai: tment.
The Department will not make payment to the Contractor until the required proof of registration
is on file with the Department.
If the Contractor fails to register any motor vehicle that he operates in Florida, pursuant to Chapter
320 of the Florida Statutes, the Department may disqualify the Contractor from bidding, or the
Department may suspend and revoke the Contractor's certificates of qualification.
END OF SECTION
SECTION 8
PROSECUTION AND PROGRESS
8-3 Prosecution of Work
8-3.2 Submission of Working Schedule lWJJ_TF AN 1) 1 NSL. R T I I I F
F 0 L. 1,0 W I N 6
Provide a schedule that shows the various activities of work in sufficient detail to demonstrate a
reasonable and workable plan to complete the project within the Contract Time. Show the order
and interdependence of activities and the sequence for accomplishing the work. Describe all
activities in sufficient detail so that the Engineer can readily identify the work and measure the
progress on each activity. Show each activity with a beginning work date, a duration, and a
monetary value. Include activities for procurement fabrication, and deliver of materials, plant, and
GP -29
Page 326 of 537
Agenda Item #22.
GENERAL PROVISIONS
equipment, and review time for shop drawings and submittals. Include milestone activities when
milestones are required by the Contract Documents. 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.
The Engineer will return inadequate schedules to the Contractor for corrections. Resubmit a
corrected schedule within 15 calendar days from the date of the Engineer's return transmittal.
Submit an updated Work Progress Schedule, for Engineer's acceptance, if there is a significant
change in the planned order or duration of an activity. The Engineer will review the corrected
schedule and respond within 7 calendar days of receipt.
By acceptance of the schedule, the Engineer does not endorse or otherwise certify the validity or
accuracy of the activity durations or sequencing of activities. The Engineer will use the accepted
schedule as the baseline against which to measure the progress.
0
If the Contractor fails to finalize either the initial or a revised schedule in the time specified, the
Engineer will, withhold all Contract payments until the Engineer accepts the schedule.
8-33 Beginning Work 1) C L E T E A N 1) 1 -N S F R T F HE' F 0 L1 0 N�, I _N G:
For contracts bearing a specified number of calendar days to complete, as stated in the bid form,
effective date for starting the work shall be established during the Pre -Construction Conference
and shall be so stated in writing by the "Notice to Proceed" issued by the County Engineer. The
effective date of beginning of work stipulated in the 'Notice to Proceed" shall be set at a date not
later than one hundred twenty (120) calendar days after the date of execution of the Contract
Documents by the Board of County Commissioners, unless otherwise mutually agreed by the
Contractor and the County Engineer.
8-3.5 Preconstruction Conference 1) �'. L f' 11 % N 1) MS F K"I 'I VIE V 0 L Lo \N I.N (1:
After the award of contract and prior to issuance of the "Notice to Proceed" a Pre -Construction
Conference will be held between the Contractor, representative of the County Engineer's Office,
representative of other municipalities concerned, utility companies, other contractors affected by
the work and any other persons designated by the County Engineer's Office to have a material
interest in the work. The time and place of this conference will be set by the County Engineer's
Office. The Contractor shall bring with him to this conference a copy of bis proposed work
schedule for the job.
8-6 Temporary Suspension of Contractor's Operations
8-6.1 Autbority to Suspend Contractor's Operations . N 1) 1) TI I E F0 ( LOW IN I If I
END OF T1IIS.,NRTI(-LE:
In particular, the Engineer reserves the right to suspend work on the project from December 15th
to January Ist. The Engineer will give a minimum of thirty (30) calendar days' notice of
GP -30
Page 327 of 537
Agenda Item #22.
GENERAL PROVISIONS
suspension. Prior to carrying out any work on the project during the period of directed suspension,
the Contractor shall obtain written approval from the Engineer.
8-6.1.1 State of Emergency Pf LETF. .',N1) INSERT I B I F 01.1 ONN
The Engineer has the authority to suspend the Contractor's operations, wholly or in part, pursuant
to a Governor's Declaration of a State of Emergency. The Engineer will order such suspension in
writing, giving in detail the reasons for the suspension. Contract Time will be charged during all
suspensions of Contractor's operations. The Department, at its sole discretion, may grant an
extension of Contract Time and reimburse the Contractor for specific costs associated with such
suspension.
8-6.4 Suspension of Contractor's Operations -Holidays t P L, L E T E �-VND ! N *s C4 R1 TT -f I
FOLI,OWING:
Unless the Contractor submits a written request to work on a holiday at least ten days in advance
of the requested date and receives written approval from the Engineer, the Contractor shall not
work on the following days: Martin Luther King, Jr. Day; Memorial Day, the Saturday and Sunday
immediately preceding Memorial Day; Independence Day; Labor Day; the Friday, Saturday, and
Sunday immediately preceding Labor Day; Veterans Day; Thanksgiving Day; the Friday, Saturday
and Sunday immediately following Thanksgiving Day; and December 24 through January 2,
inclusive.
Contract Time will be charged during these holiday periods regardless of whether or not the
Contractor's operations have been suspended. Contract time will be adjusted in accordance with
8-7.3,2. The Contractor is not entitled to any additional compensation beyond any allowed contract
time adjustment for suspension of operations during such holiday periods.
The Contractor will be allowed additional contract time for each working day included in the
Engineer directed suspension of work between December 15th and December 23rd.During such
suspensions, remove all equipment and materials from the clear zone, except those required for
the safety of the traveling public and retain sufficient personnel at the job site to properly meet the
requirements of Sections 102 and 104. The Contractor is not entitled to any additional
compensation for removal of equipment from clear zones or for compliance with Section 102 and
Section 104 during such holiday periods.
8-7 Computation of Contract Time
8-7.2 Date of Beginning of Contract Time f)l`Lt,,-ry
The date on which Contract Time begins is noted on each work order.
GP -31
Page 328 of 537
Agenda Item #22.
GENERAL PROVISIONS
8-8 Failure of Contractor to IMaintain Satisfactory Progress
8-8.1 General: Pursue the Work to Completion A MYTH F F01A.0W(M.—T01 Y1 I` FN0
Of THIS ARTICLE:
Satisfactory progress is an essential element of the contract and, as delay in the prosecution of the
work will inconvenience the public, obstruct traffic, and interfere with business, it is important
that the work be pressed vigorously to completion, Moreover, the cost to the Department for the
administration of the contract, including engineering, inspection, and supervision, will be
increased as the construction period is lengthened.
8-8.2 Regulations Governing Suspension for Delinquency DELETE ,N -ND INSERT THF.
�OLLOWiNG�
(a) A Contractor may be declared delinquent because of unsatisfactory progress on a contract with
the County, when the contract time allowed has not been entirely consumed, but the
Contractor's progress at any check period does not meet at least one of the following two tests:
(1) The percentage of dollar value of completed work with respect to the total amount of the
Contract is within ten percentage points of the percentage of contract time elapsed.
(2) The percentage of dollar value of completed work is within ten Percentage points of the
dollar value which should have been performed according to the Contractor's own progress
schedule previously approved by the Engineer.
In lieu of the "ten percentage points" stipulated in the two preceding paragraphs, "twenty" (20)
percentage points may be allowed for a Contractor who, in the opinion of the County Engineer,
has adequate organization, equipment, and financial resources to undertake other contract or
subcontract work without conflict or delay in prosecuting work under existing contracts let by the
County.
(b) A Contractor will be declared delinquent because of unsatisfactory progress on the contract
with the County, under either of the following circumstances.
(1) The contract time allowed has been consumed and the work has not been completed,
(2) The contract time allowed has not been entirely consumed the Contractor's progress at any
check period does not meet either of the two tests described under the paragraphs headed
(a) above (c).
A Contractor declared delinquent under the provisions of 8-8 will be disqualified from further
bidding and also will not be approved as a subcontractor so long as the delinquent status exists.
Also, any individual, firm, partnership or corporation, affiliated with a delinquent Contractor for
either personnel, equipment or finances, shall likewise be disqualified.
GP -32
Page 329 of 537
Agenda Item #22.
GENERAL PROVISIONS
(c) The Contractor may appeal to the County Engineer for relief from his disqualification status.
The County Engineer will act upon any appeal within thirty (30) calendar days after the filing
thereof, and will promptly notify the appellant of the action taken.
(d) A Contractor disqualified under the requirements of this Article will be removed fi-oin such
status upon receipt of evidence from the Construction Coordination Division that his progress
is no longer dehnquenL provided the contract time has not elapsed.
(e) The principal progress check period will occur monthly, upon receipt in Construction
Coordination Division of the Contractor's monthly estimates. Postings will generally be
completed by the first week of each month, and preliminary notices of delinquency will be sent
to the Contractor by telegram inimediately thereafter, and confirmed by certified mail.
(f) No Contractor given such a preliminary notice of delinquency will be finally declared
delinquent until a period of ten calendar days after the preliminary notice has elapsed.
During this ten-day period the affected Contractor may request any extensions of time, or other
considerations which would affect his delinquency, which he feels he. is entitled to.
(a Final notification of delinquency win be made by telegram and certified mail after the
expiration of this ten-day period, provided no extensions of time or other considerations are
deemed proper by the County Engineer, and provided the delinquency status has not been
corrected.
(h) The County Engineer may grant extensions of time during the prosecution of the work, as
allowed under the Standard Specifications and General Provisions for the work, regardless of
the Contractor's delinquency status.
8-9 Default and Termination of Contract
8-9.2 Termination of Contract for Convenience DELE—tt- ANP
FOLLONVING:
Owner may, at its option, terminate the Contract� in whole or in part at any time by written notice
thereof to Contractor, whether or not Contractor is in default. Upon any such termination,
Contractor hereby waives any claims for damages from the optional termination, including loss of
anticipated profits, on account thereof, but as the sole right and remedy of Contractor, Owner shall
pay Contractor in accordance with Subparagraphs below, provided, however, that those provisions
of the Contract which by their very nature survive final acceptance under the Contract shall remain
in full force and effect after such termination.
A. Upon receipt of any such notice, Contractor and its Surety shall, unless the notice requires
otherwise:
1. Immediately discontinue work on the date and to the extent specified in the notice;
2. Place no further orders or subcontracts for materials, services, or facilities, other than may
be necessary or required for completion of such portion of work under the Contract that is
GP -33
Page 330 of 537
Agenda Item #22.
GENERAL PROVISIONS
not ten-ninated;
3. Promptly make every reasonable effort to obtain cancellation upon terms satisfactory to
Owner of all orders and subcontracts to the extent they relate to the performance of work
terniinated or assio
,n to Owner those orders and subcontracts and revoke agreements
specified in such notice;
4. The Contractor agrees to assign a] I Subcontracts required for performance of this Contract
to the Owner;
5. The Contractor shall include in all Subcontracts, equipment leases and purchase order, a
provision requiring the subcontractor, equipment lessor or supplier, to consent to the
assignment of their Subcontract to the Owner,
6. Assist Owner, as specifically requested in writing, -in the maintenance, protection and
disposition of property acquired by Owner under the Contract, and
7. Complete performance of any work which is not terminated,
B. Upon any such termination, Owner will pay to Contractor an amount determined in accordance
with the following (without duplication of any item):
I All amounts due and not previously paid to Contractor for work completed in accordance
with the Contract prior to such notice, and for work thereafter completed as specified in
such notice,
2. The reasonable cost of settling and paying claims arising out of the termination of work
under subcontracts or orders as provided in Subparagraph A.3. above.
3. The verifiable costs incurred pursuant to Subparagraph A.5. above.
4� Any other reasonable costs which can be verified to be incidental to such termination of
work.
Tbe foregoing amounts will include a reasonable sum, under all of the circumstances, as profit for
all work satisfactorily performed by Contractor.
Contractor shall submit within 30 days after receipt of notice of termination, a proposal for all
adjustment to the contract price including all incurred costs described herein.
Owner shall review, analyze, and verify such proposal, and negotiate an equitable adjustinent� and
the Contract shall be amended in writing accordingly.
8-10 Liquidated Damages for Failure to Complete the Work
8-10.2 Amount of Liquidated Damages
Applicable liquidated damages are the amounts established in the following schedule:
GP -34
Page 331 of 537
Agenda Item #22.
GENERAL PROVISIONS
Original Contract Amount
$50,000 and under
Over $50,000 but less than $250,000
$250,000 but less than $500,000
$500,000 but less than $2,500,000
$2,500,000 but less than $5,000,000
$5,000,000 but less than $10,000,000
$10,000,000 but less than $15,000,000
$15,000,000 but less than $20,000,000
$20,000,000 and over
Daily Charge Per Calendar Day
S278
$388
$566
$1,148
$1,914
$2,514
$3,300
$3,782
$5,684 plus
0,00005 of any amount over $20 million
8-10.2.1 Amounts Reasonable/No Penalty -�[Yr) I III- FOU OVONG
The Contractor hereby agrees and affirms that the amounts specified in this section reflect a fair
compensable value for damages suffered by County as a result of Contractor's delay, and that said
amounts are not a penalty nor will ever be contested as reflecting the imposition of a penalty
against Conti -actor.
END OF SECTION
SECTION 9
MEASUREMTNT AND PAYMENT
9-2 Scope of Payments
9-2.1.1 Fuels IW I E v% [) 1,h% SE V I I H Ir I, ov i-ovvl
The Department will make no price adjustments for fuels,
9-2.1.2 Bituminous Material DF I FTE .% N 1) 1 N.s LWr fH E F(-) L LONA"I N t 0':
Department will adjust the bid unit price for bituminous material, excluding cutback and
emulsified asphalt to reflect increases or decreases in the Asphalt Price 1ndex (API) of bituminous
material from that in effect during the month in which bids were received.
Bituminous adjustments will be made only when the current API (CAP�) varies by more than 5%
of the API prevailing in the month when bids were received (BAPI), and then only on the portion
that exceeds 5%.
The Department will determine the API for each month by averaging quotations in effect on the
first day of the month at all terminals that could reasonably be expected to furnish bituminous
material to projects in the State of Florida.
GP -35
Page 332 of 537
Agenda Item #22.
GENERAL PROVISIONS
th
The API will be available on the Construction Office website before the 15 of each month at the
Refer to the "Liquid Asphalt Calculation" table provided in the Special Provisions of these
documents.
9-3 Compensation for Altered Quantities
9-3.1 GeneralADD THE, F01 1JAVING I OTHE ENO 01—f fflS,-kR*1 ICJT�
The Contractor is advised that all items may be increased, decreased or deleted fi)Dm the contract,
as directed by the Engineer. Whenever change or combination of changes in the plans results in
total elimination or substitution of any item included in the original contract quantities, no
allowance will be made for any loss of anticipated profits because of these changes, decreases or
deletions of items.
The Contractor's attention is called to the fact that the quotations for the various items of work are
intended to establish a total price for completing the work in its entirety. The unit prices for the
iterns of work shall include the cost of all labor, materials, equipment, transportation, fuel and all
other items incidental to or necessary for the completion of the item of work.
Should the Contractor feel that the cost for any item of work has not been established by the Bid
Form or Basis of Payment, he shall include the cost for that work in some other applicable bid
item, so that his proposal for the project does reflect his total price for completing the work in its
entirety.
9-5 Partial Payments
9-5.1 General DELETE AND UNSV-f(T I FIE PIAAOWUNG:
The Contractor will receive partial payments on monthly estimates, based on the amount of work -
done or completed (including delivery of certain materials, as specified herein below). The
monthly payments shall be approximate only, and all partial estimates and payments shall be
subject to correction in the subsequent estimates and the final estimate and payment.
The amount of such payments shall be the total value of the work done to the date of the estimate,
based on the quantities and the unit prices for all work performed, less an amount retained and less
payments previously made. The aniount retained shall be 5% of the value of work completed.
This retainage may be reduced to 2 1/2% of contract amount at the discretion of the County
Engineer when said project exceeds 90% of the contract amount.
The amount retained on water and sewer construction and adjustments included in the contract
shall be 10% of the monthly estimates until the work is approved by the permitting agency. The
retainage after approval/acceptance by the agency shall be in accordance with 9-5. 1.
GP -36
Page 333 of 537
Agenda Item #22.
GENERAL PROVISIONS
As an exception to the percentages for the amount to be retained on partial or monthly estimates
as specified above, for contracts in which landscaping items constitute 50 per cent or more of the
original contract amount, 10 per cent of the value of work completed shall be retained until the
end of the 90 -day establishment period for landscaping items or until final acceptance of the entire
contract work; whichever of such is the later date.
Contract amount is defined as the original contract amount as adjusted by approved Supplemental
Agreements.
9-5.5 Partial Payments for Delivery of Certain Materials
9-5.5.1 General A 41) T1 I E FOLLO WLNA-� T() I lit F -XD OF I'll I S tit I IC t t. -
(7) Common Carrier Freight Rates. No adjustments shall be made for change in common carrier
rates.
9-5.5.2 Partial Payment Amounts DE I � LJ E A -N L) I N sl� R I 'I HL 1� () I � Lo k� I 11\
The Contractor will receive progress payments on a monthly basis. The amount will be based on
the work done or completed (including delivery of certain materials per 9-6). The progress
payments shall be approximate only, and shall be subject to correction in the subsequent monthly
estimates and the final estimate and payment.
The amount of such payments shall be the total value of the work done to the date of the estimate,
based on the quantities and the unit prices for all work performed, less an amount retained and I ess
payments previously made. The amount retained shall be 5% of the value of work completed- This
retainage may be reduced to 2-1/2% of contract amount at the discretion of the County Engineer
when said project exceeds 90% of the contract amount.
On water and sewer construction, the amount retained and adjustments included in the contract
shall be 10% of the progress payments, up to 50% completion. After 50% completion, the retainage
shall be reduced to 5% until the work is approved by the permitting agency.
As an exception to the percentages for the amount to be retained on progress payments as specified
above, for contracts in which landscaping items constitute 50 per cent or more of the original
contract amount, 10 per cent of the value of work completed shall be retained up to 50%
completion. After 50% completion, the retainage shall be reduced to 5% until the end of the 90 -
day establishment period for landscaping items or until final acceptance of the entire contract work;
whichever of such is the later date.
Contract amount is defined as the original contract amount as adjusted by approved Supplemental
Agreements.
The following partial payment restrictions apply:
GP -37
Page 334 of 537
Agenda Item #22.
GENERAL PROVISIONS
(1) Partial payments for structural steel and precast prestressed items will not exceed 85% of the
bid price for the item. Partial payments for all other items will not exceed 75% of the bid price
of the item in which the material is to be used.
(2) Partial payment will not be made for aggregate and base course material received after paving
or base construction operations begin except when a construction sequence designated by the.
Department requires suspension of paving and base construction after the initial paving
operations, partial payments will be reinstated until the paving and base construction resumes.
9-9 Interest Due on Delayed Payments 1) F -,',L UTE LN I I S ri, N -l-
9-11 Change OrderApprovals ADI)ME FOLLOWLNG mz'rtcu-*:
Change Orders shall be approved in accordance with existing Department policy per Resolution
#R89-633 dated April 4. 1989 and the current PPM -#CWF-050.
Department reserves the right to increase or decrease any of the unit quantities as necessary to
complete the work contracted. Such increases or decreases may be authorized by the Department's
Engineer at the unit price(s) as bid.
END OF SECTION
THIS SPACE LEFT BLANK INTENTIONALLY
GP -38
Page 335 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 102
MAINTENANCE OF TRAFFIC
102-1 Description ADD I'll E VOLIONVI.NG AT TEE EN I) Of- lllls._'Al� I Y__'LE:
All existing signs are the property of Palm Beach County. The Contractor shall stockpile the above
mentioned signs -and contact Traffic Operations (sign supervisor) at 233-3900 for pick-up. Signs
must be kept in good condition or be responsible for reimbursement to P.B-C. Traffic Division,
102-1.1 Standards
This section shall be governed by the following standards:
1. Florida Department of Transportation "Standard Specifications for Road and Bridge
Construction"
2. "Manual on Uniform Traffic Control Devices for Streets and ffighways"
3. Florida Department of Transportation "Design Standarde,
4. Florida Department of Transportation "Plans Preparation Manual"
5. "Manual of Uniform Minimum Standards for Design, Construction and Maintenance of Streets
and Highways"
In addition to the above specifications, the following shall also apply:
Barricades, Lialits and Cones
1. All barricades shall be maintained daily.
2. All Type III barricades shall have one Type "A" flashing light on each barricade. When
extremely hazardous conditions exist, two Type "B" flashing lights shall be used. Extremely
hazardous conditions shall be determined by Palm Beach County Engineering Traffic Division.
Flit-, Person and Vests
1. The flagger shall be trained in the proper manner as set forth in the MUTCD and certified as
per Section 102 F.D.O.T. Specifications for Road and Bridge Construction. Each flagger Shan
have a certification card with them when flagging. Certification cards shall have the flagger's
name, date of certification and expiration date.
If the person flagging traffic does not have the Certification, or the name is not on the list
of approved flaggers, the flagger shall be replaced immediately with a certified flagger.
There will be no lane closure until that time.
GP -39
Page 336 of 537
Agenda Item #22.
GENERAL PROVISIONS
At the pre -construction meeting, the contractor may submit a list of certified flaggers. This
list must include the same information as the flagger(s)' certification card(s).
I . All construction personnel shall wear a retro -reflective orange or strong yellow/green
vest/garment during daytime or nighttime operations when working within the right-of-way
(Class 2 or 3 per MUTCD).
A. Ensure that these vest/garments be worn whenever workers are within the right-of-way.
Workers operating machinery or equipment in which loose clothing could become
entangled during operation are exempt from this requirement. Such exempt workers will
be required to wear orange shirts or jackets.
B. Require Contractor personnel to wear retro -reflective orange or strong yellow/green
vest/garment during daytime or nighttime operations.
C- Replace faded vest/garments, as determined by the Inspector.
Flashinp- Arrow Boards
1. Flashing arrow boards shall be used on any four 4) lane or larger roadway where traffic is
being channelized or diverted, or as directed by the Palm Beach County Traffic Engineering
Department. Flashing arrow boards shall conform with Section 6F-56 M.U.T.C.D. /Type "B"
or "C" only. Solar arrow boards shall be used.
Traffic Signal
1. A minimum of seventy-two hours notice must be given to Traffic Division (684-4030) prior to
work requiring the realigning of traffic signal&
2. Palm Beach County will charge for traffic signals to be realigned to accommodate MOT.
3. No material shall be disturbed within 6' of a traffic pole or within the specified distance of a
guy wire and anchor to a depth greater than 2' as shown in Figure I in the General Provisions
unless approved by and coordinated with Palm Beach County Traffic Operations. Contact
Traffic Operations at (561) 233-3900, 24 hours in advance of any excavation. Failure to
comply with the above shall result in the prime contractor incurring an costs incurred as a
result of damage to the traffic signal installation. These costs shall be paid 30 days from date
of invoice or the following pay estimate will be withheld until payment is made or the cost
may be deducted from the pay estimate.
4, Line locates will be given. However, a twenty-four hours' notice must be given.
5� If new traffic poles are to be installed it shall be the contractor" s responsibility to provide final
stabilized grade within 4"-6" along with right-of-way locations at the intersection. The
contractor shall have a 2 -hour window for their change -over that is I hour before and one hour
GP -40
Page 337 of 537
Agenda Item #22.
GENERAL PROVISIONS
after the scheduled change -over time. After that the contractor shall be responsible for all cost
incurred for the delay
102-1.2 General
I . Contractor shall keep sufficient cold patch asphalt on the job site to fill pot -holes and to
perform other minor pavement maintenance as needed.
2. All highway equipment shall have a Slow Moving Vehicle sign with either a flasher or abeacon
operating when the equipment is operating.
3. During peak hours 7:00 A.M. to 9:00 A.M. and 3:00 P.M. to 6:00 P.M. left turn and through
Janes shall not be blocked without permission from the Traffic Engineer.
4. Any manholes/valves in the travel way shall have 50" width of asphalt extending from the edge
for every I " inch of height.
Pedestrians
1. When pedestrian movement through or around a worksite is necessary, the Contractor shall
provide a separate, safe footpath without abrupt changes in grade or terrain.
If one (1) or two (2) pedestrian ways are provided (exist) prior to the start of a project, only
one (1) has to be maintained.
2. Places where pedestrians are judged especially vulnerable to impact by vehicles, all foot traffic
should be separated and protected by longitudinal positive barrier systems.
102-3.2 Worksite Traffic Supervisor
Certification must be through American Traffic Safety Services Association (A.T,S.S.A.),
102-4 Temporar%: Traffic Control Plan. (T.T.C.P. I Lift 1, 14, IN. I F S F_ NTTR F I'N I *N 1)
INSERT'rin., P'01,1,0WUN(_,:
The Temporary Traffic Control Plan (T.T.C.P.) for traffic control around or through work sites
should be developed with safety receiving a high priority. The T.T.C.P. should include protection
at work sites when work is in progress and when operations have been halted (such as during the
night) or from the time work is completed until the final. Provisions for the protection of work
crews, traffic control personnel, pedestrians, and motorists shall be included.
GP -41
Page 338 of 537
Agenda Item #22.
GENERAL PROVISIONS
The temporary traffic control plan shall include the following-.
1. T.T,C.P. to be prepared and signed by the Work Site Traffic Supervisor as certified by the
American Traffic Safety Services Association (A.T.S.S.A.).
2. A copy of the signer's certification, contractor's name, and 24 hour phone number of the work
site traffic supervisor.
3. The T.T.C.P. shall include: North arrow; drawn by; lane usage; type and location of all signs,
lights, barricades. striping, barriers, traffic signals; all side -streets; change -overs; sidewalks;
R.P.M.'s; pavement markings; school zones; crosswalks; Palm Tran bus stop and RXR
crossings.
4. Plans may be drawn to scale; however, dimensions shall be shown.
5. Variable Message Sign (V, M.S.) and the messages.
6. Location and geometry for transitions, detours, and diversions.
7. No change -overs are allowed on Monday or Friday, the day before a holiday or during A.M.
or P.M. peak traffic, and are discouraged at signalized intersections.
& All plans shall be submitted through the Construction Coordination Division.
The T.T.C. Plan approval is as follows:
A. I to 7 days for most plans
B. 7 days when a signal or flasher is involved
C. 10 days for a traffic switch or for road closures
Time may vary based on the complexity of the T.T.C.P. Consideration should be given to these
time frames when scheduling the work.
P,B_C. Traffic Engineering Division will handle all news releases, notifying police, fire, etc.
The T.T.C. Plan is good for 60 days. If the T.T.C.P. has not been inaplemented by then, a new
approval will be required-
T.T.C.P. must have dates and times of operation requested.
In no case may the contractor begin work until the T.T.C.P. has been approved in writing by the
Palm Beach County Traffic Engineering Division. Field modifications may be made with the
approval of a representative of the Palm Beach County Traffic Engineering or Construction
Coordination Divisions. Failure to comply with the above may result in permanent reduction of
GP42
Page 339 of 537
Agenda Item #22.
GENERAL PROVISIONS
the pay item of "Maintenance of Traffic" on a prorated basis or $1.000.00 per day, whichever is
higher.
Cost for "Temporary Traffic Control Plans" shall be made on a "Lump Sum" basis, and shall
include all the above requirements.
Cost for Temporary Traffic Control Plans shall be included in "Maintenance of Traffic"' and shall
include all of the above requirements.
102-5.4 Crossings and Intersections VELETE AND INSERI—HIF F0LWWTN(-,-
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. Maintain
all existing actuated or traffic responsive mode signal operations for main and side street
movements for the duration of the Contract. (See 102-7.1)
102-5.7 Flagger DELETE AND INSERTI'llE FOLLOWING:
Provide trained flaggers in accordance with FDOT and MUTCD requirements.
102-6.2 Construction f)f±.LETE ANI) INS� R I THE FOLLOW ING:
Plan, construct, and maintain detours for the safe passage of traffic in all conditions of weather.
Provide the detour, to the Department, with all facilities necessary to meet this requirement.
102-6.6 Operation of Existing Movable Bridges DE LETY, I N ITS FINT I R -UT
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 are
necessary on projects:
1. Traffic control in a signalized intersection when signals are overridden.
2. When Standard Index No. 619 is used on Interstate at nighttime and required by the plans.
3. When pacing/rolling blockade specification is used.
4. During the night time milling or paving, if the lane adjacent to the work- area is open to traffic,
the Traffic Control Officer shall be present with flashing lights, operating on their vehicle.
5, As required by the Engineer,
GP -43
Page 340 of 537
Agenda Item #22.
GENERAL PROVISIONS
%-Di) ruE FOLLOWING SUBARTICLE:
102-7.1 Traffic Control Officer (NON -MOT)
Provide uniformed laws enforcement officers, including marked law enforcement vehicles, to
assist in controlling and directing traffic through the work zone, when authorized and/or directed
by the Engineer, and for purposes not covered under the requirements of the Temporary Traffic
Control Plans.
The Contractor shall make a request for the use ofthis item in writing to Construction Coordination
Division, The request will be -reviewed and responded to in writing.
The Contractor shall supply a breakdown of police activity for every 4 hour period.
102-9.9.1 Portable Changeable (Variable) Message Sign (PCMS) (NON -MOT)
Furnish changeable (variable) message sign in accordance with 102-9.9, when authorized and/or
directed by the Engineer, and for purposes not covered under the requirements of the Temporary
Traffic Control Plans.
102-9.12 Temporary Traffic Control Signals DELET F IN ITS T"NTIRET-1
102-9.14 Temporary Traffic Control Signals DELETE IN ITS F NTIRFM
102-9.15 Temporary Traffic Detection Technology DLLET L I N I TS ENTIRE] N'
102-9.16 Automated Flagger Assistance Devices DELETE I N ITS ENT t R ET Y
102-10 Work Zone Pavement Marking — See 102-10. 1.1
102-10.1 Description D U V I r, -1 TIE I Ah"T' PA ft U. I? -A 111- 1 1 �N ITS KN YJ R F T�
102-10.1.1 Temporary Pavement Markings
I . All temporary pavement markings shall be done in a professional manner without weaves
and/or bows. No over -painting shall be allowed.
L Temporary R-P.M.'s shall be installed at an I inch offset to lane lines, skips, gore or
crosshatched area within the work zone. The spacing shall be 40 feet on tangent section and
20 feet on transitions and curves (including edge lines). Damaged or missing R.P.M,'s shall
be replaced on a daily basis. The R.P.M.'s shall have a maximum width of 5 inches and a
maximum height of 0.75 inch. The minimum area of each reflective face shall be 3.50 square
inches. R.P.M.'s shall be bonded to the pavement or concrete with epoxy, alkyd thermoplastic
or bituminous adhesive.
GP -44
Page 341 of 537
Agenda Item #22.
GENERAL PROVISIONS
3, Temporary pavement markings shall be applied to the intermediate asphalt course, and shall
consist of foil -backed tape, paper tape or paint meeting both State and County specifications.
4. Temporary pavement marldngs shall also be applied to the final asphalt course unless
otherwise directed by the Palm Beach County Traffic Engineering Department. All final
course pavement markings shall consist of foil -backed tape. The temporary pavement
markings shall be installed in accordance with the typicals in the General Provisions.
5, All temporary tape skip -line pavement markings shall be at least four (4) feet in length with a
maximum gap of thirty-six (36) feet. A two (2) foot stripe with a maximum gap of eighteen
(18) feet may be used for roadways with severe curvature, or as directed by the Palm Beach
County Traffic Engineering Department
6. All painted lines shall conform to size and color requirements of the M.U.T.C.D., Pall M. The
thickness shall not be less than fifteen (15) mils with six (6) to six and one quarter (6 '/4)pounds
of beads per gallon of paint. Both shall be applied uniformly. All painted lines shall be
refurbished if at any time the reflectively falls below 150 mini -candles. A normal width line
is 6" paint or tape.
7. Black -out shall not be used to obliterate pavement markinas. Existing pavement markings that
CD
conflict with temporary work zone delineation shall be removed by any method approved by
the Engineer.
S. If a school zone exists, it must be maintained including crosswalks, school messages and signs.
9. It shall be the contractors responsibility to adjust existing signing, add new signing, and
remove or add pavement marking on approaches to the project.
102-10.2 Removable Tape D VV FT E IN I YS E NTIRETN'
102-10.2.1 General DELETE UN ITS ENTLIWT);
102-10.3.1 Application F) U1, F IT. I N H's ENTIRE -1 Y
102-10.3.3 Retro -reflectivity F)1_ LE"IT' IN "I'S ENTLRE'l
102-10.3.4 RemovabiHty_t)h'!- E'11 I.N Vf"" V N I I tk ETN
102-10.4 Work Zone Raised Pavement Markers (WZRPM's)
Apply all markers in accordance with Palm Beach County Typical T -P -I 3, or as otherwise revised,
102-10.4 Paint and Glass Beads
GP -45
Page 342 of 537
Agenda Item #22.
GENERAL PROVISIONS
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 MOT, Lump Sum and shall include all items required to implement the approved
Temporary Traffic Control Plan (T,T.C.P.).
Unless otherwise specified, all devices / items specified in 102-11 shall be incidental to the pay
item: M.O.T., on a Lump Sum basis.
102-11.2.1 Traffic Control Officers (Non -MOT) The quantity to be paid for will be at a 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).
Payment will be made only for those traffic control officers not incidental to the T-T.C. plan
requirements and when authorized by the Engineer under the pay item: Traffic Control Officers
(NON -MOT) — per hour.
102-11.3 Special Detours DELF] E IN ITS ENTIRETY
102-11.15.1 Changeable (Variable) Message Sign (NON -MOT): The quantity to be paid for
will be the number of changeable (variable) message signs certified as installed/used on the project
when directed by the Engineer and not a requirement of the T.T.C.P.
Payment will be made for each Changeable (Variable) message sign that is used during the
Contract period under the pay item Changeable (Variable) Message Sip (NON -MOT) per each
per day.
102-11.20 Temporary Traffic Control Signals I)ELETE IN I TS IrN'rmf-,,r�'
102-11.21 Temporary Traffic Detection Technology [)FLFTF IN ITS FN H RKTV
102-11.22 Work Zone Pavement MarkingkDELETE A -14D INSERT TFIL FOLLOVA, ING:
The quantities, fin-nished and installed shall be those that are required for the project and shall be
incidental to M.O.T., Lump Sum.
102-12.1 Submittal Instructions TIE L LTE Iri I I S k *% I IRt I N
102-12.2 Contractor's Certification of Quantities D FA_ FT F' AN F) VNINFRT-1 14 F
FOLLOW[M..
When requested by the Department, Contractor shall submit a certification of the material used.
GP -46
Page 343 of 537
Agenda Item #22.
GENERAL PROVISIONS
Ensure that the certification consists of the following: Project Number, Certification Number,
Certification Date and the period that the certification represents.
102-13 Basis of Payment
102-13.1 Maintenance of Traffic (General Work) 0ELEYE AND INSERT THE
FOLLONVING:
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. Maintenance of Traffic (General Work) shall also include all items
required to implement the approved Temporary Traffic Control Plans (T.T.C.P).
Unless otherwise specified, all devices I item specified in 102-13 shall be incidental to the pay
item: M.O.T., on a Lump Sum basis.
102-13.2.1 Traffic Control Officers (NON -MOT) T)ELFTE kND- INSERT I Iff
FOLLONVINC:
Price and payment will be full compensation for the services of the traffic control officers for
instances when directed by the Engineer and not a requirement of the T.T.C.P.
102-13.3 Special Detours DELETE IN ITS ENTIRETY
INSERT'I'llF FOLLOWING SUBAR11CLE:
102-13.15.1 Changeable (Variable) Message Sign (NON -MOT)
Price and payment will be full compensation for furnishing, installing, operating, relocating,
maintaining and removing changeable message signs when directed by the Engineer and not a
requirement of the T.T.C.P.
102-13.19 Safety Warning Transinifter W, I I I P I N ITS; FAITM E-rY
102-13.20 Temporary Traffic Control Signals DE L ETE 1 N I TS E N'T I R E -1 N'
102-13.21 Temporary Traffic Detection Technology DELETE IN I LS P N t IRL I I
102-13.22 TemporarN� Lane Separator: TFI E EN ITS ENT IRET_�
102-13.23 Paymentitems: I)FLETL AND INSERT I -11E FOLLOAVINC,�
Payment will be made under:
Item No. 102- 1 - Maintenance of Traffic - lump sum.
Item No. 102- 14-1 Traffic Control Officers (NON -MOT) - per hour.
Item No. 102- 99-1 Changeable (Variable) Message Sign (NON -MOT) - per each per day.
GP47
Page 344 of 537
Agenda Item #22.
GENERAL PROVISIONS
fil TAPE
4' SPACE--�12--
4 t--
36'
TAPE--.,,,..-
GP48
50,
Page 345 of 537
Agenda Item #22.
GENERAL PROVISIONS
5 LANES
U
3 *
4 OR 6 LANE DIVIDED
GP49
Page 346 of 537
Agenda Item #22.
GENERAL PROVISIONS
PMI�MENT ARROW
NTME
PAVEM
ENT MES
-,----SAGES
GP -50
00ME v
fil' TAPE
ei
Page 347 of 537
SINGLE LEF I
OROP RIGHT
Page 347 of 537
Agenda Item #22.
GENERAL PROVISIONS
Signing For Long -Term Stationcry Projects
i.) it cm sdoperatar is lim Ime sIG;nacs it shcall tzi& c min. of -6, vviefe
Trk4W 0192MS ShC211 k�db *wfxw4=tWCd Irk SLJ=h 0 WC2Y IMCMf th;&V Qlzo
==nfcprrn vvfth Th4w 7' min. =1al-l=rc2riC46.
2.) 40ttvar tylomx =1 =Rftr=fI=ri mcpy L:pw =bilw i= uzd& tf-bia
xfi=ncicxrc4 trl-p=cd mawr%t can lcono =z thare Is = rnin wf
I * frc:prn trvw bcz"com of mdo slom t= thiw growric%.
DUAL LEFT$
E.D.P.
GP -51
100; MAX'
LOP 61
--6' "ITE
Page 348 of 537
7
DUAL LEFT$
E.D.P.
GP -51
100; MAX'
LOP 61
--6' "ITE
Page 348 of 537
Agenda Item #22.
GENERAL PROVISIONS
RESTRICTED EXL;,%vJkllwlv AREAS
AROUND TRAFFIC SIGNAL POLES
WT WME AND ANCHOW/ n LOAD
T
I V
T -
POLE
FIGURE I
END OF SECTION
GP -52
Page 349 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 300
PRIME AND TACK COATS FOR BASE COURSES
300-23 Tack Coat DELU-�'Flil ,X',\'D SUBSTITI-1 E FIIE 14COLI-t--MING:
Unless the Contract Documents call for a specific type or grade of tack coat, use RA -500 meeting
the requirements of 916-2, heated to a temperature of 250 to 300'F or undiluted Emulsified Asphalt
Grades RS -1h, RS -2, CRS -1h, orNTSS-lhm meeting the requirements of 916-4. Heat RS -1h, RS -
2, CRS-lh and NTSS-lhm to a temperature of 150 to 18CPF. The Contractor may use RS-lh
modified to include up to 3% naphtha to improve handling ofthe material during the winter months
or at any other time, as approved by the Engineer.
For night paving, use RA -500 tack coat. The Engineer may approve RS -1h, RS -2, CRS -1h, or
NTSS-Ihm for night paving if the Contractor demonstrates, at the time of use, that the emulsion
wiH break to allow paving in a timely manner and not affect the progress of the paving operation,
300-9 Method of Measurement f)ELETE A -ND St18'-S'T1TtiTF'FTfL C-01:1 OW ING:
No separate measurement shall be made for prime coat and tack coat material.
300-10 Basis of Payment RELETE ANDSLIBSTITUTF TTIE FOLLONVINC
No separate payment wifl be made for prime coat and tack coat material but the cost of same,
including heating, hauling and applying (including sand or screening covering where required),
shall be included in the contract unit price per square yard for base or pavement courses,
respectfully.
There is no direct payment for the work specified in this Section, it is incidental to, and is to be
included in the other items of related work.
END OF SECTION
THIS SPACE LEFT BLANK INTENTIONALLY
GP -53
Page 350 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 330A
HOT BITUMINOUS MIXTURES —
GENERAL CONSTRUCTION REQUIREMENTS
S V( f) 0% 330A I S A ht) FD 11) T1 I IT ( 11. 1 ('% J* I ON
330A-1 Description
This Section specifies the general construction requirements for all plant -mixed hot bituminous
pavements and bases. (More specific requirements pertaining to hot bituminous base and base
widening construction are contained in Section 280.) This Section also includes the method of
determination of the thiclutess of pavement to be paid for, when payment is on a square yard basis.
330A-2 Substitution of Types of Hot Bituminous Mixtures
Except for Asphaltic Concrete Friction Courses and other wearing surfaces, the Contractor will be
allowed the option of substituting certain types of hot bituminous mixtures as follows:
(1) Type S-1 Asphaltic Concrete may be substituted for any other type of mixture where the rate
of application is specified to be not less than 75 lbs, per square yard.
(2) Type Ill Asphaltic Concrete may be substituted for Type n Asphaltic Concrete or Sand -Asphalt
Hot Mix and Type 11 Asphaltic Concrete may be substituted for Sand -Asphalt Hot Mix.
In each case, the stability of the substituted mixture shall be at least as high as that of the mixture
,specified, and any substitution made shall be at no additional cost to the Department over that
which would have accrued had the specified mixture been used.
330A-3 Limitations of Operations
330A-3.1 Weather Limitations
Plant operations shall not begin unless all weather conditions are suitable for the laying operations.
330A-3.2 Limitations of Laying Operations
330A-3.2.1 General
The mixture shall be spread only when the surface, upon which it is to be laid, has been previously
prepared, is intact, firm and properly cured, and is dry. Unless otherwise approved by the Engineer,
no mixture shall be spread that cannot be finished and compacted during daylight hours, Friction
course shall not be placed until the adjacent shoulder area has been dressed and grassed.
330A-3.2.2 Temperature
The mixture shall be spread only when the air temperature (the temperature in the shade away from
artificial beat) is 401F and above for layers greater than one inch (100 lbs. per square yard) in
GP -54
Page 351 of 537
Agenda Item #22.
GENERAL PROVISIONS
thickness and 450F and above for layers one inch (100 lbs. per square yard) or less in thickness
(this includes leveling courses). No mixture shall be placed when there is evidence that the base is
frozen.
330A-3.2-3 Wind
The mixture shall not be spread when the wind is blowing to such an extent that proper and
adequate compaction cannot be maintained or when sand, dust, etc., are being deposited on the
surface being paved, to the extent that the bond between layers will be diminished.
330A-4 Preparation of Asphalt Cement
The asphalt cement shall be delivered to the asphalt plant at a temperature not to exceed 350
degrees F and the transport tanks shall be equipped with sampling and temperature sensing devices
meeting the requirements of 300-3.2 and 300-3.3, respectively. The asphalt cement in storage shall
be maintained within a range of 230 degrees F to 350 degrees F in advance of mixing operations.
Heating within these limits shall be constant and wide fluctuations of temperature during a day's
production will not be permitted.
330A-5 Preparation of Aggregates
330A-5.1 Stockpiles
Each aggregate component sbal I be placed in an individual stockpile, which shall be separated
from the adjacent stockpiles, either by space or by a system of bulkheads. The intenningling of
different materials in stockpiles shall be prevented at all times. Each stockpile, including RAP,
shall be identified as shown on the Department Mix Designs.
330A-5.2 Prevention of Segregation
Stockpiles shall be formed and maintained in a manner that will prevent segregation. If a stockpile
is determined to have excessive segregation, the Engineer will disapprove the material for use on
the project until the appropriate action has been taken to correct the problem -
330A -5.3 Blending of Aggregates
Blending or proportioning from railroad cars will not be permitted. All aggregates shall be
stockpiled prior to blending or placing in the cold hoppers. All aggregates to be blended or
proportioned shall be placed in separate bins at the cold hopper and proportioned by means of
securely positioned calibrated gates or other approved devices.
GP -55
Page 352 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-5.4 Cold Bins
33OA-5.4.1 Adequacy of Bins
The separate bin compartments of the cold aggregate feeder shall be so constructed as to prevent
any spilling or leakage of aggregate from one bin to another. Each bin compartment shall be of
such capacity and design as to permit a uniform flow of aggregates, All the bin compartments
shall be mounted over a feeder of uniform speed, which shall deliver the specified proportions of
the separate aggregates to the drier at all times. If necessary, the bins shall be equipped with
vibrators to insure a uniform flow of the aggregates at all times.
330A-5.4.2 Gates
Each bin compartment shal I be provided with a gate which is adjustable in a vertical direction -
The gate shall be so designed that it can be held securely at any specified vertical opening. The
gates shall be equipped with a measuring device for measuring the vertical opening of the gates
from a horizontal plane level with the bottom of the feeder.
330A-5.5 Mineral Filler
If mineral filler is required in the mix, it shall be fed or weighed -in separately from the other
aggregates.
330A-5.6 Heating and Drying
The aggregates shall be heated and dried before screening. The temperature of the aggregates shall
be so controlled that the temperature of the completed mixture at the plant will fall within the
permissible range allowed by these specifications.
33OA-5.7 Screening Unit
330A-5.7.1 Oversize Aggregate
Any oversized pieces of aggregate shall be removed by the use of a scalping screen, This oversized
material shall not be returned to the stockpile for reuse unless it has been crushed and reprocessed
into sizes that will pass the scalping screen.
33OA-5.7.2 Screening
Unless otherwise permitted by the Engineer
, the quantity of aggregates being discharged onto the
screens shall not be in excess of the capacity of the screens to actually separate the aggregates into
the required sizes. A maximum of ten percent plus -ten material will be permitted in the minus -ten
bin. The maximum amount of minus -ten material allowed in the plus -ten bins will be determined
by the Engineer, in accordance with its effect on the uniformity of the mix.
GP -56
Page 353 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-5.8 Mixing Different Materials
Unless written permission is obtained, coarse aggregates of different types shall not be mixed; nor
shall coarse aggregates of different types be used alternately in sections less than one mile in
length.
33OA-6 Preparation of the Mixture
33OA-6.1 Batch Mixing
330A-6.1.1 Aggregates
The dried aggregates and mineral filler (if required), prepared in the manner previously described,
and combined in batches to meet the job mix formula by weighing each separate bin size, shall be
conveyed to the empty mixer.
330A-6.1.2 Bitumen
The hot asphalt cement accurately measured, shall be introduced into the mixer simultaneously
with, or after, the hot aggregates. Mixing shall continue until the mixture is thoroughly uniform,
with all particles fully coated.
330A-6.1.3 Mixing Time
The mixing time shall begin when the measuring devices for both the asphalt and the aggregates
indicate that all the material is in the mixer, and shall continue until the material begins to leave
the mixing unit. The mixing time will vary in relation to the nature of the aggregates and the
capacity of the mixer and shall be as designated by the Engineer but in no case shall it be less than
35 seconds.
330A-6.2 Continuous Mixing
The dried aggregates and mineral filler (if required), prepared as specified and proportioned to
meet the job mix formula by volumetric measurements, shall be introduced into the mixer in
synchronization with the accurate, feeding of the hot asphalt cement. The rate of flow of material
to the pugmill shall be such that the maintained depth of the mix will not exceed the tips of tile
paddles when in the upright position. Mixing shall be sufficient to produce a thoroughly and
uniformly coated mixture.
THIS SPACE LEFT BLANK INTENTIONALLY
GP -57
Page 354 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-6.3 Mixing Temperature
The ingredients of the mix shall be heated and combined in such a manner as to produce a mixture,
which shall be at a temperature. when discharged ftom, the pugmill or surge bin, within the range
of 230'F to 3 1 O'F and within the tolerance shown in Table 330AA- I -
Table 330A-1
Temperature Tolerance From
Job Mix Formula
Any Single Measurement +/- 2S"F
Average of Any Five Consecutive Measurements +1- 150F
Any load or portion of a load of asphalt mix at the plant or on the road with mix temperature
exceeding 3357 shall be rejected for use on the project.
Temperature of the completed mixture shall be determined by a quick -reading thermometer
through a hole in the side of the loaded truck immediately after loading. The hole shall be located
within the middle third of the length of the body, and at a distance of from six to ten inches above
the surfaces supporting the mixture. If a truck body already has a hole located in the general
vicinity of the above specified location, this will be acceptable. At the Department's discretion, the
temperature of the load may be taken over the top of the truck in lieu of using t e b le e side
h o in th
of the truck.
The mix temperature will be taken at the plant and the roadway for each day for each design mix
on the first five loads and an average of once every five loads thereafter. The temperature
measurements at the plant shall be taken and recorded by the Contractor's personnel for review by
the Department. The temperature measurements at the roadway will be taken by the Department's
Paving hispector and be recorded on the backside of the delivery ticket. If the temperature exceeds
the specified tolerance, the Contractor "I be required to take immediate corrective action.
33OA-6.4 Maximum Period of Storage: The maximum time that any mix may be kept in a hot
storage or surge bin is 72 hours.
330A-6.5 Contractor's Responsibility for Mixture Requirements: The responsibility for
producing a homogeneous mixture, free from moisture and with no segregated materials, and
meeting all requirements of the specifications for the mixture, including compliance with the
design limits, shall lie entirely with the Contractor. These requirements shall apply also to all mixes
produced by the drum, mixer process and all mixes processed through a hot storage or surge bin,
both before and after storage.
330A-7 Transportation of the Mixture:
The mixture shall be transported in tight vehicles previously cleaned of all foreign material. The
inside surface of the truck bodies after cleaning shall be thinly coated with soapy water or an
approved emulsion containing not over five percent oil. The coating shall be applied prior to the
first loading each day and repeated as necessary throughout the day's operations. After the truck
GP -58
Page 355 of 537
Agenda Item #22.
GENERAL PROVISIONS
bodies are coated and before any mixture is placed therein, they shall be raised to drain out all
excess liquids. Each load shall be covered during cool and cloudy weather and at any time there is
a probability of rain.
330A-8 Preparation of Application Surfaces
330A-8.1 Cleaning
Prior to the laying of the mixture, the surface of the base or pavement to be covered shall be cleaned
of all loose and deleterious material by the use of power brooms or blowers, supplemented by hand
brooming, where necessary.
330A-8.2 Patching and Leveling Courses
Where a surface course is constructed on an existing pavement or old base which is irregular. and
wherever so indicated in the plans, the existing surface shall be brought to proper grade and cross
section by the application of patching or leveling courses.
330A-8.3 Application over Surface Treatment
Where a surface course is to be placed over a newly constructed surface treatment, all loose
material shall be swept from the paving area and disposed of by the Contractor.
330A-8.4 Coating Surfaces of Contacting Structures
All structures which will be in actual contact with the asphalt mixture, with the exception of the
vertical faces of existing pavements and curbs or curb and gutter, shall be painted with a uniform
coating of asphalt cement to provide a closely bonded, watertight joint.
330A-8.5 Tack Cost
330A-8.5.1 Tack Coal Required
A tack coat, as specified in Section 300, will be required on existing pavements that are to be
overlaid with an asphalt mix and between successive layers of all asphalt mixes.
330A-8.5.2 Tack Coat at Engineer's Option
A tack coat will be required on the following surfaces, only when so directed by the Engineer:
(1) Freshly primed bases.
(2) Surface treatment.
GP -59
Page 356 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-9 Placing Mixture
330A-9.1 Requirements Applicable to All Types
330A-9.1.1 Alignment of Edges
All asphaltic concrete mixtures (including leveling courses), other than adjacent to curb and gutter
or other true edges, shall be laid by the stringline method, to assure the obtaining of an accurate,
uniform alignment of the pavement edge,
330AA-9.1.2 Temperature of Spreading
The temperature of the mix at the time of spreading shall be within +/-25'F of the established mix
temperature selected by the Contractor. The minimum frequency for taking mix temperatures on
the road will be an average of one per five trucks. If the temperature fails to fall within the specified
tolerance range, corrective action by the Contractor will be required.
330A-9.1.3 Rain, and Surface Conditions
Transportation of asphalt mixtures shall immediately cease from the plant when rain begins at the
roadway. Asphalt mixtures shall not be placed while rain is failing, or when there is water on the
surface to be covered. As an exception, mixture caught in transit may be placed at the Contractor's
risk if the only option is to waste this mixture, and provided the surface has been tacked (as
required) prior to the rain and the surface broomed in front of the spreading operation. Such
mixture wi 11 be evaluated separately and if it should prove unsatisfactory in any way, in the opinion
of the Engineer, it shall be removed and replaced with satisfactory mixture at the Contractor's
expense.
330A-9.1.4 Speed of Spreader
The forward speed of the asphalt spreader shall be as established by the Engineer
330A-9.1.5 Number of Crews Required
For each paving machine operated, the Contractor will be required to use a separate crew, each
crew operating as a full unit. The Contractor's Certified Paving Technician in charge of the paving
operations may be responsible for more than one crew but must be physically accessible to Project
personnel at all times when mix is being placed,
330A-9.1.6 Checking Depth of Layer
The depth of each layer shall be checked at frequent intervals and adjustments shall be made when
the thickness exceeds the allowable tolerance. When an adjustment is made, the paving machine
shall be allowed to travel a minimum distance of 32 feet to stabilize before the second check is
made to determine the effects of the adjustment.
GP -60
Page 357 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-9.1.7 Hand Spreading
In limited areas where the use of the spreader is impossible or impracticable, the mixture may be
spread and finished by band.
330A-9.1.8 Straightedging and Back -patching
Straightedging and back -patching shall be done after initial compaction has been obtained and
while the material is still hot.
330AA-9.2 Requirements Applicable to Courses Other Than Leveling
330A-9.2.1 Spreading and Finishing
Upon arrival, the mixture shall be dumped in the approved mechanical spreader and immediately
spread and struck -off to the full width required and to such loose depth for each course that, when
the work is completed, the required weight of mixture per square yard, or the specified thickness,
will be secured. An excess amount of mixture shall be carried ahead of the screed at all times.
Hand raking shall be done behind the machine as required,
330A-9.2.2 Thickness of Layers
Unless otherwise noted in the plans each course shall be constructed in layers of the thickness
shown on Standard FDOT Index No. 513. Type S-111 Asphaltic Concrete sball be constructed in
layers of the thickness of not less than 3/4 inch nor greater than 1 1/4 inches.
330A-9.2.3 Laying Width
If necessary due to the traffic requirements, the mixture shall be laid in strips in such a manner as
to provide for the passage of traffic. Where the road is closed to traffic, the mixture may be laid to
the full width, by machines traveling in echelon.
330A -9.2A Correcting Defects
Before any rolling is started the surface shall be checked, any irregularities adjusted, and all
drippings, fat sandy accumulations from the screed, and fat spots from any source shall be removed
and replaced with satisfactory material, No skin patching shall be done. When a depression is to
be corrected while the mixture is hot, the surface shall be well scarified before the addition of fresh
rmxture�
THIS SPACE LEFT BLANK INTENTIONALLY
GP -61
Page 358 of 537
Agenda Item #22.
GENERAL PROVISIONS
33OA-9.3 Requirements Applicable Only to Leveling Courses
330A-9.3.1 Patching Depressions
Before any leveling course is spread, all depressions in the existing surface more than one -inch
deep shall be filled by spot patching with leveling course mixture and then thoroughly compacted,
33OA-9.3.2 Spreading Leveling Courses
All courses of leveling shall be placed by the use of two motor graders - one of which is equipped
with a spreader box - unless otherwise shown in the plans, Other types of leveling devices may be
used after they have been approved by the Engineer.
330A-9.3.3 Rate of Application
When the total asphalt mix provided for leveling exceeds 50 pounds per square yard, the mix shall
be placed in two or more layers, with the average spread of any layer not to exceed 50 pounds per
square yard. When Type S-111 Asphaltic Concrete is used ror leveling, the average spread of a layer
shall not be less than 50 pounds per square yard nor more than 75 pounds per square yard. The
quantity of mix for leveling shown in the plans represents the average for the entire project;
however, the rate of application may vary throughout the project as directed by the Engineer. When
leveling in cormeGtion with base widening, the Engineer may require that all the leveling mix be
placed prior to the widening operation.
330A-9.3.4 Placing Leveling Course over Existing Pavement
When a leveling course is specified to be placed over cracked concrete pavement (including
existing concrete pavement covered with an asphaltic surface), the first layer of leveling shall be
placed as soon as possible but no later than 48 hours after cracking the concrete. The remainder of
the leveling course shall be placed in the normal sequence of operations.
330A-9.3.5 Removal of Excess 'Joint Material
Where a leveling course is to be placed over existing concrete pavement or bridge decks, the excess
joint filler in the cracks and joints shall be trimmed flush with the surface prior to placing the first
layer of the leveling course.
330A-10 Compacting Mixture
330A-10.1 Provisions Applicable to All Types
330A-10.1.1 Equipment and Sequence
For each paving or leveling train 'in operation, the. Contractor shall furnish a separate set of rollers.
with their operators.
GP -62
Page 359 of 537
Agenda Item #22.
GENERAL PROVISIONS
The following equipment, sequence and coverage are suggested for use based on past successful
performance; however, when density is required, the Contractor may select his own equipment
sequence and coverage of rolling to meet the minimum density requirement specified, Regardless
of the rolling procedure used, the final rolling must be completed before the internal pavement
temperature has dropped below 175'F,
(1) Sea] rolling, using tandem steel rollers (either vibratory or static) weighing 5 to 12 tons,
following as close behind the spreader as is possible without pick-up, undue displacement or
blistering of the material. Vibratory rollers shall be used in the static mode for layers of one
inch or less in thickness.
(2) Rolling with self-propelled pneumatic -tired rollers, following as, close behind the seat rolling
as the mix will permit. The roller shall cover every portion of the surface with at least five
passes.
(3) Final rolling with the 8 to 12 -ton tandem steel roller, to be done after the seat rolling and
pneumatic -tired rolling have been completed, but before the intemal pavement temperature ha's
dropped below 175F.
Once the Contractor has selected the equipment and established the rolling procedures and these
have been used for the control strip density determination, then the Contractor must continue to
use the same equipment and rolling procedures for all asphalt mix represented by the control strip,
Changes in equipment or procedures will require a new control strip density determination. The
Engineer must be notified prior to changing the rolling process.
When density is not required, as for all patching courses, leveling and intermediate courses less
than one -inch thick, overbuild course; of variable thicknesses (when the minimu -in thickness is less
than one -inch) and open -graded friction courses, the compaction will be applied in accordance
with the standard specifications. The specified rolling procedures must be followed when density
determinations will not be made.
When density is not required on those courses indicated in the foregoing paragraph, but the
Contractor wants to use other rollers, patterns or sequences than those specified, they may request
approval from the Department. Approval may be granted for leveling and intermediate courses
1/2 -inch and thicker and overbuild courses when these courses are placed with a paving machine.
Density requirements will be in accordance with the provisions of the first paragraph of 330AA-
10.3 (Density Control- Nuclear Method), Table 330AA-2 and Table 330AA-3, Approval for a
change on patching courses, variable thickness leveling courses placed with motor graders and
open -graded friction courses will not be granted.
330AA-10.1.2 Compaction at Crossovers, Intersections, etc.
When a separate paving machine is being used to pave the crossovers, the compaction of the
crossovers may be done by one 8- to 1 0 -ton tandem steel roller. If crossovers, intersections and
acceleration and deceleration lanes are placed with the main run of paving, a traffic roller shall
also be used in the compaction of these areas.
GP -63
Page 360 of 537
Agenda Item #22.
GENERAL PROVISIONS
33OA- 10. 1.3 Rolling Procedures
The initial rolling shall be longitudinal. Where the lane being placed is adjacent to a previously
placed lane, the center joint shall be pinched or rolled, prior to the rolling of the rest of the lane.
Rolling shall proceed across the mat, overlapping the adjacent pass by at least six inches. The
motion of the roller shall be slow enough to avoid displacement of the mixture, and any
displacement shall be corrected at once by the use of takes, and the addition of fresh mixture if
required, Final rolling shall be continued until all roller marks are eliminated.
330A -10.1A Speed of Rolling
Rolling with the self-propelled, pneumatic -tired rollers shall proceed at a speed of 6 to 10 miles
per hour, and the area covered by each roller shall not be more than 4,000 square yards per hour,
except that for Type S Asphaltic Concrete, this maximum rate of coverage shall be 3,000 square
yards per hour.
33OA-10.1.5 Number of Pneumatic -tired Rollers Required
A sufficient number of self-propelled pneumatic -tired rollers shall be used to assure that the rolling
of the surface for the required number of passes will not delay any other phase of the laying
operation nor result in excessive cooling of the mixture before the rolling is complete. In the event
that the rolling falls behind, the laying operation shall be discontinued until the rolling operations
are sufficiently caught up.
330A-10.1.6 Compaction of Areas Inaccessible to Rollers
Areas which are inaccessible to a roller (such as areas adjacent to curbs, headers, gutters, bridges;
manholes, etc..) shall be compacted by the use of hand tamps or other satisfactory means.
330A- 10. 1.7 Rolling Patching and Leveling Courses
Self-propelled pneumatic-dred rollers shall be used for the rolling of all patching and leveling
courses. Where the initial leveling course is placed over broken concrete pavement, the pneumatic -
tired roller shall weigh at least IS tons. For Type S -Ill Asphaltic Concrete leveling courses, the
use of a steel -wheeled roller, to supplement the traffic rollers, will be required. On other leveling
courses, the use of a steel -wheeled roller will be required on all passes after the first.
330A-10.1.8 Correcting Defects
The rollers shall not be allowed to deposit gasoline, oil or grease onto the pavement, and any areas
damaged by such deposits shall be removed and replaced as directed by the Engineer. While rolling
is in progress, the surface shall be tested continuously and all discrepancies corrected to comply
with the surface requirements. All drippings, fat or lean areas and defective construction of any
description shall be removed and replaced. Depressions which develop before the completion of
the rolling shall be remedied by loosening the mixture and adding new mixture to bring the
GP -64
Page 361 of 537
Agenda Item #22.
GENERAL PROWSIONS
depressions to a true surface. Should any depression remain after the final compaction has been
obtained, the full depth of the mixture shall be removed and replaced with sufficient new mixture
to forrn a true and even surface. All high spots, high joints and honeycomb shall be corrected as
directed by the Engineer. Any mixture remaining unbonded after rolling shall be removed and
replaced. Any mixture which becomes loose or broken, mixed or coated with dirt or in any way
defective, prior to laying the wearing course shall be removed and replaced with fresh mixture
which shall be immediately compacted to conform with the surrounding area.
330A-10.1.9 Use of Trafiric Roller on First Overbuild Course
A self-propelled pneumatic -tired roller shall be used on the first overbuild course. Coverage shall
be a minimum of five passes.
330A-10.1.10 Use of Traffic Roller on First Structural Layer Placed on a Milled Surface
A self-propelled pneumatic -tired roller shall be used on the first structural layer placed on a milled
surface. Coverage shall be a minimum of three passes.
330A-10.2 Provisions Applicable to Shoulder Pavement Only
Shoulder pavements wider than three feet shall be compacted by the use of equipment of the type
required for other asphaltic concrete pavements. Density determinations will be required on
shoulder pavements wider than three feet when the thickness is one -inch or greater. These density
determinations (including the control strip) will be separate from the pavement lane even when the
pavement lane and shoulder are placed in the same pass.
Density determinations will not be required on asphaltic concrete or sand -asphalt hot mix
shoulders three feet or less in width. The compactive effort shall be done by the use of tandem
steel rollers not exceeding 12 tons in weight. In restricted areas other equipment that will
effectively exert a compactive effort may be approved by the Engineer. The Contractor shall state
what equipment and compactive effort (coverage) is proposed to be used. This must be approved
by the Engineer before the Contractor starts the operation. Where sand -asphalt hot mix shoulders
are constructed within the limits of curb and gutter, compaction shall be done by light weight
rolling equipment, approved by the Engineer, which will not displace the previously constructed
curb and gutter
3_30A-10.3 Density Control
330A-10.3.1 Density Control Nuclear Method
The in-place density of each course of asphalt mix construction, with the exceptions of patching
courses., leveling and intermediate courses less than one -inch thick or a specified spread rate less
thari 100 pounds per square yard, overbuild courses where the minimum thickness is less than one -
inch, and open -graded friction courses, shall be detennined by the use of the Nuclear Density
Backscatter Method as specified by FM I J238 (Method B). The required density of a completed
course shall be at least 98 percent of the average density of the control strip.
GP -65
Page 362 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-103.2 Control Strips
One or more control strips shall be constructed for the purpose of determining the control strip
density. A control strip shall be constructed at the beginning of asphalt construction and one
thereafter for eaeb successive course. Any change in the composition of the mix will require the
construction of a new control strip. The Engineer may require an additional control strip when he
deems it necessary to establish a new control strip density or conform the validity of the control
strip density being used at that time. The Contractor may request a conformation of the control
strip density also. The control strip must be constructed as a part of a normal day's run. The
Contractor will not be permitted to construct the control strip separately.
The length of the control strip shall be 300 feet, regardless of the width of the course being laid -
When the control strip is to be constructed for the first day of asphalt construction or at the
beginning of a new course, it sliall be started between 500 and 1,000 feet from the beginning of
the paving operation. The thickness of the control strip shall be the same as that specified for the
course of which it is a part. The control strip will be constructed using the same mix, the same
paving and rolling equipment and the same procedures as those used in laying the asphalt course
of which the control strip is to become a part. Every control strip will remain in place and become
a portion of the completed roadway.
When the compaction of the control strip has been completed, ten density determinations will be
made at random locations within the control strip. No deten-ninations will be made within one foot
of any unsupported edge. The average of these ten determinations will be the Control Strip Density.
For purposes of determining the percent of laboratory density, as required in Table 330AA-2, a
correction factor will be developed fi-om cores or by direct transmission nuclear determination
where applicable.
(a) The lab density shall be calculated to the nearest 0.0 1 percent and rounded to the nearest 0. 1
percent.
In the event that a control strip meeting the requirements of Table 330AA-2 is not obtained, and
this particular mix, layer, etc., is completed on the project, density shall be evaluated in accordance
with FM 5-543 (Determining Density of Asphalt Pavement Layers When a Valid Control strip is
not obtained).
TMS SPACE LEFT BLANK INTENTIONALLY
GP -66
Page 363 of 537
Agenda Item #22.
Mix Type
S-1
S -1i
S -M
Type H
Type 111
SAHM
ABC4
ABC -2
ABC -3
FC -1
FC -2
FC -4
GENERAL PROVISIONS
Table 330AA-2
Roadway Requirements for Bituminous Concrete Mixes
Densitv*
Minimum Control Strip Densiti,
Surface* Tolerance
X
96 Lab. Dens.
X
X
96 Lab. Dens.
X
X
96 Lab. Dens.
X
X
96 Lab. Dens.
X
X
96 Lab. Dens.
X
X
96 Lab. Dens.
X
X
96 Lab. Dens -
X
96 Lab. Dens.
X
96 Lab. Dens.
X
96 Lab. Dens.
X
No Density Required
96 Lab. Dens.
X
X
96 Lab. Dens,
X
*X - Denotes that test is required,
** - Shall meet the straightedge requirements of 200-7.
330A-10.3.3 LOTs
For the purpose of acceptance and partial payment, each day's production will be divided into
LOTs. The standard size of a LOT shall consist of 5,000 lineal feet of any pass made by the paving
train regardless of the width of the pass or the thickness of the course. Pavers traveling in echelon
will be considered as two separate passes. When at the end of a day's production or the completion
of a given course or at the completion of the project, a partial LOT occurs, then the LOT size will
be redefined as follows: If the partial LOT contains one or two sublots with their appropriate test
results, then the previous full-size LOT will be redefined to include this partial LOT and the
evaluation of the LOT will be based on either six or seven sublot determinations. If the partial
LOT contains three or four sublots with their appropriate test results, this partial LOT will be
redefined to be a whole LOT and the evaluation of it will be based on the three or four sublot
determinations.
For the standard size LOT (5,000 lineal feet), five density determinations - one for each sublot -
will be made at random locations within the LOT. but not to be taken within one foot of any
unsupported edge. The random locations will be determined by the use of statically derived random
number tables finnished by the Department. These will also be used for partial LOTS, For the
Contractor to receive full payment for density, the average density of a LOT will be a minimum
of 98.0 percent of the control strip density. Once the average density of a LOT has been determined
the Contractor will not be permitted to provide additional compaction to raise the average.
GP -67
Page 364 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A -10.3A Acceptance: The completed pavement will be accepted with respect to density on a
LOT basis. Partial payment will be made for those LOT's that have an average density less than
98.0 percent of the Control Strip Density based on the following schedule:
Table 330AA-3
Payment Schedule for Density
Percent of Control Strip Densit% Percent of Pa%-ment
98.0 and above 100
97.0 to less than 98.0 95
96.0 to less than 97.0 90
"Less than 96.0 75
* In calculating the percent of control strip density, do not round off the final percentage.
**If approved by the Engineer based on an engineering determination that the material is
acceptable to remain in place, the Contractor may accept the indicated partial pay, otherwise
the Department will require removal and replacement at no cost. The Contractor has the option
to remove and replace at no cost to the Department at any time.
330A-10-3.5 Density Requirements for Small Projects
For projects less than 1,000 linear feet in length and bridge projects with approaches less than
1,000 linear feet each side, the requirements for control strips and nuclear density determination
will not apply. The Contractor will use the standard rolling procedures as specified in 330A-10.
The provisions for partial payment do not apply to these small projects.
330A-11 Joints
330A- 11.1 Transverse Joints
Placing of the mixture shall be as continuous as possible and the roller shall not pass over the
unprotected end of the freshly laid mixture except when the laying operation is to be discontinued
long enough to permit the mixture to become chilled. When the laying operation is thus interrupted,
a transverse joint shall be constructed by cutting back on the previous run to expose the fiill depth
of the mat
330A-11.2 Longitudinal Joints
For all layers of pavement except the leveling course, placing of each layer shall be accomplished
to cause longitudinal construction joints to be offset 6 to 12 inches laterally between successive
layers. The Engineer may waive this requirement where offsetting is not feasible due to the
sequence of construction.
GP -68
Page 365 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-1 1.3 General: When fresh mixture is laid against the opposite edges of joints (trimmed or
formed as provided above), it shall be placed in close contact with the exposed edge so that an
even, well -compacted joint will be produced after rolling.
330A-12 Surface Requirements
33OA-12.1 Contractor Responsibility
The Contractor shall be responsible for obtaining a smooth surface on all pavement courses placed
and therefore should straightedge all intermediate and final courses with a 5 -foot rolling
straightedge. A 3 -foot manual straightedge shall be furnished by the Contractor and shall be
available at the job site at all times during the paving operation for checking joints and surface
irregularities.
330A-12.2 Texture of the Finished Surface of Paving Layers
The finished surface shall be of uniform texture and compaction- The surface shall have no pulled,
tom, or loosened portions and shall be free of segregation, sand streaks, sand spots, or ripples. Any
area of the surface which does not meet the foregoing requirements shall be corrected in
accordance with 33OA- 12.4.
Unless written permission is obtained, asphalt concrete mixtures containing aggregates which will
cause a different color appearance shall not be used in the final wearing surface in sections less
than one mile in length.
330A-12.3 Acceptance Testing for Surface Tolerance
330A-12.3.1 General
Acceptance testing for surface tolerance will be applicable to pavement lanes and ramps, where
the width -is constant. and shall include all construction joints.
Intersections, tapers, crossovers, transitions at beginning, and end of project. and similar areas will
not be tested for surface tolerance with the rolling straightedge as provided below. However, any
individual surface irregularity in these areas in excess of 3/8 inch as determined by a 15 -foot
straightedge, and deemed by the Department to be objectionable, shall be corrected in accordance
with 330A-12.4.
When the Department is ready to perform acceptance testing for surface tolerance, the ContTactor
shall provide the required traffic control in accordance with standard maintenance of traffic
requirements specified in the contract. The cost of this traffic control shall be included in the
contract bid prices for the asphalt items.
The Contractor shall also provide a representative to be present during the entire operation of
straighted 'g for acceptance purposes.
gin
GP -69
Page 366 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-12.3.2 Test Method
Acceptance testing shall consist of one pass of a standard 1S -foot rolling straightedge operated
along the centerline of each lane tested. This does not preclude acceptance testing lit other locations
within the lane being tested.
330A-12.3.3 Acceptance Criteria for Last Layer Prior to Friction Course
The Contractor shall furnish and operate an acceptable 15 -foot rolling straightedge for testing of
the last layer prior to the friction course as directed by the Engineer and supervised by project
personnel. All deficiencies in excess of 3/16 -inch shall be corrected in accordance with 330A-1 2.4
and retested as necessary prior to placement of the friction course. Where the final surface is not a
friction course, acceptance criteria shall be in accordance with 330A-12.3.4.
33OA-123.4 Acceptance Criteria for Final Surface or Friction Course
Upon completion of the final surface or fiiction course, district materials personnel will test the
finished surface with a 15 -foot rolling straightedge. All deficiencies in excess of 3/16th inch shall
be corrected in accordance with 330A-12.4, except that correction by overlaying will not be
permitted when the final surface is a friction course,
The Engineer may waive corrections specified above if an engineering determination indicates that
the deficiencies are sufficiently separated so as not to significantly aff-ect the ride quality of the
pavement and corrective action would unnecessarily mar the appearance of the finished pavement.
Where the Engineer elects to waive correction and the finished pavement surface is a friction
course, the pay quantity for Asphaltic Concrete Friction Course will be reduced by the amount of
friction course which would have been removed and replaced if the correction had been made (100
ft. X lane width).
Where the Engineer elects to waive a correction and the finished pavement surface is other than a
friction course, the appropriate pay quantity for Asphaltic Concrete shall be reduced by the
equivalent quantity of materials which would have been removed and replaced if the correction
had been made.
(a) Where the pay quantity is in square yard, the reduction is based on the area which would have
been removed (100 feet X lane width) multiplied by the ratio of the layer thickness to the total
thickness of the type of mix specified.
(b) Where the pay quantity is in tons, the reduction is based on the volume which would have been
removed (100 feet X lane width X layer thickness) multiplied by the laboratory density for the
mix.
GP -70
Page 367 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-12.4 Correcting Unacceptable Pavement
The Contractor has the option of selecting one of the following methods unless overlaying is
prohibited in accordance with 330A-12.3.4:
(a) Removing and Replacing: If correction is made by removing and replacing the pavement. the
removal must be for the full depth of the course and extend at least SO feet on either side of
the defective area, for the fall width of the paving lane.
(b) Overlaying: If correction is made by overlaying, the overlay shall cover the length of the
defective area and taper uniformly to a featheredge thickness at a minimum distance of SO feet
on either side of the defective area. The overlay shall extend full width of the roadway. Care
shall be taken to maintain the specified cross slope. The mix used for the overlay may be
adjusted as necessary for this purpose by the District Bituminous Engineer.
(c) Other Methods: For courses which will not be the final pavement surface, correction of minor
straightedge deficiencies by methods other than specified above shall be approved by the
District Bituminous Engineer.
The cost of all corrective work, either by removing and replacing or by overlaying, shaft be home
by the Contractor.
330A-13 Protection or Finished Surface
Sections of newly compacted asphaltic concrete which are to be covered by additional courses
shall be kept clean until the successive course is laid.
No dumping of embankment or base material directly on the pavement will be permitted. Dressing
of shoulders shall be completed before placement of the friction course on adjacent pavement.
Blade graders operating adjacent to the pavement during shoulder construction shall have a two-
inch by eight -inch (or larger) board (or other attachment providing essentially the sarne results)
attached to their blades in such manner that it extends below the blade edge, in order to protect the
pavement surface from damage by the grader blade.
To prevent rutting or other distortion, sections of newly finished dense -graded friction course and
the last structural layer prior to the friction course shall be protected from traffic until the surface
temperature has cooled below 160'F.
The Contractor may use artificial methods to coot the pavement to expedite paving operations. The
Department may direct the Contractor to use artificial cooling methods when, in the opinion of the
Engineer, maintenance of traffic requires opening the pavement to traffic at the earliest possible
time.
GP -71
Page 368 of 537
Agenda Item #22.
GENERAL PROVISIONS
330A-14 Correcting Deficient Thickness
330A-14.1 Allowable Deficiencies
When the pavement is to be paid for on a square yard basis, the thickness shall be determined from
the length of the co -borings, as specified in 330A- 15. 1. The maximum allowable deficiency from
the specified thickness shall be as follows:
(I)- For pavement of a specified thickness of 2 1/2 inches or more: 1 /22 inch.
(2) For pavement of a specified thickness of less than 2 1/2 inches: 1/4 inch.
330A-14.2 Pavement Exceeding Allowable Deficiency in Thickness
330A-14.2.1 When Deficiency is Seriously in Excess
Where the deficiency in thickness is: (1) in excess of 3/8 inch, for pavement of less than 2 1/2
inches in specified thickness, or, (2) in excess of 3/4 inch, for pavement of specified thickness of
2 1/27 inches or more, the Contractor shall correct the deficiency either by replacing the full
thickness for a length extending at least 50 feet from each end of the deficient area, or (when
permitted by the Engineer) by overlaying as specified in 330A-14.2.3.
As an exception to the above, pavement outside the main roadway area (acceleration and
deceleration lanes and crossovers) may be left in place, without compensation when 80 permitted
by the Engineer, even though the thickness deficiency exceeds the tolerance specified above.
The Contractor will receive no compensation for any pavement removed, nor for the work of
removing such pavement.
330A-14.2.2 When Deficiency is Not Seriously in Excess
When the deficiency in the thickness of the pavement is over 1/4 inch but not more than 3/8 inch,
for pavement of specified thickness less than 2 1/2 inches: or when the deficiency in thickness is
over 1/2 inch but not more than 3/4 inch, for pavement of specified thickness of 2 1/2 inches or
greater; the Contractor will be allowed to leave such pavement in place, but without compensation.
The areas of such pavement for which no square yard payment will be made shall be the product
of the total distance between acceptable cores, multiplied by the width of the lane which was laid
at the particular pass in which deficient thickness was indicated. All costs of the overlaying and
compacting shal I he borne by the Contractor.
330A-14.2.3 Correcting Deficiency by Adding New Surf2ce Material
For any case of excess deficiency of the pavement, the Contractor will be permitted, if approved
by the Engineer for each particular location, to correct the deficient thickness by adding new
surface material and compacting to the same density as the adjacent surface, The area to f be
corrected and the thickness of new material added shall be as specified in 330A- 12.3.
GP -72
Page 369 of 537
Agenda Item #22.
GENERAL PROVISIONS
All costs of the overlaying and compacting shall be borne by the Contractor,
330A-15 Calculations for Thickness of Pavement to be Paid for (Applicable Only Where the
Pavement is to be Paid for by the Square Yard)
330A-15.1 Core Borings
When the Department is ready to core the finished asphalt construction for thickness as required
for acceptance testing, the Contractor shall provide the required traffic control in accordance
with standard maintenance of traffic requirements specified in the contract. The cost of this traffic
control shall be included in the contract bid prices for the asphalt items.
The Contractor shall provide a representative to be present during the entire coring operations for
acceptance purposes.
The thickness of the pavement shall be determined from the length of cores, at least two 'inches in
diameter, taken at random points on the cross section and along the roadway. Each core shall
rep -resent a section of roadway no longer than 200 feet regardless of the number of lanes. Thickness
determinations for paved shoulders and widening shall be separate from the mainline roadway and
shall represent a section no longer than 400 feet for each shoulder or- widening. The average
thickness shall be determined from the measured thicknesses, and in accordance with the
procedure and criteria specified herein.
If the Contractor believes that the number of cores taken by the Department is insufficient to
properly indicate the thickness of the pavement he may request the Department to make additional
borings at locations designated by him. The cost of these additional borings shall be deducted from
any sums due the Contractor unless such borings indicate that the pavement within the questioned
area is of specified thickness.
-1 JT1 �TF 'I'll 'I
330A - 15.2 Criteria for Calculations OfTT 11. AM)SUM
The calculation for asphaltic concrete pavement to be paid for under this section shall be the area
in square yards completed and accepted with the length to be used in the calculation being the
actual length measured along the surface and the width as shown on the plans. The thickness to be
paid shall be as shown on the Typical Section in the Plans.
Areas of deficient thickness - pavement which is left in place with no compensation (as specified
in 330A-14.2), shall not be taken into account in the calculation.
Where areas of defective surface or deficient thickness are corrected by overlaying with additional
material, the thickness used in the calculations shall be the thickness specified on the Typical
Section for such areas.
END OF SECTION
GP -73
Page 370 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION 331
TYPE S ASPHALTIC CONCRETE
Sl--'C'T10N 131 1-1 Ar)DED TO T111S SPECtFl('AT1()7N
331-1 Description
This Section specifies the materials, the composition, and physical test properties for Type S
Asphaltic Concrete (Type S-1, Type S -Il or Type S-lIl as specified by the contract or when offered
as alternates. The composition, and physical test properties for all mixes, including Type S
Asphaltic Concrete (S-1, S -1I and S -P are shown in the following Table 33 1 -1 and Table 331-2.
Where Type S Asphaltic Concrete is specified in the contract if approved by the Engineer, the
Contractor may also select Type S-111 Asphaltic Concrete as an alternate for the final surface (no
friction course specified) and as the final layer of structural course only, prior to the friction course,
Type S-11 Asphaltic Concrete will not be permitted as the final layer prior to the friction course.
Requirements for plant and equipment shall be as specified in Section 320. General construction
requirements shall be as specified in Section 330A.
Table 331-1
Percent By Weight Total Aggregate Passing Sieves*
Type
3/4 % 3/8
No.4
No. 10 No. 40
No. 80
No. 200
S-1
100 88-100 75-93
47-75
31-53 19-35
7-21
2-6
S -fl**
83-98 71-87 62-78
47-63
33-49 19-35
9-18
2-6
S-111
100 88-100
60-90
40-70 20-45
10-30
2-12
Type H
100 90-100
80-100
55-90
2-10
Typef1l
100 80-100
65-100
40-75 20-45
10-30
0-12
SAHM
100
0-12
ABC -1
100
0-12
ABC -2
100
55-90
2-10
ABC -3***
70-100
30-70
20-60 10-40
2-8
FC -1
100
55-85
2-5
FC. -2****
100 85-100
10-40
4-12
2-6
FC -4
100
75-90
2-6
*In inches, except where otherwise indicated. Number sieves are U.S.
Standard
sieve series.
"100% passing I 1/4 -inch sieve and 94- 100%
passing 1 -inch sieve.
** * 100% passing I i /2 -inch sieve.
****The design range for the No. 10 sieve may be increased for lightweight aggregates,
GP -74
Page 371 of 537
Agenda Item #22.
GENERAL PROVISIONS
Table 331-2
Marshall Design Properties for
Bituminous Concrete Mixes
Work will be accepted on a LOT to LOT basis in accordance with the applicable requirements of
Sections 5, 6, and 9. The size of the LOT will be as specified in 331-5 for the bituminous mixture
produced at the plant and as stipulated in 330A-10 and 330A-12 for the material placed on the
roadway.
331-2 Materials
331-2.1 General Specifications
The materials used shall conform with the requirements specified in Division HL Specific
references are as follows:
(1) Asphalt Cement Viscosity Grade AC -30 916-1
(2) Mineral Filler 917-1 and 917-2
(3) Coarse Aggregate, Stone, Slag or Crushed Gravel Section 901
(4) Fine Aggregate Section 902
*Gravel for use in asphalt concrete mixtures shall be crushed. In addition, the asphalt concrete
mixtures containing crushed gravel as the course aggregate component must show no
potential for stripping during laboratory testing, before approval of the mix design -
Reclaimed Portland Cement Concrete Pavement may be used as a coarse aggregate or screening�.,
component subject to meeting all applicable specifications.
All materials shipped to the asphalt plant will be sampled at their destination.
GP -75
Page 372 of 537
Minimum Marshall
Flow*
Minimum VMA
Air Voids Minimum Effective
Mix Type
Stabillity (lbs.
to.01 in.)
(0/0)
Aso
It Content
r1o)
S-1
1500
8-14
14
3-5
5.0
S-11
1500
8-14
13
3-5
5.0
S-111
1500
8-14
15
3-7
5,5
Type 11
500-750
7-16
18
5-16
6.0
Type IH
750-1000
7-16
15
5-12
5.5
SAHM
300-500
7-16
15
5-16
6.0
ABC -1
500
7-16
15
5-16
6.0
ABC -2
750
7-16
15
5-14
5.5
ABC -3
1000
8-14
14
3-7
5.0
FC -1
500
7-14
15
8-14
5.5
FC -2
-
-
-
-
-
FC -4
500
7-14
15
12-16
5.0
*The maximum Flow for the mix design
shall be one point less than shown in the Table.
The maximum
Flow values shown apply only during production.
Work will be accepted on a LOT to LOT basis in accordance with the applicable requirements of
Sections 5, 6, and 9. The size of the LOT will be as specified in 331-5 for the bituminous mixture
produced at the plant and as stipulated in 330A-10 and 330A-12 for the material placed on the
roadway.
331-2 Materials
331-2.1 General Specifications
The materials used shall conform with the requirements specified in Division HL Specific
references are as follows:
(1) Asphalt Cement Viscosity Grade AC -30 916-1
(2) Mineral Filler 917-1 and 917-2
(3) Coarse Aggregate, Stone, Slag or Crushed Gravel Section 901
(4) Fine Aggregate Section 902
*Gravel for use in asphalt concrete mixtures shall be crushed. In addition, the asphalt concrete
mixtures containing crushed gravel as the course aggregate component must show no
potential for stripping during laboratory testing, before approval of the mix design -
Reclaimed Portland Cement Concrete Pavement may be used as a coarse aggregate or screening�.,
component subject to meeting all applicable specifications.
All materials shipped to the asphalt plant will be sampled at their destination.
GP -75
Page 372 of 537
Agenda Item #22.
GENERAL PROVISIONS
331-2.2 Specific Requirements
331-2.2.1 Condition of Aggregate
The aggregate shall be clean and shall contain no deleterious substances. Coarse or fine aggregate
containing any appreciable amount of phosphate shall not be used,
331-2.2.2 Fine Aggregate and Mneral Filler
In laboratory tests, and for the purpose of proportioning the paving mixture, all material passing
the No. 10 sieve and retained on the No. 200 sieve, shall be considered as fine aggregate, and the
material passing the No. 200 sieve shall be considered as mineral filler.
331-2.2.3 Screenings
Any screenings used in the combination of aggregates shall contain not more than 15 percent of
material passing the No. 200 sieve. When two screenings are blended to produce the screening
component of the aggregate, one of such screenings may contain up to 18 percent of material
passing the No, 200 sieve, as long as the combination of the two does not contain over 15 percent
material passing the No,200 sieve, Screenings may be washed to meet these requirements.
331-2.2A Use of Reclaimed Asphalt Pavement
Reclaimed asphalt pavement may be used as a component material of the bituminous mixture
subject to the following:
1. The Contractor shall be responsible for the design of asphalt mixes which incorporate
reclaimed asphalt pavement as a component part -
2. Reclaimed asphalt pavement shall not exceed 60 percent by weight of total aggregates for
Asphalt Base Courses nor more than 35 percent by weight of total aggregates for Structural
and Leveling Courses, Reclaimed asphalt pavement shall not be used in Friction Courses.
3. A 3 V2" grizzly shall be mounted over the reclaimed asphalt pavement cold bm'. If oversize
material shows up in the mix, the size of openings shall be reduced.
4. The reclaimed asphalt pavement material as stockpiled shall be reasonably uniform in
characteristics and shall not contain aggregate particles which are soft or conglomerates of
fines.
331-2.2.5 Recycling Agents
When reclaimed asphalt pavement is approved for use as a component material, a recycling agent
meeting the requirements specified in 916A-2 shall be used in the mix.
331-3 Permissible Variation for the Coarse Aggregate
The aggregate or aggregates shipped to the job shall be sized and uniformly graded or combined
GP -76
Page 373 of 537
Agenda Item #22.
GENERAL PROVISIONS
in such proportions that the resulting mixture meets the grading requirements of the mix design.
331-4 General Composition of Mixture
3314.1 General
The bituminous mixture shaU be composed of a combination of aggregate (coarse, fine or mixtures
thereof), mineral filler, if required '. and bituminous material, Not more than 20 percent by weight
of the total aggregate used shall be silica sand or local materials as defined in Section 902. The
silica sand and local materials contained in any reclaimed asphalt pavement material, if used in the
mix, shafl be considered in this limitation. The several aggregate fractions shall be sized, uniformly
graded and combined in such proportions that the resulting mixture wiH meet the grading and
physical properties of the approved mix design.
Reclaimed asphalt pavement meeting the requirements of 331-2.2.4 may be approved as a
substitution for a portion of the combination of aggregates, subject to all applicable specification
requirements being met.
3314.2 Grading Requirements
In all cases, the job mix formula shaU be within the design ranges specified in Table 3 3 1 -1
3314-3 Mix Design
3314.3.1 General
Prior to the production of any asphaltic paving mixture, the Contractor shall submit a mix design
to the Engineer at least two weeks before the scheduled start of production. The following
information shall be furnished:
1. The specific project on which the mixture will be used.
2. The source and description of the materials to be used.
3. The gradation and approximate proportions of the. raw materials as intended to be combined
in the paving mixture.
4. A single percentage of the combined mineral aggregate passing each specified sieve,
5. A single percentage of asphalt by weight of total mix intended to be incorporated in the
completed mixture.
6. A single temperature at which the mixture is intended to be discharged from the plant.
7. The laboratory density of the asphalt mixture, for all mixes except Open -Graded Friction
Courses.
8. Evidence that the completed mixture will conform to all specified physical requirements.
GP -77
Page 374 of 537
Agenda Item #22.
GENERAL PROVISIONS
9. The name of the individual responsible for the Quality Control of die mixture during
production.
In lieu ofthe above, when reclaimed asphalt pavement is approved for use as a component material,
the Contractor shall submit to the Engineer at least two weeks before the scheduled start of
production in writing a proposed mix design and samples of all material components.
The following information shall be fin-nished with the proposed mix design for mixes containing
reclaimed asphalt pavement:
1, The specific project on which the mixture will be used.
2. The source and description of the materials to be used.
3. The gradation and approximate proportions of the raw materials as intended to be combined
in the paving mixture.
4. A single percentage of the combined mineral aggregate passing each specified sieve.
5. A single temperature at which the mixture is intended to be discharged from the plant.
6, The name of the individual responsible for the Quality Control of the mixture during
production.
3314.3.2 Revision of Mix Design
The approved mix design shall remain in effect until a change is authorized by the Engineer. A
new design will be required for any change in source of aggregate.
3314.3.3 Resistance to Plastic Flow
The submitted mix design shall include test data showing that the material as produced will meet
the requirements specified in Table 331-2 when tested in accordance with FM I -T245. Further,
the bulk specific gravity of the laboratory compacted bituminous mixture shall be determined in
accordance with FM T -T 166.
The percent of unfilled voids and the percent of aggregate voids filled with asphalt shall be based
on the maximum specific gravity of the bituminous mixture and on the asphalt content of each
group of specimens prepared from the same, sample. Maximum specific gravity of the bituminous
mixture shall he determined by FM I -T-209.
331-4.4 Contractor's Quality Control
331-4.4.1 Personnel DELET E IN I IS VIN'T I IIE* 11
331-4.4.2 Extraction Gradation Analysis
The bituminous mixture will be sampled at the plant in accordance with FM I -T 168. The percent
bitumen content of the mixture will be determined in accordance with FM 5-544. The percent
GP -78
Page 375 of 537
Agenda Item #22.
GENERAL PROVISIONS
passing the standard sieves will be determined in accordance with FM 5-545. All test results will
be shown to the nearest 0.01, All calculations will be carried to the 0.001 and rounded to the nearest
0.01, in accordance with the Department's rules of rounding,
The Contractor will run a minimum of one extraction gradation analysis of the mixture for each
day's or part of a days production and immediately following any change in the production
process. The quality control sample of mixture for the extraction gradation analysis will be taken
each day as soon as the plant operations have stabilized and the results will be obtained in a timely
manner so that adjustments can be made if necessary.
Extraction gradation analysis will not be required on the days when mix production is less than
100 tons. However, when rmix production is less than 100 tons per day on successive days, the test
will be run when the accumulative tonnage on such days exceeds 100 tons.
The target gradation and asphalt content shall be as shown on the mix design. Any changes in
target will require a change in the mix design in accordance with 3314.3 -2 -
If the percentage of bitumen deviates from the optimum asphalt content by more than 0.55 percent,
or the percentage passing any sieve falls outside the Emits shown in Table 331-3, the Contractor
will make the necessary correction. If the results for two consecutive tests deviate from the
optimum asphalt content by more than 0.55 percent, or exceeds the limits as shown in Tab I e 331 -
3 for any sieve, the plant operation shall be stopped until the problem has been corrected.
The Contractor will maintain control charts showing the results of the extraction gradation
analysis (bitumen content and sieve analysis).
Table 331-3
Tolerances for Quality Control Tests
(Extraction Gradation Analysis)
Sieve Size Percent Passin
1 31
7.0
3/417
7.0
1/211
7.0
3/8"
7.0
No. 4
7.0
No. 10
5.5
No. 40*
4.5
No. 80*
3.0
No. 200
2.0
*Does not apply to SAHM, ABC -1 or Type R.
331-4.4.3 Plant Calibration
At or before the start of mix production, a set of hot bin samples for batch or continuous mix plants
or belt cut for drum mix plants will be wash graded to verify calibration of the plant. When
approved by the Engineer, extraction gradation analysis of the mix may be used to verify
GP -79
Page 376 of 537
Agenda Item #22.
GENERAL PROVISIONS
calibration of the plant. This exuaction gradation analysis may also be used to fulfill the quality
control requirements for the first days' production.
3314.4.4 Viscosity of Asphalt in Mixes Containing Reclaimed Asphalt Pavement
When reclaimed asphalt pavement is a component material, the viscosity of the asphalt material in
the bituminous mixture, determined in accordance with FM I -T202, shall be 6000 +/- 2000 poises.
This determination shall be made on samples obtained by the Department on a random basis at a
frequency of approximately one per 2000 tons of mix.
If the viscosity is determined to be out of the specified tolerance, the Contractor shall adjust the
recycling agent formulation or blend of reclaimed asphalt material used in the mixture to bring the
viscosity within tolerance.
331-5 Acceptance of The Mixture
(For This Article, the Term "LOT" Applies to Department Projects)
331-5.1 General
The bituminous mixture will be accepted at the plant, with respect to gradation and asphalt content,
on a LOT to LOT basis. The material will be tested for acceptance in accordance with the
provisions of 64 and the following requirements. However, any load or loads of mixture which,
in the opinion of the opinion of the Engineer, are unacceptable for reason of being excessively
segregated, aggregates improperly coated, or of excessively high or low temperature shall be
rejected for use in the work.
A standard size LOT at the asphalt plant shall consist of 4000 tons with four equal sublots of 1000
tons each.
A partial LOT may occur due to the following:
(1) The compietion of a given mix type on a project.
(2) an approved LOT termination. by the Engineer due to a change in process, extended delay in
production, or change in mix design.
If the partial LOT contains one or two sublots with their appropriate test results, then the previous
fall -size LOT will be redefined to include this partial LOT and the evaluation of the LOT will be
based on either five or six sublot determinations. If the partial LOT contains three sublots with
their appropriate test results, this partial LOT will be redefined to be a whole LOT and the
evaluation of it will be based on three sublot detertninations.
When the total quantity of any mix is less than 3000 tons, the partial LOT will be evaluated for the
appropriate number of sublots from n = I to n = 3. When the total quantity of any mix type is less
than 500 tons, the Department will accept the mix on the basis of visual inspection. The
Department may run extraction and gradation analysis for information purposes; however. the
provisions for partial payment will not apply.
On multiple project contracts, the LOT(s) at the asphalt plant will carry over from project to
project.
GP -80
Page 377 of 537
Agenda Item #22.
GENERAL PROVISIONS
331-51 Acceptance Procedures
The Contractor shall control all operations in the handling, preparation, and mixing of the asphalt
mix so that the percent bitumen and percent passing the No.4, 10, 40 and 200 sieves will meet the
approved job mix formula within the tolerance shown in Table 331-5.
Table 331-5
Tolerances for Acceptance Tests
Characteristic Tolerance*
Asphalt Content (Extraction)
+1-0.55%
Asphalt Content (Printout)
+1-0.15%
Passing No. 4 Sieve
+/-7.00%
Passing No. 10 Sieve
+/-5.50%
Passing No. 40 Sieve"
+/-4.50%
Passing No. 200 Sieve
+/-2.00%
*Tolerances for sample size of n = 1.
See Table 331-6 for other sample
sizes n7-2 through rl--6.
**Applies only to Type S-1, S-11, S-117, FC4 and FC4.
Acceptance of the mixture shall be on the basis of test results on consecutive random samples from
each LOT, One random sample shall be taken from each sublot, The bituminous mixture will be
sampled at the plant in accordance with FM I -T 168. The percent bitumen content of the mixture
will be determined in accordance with FM 5-544. The percent passing the NoA, No. 10, No. 40
and No. 200 sieves will be determined in accordance with FM 5-545.
Calculations for the acceptance test results for bitumen content and gradation (percent passing
No.4, No. 10, No. 40 and No. 200) shall be shown to the nearest 0.01 . Calculations for arithmetic
averages shall be carried to the 0.001 and rounded to the nearest 0.01 in accordance with the
Department's rules of rounding.
When the Contractor or Producer chooses to use a storage bin for mix storage overnight or longer,
the material processed in this manner will be handled as follows:
The samples of mix taken for acceptance tests on asphalt content must be taken before the mix is
placed into the storage bin. Samples of mix for acceptance tests on gradation shall be taken after
the mix has been removed from the storage bin.
Payment will be made on the basis of Table 331-6 Acceptance Schedule of Payment. The proms
will be considered out of control when any individual test result from a LOT exceeds the 90 percent
pay factor limit for the values in the "one test" column of Table 331-6. When this happens, the
LOT will be automatically terminated and the percent of payment will be determined from Table
331-6.
GP -81
Page 378 of 537
Agenda Item #22.
GENERAL PROVISIONS
Table 331-6
Acceptance Schedule of Payment - (Asphalt Plant Mix Characteristics)
Average of Accumulated Deviations of the Acceptance Tests from the Mix Design
Pa�' Factor
I -Test
2 -Tests
3- Tests
4 -Tests
5- Tests
6 -Tests
0.98
7.01-8.00
Asphalt Cement Content
(Extraction)
4.01-4.SO
3.694.13
1.00
0.00-0.55
0.00-0.4-1
0.00-0.38
0,00-0.35
0.00-0.33
0.00-0,31
0.95
0.56-0.65
0.44-0.50
0.39-0.44
0.36-0.40
034-0.37
0.32-0,36
0.90
0.66-0.75
0.51-0.57
0.45-0,50
0.41-0.45
0.38-0.42
0.36-0.39
0.80*
Over 0.75
Over 0.57
Over 0,50
Over 0.45
Over 0.42
Over 0.39
1.00
Asphalt Cement Content (Printout)
0.00-4.33
0,00-3.81
1.00
0.00-0.15
0,00-0.15
0.00-0.1s
0.00-0.15
0.00-0.15
0.00-0.15
O�95
0.16-0.25
0.16-0.25
0.16-0.25
0.16-0.25
0.16-0.25
0.16-0.25
0.90
0.26-0.35
0.26-0.35
0.26-0.35
0.26-0.35
0.26-0.35
0.26-0.35
0.80*
Over 0.35
Over 0.35
Over 0.35
Over 0,35
Over 0.35
Over 0.35
No. 4 Sieve **
1,00
OM -7.00
0.00-5.24
0.00-4.46
0.00-4.00
0.00-3.68
0.00-3.45
0.98
7.01-8.00
5.25-5.95
4.47-5.04
4.01-4.SO
3.694.13
3.46-3.86
0.95
8.01-9.00
5.96-6.66
5.05-5.62
4.51-5.00
4.14-4.58
3.87-4.27
0.90
9.01-10.00
6�67-7-36
5.63-6.20
5.0f-5.50
4.59-5.02
4.284.67
0.80*
Over 10.00
Over 7.36
Over 6.20
Over 5.50
Over 5.02
Over 4.67
No. 10 Sieve
1.00
0.00-5.50
0.00-4.33
0,00-3.81
0.00-3.50
0.00-3.29
0,00-3,13
0.98
5,51-6�50
4.34-5.04
3.82-4.39
3.514.00
3.30-3.74
3,14-3.54
0.95
6.51-7.50
5.05-5.74
4.40-4,96
4.01-4-50
175-4.18
3.55-3.95
0,90.
7,51-8.50
5.75-6.45
4.97-5.54
4,51-5.00
4.19-4,63
3,96-4.36
0.80*
Over 8.50
Over 6.45
Over 5.54
Over 5.00
Over 4.63
Over 4.36
No. 40 Sieve
1.00
0.00-4.50
0-00-3.91
0,00-3.65
0.00-3,50
0100-3.39
0.00-3.32
0.98
4.51-5.50
3.92-4-62
3,66-4.23
3,51-4,00
3.40-3.84
3.33-3.72
0.95
5.51-6.50
4.63-5.33
4,24-4.81
4.01-4.50
185-4.29
3.734.13
0.90
6.51-7.50
5.34-&04
4,82-5.3
4.51-5.00
4.30-4.74
4.144�54
0,80*
Over 7.50
Over 6.04
Over 5.39
Over 5-00
Over 4.74
Over 4.54
No. 200 Sieve',"*
1.00 0.00-2.00 0.00-1.71 0.00-1.58 OM -1.50 0.00-1.45 0.00-1.41
0.95 2.01-2.40 1-72-1,99 1 �59-1.81 1.51-1.70 1.46-1.63 1,42-1-57
0-90 2.41-2.80 2-00-2.27 1.82-2.04 1.71-1.90 1.64-1.80 1.58-1.73
0-80* Over 2.80 Over 2.27 Over 2.04 Over 1.90 Over 1.80 Over 1.73
*If approved by the Engineer based on an engineering determination that the material is acceptable to
remain in place, the Contactor may, accept the indicated partial pay. Otherwise, the Department will
require removal and replacement at no cost. The Contractor has the option to remove and replace at no
cost to the Department at any time.
**When there are two or more reduced payments for these items in one LOT of material, only the greatest
reduction in payment will be applied. CAUTION: This rule applies only to these four gradation test
results.
Notes:
(1) The No. 40 Sieve applies only to Type S-1, S -H, S-111, FC -1 and FC -4-.
(2) Deviations are absolute values with no plus or minus signs.
GP -82
Page 379 of 537
Agenda Item #22.
GENERAL PROVISIONS
331-5.3 Automatic Batch Plant with Printout
Acceptance determinations asphalt content for mixtures produced by automatic batch plants with
printout will be based on the calculated bitumen content using the printout of the weights of asphalt
actually used. Acceptance determinations for gradations (NOA, No. 10, No. 40 and No. 2(0) will
be based on the actual test results from extraction gradation analyses. Payment will be made based
on the provisions of Table 331-6.
331-5.4 Acceptance on the Roadway
The bituminous mixture will be accepted on the roadway with respect to compacted density and
surface tolerance in accordance with the applicable requirements of 330A-10 and 330A-12.
331-5.5 Additional Tests
The Department reserves the right to run any test at any time for intbrmational purposes and for
determining the effectiveness of the Contractor's quality control. The Department will determine
the Marshall properties, a minimum of one set per LOT, to determine whether or not the Contractor
is meeting the specification requirements. Specimens will be prepared at the plant and transported
to the District or Central Lab where they will be tested in accordance with FM 5-511 for Marshall
stability and flow, FM I - T 209 for maximum specific gravity, and FM I -T 166 for density. When
the average value of the specimens fails to meet specification requirements for stability or flow, or
the air void content is below 3.0 percent (for structural mixes only), the Contractor"s plant
operations may be stopped until all specification requirements can be met or until another mix
design has been approved (any revisions to a mix design shall be made in accordance with 331 -
43.2). When it is determined necessary to cease operations while the problem is being resolved,
the approval of the Engineer will be required before resuming production of the mix. At this time
the Marshall properties must be verified,
331-6 Compensation
331-6.1 Items for Which Payment Will Be Made
For the work specified under this Section (including the pertinent provisions of Sections 320 and
330A), payment will be made for the area of the pavement, in square yards (after adjustment to
the equivalent area of specified -thickness pavement), or, when so shown, the weight of tile
mixture, in tons.
331-6.2 Area of Pavement for Which Payment Will Be Made
When the pavement is to be paid for on an area basis, the area to be paid for shall be field measured
quantity, omitting any areas not allowed for payment under the provisions of 9-3.2, omitting any
areas not allowed for payment under 330A-14.2.
The thickness to be paid for under this section is the thickness shown on the typical section in the
plans.
GP -83
Page 380 of 537
Agenda Item #22.
GENERAL PROVISIONS
331-6.3 Payment by Weight of Mixture
Where the pavement is to be paid for by weight, the weight shall be determined as provided in
320-2 (including the provisions for the automatic recordation system).
331-6.4 Bituminous Material DELETE I N [TS U- % I lRf I I
331-6.5 Work Included in Payment Items
The contract unit price per ton or per square yard, as applicable, shall be full compensation for all
the work specified under this Section (including the applicable requirements of Sections 320 and
330A).
Payment shall be made under:
Item No. 331-2 — Type S Asphaltic Concrete — per ton.
Item No. 331-72 — Type S Asphaltic Concrete — per square yard.
END OF SECTION
SECTION 333
TYPE III ASPHALTIC CONCRETE
ADD SECTION 333 TO TIJIS SPECTFICATION
333-1 Description
The work specified in this Section consists of the construction of an asphaltic concrete pavement
course, composed of a mixture of stone or slag screenings with silica sand and asphalt cement, and
mineral filler if needed.
All requirements of Section 320 for plant and equipment and of Section 330A for general
construction requirements shall apply to this work.
Work will be accepted on a LOT to LOT basis in accordance with the applicable requirements of
Sections 5, 6, and 9. The size of the LOT will be as specified in 331-5 for the biftuninous mixture
accepted at the plant and as stipulated in 330A-10 and 330A-12 for the material accepted on the
roadway.
333-2 Materials
333-2.1 Bituminous Material
The bituminous material shall be Asphalt Cement, Viscosity Grade AC -20 or AC -30, meeting the
requirements called for in 916- 1.
GP -84
Page 381 of 537
Agenda Item #22.
GENERAL PROVISIONS
333-2.2 Aggregate
The aggregate shall consist of stone or slag screening or a combination of stone or slag screenings
with sffica sand, and shall meet the gradation requirements and provide the required stability of
the mix, as Specified below. Screenings shall be produced from stone or slag conforming with the
requirements of Section 901. The sand shall meet the requirements of 332-2.23. Aggregate
containing any appreciable amount of phosphate shall not be used.
333-2.3 Mineral Filler
Mineral filler, if needed, shall confonn with the requirements of Section 917
333-3 General Composition of Mixture
333-3.1 General
The bituminous mixture shall be composed of a combination of aggregate (coarse, fine, or mixtures
thereof), mineral filler if required, and bituminous material. The several aggregate fractions shall
be sized, uniformly graded, and combined in such proportions that the resulting mixture will meet
the grading and physical properties of the approved job mix formula.
Reclaimed asphalt pavement meeting the requirements of 331-2.2.4 may be approved as a
substitution for a portion of the combination of aggregates subject to all applicable specification
requirements being met. If use of reclaimed asphalt pavement is approved a recycling agent
meeting the requirements of 331-2.2.5 may be used in the mix in lieu of asphalt cement.
333-3.2 Grading Requirements
The job mix formula, as established by the Contractor and approved by the Department, shall be
within the design range specified in Table 33 1 - 1.
333-3.3 Proportions of Sand and Screenings
Not more than 25 percent by weight of the total aggregate used shall be local sand. In addition to
the local sancL a portion not to exceed 15 percent by weight of the total aggregate may be
commercial washed sand. The commercial washed sand shall be supplied by an approved source
having a FDOT sand mine number and conform with the requirements of Section 902 except those
in 902-2.2.
The sand portion of any reclaimed asphalt pavement material if used in the mixture shall be
considered as local sand.
333-3.4 Stability
The constituents of the mixture shall be combined in such proportions as to produce a mixture
having Marshall properties within the limits shown in Table 331-2.
GP -85
Page 382 of 537
Agenda Item #22.
GENERAL PROVISIONS
333-3.5 Screening
When tested at the cold elevator In the combination to be used, the aggregate shall contain no more
than 10 percent, by weight, of material passing the No. 200 sieve. Any screenings used in the
combination of aggregate shall not contain more than IS percent of material passing the No. 200
sieve, When two screenings are blended to produce the screenings component of the aggregate,
any component of such screenings may contain up to 18 percent of material passing the No. 200
sieve. Screenings may be washed to meet these requirements and shall be firee from lumps and
foreign matter.
3334 Formula for Job Mix
The job mix fbrmula shall conform to the requirements of 331-4.3. In addition to these
requirements, the job mix formula shall include test data showing that the material as produced
will meet the requirements of Table 331-2.
333-5 Contractor's Quality Control
The Contractor shall. provide the necessary control of the bituminous mixture and construction in
accordance with the applicable provisions of 6-8.4 and 331-4.4. After the job mix formula is
approved, the Contractor shall finmish the material not only within the limits of the design range,
but in addition, shall meet the approved Job mix formula within the acceptance ranges shown in
the approved desipi mix. The extraction gradation analysis shall comply with provisions of 331 -
4.4.2 and. Table 331-3. Plant calibration shall comply with the provisions of 331-4.4.3 and Table
331-3.
333-6 Acceptance of Mixture
333-6.1 Acceptance at the Plant
The bituminous mixture will be accepted at the plant with respect to gradation and asphalt content
in accordance with the requirements of 331-5.
333-6.2 Acceptance on the Roadway
The bituminous mixture will be accepted on the roadway with respect to compacted density and
surface tolerance in accordance with the applicable provisions of 330A-1 0 and 330A- 12,
333-6.3 Additional Tests
The provisions of 331-5.5 apply to Type 1H Asphaltic Concrete.
GP -86
Page 383 of 537
Agenda Item #22.
GENERAL PROVISIONS
333-7 Measurement and Payment
The work specified in this Section shall be measured and paid for as specified for Type S-1
Asphaltic Concrete under the applicable provisions of 331-6.
Payment will be made under:
Item No. 333-1 — Type III Asphaltic Concrete — per square yar(L
Item No. 333-2 — Type III Asphaltic Concrete — per ton.
END OF SECTION
SECTION 334
SUPERPAVE ASPHALT FOR I" (OFF -SYSTEM)
334-1 Description
334-1.1 General
Construct a Superpave asphalt pavement (consisting of either Hot Mix Asphalt (HMA) or Warm
Mix Asphalt (WMA)) based on the type of work specified in the Contract and the Asphalt Work -
Categories as defined below. Meet the applicable requirements for plants, equipment, and
construction requirements as defined below- Use an asphalt mix, either HMA or WMA, which
meets the requirements of this specification.
334-1.2 Asphalt Work Mix Categories
Construction of asphalt pavement will fall into one of the following work categories:
334-1.2.1 Asphalt Work Category I
Includes the construction of shared use paths and miscellaneous asphalt.
334-1.2.2 Asphalt Work Category 2
Includes the construction of new asphalt turn lanes, paved shoulders and other non -mainline
pavement locations.
334-1.2.3 Asphalt Work Category 3
Includes the construction of new mainline asphalt pavement lanes, milling and resurfacing.
334-1.3 Mix Types
Use the appropriate asphalt mix as shown in Table 334- 1.
GP -87
Page 384 of 537
Agenda Item #22.
GENERAL PROVISIONS
Table 334-1 Asphalt Mix Types
Asphalt Work Category
Mix Types
Traffic Level
ESALs (Mllions)
I
I ype SP -9,5
A
<0.3
2
Structural Nxes: Types SP -9.5 or SP -12.5
0.3 to <3
Friction Mxes: T� pes FC -9:5 or FC -12.5
3
tructural Mxes: Types SP -9.5 or SP -1 2.5
rricfionMxes:T�pesFC-9.5orFC-12.5
C
2!3
I
I
A Type SP or FC mix one traffic level higher than the traffic level specified in the Contract may
be substituted, at no additional cost (i.e, Traffic Level B may be substituted for Traffic Level A,
etc.). Traffic levels are as defined in Section 334 of the Florida Department of Transportation's
(FDOT's) Specifications.
334-1.4 Gradation Classification
The Super pave mixes are classified as fine and are defined in 334-3.2.2. The equivalent AASHTO
nominal maximum aggregate size Super pave mixes are as follows:
Type SP -9.5, FC -9.5
Type SP- 12.5, FC- 12.5
334-1.5 Thickness
9.5 mm
12.5 min
The total pavement thickness of the asphalt pavement will be based on a specified spread rate or
plan thickness as shown in the Contract Documents. Before paving, propose a spread rate or
thickness for each individual layer meeting the requirements of this specification, which when
combined with other layers (as applicable) will equal the plan spread rate or thickness. When the
total pavement thickness is specified as plan thickness, the plan thickness and individual layer
thickness will be converted to spread rate using the following equation:
Spread rate (lbs/yd2) = t x G. x 43.3
Where: t = Thickness (in.) (Plan thickness or individual layer thickness)
G. = Maximum specific gravity from the mix design
For target purposes only, spread rate calculations shall be rounded to the nearest whole number.
334-1.5.1 Layer Thicknesses
Unless otherwise called for in the Contract Documents, the allowable layer thicknesses for asphalt
mixtures are as follows:
Type SP -9.5, FC -9.5
Type SP- 12.5, FC- 12.5
GP -88
3/4 to 1- 1 /2 inches
1-1/2 to 2-1/2 inches
Page 385 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-1.5.2 Additional Requirements
The following requirements also apply to asphalt mixtures:
1. When construction includes the paving of adjacent shoulders (less than or equal to 5 feet wide),
the layer thickness for the upper pavement layer and shoulder shall be the same and paved in
a single pass, unless otherwise called for in the Contract Documents,
2- For overbuild layers, use the minimum and maximum layer thicknesses as above unless called
for differently in the Contract Documents. On variable thickness overbuild layers, the
minimum allowable thickness may be reduced by 1/2 inch, and the maximum allowable
thickness will be as specified below, unless called for differently in the Contract Documents.
Type SP -9.5
Type SP -12.5
3/8 to 2 inches
1/2 to 3 inches
3 Variable thickness overbuild layers may be tapered to zero thickness provided the contract
documents require a minimum of 1-1/2 inches of mix placed over the variable thickness
overbuild layer.
334-1.6 Weight of Mixture
The weight of the mixture shall be determined as provided in 320-3.2 of the FDOT Specifications.
334-2 Materials
334-2.1 Super pave Asphalt Binder
Unless specified elsewhere in the Contract or in 334-2.3.3, use a PG 67-22 asphalt binder from the
FDOT's Approved Products List (APL). If the Contract calls for an alternative asphalt binder, meet
the requirements of FDOT Specifications Section 336 or 916, as appropriate.
334-2.2 Aggregate
Use aggregate capable of producing a quality pavement. For Type FC mixes, use an aggregate
blend that consists of crushed granite, crushed Oolitic limestone, other crushed materials (as
approved by FDOT for fiction courses per Rule 14-103.005, Florida Administrative Code), or a
combination of the above. Crushed limestone from the 0olitic formation may be used if it contains
a minimum of 12% silica material as determined by FDOT Test Method FM 5-5 10 and FDOT
grants approval of the source prior to its use. As an exception, mixes that contain a minimum of
60% crushed granite may either contain:
1. Up to 40% fine aggregate from other sources; or,
1 A combination of up to 20% RAP and the remaining fine aggregate from other.
GP -89
Page 386 of 537
Agenda Item #22.
GENERAL PROVISIONS
A list of aggregates approved for use in friction courses may be available on the FDOT's State
Materials Office website. The URL for obtaining this information, if available, is:
ftp://Rp.dot.state.fl.us/fdoVsmo/websiteJsources/fiictioncourse.pdf.
334-2.3 Reclaimed Asphalt Pavement (RAP) Material
334-2.3.1 General Requirements
RAP may be used as a component of the asphalt mixture, provided the RAP meets the following
requirements:
I . When using a PG 76-22 (PMA), or PG 76-22 (ARB) asphalt binder, limit the amount of RAP
material used in the mix to a maximum. of 20% by weight of total aggregate, As an exception,
amounts greater than 20% RAP by weight of total aggregate can be used if no more than 20%
by weight of total asphalt binder comes ftom. the RAP material.
2. Provide stockpiled RAP material that is reasonably consistent in characteristics and contains
no aggregate particles which are soft or conglomerates of fines.
3. Provide RAP material having a minimum average asphalt binder content of 4.0% by weight of
RAP. As an exception, when using fractionated RAP, the minimum average asphalt binder
content for the coarse portion of the RAP shall be 2-5% by weight of the coarse portion of the
RAP. The coarse portion of the RAP shall be the portion of the RAP retained on the No. 4
sieve. The Engineer may sample the stockpile to verify that this requirement is met.
4. Use a grizzly or grid over the RAP cold bin, in-line roller crusher, screen, or other suitable
means to prevent oversized RAP material from showing up in the completed recycle mixture.
If oversized RAP material appears in the completed recycle mix, take the appropriate
corrective action immediately. If the appropriate corrective actions are not immediately taken,
stop plant operations.
334-2.3.2 Material Characterization
Assume responsibility for establishing the asphalt binder content, gradation, and bulk specific
gravity (Gsb) of the RAP material based on a representative sampling of the material.
THIS SPACE LEFT BLANK INTENTIONALLY
GP -90
Page 387 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-2.3.3 Asphalt Binder for Mixes with RAP
Select the appropriate asphalt binder grade based on Table 334-2. The Engineer reserves the right
to change the asphalt binder type and grade during production based on characteristics of the RAP
asphalt binder.
Table 334-2 Asphalt
Binder Grade for Mixes Containing RAP
Percent RAP
Asphalt Binder Grade
0-15
PG 67-22
16-30
PG 58-22
> 30
PG 52-28
334-3 Composition of Mixture
334-3.1 General
Compose the asphalt mixture using a combination of aggregates, mineral filler, if required, and
asphalt binder material. Size, grade and combine the aggregate fractions to meet the grading and
physical properties of the mix design- Aggregates from various sources may be combined.
334-3.2 Mix Design
334-3.2.1 General
Design the asphalt mixture in accordance with AASHTO R 35-12, except as noted hereirL Submit
the proposed mix design with supporting test data indicating compliance with all mix design
criteria to the Engineer. Prior to the production of any asphalt mixture, obtain the Engineer's
conditional approval of the mix design. If required by the Engineer, send representative samples
of all component materials, including asphalt binder to a laboratory designated by the Engineer for
verification. As an exception to these requirements, use a currently approved FDOT Mix Design.
Warm mix technologies (additives, foaming techniques, etc.) listed on the Department's website
may be used in the production of the mix. The URL for obtaining this information, is:
http://www.dot.state.fl.us/statematerialsoffice/quality/programs/Warmmixasphalt/index.shtm,
The Engineer will consider any marked variations from original test data for a mix design or any
evidence of inadequate field performance of a mix design as sufficient evidence that the properties
of the mix design have changed, and at his discretion, the Engineer may no longer allow the use
of the mix design.
334-3.2.2 Mixture Gradation Requirements
Combine the aggregates in proportions that will produce an asphalt mixture meeting all of the
requirements defined in this specification and conform to the gradation requirements at design as
defined in AASHTO M 323-12, Table 3. Aggregates from various sources may be combined.
334-3.2.2.1 Mixture Gradation Classification
GP -91
Page 388 of 537
Agenda Item #22.
GENERAL PROVISIONS
Plot tile combined mixture gradation on an FHWA 0,45 Power Gradation Chart. Include the
Control Points from AASHTO M323-12, Table -3, as well as the Primary Control Sieve (PCS)
Control Point from AAS_HT0 M323-12, Table 4. Fine mixes are defined as having a gradation that
passes above or through the primary control sieve control point.
334-3.2.3 Gyratory Compaction
Compact the design mixture in accordance with AASBTO T312-12, with the following
exceptions: use the number of gyrations at Ndig. as designed in Table 334-3.
Table 334-3 Gyraton, Compaction
Requirements
Traffic Level
NdeAgn Number of gyrations
A
so
B
65
C
75
334-3.2.4 Design Criteria
Meet the requirements for nominal maximum aggregate size as defined in AASHTO M323-12, as
well as for relative density, VMA, VIA, and dust -to -binder ratio as specified in AASHTO M32 3-
12, Table 6. Niitw and N,,,iu, requirements are not applicable.
334-3.2.5 Moisture Susceptibility: Test 4 inch specimens in accordance with
FDOT Test Method FM I -T 283. Provide a mixture having a retained tensile strength ratio of at
least 0.80 and a minimum tensile strength (unconditioned) of 100 pounds per square inch, If
necessary, add a liquid anti -stripping agent from the FDOT's APL or hydrated lime in order to
meet these criteria.
In lieu of moisture susceptibility testing, add a liquid anti -stripping agent from the FDOT's APL.
Add 0.5% liquid anti -stripping agent by weight of asphalt binder.
334-3.2.6 Additional Information
In addition to the requirements listed above, provide the following information on each mix design:
1. The design traffic level and the design number of gyrations (Ndesig.).
2. The source and description of the materials to be used.
3. The FDOT source number and the FDOT product code of the aggregate components furnished
from an FDOT approved source (if required).
4. The gradation and proportions of the raw materials as intended to be combined in the paving
mixture. The gradation of the component materials shall be representative of the material at
GP -92
Page 389 of 537
Agenda Item #22.
GENERAL PROVISIONS
the time of use. Compensate for any change in aggregate gradation caused by handling and
processing as necessary,
5, A single percentage of the combined mineral aggregate passing each specified- Degradation
of the aggregate due to processing (particularly material passing the No. 200 sieve) should be
accounted for and identified.
6. The bulk specific gravity (Glb) value for each individual aggregate and RAP component.
7. A single percentage of asphalt binder by weight of total mix intended to be incorporated in the
completed mixture, shown to the nearest 0. 1 %.
8. A target temperature for the mixture at the plant (mixing temperature) and a target temperature
for the mixture at the roadway (compaction temperature), Do not exceed a target temperature
of 330T for PG 76-22 (PMA) and PG 76-22 (ARB) asphalt binders, and 315T for unniodified
asphalt binders.
9, Provide the physical properties achieved at four different asphalt binder contents. One shall be
at the optimum asphalt content� and must conform to all ipecified physical requirements.
10. The name of the mix designer.
11, The ignition oven calibration factor.
12. The warm mix technology, if used.
3344 Process Control
Assume full responsibility for controlling all operations and processes such that the requirements
of these Specifications are met at all times. Perform any tests necessary at the plant and roadway
to control the process.
334-5 General Construction Requirements
334-5.1 Weather Limitations
Do not transport asphalt mix from the plant to the roadway unless all weather conditions are
suitable for the paving operations.
334-5.2 Limitations of Paving Operations
334-5.2.1 General
Spread the mixture only when the surface upon which it is to be placed has been previously
prepared, is intact, firm, dry, clean, and the tack, with acceptable spread rate, is property broken.
Ensure all granular base materials are properly primed and all asphalt base materials are properly
tacked, prior to paving,
GP -93
Page 390 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-51.2 Air Temperature
Place the mixture only when the air temperature in the shade and away from the artificial heat
meets the requirements of Table 334-4. The minimum ambient temperature requirement may be
reduced by 51F when using a warm mix technology, if mutually agreed to by both the Engineer
and the Contractor.
Table 3344 Ambient Air Temperature Requirements for Paving
Layer Thickness or Asphalt Binder Type
Ndesign Number of GNTations
-1 inch
50
Any mixture > I inch containing a PG asphalt
hinder with a high temperature designation 2:
45
176'C
Any mixture > I inch containing a PG asphalt
binder with a high temperature designation
40
760C
334-5.3 Mix Temperature
Heat and combine the ingredients of the mix in such a manner as. to produce a mixture with a
temperature at the plant and at the roadway, within a range of plus or minus 30T fi-om the target
temperature as shown on the mix design. Reject all loads outside of this range. For warm mix
asphalt, the Contractor may produce the first flive loads of the production day and at other times
when approved by the Engineer, at a hot mix asphalt temperature not to exceed 3 3 O'F for purposes
of heating the asphalt paver. For these situations, the upper tolerance of +30'F does not apply.
334-5.4 Transportation of the Mxtttre
Transport the mix in trucks of tight construction, which prevents the loss of material and the
excessive loss of heat and previously cleaned of all foreign material. After cleaning, thinly coat
the inside surface of the truck bodies with soapy water or an asphalt release agent as needed to
prevent the mixture firom adhering to the beds. Do not allow excess liquid to pond in the truck
body. Do not use a release agent that will contaminate, degrade, or alter the characteristics of the
asphalt mix or is hazardous or detrimental to the environment. Petroleum derivatives (such as,
diesel fuel), solvents, and any product that dissolves asphalt are prohibited, Provide each truck
with a tarpaulin or other waterproof cover mounted in such a manner that it can cover the entire
load when required. When in place, overlap the waterproof cover on all sides so it can be tied
down. Cover each load during cool and cloudy weather and at any time it appears rain is likely
during transit with a tarpaulin or waterproof cover. Cover and tie down all loads of ffiction course
mixtures -
GP -94
Page 391 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-5.5 Preparation of Surfaces Prior to Paving
334-5.5.1 Cleaning
Clean the surface of all loose and deleterious material by the use of power brooms or blowers,
supplemented by hand brooming where necessary.
334-5.5.2 Patching and Leveling Courses
As shown in the plans, bring the existing surface to proper grade and cross-section by the
application of patching or leveling courses.
334-5.5.3 Application Over Surface Treatment
Where an asphalt mix is to be placed over a surface treatment, sweep and dispose of all loose
material from the paving area.
334-5.5.4 Tack Coat
Use a rate of application as defined in Table 334-5. Control the rate of application to be within plus
or minus 0.0 1 gallon per square yard of the target application rate. The target application rate may
be adjusted by the Engineer to meet specific field conditions. Determine the rate of application as
needed to control the operation. When using PG 52-28, multiply the target rate of application by
0.6.
Table 334-5 Tack Coat Application Rates —
Asphalt Afixture Type
Underlying Pavement Surface
-Targret Tack Rate (gal�%W�
Base Course, Structural Course,N/filled
Dense Graded Friction Course
Newl�- Constructed As�L�aers
0.03 minimum
Surface or Oxidized and
Cracked Pavement
0.06
Poncrete Pavement
0.08
334-5.6 Placing Nfixture
334-5.6.1 Alignment of Edges
With the exception of pavements placed adjacent to curb and gutter or other true edges, place all
pavements by the string line method to obtain an accurate, uniform alignment of the pavement
edge. Control the unsupported pavement edge to ensure that it will not deviate more than plus or
minus 1.5 inches from the string line.
334-5.6.2 Rain and Surface Conditions
harriediately cease transportation of asphalt mixtures from the plant when rain begins at the
roadway. Do not place asphalt mixtures while rain is falling, or when there is water on the surface
to be covered. Once the rain has stopped and water has been removed from the tacked surface to
GP -95
Page 392 of 537
Agenda Item #22.
GENERAL PROVISIONS
the satisfaction of the Engineer and the temperature of the mixture caught in transit still meets the
requirements as specified in 334-5.3, the Contractor may then place the mixture caught in transit.
334-5.6.3 Checking Depth of Layer
Check the depth of each layer at frequent intervals to ensure a uniform spread rate that will meet
the requirements of the Contract.
334-5.6.4 Hand Work
In limited areas where the use of the spreader is impossible or impracticable, spread and finish the
mixture by hand.
334-5.6.5 Spreading and Finishing
Upon arrival, dump the mixture in the approved paver, and immediately spread and strike -off the
mixture to the full width required, and to such loose depth for each course that, when the work is
completed, the required weight of mixture per square yard, or the specified thickness, is secured -
Carry a uniform amount of mixture ahead of the screed at all times.
334-5.6.6 Thickness Control
Ensure the spread rate is wit1iin 10% of the target spread rate, as indicated in the Contract. When
calculating the spread rate, use, at a minimum, an average of five truckloads of mix. When the
average spread rate is beyond plus or minus 10% of the target spread rate, monitor the. thickness
of the pavement layer closely and adjust the construction operations.
if the Contractor fails to maintain an average spread rate within plus or minus 10% of the target
spread rate for two consecutive days, the Engineer may elect to stop the construction operation at
any time until the issue is resolved.
When the average spread rate for the total structural or friction course pavement thickness exceeds
the target spread rate by plus or minus5O pounds per square yard for layers greater dm or equal
to 2.5 inches or exceeds the target spread rate by plus or minus 25 pounds per square yard for
layers less than 2.5 inches, address the unacceptable pavement in accordance with 334-5.10.4,
unless an alternative approach is agreed upon by the Engineer.
334-5.7 Leveling Courses
334-5.7.1 Patching Depressions
Before spreading any leveling course, fill all depressions 'in the existing surface as shown in the
plans.
334-5.7.2 Spreading Levefing Courses
GP -96
Page 393 of 537
Agenda Item #22.
GENERAL PROVISIONS
Place all courses of leveling with an asphalt paver or by the use of two motor graders, one being
equipped with a spreader box. Other types of leveling devices may be used upon approval by the
Engineer.
334-5.7.3 Rate of Application
When using Type SP-9.5for leveling, do not allow the average spread of a layer to be less than
50 pounds per square yard or more than 75 pounds per square yard- The quantity of mix for
leveling shown in the plans represents the average for the entire project; however, the Contractor
may vary the rate of application throughout the project as directed by the Engineer. When leveling
in connection with base widening, the Engineer may require placing all the leveling mix prior to
the widening operation.
334-5.8 Compaction
For each paving or leveling train in operation, furnish a separate set of rollers, with their operators.
When density testing for acceptance is required, select equipment, sequence, and coverage of
rolling to meet the specified density requirement. Regardless of the rolling procedure used,
complete the final rolling before the surface temperature of the pavement drops to the extent that
effective compaction may not be achieved or the rollers begin to damage the pavement.
When density testing for acceptance is not required, use a rolling pattern approved by the Engineer.
Use hand tamps or other satisfactory means to compact areas which are inaccessible to a roller,
such as areas adjacent to curbs, headers, gutters, bridges, manholes, etc.
334-5.9 Joints
334-5.9.1 Transverse Joints
Construct smooth transverse joints, which are within 3/16 inch of a true longitudinal profile when
measured with a 15 foot manual straightedge meeting the requirements of FDOT Test Method FM
5-509, These requirements are waived for transverse joints at the beginning and end of the project
and at the beginrung and end of bridge structures, if the deficiencies are caused by factors beyond
the control of the Contractor such as no milling requirement, as determined by the Engineer, When
smoothness requirements are waived, construct a reasonably smooth transitional joint,
GP -97
Page 394 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-5.9.2 Longitudinal Joints
For all layers of pavement except the leveling course, place each layer so that longitudinal
construction joints are offset 6 to 12 inches laterally between successive layers, Do not construct
longitudinal joints in the wheel paths. The Engineer may waive these requirements where
offsetting is not feasible due to the sequence of construction,
334-5.10 Surface Requirements
Construct a smooth pavement with good surface texture and the proper cross slope.
334-5.10.1 Texture of the Finished Surface of Paving Layers
Produce a finished surface of uniform texture and compaction with no pulled, tom, raveled,
crushed or loosened portions and free of segregation, bleeding, flushing, sand streaks. sand spots,
or ripples. Correct any area of the surface that does not meet the foregoing requirements in
accordance with 334-5.10.4.
In areas not defined to be a density testing exception per 334-6-4. 1, obtain for the Engineer, three
6 -inch diameter roadway cares at locations visually identified by the Engineer to be segregated.
The Engineer will determine the density of each core in accordance with FDOT Test Method FM
I -T 166 and calculate the percent G. ofthe segregated area using the average Gb of the roadway
cores and the representative PC Gn for the questionable material. If the average percent G. is
less than 90.0, address the segregated area in accordance with 334-5.10.4.
334-5.10.2 Cross Slope
Construct a pavement surface with cross slopes in compliance with the requirements of the
Contract Documents.
334-5.10.3 Pavement Smoothness
Construct a smooth pavement meeting the requirements of this Specification- Furnish a 15 -foot
manual and a 15 -foot rolling straightedge meeting the requirements of FDOT Test Method FM 5-
509.
334-5.10.3.1 Straightedge Testing
334-5.10.3.1.1 Acceptance Testing
Perform straightedge testing in the outside wheel path of each lane for the final (top) layer of the
pavement. Test aU pavement lanes where the width is constant using a rolling straightedge and
document all deficiencies on a form approved by the Engineer, Notify the Engineer of the location
and time of all straightedge testing a minimum of 48 hours before beginning testing.
GP -98
Page 395 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-5.10.3.1.2 Final (Top) Pavement Layer
At the completion of all paving operations, straightedge the final (top) layer either behind the final
roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch
in accordance with 334-5.10.4, unless waived by the Engineer. Retest all corrected areas.
334-5.10.3.1.3 Straightedge Exceptions
Straightedge testing will not be required in the following areas: shoulders, intersections, tapers,
crossovers, sidewalks, shared use paths, parking lots and similar areas, or in the following areas
when they are less than 250 feet in length: turn lanes, acceleration/deceleration lanes and side
streets. The limits of the intersection will be from stop bar to stop bar for both the mainline and
side streets. In the event the Engineer identifies a surface irregularity in the above areas that is
determined to be objectionable, straightedge and address all deficiencies in excess of 3/8 inch in
accordance with 334-5.10.4.
334-5.10.4 Correcting Unacceptable Pavement
Correct deficiencies in the pavement layer by removing and replacing the full depth of the layer,
extending a minimum of 50 feet on both sides (where possible) of the defective area for the full
width of the paving lane, at no additional cost.
334-6 Acceptance of the Miture
334-6.1 General
The asphalt mixture will be accepted based on the Asphalt Work Category as defined below:
1. Asphalt Work Category I — Cerfificationby the Contractor as defined in 334-6.2.
I Asphalt Work Category 2 — Certification and process control testing by the Contractor as
defined in 334-6.3.
3. Asphalt Work Category 3 — Process control testing by the Contractor and acceptance testing
by the Engineer as defined in 334-6.4.
334-6.2 Certification by the Contractor
On Asphalt Work Category I construction, the Engineer will accept the mix on the basis of visual
inspection. Submit a Notarized Certification of Specification Compliance letter on company
letterhead to the Engineer stating that all material produced and placed on the project meets the
requirements of the Specifications, The Engineer may tun independent tests to determine the
acceptability of the material.
GP -99
Page 396 of 537
Agenda Item #22.
GENERAL PROVISIONS
334-63 Certification and Process Control Testing by the Contractor
On Asphalt Work Category 2 construction, submit a Notarized Certification of Specification
Compliance letter on company letterhead to the Engineer stating that all material produced and
placed on the project meets the requirements of the Specifications, along with supporting test data
documenting all process control testing as described in 334-6.3.1. If required by the Contract,
utilize an Independent Laboratory as approved by the Engineer for the process control testing. The
mix will also require visual acceptance by the Engineer. In addition, the Engineer may run
independent tests to determine the acceptability of the material. Material failing to meet these
acceptance criteria will be addressed as directed by the Engineer such as but not limited to
acceptance at reduced pay, delineation testing to determine the limits of the questionable material,
removal and replacement at no cost to the agency, or performing an Engineering analysis to
determine the final disposition of the material.
334-6.3.1 Process Control Sampling and Testing Requirements
Perform process control testing at a frequency of once per day. Obtain the samples in accordance
with FDOT Method FM I -T 168. Test the mixture at the plant for gradation (P-8 and P-2oo) and
asphalt binder content (Pk). Measure the roadway density with 6 inch diameter roadway cores at a
mimmurn frequency of once per 1,500 feet of pavement with a minimum of three cores per day.
Determine the asphalt binder content of the mixture in accordance with FDOT Method FM 5-563.
Determine the gradation of the recovered aggregate in accordance with FDOT Method FM I -T
030. Determine the roadway density in accordance with FDOT Method FM' I -T 166. The
minimum roadway density will be based on the percent of the maximum specific gravity (G.)
from the approved mix design. If the Contractor or Engineer suspects that the mix design G,,. is
no longer representative of the asphalt mixture being produced, then a new G. value will be
determined from plant -produced mix, in accordance with FDOT Method FM I -T 209, with the
approval of the Engineer. Roadway density testing will not be required in certain situations as
described in 334-6.4.1. Assure that the asphalt binder content, gradation and density test results
meet the criteria in Table 334-4.
Table 334-4 Process Control and Acceptance Values
Characteristic
Tolerance
Asphalt Binder Content (percent)
Target ± 0-55
Passing No. 8 Sieve (percent)
Target ± 6.00
Passing No. 200 Sieve (percent)
,et ± 2.00
Tar. -
Roadway Density (daily �yeragS)
Minimum 90.0% of G.
334-6.4 Process Control Testing by the Contractor and Acceptance Testing by the Engineer
On Asphalt Work Category 3, perform process control testing as described in 334-6.3.1. In
addition, the Engineer will accept the mixture at the plant with respect to gradation (P -s and P-2oo)
and asphalt binder content (Pb). The mixture will be accepted on the roadway with respect to
density. The Engineer will sample and test the material as described in 3 34-6.3. 1. The Engineer
will randomly obtain at least one set of samples per day. Assure that the asphalt content, gradation
GP -100
Page 397 of 537
Agenda Item #22.
GENERAL PROVISIONS
and density test results meet the criteria in Table 334-4. Material failing to meet these acceptance
criteria will be addressed as directed by the Engineer such as but not limited to acceptance at
reduced pay, delineation testing to determine the limits of the questionable material, removal and
replacement at no cost to the agency, or performing an Engineering analysis to determine the final
disposition of the materiaL
334-6.4.1 Acceptance Testing Exceptions
When the total quantity of any mix type in the project is less than 500 tons, the Engineer will
accept the mix on the basis of visual inspection, The Engineer may run independent tests to
determine the acceptability of the material.
Density testing for acceptance will not be performed on widening strips or shoulders with a width
of 5 feet or less, variable thickness overbuild courses, leveling courses, any asphalt layer placed
on subgrade (regardless of type), miscellaneous asphalt pavement� shared use paths, crossovers, or
any course with a specified thickness less than I inch or a specified spread rate less than
100 pounds per square yard. Density testing for acceptance will not be performed on asphalt
courses placed on bridge decks or approach slabs; compact these courses in static mode only. In
addition, density testing for acceptance will not be performed on the following areas when they
are less than 1,000 feet continuous in length: turning lanes, acceleration lanes, deceleration lanes,
shoulders, parallel parking lanes, or ramps. Density testing for acceptance will not be performed
in intersections. The limits of the intersection will be from stop bar to stop bar for both the mainline
and side streets. Compact these courses in accordance with a standard rolling procedure approved
by the Engineer. In the event that the rolling procedure deviates from the approved procedure,
placement of the mix will be stopped.
334-7 Method of Measurement
For the work specified under this Section, the quantity to be paid for will be the weight of the.
mixture, in tons.
The bid price for the asphalt mix will include the cost of the liquid asphalt and the tack coat
application as specified in 334-5.5.4. There will be no separate payment or unit price adjustment
for the asphalt binder material in the asphalt mix.
334-8 Basis of Payment
334-8.1 General
Price and payment will be flill compensation for all the work specified under this Section.
END OF SECTION
GP -101
Page 398 of 537
Agenda Item #22.
GENERAL PROVISIONS
SECTION800
SPECIAL CONDITIONS — ASBESTOS —
PROCEDURES FOR DEMOLITION OF STRUCTURES —
ASBESTOS MATERIAL REMOVAL
SECT ION 8110 IN ADDEDTO THIS SPECIFICATION
General
This Section is included for the removal and disposal requirements of asbestos material
encountered during construction, whether or not it is indicated on the plans. The following are
special conditions and procedures for the Demolition of Structures and handling and disposal of
asbestos cement pipe.
SECTION I OF 3: ASBESTOS NOTIFICATION
Federal and state asbestos regulations require, prior to demolition of any structure:
1. An inspection for asbestos -containing materials (ACM)
2. Removal of specified ACM, and
3. An asbestos notification of demolition received at least ten (10) business days prior to
demolition.
To meet requirements #1 and #2 above, the County has surveyed the structure(s) in Us bid/work
order for the presence of ACM and every effort has been made to remove Regulated Asbestos -
Containing Material (RACM) and Category 11 Non -Friable ACM (e.g., asbestos -cement board and
shingles) before releasing this project to the Contractor. Verification of this work is attached to
this bid/work order. If not attached, it is the Contractor's responsibility to contact the Project
Manager of the County department overseeing this bid/work order, or the County's Risk
Management / Loss Control section to obtain:
1. A copy of the pre -demolition asbestos inspection report; and
2. A copy of Risk Management/Loss Control's memo of approval to proceed to next phase
addressed to the County department overseeing the project.
To meet requirement #3 above, the Contractor is responsible for submitting a complete and
accurate asbestos notification of demolition form, titled "Notice of Asbestos Removal Project"
(i.e.. NESHAP notification, 40 CFR Part 61.145(b)), for each separate address to be demolished
to the below listed agencies at least 10 business days pdor to demolition. The forms are available
from the Florida Department of Environmental Protection (DEP) and Loss Control.
GP -102
Page 399 of 537
Agenda Item #22.
GENERAL PROVISIONS
SEND ORGINAL TO:
Asbestos Coordinator
Florida Dept. ofEnvironmental Protection
400 N- Congress Avenue
West Palm Beach, FL 33401
SEND COPY TO:
PBC Risk Management/Loss Control
160 Australian Avenue, Suite 401
West Palm Beach, FL 33416-1229
Fax: 561-233-5440
The Contractor must immediately notify the Project Manager of the County department overseeing
the project and Loss Control (phone 561-233-5430] if the demolition Start Date changes. No
demolition may begin before the Start Date on the NESHAP notification, and no demolition may
occur without a notice to proceed from the County department. It is the responsibility of the
Contractor to call and submit revised NESHAP notifications to the above listed agencies, adhering
to required NESHAP tinieframes.
The Contractor is responsible for physically checking the sttucture(s) h2&g submitting the
NESHAP notification to ensure that all RACM and Category 11 ACM, as identified in the pre -
demolition asbestos inspection report, have been removed. If RACM or Category 11 ACM is
discovered, or is in poor condition (i.e. not intact), immediately contact the County's Project
Manager or Loss Control.
SECTION 2 OF 3: WORK PRACTICES
Compliance with the following regulations is the demolition contractor's responsibility:
Environmental Protection Agency (EPA) NESHAP 40 CFR Part 61 Subpart M — National
Emission Standard for Hazardous Air Pollutants, updated August 2004;
2. Occupational Health and Safety Administration (OSRA) Construction industry Standard, 29
CFR 1926.1101;
EPA "A Guide to Normal Demolition Practices Under the Asbestos NESHAP", September
1992;
4. Asbestos NESHAP "Adequately Wet Guidance", December 1990; and
5. OSHA Standard Interpretation, dated August 13, 1999, "Requirements for demolition
operations involving materials containing <1% asbestos".
The above regulations include utilizing wet demolition methods and prohibition of recycling the
substructure with presumed or confirmed Category I ACM. Written permission from Palm Beach
County to the Contractor is needed for said recycling.
SECTION 3 OF 3: COMPETENT PERSON
The Contractor must have a competent person on-site who: (1) is capable of identifying existing
asbestos hazards in the workplace, (2) is capable of selecting the appropriate control strategy for
asbestos exposure, and (3) has the authority to take prompt corrective action to eliminate them.
This person must be trained in accordance with OSHA and EPA.
END OF SECTION
GP -103
Page 400 of 537
Agenda Item #22.
GENERAL PROVISIONS
F1Y-MLF,PAVFA1EW MATERLUS
QNCLUDING MATERIAIS FOR SrABHAMG)
SFkMONT91U
BASEROCK* MATERLkL FOR RAM COURSES
,xf)[) S
, FtMON911A f0't1H'2010SPECfJF1CA'F10N
911A-1 Genend
This Section governs baserock materials to be used on construction of base courses.
911A-2 FVrnishing of Material
Except as might be specifically shown otherwise, all baserock material and the sources thereof
shall be fin-nished by the Contractor. Approval of mineral aggregate sources shall be in accordance
with 6-3.3. Any baserock material occurring in State finmished borrow areas shall not be used by
the Contractor in constructing the base, unless permitted by the plans or the other contract
documents.
91 1A-3 Compoddon
Baserock materials to be used for base courses and stabilized bases shall be crushed from naturally
occurring sedimentary deposits of calcareous rocks. The maximum percentage of water -sensitive
clay mineral shall be 3.
911A-4Liquid Lin*and Pladdity Requirements
The liquid limit shall not exceed 35 and the material shall be non -plastic.
911A-5 Mwbanical R"#&ww*
Baserock material shall meet the following requirements:
911A-5.1 Deleterious Material
Baserock material shall not contain cherry or other extremely hard pieces, or lumps, baEs, or
pockets of sand or clay size material in sufficient quantity as to be detrimental to the proper
bonding of the bituminous prime coat with the base, finishing, or strength of the base, or cause
distortion of the base under construction traffic.
911A-5.2 Gradation
Passing 3 Y2 inch sieve
Passing No. 4 sieve
Passing No. 200 sieve (dry weight)
97% (max. size 6 inches)
70% maximum
20% (by washing)
GP -104
Page 401 of 537
Agenda Item #22.
GENERAL PROVISIONS
All crushing or breaking -up which might be necessary in order to meet such size requirements
shall be done before the material is placed on the roacL
The Struchiral Laver Coeffident for Base rock Material accepted under this provision shall be 0. 18
as determined by FDOT. If the material does not have a record ofpast performance, the coefficient
shall be determined in accordance with FDOT's procedure "Structural Layer Coefficients for
Flexible Pavement Materials" (Topic No. 675-000-004-a). The producer shall arrange and be
responsible for any costs associated with construction of the full -scaled test road.
911A-6 Lime rock Bearing Ratio (LBR) Requirements
Base rock material use in construction of base courses shall have an average LBR value of not less
than 100. The aVerage LBR value of material produced at a particular source shall be determined
in accordance with an approved quality control procedure.
91 IA -7 Method of Measurement
911A-7.1 General
The Calculation for Base rock to be paid for under this Section shall be the area in square yards of
Base rock, completed and accepted with the length to be used in the calculation being the actual
length measured along the surface of the base and the width of the wearing surface as called for
on the plans even though the base shall extend beyond the linuts; of the wearing surface, as
specified on the Plans. The thickness to be paid shall be as shown on the Typical Section in the
plans.
911A-8 Basis of Payment
The quantity of Base rock, determined as provided above, shall be paid for at the contract unit
price per square yard for Base rock, completed and accepted which price and payment shall be ftd1
compensation for Runishing, hauling and placing all materials, and for correcting all defective
surface and deficient thickness.
*Note: Base rock in this specification denotes any material previously classified by the County
as lime rock, cemented coquina, or shell rock.
END OF SECTION
THIS SPACE LEFT BLANK INTENTIONALLY
GP -105
Page 402 of 537
Agenda Item #22.
DRIVEWAY CONSTRUCTION RELEASE
The contractor shall have the included "Right of Entry and Release Agreement for Road and
Driveway Construction" form executed by each property owner where driveway construction is
required.
The contractor shall be responsible for all coordination with the property owners for this
construction. The contractor shall provide the. County with copies of these executed agreements.
These driveways shall be constructed in accordance with the plans and the specifications or as
directed by the Engineer. The quantities are included in the 6" concrete sidewalk (driveways)
item, 6"' base item and asphaltic concrete item for the construction of these driveways.
SPECIAL DRIVEWAY NOTES AND SPECIFICA11ONS
1. Contractor shall work in conjunction with the engineer in contacting and coordinating with
property owners of parcels bordering this roadway, as directed by the Engineer.
2. Contractor shall obtain Written permission from property owners for driveway construction
and for approval of driveway staking.
3. Property owners shall have the option of selecting a circular driveway, a "T" type driveway or
other modification as approved by the engineer. The selection is subject to existing site
conditions and compatibility to existing driveways.
4. The driveway construction shall consist of 6" concrete on a compacted subgrade or Type S-1
asphaltic concrete surface course on a 6"base, as directed by the engineer, to match the existing
driveway.
5. If the asphaltic concrete option is required, the entire driveway may be resurfaced.
6. During driveway construction, temporary access and parking may be provided -
7. Items incidental to driveway construction shall be included in the square yard price for the
items listed above. Such items include clearing and grubbing, excavation earthwork, grading,
restoration of sodding, landscaping, sprinkler systems and all otber work that may be required
to complete driveway construction.
DE -1
Page 403 of 537
Agenda Item #22.
RIGHT OF ENTRY AND RELEASE AGREEMENT
FOR ROAD AND DRIVEWAY CONSTRUCTION
PROJECT NAME:
PROJECT NO.:
PROPERTY ADDRESS:
PROPERTY OWNER:
CONTRACTOR:
ANNUAL PATHWAY AND MINOR CONSTRUCTION
CONTRACT
2017055
THIS AGREEMENT entered into this
Beach COUNTY (hereinafter
day of 1 20—, by and between Palm
referred to as COUNTY), its contractor and
_ (herein referred to as OWNER), provides as follows:
WTIEREAS, the COUNTY is desirous of completing the construction of the Annual Pathway and Minor
Construction Contract, and as part of this project is willing to construct circular driveway and/or driveway
modifications on OWNER'S land to aid in OWNER'S ingress and egress; and
WHEREAS, in order to construct said driveways it is necessary for the COUNTY to enter upon the above
described property of OWNER and to perform various excavating and constructing tasks thereon;
WHEREAS, the COUNTY agrees to construct the driveway and/or driveway modification for the benefit
of the OWNER, the. COUNTY wishes the OWNER to assume full responsibility for design, location,
maintenance, and liability for driveway improvements and/or modifications upon completion of the
construction.
NOW, THEREFORE, in witness of the above, and in consideration of the COUNTY agreeing to construct
said driveway improvements, and for other good and valuable consideration in band received, OWNER
hereby grants unto COUNTY, their Employees, Agents, Contractors, Sub -contractors, and/or Assigns the
license and right to enter upon said land of OWNER for the purpose of constructing circular driveway
and/or driveway modifications for the undersigned OWNER.
IT IS FURTHER AGREED that the previously referenced considerations, OWNER, hereby releases and
holds the COUNTY harmless from any damages that result or might result to OWNER'S property as a
result of the COUNTY, the Employees, Agents, Contractors, Sub -contractors and/or Assigns coming upon
said land for the purposes previously stated.
IT IS FURTHER AGREED that the license and rights granted herein shall cease upon completion and
finalization of the contract upon which said construction is performed.
IT IS FURTHER UNDERSTOOD AND AGREED that upon completion of construction, OWNER
assumes ownership and responsibility for driveway location, maintenance and liability regarding said
driveway improvements and agrees to indemnify, and hold the COUNTY harmless from all claims and
liabilities that may arise out of the design, existence, location, or maintenance of said driveway.
WITNESS (signature) OWNER/AGENT (signature)
WITNESS (printed name) OWNER/AGENT (printed name)
DE -2
Page 404 of 537
Agenda Item #22.
PERNUrS
TBE CONTRACTOR IS ADVISED THAT THE FOLLOWING PAGES ARE
COPIES OF THE APPLICABLE PERMITS FOR THIS PROJECT.
ALL GENERAL AND SPECIAL CONDITIONS REQUIRED BY SPECIFIC
PERMrF(S) SHALL BE EXECUTED ACCORDINGLY AND IT IS TEE
CONTRACTOWS RESPONSIBILITY TO ENSURE COWLIANCE WrM SAD)
CONDMONS.
ANY PERMUS REQUIRING "AS -BUILT" INFORMATION AND/OR
CERTIFICATION SHALL BE PREPARED BY A PROFESSIONAL ENGINEER OR
LAND SURVEYOR LICENSED IN THE STATE OF FLORIDA AND SHALL BE TBE
RESPONSIBILrTYOFTHECONTRACTOR.
THE CONTRACTOR IS RESPONS113LE FOR ASSURING THE COWLETION OF
APPROPRIATE CONSTRUCTION CERTIFICATIONS, AND SUBMMAL OF THE
CONSTRUCTION COW=ON CERTIFICATIONS TO PERMrITlNG AGENCIES
AS REQUIRED BY EACH PUMT INCLUDED N THE PER SECTION OF THESE
DOCUMENTS.
ALL COSTS ASSOCIATED WITH MEETING SAID REQLqREMENTS, IF NOT
INCLUDED IN A BID rrEM, SHALL BE INCIDENTAL TO THE PROJECT AND NO
COMPENSATION, EMIER MONETARY OR TIME, SHALL BE CONSIDERED.
PER -1
Page 405 of 537
Agenda Item #22.
SBE BED DOCUMENT LANGUAGE
Item I — Policy
It is the policy of the Board of County Commissioners of Palm Beach County, Florida, that SBE(s)
have the maximum practical opportunity to participate in the competitive process of supplying
goods, services and construction to the County. To that end, the Board of County Commissioners
adopted a Small Business Ordinance which is codified in Sections 2-80.21 through 2-80-34 (as
amended) of the Palm Beach County Code, which sets forth the County's requirements for the
SBE program, and is incorporated in this solicitation, Compliance with the requirements contained
in this section shall result in a bidder being deemed responsive to SBE requirements. The
provisions of this Ordinance are applicable to this solicitation, and shall have precedence over the
provisions of this solicitation in the event of a conflict.
Although preferences will not be extended to certified M/WBEs, unless otherwise provided by
law, businesses eligible for certification as an WWBE are encouraged to maintain their
certification in order to assist in the tracking of MIWBE availability and awards of contracts to
NVWBEs. This information is vital to determining whether race and gender neutral programs assist
NVWBE firms or whether race and gender preferences are necessary in order to address any
continued discrimination in the market.
Item 2 — SBE Goals
The County has established a minimum goal of 15% SBE participation for all County solicitations,
inclusive of all alternates and change orders. This goal is a minimum, and no rounding will be
accepted.
Item 3 — Ranking of Responsive Bidders
Bidders who meet the SBE goal will be deemed to be responsive to the SBE requirement.
a. 1n evaluating competitive bids or quotes between one -thousand dollars ($1,000) and one
million dollars ($ 1,000,000) where the low bidder is non-responsive to the SBE requirement,
the contract shall be awarded to the low bidder responsive to the SBE requirement as long as
the bid does not exceed the low bid amount by 10%; or
b. In the event there are no bidders responsive to the SBE goal, the contract shall be awarded to
the bidder with the greatest SBE participation in excess of seven percent (7%) participation,
provided that such bid does not exceed the lowest responsive bid by more than ten percent
(10%).
c. In evaluating bids in excess of one million dollars ($1,000,000), the contract shall be awarded
to the low bidder responsive to the SBE requirements provided that such bid does not exceed
the lowest responsive bid by more than one hundred thousand dollars ($ 100,000) plus three
percent (3%) of the total bid in excess of one million dollars ($1,000,000);
d. In the event there are no bidders responsive to the SBE goal, the contract shall be awarded to
the bidder with the greatest SBE participation in excess of seven percent (7%) participation,
SBE -1
Page 406 of 537
Agenda Item #22.
SBE BID DOCUMENT LANGUAGE
provided that such bid does not exceed the lowest responsive bid by more than one hundred
thousand dollars ($100,000) plus three percent (3%) of the total bid in excess of one million
dollars ($1,000,000).
This section applies only when price is the determining factor.
Item 4 — Bid Submission Documentation
SBE bidders, bidding as prime contractors, are advised that they must complete Schedule I listing
the work to be performed by their own workforce as well as the work to be performed by any SBE
or Nf/WBE subcontractor. Failure to include this information on Schedule I will result in the
participation by the SBE prime bidder's own workforce NOT being counted towards meeting the
SBE goal. This requirement applies even if the SBE contractor intends to perform 100% of the
work with their own workforce.
Bidders are required to submit with their bid the appropriate SBE-NVWBE schedules in order to
be deemed responsive to the SBE requirements. SBE-M/WBE documentation to be submitted is
as follows:
Schedule I — List of Prouosed SBE and NVWBE Participation
This list shall contain the names of all SBE and M/WBE prime and subcontractors intended to be
used in performance of the contract, if awarded. This schedule shall also be used if an SBE
primebidder is utilizing ANY subcontractors. (Only Job Order Contracting (JOC) contracts, Task
Authorizations., and Work Orders for annual contracts may be excluded from this requirement.)
Schedulets) 2 — Letter(s) of Intent to Perform as an SBE or M/WBE Subcontractor
A Schedule 2 for each SBE and/or M/WBE Subcontractor listed on Schedule I shall be completed
and signed by the proposed SBE and/or M/WBE Subcontractor. Subcontractors shall specify the
type of work to be performed, the cost or percentage shall also be specified. Additional sheets may
be used as needed.
Item 5 — SBE Certification
Only those firms certified by Palm Beach County at the time of bid opening shall be counted
toward the established SBE goals. Upon receipt of a complete application, IT TAKES UP TO
NINETY (90) BUSINESS DAYS TO BECOME CERTIFIED AS AN SBE WITH PALM
BEACH COUNTY. It is the responsibility of the bidder to confirm the cerfification of any
proposed SBE; therefore, it is recommended that bidders visit the on-line Vendor Directory at
www.pbegov.org/osba to verify SBE certification status.
SBE -2
Page 407 of 537
Agenda Item #22.
SBE BID DOCUMENT LANGUAGE
Item 6 — Counting SBE Participation and MfWBE Participation for Tracking Purposes)
a. Once a firm is determined to be an eligible SBE according to the Palm Beach County
certification procedures, the Prime may count toward its SBE goals only that portion of the
total dollar value of a contract performed by the SBE. Prior to issue, total dollar value of a
contract will be determined by the PBC user department by defining factors to be considered
as value. Total dollar value of retail contracts shall be determined by Gross Receipts.
The Prime may count toward its SBE goal a portion of the total dollar value of a contract with
a joint venture, eligible under the standards for certification, equal to the percentage of the
ownership and control of the SBE partner in the joint venture.
b. The Prime may count toward its SBE goal the entire expenditures for materials and equipment
purchased by an SBE subcontractor, provided that the SBE subcontractor has the responsibility
for the installation of the purchased materials and equipment.
c. The Prime may count the entire expenditure to an SBE manufacturer (i.e., a
supplier/distributor that produces goods from raw materials or substantially alters the goods
before resale).
d. The Prime may count sixty percent (60%) of its expenditure to SBE suppliers/distributors
that are not manufacturers.
e. The Prime may count toward its SBE goal second and third tiered SBE subcontractors;
provided that the Prime submits a completed Schedule 2 form for each SBE subcontractor.
f. The Prime may only count towards its SBE goal the goods and services in which the SBE is
certified.
Item 7 — Responsibilities After Contract Award
Schedule 1 - List of Proposed SBE and NtrWBE Participation and
Schedule(s) 2 — Letter(s) of Intent to Perform as an SBE or M/WBE Subcontractor
Both Schedules I and 2 shall be submitted with each task order/work order.
Schedule 3 — SBE-MfWBE Activitv
This form shall be submitted by the Prime contractor with each invoice, or payment application
when SBE and/or MVBE subcontractors are utilized in the performance of the contract. This
form shall contain the names of all SBE and M/WBE subcontractors specify the subcontracted
dollar amount for each subcontractor, approved change orders; revised SBE contract amount-,
amount drawn this period; amount drawn to date; and payments to date issued to SBE
subcontractors with their starting date. This form is intended to he utilized on all non-professional
services contracts.
SBE -3
Page 408 of 537
Agenda Item #22.
SBE BID DOCUMENT LANGUAGE
Schedule 3(A) — Professional Services Activitv Report
This forra shall be submitted by the Prime consultants with each invoice, or payment application
when SBE and/or MfWBE sub -consultants are utilized in the performance of the contract. This
form shall contain the names of all SBE and M/WBE sub -consultants, specify the subcontracted
dollar amount for each sub consultant and show amount drawn and payments to date issued to sub -
consultants. This form is intended to be utilized on all professional services contracts.
Schedule 4 — SBE-MfWBE Pavinent Certification
A schedule 4 for each SBE and/or MAVBE sub shall be completed and signed by the proposed
SBE and/or M/WBEs after receipt of payment from the prime. When applicable, the prime shall
submit this form with each application submitted to the county for payment to document payment
issued to a sub in the performance of the contract.
All contractors hereby assure that they will meet the SBE participation percentages submitted in
their respective bids with the subcontractors contained on Schedules I and 2 and at the dollar value
and/or percentage specified. Contractors agree to provide any additional information requested by
the County to substantiate participation.
The successful contractor shall submit an SBE-M/WBE Activity Form (Schedule 3) and SBE-
M/WBE Payment Certification Forms (Schedule 4) with each payment application. Failure to
provide these forms may result in a delay in processing payment or disapproval of the invoice -until
they are submitted. The SBE M/WBE Activity Form is to be filled out by the Prime Contractor
and the SBE-MA"E Payment Certification Forms are to be executed by the SBE or M/WBE firm
to verify receipt of payment.
Item 8 — SBE Substitutions or Modifications
After contract award, the Prime will only be permitted to replace a certified SBE subcontractor
who is unwilling or unable to perform. Such substitution must be done with other certified SBE's
in order to maintain the SBE percentages submitted with the bid. Requests for substitutions must
be submitted to the user Department and OSBA for approval. Upon receiving approval of
substitution for the SBE subcontractor, the Prime must submit a completed and signed Schedule 2
by the proposed SBE subcontractor. Subcontractors shall specify the type of work to be performed,
the cost or percentage shall also be specified.
If the County's issuance of an alternate or change orders on a project results in changes in the
scope of work to be performed by SBE's subcontractor listed at bid opening, the Prime must submit
a modified completed and signed Schedule 2 that specifies the revised scope of work to be
performed by the SBE, along with the price and/or percentage.
SBE4
Page 409 of 537
Agenda Item #22.
Office of
Small Business Assistance
50 South Military Trail, Suite 202
West Palm Beach, FL 33415
(561) 616-6840
Fax: (561) 616-6850
www,pbcgov.comfosba
00 '�I, i -* �IEACH COMO'
00� �;OSBA
1,00e
Sulu a eupwss is BIG I&SNIM
Pahn Beach County
Board of County
Commissioners
Paulette Burdick. Mayor
Melissa McKinlay. Vice Mayor
Hal R. Valeche
Dave Kerner
Steven L Abrams
Mary Lou Berger
Mach Bernard
county administrator
Verdenla C. Baker
"An Equal Opportunity
Aff(rinative Action Eniployar'
txy
W prin red - mayckd POW
DATE: October 24,2017
TO: Holly B. Knight, RE, Contracts Section Manager
THROUGH: Allen Gray, Manager
Office of Small Busine S 11
zi;ta�z�
FROM: Angela D. Smith, Small Business Development Speciabst
Office of Small Business Assistance
SUBJECT: Compliance Review on Project No. 201705S
Annual Pathway &MInor Construction Contract
The following is a Compliance Review of SBE participation on the above-
mentioned project, The Bid Opening date was October 10, 2017.
Sole Bidder: Wynn & Sons Environmental Construction, Inc.
7268 Belvedere Rd.
West Palm Beach, FL 33411
Phone: 561-686-6077
Bid Amount: $11,916,000-00
Goal: 1S% Overall
Goal Achieved- 78%
SBE Participation
(SB)WYNN &SONS ENVIR.CONST., INC. 1 $9,352,800 78%
Wynn & Sons Environmental Construction, Inc was the sole bidder and
they have met the SBE goal.
1 Wynn & Sons Environmental Construction, Inc. is not certified to provide tree
and shrub removal services, which is Indicated on line items 151-153.
Additionally, the line item for sodding (145) which includes fertilizing, requires a
Umited Urban Commercial Fertilizer Applicator Certification as per Chapter
482.1562, Florida Statutes. There is no license on file for this service. All line
items outside of the services they are certified to perform were deducted from
the 80910 indicated. Their original SBE participation costs would have been
$9,532,800; however this was reduced by $180,000 ($100,000 + $25,000 +
$37,500+ $17,500 = $180,000) to the current amount indicated above.
Page 410 of 537
CD
0
h
4
Q
SCHEDULEI
LIST OF PROPOSED SBE-MIWBE PRIME ANDIOR SUBCONTRACTOR PARTICIPATION CL
PROJECT NAME OR DID NAME: PROJECT NO. OR DID NO.:
NAME OFPRIME BIDDER::
A6DRESS:
CONTACT PERSON:
PHONE NO.: FAX NO.:
BID OPENING DATE:
USER DEPARTMENT:
THIS DOCUMENT IS TO BE COMPLETED BY THE PRIME CONTRACTOR AND SUBMITTED WITH BID PACKET. PLEASE LIST THE NAME, CONTACT INFORMATION, AND DOLLAR
AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL sBE-m/woE SUBCONTRACTORAI-ON THIS PROJECT. IF THE PRIME IS AN SBE-M/WBE, PLEASE ALSO LIST THE
NAME, CONTACT INFORMATION, AND DOLLAR AMOUNT OR PERCENTAGE OF WORK TO HE COMPLETED BY THE PRIME ON THIS PROJECT. THE PRIME AFFIRMS THAT IT WILL
MONITOR THE SBES LISTED TO ENSURE THE SBES PERFORM THE WORK WITH ITS OWN FORCES.
(Check one or both Categories)
M/WBE SBE
DOLLAR AMOUNT OR PERCENTAGE OF WORK
Name, Address and Phone Number Minority Business Small Business
Black Hispanic Women Caucasian Other
(Please Specify)
F-1
F-1 E-1
2.
El E-1
3.
F7 D
(Please use additional sheets, if necessasy)
Total
Total Bid Price-, S Total SBE—M./WBE
I hereby certify that the above Information accurate to the best of my knowledge:
re
61lar Amount or Percentage of Work:
Title
Note: 1, Theamoun( listed on this form for a subcontractor must be supported by price or percentage listed an The signed Schedule 2arsigned proposal In ordert� becounted toward goal attainment
2. Firms maybe certifled by Palm Beach County as an SBE and/or M/WBE. Ir firms am certified as both an SBE and MIWBE, please Indicate the dollar amount or percentage under the appropriate category.
3. MI"E Information Is being collected for trucking purposes only.
Revised 917/2011
SBE -5
Agenda Item #22.
OSBASCHEDULE2
LETTER OF INTENT TO PERFORM AS AN SBE-MIWBE SUBCONTRACTOR
This document must be completed by the SBE--MIWBE Subcontractor and submitted with bid packet. Specify in detail,
the particular work items to be performed and the dollar amount and/or percentage for each work item. SBE credit will
only be given for items which the SBE—MIWBE Subcontractor is SBE certified to perform. Failure to properly complete
Schedule 2 may result in your SBE participation not being counted.
PROJECT NUMBER: PROJECT NAME:
TO:
(Name of Prime Bidder)
The undersigned is certified by Palm Beach County as a (check one or more, as applicable):
_SInall Business Enterprise Minority Business Enterprise
____ - FF1__
Black spanic Women Caucasian Other (Please Specify)
Dale of Palm Beach County Certification:
The undersigned is prepared to perform die following described work in connection with the above project (additional sheets may
be used as necessary):
Line Item/ Qty.[Units Unit Price Total Price/
Lot No. Item Description Percentage
at the following price or percentage:
(Subcontractor's Quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If undersigned intends to subcontract any portion of this job to a certified SBE or a non -SBE subcontractor, please list the
name of the subcontractor and the amount below.
Price and/or Percentage
(N4iiie of Subcontractor)
The Prime affirms that it will monitor the SBE's listed to ensure the SBE's perform the work with its own forces. The undersigned
subcontractor affirms that it has the resources necessary to perform the work listed without subcontracting to non -certified SBF or
any other certified SBE subcontractors except as noted above.
The undersigned subcontractor understands that the provision of this form to Prime Bidder does not prevent Subcontractor from
providing quotations to other bidders.
Print me ime�k - pntr r Print Name of SBE- M /�A' 13) �Subcontractor
z*'
By: 77, By:
SignaKire Sigriatur,�_
Print Namefritlo'of Pers4n Executing on Behalf of Print Namelritle of Pt�son Executing on Behalf of
Prime Contractor SBF,!Nf,WBE Subcontractor
Revised 10/11/2011 Date:
SBE -6
Page 412 of 537
CD
W
0
h
01
W
4
Palm Beach County
Office of Small Business Assistance
Certifies That
Wynn & Sons Environmental Construction Co., Inc.
VENDOR # WYNN0001
is a Small Business Enterprise as prescribed by Section 2-80.21— 2-80.35 of the Palm Beach
County Code for a three yearperiodfrom January 20, 2017 to January 19, 2020
The following Services and/or Products are covered under this certification -
Construction, Curb & Gutter (includes Maintenance, Repair & Removal)
Construction, Sidewalk and Driveway (Includes Pedestrian and Handicap Ramps)
Paving/Resurfacing, Highway andRoad
Allen Gray, Ma-najer i.'.'
November 21, 2016
Palm Beach County Board of County Commissioners
Mary Lou Berger, Mayor
Hal R. Valeche, Vice Mayor
Paulette Burdick
Shelley Vana
Steven L. Abrams
Melissa Me Kinlay
Priscilla A. Taylor
County Administrator
Vordenia C. Baker
Q
CD
CL
4)
Agenda Item #22.
PROPOSAL FORM
(COMPANYNAME)
(COMPANYADDRESS)
(COMPANY CITY& STATE)
(COMPANY ZIP CODE)
PHONE NUMBER
FACSIMILENUMBER
EMAIL ADDRESS
FEDERAL TAX I.D. # DATE SUBMITTED
FOR THE CONSTRUCTION OF: ANNUAL PATHWAY AND MINOR
CONSTRUCTION CONTRACT
PALM BEACH COUNTY PROJECT NO. 2017055
TO THE BOARD OF COUNTY COMMISSIONERS OF
PALM BEACH COUNTY, FLORIDA:
We, the undersigned, hereby declare that no person or persons, firm or corporation, other than the
undersigned, are interested in this proposal as principals, and that this proposal is made without
collusion with any person, firm, or corporation, and are not on the Scrutinized Companies List as
stated on page SC -1, and we have carefully and to our fall satisfaction examined the Contract
Documents, and that we have made a full examination of the location of the proposed work and
the source of supply of materials, and we hereby agree to furnish and pay for all necessary labor,
equipment, materials and services, fully understanding that the quantities shown herein are
approximate only and that we will fully complete all necessary work in accordance with the
Contract Documents and the requirements under them of the Engineer, within the time limit
specified in this proposal for the following unit prices, to wit:
P-1
Page 414 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PSC PROJECT #2017055
ITEM #
ITEM DESCRIPTION
BASE BID
QTY
UNITS
UNIT PRICE
AMOUNT
1
Emergency Response, Less than 6 Hours
10
EA
$
50.00
$500.00
2
Emergency Response, 6 Hours to 24 Hours
20
EA
$
50.00
$1,000.00
3
Emergency Response, 24 Hours to 72 Hours
30
EA
$
50,00
$1,500.00
ROADWAY ITEMS
4
Clearing & Grubbing
200
AC
$
50�010
$10,000.00
6
Remove Existing Asphalt (Full Depth) (See Notes)
20,000
SY
$
1.00
$20,000,00
6
Regular Excavation
10,OOD
CY
$
5.00
$5(),000.00
7
Shallow Excavation (Depth <4 Ft.)
3,000
Gy
$
7,00
$21,000.00
8
Embankment (Compacted in Place)
25DO
CY
$
7.00
$17,500�00
9
Finish Existing Rock Base (Ind. Prime Coal)
1,000
SY
$
5.00
$5,000.00
10
Finish Grading
20,000
SY
$
3.00
$60,000.00
11
4" Base (Incl. Prime Coat)
15,000
SY
$
6.00
$90,000.00
12
6" Base (Incl. Prime Coat)
20,000
SY
$
7.00
$140,000.00
13
8" Base (Incl. Prime Coat)
5,300
SY
$
20.00
$106,000.00
14
Optional Base Group 4
500
SY
$
9.00
$4t500.00
15
Optional Base Group 7
10,000
SY
$
20.00
$200,000.00
16
Optional Base Group 10
500
SY
$
27.00
$13,500.00
17
Optional Base Group 13
10,000
Sy
$
2T00
S270,000�00
18
ACSC Type S (<20 Tons Orders)
1,000
TN
$
200.00
$200,000-00
19
ACSC Type S (20�50 Ton Orders)
1,000
TN
$
160.00
$160,000.00
20
ACSC Type S (51-100 Ton Orders)
1,000
TN
$
150.00
$150.000.00
21
ACSC Type S (>100 Ton Orders)
5,000
TN
$
150,00
$760,000.00
22
ACSC Type S-1 (1 11W') (Incl. Tack Cost)
5,000
SY
$
8.50
$42,500.00
23
ACSC Type S-111 (1 1W') (Incl. Tack Coat)
10,000
SY
$
8.50
$85,000.00
24
Asphalt Driveway (1 117) (Incl- 6" Base)
1,800
SY
$
17.50
$31.500.00
25
Mill Existing Asphalt, Full Size Milling Machine - 112 Day (See Notes)
30
EA
$
4,500.00
$135,000.00
26
Mill Existing Asphalt, Portable Milling Machine (See Notes)
5,300
SY
$
&00
$26,500.00
27
Reuse Millings For Pathway (W'Deep)
3,000
SY
$
5.00
$15,000.00
28
Misc. Asphalt (0-50 Ton Orders) (Incl. Tack Coat) (See Notes)
150
TN
$
175�00
$26,250.00
29
Misc. Asphalt (>50 Ton Orders) (Incl- Tack Coat) (See Notes)
100
TN
$
175.00
$17,500.00
30
Superpave Asphaltic Concrete (SP -9-5 Traffic Level G) (0-200 Ton Orders)
200
TN
$
175�00
$35,000.00
31
Superpave Asphaltic Concrete (SP -9.5 Traffic Level C) (> 200 Ton Orders)
15,000
TN
$
110.00
$1,650,000�00
32
Superpave Asphaltic Concrete (SP -1 2.5 Traffic Level C) (0-200 Ton Orders)
2,000
TN
S
175.00
$350,000�00
33
Superpave Asphaltic Concrete (SP -12.5 Traffic Level C) (> 200 Ton Orders)
4,000
TN
$
110-00
$440,000.00
P-2 -Page 415 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM # ITEM DESCRIPTION
34 pavement Texturing: Colored Coating - Standard Formula
35 Pavement Texturing: Colored Coating - Traffic Formula
36 pavement Texturing. Heat & imprint Existing Pavement
37 Pavement Texturing: Imprint New installation
38 Pavement Texturing: Sealer Concrete
39 Paver Brick
40 Remove Paver Brick
41 Reset Paver Brick
DRAINAGE ITEMS
42 Inlets (Curb) (Type P-1 ) < 10'
43 Inlets (Curb) (Type P-1 ) (Partial - Top Only)
44 Inlets (Curb) (Type P-2) < 19
45 Inlets (Curb) (Type P-2) (Partial - Top Only)
46 Inlets (Curb ) (Type P-6 -- 10'
47 Inlets ( Curb ) (Type P-5 (Partial - Top Only)
48 Inlets (Curb) (Type P-6) < 10'
49 Inlets (Curb) (Type P-6) (Partial - Top Only)
50 Inlets (Ditch Bottom) (Type C)
51 Inlets (Ditch Bottom) (Type D)
52 Inlet (Closed Flume) Type 1
53 Inlet (Closed Flume) Double Barrel
54 Inlet (Remove and Dispose)
55 Manhole (Type P-8) < 10'
s6 Manhole (Type 8) (Partial - Top Only)
57 Steel Reticuline Frame & Grate (installed) (Index 232)
58 Adjust Existing Manhole or Inlet
59 Manhole Cover (Replace)
60 Manhole Cover (Adjust)
51 Manhole Riser (1" to 2")
62 Manhole Ring and Cover (24!) (Traffic Rated)
63 Modify Inlet & install Reticuline Frame & Grate
64 Modify, Repair and/or Rebuild Existing Curb Inlet
65 Adjust Valve Box
66 Valve Box Cover (Replace)
67 Valve Box Cover (Adjust)
QTY UNITS
UNIT PRICE
AMOUNT
100
SY
$
20.00
$2,000.00
100
SY
$
22-00
$2,200-00
100
SY
$
35.00
$3,500.00
100
SY
$
75.00
$7.500.00
100
SY
$
20.00
$2,000.00
100
SY
$
IWOO
$10,000.00
100
SY
$
75.00
$7,500.00
100
SY
$
125.00
$12,500-00
10
EA
S
2,500-00
$25,000,00
16
EA
$
2,500.00
$37,500.00
10
EA
$
2�800-00
$28,OOD-00
15
EA
$
2,500,00
$37.500-00
10
EA
$
3,500.00
$35,000-00
15
EA
$
2.500A0
$37,500.00
10
EA
$
3,900-00
$39,000-00
15
EA
$
2,500.00
$37,500.00
20
EA
$
3,000.00
$60,000.00
10
EA
$
3,800.00
$38,000.00
20
EA
$
2,500-00
$50,00D�00
5
EA
$
4,500.00
$22,500.00
10
EA
$
1,5()0,00
$15,000m
20
EA
$
3,000,00
$60,000.00
10
EA
$
3,000.00
$30,000=
25
EA
$
1,2%00
$31,250.00
25
EA
$
900.00
$22,500.00
10
EA
$
1,200.00
$12,000-00
20
EA
$
750.00
$15,000-00
25
EA
$
350.00
$8,7W00
26
EA
S
1,500.00
$37,500.00
5
EA
$
1,500-00
$7,500-00
10
EA
$
2,500�00
$25,000�00
200
EA
$
50.00
$10,000DO
20
EA
$
115.00
$2,300.00
20
EA
$
150.00
$3,000.00
P-3 Page 416 of 537
Agenda Item #22.
P-4 Page 417 of 537
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM
ITEM DESCRIPTION
OTY
UNITS
UNIT PRICE
AMOUNT
68
Relocate Fire Hydrant
10
EA
$
2,900.00
$29,000�00
69
Yard Drain (index 282)
10
EA
$
1,800.GO
$18,000.00
70
Concrete Pipe Culvert (15" RCP)
200
LF
S
95�00
$19,000.00
71
Concrete Pipe Culvert (18" RCP)
1,000
LF
$
45.00
$45,000�00
72
Concrete Pipe Culvert (24" RCP)
1,000
LF
$
69.00
$69,000m
73
Concrete Pipe Culvert (36'RCP)
1,000
LF
$
70.00
$70,000.00
74
HOPE Pipe Culvert (18'�
1,000
LF
$
45.00
$45,000-00
75
HOPE Pipe Culvert (24")
1,000
LF
$
59.00
$59,000,00
76
HOPE Pipe Culvert (36")
1,000
LF
$
80.00
$80,000m
77
HDPE Pipe Culvert (48")
1,000
LF
$
99.00
$99,000.00
78
A-2000 Pipe Culvert (11 5"PVC)
100
LF
$
65.00
$6,500�00
79
A-2000 Pipe Culvert (18" PVC)
500
LF
5
59.00
$29,500-00
80
A-2000 Pipe Culvert (24" PVC)
500
LF
$
59.00
$29,500.00
81
Corrugated Steel Pipe Culvert (42" Dia.)
26
LF
$
135.00
$3.375.00
82
BCCMP Pipe Culvert (16")
100
LF
$
65.00
S6,500m
83
sCCMP Pipe Culvert (18")
500
LF
$
65.00
$32,500.00
84
BCcMP Pipe Culvert (24")
500
LF
$
75.00
$37,500,00
85
Mitered End Section (Round) (15")
5
EA
$
1,500�00
$7,500-00
86
Mitered End Section (Round) (18")
10
EA
$
1,500m
S15,000.00
87
Mitered End Section (Round) (24")
10
EA-
$
1,700,00
$17,000.00
88
Mitered End Section (Round) (36")
10
EA
$
2,500.00
$25,000-00
89
Mitered End Section (Round) (42")
10
EA
$
2,700.00
$27,000.00
90
Mitered End Section (Round) (15" BCCMP)
5
EA
$
1,500-00
$7,500.00
91
Mitered End Section (Round) (18" BCCMP)
10
EA
$
1,500.00
$15,000,00
92
Mitered End Section (Round) (24" BCCMP)
10
EA
$
1,700.00
$17,000-00
93
ADS Flared End (18" HOPE)
2
EA
$
1,500,00
$3,000,00
94
ADS Flared End (24" HOPE)
2
EA
S
1,600.00
$3,200-00
95
ADS Flared End (36" HOPE)
2
EA
S
2,000.00
$4,000.00
96
ADS Flared End (48" HOPE)
2
EA
$
3,000m
$5,000,00
97
French Drains (18" CMP) ( incl. Ballast Rock & Filter Fabric)
25
LF
S
150.00
$3,750.00
98
French Drains (24" CMP) (incl. Ballast Rock & Filter Fabric)
25
LF
$
200,00
$5,000,00
99
French Drains (18" RCP) ( incl. Ballast Rock & Filter Fabric)
100
LF
$
150�00
$15,000.00
100
French Drains (24" RCP) (incl. Ballast Rock & Filter Fabric)
100
LF
$
200-00
S20,000,00
101
Rubble Rip -Rap
250
TN
$
200.00
$50,000.00
102
#57 Coarse Aggregate (FDOT)
10
TN
$
200.00
$2,000.00
P-4 Page 417 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PATHWAY AND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM * ITEM DESCRIPTION
GITY UNITS
UNIT PRICE
AMOUNT
103 Sand Cement Endwall
15 CY
$ 750-00
$11,250-00
104 Dewatering (6"PumpANellpoints)
10 ED
$ 2,500ZO
$25,000.00
P-5 Page 418 of 537
Agenda Item #22.
P-6 Page 419 of 537
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM
ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
CONCRETE ITEMS
105
Misc. Concrete (Incl. Reinforcing Steel)
100
CY
$
750.00
$75,000.00
106
Class I Concrete (Gravity Wall)
50
CY
$
7%00
$37,500.00
107
Concrete Curb (Type D) (See Notes)
10,000
LF
$
14.50
$145,000.00
108
Concrete Curb Type D Removal
750
LF
$
15.00
$11,250.00
log
Concrete Curb & Gutter (Type F)
20�000
LF
$
17.50
$350,0W00
110
Concrete Curb & Gutter Type F Removal
11,000
LF
$
6.00
$66,000.00
ill
Concrete Valley Gutter
1,600
LF
$
18.00
$28,800.00
112
Concrete Valley Gutter Removal
3,000
LF
$
9.00
$27,000.00
113
Concrete Curb & Gutter (9") (PBC: Standard)
100
LF
$
35.00
$3,500�00
114
Concrete Curb & Gutter (W) Removal
25
LF
$
15.00
$375.00
115
Concrete Flush Header Curb (PBC Standard)
25
LF
$
56,00
$1,375.00
116
Concrete Flush Header Curb Removal
500
LF
$
15.00
$7,500.00
117
Concrete Mountable Gutter (PSG Standard)
50
LF
$
WOO
$l'T%oo
118
Concrete Mountable Gutter Removal
50
LF
$
15.00
$750.00
119
Traffic Separator Conc (Type 1)
1,500
SY
$
50.00
$75,000.00
120
Traffic Separator Conc (Type IV)
50
SY
$
85.00
$4,250.00
121
Traffic Separator Concrete, Removal
50
SY
$
55.013
$2,750.00
122
Concrete Sidewalk (4" Thick) - Less Than 10 SY
1,000
SY
$
65.00
$65,000.00
123
Concrete Sidewalk (4" Thick) - 10 Sy to Less than 50 SY
1,000
SY
$
4&00
$45,0W00
124
Concrete Sidewalk (4" Thick) - 50 SY or Greater
5,000
SY
$
40.00
$200,0W00
125
Concrete Sidewalk (6" Thick) (Driveway) - Less Than 8 SY
Soo
SY
$
150-00
$75,000,00
126
Concrete Sidewalk (6" Thick) (Driveway) - 8 SY To Less Than 35 SY
1,000
SY
$
150.00
$150,000.00
127
Concrete Sidewalk (6" Thick) (Driveway) - 35 SY Or Greater
15,000
SY
$
49.00
$735,000.00
128
Concrete Sidewalk (6" Thick) (ADA Ramps)
15,000
SY
$
57.00
$855,000.00
129
Cast -In -Place and/or Surface Applied Tactile Surface
21,000
SF
$
18.00
$378,000.00
130
Pump Mix for Concrete Pumping
500
CY
$
100.00
$50,000.00
131
Pumping or Hand Placement of Concrete - I r2 Day
5
EA
$
1,000.00
$5,000m
132
Pumping or Hand Placement of Concrete - I Day
5
EA
$
2,000.00
$10,000.00
133
4!'Concrete Removal
5,000
SY
$
12.00
$60,000.00
134
6!'Concrete Removal
5,000
SY
$
12.00
$60,000.00
FENCING AND RAILING ITEMS
135
Type B Fence (4! High) (w/Top Rail) Green Vinyl Clad
200
LF
$
50.00
$10,000.00
136
Type B Fence ( 6 High I (w[Top Rail) Green Vinyl Clad
400
LF
$
7&00
$30,000.OD
137
Chain Link Fence - Removal & Disposal
250
LF
$
10-00
$2,500-001
P-6 Page 419 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM #
ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
138
Double Rail Wood Fence - Furnish & Install
400
LF
S
65.00
$26,000-00
139
Double Rail Wood Fence - Relocation
350
LF
$
25.00
$8,750-00
140
Double Rail Wood Fence - Removal
100
LF
$
10.00
$1,000.00
141
Aluminum Pipe Handrail (3 Rail)
150
LF
$
150.00
$22,500.00
142
Steel Pipe Handrail (3 Rail)
150
LF
$
150.00
$22,500.00
143
Safety Pipe Rail (2")
100
LF
$
150-00
$15,000.00
LANDSCAPING ITEMS
144
Seed and Mulch
500
SY
$
3-00
$1,500.00
145
Sodding (To Match Existing) (See Notes)
25,000
SY
$
4.00
$100,000�00
146
Synthetic Turf (Foreverl-awn or Equal) with 2.5" Foam Underlay (F&i)
1,000
SY
$
130-00
$130,000-00
147
Top Soil (6" Thick)
2,000
SY
$
8.00
$16,000.00
148
Poured in Place Rubber Mulch (Rainbow Turf Products or Equal) (F&I)
500
SY
$
130.00
$65,000.00
149
Stump Removal
80
EA
$
150.00
$12,000.00
150
Tree Relocation
20
EA
$
200,00
$4,000.00
151
Tree Removal (Less than 12" Caliper)
50
EA
$
500-00
$25,000.00
152
Tree Removal (12" - 24" Caliper)
50
EA
$
750.00
$37�500.00
153
Tree Removal (Palms - All Sizes)
50
EA
S
350-00
$17,500.00
154
Root Pruning (W-36" deep)
2,000
LF
$
10.00
$20,000.00
155
IS" Root Barrier
100
LF
S
60-00
$6,000-00
156
24" Root Barrier
1,000
LF
$
25.00
$25,000.00
157
36" Root Barrier
8,000
LF
S
30.00
$240,000.00
158
48"Root Barrier
500
LF
S
45.00
$22,500-00
159
Vegetation Relocation (Including Watering)
10
HR
$
100.00
$1,000�00
160
2" PVC Pipe (Schedule 40)
1,000
LF
$
20-00
$20,000-00
161
4" PVC Pipe (Schedule 40)
100
LF
$
15.00
$1,500.00
162
6" PVC Pipe (Schedule 40)
200
LF
$
45.00
$9,000.00
EQUIPMENT ITEMS
163
3 CY Loader - Day
10
EA
S
1.500,00
$15,00aclo
164
1-1/2 CY Backhoe - Day
10
EA
$
$15,000.01)
165
40 Ton Crane, Crawler or Wheel Mount - Day
15
EA
$
2,000.00
$30,000.00
PILING AND SHEETING ITEMS
166
8" Treated Timber Piling
100
LF
$
45�00
$4,500�00
167
10" Treated Timber Piling
100
LF
S
52�50
$5,250.00
168
10" Treated TimberguardTm Wood Piling
500
LF
$
67.50
$33,750-00
P-7 Page 420 of 537
Agenda Item #22.
P-8 Page 421 of 537
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUC77ON
PSC PROJECT #2017055
ITEM
ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
169
12" Square Precast Pre -Stressed Concrete Piling
500
LF
5
94.50
$47,250-00
170
14" Square Precast Pre -Stressed Concrete Piling
100
LF
$
101,25
$110,1125.00
171
Temporary or Permanent Steel Sheet Piling
100
SF
$
80.00
$8,000.00
SIGNING AND MARKING ITEMS
172
ADA Handicapped Parking Sign - Furnish & Install
5
EA
S
750.00
$3,750�00
173
Traffic Paint (Ali Widths & Colors) (See Notes)
500
SF
5
4.00
$2,OGO.00
174
Thermoplastic Pavement Marking (All Widths Colors) (See Notes)
500
SF
$
7.50
$3,750.00
175
Wheel Stops - Furnish & Install
100
EA
$
55.00
$5'500�00
176
Remove & Re -Install Wheel Stops
100
EA
$
35.00
$3,500.00
177
Sign (Relocate)
20
EA
$
250-00
$5,000.00
178
Speed Humps
1,000
SY
$
50.00
$50,000-00
179
Stamped Colored Concrete (5" Thick)
100
SY
$
85.00
$8,500.00
180
Steel Bollard
20
EA
$
750.00
$15,000.00
181
Removable Bollard
20
EA
$
1,200.00
$24,000-00
MISCELLANEOUS ITEMS
182
Premium for Conflict Condition
5
EA
$
1,500-00
$7,500.00
183
Premium to Increase Box Depth to >10'
5
EA
$
1,500.00
$7,500,00
184
Premium to Increase Box from P to J
5
EA
$
1,500.00
$7,500.00
185
IPE Boardwalk Decking & Top Rail (5/4" X 6") - Furnish & Install
1,000
LF
$
16-50
$16,500.00
186
Mail Boxes (Reset)
150
EA
$
20.00
$3,000.00
187
Pull Boxes (Brooks)
5
EA
S
950-00
$4,750.00
188
Sandblasting - 1/2 Day
20
EA
$
2,500-00
$50,000.00
189
Sandblasting - Full Day
10
EA
$
3,500�00
M'000.00
190
Pressure Cleaning
10
ED
$
2.000�00
$20,000-00
191
Southern Yellow Pine Lumber - Furnish & Install
15,000
BF
$
8.00
$120,000-00
192
Southern Yellow Pine Lumber - Removal & Disposal
20,000
BF
$
4.00
- $80,000.00
TOTAL BID AMIOUINTF
$11,916,000.00
THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET.
THE ITEMS AND QUANTITIES ABOVE, SHALL GOVERN OVER THE PLANS.
PAY ITEM FOOTNOTES IN CONSTRUC11ON PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE.
All costs
for Maintenance of Traffic (MOT) shall be considered incidental to, and shall be included in, unit prices for the pay Items-
As-builits shall be paid per plan sheet
Removable BoltaM - Includes all costs associated with installation of removable bollards at locations designated by the County. All labor
and materials,
including excavation, mck drain, concrete foundation, bollare pipe, ground sleeve with locking mechanism, painting and restoration of the
area, are incidental to
the Item.
I
P-8 Page 421 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PATHWAYAND
MINOR CONSTRUCTION
PBC PROJECT #2017055
ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE AMOUNT
Steel Boilard - Includes all costs associated with installation of steel bollards at locations designated by the County. All labor and materials, including
excavation, concrete foundation, bollard pipe, painting and restoration of the area, are incidental to the pay item.
Clearing and Grubbing Specifications for various prooesses required under clearing and grubbing item. Also includes cutting and capping irrigation lines.
Pumping or Hand Placement of Concrete - These items shall include all equipment and labor required for placement of concrete in areas not accessible by
conventional concrete truck (assumed 12! long chute), either by hand or by pumping, and shag be in addition to the per square yard price for W'and 6" concrete
Items.
Pump Mix for Concrete Pumping - This Item represents a surcharge to the per square yard price for4" and 6" concrete items to cover costs for special
admixtures, etc. required for pumping concrete under Pumping or Hand Placement of Concrete Items -
Concrete Sidewalk items - These items shall include all materials, labor and equipment.
Concrete Sidewalk (6" Thick) (ADA Ramps) - Includes only areas of the ramps and transitions back to level sidewalk.
Concrete Traffic Separator Removal - Includes removal of base material or any other material unsuitable for planting which may be located in the traffic
separator area.
The cost to construct curb pads shall be included in the unit price for each respective curb item.
Concrete Curb Type 0 shall include Athletic Field Backstop Curbing.
Dewatering - Well Point equipment up to 150 points complete, including pump and associated jelling equipment. Well Point Equipment shall only be used in the
prosecution of work under this contract as requested by the appointed Palm Beach County Project Supervisor -
Double Rail Wood Fence Relocation - Includes all labor, equipment and materials required for removal of wood fence rails and posts, stockpiling and
protecting material and re4instaltation of posts and double rail wood fence. Furnishing and installing replacement items which have been damaged during
removal Or storage shall be considered incidental to the pay Rem.
Double Rail Wood Fence Removal - Includes all labor, equipment and materials required for removal of wood fence rails and posts and stockpiling on-sitefor
recovery by County personnel at proper disposal by Contractor.
Removal and disposal of existing item to be replaced or repaired shall be incidental to all drainage structure items.
Drainage structures shall include as incidental removal of existing structure to be replaced.
Equipment items - 40 Ton Crane, Crawler or Wheel mount, 3 CY Loader, 1-5 CY Backhoe - Bid Price shall include all costs - equipment, labor, materials,
operator(s),delivery, pick-up, maintenance, fuel, etc- are incidental to this item -
Excavation includes cutting and capping irrigation lines.
Finish Existing Rock Base - Includes all labor, equipment and baserock material sufficient to level. lightly grade and compact the existing rock base prior to
application of prime coal.
Finish Grading - Includes all labor, equipment and materials required for fine grading and shaping of areasdisturbed by other operations. Finish Grading does
not replace grading and shaping incidental to the items Sodding and Seeding and Mulching.
Milling Existing Asphalt Pavement Items per square yard are based on the indicated depth of milling. In the event that othermilling depths are required, the
contract price for Mill Existing Asphalt Pavement will be adjusted in (1/2") increments.
Mill Existing Asphalt, Full Size Milling Machine - Includes use of milling machine, broom tractor, and other equipment as required, transportation of equipment
to and from the work site, all labor for actual milling and clean-up and satisfactory disposal of milled material. Payment shall be based upon actual time for
milling and clean-up. Preparation of areas to be milled, clean-up and disposal of milled material shall be considered incidental to the unit price bid-
Misc; Asphalt - Includes surface courses, friction courses and other miscellaneous asphalt as required.
Thermoplastic Pavement Marking and Traffic Paint - Includes all labor, equipment, materials, etc. required to fumish and install pavement marking in parking
lots and other areas. All items, including parking space markings, lane lines, stop bars- handicapped symbols, directional affows and m, essages, in any orall
colors, shall be considered incidental to the pay item.
Pressure Cleaning - Can be paid in half day increments
P-9 Page 422 of 537
Agenda Item #22.
BID PROPOSAL
ANNUAL PA THWA Y AND
MINOR CONSTRUCTION
PEIC PROJECT #2017055
ITEM # ITEM DESCRIPTION QTY UNITS UNIT PRICE AMOUNT
Remove Existing Asphalt, and Mill Existing Asphalt items - include ail equipment, labor, etc. for removal and disposal of existing asphalt pavement material.
Unit Prices shall be based upon a 1 " depth of milling. The contract prices will be adjusted in YT increments for other milling depths.
Root Barrier - Root removal shall be incidental to all root barriers
Root Pruning shall be paid per each tree
Rubble Rip -Rap - Includes finish grading, filter fabric, installation, etc. All labor and materials, including restoration of the area, are incidental to this Rem.
Temporary or Permanent Steel Sheet Piling - Piling material shall be PZ27 or equal. All work shall be in accordance with FDOT Standard Specifications,
Section 455, Structures Foundations. Per square foot price is for Temporary or Permanent Sheet Piling actually Installed and accepted by the County, Including
all labor, equipment and materials. cutting, splicing, dynamic and static testing, adjustments resulting from testing, removal oftemporary piling and restoration of
the area.
Sodding - Pay Item shall include all work necessary to Install and establish, including watering and fertilizing to sustain an established turf until final acceptance
at no additional cost. Item shall also include the filling, leveling and repairing of any washed or eroded areas, as may be necessary -
Southern Yellow Pine Lumber (F&I) - Southern Yellow Pine Lumber shall be pressure treated marine grade southern pine #1, Or better, treated to 0.4 pd
retention of ACQ (AWPA LICAIA, or better) and shall be paid for by boardfoot furnished and installed and accepted by the County. Cost per board foot installed
shall include all labor, equipment and materials, fasteners, and cutting and shall include a maximum of 1 DO/6 wasteover and above installed material measured in
the field.
Square Precast Prestressed concrete piling - Include all costs associated with installation of Pre -stressed Concrete pilings at locations shown on plans oras
designated by the County. Contractor shall receive detailed design plans for eachinstallation, signed and sealed by a Professional Engineer licensed in the State
of Florida. All labor and materials, cutting, splicing, dynamic and static testing, adjustments resulting from testing and restoration of the area are incidental to the
item. All work shall be in accordance with FDOT Standard Specifications, Section 465, Structures Foundations. Per foot price is for Precast Pre -stressed
Concrete Pilings actually installed and accepted by the County.
All Tree Removal items shall include all costs associated with tree removal including MOT (if required). reduction of canopy, felling of trunk stump removal,
debris disposal and backfilling of hole with suitable material to provide a uniform grade.
Replace Sprinkler System - Includes the cost of labor, as well as all parts, such as pipe, heads and fittings.
Treated Timber Piling - Include all costs associated with installation of treated Southern Pine pilings at locations shown on plans or as designated by the
County. Contractor shall receive detailed design plans for each installation, signed and sealed by a Professional Engineer licensed in the State of Florida.
Alliabor and materials, cutting splicing, dynamic and static testing, adjustments resulting from testing and restoration of the area are incidental to the Rem. Ali
work shall be in accordance with FDOT Standard Specifications, Section 455, Structures Foundations. Southern Pine timber shall be pressure treated. 2.5cca or
better, Per foot price is for Treated Timber Pilings actually installed and accepted by the County -
Treated Timberguard Wood Piling- I G" Treated rimberguardTM Wood Piles shall be paid (or by Linear Feet furnished and installed and accepted by the
County. Cost per Unear Feet installed shall include all labor, equipmentand materials, fasteners, and cutting and shall include a maximum of 100% waste over
and above installed material measured in the field.
Wheel Stops - Includes all labor, equipment and materials required for removal of wheel stops and re -bar or other methods of attachment, stockpiling and
protecting wheel stops and accessories and re -installation of wheel stops by an acceptable attachment method. Fumishing and installing replacementwheel
stopsand/or attachment devices which have been damaged during removal or storage shall be considered incidental to the pay Rem.
P-10 Page 423 of 537
Agenda Item #22.
PROJECT NO, 2017055 TOT/�L Bff)
IN FIGURES
The undersigned acknowledges that Addenda thfu -1- have beeii received and that
related costs are reflected in the submitted bid. The undersi gned ftirther agrees to perform all
necessary force account work, as provided for in the General Provisions, and to execute tile
Contract and return to the County along with a Contract Bond and Certificate orInSUrance withill
fourteen i 14),Xorkin g days after the date of the "Letter of Intent to Award" and, to begin work with
an adequate work force and equipment within fourteen 114) cqlendar d_"� from the date set fiorth
in the "Notice to Proceed" and to fully complete all necessary work under the *same.
TIAF. TFfvfELY COMPLETION OF T1 -11S ROADWAY PROJECT IS CRITICAL TO TFIE
HEALTH, SAFETY AND W-,LFARE OF THEE TRAVELING PUBLIC. It is the desire of Palm
Beach County to expedite the construction and opening to LTaffi- c of the. project, The Contractor
shall be required to work such hours, weekends and/or holidays to meet the required contract
schedules.
The contractor shall complete in ffill all necessary work Linder this contract in accordance with the
Spcc�ial Provisions. It is ftirther agreed that should the contractor fall to complete all necessary
work under this contract within the above referenced time; then, due to the ciftical-ness of the timely
completion of this project, liquidated darnages for fail-urc to meet these provisions shall be In
accordance with Section 8-10-2 of the Standard, SpeGificatiOnS.
The undersigned further agrees to Riruisli a sufficient and satisfactory bond, on the Form herein
provided, in accordance with Section 3-5.1 of the General Provisions.
The undersigned further agrees to bear the full cost of maintaining all work until the final
acceptance, as provided in the Contract Documents.
Accornpauyi-no this Proposal is a Proposal Guaranty made payable to Palm Beach County, a
Political Subdivision of the State ofFlorida, in the sum of 5% of amount bid which is to he foTfinted
as liquidated damalge if, in case this Proposal is accepted, the undersigned should fail to execute
the attached Contract under the conditions of this proposal: otherwise, said guaranty is to be
returned to the undersigned upon the delivery of a satisfactory bond.
Company Name: Authorized Officer:
Address: Signature: /-Y
P-1 0
Page 424 of 537
Agenda Item #22.
CONTRACTOR CERTIFICATION
PALM BEACH COUNTY
ENGINEERING AND PUBLIC WORKS DEPARTMENT
NPDES GENERAL PERMITFOR STORM WATER DISCHARGES
FROM
ROADWAY CONSTRUCTION SITES
ANNUAL PATHWAY AND MINOR CONSTRUCTION CONTRACT
PALM BEACH COUNTY PROJECT NO. 2017055
"I cer* under penalty of taw that I understand -the terms and conditions of the general National
Pollutant Discharge Elimination System (NPDES) permit that authorizes the ston-n water
discharges associated with industrial activity from the construction site identified as part of this
certification."
Name of Contracting Firm:
Date -
By:
Name and Title:
Address or P.O. Box:
Telephone: ----
Area Code
State Zip Code
Number
P-11
Page 425 of 537
Agenda Item #22.
PALM BEACH COUNTY LOCAL PREFERENCE ORDINANCE
In accordance with the Palm Beach County Local Preference Ordinance, a preference will be given
to (1) bidden having a permanent place of business in Palm Beach County; (2) bidders having a
permanent place of business in the Glades that are able to provide the goods or services within the
Glades.
1. Local Preference means that if the lowest responsive, responsible bidder is a non -local
business, then all bids received from responsive, responsible local bidders are decreased by
5%. The original bid amount is not changed; the 5% decrease is calculated only for the
purposes of determining local preference.
2. Glades Local Preference means that if the lowest responsive, responsible bidder is a non -
Glades business, then all bids received from responsive, responsible Glades bidders are
decreased by 5%. The original bid amount is not changed; the 5% decrease is calculated only
for the purposes of determining local preference. A bidder who is a local business but not a
Glades business and who utilizes Glades subcontractor(s) for a minimum of 15% of the total
bid price, may receive a local preference of three (3) percent, solely for the purpose of
determining bid award. If the Local business utilizes Glades subcontractor(s) for a minimum
of 30% of the total bid price, he may receive a local preference of four (4) percent for the
purposes of ranking bidders.
To receive either a Local Preference or a Glades Local Preference, a bidder must have a permanent
place of business in existence pdor to the County's issuance of this Invitation for Bid. A Business
Tax Receipt issued by the Palm Beach County Tax Collector is required, unless specifically
exempted by law, and will be used to verify the bidders' permanent place of business. A permanent
place of business means that the bidder's headquarters is located in Palm Beach County or in the
Glades, as applicable, or the bidder has a permanent office or other site in Palm Beach County or
in the Glades, as applicable; where the bidder will produce a substantial portion of the goods or
services to be purchased. The bidder must submit the attached Certification of Business Location
at the time ofbid submission, Failure to submit this information will cause the bidder to not receive
a local preference. Palm Beach County may require a bidder to provide additional information for
clarification purposes at any time prior to the award of the contract.
In procurements where price is the only factor for selection, the above provisions shall not be
applied where the application would result in an award which exceeds the otherwise lowest,
responsive bidder by one hundred thousand dollars ($ 100,000).
The local bidder maynot receive more than one preference. The Glades Local Preference
prevails over the Local Preference and the SBE Preference prevails over both the Local and
Glades Local Preferences.
LP -1
Page 426 of 537
Agenda Item #22.
CERTIFICATION OF BUSE14ESS LOCATION
In accordance with the Palm Beach County Local Preference Ordinance, as amended, a preference will be given
to: (1) those bidders having a permanent place of business in Palm Beach County (County); and (2) those bidders
having a permanent place of business in the Glades providing goods or services to be utilized in the Glades. To
receive a local preference, an interested bidder must have a permanent place of business in the County or in the
Glades, as applicable, pdor to the County's issuance of an invitation for bid. A Business Tax Receipt issued by
the Palm Beach County Tax Collector is required, unless specifically exempted by law, and -will be used to verify
the bidders' permanent place of business. The bidder must submit this Certification of Business Location at the
time of bid submission. This Certification of Business Location is the sole determinant of local preference
eligibility. Errors in the completion of this Certification or failure to submit this completed Certification will
cause the bidder to not receive a local preference. Please note that in order to receive a local preference, the
name and address on the Business Tax Receipt must be the same name and address that is included in the b�d or
proposal submitted by the bidder to the County.
1) Bidder is a:
Local Business (A local business has a permanent place of business in Palm Beach County")
(Pleaseindicate):
Headquarters located in Palm Beach County.
Permanent office or other site located in Palm Beach County from which a vendor will
produce a substantial portion ofthe goods or services to be purchased.
Glades Business (a Glades business has a permanent place of business in the Glades")
(Please indicate),
Headquarters located in the Glades -
Permanent office or other site located in the Glades frorn which a vendor will produce a
substantial portion of the goods or services to be purchased.
Regional Business (A regional business is one that has a permanent place of business in Martin,
Broward, or Miami Dade County.)
**A post office box or location at a postal service center is not acceptable.
2) The attached copy of the bidder's Palm Beach County Business Tax Receipt verifies the bidder's permanent
place of business.
THIS CERTIFICATION is submitted by
(Name of Individual)
10fi
(Title/Position) (Firm Name of Bidder/Proposer)
who hereby certifies that the information stated above is true and correct, and that the bidder has a permanent
place of business in Palm Beach County. Further it is hereby acknowledged that any misrepresentation by the
bidder on this Certification will be considered an unethical business practice and be grounds for sanctions against
future County busi tie bidderz'
Signat/e Date
LP -2
Page 427 of 537
Agenda Item #22.
PALM BEACH COUNTY
LIVING WAGE ORDINANCE
(PBC OrdinanceNo. 2003-004, as amended byPBC Ordinance No. 2004-002) (a.k,a., Palm Beach
County Living Wage Ordinance, hereinafter Ordinance)
Implementation
7niis information shall serve to notify the Contractor of the Ordinancels implementation
requirements as referenced in Section 4 of the Ordinance, as stated below and on the LW pages of
this specification. A copy of the Ordinance is available for pickup at the Engineering & Public
Works Department (Roadway Production Division).
The costs for implementing these requirements shall be incidental to the cost of the project.
Procurement Specifications
The Ordinance states that the living wage requirement shall he included in the procurement
specifications for all county construction contracts that have a total contract value exceeding
$100,000, and that is not subject to the Davis -Bacon Act or any related act or acts, as amended,
that require the payment of Davis -Bacon Act wage rates.
The Ordinance also requires that the prospective non -county employer agree to produce, upon the
request of the Construction Coordination Division, or as, otherwise provided by the County
Administrator through countywide policy, all documents and payroll records required under this
Ordinance.
Maintenance of Payroll Records
Each non -county employer shall maintain payroll records and basic records relating thereto for
each employee, and shall preserve them for a period of three (3) years. The records shall contain:
(1) Each employee's name and address;
(2) Each employee's job title and classification;
(3) The number of hours worked each day by each employee;
(4) The gross wages and deductions made for each employee, and
(5) Annual wages paid to each employee.
Reporting Payroll
Every six (6) months the non -county employer shall certify and file with the Construction
Coordination Division if the non -county employer is a general contractor, or with the general
contractor if the non -county employer is a subcontractor, certification that all non -county
employees who worked on each construction contract during the preceding six (6) month period
were paid the living wage in compliance with this Ordinance. Upon the County's request, the non -
county employer shall produce for inspection and copying the payroll records for any or all of its
employees for the prior three (3) year period.
LW -1
Page 428 of 537
Agenda Item #22.
Contact Person:
Contractor Address:
Contractor Phone:
Amount of Contract:
Please include the following with the bid submission:
1. Brief description of the service provided under the construction contract.
2. A statement of wage levels for prospective non -county employees.
3. A commitment to pay each non -county employee the living wage, as adjusted, in accordance
with the Palm Beach County Living Wage Ordinancc. According to Section 3(B)(2), of the
Palm Beach County Living Wage Ordinance, the living wage must be adjusted annually for
inflation, and this adjustment must take effect each October I". (See Palm Beach County Code
Section 2-149(b)(2).)
The living wage for October 1, 2017, through September 30, 2018, is $12.05/hour.
The contractor/subcontractor(s) shall post a copy of the following Notice to Employees (LW -3) at
the work sitc in a prominent place where it can easily be seen by the employees, or provide a copy
with the employee's first paycheck and at least every six (6) months thereafter.
The undersigned hereby certifies that the above and attached information is true and correct.
IN WIT -NESS THEREOF, the undersigncd has set his hand and affixed the Corporate Sea] this
day of 20
x1f
kii-t'c'o �ze i atu re)
(Corporate Seal)
(Print \fame and Title)
LW -2
Page 429 of 537
CD
0
0
Cn
CA)
4
0 ANNE M-GANNON
CONSTITUTIONAL TAX COLLECTOR
So-ving 110111 Beach catinty
Serving you.
P.0, liox:1*3h'�I' w1ml Polio Bunch, 11., 33,102"3353
www,101olox,owl'i ol: (t)(A) 35b-Z;.(A
"LOCATED AT -
7268 BELVEDERE RD
WEST PALM BEACH, FL 33411
rYPE OF BUSMESS t - IWNII 4 —CERTIFICAViowl RECEIPT VDATE PAID AMT PAID7 13ILL fi
23-0051 GENERAL CaNTRACTOR WYNN I 1AN11-1 T.— U17.490066 - OB/04117 $27.50 840127775
This document Is valid only when recelpted by the Tax Colloclor'n Office,
B2 - 355
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO INC
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO INC
7268 BELVEDERE RD
WEST PALM BEACH, FL 33411-3308
still
RICK SCOTT, GOVERNOR
LICENSE NUM13ER
Ut I/At.;h MtKt
STATE OF FLORIDA
PALM BEACH COUNTY
2017120118 LOCAL BUSINESS TAX RECEIPT
LBTR Number: 200802205
EXPIRES: SEPTEMBER 30,2018
This receipt grants the privilege of engaging In or
managing any business profession or occupation
within Its Jurisdiction and MUST be conspicuously
displayed at the place of business and In such a
manner as to be open to the view of the public.
KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
I He UtNtKAL UUN I KA(; I UK
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS,
expiration date: AUG 31, 2018
WYNN, DANIEL PATRICK
WYNN & SONS ENVIRON CONST CO
INC
8455 1 ST LANE SOUTH -
WEST PALM BEACH FL 33411
ISSUED: 071'0712016 DISPLAY AS REQUIRED BY LAW
SEQ# L1607070001118
C
(0
(D
CL
(D
Agenda Item #22.
Notice and Posting
Non -county employers shall post a copy of the following statement at the work site in a prominent
place where it can easily be seen by the employees: "NOTICE TO ENIPLOYEES: If you are.
employed to provide certain services to Palm Beach County, your employer may be required by
Palm Beach County law to pay you at least $11-93 per hour. If you are not paid this hourly rate.
contact your supervisor or a lawyer." The following statement shall be printed in English, Spanish,
and Creole, and shall be printed with black lettering on letter -size, white paper using a Times New
Roman 14 -point font, Courier New 14 -point font, or Arial 14 -point font. Posting requirement will
not be required if the non -county employer attaches a copy of the following statement to the
employee's first paycheck, and to subsequent paychecks at least every six (6) months thereafter.
Non -county employers shall supply a copy of the following statement to any employee 1pon
request within a reasonable time. Non -county employers shall forward a copy of the requirenients
of this ordinance to any person or business submitting a bid for a subcontract on any contract
covered by this ordinance.
This notice is provided pursuant to the Palm Beach County Living Wage Ordinance, Section
3 (E), (as amended through January 2004), and reflects the adjusted living wage effective
October 1, 2017, through September 30, 2018.
NOTICE TO EMPLOYEES (ENGLISH)
If you are employed to provide certain services to Palm Beach County, your employer may
be required by Palm Beach County law to pay you at least $12.05 per hour. If you are not
paid this hourly rate, contact your supervisor or Palm Beach County.
NOTIFICACION A PATRONES (ESPAROL)
Si usted tiene un empleo por el cual provee ciertos servicios al Condado de Palm Beach, el
Condado de Palm Beach puede requerir de su patr6n que le pague a usted por lo menos
$12.05 por hora. Si a usted no se le paga esta cantidad por hera, p6ngase en contacto con su
supervisor o el Condado de Palm Beach.
AVI POU ENPLWAYFY0 (CREOLE)
Si ke on enplwaye pou bay kek skvis pou Komin-n Palm Beach4a, Daprk Ia Lwa, Bos
travay-la sipoze peye-w o mwen $12.05 pa 16. Si yo pa peye-w vali sa-a, se pou-w kontalite
sipivize-w Ia o byen Komin-n Pahn Beach-Ia.
(Autfiori�ed Signa'ture)
(Print Name,�Lrid Title)
LW -3
Page 431 of 537
Agenda Item #22.
CERTIFICATION OF COMPLIANCE WITH
THE LIVING WAGE ORDINANCE
The Ordinance states: 'Tvery six (6) months the non -county employer shall certify and file with
the Construction Coordination Division if the non -county employer is a general contractor, or with
the general contractor if the non -county employer is a subcontractor, certification that all non -
county employees who worked on each construction contract during the preceding six (6) month
period were paid the living wage in compliance with this Ordinance. Upon the County's request,
the non -county employer shall produce for inspection and copying the payroll records for any or
all of its employees for the prior three (3) year period." I
The County now ftirther requires that the Contractor submit this certification statement with each
pay application, including the final, on company letterhead.
The undersigned authorized person hereby certifies that the above requirements are adhered to and
that payroll records are being maintained in accordance with the requirements of LW -1
"Maintenance of Payroll Records".
Date
Company Name Mint)
Authorized 0))nfficer-,�'Nanie/Titl�45rint)
tign-k1hre
LW -4
Page 432 of 537
Agenda Item #22. WYNN & SONS ENVIRONMENTAL CONSTRUMON CO. INC
7269 BELVEDERE RD.
WEST PAUVI REACIi, FL 33421
S61-686-6077
561-6WZ433 FAX
10/10/2017
ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT -2017055
LIVING WAGE CERTIFICATION
DESCRIPTION OF SERVICES PROVIDED:
ALL ASPHALT,BASE,CONCRETE, GRADING, DRAINAGE, PI PEWORKFENCI NG,WOODWORK,PILI NGSALL
LINE ITEMS BID 1 THRU 192.
STATEMENT OF WAGE LEVELS:
Wynn & Sons Environmental Construction Co. Inc. wage levels are from $15.00 per hour thru $40.00 per
hour based on level of skill.
COMMITMENTTO LIVING WAGE
Per contract guidelines of the aforementioned contract, Wynn & Sons Inc. agrees to The Palm Beach
County Living Wage Ordinance. Palm Beach County code Section2-149 (b)2.
Daniel P. Wynn president
Wynn & Sons Environmental Construction Co. Inc.
Page 433 of 537
Agenda Item #22.
SCRUTMZED COMPANIES
Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods
or services of $1 million or more, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the h -an Petroleum Energy Sector List,
created pursuant to Section 215.47.3, Florida Statutes. A company that is on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the I -ran
Petroleum Energy Sector list may not bid on, submit a proposal for, or enter into a contract with
an agency or local government entity for goods or services of $1 million or more.
The undersigned authorized person hereby has read and certifies that the above is adhered toi
Date
Company Name (Print)
Authorized Officer: Namo/Title (Print)
qig'natusi
SC -1
Page 434 of 537
Agenda Item #22. NON-DISCRIMINATION POLICY
Project #2017055
Pursuant to Palm Beach County Resolution R-201.4-1421 C'Resolution), as may be amended, it is
the policy of the Board of County Commissioners of Palm Beach County ffounty") that the
County "sball not conduct business with nor appropriate any funds for any organization or entity
that practices discrimination on the basis ofrace, color, national origin, religion, ancestry, sex, age,
familial status, marital status, sexual orientation.
gender identity and expression, disability, or
genetic information."
This Resolution requires that each organization or entity doing business with the County is
"required to submit a copy of its non-discrimination policy, which shall be consistent with the hon -
discrimination policy stated above, prior to entering into any contract with the County." In the
event an organization or entity does not have a written non-discrimination policy, such
organization or entity "shall be required to sign a statement affirming their non-discrimination
policy is in conformance with this resolution."
Check- one:
Organization/Entity hereby attaches its non-discrimination policy, which is
consistent with the County's Non -Discrimination Policy and Resolution.
OR
Organization/Entity hereby acknowledges that it does not have a written non-
discrimination policy and hereby affirms by signing below that its non-
discrimination policy is in conformance with the County's Non -Discrimination
Policy and Resolution.
ORGANIZATION /ENTITY INFORMATION;
Nan�e of Orgaly'zatipjo or Entity
Signature
Name (type or print)
Tifle
NDP -1
Page 435 of 537
Agenda Item #22.
rITI-11ITIMITall
STATE OF FLORIDA
)ss.
COUNTY OF PALM BEACH )
KNOW ALL MEN BY THESE PRESENTS: That we.
Wynn & Sons Environmental Construction Co., Inc. hereinafter called
"Principal"), and United States Fire Insurance Company as Surety (Iiereinafter
called "Surety") are held and firmly bound unto Palm Beach County, a Political Subdivision of the
State of Florida. (hereinafter called "County") in the amount of Ejyq-�5%) percent of bid, lawful
I
money of. the United States of America, for the payment of which sum wil I and truly to be made,
we bind ourselves, our heirs, executors, administrators and successors, jointly and severally,
firmly by these presents;
WHEREAS, the "Principal" contemplates submitting or has submitted a bid to the Board
of County Commissioners, Palm Beach County.. Florida, for furnishing and paying for all
necessary labor materials, equipment, machinery, tools, apparatus, services,� all state Workers'
Compensation and unemployment compensation taxes incurred in the performance of the
Contract, means of transportadon for and complete Construction of- ANNUAt PATHWAY AND
M[N011 0ONSTRUCTIONCONTRACE PROJECT NO. 20170551 in the County of Palm Beach,
State of Florida, and
WHEREAS, it was a condition preceden( to the submission of said bid that a cashier's
check or bid bond in the amount of five percent (5%) of the total bid be submitted with said bid as
a guarantee that the bidder would, if given a letter of Intent to Award the Contract, enter into a
written contract with the County, and fumish a Public Construction Bond in an amount equal to
one hundred per cent (100%) of the total contract, within fourteen j 14) consecutive work-in-- da% s
after wri-ften notice having been given of the Intent to Award Contract.
BB -1
Page 436 of 537
Agenda Item #22.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if
the bid of the "Principal" 4erein be accepted and said "Principal", within fourteen (14) consecutive
working dUs after the date of the "Letter of Intent to Award", the letter being written notice of
such acceptance, enter into a written contract with Palm Beach County, a Political Subdivision of
the State of Florida, and lfi�mish a Certificate of Insurance, and a Public Cons Tuction Bond in the
form included in the Bid Documents and in an amount equal to One Hundred Per Cent (1000/0) o f
the total contract amount satisfactory, to Palm Beach County, a Political Subaivision of the State
I
of Florida, then this obligation shall be void, otherwise the sum herein sta d shall be due and
I I
payable to the "County", and the "Surety- herein agrees to pay said sum immediately upon demand
of said "County", in good and lawful money of the United States of A erica, as liqttidated
damages for failure thereof said "Principal".
Wynn & Sons Environmental
IN WITNESS WHEREOF. the said Construction Co., Inc. as U'P incipal" herei�A �t , t'
caused these presents to b d
e- signed in its name, by its an attested by its -
United States Fire insurance
under its corporate sea], and the said Company as Surety" herein, has coWed,1he_46-1.
presents to be signed in its name, by its Attornev-jn-Faq !,under ds, -co- e
a,
.0. A,,
Is lot
seat, thi h d -,f October A.D.,120 17
Wynn & Sons Environmehtal Constru ctibn Co., Inc.
ATTES
(Signatur (Sea])'
r
(Print Nat e) j2
Ni k� Y<A By-
(Princip�l
(Title)
I EST:
(Signature)
ioAnna Bebout-
(Print Name)
Assistant Secretaq __
(Title)
I �Scjl I
t;micd, S�atc: Fire bwifaij,e Company
By.
(�urety
Joseph D. Johnson, Jr., Atlomey-in-Fl4ci:.
Florida Resident Agvvt
BB -2
S
P f'5 3 7
a Item #22. POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY
PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY
02613429118
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duty organized and existing under the laws of (he
state of Delaware, has made, constituted and appointed. and does hereby make, constitute and appoint;
John S. Harris, Joseph D. Johnson, Jr., Brefi A. Ragland
each, its true and lawful Attorney(s)-l-n-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver:
Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business n3ky require, and to bind United States Fire
Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected
officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceedinW. Seven Million, Five Hundred Thousand
Dollars (S7,910,000).
Ihis Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind
United States Fire Insurance Company except in the marmej and to the extent therein stated.
This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2018.
This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and
consistent with Article III thereo4 which Articles provide, in pertinent part;
Article TV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President,
any Vioe-Prcsiderit� any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation:
(a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations. instruments
and documents whatwever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings,
recognizances. powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages,
releases, satisfactions and agency agreements,
(b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the
seal of the Corporation.
Article 111. Officers, Section 3. 11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds-,
guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed, facsimile, lithographed or otherwise produced, In addition. if and as authorized by the Board of
Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile
signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be
authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use ror the purposes herein stated the
facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he
may have ceased to be such at the time Mien such instruments shall be issued.
IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its
corporate seal hereunto affixed this I Oh day of March, 2016, UNITED STATEN VFRF.-IVIRT -111 ANCE COMPANY
Anthony R. Slimowicz, Senior Vice President
Stale of New Jersey)
Courityofrylorris
On this 10't' day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance
Company, to me personally known to be the individual and officei- described herein, and acknowledged that he executed the foregoing instrument and affixed
the seal of United States Fire Insurance- Company thereto by the authority of his office.
SONIA SCALA
NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public)
My CONIMISSION EXPIRES 3/25/2019
1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the
foregoing is a full, true and correct copy is still in force and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire In.suranci.-,CotO*y,qn-thelO4dhay of OC� 20 (71
UNITED STATES FIRE INSURANCK',
At Wright, Senior V ice Presid
Page 438 of 537
Agenda Item #22. CERTIFICATE OF RESOLUTION
The undersigned hereby certifies that the follow* are true and correct statements:
Ing Sp L, 4 r,*,.o Mo
1. That the undersigiaed is the jcd5l 0�- Z"Av ful., of
'L - dwert business organ -4000n, 19. corparation. LLC. LLP)- organized
business naw) a C )t-�
and existing in good standing under the laws ofthe State of p:ta;.toa-� ffirm-), and that the following
Resolutions are true and correct Resolutions adopted by the �Fre-,, im ri larm managerno I i of
( e 01 n
the Finn on the fe-71- day of (DC:r- 201-) in accordance with the laws of the State of
r --c 04-1 Pa- 1where Firm is of the Firm, and
e6,-ev-.P�- __jovernine dog�m �nts) ofthe Firm -
RESOLVED, that the Firm shall enter into that certain Agreement between Palm, Beach County, a political
subdivision of the State of Florida, and the Firrn' a copy of which is attached hereto, and be it
FURTHER RESOLVED, that theC) rag-% of the Firm, is hereby authorized and instructed
1;� as my be necessary and appropriate for the Firm to fulfill its
to execute such Agreement and such other instrumen
obligations under the Agreement.
2. That the foregoing Resolutions have not been modified, amended, rescinded, revoked or otherwise
changed and remain in full force and effect as of the date hereof
1 That the Firm is in good standing under the laws of the State of Florida or its state of formation, as
provided above, and has qualified, if legally required, to do business in the State of Florida and has the M power and
authority to enter into such Agreement.
IN WITNESS WHEREOF, the undersigned has set his/her hand and affixed the Sea] ofthe Firm the _�day.
of tD�r— 20 1-1
J -
(Signature
ff"'S SEAL)
ki L --
(Print sjg�atoryls Name and Title)
by the
SWORN TO AND SUBSCRIBED before me this 0 20L
circle one: known' o. me OR who produced
of the aforesaid Firm, who is (
as identification and who did aft
My Cam Xpires Jan 27,2020
t�,, 9. Nniv
follso-0, NdhWNotaryAssn-
-7
03rint Notary's Name)
NOTARYPUBLIC
State of Florida at Large
my Commission Expires:
CC -1
Page 439 of 537
a Item #22.
STATE OF FLORIDA
ANNUAL CONTRACT
'ss, R2018 0012
COUNTY OF PALM BEACH )
This Contract, made this — day of JAN 2 -3 2018 . A.D. 20 _, by and between PALM
BEACH COUNTY, a Political S�bdi,�is—ion of the State of Florida, (hereinafter "County"), and
WYNN & SONS ENVIRONMENTAL CONSTRUCTION COMPANY, INC., Florida, and its
heirs, executors, administrators and assigns, (hereinafter "Contractor"):
WrINESSETH: The Contractor, agrees with the County, for the consideration herein mentioned
at its own proper cost and expense to do all the work and fimiish all necessary labor, materials,
equipment, machinery, tools, apparatus, services, state Worker*s Compensation and
unemployment compensation taxes incurred in the performance of the Contract, for the:
P
ANNUAL PATHWAY AND MINOR CONSTRUCTION CONTRACT
IN THE AMOUNTS specified in work orders which may be issued by the County. The County
is not required to issue any work order� hereunder. The total value of work orders issued under
this Contract shall not exceed Nine Million Five Hundred Thousand Dollars ($9,500,000.00),
except as may be increased according to Section 9-11 of the Contract Specifications.
The Contractor further agrees for the consideration herein mentioned to commence the work with
adequate forces and equipment within five (5) working days of the work order being issued for a
specific project. After commencement of the work� the work order shall be properly dispatched
toward completion, to the satisfaction of the Engineer, and shall be fully complete within the time
limit specified in the work order. Should the time limit for completion of the work order exceed
the expiration date of the contract, the work order work will continue to completion and the
Contractor shall ensurc that Bonding and Insurance coverage do not expire until all work orders
issued prior to the expiration of this Contract are complete and accepted. It is understood and
agreed that the time limit for completion of said work is the essence of the Contract. If Contractor
fails to complete the work within the time limit, it is agreed that for such calendar day that any
work provided for in these Contract Documents remain incomplete after the time limit has expired,
including any official extension of the time limit� the sum per day given in the contained schedules
shall be deducted from monies due the Contractor, not as a penalty, but as liquidated damages and
added expense for supervision.
The Contractor shall take into account all contingent work which has to be done by other parties
arising from any cause whatsoever, and shall not plead its want of knowledge of such contingent
work as an excuse for delay in a Contractor's work, or for its non-performance.
C-1
Page 440 of 537
Item #22.
ANNUAL CONTRACT
IN WTFNESS WHEREOF, the Parties have caused this Annual Pathway, an&Minor Construction
Contract to be executed and sealed the day and year first written above.
ATTEST:
SHARON R. BOCK,
Clerk & Comptroller
LIM
R2018 00tZ JAN 2 3 2018
PALM BEACH COUNTY, FLORIDA, a
0-01
k0VED AS TO FORM
LEGAL SUFFICIENCY
(witness signature)
I L I *%-)r�-4 "oo
�iine-ss tme/printed)
Political Subdivision of the
State of Florida
OF COUNTY COMMISSIONERS
APPROVED AS TO TERMS
AND CONDITIONS
(Corporate Name)
a TzpQ-t\)k- - corporation
(insert state of incorporation)
By. AP
"(si6ature)'
(print signatoryli name)
Its
(print title)
L Vj I') -
(date)
(corporate Seal)
"b
N� Page
7, fifals.m"o
441 of 537
Agenda Item #22.
BOND NUMBER: -
80M AMOUNT:
CONTRACTAMOUNT
PUBLIC CONSTRUCTION BOND
�02-112532-5
CONTRACTOWS NAME:
CONTRACTOWS ADDRES�S--
r^I,IqV A 41TA0 t Q UUMM -
SURETY COMPANY:
SURETY ADDRESS:
SURETY PHONE:
$9,500,000.00
& Sons Environmental Goatru4lm Inc�
United States Fire Insurance Com
331-3379
OWNER'SNAME: Palm Beach Co"
OWNER'S ADDRESS: 230ONorMJogRoad, uite3W-33
West Palm Beach, FL 33411-2745
OWNER'S PHONE: 561-694-4150
PROJECTNO.:
DESCRIPTION OF WORK:
PROJECT LOCA77ON-
LEGAL DESCRIPTION:
and Minor
FCB -1
Page 442 of 537
Agenda Item #22.
PUBLIC CONSTRUCTION BOND
This Bond is issued in favor of the County conditioned on the full and faithful perfor6ance of the Contract,
KNOW ALL MEN BY TBESE PRESENTS: that Contractor and Surety, are held an16 firmly bound unto:
Palm Beach County Board of County Commissioners
301 N. Olive Avenue
West Palm Beach. Flori da 33401
As Obligee, herein called County, forthe use and benefiL of claimant as herein below
of..
7KQ00 00
fcu- the payment whereof Ptincipal and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by
in the amount
ial representati ves,
presents.
WHEREAS, Principal has by written agreement dated— 2Q__, e d into a contract
with the County for:
Project'Name: Annual Pathway and Minor Constructioi Contract
Project No.: 2017055
Project Description: See Page PCB- I
Project Location: See Page PCB- I
in accordance with Design Criteria Drawings and Specifications prepared by-,
Name of Engineering/Ai-chitectural Firm: TBD
Location of l7mm: TBD
Phone: TBD
Fax: TBL)
which contract is by reference made a part hereof in its entirety, and is hereinafter referrW to as the Contract.
THE CONDITION OF TIES BOND is that if Principal:
I - Performs the contract dated betwcon 11rinci pal and County for the, constructi(in of the
project as described above, the cantract being iTradc part of this bond by rMeferen - at the times and in
the manner prescribed in the contraef� and
2, Promptly makes payments to all claimants, as defined in Section 255.05 , Floridc Statutes, supplying
Principal with labor, materials, or supplies, used direcfly or indirectly by Principal n the. prosecution of
die work provided for in the contract; and
3. Pays County all losses, damages (including liquidated damages), expenses, costsland attorney's fees,
including appellate. proceedings, -that County sustains because of a default by Principal under tile
contract; and
4. Performs the guarantee of all work and materials fumished under the contract for 1 he time specified in
the contract, then this bond is void, otherwise it remains in full force,.
PCR -2
Pa-qe 443 of 537
Agenda Item #22.
PUBLIC CONSTRUCTION BOND
5. Any changes in or under the contract documents and compliance or noncompliance with any fon-nalities
connected with the contract orthe changes does not affect Surety's obligation unde r this bond and Surety
waives notice of such changes.
6. The amount- of this bond shall be reduced by and to the extent of any payment or payments made in
good faith hereunder, inclusive of the payment by Surety of construction liens which may be filed of
record against said improvement, whether or not claim for the amount of such lien be presented under
and against the bond.
T Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay
and liquidated damages contained in the contract are expressly covered by and made a part of this-,
Performance, Labor and Material Payment Bond. Principal and Surety acknowledge that any such
provisions lie wiNn their obligations and within the policy coverages and limitations ofthis i nstrument.
8. Section 255.05, Florida Statutes -, as amended, together with all notice and timeprovisions contained
therein, is incorporated herein, by reference, in its entirety. 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. This instrument regardless of its fon-n, shall be construed and deemed a
statutory bond issued in accordance with Section 255.05, Florida Statutes.
9. Any action brought under this instrument shall be brought in the state court of competentjurisdiction in
Palm Beach County and not elsewhere.
T7EST':
Z11
(Signature)
JoAnn H- Bebout
(Print Name)
Assistant Secretary
(Title)
Wynn & Sons Frivironmental Construction Co... Inc.
(Seal)
PCR -3
By-,
rincipal)
(Seal)
United States Fire Insurance Company
B y:
Surety)
Joseph D. Johnson, Jr., Attorney -in -Fact
Florida Resident Agent
Page 444-Qf-5a7
Agenda Item #22.
PUBLIC CONSTRUCTION BOND
PROJECT NO.;
DESCRIPTION OF WORK:
PROJECT LOCATION.
SURETY COMPANY:
SURETYADDRESS:
SURETY PHONE.,
BOND NUMBEIL*
BOND AMOUNT.,
CONTRACTAMOUNT:
.2017055
Pathway and Minor Construption
United States Fire Insurance Com.
305 madison, Avenue
602-112532-5
As the Surety Company for Wynn &Sons Environmental Construction Co, I we have executed the
cwtioned bond. Because the coutrad date is unknown, we bave left the bond(s) 6ndated. As a duly
authorized Attorney-ift-Fact 1br the Surety, United States Fire Insurance mpip� pgrMission
Is hereby grented to Palm Beach County to fill in the contract date on the bond(s) that date is known.
Also, the "signed and sealed"date on the bond(B) should be completed. W11
PCZ4
Page 445 of 537
POWFROFATTORNT,Y
UNITED STATES FIRE, INSURANCE CO-*NIPANY
PRINCIPAL OFFICE —MORRISTOWN, NEW JERSFY'
02613429118
KNOW NLI. MEN BVTf1ESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under thr laws ofthe
state of Delaware. has made, constituted and appointed, and does hereby makej constitute and appoint:
John S. Harris, Joseph D. Johnson, Jr.,Breff A. Rogtarid
each, its true and laxvfiil Atiorney(s)-fil-Fact, with full power and authority hereby conferred in its name. place arid stead, to execute, ackno%vledge and deliver: 1
1
Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fit
Insurance Company thereby as fully and to th; same extent as ifsuch bonds or undertakings had been duly executed arid acknowledged by the regularly elected
officers; ofUnited States Fire Insurance Company at its principal office, in amounts or penalties riot exceeding: Seven Million, Five Hundred Thousand
0ollars (S7,500,000),
This Power of Attorney limits the act of those named [herein to the bonds mid undertakings specifically riamed therein, and they have no authority to bind
United States Fire Insurance Company except in the manner arid to the extent therein stated.
This Itower of Attorney revokes all previous Powers of Attorney issued on hehalrul'Lhe Attorneys -In -Fact named above and c-,,�pireson January 31, 2018.
This PoNver of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire. Insurance Company as now in full force and effect, and
o -insistent with Article III thereof, which Articles provide, in pertinent part:
Article IV, F�xecution of Itisa-timents - hxeept as the Board of Directors may authorize by resolution, the Chairman ofthe Board, Prcsidoru�
anv Vjce-President� any Assistant Vice President, the Secretary, ot any Assistant Secretary shall have- power oil behalf ofthe Corporation -
(a) to execute, affix the corporate sea] manually or by facsimile to, acknowledge, verify and deliver -any contracts, Obligations, instruments
and docturients whawever in connection with its business including, without limiting the foregoing, any bonds, guarantees. undertakinggs-.
recognizaaces, powers of attorney or revocations of any powers or attorney, stipulations. policies of insurance, deeds, leases, mortgages,
releases, sati-5factions and agency agreements;
(b) to appoint, in writing
one or more persons for any or -all of the purposes mentioned in the preceding paragraph (a), including affix-ing the
seat of the Corporation.
Article III, Officers, Section 3A 1, Facsimile Signatures, The signature of any ofl(icer authori7cd by tile Corporation to sign art). bonds,
guarantees, undertakings. recognizances, stipulations, powers of attorney or revocations ofany powers of attorney and policies of insurance
issued by the Corporation may be printed, facsirnile, lithographed or otherwise produced. In addition. if and as suitiorized by the Board of
Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the Facsimile
signature or sivilatures. lithographed or otheRvise produced, 01' SUCh (IMCCT Or OffiCCrS of the Corporation as from tune to time may be
authorized to sip
,n such instruments on behalf of the Corporation. The Corporation may continut to use for the purpose.- herein stated the
facsimile signature ofany person or persons who shall have been such officer or officers of the Corporation, notwithstanding the flicE that lie
may have ceased to be such at tile time when such instruments shall be issued.
IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents it) be signed arid attested by its appropriate officer and its
corporate seal hereunto affixed this I Wh day of March. 2016. U NITE D STATF.S; rl RF I NS -41 IR A,\-C_E COMPANY
,,- sn-n"'N'
Anthony R. Slirnuwic7- Senior Vice President
state of Neu, jcrsev�
County of Morris 1,
On this 104 day of' March 2016, before me, a Notary public of the State of New Jersey, came the nbove named officer of United States Fire Insurance
Company, to me personally known to be the individual and officer described hercju� and acknowledged that lie executed die foregoing instrument and affixed
the seal ofUnned States Fire Insurance Company thereto by the parthority orhis office.
SONIA SCALA
N(YI'AR Y PUBLIC OF NEW JERSEY Soma Scala (In lary, Public,]
MY COMNITISSION EXPIRES3125rZ019
1. tile undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power Of Attorney of which tile
16regoing is a full. trut: arid correct copy is still in force and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set mv ]land and affixed the corporate seal of United States Fire Insurancv Company on tile day of* 21)
UNITED STATES FIRE INSURANCF COA4PANY
A] Wright, Senior Vice President
Agenda Item #22.
SB&MIWBF ACTIVITY POR MONTH ENDING-
PROJEC17NAME;
PRIME CONTRACTOR NAME -
PROJECT SUPERVISOR:
OSBASCHEDULE3
SBE-MIWBE ACTIVITY FORM
PROJE, CTW:
Scbeduk- 3 Is used to show the monthly payment activity for work performed by each SBE-MINVBE Subcontractor on the project, And In conformity with the SBE-
NWRE's submitted on Schedule 2. It also shows approved change orders as they impact the SBE-M/WBE Subcontractors. Schedule 3 is to be submitted by the Prime
with each payment request to Palm Beach County. In the SB&M/WBE Subcontracting Information section, list the name(s) of each SHE-MAVBE Subcontractor on the
project4 and the total contracted amount for each SBE-MfWBE Subcontractor on the projecL As the project proceeds, please complete each column under the SBF,
M/WBE Subcontracting taforination section accordingly. In lite SBE-M/WBE Category, please check the appropriate category that represents each SBE-MMBE
Subcontractor.
SBE-MfWBE SUBCONTRACTING INFORMATION
SBE -M/WBE Category (check all applicable)
Nome(SBF,
M(WHE
Subcontmetor
SRFMfWBE
Total Conti ,ct JaApproved
Amount suite Orders
Revised Sag-
WWBE
Contract
Amount
Amami Drawn 'Amount Pald to
! Amount Drawn for SRV— Date for SRE- Actual Stu -Ong
!or S WWI% sub NM71113 Date
�,ub. This Perin, .1
Due Subcontractor
"TWority,
Busiam,
(,/)
Small
Business
(-/)
13iock
Hispsni,
Women
I
�fiucitdffin
Other
(Please
specify)
I hereby certify that the above Information is true to the best or my knowledge
Return to: Palm Beach County
(Signature and Title)
Additional Sheets May He Used As Necessary
NOTE. Firms may be cerrifted as an SBE and/or An M/WBE. Iffirms are certified as both an SBE and M/WBE, the dollar Amount will not he counted twice.
PC -I
Revised 917/2011
Page 447 of 537
Agenda Item #22.
SCHEDULE 4 — SBE-M/WBE PAYMENT CERTMCATION
The Prime Contractor is to submit Schedule 4 with its Monthly Payment Request to Palm Beach County to reflect
actual payments made to the SBE-M/WBE Subcontractor unless it has made a payment to the SBE-M/WBE
Subcontractor. The SBE-M/WBE Subcontractor is not to complete and sign this form unless it has received a payment
from the Prime Contractor. A separate Schedule 4 is required for each SBE-MIWBE Subcontractor payment.
This is to certify that
(SBE or M/WBE Subcontractor Name)
(Monthly) or (Final) payment of $ 1 1 1 1 1 1 1 1 1 1 1
on I I I T71
MM DD YYYY
For labor and/or materials used on
(Project Name)
(Prime Contractor Name)
(Work Order)
DEPT.: I I I I PROJECT NO.: i I I i I I I !
PRM CONTRACTOR VENDOR CODE:
received
SBE OR M/WBE SUBCONTRACTOR VENDOR CODE: I I I I
If the SBE Subcontractor intends to disburse any funds associated with this payment to any non -SBE Subcontractor
for labor provided on this project, please provide the following information:
Non -SBE Subcontractor Name:
By:
(Signature of Subcontractor
STATE OF FLORIDA
COUNTY OF
Sworn to and subscribed before me this day of
By:
Notary Public, State of Florida
Print, Type or Stamp Commissioned Name of Notary
Amount to be paid -
(Print Name and Title of Person
Executing on Behalf of Subcontractor)
Personally Known _ or Produced Identification Type of Identification
Rev. 2
PC -2
20
Last Updated: 12/6/2010
Page 448 of 537
vqgp A. -JAN.
#22.
LY'ril-01 Elf FS
CERTIFICATE OF LIABILITY INSURANCE
DATE(MMI1)DffYYY)
'1111=017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Si, AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does not canter rights to the certificate holder In lieu of such endorsementis 1.
PRODUCER
FAME
WHICH THIS
Atlantic Pacific Insurance -PSG
PHONE 800-539-0487 FAX 561 -626-3153
JAIC No (AX, NO):
11382 Prosperity Farms Rd #123
Gardens, FL 33410
INSR !AD I
LTR TYPE OF INSURANCF- POLICY NUMBER
Palm Beach
MalthewA.Peace
tNSURER(S) AFFORDINg 4;Q (jLE
tWC1
I EACH OCCURRENCE S
INSUFU-:RA,, Old Dominion Insurance Co.
40231
INSURM Wynn & Sons Environmental
INSURERB: Bridgefield Employers Ins. Co.
10701
Construction Co Inc
INSURER C'- Commerce Undustry Ins. Co.
101226
OPWym Holdings
7268 Belvedere Road
INSURERD- Colony Ins Co.
West Palm Beach, FL 33411
i INSURER E -Travelers Indemnity company of
25666
_S_
INSURER F
GENT AGGREGATE LIMIT APPUES PER
COVERAGES CERTIFICATE NUMBER:
REVISION NUMBER:
_'P
A I LOC
POLICYF v Ma F71
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WrTH RESPECT TO
WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS Of SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED
BY PAID CLAIMS.
INSR !AD I
LTR TYPE OF INSURANCF- POLICY NUMBER
FiOLICY EFF POI-X—Y EXP
(MMIDDM,i I; tMKiMDP( YYY I LIMITS
D X commERciAL re&*_AL uAniLrry
I EACH OCCURRENCE S
111700,000
CLAIM"ADE OCCUR 1103GI-000390793
dkOGETO RENTED
0510312018 P- -
100,000
5,000
��EDJF�An. que qrson
— _
�S_
PERSONAL & ADV IN'd(UPY
1,000,000
_S_
2,000,000
GENT AGGREGATE LIMIT APPUES PER
GENERAL A,.�GREGAIE S
—
_'P
A I LOC
POLICYF v Ma F71
_PR0DQC'N*-_ COMKOP AGG
ZW6;006
OTHER�
A Auromosiia LmBiLiTy
�,OMBItfl) SINGLE LIMIT
Ea acocfer'l
1,000,000
X ANY AUTO Z3T5037N
05/0212017'0510212018 BODILYINJURY Per �srsart
OWNED SCHEDULED
AUTOSONLY AUTGS
_990�[LY JNJU'RY Per scoeant 5
NON- WNE�
S ONLY x AuT019ONL'
X � 6R&
WO PERTY DAMAGE
S
C UMBRE-LA LIA13 X OCOJR
EACH OCCURRENCE s
1,000,000
X EXCESS LIAS CLAIMS-MADEl: IBE065303228
0510312017 05103120`18' ACGR�GATE
1,000,000
DED RETENTION 5
B
PER
x X OTH.
AT
YIN 830-39458
07/03120117 1 07163T2018
S
- - — —
1,000,000
ANY PRQI-,RIETORJPARTNERfiD4ECIJTI\(E
EXCLUDED? FNI�N]A:
4.21�E=11151NFA
E.L EACHAC0VENT
1,000,000
E L_ DISEASE - EA EMPLOYEE S_
If yes� describo uad-r
DE�CRIFITION OF OPERATIONS belaN
POLICY UlAri
1,000.000
E Equipment Floater :QT -660 -3078765 -TIL -117
��E�k�DISEA$E-
090312011"(15f03120181 eduled
1,427,473
RentlLeas
250,000
Dr=$CMPTIONOFOPERA'noNr.)LOCA-MNSiVIE14CLES (ACORD 101, Adtfitiortal Remarks Schedule, maybe
attached f more space Is required)
Palm Beach County Board of County Commissions, a political subdivision of
the State of Florida, its officers, employees and agents are named as
Additonal Insured the General Liability and Au -tom obile Liability
on policy
contract, Waiver of Subrogation applies to the General
Ee, written
iability and the Automobile Liability policy per written contract.
PBCBOCC
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Palm Beach County Board of ACCORDANCE WITH THE POLICY PROVISIONS.
County Commissioners
clo Insurance Tracking Service AUrHORIZED REPRESENrATIVE
PO Box 20270
Long Beach, CA 90801 1AW � It k
ACORD 25 (2016103) @ 1998-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are regWered marks of ACORD Page 449 of 537
Agenda Item #22.
103 GL 0003907-03
COMMERCIAL GENERAL LIABILITY
CG 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organizallon(s).
All persons or orgmizations, as required by written contract
with the Named Insured
IntbirmatimnFequired to complete this
— -- Location(s) Of Covered Opemtlons _
As designated in written contract with the Named
Insured
e. if not shown above, will shown in the Declarations.
A- Section 11 – Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for *bodily Injuryh ' "property
damaW or "personal and advertising injurj('
caused, In whole or in part by.
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behaff,-
in the performance of your ongoing operations for
ft additional insured(s) at the location(s) desig-
nated above.
CO 20 10 07 04
8. With respect to the Insurance afforded to these
additional Insureds, the following additional exclu-
sions apply:
This Insurance does not apply to "bodily injury" or
"property damage occurring after
I . All wcRi(. including materials, parts or equo-
ment furnished in connection with such work,
on the project (other then serviM maintenance
or repairs) to be performed by or on behalf of
the additional insured(s) at the location of the
covered operations has bow completed; or
2. That portion of "your woyW' out of which the
injury or damage arises has been put to its in-
tended use by any perwn or organization other
than another cantractor or subcontractor en-
gaged in performing operations for a principal
as a part of the same project.
0 ISO Properties, Inc-, 2004
Page I of I
Page 450 of 537
Agenda Item #22.
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
* Blanket Waiver of Subrogation Applies *
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
Date Prepared: June 05, 2017
Carrier' Bridaefield Employers Insurance Company
Effective Date of Endorsement: July 03, 2017
Policy Number: 0830-39458 Countersigned by-
----------
Insured: Wynn & Sons Environmental Construction Co Inc
WC 00 03 13 (Ed. 4-84)
"Includes copyrightmateria) of the NationalCouncil on Compensation Insurance, Inc. used with its permission. Copyright 1983 NCCI"
Page 451 of 537
Agenda Item #22.
RELEASE AND CONCURRENCE OF
FINAL PAYMENT AMOUNT
PROJECT:
PROJECT NO..
THIS IS TO CERTIFY TRAT, ON BEHALF OF
I HAVE REVIEWED THE FINAL FIGURES PRESENTED BY THE COUNTY ON THIS
CONTRACT, HAVE VERIFIED AND HEREBY CONCUR WITH THE ACCOUNTING AND
AMOUNTS PRESENTLY STATED AS DUE, AND BY SIGNING HEREOF, AND UPON
RECEIPT OF PAYMENT IN THE AMOUNT OF S
DO HEREBY RELEASE THE COUNTY FROM ANY FURTHER CLAIMS OF PAYMENT
FOR WORK DONE, WHETHER OR NOT THE ABOVE—STATED AMOUNT MAY LATER
BE DISCOVERED OR DETERMINED INCORRECT.
CONTRACTOR:
r-YA
DATE:
CONST -1
Page 452 of 537
Agenda Item #22.
SMALL BUSINESS ENTERPRISE (SBE)
FINAL PARTICIPATION FORM
PROJECT:
PROJECT NO.:
The Contractor's proposed Small Business Enterprise (SBE) goal for this
project was
The Contractor achieved a Small Business Enterprise (SBE) participation of
% at the end of this project.
CONTRACTOR:
BY:
DATE:
CONST -2
Page 453 of 537
Agenda Item #22.
CHANGE ORDER
owner Initiated
Differing Site Conditions
Zoning/Code/Ordinance Changes
Errors/Onlissions/In Design
PROJECT:
(Name)
TO:
(Contractor)
Quantity Overruns/Underruns
Request By Another Agency/Outside Party:
A. Reimbursable B. Non -reimbursable
Other.
CHANGE ORDER NO.:
COUNTY PROJECT NO..
CONTRACT DATE:
RESOLUTIONNO.:
DISTRICT NO.:
You are directed to make the following changes in this Contract:
The original Contract Sum was
Net change by previous Change Order was
The Contract Sum prior to this Change Order was
The Contract Sum will be increased by this Change Order
The new Contract Sum, including this Change Order, will be
This Contract Time will be increased by
The Date of Completion, including this Change Order, therefore, is
(0) Days
EXECUTION OF THIS CHANGE ORDER ACKNOWLEDGES FINAL SETTLEMENT OF, AND RELEASES ALL CLAIMS
FOR, COSTS AND TIME ASSOCIATED, DIRECTLY OR INDIRECTLY, WITH THE ABOVE—STATED
MODIFICATION(S). INCLUDING ALL CLAIMS FOR CUMULATIVE DELAYS OR DISRUPTIONS RESULTING FROM,
CAUSED BY, OR INCIDENT TO, SUCH MODIFICATION(S), AND INCLUDING ANY CLAIM THAT THE ABOVE—
STATED MODTFICATION(S) CONSTITUTES, IN WHOLE OR PART, A CARDINAL CHANGE TO THE CONTRACT.
ENGINEER (If Applicable)
Address
BY
DATE
CONTRACTOR
Address
BY
DATE
PBC Board of Count -v Commissioners
OWNER
P.O. Box 21229
West Palm Beach, FL 33416-1229
Address
BY
FIX"M
PALM BEACH COUNTY ENGINEERING AND PUBLIC WORKS
CONST -3
Page 454 of 537
Agenda Item #22.
FORMOF GUARANTEE
GUARANTEE FOR (Contractor and Surety Name)
We the undersigned hereby guarantee that the
_______(Prcject), Project Number Palm Beach
County, Florida, which we have constructed and bonded, has been done in accordance with the plans and
specifications; that the work constructed will fulfill the requirements of the guaranties included in the Contract
Documents. We agree to repair or replace any or all of our work, together with any work of others which may be
damaged in so doing, that may prove to be defective in the workmanship or materials within the warranty period of
one year from the date of Final Completion of an the above named work by the County of Palm Beach, State of
Florida, without any expense whatsoever to said County of Palm Beach, ordinary wear and Lear and unusual abuse
or neglect excepted by the County. When correction work is started, it shall be carried through to completion.
In the even of our failure to acknowledger notice, and commence corrections of defective work within five (5)
calendar days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida,
we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and
made good at our expense and we will honor and pay the costs and charges therefore upon demand,
County and (contractor, engineer, architect as applicable) agree that the provisions of Florida Statute Chapter 558
shall not apply to this contract.
Dated
(notice of completion filing date)
SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY
(Seal)
(Contractor)
By -
(Signature) (Printed Name and Tide)
(Surety)
By: ----- --
(Sigiiattire) (Printed Name and Title)
CONST4
Page 455 of 537
Agenda Item #22.
CONSENT OF SURETY FOR FfNAL PAYMENT
BONDNUMBER-
PROJECT NAME:
PROJECT LOCATION:
PROJECTNUM13ER: CONTRACTNUMBER:
CONTRACT AMOUNT: CONTRACT DATE:
ENGINEER --
In accordance with the provisions of the above named Contract between the County and the Contractor, the
following named Surety:
On the PUBLIC CONSTRUCTION BOND of the following named Contractor:
I-Iereby approves of final payment by County to the Contractor, and further agrees that said final payment to the
Contractor shall not relieve the Surety Company named herein of any of its obligations to the Palm Beach County,
as set forth in said Surety Company's bond:
IN WITNESS WREREOF, the Surety Company has hereunto set its hand and seal this day of
20__
(Attest) Witness Signature
(Witness Printed Name)
Representative)
(Seal)
CONST -5
(Name of Surety Company)
(Sign iture of Surety's Authorized
(Printed Name and Title)
Page 456 of 537
Ex. A.
1st &
-,AgAda" Item #22.' ,�n Amendments
012018 0820 AJN05 jig 11811
EV
FIRST AMENDMENT Td I HIE ANNUAL PATHWAY AND MINOR CONSTRUCTION
CONTRACT, PROIECT NO. 2017055, DATED 3ANUARY 23,2018 (R2018-0012)
BY AND BETWEEN
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO. INC.
AND PALM BEACH COUNTY
THIS FIRST AMENDMENT to the ANNUAL PATHWAY AND MINOR CONSTRUCTION
CONTRACT dated JANUARY 23, 2018 (112018-0012) h ereinafber "CONTRACr by and
between WYNN & SONS- EWMONMENTAL CONSTRUCTION CO. INC, hereinafter
"CONTRACTOR7 and the Board of County Commissioners of Palm Beach County,, a
political subdivision of the State of Florida,, hereinafter, "COUNTYff.
WITNESSETH
WHEREAS, on January 23, 2018, the CONTRACTOR and COUNTY entered into a
twelve month CONTRACT (R2018-0012) for pathway and minor construction, and other
related tasks throughout Palm Beach County; and
WHEREAS, by this First Amendment., the CONTRACTOR and the COUNTY mutually
agree to amend the CONTRACT terms to add additional reporting language,, with all
original terms, conditions and unit prices adhered to, except as hereby amended.
NOW, THEREFORE,, in consideration of the mutual covenants, promises,, and
agreements herein contained, the parties agree as follows:
1. The above recitations are true and correct and Incorporated herein.
2. It is the intent of the parties hereto that this First Amendment shall not become
binding until the date executed by the COUNTY.
3. All other provisions of the CONTRACT (112018-0012) dated January 2-3, 2018,,
shall remain in full force and effect-, except as hereby amended.
4. Item 7 — Responsibilities after contract Award (page SBE -3) shall include the
following: Both SBE Schedules 1 (List of Proposed SBE and M/WBE
Participation) and Schedule 2 (Letter of Intent to Perform as an SBE or M/WBE
Subcontractor) shall be submitted with each task'authorization.
S. The COUNTY requires the CONTRACTOR to track during the CONTRACT, and
report at the end of the CONTRACT, the county of residence of the
CONTRACTOR'S employees and its subcontractors' employees. The
CONTRACTOR agrees to prepare and provide the required report with Its
request for final payment
i Page -457 of 537
Aj "fida Item #22'.
e
IN WITNESS WHEREOF, the parties have caused this First Amendment bD ft Annual
Pativay and Minor Construction Contract (112018-0012) to be executed and sealed this
- day of jUN g 5 2MA r 2018.
ATTEST:
SHARON R. BOCK
Clerk and Comptroller
Deputy
APPROVED AS TO FOW"i
AND LEGAL SUFFICIENCY
ATTEST.
R2018 0820' JW6 5 2018
P" WEAdi CUUNTY,, a Political
Subdivision of the State of Florida
Board of County, Commissioners
. Y... C . 01%144
B. Herman,
nt County Attorney
" % � ... I-// 'r
BY
Asst. Secretary
0 0 By: %ALA L-�/
;R Melissa MclOnlay, Mayor 0
APPROVED AS TO TERMS
AND CONDITIONS
2
By:4-0,.4. aTmaj,
Omello & Fernandez, P.Ef
Roadwa Production Division
\ y
(Signature)
Daniel P. Wynn, President
FARGAMAMM01M0170M -Annual Paffv&&A7�_Annual Arnendmenft and Change Onlefffax Repw1fjL-F1rstAftwndrnenL
Wynn & Sonk_Rev1.domc
Page 458 of 537
Agenda Item #22.
93 OU JAN 1 5 21119 -
SECOND AMENDMENT TO THE ANNUAL PATHWAY AND MINOR
CONSTRUCTION CONTRACT, PR03ECT NO. 2017055,
DATED JANUARY 23, 2018 (R2018-0012)
BY AND BETWEEN
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO. INC.
AND PALM BEACH COUNTY
THIS SECOND AMENDMENT to the ANNUAL PATHWAY AND MINOR
CONSTRUCTION CONTRACT dated JANUARY 23, 2018 (R2018-0012) hereinafter
"CONTRACT" by'and between WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.
INC., hereinafter "CONTRACTOR" and the Board of County Commissioners of Palm Beach
County, a political subdivision of the State of Florida, hereinafter, "COUNTY".
WITNESSETH
WHEREAS, on January 23, 2018, the CONTRACTOR and COUNTY entered into a
twelve month CONTRACT (R2018-0012) for pathway and minor construction, and other
related tasks throughout Palm Beach County; and
WHEREAS, the CONTRACT provides that the contract may be extended, at the
COUNTY's option for a defined period of time, not to exceed thirty-six months total
contract time, upon approval of the Board of County Commissioners; and
WHEREAS, by this amendment, the CONTRACTOR and the COUNTY mutually
agree to amend the CONTRACT terms to extend the expiration date of the CONTRACT
from January 22, 2019 to July 22, 2019, with all original terms, conditions and unit prices
adhered to, as amended on June 5, 2018.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
agreements herein contained, the parties agree as follows:
1. The above recitations are true and correct and incorporated herein.
2. The CONTRACT, between the CONTRACTOR and the COUNTY, is hereby
amended to extend the expiration date of the CONTRACT from January 22,
2019 to July 22, 2019.
3. It is the intent of the parties hereto that this Second Amendment shall not
become binding until the date executed by the COUNTY.
4. All other provisions of the CONTRACT (R2018-0012) dated January 23, 2018,
as amended on June 5, 2018 (R2018-0820), shall remain in full force and effect.
Page I of 2
Page 459 of 537
Agenda Item #22.
IN WrTNESS WHEREOF, the parties have caused this Second Amendment to the Annual
Pathway and Minor Construction Contract (R2018-0012) to be executed and sealed this
day of 2019.
At 1 5 20% 2 0 9
ATTEST:
SHARON R. BOCK
Clerk and Comptroller
' j.
BY:
y cr�
Deputy Cie
'�4 7 -
APPROVED AS TO FORM
AND LEGAL SUFFICIENCY
ave M -
By:
eflzjs� t Cl. Herman,
ou tv tt
Assista t County Attorney
ATrEST:
L-12
Secretary
PALM BEACH COUNTY, a Political
Subdivision of the State of Florida
Board of County Commissioners
iick -Bernard mayor
By:
Ornello A. Fernandez, P.E.
Roadway Production Division
Wynn & Sons Environmental
Construction Co. Inc
Contr"r
By:
(Signature)
Daniel P. Wynn, President
Page 2 of 2
F.\ROADWAYAPRO\2017\2017055 - Annual Pathvmy��- Annual Amendments and Change Orders\Second Amendment— Wynn &
Sons.docx
Page 460 of 537
Agenda Iterh #22.
JUN 0 4 2015
THIRD AMENDMENT TO THE ANNUAL PATHWAY AND MINOR
CONSTRUCTION CONTRACT PROJECT NO. 2017055
DATED JANUARY 23F 2018 BY AND BETWEEN
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO., INC.jr
AND PALM BEACH COUNTY
Ex. B.
3rd Amendment
THIS THIRD AMENDMENT to the ANNUAL PATHWAY AND MINOR
CONSTRUCTION Contract dated January 23, 2018 (112018-0012), hereinafter
"CONTRACT" by and between Wynn & Sons Environmental Construction Co., Inc.,
hereinafter "CONTRACTOR" and Palm Beach County, a political subdivision of the state
of Florida, hereinafter "'COUNTY". (individually "Party" and collectively 'Parties"�.
WITNESSETH
WHEREAS, on January 23, 2018, the CONTRACTOR and COUNTY entered into
the twelve month CONTRACT; and
WHEREAS, by tile FIRST AMENDMENT (R2018-0820), the CONTRACTOR and the
COUNTY mutually agreed to amend the CONTRACT terms to add additional reporting
language, with all original terms, conditions and unit prices adhered to, except as
thereby amended; and
WHEREAS, by the SECOND AMENDMENT (112019-0014), the CONTRACTOR and
the COUNTY mutually agreed to amend the CONTRACT terms to extend the expiration
date of the CONTRACT from January 22, 2019 to July 22, 2019, with all original terms,
conditions and unit prices adhered'to, except as thereby amended; and
WHEREAS, the CONTRACT provides that the CONTRACT may be amended, upon
mutual written agreement of the Parties; and
WHEREAS, a review of upcoming projects and tasks have determined that
remaining available funds are insufficient to meet projected needs; and
WHEREAS, by this THIRD AMENDMENT, the CONTRACTOR and the COUNTY
mutually agree to amend the CONTRACT, as provided herein.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
agreements herein contained, the Parties agree as follows:
1. The above recitations are true and correct and incorporated herein.
2. The CONTRACT, between the CONTRACTOR and the COUNTY is hereby
amended to extend the expiration date of the CONTRACT from July 22, 2019
to January 22, 2021.
Page 1 of 11
N. I ROA D WA Y1 PRO 1-701712017055 - AflnVal Mffi way I Z- A nnVW A mndfn ent; and Change Olders 12017055 3rd AflnUal A MOndin 67t. dOC X
Page 461 of 537
Agenda Iterh # 22.
3. The CONTRACT, between the CONTRACTOR and the COUNTY is hereby
amended to increase the amount by $3,265,000, from $9,500,000 to
$12,765,000.
4. The Nondiscrimination section on page ITB -1 of the Contract is hereby
deleted in its entirety and replaced with the following:
COMMERCIAL NOW DISCRIMINATION: The Contractor represents and
warrants that it will comply with the County's Commercial Nondiscrimination
Policy described in Resolution 2017-1770, as amended. As part of such
compliance, the Contractor shall not discriminate on the basis of race, color,
national origin, religion, ancestry, sex, age, marital status, familial status,
sexual orientation, gender identity or expression, disability, or genetic
information in the solicitation, selecHon, hiring or commercial treatment of
subcontractors, vendors, suppliers, or commercial customers, nor shall the
Contractor retaliate against any person for reporting instances of such
discrimination. The Contractor shall provide equal opportunity for
subcontractors, vendors and suppliers to participate in all of its public sector
and private sector subcontracting and supply opportunities, provided that
nothing contained in this clause shall prohibit or limit otherwise lawful efforts
to remedy the effects of marketplace discrimination that have occurred or are
occurring in the County's relevant marketplace in Palm Beach County. The
Contractor understands and agrees that a material violation of this clause
shall be considered a material breach of any resulting contract and may result
in termination of the contract, disqualification or debarment of the Contractor
from participating in County contracts, or other sanctions. This clause is not
enforceable by or for the benefit of, and creates no obligation to, any third
party.
All subcontractor agreements shall include this commercial non-discrimination
clause.
5. The Maintenance of Payroll Records section and the Reporting Payroll
section on page LW -1 of the Contract are hereby deleted in their entirety
and replaced with the following:
Maintenance of Payroll Records
Each non -county employer shall maintain payroll records and basic records
relating thereto for each employee, and shall preserve them for a period of
four (4) years, after Project completion date, or such longer time as may be
required in other provisions of this Contract. The records shall contain:
1. Each employee's name and address;
Page 2 of 11
/V.'JR&WWA4PR0J2V77JX1?V55 -Annual Paffiwjyl.�:_ Ann-1AM&?dMaM8W0Vn_Qe CrdaTI20I.?0553rdMnLOIAM,-Ildmentd=
Page 462 of 537
Agenda Item #22.
2. Each employee's job title and classification;
3. The number of hours worked each day by each employee;
4. The gross wages and deductions made for each employee; and
5. Annual wages paid to each employee.
Reporting Payroll:
Every six (6) months the non -county employer shall certify and file with the
Construction Coordination Division if the non -county employer is a general
Contractor, or with the general Contractor if the non -county employer is a
subcontractor, certification that all non -county employees who worked on
each construction Contract during the preceding six (6) month period were
paid the living wage in compliance with this Ordinance. Upon the County's
request, the non -county employer shall produce for inspection and copying
the payroll records for any or all of its employees for the prior four (4) year
period, or such longer time as may be required in other provisions of this
Contract.
6. The Local Government Prompt Payment Act section on pages SP -8 and
SP -9 of the Contract is hereby deleted in its entirety and replaced with the
following:
Local Government Prompt Payment Act:
In accordance with the Local Government Prompt Payment Act (F.S. 218.70,
etseq), the Contractor is hereby notified of the following:
The Contractor will be notified at the Pre Construction Meeting the manner in
which pay requests are to be prepared and directed to the Department. For
a pay request to be deemed acceptable, the Contractor must provide the
following:
Pay Reguest No. 1
• OEBO Schedule 3
• Certification of Compliance with the Living Wage Ordinance
Pay Request No. 2 and all others following, but not including the Final
• OEBO Schedule 3
• OEBO Schedule 4
• Disbursement of Previous Periodic Payments to Subcontractors
• Certification of Compliance with the Living Wage Ordinance
Final Pay Regu
• OEBO Schedule 3
• OEBO Schedule 4
• Disbursement of Previous Periodic Payments to Subcontractors
Page 3 of 11
N. KW0WAYJPR0J2D1VVV17V55 - A1nWfPabWYJZ_ AnnUa1AMendMeJWJfld08n9e L7fd&YI20110553tdAnnUaIAM&?dM&ntdOcx
Page 463 of 537
Agenda Iterh #22.
• Disbursement of Final Payment to Subcontractors
• Form 1
• Form 2 including Bonding Affidavit
• Record of Construction Materials Affidavit
• Certification of Compliance with the Living Wage Ordinance
• Equal Business Opportunity (EBO) Final Participation Form
• Release and Concurrence of Final Payment Amount
• Form of Guarantee
A single list of items (Punch List) required to render the Work complete,
satisfactory, and acceptable will be prepared by the Department. The
Punch List shall be developed as the result of a joint inspection of the
Work, conducted within 30 Calendar Days after reaching substantial
completion, by the Contractor, together with the Department, with all
unsatisfactory Work listed on the Punch List. The Punch List shall be
provided to the Contractor within 5 Working Days of the joint inspection.
If the pay request and support data are not approved, the Contractor is
required to submit new, revised or missing information according to the
Department's instructions. otherwise, the Contractor shall prepare and
submit to Department an invoice in accordance with the estimate, as
approved. In the event any dispute with respect to any payment or pay
request cannot be resolved between the Contractor and the Department,
Contractor shall, in accordance with the alternative dispute resolution
requirements of Florida Statute secdon 218.76, demand in writing a meeting
with and review by the County Engineer. In place of the County Engineer, the
Deputy County Engine ' er may conduct the meeting and review. Such meeting
and review shall occur within forty-five (45) Working Days of receipt by the
Department of Contractor's written demand. The County Engineer, or Deputy
County Engineer, shall issue a written decision on the dispute within fifteen
(15) Working Days of such meeting. This decision shall be deemed the
Department's final decision for the purposes of the Local Government Prompt
Payment Act.
Contractor must remit undisputed payment due for labor, services,
or materials furnished by subcontractors and suppliers hired by the
Contractor, within 10 days after the Contractor's receipt of payment
from the Department, pursuant to Section 218.70 et seq., Florida
Statutes. Contractor shall provide subcontractors and suppliers
hired by Contractor with a written notice of disputed invoice within
5 business days after receipt of invoice which clearly states the
reasons for the disputed invoice.
Page 4 of 11
ff., IRLZ4DWAMPRO[2011-1201705-5-Ai?nualPa#bwvi;� AnjjualAmenonen& and Oange Ordeml2Ol7O55-?rdAqnuelArnendrmntdoor
Page 464 of 537
Agendcl Iteril #22.
7. The following VSS Registration Required paragraph is hereby added to the
Instructions to Bidders section of the Contract:
VS5 REGISTRATION REQUIRED
Prior to Contract award or renewal ("AwardJ, Contractor must register in the
County's Vendor Self Service ("VSS") at
AFEM
If Contractor intends to use subcontractors, Contractor must also ensure that
all subcontractors are registered as vendors in VSS prior to Contract Award.
All subcontractor agreements must include a contractual provision requiring
that the subcontractor register in VSS. County will not finalize Contract
Award until Contractor has certified that the Contractor and all of its
subcontractors are registered in VSS.
8. The first paragraph on Proposal Form page P-10 is hereby deleted in its
entirety and replaced with the following:
The Contractor acknowledges that Addendum I has been received and that
related costs are reflected in the submitted bid.
The Contractor hereby certifies and agrees that the following information is
correct: In preparing its response to the Solicitation, the Contractor has
considered all proposals submitted from qualified, potential Subcontractors
and suppliers, and has not engaged in "discrimination" as defined in the
County's Commercial Nondiscrimination Policy as set forth in Resolution 2017-
1770 as amended, to wit: discrimination in the solicitation, selection or
commercial treatment of any Subcontractor, vendor, supplier or commercial
customer on the basis of race, color, national origin, religion, ancestry, sex,
age, marital status, familial status, sexual orientation, gender identity or
expression, disability, or genetic information, or on the basis of any otherwise
unlawful use of characteristics regarding the vendoes, supplier's or
commercial customer's employees or owners; provided that nothing in this
policy shall be construed to prohibit or limit otherwise lawful efforts to
remedy the effects of discrimination that have occurred or are occurring in
the Countyfs relevant marketplace of Palm Beach County. Without limiting the
foregoing, "discrimination" also includes retaliating against any person or
other entity for reporting any incident of "discrimination." Without limiting
any other provision of the solicitation, it is understood and agreed that, if this
certification is false, such false certification will constitute grounds for the
County to reject the proposal submitted by the Contractor for this Solicitation,
and to terminate any contract awarded based on the response. As part of its
proposal, the Contractor shall provide to the County a list of all instances
Page 5 of 11
M IRWWAYIPRO1201712Z?17055-AnnvalPaffiWM,17- AnnualknendlMlVagdCM9�9 CIVL-rSI2017L7553fdAnncfetAfnerdmefft.dofx
Page 465 of 537
Agenda Iterh #22.
within the immediate past four (4) years where there has been a final
adjudicated determination in a legal or administrative proceeding in the State
of Florida that the Contractor discriminated against its Subcontractors,
vendors, suppliers or commercial customers, and a description of the status
or resolution of that complaint, including any remedial action taken. As a
condition of submitting a proposal to the County, the Contractor agrees to
comply with the Countyls Commercial Nondiscri ml nation Policy as described in
Resolution 2017-1770, as amended.
The Contractor further agrees to perform all necessary force account Work,
as provided for in the General Provisions, and to execute the Contract and
return to the County, along with a Contract Bond and Certificate of
Insurance within fourteen (14) Working Days of the date of the Letter of
Intent to Award and to commence Work with adequate forces and
Equipment within fourteen (14) ' Calendar Days of the date set forth in the
Notice to Proceed and to fully complete all contracted Worlk under the same
in accordance with Contract Documents within the Contract Time.
9. Section 3-8 Audit of Contractoes Records of the General Provisions of
the Contracts hereby added as follows:
3-8 Audit of Conb-actor's Records DELETE AND INSERT THE
FOLLOWING:
Upon execution of the Contract, the Department reserves the right to conduct
an audit of the Contractor's records pertaining to the project. The
Department or its representatives may conduct an audit, or audits, at any
time prior to final payment, or thereafter pursuant to 5-13. The Department
may also require submittal of the records from either the Conbactor or any
subcontractor or material supplier. As the Department deems necessary,
records include all books of account, supporting documents, and papers
pertaining to the cost of perFormance of the Work. Retain all records
pertaining to the Contract for a period of not less than four years from the
date of the Engineer's final acceptance of the project, unless a longer
minimum period is otherwise specified. Upon request, make all such records
available to the Department or its representative(s). For the purpose of this
Article, records include but are not limited to all books of account, supporting
documents, and papers that the Department deems necessary to ensure
compliance with the provisions of the Contract Documents. If the Contractor
falls to comply with these requirements, the Department may disqualify or
suspend the Contractor from bidding on or working as a subcontractor on
future Contracts. Ensure that the subcontractors provide access to their
records pertaining to the project upon request by the Department. Comply
with Section 20.055(5), Florida Statutes, and incorporate in all subcontracts
the obligation to comply with Section 20.055(5), Florida Statutes.
Page 6 of 11
N.'KUWWAV1AW120.t1V0.t2V55- AnnvWPaffiwByJ;L AnnU&1AmmdmentrajYdaaW CML-y3i2Ol7O553rdAnlyua[Affwndrfle,7tdo�x
Page 466 of 537
Agenda Iterh #22.
10. The Small Busir
through SSE -4,
following:
ass Enterprise Bid Document Language, pages SBE -I
are hereby deleted in their entirety and replaced with the
Equal Business Opportunity Program
1. Policy, It is the policy of the Board of County Commissioners of Palm
Beach County, Florida, (the Board) that all segments of its business
population, including, but not limited to, small, local, minority and women
owned businesses, have an equitable opportunity to participate in the
County's procurement process, prime contract and subcontract opportunities,
To that endir the Board adopted an Equal Business Opportunity Ordinance
which is codified in Sections 2-80.20 through 2-80.30 (as may be amended)
of the Palm Beach County Code, (EBO Ordinance) which sets forth the
County's requirements for the EBO program, and which is incorporated in this
solicitation. The provisions of the EBO Ordinance are applicable to this
renewalir and shall have precedence over the provisions of this renewal in the
event of a conflict.
1.2 Definitions. The following terms, phrases, words and their derivations
shall have the meanings given. Where not inconsistent with the context,
words used in the present tense include the future tense, words in the plural
number include the singular number, 'any" includes "all," "and" includes "'or."
Capitalized terms are defined as set forth in the EBO Ordinance, and in the
Contract.
A. "'prime" and "prime contractor" mean, refer, and relate to "'Prime
Contractor," as defined in the EBO Ordinance, and to "Bidder" and
"Contractor," as defined in the Contract, and as applicable.
B. "'solicitation" and "'solicit" mean, refer, and relate to Advertisement for Bid,
as defined in the Contract.
C. "bid" means, refer, and related to a solicitation, renewal, and amendment
of a contract.
D. "bidder" mean, refers, and relates to "contractor" as defined in the
Contract, and as applicable.
2. Affirmative Procurement Initiatives (APIs). A waiver of API
requirements has been approved for this Contract.
Page 7 of 11
WIROADWA)lPRO1201712017055 -AnIW8IP4bWVyj,;�_ AnntafmenOnenty8nd aange Ordersl2Ol7O553rdAnnualAmendment.d=
Page 467 of 537
Agenda Iterh #22.
3. Contractor is Mguired to submit with the renewal the appropriate
EBO schedules. EBO documentation to be submitted is as follows:
OEBO Fon-ns are available at the following website
http.�Ildiscover pbqgov. aVoebolPagesICompliance-Pmgrams. aspx
Schedule 1 - List of All Proposed Subcontractors, including
S/MIWBE ParticiR@tion A completed Schedule I shall list the names of all
subcontractors, including S/M/WBE subcontractors, intended to be used in
performance of the contract, if awarded. This schedule shall also be used if
an S/M/WBE prime bidder is utilizing any subcontractors.
Schedule(s) 2 - Letter(s) of Intent to Perform as a Subcontractor,
including S/M/WBE Subcontractors
A Schedule 2 for each subcontractor�, including each S/M/WBE subcontractor,
listed on Schedule 1, shall be completed and executed by the proposed
subcontractor. The type of Work to be performed by each subcontractor and
the dollar value or percentage shall also be specified. Additional copies may
be made as needed. A completed Schedule 2 is a binding agreement between
the prime contractor and the subcontractor and should be treated as such.
Completed and submitted EBO forms are incorporated into and made a part
of the Contract Documents.
4. ResRLDnsibilities after Contract Renewal. The Contractor is required
to submit accurate progress payment information With each pay application
regarding each of its subcontractors, including S/M/WBE subcontractors. The
Department shall audit the reported payments to S/M/WBE and non-
S/M/WBE subcontractors to ensure that the Contractors' reported
subcontract participation is accurate. Absent a waiver from the Office of
EBO, a Contractor's failure to reach the required level of S/M/WBE
subcontracting shall be considered a material breach of contract. In the
event of Contractor non-compliance, the Contractor shall be subject to any
penalties and sanctions available under the terms of the EBO Ordinance, its
contract with the County, or by law.
The Contractor shall submit the following forms with each pay application:
Schedule 3 — Subcontractor Activity Form. This form shall be submitted
by the prime contractor with each payment application when subcontractors,
including S/M/WBE subcontractors, are utilized in the performance of the
contract. This form shall contain the names of all subcontractors, including
S//M/WBE subcontractors, specify the subcontracted dollar amount for each
subcontractor approved change orders, revised subcontractor contract
I Page 8 of I I
N. IROADWA YIPRO1201712017055- ARnVdPd~J;L AnRtw1Affw1n7�wniY aaaOange Or&tSI20170553rdAnnLralAmendrwntdocx
Page 468 of 537
Agenda Iterh #22.
amount, including S/M/WBE contract amount, amount drawn this period,
amount drawn to date, and payments to date issued to subcontractors. This
form is intended to be utilized on all non-professional services contracts.
Schedule 4 — Subcontractor Payment Certliflication, including
S/M/WBEs. A Schedule 4 for each subcontractor, including each
S/M/WBE, shall be completed and signed by each subcontractor, including
each S/M/WBE, after receipt of payment from the prime. The prime shall
submit this Schedule 4 with each payment application submitted to the
County to document payment issued to a subcontractor in the performance
of the Contract.
The Contractor shall submit an S/M/WBE Activity Form (Schedule 3) and
Subcontractor Payment Certification Forms (Schedule 4) with each payment
application. Failure to provide these forms may result in a delay in
processing payment or disapproval of the invoice until they are
submitted. The S/M/WBE Activity Form (Schedule 3) is to be filled out by
the Prime Contractor and the Subcontractor Payment Certification Form
(Schedule 4) is to be executed by each subcontractor to verify receipt of
payment.
Upon letter notification by the County that the payment tracking system is
automated, the prime contractor is required to input all subcontractor
payment information directly into the County's contract information system
prior to submitting a payment application.
S. E130 Program Compliance, Enfbmement Penalties. Under the EBO
Ordinance, the Office of EBO, is required to implement and monitor S/M/WBE
utilization, if any, during the term of any contract resulting from this
solicitation. It is the County's policy that S/M/WBEs shall have the maximum
feasible opportunity to participate in the performance of County contracts. All
Bidders are required to comply with the EBO Ordinance, which is incorporated
herein by reference.
The EBO Office and the Department shall have the right to request and
review ContractorJs books and records to verify Contractor's compliance with
the Contract, adherence to the EBO Program and its Bid. The EBO Office and
the Department shall have the right to interview subcontractors and workers
at the work site to determine Contract compliance. Contractor shall retain all
books and records pertaining to this Contract, including, but not limited to,
subcontractor payment records, for four (4) years after project completion
date, or such longer time as may be required in other provisions of this
Contract, and make such records available for inspection in Palm Beach
Page 9 of 11
N.'IRO,4DWArPRO[2017120IX55-AtTiwalPethwayl;L AnntelAwoWknen& and Q�ange OraLysl2VI70553rdAnnualAinendmentat7�
Page 469 of 537
Agenda Itenh #22.
County by the EBO Office and the County at any reasonable time during the
four (4) years.
The Director of the Office of EBO, or designee may require such reports,
information, and documentation from Contractor as are reasonably necessary
to determine compliance with the EBO Ordinance requirements. Contractor
shall correct all noncompliance issues within 15 calendar days of a written
notice of noncompliance by the contracting department or the E130 Office. If
the Contractor does not resolve the non-compliance within 15 days of receipt
of written notice of non-compliance, then the Director of the Office of EBO or
designee may impose upon the non -complying party any or all of the
following penalties:
a. Suspension of contract;
b. Withholding of funds;
c. Termination of contract based upon a material breach of contract
pertaining to EBO, Program compliance;
d. Suspension or Debarment of a respondent or bidder, contractor or
other business entity from eligibility for providing goods or services to
the County for a period not to exceed three (3) years; and
e. Liquidated damages equal to the difference in dollar value of S/M/WBE
participation as committed to in the contract, and the dollar value of
S/M/WBE participation as actually achieved.
11. It is the intent of the Parties hereto that this THIRD AMENDMENT shall not
become binding until the date executed by the COUNTY.
12. Except as hereby amended, changed or modified, all other provisions of the
CONTRACT dated January 23, 2018, as amended on June 5, 2018 (R2018-
0820) and January 15, 2019 (112019-0014), shall remain in full force and
effect.
THIS SPACE LEF17 INTENTIONALLY BLANK.
Page 10 of 11
N, Wc'ADWAjPR0j1017j2817055- Annual PaffinaylZ_ Anj7uajAff&andmentyaadCmnge Ordeffl2Ol7O553rdAr;nualAmendmentd4grm
Page 470 of 537
Agenda Itenh #22.
IN WITNESS WHEREOF, the
R2018-0012 to be executed
2019.
ATTEST:
SHARON R. BOCK
Clerk and Comptroller
By:
Deputy Cle
%
APPROVED AS TO FORM
AND LEGAL SUFFICIENCY
Parties have caused this THIRD AMENDMENT to contract
and sealed this day of J1JN A A '2019 1
By.
Yelizbe'6 B. Herman
i
Assistant County Attorney
ATTEST:
If
P
��crotary r Aist. Secretary
PALM BEACH COUNTY, a Political
Subdivision of the State of Florida
Board of County Commissioners
By: 6-a-�t
Mack Bernard, Mayor
APPROVED AS TO TERMS
AND CONDITIONS
By:
Engineering
Wynn & Sons Environmental
Construction Co., Inc.
Contractor
-"Z
Bv:
Signature)
(Print Name and Title) I
Page 11 of 11
N. IROAOWA�lPROl2Ofll2Ol7O5S-AnnaalPaffiKVyIZ. AmwalAmfldMentr andChange Order$120IX33-3rdAi?nffafArnendMentat�cx
Page 471 of 537
Agenda Item #22.
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO. INC
�!q
- AT
7268 BELVEDERE RD.
WEST PALM BEACH, FL. 33411
561-686-6077
561-686-2433 FAX
4/10/2017
The Village of Tequesta
Subject: piggyback contract
Ex. C.
Authorization
To whom it may concern: Wynn & Sons Inc is pleased to allow the Village of Tequesta to piggyback our
Annual Contract for Pathway & minor construction 2017-055. Please feel free to call me anytime at 561-
797-9452.
Res Y,
P ct'
Y' /
nd
/R' k oi�pe gm
A
Page 472 of 537