HomeMy WebLinkAboutDocumentation_Regular_Tab 24_5/11/2023Agenda Item #24.
Regular Council
STAFF MEMO
Meeting: Regular Council - May 11 2023
Staff Contact: Doug Chambers, Director of Department: Public Works
Public Works
G� A� IV I
Consider Approval of Sidewalk Improvements on Tequesta Drive North from Seabrook Road to
Riverside Drive
►'i 1 L'i iml i
The Public Works Department reviews the Five (5) Year Sidewalk Improvement Plan on an annual
basis. The Department has determined the sidewalk on the north side of Tequesta Drive from Seabrook
Road to Riverside Drive is in need of replacement. Surface conditions have degraded to a point where
tripping hazards exist. Raised concrete from Oak Tree roots and cross sectional slopes have made
routes inaccessible.
It is the Departments recommendation to remove and replace approximately 2090' of existing sidewalk.
Where possible 4' wide sidewalk will be widened to 5' at a 6" depth.
Cross sectional slopes will be no more 2% in compliance with the American Disabilities Act.
All asphalt areas will be replaced with concrete. Oak Tree roots impacting sidewalk will be pruned.
The overgrown vegetation in the Village right of way at the intersection of Tequesta Drive and Riverside
Drive will be removed. ADA mats will be installed at each intersection.
The Department will utilize the approved Pathway and Minor Construction Contract with Wynn and
Sons Environmental Construction Company, Inc.
The cost for this Sidewalk Improvement Project is $175,370.00
Funding is available in accounts: 303-210-663.652 and 301-210-663.652.
Project Fund Budgeted
303-210-
Sidewalk 663.652 $1701000.00
Replacement 301-210- $751000.00
663.652
Estimate
$1753370.00
Balance
$693630.00
Approval of this agenda item will authorize the services necessary for sidewalk improvements in the
Community.
Page 1351 of 2350
Agenda Item #24.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-
0443.
PROJECT NAME: Sidewalk BUDGET: $245,000.00 ENCUMBERED: N/A
Improvements on Tequesta
Drive North, Seabrook Road to
Riverside Drive
Proposed: Projected Remaining:
$175Y370.00 $691630.00
PROJECTED TOTAL: $175,370.00
Approve Sidewalk Improvements on Tequesta Drive North from Seabrook Road to Riverside Drive
Estimate 8590 from WYNN SONS ENVIRONMENTAL CONSTRUCTION COINC
April 2023 Wynn & Sons Pathway & Minor Construction Piggyback Agreement
Fxhihit A
Fxh i hit R
FY23 Sidewalk Improvement Area Map
Page 1352 of 2350
Agenda Item #24.
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC
7268 BELVEDERE ROAD
WEST PALM BEACH, FL 33411 US
561-686-6077
rick. wy nnands ons @yahoo. com
Estimate
ADDRESS
SHIP TO
ESTIMAi,
8590
VILLAGE OF TEQUESTA
Mr. Doug Chambers
DATE
02/23/2023
357 Tequesta Drive
Tequesta Drive Sidewalk R&R
Tequesta, FL 33469
North Side of Tequesta Drive
pbc ann. contract 2022-063
Riverside Drive to Seabrook Road
ACTIVITY
DESCRIPTION
QTY
RATE
AMOUNT
63-005
REMOVE EXISTING ASPHALT (FULL DEPTH) PER SY
395
2.00
790.00
63-007
SHALLOW EXCAVATION (DEPTH <4 FT) PER CY
89
10-00
890-00
63-008
EMBANKMENT PER CY
52
10-00
520.00
63-010
FINISH GRADING PER SY
17162
10-00
11)620.00
63-022
MISC. ASPHALT (0-50 TONS) (INCL TACK) PER TIN
41
200.00
8,200.00
63-125
CONCRETE SIDEWALK (6" THICK) (DRIVEWAY) (35 SY
11108
63.00
69,804.00
OR GREATER) PER SY
63-126
CONCRETE SIDEWALK (6" THICK") (CURB RAMPS) PER
54
89.00
4,806.00
SY
63-127
CAST IN PLACE AND/OR SURFACE APPLIED TACTILE
96
22.00
2,112.00
SURFACE PER SF
63-131
4" CONCRETE REMOVAL PER SY
17046
12.50
135075.00
63-046
INLET (CLOSED FLUME) (TYPE 1) PER EACH
1
4,268.00
4,268.00
63-128
PUMP MIX FOR CONCRETE PUMPING PER CY
194
35.00
6,790.00
63-130
PUMPING OR HAND PLACEMENT OF CONCRETE (1 DAY)
15
2,000-00
30,000-00
63-139
ALUMINUM PIPE HANDRAIL (3 RAIL) PER LF
8
250-00
2,000-00
63-159
ROOT PRUNING (0"-36" DEEP) PER LF
850
20.00
17)000.00
63-150
SOD TO MATCH EXISTING PER SY
500
6.99
3495.00
Proposal Does Not Include Sprinkler Repair - We cap the
Pipe if Broken
No Concrete Apron Removal & Replacement in this
Proposal
TOTAL
$175,370.00
Accepted By
Accepted Date
Page 1 of 1 Page 1353 of 2350
Agenda Item #24.
VILLAGE OF TEQUESTA
AGREEMENT FOR PATHWAY AND MINOR CONSTRUCTION SERVICES
THIS AGREEMENT for pathway and minor construction services is entered
into and effective this day of April, 2023, by and between the VILLAGE OF
TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive,
Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of
Florida, hereinafter "the Village"; and Wynn & Sons Environmental Construction Co., INC., a
Florida corporation, with offices located at 7268 Belvedere Road, West Palm Beach, FL 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:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement
whereby the Contractor shall provide pathway and minor construction continuing services
including, but not limited to, 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 as needed by the Village on an as -needed,
task work order basis. The Parties agree to enter into this Agreement and piggyback for the
pathway and minor construction services at the unit prices described in the Palm Beach County
awarded through Palm Beach County Pathway & Minor Construction Continuing Services
Contract Project/Bid No. 2022063. Said contract, including its terms, conditions, specifications,
and attached exhibits/amendments, are hereby fully incorporated into this Agreement and
attached hereto as Exhibit "A".
2. COMPENSATION: In consideration for the above Scope of Services, pricing
shall be pursuant to the unit prices provided within the Palm Beach County Contractor's Bid
Tabulation Chart, attached hereto as Exhibit "B". The Parties hereby agree to the Village's
purchase of supplies and/or services in greater or lesser amounts than estimated in the Palm
Beach County Pathway & Minor Construction Continuing Services Contract Project No.
2022063., or the attached bid tabulation charts as referenced by Exhibits "A" & "B". In
consideration for the above Scope of Services and pursuant to any Exhibits, if applicable, the
Page 1 of 8
Page 1354 of 2350
Agenda Item #24.
Village shall pay the Contractor at the unit prices as described in Exhibit "A". The goods or
services shall be delivered on a per -order basis in a time, manner, and location acceptable to the
Village the "Performance Date."
3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this
contract and that prompt and timely performance of all such obligations is strictly required. If
conditions change that would require an increase in price, scope, or time for performance Seller
must notify the Village in writing detailing the conditions that have changed and requesting a
change order to the contract within 30 days prior to the performance date "Change Order
Deadline". Change orders submitted after the change order deadline will not be considered.
Seller shall not proceed with any change to its obligations under a change order request unless
documented in a Change Order executed by both Parties. If Seller requests a change order prior
to the change order deadline Village at its discretion may accept the change order as is or with
modifications, deny the change order, re -advertise and re -solicit providers for the required goods
or services or terminate this contract. If the Village elects to re -advertise and re -solicit the need
for goods or services, the Village will have 30 days "Solicitation Period" in which to accept the
contemplated change order or terminate this contract. At any time after execution of this
Agreement but prior to Seller's delivery of the Goods, the Village reserves the right at its
discretion to change, modify, revise add, or remove any part of its order for the Goods as
described by this Agreement and any Exhibits, if applicable. If any such change to the Village's
order causes an increase or decrease in the cost of the Goods or causes a change in the time
required for delivery of the Goods, the Village shall make an equitable adjustment in the contract
price, the delivery schedule, or both. Any change to the Village's order for the Goods and any
subsequent equitable adjustment to the terms of this Agreement shall be effectuated through a
written Amendment to this Agreement as executed by both Parties pursuant to Section 15. of this
Agreement.
4. TERM; TERMINATION; NOTICE: Pursuant to the Palm Beach County Pathway
& Minor Construction Continuing Services Contract Project/Bid No. 2022063, the original
contract term will expire on September 14th, 2024. With an option to renew up to a maximum of
18 additional months. This Agreement may be terminated by either party upon 30 days written
notice to the other party. Notice shall be considered sufficient when sent by certified mail or
hand -delivered to the Parties during regular business hours at the following addresses:
Page 2 of 8
Page 1355 of 2350
Agenda Item #24.
Village
Contractor
Village of Tequesta
Wynn & Sons Environmental
345 Tequesta Drive
Construction Co., INC.
Tequesta, FL 33469-0273
7268 Belvedere Road
Attn: Doug Chambers, Public Works Dept.
West Palm Beach, FL 33411
Attn: Daniel P. Wynn, President
5. INSURANCE: 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 portion of the insurance policy.
6. INDEMNIFICATION: 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 Agreement. Nothing contained in this provision shall be
construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign
immunity beyond the waiver provided in Section 768.28, Florida Statutes.
7. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133,
Florida Statutes, by entering into this Agreement 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.
8. 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 agree that this Agreement 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 of the performance of the services herein provided.
9. INSPECTOR GENERAL: Pursuant to Sections 2-421 2-432 of the Palm
Beach County Code of Ordinances, 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,
Page 3 of 8
Page 1356 of 2350
Agenda Item #24.
reviews, 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 power.
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.
10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1,
2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to
electronically verify the employment eligibility of all newly hired workers, and (2) verify that all
of the Contractor's subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the employment eligibility
of all newly hired workers. The Contractor shall obtain from each of its sub -consultants an
affidavit stating that the sub -consultant does not employ, contract with, or subcontract with an
Unauthorized Alien, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be
amended. The Contractor shall maintain a copy of any such affidavit from a sub -consultant for,
at a minimum, the duration of the subcontract and any extension thereof. This provision shall
not supersede any provision of this Agreement which requires a longer retention period. The
Village shall terminate this Agreement if it has a good faith belief that the Contractor has
knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If the Contractor
has a good faith belief that the Contractor's subconsultant has knowingly violated Section
448.09(1), Florida Statutes, as may be amended, the Village shall notify the Contractor to
terminate its contract with the sub -consultant and the Contractor shall immediately terminate its
contract with the sub -consultant. In the event of such contract termination, the Contractor shall
be liable for any additional costs incurred by the Village as a result of the termination.
11. SCRUTINIZED COMPANIES: For Contracts under $1 M, the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statutes and that it is not engaged in a boycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have
submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the
Contractor has been placed on the Scrutinized Companies that Boycott Israel List created
Page 4 of 8
Page 1357 of 2350
Agenda Item #24.
pursuant to Section 215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel.
For Contracts over $1 M. the Contractor certifies that it is not on the Scrutinized Companies with
Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes. The Contractor further certifies that it is not engaged in a boycott of
Israel and that it does not have business operations in Cuba or Syria, as similarly provided in
Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's
option if the Contractor is found to have submitted a false certification as provided under Section
287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned
lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may
terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of
Israel or has been engaged in business operations in Cuba or Syria, as defined in Section
287.135, Florida Statutes.
12. ATTORNEY'S FEES: In the event, a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees, including fees on appeal.
13. FORCE MAJEURE: The Contractor shall not be considered in default by
reason of any failure in performance under this Agreement if such failure arises out of causes
reasonably beyond the control of the Contractor or its subcontractors and without their fault or
negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public
health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual
weather conditions.
14. CHOICE OF LAW; VENUE: This Agreement 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 Agreement.
15. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both parties;
no modifications shall be made to this Agreement unless in writing, agreed to by both parties,
and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or
assign the provision of services called for in this Agreement without prior written consent of the
Village.
Page 5 of 8
Page 1358 of 2350
Agenda Item #24.
16. PUBLIC RECORDS: In accordance with Section 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 Scope of
Services. 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
attorneys fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties
under Section 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 Scope of Services 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 Village. Finally, upon completion of the Agreement, the
Contractor shall transfer, at no cost to the Village, all public records in possession of the
Contractor, or keep and maintain public records required by the Village. If the Contractor
transfers all public records to the Village upon completion of the Agreement, the Contractor shall
destroy any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the 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 of public records, in a format that 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 RELATING
TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK,
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT
lmcwilliamsAtequesta.OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
Page 6 of 8
Page 1359 of 2350
Agenda Item #24.
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. SEVERABILITY: The invalidity or unenforc e ability of any provision of this
Agreement shall not affect the validity or enforceability or any other provision of this
Agreement and this Agreement shall be construed and enforced in all respects as if the
invalid or unenforceable provision is not contained herein.
19. WAIVER: No waiver by the Village of any provision of this
Agreement shall be deemed to be a waiver of any other provisions hereof or of any
subsequent breach by the Contractor of the same, or any other provision or the enforcement
hereof. The Village's consent to or approval of any act requiring the Village's consent or
approval of any act by the Contractor shall not be deemed to render unnecessary the
obtaining of the Village's consent to or approval of any subsequent consent or approval of,
whether or not similar to the act so consented or approved.
20. ENTIRE AGREEMENT: This eight page Agreement, including any Exhibits,
constitutes the entire agreement between the parties; no modification shall be made to this
Agreement unless such modification is in writing, agreed to by both parties and attached hereto
as an addendum to this Agreement. In the event of a conflict between this and any other
document, this document shall prevail.
22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf
of either Party warrants that he or she has the full legal power to execute this agreement on
behalf of the Party for whom he or she is signing and bind and obligate such party with respect to
all provisions contained in this agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
Page 7 of 8
Page 1360 of 2350
Agenda Item #24.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES:
ATTEST:
Lori McWilliams, MMC
Village Clerk
Wynn & Sons Environmental
Construction Co., Inc.
By: Daniel Wynn, President
(Corporate Seal)
VILLAGE OF TEQUESTA
By: Molly Young, Mayor
(Seal)
Page 8 of 8
Page 1361 of 2350
Agenda Item #24.
CONTRACT DOCUMENTS
R2023 025-5
FOR BAR 14 2023
CONSTRUCTION
OF
PATHWAY & MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PALM BEACH COUNTY, FLORIDA
PROJECT NO, 2022063
Page 1362 of 2350
Agenda Item #24.
PALM BEACH COUNTY, FLORIDA
PROJECT NAME: PATHWAY & MINOR
CONSTRUCTION CONTINUING
SERVICES CONTRACT
PROJECT NO.: 2022063
Cover
Page 1363 of 2350
Agenda Item #24.
BOARD OF COUNTY COMMISSIONERS
PALM BEACH COUNTY, FLORIDA
ENGINEERING & PUBLIC WORKS
ROADWAY PRODUCTION DIVISION
Project Name: Pathway & Minor Construction
Continuing Services Contract
Project Number: 2022063
ADDENDUM NO.. 1
Date of Issuance: September 30, 2022
BID DUE DATE CHANGED To OCTOBER 11, 2022
SPECIFICATIONS: Delete: B. C. TSP-5, TSP-14 through TSP-18, P-1 through P-12
Insert: B-A, C-A, TSP-5A, TSP-14A through TSP-18A,
P-1 A through P-12A
Add: TSP-18.1
It is required that ADDENDUM NO. 1 he acknowledged in the space provided on the
PROPOSAL FORM.
APPROVED BY: -+*,: ,
r
Page 1364 of 2350
Agenda Item #24.
INDEX
Bidding Forms
CoverSheet.................................................................................................... & . 4 .... 0 ........... i :....... _ .:.... Cover -
Index....................................►...............•..........................................................■.....................f...•.. .■..........■ A
Noticeto Bidders....................................................................................................................... _.boo ........... B
Advertisementfor Bid............................................................................................................................... C
SubmittalsRequested with Bid.................................................................................................................D
Instructions to Bidders.......................................................................................................ITB-1 to ITB-13
Specifications 1 Provisions
SpecialProvisions..................................................................................................................SP--1 to SP-50
Special Provisions [bequests for Information (Contractor RFI's)]..................................................... SP-*
Technical Special Provisions............................................................................................TSP-1 to TSP-32
StandardSpecifications....................................................................................................................... SS-1
General Provisions............................................................................................................. GP-1 to GP-148
Release 1 Permits 1 EBO Forms
Driveway Construction Release............................................................................................ DE-1 to DE-2
Permits...............................................................................................................................................PER-1
EBOForms...................................................................................................................... EB0-1 to EBO-6
Proposal
ProposalForm............................................................................................................................ P-1 to P-1 2
Bid Forms 1 Requirements 1 Bid Bond
Palm Beach County Local Preference Ordinance & Cert. of Business Location ................... LP-1 to LP-2
Living Wage Ordinance and Certifications ......................................................................... LW-1 to LW-4
ScrutinizedCompanies........................................................................................................................ SC-1
BidBond................................................................................................................................BB-1 to BB-2
Certificateof Resolution......................................................................................................................CC-1
Contract Forms 1 Requirements / Construction Bond
Contract...................................................................................................................................... C-1 to C-3
Public Construction Bond................................................................................................. PCB-1 to PCB-4
EBOSchedules 3 and 4..........................................................................................................PC-1 to PC-2
Certification of Sublet Work............................................,................................................................. SW-1
Certificate of Insurance......................................................................................................................... CI-1
Construction Coordination Forms....................................................................... CONST-1 to CONST-11
A Page 1365 of 2350
Agenda Item #24.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ANON-MANDATORY PRE -BID MEETING WILL BE IHEL
ON
THURSDAY SEPTEMBER 15, 2022 AT 10:00 A.M.
ATTIC ENGINEERING & PUBLIC WORKS DEPARTNWN
I[N THE THIRD FLOOR MAIN CONFERENCE ROOM (3W42)
LOCATED AT 2300 NORTH JOG ROAD
WEST PALM BEACH, FLORIDA, 33411-2745
ATTENDANCE VIA TELECONFERENCE OPTION: CAILL
(561) 776-2160
PIN: 903287
IF THERE ARE ANY QUESTIONS CONCERNING THIS
MEETING,
PLEASE CONTACT TIC OFFICE OF ROADWAY
PRODUCTION
AT (561) 6844150
B-A Page 1366 of 2350
Agenda Item #24.
..DVERTISEMENT FOR BI1,
Sealed 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 3 W-3 3, Nest Palm
Beach, Florida, 33411-2745, up to 2:00 P.M., local time, and opened in the Third Floor Conference
Room (3W-12) on Tuesday. October 11, 2022, for furnishing all Materials, labor, Equipment
and supplies necessary for the Construction of:
PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT
PALM BEACH COUNTY PROJECT NO. 2022063
Bids will be accepted via standard shipping services (such as UPS, FedEx, USPS, or similar) at
2300 North Jog load, Third Floor Roam 3W-33, west Palm Beach, Florida, 33411-2745 up
to the deadline listed above.
All conditions and requirements for Bid submission, consideration, and award are contained in the
Contract Documents, which are posted on the following Palm Beach County web site:
https:Hi)bcvssp.co.palm-beach.fl.us/webapp/vssp/AltSelfService
To review the Contract documents for this project, go to the above URL and click on the project
hyperlink. Contractors may then download and print the Contract documents (Plans,
Specifications, Excel Proposal Forms, check list "with required forms" and any other related
documents).
Hard copy documents will be available at the Department for a non-refundable service fee of $50.
The Contractor shall contact Palm. Beach County Roadway Production Division at (561) 684-4150
in advance to arrange for hard copies.
All Bids shall be submitted in accordance with the Bid documents, including but not limited to the
General Provision Section 2 and accompanied by the documentation referenced therein.
The NON -MANDATORY Pre -Bid Meetinty will be held on Thursda y, September 15, 2022
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 pre -bid meeting may be
attended via teleconference by calling (561) 776-2160 and entering PINT 903287 at the above listed
date and time. Attendance at this pre -bid meeting is not mandatory but is highly recommended
and strongly encouraged. To the extent you are unable to attend the pre --bid meeting, you may
request and obtain an audio recording of the meeting by contacting Palm Beach County Roadway
Production Division at (561) 684-4150.
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:
JOSEPH ABRUZZO, CLERK OF THE CIRCUIT COURT
& COMPTROLLER
DAVID RICKS, P.E., COUNTY ENGINEER.
PUBLISH: PALM BEACH POST
S L NDAY: September 4, 2022
SUNDAY: September 11, 2022
BOARD OF COUNTY COMMISSIONERS
PALM BEACH COUNTY, a political
subdivision of the State of Florida, by and
through its Board of County Commissioners
BY: Robert S. Weinroth, Mayor
C-A
Page 1367 of 2350
Agenda Item #24.
SUkiv1ITTALS REQUESTED WI1 n BID
At a minimum submit
'One (11ori2inal vackage containin the followingie
(see contract documents to determine if requirements apply)
EBO Schedule 1 (page EBO-1) Ensur-e crll teani menihers arse listed
EBO Schedules 2 (page EBO-2) Submit a Schedule 2 for all terra? inenrhers
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)
Scrutinized Companies (page SC-1)
Bid Bond forms (pages BB-1, BB-2)
with Acknowledged/Sealed Bid Bond/Power of Attorney
Certificate of Resolution (page CC-1)
Copy of Firm's Active License to Conduct Business in the State of Florida
Certification of Sublet work (page SW-1)
FDOT Pre -Qualification Letter or Similar Projects Listing
(see General Provisions Section 2-1)
Please do not staple
or permanently bind
the bid documents.
D Page 1368 of 2350
Agenda Item #24.
...STRUCTIONS TO BIDDEk.,
Prospective Bidders are hereby advised that Division I of the FDOT Standard Specifications for
Road and Bridge Construction July 2021 (and as amended herein) (Specifications) shall serve as
instructions to Bidders along with the following:
1. Continuing Services Construction Contract on a Work Order Basis
2. Addenda — Changes while Bidding
3. Pre -Bid Site Inspection and NON -MANDATORY Pre -Bid Meeting
4. Laws Affecting Public Work
5. Power of Attorney
6. Equal Business Opportunity (EBO) Program
7. Incentives
8. V S S Registration Required
9. Posting of Bid Tabulations
1. CONTINUING SERVICES CONSTRUCTION CONTRACT ON A WORD O1; DER
BASIS
See Contract Provisions for:
• Continuing Services Construction Contract Intent: ,See Special Provisions Item #1
• Contract Expiration/Extension: ,See Special Provisions Item 43
• Method of ordering Work: See Special Provisions Item 44
• Prosecution of the Work: See Special Provisions Item #S
• Spending Limit/Contract Amount: ,See Contract Page C-1
• Bond Requirements: See General Provisions Section 3-5
2. ADDENDA — CHANGES BIDDING+ 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) to email address:
ENG-Roadie r I�Bids ) )bc ov.or
RFI's may also be mailed or faxed to the Director at the following: 2300 N. Jog Road, Suite #3 W-
3 3, West Palm Beach, Florida, 33411-2745. Fax: 561-684-4166. For the RFI 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:
https:H bcvssr).co. )alm-beach.fl.us/webal')1)/vsst)/AItSelfService
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
ITB-1 Page 1369 of 2350
Agenda Item #24.
_ .NSTRUCTIONS TO BIDDY, _,
Contract Letting. 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 Bidder 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 the Bid as submitted. All
addenda so issued shall, ultimately, become part of the Contract Documents.
3, PRE -BID SITE INSPECTION AND NON -MANDATORY PRE -BID MEETING
SITE INSPECTION — This is a countywide continuing services construction contract on a work
order basis. The sites for the work orders are to be determined as the need arises. Therefore no
Department sponsored Pre -Bid Inspection Meeting will be held for this Contract.
NON-1VIANDATORY PRE -BID MEETING — See Notice to Bidders.
4. LAWS AFFFCMG PUBLIC WORK: Bidders shall be 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 (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.
5. POWER OF ATTORNEY: Attorneys -in -fact who sign Proposal Guaranties and Contract
Bonds must file with such bond a certified copy of their power of attorney to sign said bonds.
G. EQUAL BUSPWSS OPPORTUNITY PROGRAM
Please note that all forms related to the Equal Business Opportunity (EBO) Program, including
waiver forms and good faith effort documentation can be found at:
https: Hdiscover.pbcgov.org/oebo/Pages/Compliance-Programs.aspx.
6.1 - 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,"
rand" includes "or." Capitalized terms are defined as set forth in the EBO Ordinance, and in the
Contract.
6.1.1 - "Prime" and "prime consultant" mean, refer, and relate to "Prime Contractor,"
as defined in the EBO Ordinance, and to "Consultant," as defined in the Contract, and as
applicable.
ITB-2
Page 1370 of 2350
Agenda Item #24.
.ASTRUCTIONS TO BIDDEh.,
6.1.2 - "Solicitation" and "solicit" mean, refer, and relate to Advertisement for Proposals.
6.1.3-- `Proposer" shall mean "Bidder"
6.1.4 - `Proposal" shall mean "Bid" as defined in the EBO Ordinance.
6.1. S -- "Subcontractor" shall mean "Subconsultant" as applicable.
6.2 - Police
It is the policy of Palm Beach County's Board of County Commissioners 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 Department's procurement process,
prime contract and ,subcontract opportunities. In pursuance of that policy, the Department's Board
of County Commissioners 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. The EBO
Ordinance sets forth the Department's requirements for the EBO Program, and is incorporated
herein and made part of this Contract. The Contractor must comply with the requirements
contained in this section for the Contractor to be deemed responsive to the solicitation
requirements. The provisions of the EBO ordinance are applicable to this solicitation, and shall
have precedence over the provisions of this solicitation in the event of a conflict. Failure to comply
with the EBO Ordinance may result in any of the penalties listed in section 6.9.
6.3 - Application of S BE Goals through Affirmative Procurement Initiatives
The Contractor must adhere to the Affirmative Procurement Initiatives (APIs) as incorporated
herein, including Advertisement for Bid, and the specifications set forth in Contractor's response,
which are both incorporated herein by reference. Failure to comply with this Section is a material
breach of this Contract. The Bidder is encouraged to seek additional small business enterprises
for participation in subcontracting opportunities.
6.3.1 - Application of API(s)
The APIs approved for this solicitation, including any applicable SIMIwBE goals are:
SBE Subcontracting Program (EBO Ordinance Section 2.80.27(1 )(c))
A 20% SBE subcontracting participation goal is established for this Contract.
A minimum mandatory goal of 20% of the total estimated dollar value of the Contract
shall be subcontracted to SBEs, however the EBO Office shall reduce or waive this goal
when there is inadequate availability of SBE prime and l or Subcontractor firms.
MBE Subcontracting Goal (EBO Ordinance Section 2.80.27(2)(b))
5 percent (0 to 40%) of this Contract shall be subcontracted to certified MBEs owned
by African American and/or Hispanic American.
ITB-3 Page 1371 of 2350
Agenda Item #24.
_INSTRUCTIONS TO BIDD�.j
Up to 40% of this Contract as noted above, shall be subcontracted to eligible M/WBEs
(i.e., certified MIWBE firms owned by African. American, Hispanic American, Asian
American,, Native American, and non -minority women persons). However the EBG
Office shall reduce or waive this goal when there is inadequate availability of MIWBE
prime and I or Subcontractor firms.
Any bid that fails to comply with the API requirements included in this solicitation after
the period allowed for waiver requests has lapsed shall be deemed non -responsive to the
solicitation requirements.
6.3.2 - API Waiver Requests
If The Contractor is unable to comply with the APIs) requirements as set forth in
this solicitation, the Contractor shall submit a request for a waiver or partial waiver
at least seven (7) business days prior to the bid due date as stated in the solicitation.
If the Contractor requests a waiver from an API requirement from the Office of Equal
Business Opportunity (OEBO) at least seven (7) business days prior to the bid due date,
then the bid due date will be extended pending the outcome of a waiver request.
Additionally, if the waiver is granted, the solicitation will be amended accordingly and the
due date extended. After submission of a bid, if The Contractor, through no fault of its own,
is unable to meet the SIMIWBE participation specified in its bid, then The Contractor must
immediately seek substitute SfMIWBEs to fulfill the requirements and obtain the approval
of the EBG Director. If, after reasonable Good Faith Efforts, as defined below, the
Contractor is unable to find an acceptable substitute S/1\4/W BE, a post -bid opening waiver
may be requested. The request shall document the reasons for the Contractor's inability to
meet the goal requirement. In the event the Contractor is found not to have performed Good
Faith Efforts, as defined below, in its attempt to find a suitable substitute for the initial
SIMIWBE proposed utilization, one (1) or more of the penalties and sanctions as set forth
in the EBG Ordinance may be applied.
6.3.3 - Good Faith Efforts
Such waiver request shall include specified documentation that demonstrates satisfactory
Good Faith Efforts, as defined below, were undertaken by The Contractor to comply with
the requirements as described under the selected API. The Good Faith Effort waiver request
with instructions for submission to the GEBG, is located on the EBG website at
https://discover.pbegov.org/oebo/Pages/Compliance-Programs.aspx. The GEBG shall
review a waiver request within seven (7) business days of receipt. The bid due date will be
extended during this review period. If the DEBD determines that adequate Good Faith
Efforts, as defined below, have been demonstrated by the Contractor to warrant a partial or
total waiver of the API, then the solicitation shall be amended accordingly to reflect the
partial or total waiver, and any bids received by the Department in the interim shall be
returned unopened. The amended solicitation shall then be advertised to all prospective
ITB-4
Page 1372 of 2350
Agenda Item #24.
arvSTRUCTIONS TO BIDDEko
Bidders and the bid due dated extended. However, if the OEBO determines that the Bidder
failed to submit documentation sufficient to demonstrate that Good Faith Efforts, as
defined below, were undertaken by the Bidder to support its waiver or partial waiver
request, the request- for waiver or partial waiver shall be denied, and the solicitation shall
remain unchanged. In the event of an adverse waiver or partial waiver request decision, the
Bidder shall have the right to request reconsideration of the adverse decision by the
Director OEBO, and if still aggrieved, shall be subsequently entitled to the process for an
appeal to a Special Master as referenced in Section 2.-80.28 (b) of the EBO Ordinance.
The solicitation due date shall be extended pending the OEBO Director's reconsideration
and Special Master appeal process, if requested.
6.3.4 - Documentation Required for Good Faith Efforts
Documentation means documentation of the Bidder's intent to comply with the applicable
API(s), including, but not limited to, the following:
• documentation as stated in the solicitation reflecting the Bidder's commitment to
comply with S/MIWBE goals as established by the OEBO for a particular contract;
or
documentation of efforts made toward achieving EBO program goals
o solicitations of bids/proposals/qualification statements from all qualified
S/MIWBE firms listed in the OEBO's directory of certified SIMIWBE
firms;
o correspondence from qualified SIMIWBE firms documenting their
unavailability to perform SIMI WBE contracts;
o documentation of efforts to subdivide work into smaller quantities for
subcontracting purposes to enhance opportunities for SIM/WBE firms;
o documentation of a prime Consultant's posting of a bond covering the work
of S /MI W BE subcontractors;
o documentation of efforts to assist S/MIWBE firms with obtaining financing,
bonding or insurance required by the Bidder; and
o documentation of consultations with trade associations and contractors that
represent the interests of SIMIWBEs in order to identify qualified and
available SIM/WBE subcontractors.
Scoring of Good Faith Efforts documentation and administrative determinations regarding
the adequacy of such Good Faith Efforts is the responsibility of the 0EB0.
6.4 - Proposal Submission Documentation
S/MIWBE bidders, proposing as prince contractors, are advised that they must complete Schedule
1 and Schedule 2, listing the work to be performed by their own workforce, as well as the work to
be performed by all subcontractors, including SfMI WBE subcontractors. Failure to include this
information on Schedule 1 will result in the participation by the SIMIWBE prime bidder's own
ITB-5 Page 1373 of 2350
Agenda Item #24.
It,_
INSTRUCTIONS TO BIDD�
Workforce NOT being counted towards meeting the S/M/WBE goal. This requirement applies even
if the S/M/WBE bidder intends to perform 100% of the work With their own workforce.
6.4.1- S/MIWBE Participation. Bidder represents and warrants that Bidder will meet the
S/M/WBE participation percentages submitted in its bid with the subcontractors contained
on Schedules 1 and 2 and at the dollar values specified. Bidder agrees to provide any
additional information requested by the Department to substantiate participation.
6.4.2 - Bidders are required to submit Schedules 1 and 2 with their bid in order to be
deemed responsive to this solicitation. Subcontractor documentation shall be submitted as
follows:
6.4.2.1 - Schedule 1 - List of Proposed Subcontractors
A completed Schedule 1 submitted by the prime shall list the names of all
subcontractors intended to be used in performance of the Contract, if awarded. The
total proposed percentage of S/M/WBE participation shall also be included on this
form. This schedule shall also be used if an S/M/WBE Contractor is performing all
or any portion of this Contract With their Work force.
6.4.2.2 - Schedule 2 - Letter of Intent
A completed Schedule 2 is a binding document between the Contractor and a
subcontractor (or any tier) and should be treated as such. The Schedule 2 shall
contain bolded language indicating that by signing the Schedule 2, both parties
recognize this Schedule as a binding document. Each Schedule 2 shall be properly
executed by the Contractor and by the proposed subcontractor. If the Contractor is
an SINMBE, a Schedule 2 shall be submitted to document work to be performed
by its Workforce. All S/M/WBE(s) shall specify, in detail, the type of work they
Will perform along With the dollar amount they will be compensated and/or
percentage of Work they Will perform. If any subcontractor intends to subcontract
any portion of their Work, they are required to list the dollar amount and the name
of the subcontractor on this form. All named subcontractors on this form must also
complete and submit a separate Schedule 2. The Contractor may count toward its
SI E goal second and third tiered certified S/NI/WBE(s); provided that the
Contractor submits a completed Schedule 2 form for each S/M/WBE.
A detailed quote or bid may be attached with a signed Schedule 2.
6.4.2.3 — Schedule Submittals
6.4.2. 3.1 - Failure to submit a properly executed Schedule 1 and Schedule
2 Will result in a bid being rejected as non -responsive to the solicitation.
ITB-6
Page 1374 of 2350
Agenda Item #24.
u,6TRUCTIONS TO BIDDEk.,
6.4.2.3.2 - In the event of a conflict between Schedules 1 and 2 when
calculating SIMIWBE participation, the information provided on Schedule
2 shall have precedence.
6.4.2.3.3 - In the event of mathematical error(s), the unit price, if available,
shall prevail and the prime's total offer shall be corrected accordingly.
6.4.3 - The Department reserves the right to accept the use of a subcontractor or to reject
the selection of a particular subcontractor and to inspect all facilities of any subcontractors
in order to make a determination as to the capability of the subcontractor to perform
properly under this Contract.
6.5 - SIMIWBE Certification
Only those firms certified by Palm Beach County at the time of bid submission shall be counted
toward the established SI Ml wBE goals. Upon receipt of a completed application, IT TAKES UP
TO NINETY (90) BUSINESS DAYS TO BECOME CERTIFIED AS AN SIMIWBE WITH
PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of
any proposed S E; therefore, it is recommended that bidders visit the online Vendor
Directory at https.-Hdiscover.pbcgov.orgloebo/PagesNendor-Directory.aspx to verify SIM/"E
certification status. Firms must continue to recertify during the life of the Contract as the
Department may only count toward the established goal, work performed by an S/M/w-BE during
the time their certification dates are valid.
6.6 _ Counting SIMfWBE Participation
Once a business is determined to be an eligible S/M/wBE according to the County certification
procedures, the Contractor may count toward its goals only that portion of the total dollar value of
a contract performed by the S/M/wBE. Prior to issuance of this solicitation, the total dollar value
of a contract will be determined by the Department by defining factors to be considered as value.
Total dollar value of retail contracts shall be determined by Gross Receipts, as defined in the EBO
Ordinance.
6.6.1 - Certified S/M/WBE participation will only count toward the established goal in a
business category in which it does not exceed the size standard.
6.6.2 - The Contractor may count toward the established API a portion of the total dollar
value of a contract Nvi th a j o int venture, based on the clearly defined portion of the work to
be performed by the certified SIM/wBE of the joint venture.
ITB-7 Page 1375 of 2350
Agenda Item #24.
_ .NSTRUCTIONS TO BIDD�_o
6.6.3 - The Contractor may count toward the established API the entire expenditures for
materials and equipment purchased by an SIMI wBE subcontractor, provided that the
S1MIwBE subcontractor has the responsibility for the installation of the purchased
materials and equipment.
6.6.4 - The Contractor may count sixty percent (60%) of its expenditure to SIM1 wBE
suppliers 1 distributors that are not manufacturers toward the established goal.
6.6.5 - The Contractor may count toward the established goal, second and third tiered
certified SIM/wBEs, provided that the Prime submits a completed Schedule 2 form for
each SIMAVBE.
6.6.6 - The Contractor may count the entire expenditure to an S/M/wBE manufacturer
toward the established goal (i.e., a supplier/distributor that produces goods from raw
materials or substantially alters the goods before resale).
6.6.7 - The Contractor may only count towards the established goal the goods and services
in which the SIMI wBE subcontractor is certified and performs with their work force.
6.7 - Responsibilities After Contract Award
6.7.1 - Schedule 3- Subcontractor Activity Form
The Contractor shall submit a completed Activity Report form (Schedule 3) with each
invoice, or payment application when any subcontractor has provided services during the
period in which the Prime is requesting payment. This form shall contain the names of all
subcontractors, and specify the contracted dollar amount; approved change orders; revised
contract amount; amount drawn this period; amount drawn to date; and payments to date
issued to all subcontractors with their starting date.
6.7.2 - Schedule 4- Payment Certification Form
A fully executed Schedule 4 shall be submitted for each subcontractor after receipt of
payment from the Contractor, The Contractor shall submit this form with each payment
application or invoice submitted to the Department when the Department has paid the
Contractor on the previous payment application for services provided by a subcontractor.
If any subcontractor intends to disburse funds associated with this payment to another
subcontractor for labor provided on this Contract, the amount and name of the
subcontractor shall be listed on this form. All named subcontractors on this form must also
complete and submit a separate Schedule 4 after receipt of payment. If the Contractor is a
certified SIMIwBE, a Schedule 4 shall be submitted to reflect the amount of payment
retained by the Contractor for services performed by its own workforce. All bidders hereby
ITB-S
Page 1376 of 2350
Agenda Item #24.
,.rSTRUCTIONS TO BIDDE1c�
agree and assure that they will meet the SIMIWBE participation percentages submitted in
their respective bids with the subcontractors contained on Schedules 1 and 2 and at the
dollar values specified. respondents or bidders agree to provide any additional information
requested by the Department to substantiate participation.
6.7.3 -The successful CONSULTANT shall submit a Subcontractor Activity Form
(Schedule 3) and Payment Certification Forms (Schedule 4) with each payment application
or as otherwise required by EBO. Failure to provide these forms may result in a delay
in processing payment or disapproval of the invoice until they are submitted. The
Subcontractor Activity Form (Schedule 3) is to be filled out by the Contractor and the
Payment Certification Forms (Schedule 4) are to be executed by the subcontractor to verify
receipt of payment.
6.7.4 - Upon letter notification by the Department that the EBO payment portal/tracking
system is available for use, the Contractor is required to input all subcontractor payment
information directly into the EBO payment portal prior to submitting a payment
application.
6.7.5 - Past Proposal 'Waiver Request. After submission of a bid, if Bidder, through no
fault of its own, is unable to meet the SIMIWBE participation specified in its bid, then
Bidder must immediately seek substitute SIMI WBEs to fulfill the requirements and obtain
the approval of the EBO Director. If, after reasonable Good Faith Efforts, the Bidder is
unable to find an acceptable substitute SIMIWBE, a post -bid opening waiver may be
requested. The request shall document the reasons for the Bidder's inability to meet the
goal requirement. In the event the Bidder is found not to have performed Good Faith Efforts
in its attempt to find a suitable a substitute for the initial SIMIWBE proposed utilization,
one (1) or more of the penalties and sanctions as set forth herein may be imposed by the
EBO Office.
6.7.6 - Change orders and Modifications. If the Department's issuance of an alternate or
change order on a project results in changes in the scope of Work to be performed by a
S1MIWBE subcontractor listed at bid opening, the Contractor must submit a modified,
completed and signed Schedule 2. that specifies the revised scope of Work to be performed
by the SI MI WBE, along with the price and for percentage.
6.8 - SIMIWBE Substitutions - Contractor must notify the Office of EBO of changes in
SIMIWBE L.itilization and get prior approval for any substitutions.
If a subcontractor fails to perform or make progress, as required by this Contract, and it is necessary
ITB--9 Page 1377 of 2350
Agenda Item #24.
_INSTRUCTIONS TO BIDDL1._..0-
to replace the subcontractor to complete the work in a timely fashions the Contractor shall promptly
do so, subject to acceptance of the new subcontractor by the Department.
6.8.1 - After Contract award, the Contractor will only be permitted to substitute a certified
SIMI WBE that is unwilling or unable to perform. The Contractor will only be permitted to
modify the scope of work or price of an SIMIWBE listed at bid opening or date/time for
submission of the response to the solicitation as a result of the Department's issuance of an
amendment, alternate or change orders on a project. Substitutions shall be done with like
certified SIMIWBEs in order to maintain the participation percentages submitted with the
bid.
6.5.2 - All requests for modifications or substitutions shall be submitted to the
Department's Office of EBO on the EBO Request for SIM/WBE Substitution Modification
Removal Form for review. Upon receiving an approval for substitution, the Contractor
shall submit a completed and signed Schedule 2 for the new SIMIWBE; the new SIMIWBE
shall specify the type of work to be performed, and the dollar amount and/or percentage
shall also be specified upon receiving approval for modification or substitution. A detailed
quote or bid may be attached with a properly executed Schedule 2.
6.9 =EBO Program Compliance- Penalties
6.9.1 - Under the EBO ordinance, the OEBO is required to implement and monitor SIMIWBE
utilization during the term of any contract resulting from this solicitation. It is the Department's
policy that SIMIwBEs shall have the maximum feasible opportunity to participate in the
performance of Palm Beach County contracts. All Bidders are required to comply with the EBO
Ordinance and shall be expected to comply with the APIs) applicable to this solicitation, as well
as the SIMIWBE utilization proposed by a Bidder in its Proposal, which utilization plan forms a
part of any resulting Contract.
6.9.2 — The Office of EBO has the right to review Contractor's records and interview
Subcontractors. The Director of the OEBO or designee may require such reports, information, and
documentation from the Bidder as are reasonably necessary to determine compliance with the EBO
Ordinance requirements.
6.9.2.1 -Non-compliance with the EBO Ordinance must be corrected within fifteen (15) days
of notice of non-compliance.
6.9.2.2 - If the Contractor does not resolve the non-compliance within fifteen (15) calendar
days of receipt of written notice of non-compliance, then upon recommendation of sanctions
by the Director of EBO or designee in consultation with the Department regarding the failure
of a contractor, vendor, respondent or bidder or other business representative to comply with
ITB-10
Page 1378 of 2350
Agenda Item #24.
rrSTRUCTIONS TO BIDDERo
any portion of the EBO Ordinance, the Director of the EBO or designee (for purposes of
imposing penalties, the Purchasing Director shall serve as the EBO designee) may impose any
or all of the following penalties on the non -complying party any or all of the following
penalties:
• Suspension of Contract;
• withholding of funds;
• Termination of Contract based upon a material breach of Contract pertaining to EBO
Program compliance;
• Suspension or Debarment of a respondent or bidder, contractor or other business entity
from eligibility for providing goods or services to the Department for a period not to
exceed three (3) years; and
• 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 SIMIWBE participation as
actually achieved, if applicable.
6.10 — Pavments to Subcontractors
6.10.1 -Contractor shall pay subcontractors undisputed amounts within ten (10) days after
Department pays the Contractor. In the event of a disputed invoice, the Contractor shall send the
subcontractor(s) and Department a written notice of the dispute within five (5) days after receipt
of the subject invoice.
6.10.2 - The Contractor agrees to pay its subcontractors in compliance with the Florida. Prompt
Payment Act. In the event Contractor fails to comply with payments(s) to its subcontractors in
accordance with the Florida Prompt. Payment Act, Contractor shall be subject to any and all
penalties and sanctions available under the terms of the EBO Program, its contract with the
Department, or any other applicable law.
7. INCENTIVES
Apprentice Incentive
Palm 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
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 will 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
ITB-11 Page 1379 of 2350
Agenda Item #24.
INSTRUCTIONS TO BIDD&_�,
(including payroll taxes, costs, and benefits) up to a maximum reimbursement of $ l 00,000.
The request must be submitted no later than 45 days after. Substantial Completion of the proj ect.
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 Focal
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
claiming 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 right, but not the obligation, to conduct unannounced field interviews with
the Glades Employee to ensure compliance with the requirements of this Section.
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 (whichever is earlier), a certified payroll for the hours worked on the project,
and employee wages and benefits paid. The 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.
ITB-12
Page 1380 of 2350
Agenda Item #24.
...STRUCTIONS TO BIDDEN.
If the County determines that the Contractor complied with the requirements of this section, it
will reimburse the contractor 3 0% of the new employee(s) wages (including payroll taxes,
costs, and benefits) up to a maximum reimbursement of $ l 00,000. 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
rolling twelve (12) month period, but the incentive can be claimed across multiple County
contracts.
It is a Contract requirement of the Contractor that any reimbursement requested by a subcontractor
under this Section be processed by the Contractor to the County for review.
S. VSS REGISTRATION REQUIRED: Prior to Contract award or renewal (Award), Contractor
must register in the County's Vendor Self Service (VSS) at https://pbcvssp.co.palm-
beach.fl.uslwebapp/vssplAltSelfService. If Contractor intends to use subcontractors, Contractor
must also ensure that all subcontractors are registered as vendors in V S S 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.
9. POSTING OF BID TABUILATIONS: Recommended award will be posted for review by
interested parties at the Engineering & Public works Department located at 2300 N. Jog Rd., Suite
#3 w-3 3, west Palm Beach, Florida, 3 3 411-2745 , 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.
ITB-13 Page 1381 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
1.
Continuing Services Construction
30.
Regulated Substance Use
Contract on a work Order Basis
Requirements
2.
Award
31.
Unit Prices
3.
Expiration/Extension
32.
Contingent Items
4.
Method of Ordering (work Orders)
33.
Clearing and Grubbing
5.
Prosecution of the work
34.
Subsoil Excavation
6.
Commercial Non -Discrimination
35.
Embankment
7.
Palm Beach County Office of the
36.
Premium for Conflict Conditions
Inspector General
37.
Pipe Culverts
8.
Public Entity Crimes
38.
Pipe Culverts (Storm Sewer
9.
Chapter 119, F.S. Public Records
Pumping & Cleaning)
10.
Subletting or Assigning Contracts
39.
Storm Sewer System Pipe Plugs
11.
Non -Collusion
40.
Final Pipe Inspection
12.
Conflict of Interest
41.
Video Report
13.
E-Verify
42.
Gravity wall Construction
14.
Counterparts
43.
Irrigation System within Restoration
15.
Bond waiver Program
Agreement Areas
16.
Additional Insured Parties
44.
Color Treated and Stamped Concrete
17.
Use of Patented Processes, Etc.
45.
Engraving of Curb Face
18.
Daily Reports
46.
Guardrail & Special Safety Pipe Rail
19.
Price/Delivery/Acceptance
47.
Planting Standards
20.
Local Government Prompt Payment
48.
Resetting Fence
Act
49.
Record Drawings (Roadway)
21.
Basis of Payment
50.
Record Drawings and Documents
22.
Utilities Contacts
(Bridge)
23.
Maintenance of Traffic
51.
Dynamic Load Test Support
24.
School Zone
52.
Project Videos and Photographs
25.
Limits of Construction
53.
waiver of Jury Trial
26.
Restoration Agreements
54.
Additional Reporting
27.
Permit Completion Certifications
55.
Detail for Installation of Median
28.
National Pollutant Discharge
Irrigation Sleeves for Thoroughfare
Elimination System (NPDES)
Roads
Compliance
56.
Supplemental Concrete at Drainage
29.
Construction Impacts to Bus
Structure Top Detail
Operations
57.
Price Adjustment Calculations
Page 1382 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
1, CONTINUING- SERVICES CONSTRUCTION CONTRACT ON A WORK. ORDER
BASIS: The intent of this Contract is to award a Contract to a Contractor(s) to perform Work on
a Work Order_ basis. Work 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 Work Orders. No Work Orders 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.
2. 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, or an all -or -none basis. See General Provision
3-2.1.
3. ExPIRATION/ExTENSION: The Contract expires eighteen (18) months from the date of
Board approval. The Contract period may be extended for a defined period of time, not to exceed
thirty-six (36) months total Contract Time.
Option for extension and other Contract deviations will only be exercised upon mutual written
agreement through a Board approved Contract Amendment, while adhering to all other original
terms, conditions and unit prices of the Contract.
4. METHOD OF ORDERING (WORK ORDERS : The Department(s) Will issue Work Orders
on an "as needed" basis. The Department has no obli ation to issue any Work under this Contract
to any Contractor. All terms and conditions of the Bid are applicable. The individual Work Orders
will specify the Work to be performed, its location, a not -to -exceed cost (based on the Contract
unit prices), and a schedule for performance. The Contractor will be sent a Work Order for
signature. Within five (5) Working Days of receipt, the Contractor shall sign and return the Work
Order along with all applicable OEBO schedules. Then each Work Order will be executed (signed)
by the authorized Department representative and notice to commence will be sent to the
Contractor. If the Contractor fails to sign the Work Order within the required time, the Work Order
Will be signed by only the authorized Department representative and will serve as the fully
executed Work Order and notice to commence will be sent to the Contractor. The Contractor's
failure to sign a Work Order within five (5) Working Days does not prevent execution of the Work
Order (which is solely by signature of the authorized Department representative), and all Work
Orders must be performed upon notice to commence.
Upon completion of the Work Order task, the Contractor will submit an individual invoice, a copy
of the original Work Order, the appropriately completed SBE-M/WBE participation forms
referenced in Item 7 of the SBE-MIWBE Program section of this Contract, a Contractor's affidavit,
and consent of Surety.
Contractor shall comply will all requirements in the Contract Documents for obtaining final
payment. Final payment of a Work Order does not terminate the Contract or extinguish the
Surety's obligations under the Contract.
SP-1 Page 1383 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
The Contractor will receive progress payments based on submitted invoices. The payment amount
will be based on the Work done and accepted. No retainage is withheld.
5. PROSECUTION OF THE WORD: 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 Work order, the Contractor shall commence promptly within five (5)
Working Days. The Contractor shall efficiently prosecute the Work with adequate personnel and
Equipment until completion, which shall be within 30 Calendar Days, or as specified in the Work
Order. 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 Specif cations.
6. COMMERCIAL NON-DISCRIMINATION: The County is committed to assuring equal
opportunity in the award of contracts and complies with all laws prohibiting discrimination.
Pursuant to Palm Beach. County Resolution R2017-1770, as may be amended, the Contractor
warrants and represent that throughout the term of the Contract, including any renewals thereof, if
applicable, 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 or expression, or genetic information. Failure to meet this requirement
shall be considered default of the Contract.
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, selection, 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.
7. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL: Palm Beach
County has established the Office 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 Department contracts, transactions, accounts
and records, to require the production of records, and to audit, investigate, monitor, and inspect
SP-2
Page 1384 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
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 County Code, Section 2-421 — 2-440, and punished pursuant
to Section 125.69, Florida Statutes, in the same manner as a second degree misdemeanor.
& PUBUCE : 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 amount 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. 2 8 7.13 2-13 3 , 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 the 36 months
immediately preceding the date hereof. This notice is required by F.S. 2 87-13 3 (3 )(a).
The Contractor, Contractor's employees, or subcontractors of Contractor and employees of
subcontractors shall comply with Palm Beach County Code, Section 2-371 - 2-377, the Palm
Beach County Criminal History Records Check Ordinance (Ordinance), for unescorted access to
critical facilities (Critical Facilities) or criminal justice information facilities (CJI Facilities) as
identified in Resolutions R2013-1470 and R2015-0572, as amended. The Contractor is solely
responsible for the financial, schedule, and/or staffing implications of this Ordinance. Further, the
Contractor acknowledges that its Contract price includes any and all direct or indirect costs
associated with compliance with this Ordinance, except for the applicable FDLE/FBI fees that
shall be paid by the Department.
This Contract may include sites and/or buildings which have been designated as either "critical
facilities" or "criminal justice information facilities" pursuant to the Ordinance and above
referenced Resolutions, as amended. Department staff representing the Department will contact
the Contractor(s) and provide specific instructions for meeting the requirements of this Ordinance.
Individuals passing the background check will be issued a badge. The Contractor shall mare every
effort to collect the badges of its employees and its subcontractors' employees upon conclusion of
the Contract and return them to the Department. If the Contractor or its subcontractor(s) terminates
an employee who has been issued a badge, the Contractor must notify the Department within two
(2) hours. At the time of termination, the Contractor shall retrieve the badge and shall return it to
the Department in a timely manner.
The Department reserves the right to suspend the Contractor if the Contractor 1) does not comply
with the requirements of County Code Section 2-371 - 2-377, as amended; 2) does not contact the
Department regarding a terminated Contractor employee or subcontractor employee within the
stated time; or 3) fails to mare a good faith effort in attempting to comply with the badge retrieval
policy.
SP-3 Page 1385 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
9. CHAPTER 119., F.S. PUBLIC RECORDS
Notwithstanding anything contained herein, as provided under Section 119.070 I, F.S., if the
Contractor: (i) provides a service; and (ii) acts on behalf of the Department 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. Deep and maintain public records required by the Department to perform services as
provided under this Contract.
2. Upon request from the Department's Custodian of Public Records, provide the
Department 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 Contractor further
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 term and following completion of the Contract, if the
Contractor does not transfer the records to the public agency.
4. Upon completion of the Contract the Contractor shall transfer, at no cost to the
Department, all public records in possession of the Contractor unless notified by the
Department's representative/liaison, on behalf of the Department's Custodian of Public
Records, to keep and maintain public records required by the Department to perform
the service. If the Contractor transfers all public records to the Department upon
completion of the Contract, the Contractor shall destroy any duplicate public records
that are exempt, or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion
of the Contract, the Contractor shall meet all applicable requirements for retaining
public records. All records stored electronically by the Contractor must be provided to
the Department, upon request of the Department's Custodian of Public Records, in a
format that is compatible with the information technology systems of the Department,
at no cost to the Department.
Failure of the Contractor to comply with the requirements of this Article shall be a material breach
of this Contract. The Department shall have the right to exercise any and all remedies available to
it, including but not limited to, the right to terminate for cause. Contractor acknowledges that it
has familiarized itself with the requirements of Chapter 119, F.S., and other requirements of State
lave applicable to public records not specifically set forth herein.
SP-4
Page 1386 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATTON 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: RECORDSREQUEST(&PBCGOV.ORG
Or by Telephone at: 561-355-6680
10. SUBLE 'MG ORASSIGN NG CO M: 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 workers, under the Contractor's immediate supervision, and the Contract shall not be
sublet, conveyed, transferred or assigned to another Contractor except with the consent of the
Department. In no event will the Contractor be released from. responsibility. Contractor shall
perform not less than 40% of the total Contract amount with its own organization.
11. 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.
12, CONFLICT OF INTEREST: The award is subject to the provisions of the applicable Federal
lavers, rules and regulations, the Florida Statutes and the Department'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 the Department.
The Contractor represents that it presently has no interest and shall acquire no interest, either
direct or indirect, which would conflict in any manner with the performance of services required
hereunder, as provided for in Chapter 112, Part III, Florida Statutes, and the Palm Beach County
Code of Ethics. The Contractor further represents that no person having any such conflict of
interest shall be employed for said performance of services.
SP-5 Page 1387 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
The Contractor shall promptly notify the Department's representative, in writing, by certified
mail, of all potential conflicts of interest of any prospective business association, interest or other
circumstance which may influence or appear to influence the Contractor's judgement or quality
of services being provided hereunder. Such written notification shall identify the prospective
business association, interest or circumstance, the nature of worm that the Contractor may
undertake and request an opinion of the Department as to whether the association, interest or
circumstance would, in the opinion of the Department, constitute a conflict of interest if entered
into by the Contractor. The Department agrees to notify the Contractor of its opinion by certified
mail within thirty (30) days of receipt of notification by the Contractor. If, in the opinion of the
Department, the prospective business association, interest or circumstance would not constitute
a conflict of interest by the Contractor, the Department shall so state in the notification and the
Contractor shall, at its option, enter into said association, interest or circumstance and it shall be
deemed not in conflict of interest with respect to services provided to the Department by the
Contractor under the terms of this Contract.
Further, all Bidders must disclose the name of any Department employee who owns, directly or
indirectly, an interest of ten percent or more in the Bidder's firm or any of its branches.
13. E-VERIFY: Contractor warrants and represents that it is in compliance with section 448.095,
Florida Statutes, as may be amended, and that it: (1) is registered with the E-Verify System (E-
Verify.gov), and uses the E-Verify System to electronically verify the employment eligibility of
all newly hired workers; and (2) has verified that all of Contractor's subcontractors performing the
duties and obligations of this Contract are registered with the E-Verify System, and use the E-
verify System to electronically verify the employment eligibility of all newly hired workers.
Contractor shall obtain from each of its subcontractors an affidavit stating that the subcontractors
does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined
in section 448.095 (1 )(k), Florida Statutes, as may be amended. Contractor shall maintain a copy
of any such affidavit from a subcontractors for, at a minimum, the duration of the subcontract and
any extension thereof. This provision shall not supersede any provision of this Contract which
requires a longer retention period.
The Department shall terminate this Contract if it has a good faith belief that Contractor has
knowingly violated Section 448.09(1 ), Florida Statutes, as may be amended. If the Department has
a good faith belief that Contractor's subcontractors has knowingly violated section 448.09( 1 ),
Florida Statutes, as may be amended, the Department shall notify Contractor to terminate its
contract with the subcontractors and Contractor shall immediately terminate its contract with the
subcontractors. If the Department terminates this Contract pursuant to the above, Contractor shall
be barred from being awarded a future contract by the Department for a period of one (1) year
from the date on which this Contract was terminated. In the event of such contract termination,
Contractor shall also be liable for any additional costs incurred by the Department as a result of
the termination.
14. COUNTERPARTS: This Contract, including the exhibits referenced herein, may be executed
in one or more counterparts, all of which shall constitute collectively but one and the same
SP-6
Page 1388 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
Contract. The Department may execute the Contract through electronic or manual means.
Contractor shall execute by manual means only, unless the Department provides otherwise.
15. BOND WAIVER PROGRAM: A Bid Bond is not required for bids of less than $S 0,000 and
will be waived for all other bids of less than $200,000 if the Bidder is going to participate in the
Bond Waiver Program, provided that the Bidder complies with Palm Beach County Resolution
R89-1178 and with Palm Beach County Policies and Procedures relative to the Bond Waiver
Program (CW-F-016). For bids with values between $50,000 and $200,000, the Bidder must
complete an affidavit entitled "Intent to Participate in Bond Waiver Program Bid Affidavit" or
provide a Bid Bond. Failure to provide a Bid Bond or complete and return this affidavit with the
Bid shall result in rejection of the Bid. For all contracts less than $200,000, the Public Construction
Bond will be waived as well, provided that the Bidder complies with Palm Beach County
Resolution R8 9-11 7$ and with Palm Beach County Policies and Procedures relative to the Bond
Waiver Program (CW-F-0 16). Copies of the requirements of the Bond Waiver Program (CW-F-
016) can be found at the following website: hill):11discolle7 OV.or ,;1PDF'1PPM1Jndex.pdl: The
forms for the Bond Waiver Program can be found at
hitp.Ildis•coiler.1)bc 0i1. Ole, .�leiigiiieer-iniZI7-oadii;aIV odziclronIPa-e.s•IBid-Docui7ien s. s .
SP-7 Page 1389 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
INTENT TO PARTICIPATE IN BOND WAIVER PROGRAM
BID AFFIDAVIT
Project Number:
If the Contractor intends on participating in the Bond Waiver Program, this form must be
completed in its entirety and returned with the Contractor's Bid.
FAIL T URE TO COMPLETE THIS FORM OR INCLUDE A BID BOND FOR PROJECTS
WITH TEAL UES BETWEEN $50, 000 AND $200, 000, SHALL RESUL T IN REJECTION of
THE BID,
(Bidder) hereby states that it intends on participating
in the Bond Waiver Program as described in Palm Beach County Resolution R89-1178 and Palm
Beach County Policies and Procedures.
Contractor Signature
Title
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑
online notarization, this _ day of 20
by (name)as _ e title) for
(firm), on behalf of the (choose one) corporation I company l partnership, who is ❑
personally known to me or has produced (type of identification) as identification.
(Stamp/Seal)
Notary Signature
Notary Public, State of
Print Notary Name
Commission Number
My Commission Expires
SP-8
Page 1390 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
16. A.DDITIONAL INSURED PARTIES: The Contractor performing the construction for Palm
Beach County (County) shall be required to carry and furnish 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 County Board of Count, Commissioners. a. Political
Subdivision of the State of Florida. its Officers. Em1)lo glees and Agents".
Where the limits of Work for this Department 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 on the same form or on separate forms.
The Contractor shall coordinate all work within the rights -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.
17. USE OF PATENTED PROCESSES, ETC.: The basis on which a Contract will he awarded
will be the bid prices. Prices shall include all charges for the use of patent processes, Materials or
methods, and for all other similar incidental charges not expressly provided for in these Contract
Documents.
18. DAILY REPORTS: The Contractor shall keep daily reports of all personnel and Equipment
on the project for review by the Department for the entire Contract Time.
19. 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 resulting from thS.
iis Bid are
to be made during the normal working hours of the Department. 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 awarded, fail to deliver on or before his/her stated date, the Department 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.
Delivered items will not be considered "accepted" until authorized agent for the Department 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 fail
to meet the Department's performance standards.
SP`9 Page 1391 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
20. LOCAL GOVERNMENT PROMPT PAYMENT AC'T, In accordance with the Local
Government Prompt Payment Act (F.S. 218.70, et seq), the Contractor is hereby notified of the
following:
1. 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:
Pa-\ Request No. 1
• GEBG Schedule 3
• Certification of Compliance with the Living wage Ordinance
Pay Reguest No. 2 and all others following, but not including the Final
• GEBG Schedule 3
• GEBG Schedule 4
• Disbursement of Previous Periodic Payments to Subcontractors
• Certification of Compliance with the Living Wage Ordinance
Final PaV Request
• DEBG Schedule 3
• GEBG Schedule 4
• Disbursement of Previous Periodic Payments to Subcontractors
• 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
2. 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 a result
of a j oint inspection of the Work, conducted within 3 o Calendar Bays 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 S working
Days of the joint inspection.
3. If the pay request and support data are not approved, the Contractor is required to submit never,
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 section 218.76, demand in
writing a meeting with and review by the County Engineer. In place of the County Engineer,
SP-1 0
Page 1392 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
the Deputy County Engineer 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.
21. 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.
22. 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. Contractor shall contact the utility owners to
arrange for protection or adjustment of utilities as provided in Section 7.
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) 641-
3429 for Palm Beach County Water Utility locations and call (561) 23 3 -3 900 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.
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 Proposal, all utility companies
(including Palm Beach County Water Utilities Dept.) reserve the right to accept or reject Bid items
on their part of Work and perform their Work by their forces or other contracted forces.
23. MAINTENANCE OF -TRAFFIC: Maintenance of Traffic (MOT) shall be considered
incidental to, and shall be included in, unit prices for the pay items. If the Contractor and/or its
subcontractors do not perform the 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
SP-1I Page 1393 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
to reduce said item based on the pro rata performance as determined by the Department on each
payment application or $1,000.00 per day, whichever is greater.
The Contractor shall assure compliance with FDOT Index boo of the current Roadway and Traffic
Design Standards. All references to "determinations by engineer" will be the responsibility of the
Contractor, and shall be brought to the attention of the Department prior to implementation. The
cost of complying with the stated standards shall be incidental to the MOT pay item. The
Contractor shall ensure that at no time will traffic (temporary or otherwise) be permitted over
installed exfiltration trenches.
MOT plans will not be approved until signal modification plans have been approved by the
Department.
Pedestrian MDT:
Pedestrian traffic must be maintained throughout the duration of construction unless otherwise
indicated.
All pedestrian detours for MOT to be pre -approved by the Department.
Existing pedestrian crossings shall not be eliminated without prior approval from the Department.
All projects that impact pedestrian traffic of any type shall include "Pedestrian MOT" in
accordance with the General Provisions, the cost of which will be incidental to the MOT pay item.
Closures:
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
hour.
Lights and flags are required on the first two warning signs in the series.
The Contractor shall not close any existing auxiliary traffic lanes during construction at signalized
intersections. Entrances to schools, hospitals, high volume shopping centers, and residential
developments shall not be closed unless preapproved by the Department.
Traffic Shmal MOT:
The Contractor shall maintain existing traffic signal operations at all times.
Any traffic signal modifications necessary for the Work must be approved by the Department.
Traffic signal modification requests must include a legible plan which clearly shows the signal
head faces and their alignment with proposed traffic lanes and signal phasing. All traffic signal
modifications must comply with the MUTCD.
Traffic signal heads must be aligned properly with traffic lanes and an adequate number of signal
heads must be provided for all lanes.
SP-12
Page 1394 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
Prior to activating a new traffic signal or modifying/replacing an existing traffic signal the
Contractor shall confirm with the Department that all traffic lanes are operational. The Contractor
shall obtain Department approval prior to activating a traffic signal.
If traffic lanes are not operational when a new traffic signal is activated, the Contractor shall
modify the signal heads to align with the existing traffic lanes at the time of activation. when all
of the final traffic lanes are operational, the Contractor shall adjust the signal heads to align with
the final traffic lanes.
The Department will provide traffic signal timing details for the different phases of the work. The
Contractor shall notify the Department at least one week prior to any Work at signalized
intersections. For Traffic Signal topics the Department can be contacted at:
Palm Beach County Engineering Department
Traffic Division /Timing Section
(561) 684-4030 or (561) 681-4320
Any necessary signal timing changes made by the Contractor to address safety and/or operational
issues must be communicated to the Department within two hours.
When traffic control devices are required for extended or overnight lane closures a change order
to add the lump sum pay item `Special MOT' to the Work Order may be negotiated at the
Contractor's request. - This pay item., if approved, would be negotiated separately for each work
Order and its price will depend on the duration of the required MOT, and the quantity and types
of required traffic control devices.
24. SCHOOL ZONE
During the first and last weeps of the school year, no Work may occur within a school zone.
25. 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 the Department at the time of construction.
26. RESTORATION AGREEMENTS: 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 the Department,
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 item shall be incidental to the cost
of the Project.
SP-13 Page 1395 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
27. PERMIT COMPLETION CERTIFICATIONS: The Contractor is advised that this
Contract includes completing and executing all Construction Completion/Construction
Certifications as required by each permit included in the PER section of the Contract Documents.
The Contractor is responsible for retaining the services of a Professional Engineer, registered in
the State of Florida and qualified in the field of the required Work, to inspect the Work related to
Permit(s), and certify in accordance with the instructions of each permit.
The Contractor shall submit two (2) originals of the completed and executed form to the
Department, along with the required "As -Built" information (to be obtained by the Contractor).
All costs associated with Permit Compliance Certifications, including; obtaining and depicting
"As -built" information are incidental to the Contract.
28. NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)
COMPLIANCE: This Contract requires compliance with the NPDES General Permit. The
"Florida Department of Environmental Protection NPDES Generic Permit For Stormwater
Discharge from Large and Small Construction Activities", dated February 2015, which contains
the description and requirements of the permit, is available at the following URL:
httl)://www.de .sta_to.fl.us/water/stormwater/nl)des/dues/c .,i)df
The MSWORD format of the Stormwater Pollution Prevention Plan (SWPPP) template is
available at the following URL:
htti)://www,dep,state.fl.us/water/stormwater/nt)des/SWPPP.htm
Notice of Intent and Notice of Termination forms are available on DEP's URL:
httl):Hde[�.state.fl.us/water/stormwater/nL)dcs/i)ermits forms.htm
The Contractor shall complete and submit the NOI and payment to DEP, and if discharging to the
County's MS4 facility, provide a copy of the NOI or the acknowledgement letter within 7 calendar
days to the Department (https:HfloridadeL . Gov/water/stonnwater/content/construction-activitN -
c ). If a SWPPP is not included in the Contract Plans, or the Contractor chooses to prepare his
own SWPPP, the SWPPP 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 Department 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 SWPPP for the project during construction are incidental to
SP-14
Page 1396 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
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 S WPPP "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.
SITE DESCRIPTION
Project Name and Location: Pathway and Minor Construction Continuing
Services Contract
Palm Beach County, Florida
Palm Beach County Project No.: 2022063
Owner Name and Address. Board of County Commissioners,
Palm Beach County
Roadway Production Division
2300 N. Jog Road
Nest Palm Beach, FL 33411
Work Description: Pathway and Minor construction
Runoff Coefficient; TBD
Site Area. TBD
Site Map: TBD
Sequence of Major Sail Disturbing Activities: TBD
Name of Receiving Bodies: TBD
29, 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.
i Contact Palm Tran for coordination and review requirements (561 841-4246, 561 841-42233
SP-15 Page 1397 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
or 561 841-4224).
• Maintenance of rider access to and from bus stops during construction is desirable. This issue
should be discussed at the Pre -Construction Meeting.
• All work shall conform to the requirements of the Americans with Disabilities Act (ADA),
including provisions for temporary access to and from bus stops.
• If necessary, 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 Bays (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 be 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
Palm 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.
30, REGULATED SUBSTANCE USE REQUIREMENTS
"Best Management Practices" for the Construction IndustrN,
A. 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.
B. 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, groundwater, 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.
C. Each contractor shall familiarize themselves with the manufacturer's safety data sheet
supplied %Nrith 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.
SP-16
Page 1398 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
D. 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.
31. UNIT PRICES: The Contractor is advised that the Contract is a unit price contract. As such,
the Bidder shall 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 shall also comply with to Section 9-3.1 in relation to unit prices.
32. CONTINGENT ITEMS: The Contractor shall not use contingent items to meet the EBO
goal(s) participation for the Contract. The SBE and M/WBE participation goals established for
the Contract, as specified in the Instructions to Bidders, shall include all pay items for the project,
less the contingency items. The use of contingent pay items shall only increase the SBE and
M/WBE participation of the Contract, over and above the required goals achieved by use of regular
pay items.
33. CLEARING AND GRUBBING: The Contractor is required to notify the owner of any
fences, irrigation systems, etc., that lie within the Right-of-way, to give them the courtesy to
remove them before construction. The Contractor shall replace fences, shrubbery, sod, etc., within
the limits of construction and outside the Right-of-way to their original condition, unless
otherwise directed by the Engineer. Cost of which is incidental to construction. All work
associated with the re-establishment and/or temporary relocation of mailboxes shall be done in
accordance with Index no. 532 of the current FDOT Roadway and Traffic Design standards.
Specific attention should be directed to coordination with the local postmaster. Payment for all
Work required to establish each mailbox in the temporary and/or final location, including any
material required to construct the mailbox to current standards, shall be included in the cost of
clearing and grubbing, unless the Contract includes a pay item for the Work.
34, SUBSOIL EXCAVATION: where muck, rock, clay, or other material within the limits of
the Roadway is unsuitable in its original position, excavate such material to the cross -sections
shown in the Plans or indicated by the Engineer, and backfill with suitable material. Shape backf ll
material to the required cross -sections. where the removal of plastic soils below the finished
earthwork grade is required, meet a construction tolerance, from the lines shown in the Plans as
the removal limits, of ±0.2 feet in depth and ±G inches (each side) in width. Final payment for the
Subsoil Excavation, CY will be based on initial and final cross sections, and signed & sealed
quantity computations which are to be prepared by a Professional Land Surveyor or Professional
Engineer licensed in the state of Florida, and submitted to the Department for acceptance. Initial
cross sections shall be taken at 50 foot intervals, or as otherwise directed by the Engineer. When
the excavation of unsuitable material is completed to satisfy field conditions, and verified as such
by the Engineer, final cross sections shall be taken at 50 foot intervals, or as otherwise directed by
the Engineer. The cross sections shall show elevations at the appropriate break points and shall be
plotted. Quantity computations shall be prepared (using the Average End Area Method), and
submitted to the Engineer for acceptance. The Contractor is advised that no compensation will be
made for excavation below the depth required to satisfactorily remove the unsuitable material. The
SP`17 Page 1399 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
cost for the cross sections and computations shall be incidental to the pay item, Subsoil Excavation,
CY Subsoil Excavation, CY, shall include the cost of embankment to replace the excavated
subsoil, labor, Materials, Equipment, fuel, transportation and other related work to complete the
pay item.
35. EMBANKMENT: The quantity will be at the plan quantity compacted in place. where
payment for embankment is not to be included in the payment for the excavation, and is to be paid
for on a cubic yard basis for the item of Embankment, the plan quantities to be paid for will be
calculated by the method of average end areas unless the Engineer determines that another method
of calculation will provide a more accurate result. The measurement will include only material
actually placed above the original ground line, within the lines and grades indicated in the Plans
or directed by the Engineer. The length used in the computations will be the station -to -station
length actually constructed. The original ground line used in the computations will be as
determined prior to placing of embankment, and no allowance will be made for subsidence of
material below the surface of the original ground. In no case will payment be made for material
allowed to run out of the embankment on a flatter slope than indicated on the cross --section. The
Contractor shall make his own estimate on the volume of material actually required to obtain the
compacted in -place pay section.
36. PREMIUM FOR CONFLICT CONDITION; The pay item is included for use when
conflicts are encountered:
"Premium for Conflict Condition" - when pay items for regular inlet/manhole structures are
specified in the Proposal, and it becomes necessary to construct a `conflict structure', the
Contractor shall provide a unit price cost (premium) to cover the additional work necessary to
convert the regular inlet 1 manhole structure into a conflict structure.
The above item shall be paid for on an `EACH' basis and shall include the cost of all labor,
Materials, Equipment, fuel, transportation, and other items necessary to complete the Work.
37. PIPE CULVERTS
1. For pipe Culverts not within the scope of a FDOT Permit or Construction Agreement, proposed
pipe material and size shall meet FDOT Specifications, but is limited to:
• Reinforced Concrete
0 High Density Polyethylene except;
o Not permitted under Thorou hfare Roadway pavement,
o Not permitted under pavement of Roadways providing immediate access to
coastal islands.
o Not permitted within the confines of a mechanically stabilized earth (MSE)
wall.
o Not permitted in locations where failure would jeopardize buildings adjacent to
the Right-of-way.
SP-1 S
Page 1400 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
o The above restrictions include pipe locations taking into consideration the angle
of repose of soil under any structure or the proposed pavement, including
planned future widening.
• A-2000 Polyvinyl -chloride, except:
o Not permitted where the pipe will be exposed to direct sunlight.
o Not permitted when the manufacture date of the pipe to be installed exceeds 2
years.
• Corrugated Polypropylene.
Corrugated metal pipe may only be used as the last segment of pipe before discharging into
a lake or canal when called for on the Plans.
Pipe diameter must match or exceed sizes shown in Plans; equivalent larger size pipes may
be required if proposed pipe n value exceeds O.012. Contractor to supply the required
certified testing and computations for pipe life (see FDOT Drainage Manual). All pipe
Culverts provided must meet or exceed 100 year design service life.
2. For pipe Culverts within the scope of a FDOT Permit or Construction Agreement, proposed
pipe material and size are limited to pipes approved by FDOT, except non -reinforced concrete
pile shall not be used. Pipe diameter must match or exceed sizes shown in Plans; equivalent
larger size pipes may be required if proposed pipe n value exceeds 0.012. Contractor to supply
the required certified testing and computations for pipe life (see FDOT Drainage Manual). All
pipe Culverts provided must meet or exceed 100-year design service life.
38. PIPE CULVERTS (STORM SEWER PUMPING & CLEANING
New Storm Sewer Svstem
The Contractor is advised that this Contract includes "pumping -down" and "cleaning" of the new
storm sewer system(s), as directed by the Engineer. The Contractor shall include the cost of all
labor, Materials, Equipment, transportation, fuel and all other items necessary to complete the
"pumping -down" and "cleaning" of the new system(s). The Contractor shall remove the water
from the system(s) to allow for visual inspections for leafs, deficiencies and lamping. When
directed by the Engineer, the Contractor shall mare all the necessary repairs to the new storm
sewer system(s)
Payment for this Work on the new storm severer system(s) shall be incidental to the pay item, "Pipe
Culvert (Storm)", LF .
Existing Storm Sewer Svstem
Also included as a pay item is "pumping -down" of the "existing" storm sewer system(s) (to the
lake/canal outfall point, or as directed by the Engineer), and shall be paid on a lineal foot basis
under the pay item(s):
"Storm Sewer Pumping" (Exist.) (24"' or less),
"Storm Sewer Pumping" (Exist.) (>24" to 4811),
"Storm Sewer Pumping" (Exist.) (>48")
SP-19 Page 1401 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
The item(s) shall also include all costs associated with the removal of the water from the system(s)
for visual inspection of leaks, deficiencies and/or Tamping.
"Cleaning" of the existing storm system(s) is included as a contingent pay item and the Work
required under this item will be determined by the Engineer upon review of the system(s) after the
pumping phase.
The "cleaning" of the existing storm sewer system(s) shall be paid on a lineal foot basis under the
pay item(s):
"Storm Sewer Cleaning" (Exist.) (24" or less),
"Storm Sewer Cleaning" (Exist.) (>24"to 48"),
"Storm Sewer Cleaning" (Exist.) (>48")
At the semi-final inspection, the contractor shall temporarily plug the system(s) at structures,
outfall, or as otherwise directed by the Engineer, and pump the water out of the system to below
one third of the diameter of the pipe (from the invert), or as otherwise directed by the Engineer.
The Contractor and the Engineer shall visually inspect the system(s) for leaks, deficiencies, and
lamping problems. If leaks, deficiencies and/or lamping problems are discovered in the new pipe
systems), the contractor shall make corrective repairs, as required, in accordance with Article 5 -
10.2 of the General Provisions of this specification, at no additional cost to the Department. If
leaks, deficiencies and/or tamping problems are discovered in the existing pipe system(s), the
contractor shall notify the Engineer, and the Engineer shall determine if the Contractor should
provide a cost proposal for the Work required to make the corrective repairs, in accordance with
Article 5-10.2.
39. STORM SEWER SYSTEM PIPE PLUGS: The Contractor shall prepare, and submit to the
Engineer for approval, a plan/sequence of the plug locations for pumping down the storm system(s)
satisfactory to the Engineer. Upon completion of the storm pumping sequences, the Contractor
shall notify the Engineer 24 hours prior to removing any of the temporary plugs for the Engineer
to visually confirmlverify the removal of the pipe plug. Cost for the Plans and coordination of all
the Work required for the above shall be incidental to the cost of the storm sewer items of work.
40. FINAL PIPE INSPECTION: Upon completion of placement of concrete pavement or the
placement of structural asphalt, but prior to placement of asphalt friction course, dewater installed
pipe and provide the Engineer with a video recording schedule allowing for pipe videoing and
reports to be completed and submitted to the Department and reviewed prior to continuation of
pavement.
For pipe 48 inches or less in diameter, provide the Engineer a video DVD and report using low
barrel distortion video Equipment with laser profile technology, non -contact video micrometer and
associated software meeting the requirements outlined in Section 430-4.8.
The cost of the above Work shall be incidental to the related pay item for the pipe.
41. VIDEO REPORT: Provide a video report in accordance with Section 430-4.8.1. The cost of
the above Work shall be incidental to the related pay item for the pipe.
SP-20
Page 1402 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
42. 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 cost of the
gravity wall.
43, IRRIGATION SYSTEM WITHIN 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 the Department, 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 item shall be incidental to the cost of the Project.
44, COLOR TREATED AND STAMPED CONCRETE (5" THICK). The Contractor's
attention is directed to the pay item for "Color Treated and stamped Concrete", S.Y. This item
which is proposed to be constructed in lieu of concrete traffic separators, as directed by the
Engineer, consists of cast -in -place concrete (5") between Type "F" Curb and Cutter, having the
surface colored with a color hardener (equivalent to the products supplied by Wm. D . Adeimy,
Inc., 5 6 1183 2-63 05), 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 hares, using two-thirds of the material
for the first shake.
• 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.
• Coverage requirements may vary according to intended use and color. 90lbs. per 100sq.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 14-25 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 14-25 day time frame.
The Work is to be performed on the job site by trained and experienced workers.
SP-21 Page 1403 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
The pay item "Color Treated and Stamped Concrete", S.Y., includes all labor, Equipment,
Materials, transportation, fuel 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 concrete areas,
in accordance with the details for the "Irrigation Sleeves" (as detailed in the Special Provisions).
This item shall be paid for under, "6" PVC Pipe (Schedule 80)", Lineal Feet, and shall include the
cost of all labor, Materials, Equipment, fuel, transportation, and other items necessary to complete
the work.
45, ENGRAVING OF CURB FACE: The Contractor is hereby notified that the names of the
roads shall be engraved on all quadrants of major intersections (two per quadrant), with four (4)
inch high block letters, having a depth of one-half inch, and painted with a black finish. Locations
shall be determined by the Engineer.
Samples of the engraving are available at the office of the Director, Construction Coordination
Division, 2300 N. Jog Rd., Suite 93V-57, west Palm Beach, Florida, 334112745, Florida.
The cost for the pay item, "Engraving of Curb Face", EACH shall include all labor, Equipment,
Materials, transportation, fuel and all other items incidental to or necessary for completing the
Work.
46. GUARDRAIL & 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 guardrail pasta the contractor shall utilize "steel posts" and "special safety pipe rail" (2"
diameter) as shown in FDOT INDEX 400.
Special note: Trinity Industries ET -plus system guardrails will not be allowed on Department
Projects.
47, PLANTING STANDARDS
Mountable Curb and Uncurbed Median within Safe Si4ht Distance Trianle
SP-22
Page 1404 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
}
OF ROADWAY
SMALL TREE OR PALM
OR LESS �m) CALIPER
FI!3'16" Nerrfic�al c�lea�,ranQe)
BOTTOM OF CANOPY
!So -6'0- (4-IM) WHERE
CANOPY OVER HANGS
ROAD.
TOP OF GRAD COMER
VARIES # GRASS STRIP MULCH
OR PAvcRS. (SSE WEER
TREE SETBACK BARRIER VMMEN MULCHED)
ALLOW FOR MATURE TRUNK CALIPER
AS DEFINED BY THE AMERICAN "STANDARD
FOR NURSERY STOCK,, AAN,
(SEE CLEAR ZONE CH ART, PAGE 2 - 14)
OTTER ALTERNA IVES MAY BE USED
W7H APPROVAL FROM THE COUNTY
ENGINEER ON 'A CASE BY CASE BASIS.
JIMAL SEQ]]QH
■
Small trees and palms shall be used within mountable and uncurbed medians. Tree and palms that
are 4" in caliper or less measured at 6" above grade shall be considered small and may be used
within the medians. The plant material within these areas shall be maintained so that they do not
overhang into the travel lane. Any portion of the tree that overhangs the travel lanes shall be
maintained With a 13'-6" vertical clearance. Otherwise, no encroachment Will be permitted.
Canopy Clearance for Sidewalks and Bicycle Paths
Sidewalks should be maintained free of all growth. The bottom limbs of trees overhanging the
sidewalk should be at least 10' above the sidewalk.
When tree limbs extend over separate bike paths, they should be at least 10' above the bike path.
When they extend over designated or undesignated bike lanes Within the roadway, they must be at
least 14.4' above the pavement (see below).
SP-23 Page 1405 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
CMOPY CLEARANCE
ABOVE PAVEMENT
14*4"
(4,4M
TRAVEL LANE ' 8 E
LME
ill�v
CMOPY TRW
(SN OR
of CANOPY CLEARANCE
All
SIDABOVE SIDEWALK
WALX
BIKE LANE zt�u ON
Roadside Clear zone
The roadside clear zone is that area outside the traveled way, available for use by errant vehicles.
Vehicles frequently leave the traveled way during avoidance maneuvers and due to loss of control
by the drive or due to the collisions with other vehicles. The primary function of the clear zone is
to allover space and time for the driver to regain control of vehicle and avoid or reduce the
consequences of collision with roadside objects. This area also serves as an emergency refuge
location for disabled vehicles.
The width of the clear zone should be as wide as it is practicable. The minimum permitted widths
are given in the following table. These are minimum values only and should be increased
whenever feasible.
In rural areas it is desirable and frequently economically feasible, to substantially increase the
width of the clear zone. Where traffic volumes and speeds are high, the width should be increased.
The clear zone on the outside of horizontal curves should be increased due to the high probability
of vehicles leaving the Roadway at a high angle.
SP-24
Page 1406 of 2350
Agenda Item #24.
Minimum width of dear Zone
Type of
. 30 mph
Facility
6' Local
Rural 10' Collector
14' Arterials
Urban I 4'
SPECIAL PROVISIONS
Desi b,n Speed or Posted S geed (whichever is greater)
60 mph
35 mph
40 mph 45 mph
50 mph
55 mph
and
above
Minimum dear Zone
�- - -
18' Arterials
14' Arterials
14' Arterials
18' Arterials
and
6' Local
and Collectors
and Collectors
and Collectors
Collectors
10' Collector
10' Collectors
ADT <1500
ADT <1500
ADT <1500
ADT <1500
14' Arterials
14' Arterials
18' Arterials
18' Arterials
24' Arterials
30' Arterials
and Collectors
and Collectors
and Collectors
and
ADT >1500
ADT >1500
ADT >1500
Collectors
ADT >1500
4' ;
4'
NIA.
NIA
NIA
Urban Facilities clear zone is measured from face of curb (6" to D or F .)
Dural Facilities Use rural for urban facilities when no curb and Rutter is oresent. Measured from
ede of through travel lane on rural section.
Curb and outter�not to be used on facilities with design sl)eed > 45 m h
ADT in the table above refers to desi Lirn vear ADT.
48. RESETTING FENCE: The quantities to be paid for under this item shall be the length in
feet of reset fence including gates. The quantity of removed and reset fence determined, as provide
above, shall be paid for at the Contract unit price per linear foot for removed and reset fence. The
item includes the cost of removing and resetting any existing gates. The above price and payment
shall be full compensation for all the Work specified in this Section, including furnishing all the
required new hardware, additional posts and replacement of any material damaged by the
Contractor.
49. RECORD DRAWINGS (ROADWA' ): The Contractor shall note that this Contract includes
preparation of "Record Drawings". By definition, "Record Drawings" shall be the electronic
information which reflects the as -built conditions of the project recorded at or about the time of
the "substantial completion" inspection. The as -built information and permitting forms shall be
prepared and certified (i.e., signed and sealed) by a Professional Engineer or Land Surveyor
licensed in the State of Florida, as required by the project.
The as -built information shall indicate (at a minimum) the following:
• All changes, additions or deletions to the original design documents.
• Centerline/baseline ties to section line(s) (including ties at PC and PT).
• Stations/elevations/offsets at PC's, PT's, PI's, low points, high points, horizontal angle points.
• Stations/elevations/offsets at edge -of -pavement (EOP), top -of- curb and back -of -sidewalk, at
locations sho-vN?l on the Plans, at a minimum.
• At non -curb inlets show state plane coordinates, station/offset/elevation to the top -center of the
grate.
• At curb inlets show the state plane coordinates, station/offset/elevation at EOP.
SP-25 Page 1407 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
• At special and slotted structures - show the elevation(s), dimensions, and the invert of the weir;
the bleeders/orifices; and pipe inverts.
• At outfalls, show the state plane coordinates, station/offset/invert/diameter of pipe, structure
type and dimensions.
• The diameter, invert, shape, and material type of connecting pipes between all structures.
• For Irrigation Sleeves - show the state plane coordinates, station/offset/elevation for all end
caps, and the invert elevation at the end cap.
• At lakes obtain cross sections at 50 foot intervals, or as otherwise directed by the Engineer
(Top of Bank., Top of Slope, etc.).
• At bridges, show the low member elevation/station/offset.
• At end bents, shove station/offset/elevation at two corners to ensure proper offset location.
• For "Begin and End" Bridge, indicate the stations/offsets/elevations at the respective points.
• All existing and proposed trees, shove state plane coordinates, station/offset to the approximate
center of the tree.
• All existing and proposed Irrigation wells and valve boxes, show state plane coordinates,
station/offset to the top -center of the well and/or valve box.
• All existing and proposed pull boxes, show state plane coordinates, station/offset to the top -
center of the box.
• All existing and proposed traffic control cabinets, show state plane coordinates, station/offset
to the center of the box.
The above information shall be collected by survey, and the collected data shall be referenced on
the Micro Station (.dgn) design file of the project (Micro Station (. dgn) is the only, acceptable
format . The electronic Micro Station (.dgn) files (and .pdf files of same) shall be submitted on
three (3) CDs labeled with project information, one (1) set of black line Plans, and six (6) sets of
signed & sealed black line Plans, boldly marked in large print "RECORD DRAWINGS
ROADWAY". PDF files shall be digitally or electronically signed and sealed in accordance with
either FAC 5 J-17. o 62 or FAC 61 G 15 -2 3.
The above information shall be submitted to the Department (Director, Construction
Coordination), for approval, prior to scheduling a final inspection.
The cost of the location survey, compilation/reproduction/conversion of electronic files, Plans, and
other information necessary to satisfy the above, shall be incidental to the cost of the items of
Work.
The Contractor shall review all permits for this project and the general/special conditions which
may call for "Record -Drawings" for a specific agency. The Contractor is responsible to satisfy
the permit requirements in accordance with that agency's policy, with the understanding that the
cost for said "Record -Drawings', shall be paid in accordance with PER-1,
50. RECORD DRAWINGS and DOCUMENTS (BRID ;
The Contractor is advised that bridge structures are subject to FDOT load rating requirements and
shall take all necessary steps to comply with these requirements. See FDOT Load Rating Manual
(Topic No. 850-010-035) at httj?s://www.fdot.ilov/maintenance/loadrating.shtm.
SP-26
Page 1408 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
RECORD DRAWINGS (BRIDGE):
The Contractor shall note that this Contract includes preparation of `Record Drawings". By
definition, "Record Drawings" shall be the electronic information which reflects the as -built
conditions of the project recorded at or about the time of the "substantial completion" inspection.
The as -built information and permitting forms shall be prepared and certified (i.e., signed and
sealed) by a Professional Engineer or Land Surveyor licensed in the state of Florida, as required
by the project.
The as -built information shall indicate (at a minimum) the following:
o All changes, additions or deletions to the original design documents (including shop drawings).
o Centerline/baseline ties to section line(s) (including ties at PC and PT).
o Stations/elevations/offsets at PC's, PT's, PI's, low points, high points, horizontal angle points.
o Stations/elevations/offsets at edge -of -pavement (EOP), top -of- curb and back -of -sidewalk, at
locations shown on the Plans.' at a minimum.
o At non -curb inlets show station/offset/elevation to the top -center of the grate.
o At curb inlets show the station/offset/elevation at EOP.
o At bridges, show the low member elevation/station/offset.
o At end bents, show station/offset/elevation at two corners to ensure proper offset location.
o For `Begin and End" Bridge, indicate the stations/offsets/elevations at the respective paints.
The above information shall be collected by survey, and the collected data shall be referenced on
the Micro Station (.dgn) design file of the project (Micro Station .d�,n} is the only acceptable
format . The electronic Micro Station (.dgn) files (and .pdf files of same) shall be submitted on
three (3) CDs labeled with project information, one (1) set of black line Plans, and six (6) sets of
signed &sealed black line. Plans, boldly marked in large print "RECORD DRAWINGS
BRIDGE".
The above information shall be submitted to the Department (Director, Construction
Coordination), for approval, prior to scheduling a final inspection.
The cost of the location survey, compilation/reproduction/conversion of electronic files, Plans, and
other information necessary to satisfy the above, shall be incidental to the cost of the items of
Work.
The Contractor shall review all permits for this project and the general/special conditions which
may call for "Record -Drawings" for a specific agency. The Contractor is responsible to satisfy
the permit requirements in accordance with that agency's policy, with the understanding that the
cost for said "Record -Drawings", shall be paid in accordance with PER-1
DOCUMENTS (BRIDGE):
Schedule of Anticipated dates of Inspections:
In -Service Inspections and or Pre -Acceptance Ins_ ection (before any new lanes are opened to
traffic). The Schedule should be received within 60 days of the preconstruction meeting. The
SP-27 Page 1409 of 2350
Agenda Item #24. —
SPECIAL PROVISIONS
Department must receive a two week advance confirmation notice prior to the In -Service
Inspections and or Pre-Accel)tance Inspection.
As -Built Load Rating
If the bridge is built per plan, the As -built load rating is simply a signed and sealed load rating
FD OT summary sheet stating that there was no change during construction that would affect
the load rating.
• Pile Driving Records
• In -Service Inspection
The Structures Maintenance In -Service Inspection is conducted prior to any new lanes opening
to public traffic. Note that for phased construction, there will be multiple in-service
inspections required. The intent of this inspection is to verify the bridge is safe for public
traffic in accordance with FHWA instructions Q303-7
51. DYNAMIC LOAD TEST SUPPORT: Dynamic Load Test Support shall include contractor
furnishing of Equipment and personnel necessary for attachment of leads, supply power source,
man -basket, shelter, and any other services necessary to provide support for the testing (reference
FDDT Specifications Section 455-5.13). The Department will secure test lab services, including
Pile Driver Analyzer (PDA), required for dynamic measurements during the driving of the test
piles. All costs for Dynamic Load Test Support shall be incidental to the cost of test pile.
52. PROJECT VIDEOS AND PHOTOGRAPHS: The Contractor shall tape and submit videos
and photographs of the entire project prior to the commencement of construction and submit them
at the preconstruction meeting. Videos and photographs of the entire project shall also be
submitted as a record of progress when submitting an invoice for payment, at project final
completion, and as directed by the County Engineer. The videos and photographs shall be of a
quality to clearly demonstrate the existing, current and final conditions of the project. For existing
conditions, any deficiencies or items of note, such as standing water, conditions of trees, adjacent
properties, structural deficiencies, etc., shall be clearly noted. The date of when the videos and
photographs are taken shall be included on them. The videos and photographs shall be reviewed
by the County Construction Project Manager. Digital copies of all videos and photographs shall
be provided to the County. The cost of the videos and photographs shall be incidental to the cost
of the Project.
53. Waiver of Ju ry Trial: The Parties hereby waive any rights either of them may have to a
jury trial in any litigation arising out of or related to this CONTRACT and agree that they shall
not elect a trial by jury. The Parties hereto have separately, knowingly and voluntarily given this
waiver of right to trial by jury with the benefit of competent legal counsel.
54. ADDITIONAL REPORTING: The Department requires Contractor to track during the
Project, and report at the end of the Project, on the county of residence of Contractor's employees
and its subcontractors' employees. Contractor agrees to prepare and provide the required report
with its request for final payment.
SP-28
Page 1410 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
PALM BEACH COUNTY
CONTRACTOR'S FINAL REPORT
COUNTY of RESIDENCE FOR EMPLOYEES
(to be submitted with Contractor's Application for Final Payment)
To: Palm Beach County Project Manager
From: Contractor Superintendent
Date:
Project Name:
Project Number:
In accordance with the Special Provisions of the Contract, Contractor reports the following:
Total number of employees of Contractor and subcontractors who worked for more than one day
on the Project:
Number of employees of Contractor and subcontractors who reported their county of residence as
Palm Beach County:
S i fined
SP-29 Page 1411 of 2350
Agenda Item #24.
f
SPECIAL PROVISIONS!'
.n Lon
saw% ?8 Lai
%,.,�.000=1
I
0
31
"Man 1 S l +
i
109 V CM t funm 171p.3
{NhL f rl g1wAF
-
LIS
*- XR+R =59 f' SUM
43199 18&9 1* LKST1IN aoo 42K Taks 1m WAY I&A Am
GSM 1"N110 E r 4301, r crMIS no t W Ows"WIN IN I
0' Sam POO M10A1111 11131AN cmum
a P10 Ili � mat "KAsloa s
STAWO Commit' an"
'UK W104 c1im"W"
DETAIL FOR INSTALLATION OF MEDIAN IRRIGATION
SLEMS FOR NoFtourPHF ARE ROADS
OW"WAIP
AS-U[L.T CRT IF TCATLDN I:ORN
�•�
OFFSETS FROM fL OF CONSTRUCTION
FOR ENDS OF 6" SLEEVES
ME"
a "Aft
um
Pat"
1�
LOOM W
'Pon M
La" 93M
vivo
tsIs
$is"
ainug
L"*o cor
r1K am
Atar f!D&
sub -TOTAL
TOTAL, PRW EC T a
GENERAL NOTES
I. ALL SLELVES 1 LEFT 6 R IGNT t SH AU EE INSTALLED
S. OACRF ILL ING ADM SLUVES SMALL BE PERFINNED
All SAW STATION. UNLESS OTNER1IISE DiOO=
ACCWDING TO R.D.O.T. SPECIFICATION SECrtON
dT � E GINEER.
IZS-8.3 t DACKF [LL Ifs KOU30EIENIS FCSt PIPE
2. ALL SLE vz ENDS ARE TQ IIE tAF#E]i.
CULVERTS sw sin" SEDERS t.
3. ALL S+rE ENDS AK TO � �D AT 31�
G. ALA STATIONS APPROXIMATE. CWMACTOR NMT
TI't+E � INSTAE�ATI�I iXtTN A ���� I�p�
CGIIT+� [T COs11Tr Elul r PR t:aR TO 1MST �►L #. AT J [MI
lD+1 D ST&D#Mo 'I� WICALLT rK)M SMVI LHO
TD ['N"TE1tYINE EXACT LOCATION IN THE FIELD-
TO 11' ASOVE F IH # SHED OFr . EWW4 SODDEN
IAA ER IS TO K PA i R= ORANGE FOR "JUAE
T. E A C" SLEEVE FW 35 10 K NAWED AT rNE T JWE OF
LOCATION PU"C SES.
111tSTALL AT I N rITR A 39 ELECUMIC MOREP #NOM 12S21
AND GIBS STATE FLAKE CDMMINATES SHAD DE RECO�Ip0.
4. SLEEMI'E5 ARE TO Of 6' P.'V.C. St#�Ii.I1I Iip Firs SA3U
UPW F.D.O.T. SPII:CIFtCATHIN SECTIdt 949. OR E' INLACR
INOT-C=IFFE0 40ALVAN IZEC tTfEL FIFE R1TH A P-ItUMM GALL.
THICKNESS [P 0.280` EASFD UPM A.S. T.It. STANDAN AS3-09A.
PALM ■fit ITT + A" IPVJLW WOM " ROAIYWJI'T FRODUCTM
VISED JAH"T 27
SP-30
Page 1412 of 2350
Agenda Item #24.
To Be Pala For
SPECIAL PROVISIONS
To Be Fold For
As Curb Cutter As Curb & Gutter
F.L. of Geier,
G _ �,00
Four In Al�we class 1 Concrete �
m1n/fwm 6 tt kkness under • - •
entire footprint of jpr-c--cast toy 4-'•
3R-W
Gutter
T'ronsftlon
{
Pour In place core r ete shall
clso enwmpass the eonnectlon
of the pre --cost top ark the
drelrVe structurep I foot wide 1
orrd 6 below the connactlon
� Gutter �
Trarasltlon
INLE T TYPE 5
tCurb Inlet Top Type 6 Symmet r tcdl with Left Half;
SUPPLEMENTAL CONCRETE AT DRAINAGE STRUCTURE TOP DETAIL
SP_31 Page 1413 of 2350
Agenda Item #24. SPECIAL PROVISIONS
DUEL ADJUSTMENT CALCULATI�
Estimate No:
Status as of
Contractor:
YearlMonth:
Project Name: I
Diesel Index at Bid (Pb):
Project No.:
Current Diesel Index (Pi):
Line .Item
Diesel
Bid Unit
Item Number Item Descrp#i on
Unit
+Qum
Factor
pie
Diesel Gal
Provided
01201 Excavation Regular
012022 ' Excavation Borrow (Truck Measure)
01203 Lateral Ditch Excavation _
01204 Excavation Subsoil
01205 Channel Excavation
CY 1
0.325608
CY
0.476002
CY
0.329693
CY
_ _
0.374097
CY
CY
i
0.3 49267
01206 Embankment
01604 Stabilisation Type B _
285701 Base O t (Base Group 01)
285702 113ase Optional (Base Group 02)
285703 Base Optional (Base Group 03)
285704 Base Optional (Base Group 04
285705 ,Base Optional (Base Group 05)
0.242148
SY
.0.341408
SY
0.259256
SY
0.302695
SY
0.32421.5
SY
0.345735
_
SY 0.429763
SY 0.473203
SY 0.494721
285706 Base Optional (Base Gro
285707 Base Optional (Base Group 07)
285708 Base OL?tional (Base Group 08)
285709 Base Qptional (Base Group 09)
285710 Base Optional Base Group 10)
285711 _Base Optional (Base Group 11)
285712 Base Optional (Base Group 12)
285713 Base Optional (Base Groin 13)
SY
0.537761
SY
0.559283
SY
0.602719
SY
0.645762
0.667281
SY
_
SY
SY
_ SY
0.833287
285714
Base Optional (Base Groin 14)
0.855198
s
285715
Base O tional Base Grou 15
1.309412
02861
02862
Turnout Construction/ Driveway Base -Optional
Materials
Turnout Construction, Asphalt/Driveway Base -Asphalt
Materials _
Asphalt Treated Permeable Base
SY
TN
0.360901
-
1.272316
_
0287 1
CY
TN
2.701117
0334 1 11 Supe ave Asphaltic Concrete (Traffic A)
0334 1 12 Superpave Asphaltic Concrete (Traffic B)
2.701117
TN
2.701117
0334 1 13 Superppave As haltic Concrete (Traffic C')
TN
2.701117
03341 14 Superpave Asphaltic Concrete (Traffic D) TN 2.701117
03341 15 Stioerrave Asphaltic Concrete (Traffic E) _ TN - - 2.701117
0334 152 Superpave Asphaltic Concrete, Traffic B TN 2.701117
0334 153 Superpave Asphaltic Concrete, Traffic C TN 2.701117
0334 154 Supet-pave Asphaltic Concrete, Traffic D _ TN 2.701117
0334 155 Superpave Asphaltic Concrete, Traffic E TN 2.701117
0334 156 Superpave pave Asphaltic Concrete, Traffic B Polymer TN 2.701117
03341 57 Superpave Asphaltic Concrete, Traffic C, High TN - 2.7 1117
Pol er 0
0334158 Superpave Asphaltic Concrete, Traffic D, High _ TN 2.701117 .701117
Polymer
0334 159 Superpave Asphaltic Concrete, Traffic E, High
TN 2.701117
Polefiier
0337725 Asphalt Concrete Friction Course, Inc Bit, FC-5 _ TN 2.701117
Asphalt Concrete Friction Course, Inc Bit, FC-5, High ��� _ � _ _
0337726 TN 2.701117
Polymer
0337780 Asphaltic Concrete Friction CSE,Traffic B, FC-9.5 TN 2.701117
_
0337781
Asphaltic Concrete Friction CSE,Traffic B, FC-12.5,
TN
2.701117
2.701117
2.701117
2.701117 C
0337782
Asphaltic Concrete Friction CSE,Traffic C, FC-9.5
TN
_
0337783
Asphaltic Concrete Friction CSE,Traffic C, FC-12.5 TN
As .haltic Concrete Friction CSE,Traffic D. FC-12.5 TN
10337785
712112022 a:sa" SP-32 Page 1414 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
.°EL ADJUSTMENT CALCULATID
Estimate No:
I
Status as of -
Contractor:
YearlMonth:
Project Name:
'
a
I Diesel .index at Bid (Pb):
Project No.:
I Current Diesel Index (Pi):
Line ,item
Diesel
Bid Unit.
Item Number
I&M escripFtrort
Unit
Quand or
Factor
D el (Gal)
Provided
0337788
Asphaltic Concrete Friction CSE,Traffic E. FC-12.5 TN
2.7 01117
0337790
Asphaltic Concrete Friction CSE,Traffic B, FC-9.5, TN
2.701117
High Polvner _
0337791
Asphaltic Concrete Friction CSE,Traffic B, FC-12.5,
TN
N
2.701117
_
Hi h Po1��rirer
0337 792
Asphaltic Concrete Friction CSE,Traffic C, FC-9.5, TN
2 .701117
Hi Polymer
0337793
.Asphaltic Concrete Friction CSE,Traffic C, FC-12.5, TN
2.701117
High POIYT- rer
0337794
Asph Concrete Friction CSE,Traffic D, FC-12.5, High
TN
2.701117
Polymer
03391
Miscellaneous As halt Pavment TN
2.468457
Total (&a t6red _ iurial a eons)
ttt.+dex % DI*ffc ce
Monthly Ad f ustment Amount
FUELS:
_
All bids for materials covered by the Proposal are to include required fuels. No additional payment will be made for the fuels. The Department will adjust the bid
unit price for fuel,
to reflect increases or decreases in the current fuel price (CFP) from that in effect during the month in which bids were received (BFP). A price
adjustment may be made upon request by either party, when escalation or de-escalation of the cost of the fuel used in this proposal exceed 5% (See general Provision
Section 9-2.1.1 "Fuels").
No adjustment will be made for Gasoline
* Nate:
Adjustments will only be made on the line items listed above.
c
,https://www.fdot.gov/construction/fuel-bit/fuel-bit.shtm
This form shall be submitted on a monthly basis to the Engineer.
_
l certi fN, that. based on niN, personal knoiviedge and N-vell-rounded belief hollowing my- own reasonable investigation. quantities represented
by this Certification are true and correct.
r
Signature
Printed Name Date
Page 1415 of 2350
712112022 8:50 AM SP-33
Agenda Item #24.
SPECIAL PROVISIONS ,
��IQUID ASPHALT UALUULATI[:
Estimate No:
Contractor:
Project Name:
Project No.:
Status as of
BAPI
PG 6 7:
.PG 76:
Year Month
PG 67 or
PG 76
Tons
Provided
LA, �
Gallons
Provided
9S°6 or
105% o
API
DWerence
+ or -
Change In
Cost
� �e
(LIQUID ASPHALT:
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 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 during the month in which bids were
received (BAPI). 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 Asphaltic Concrete Mixes included in this proposal exceed 5% (See General Provision Section 9-2.1.2 "Bituminous Materials").
The L.A. % to be applied for Friction Courses is 6.50%
For all other asphalt mixes, the L.A. % shall be 6.25%
* Noter This form shall be submitted on a monthly basis to the Engineer.
L.A. Density is 8.58 lbslgal
htt) s:llwww. fdot. L,ov/construction/fuel-bit/fuel-bit. shtm
I certit'v that. based can nib• Personal knowledge and well-founded be ief iolloxving my oNvn reasonable investigation. quantities
FCJ!1_CSC» 1CJ b. this CO-Ifl-IC',160 11 arc. IRIC U11d COITC0.
Signature
Printed Name
Lrate
SP-34 Page 1416 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
STI_ MATERIALS ADJUSTMENT CALCU, ,ON
Estimate No: Status as of.
Contractor: YearlMonth:
Project Name: BMPAS.•
Project No.: CMPf4S:
FDGT Item Item Descyripdon Unit
Number
Quafi t`&
Factor
Bid Un't
prke
M tM.1 host
REBAR AND PRESTRESSING STRAND ITEMS
0415 1 1 Reinforcing Steel- Roadway LB 0.48 $ a
0415 1 3 Reinforcing Steel- Retaining, `Nall LB 0.48 $
0415 1 4 Reinforcing Steel - Brid a Superstructure LB 0.48 $
0415 1 5
Reinforcing Steel- Bridge Substructure
LB
LB
-
0.48
0.48
$
' $
0415 1 6
0415 1 8
Reinforcing Steel- Miscellaneous - -
Reinforcing Steel- Bulkhead
LB
0.48
$
$
0415 1 9
0450 1 1
Reinforcing Steel- Aj)proach Slabs
Prestressed Beams, Type 11
LB
f
0.48
LF
0.24
$
0450 1 2
Prestressed Beams Type III
LF
0.24
$
$
0450 1 3
Prestressed Beams, T� e IV
LF
-
0.24
0450 1 4 !
Prestressed Beams, Type V
Prestressed Beams, Type V1
LF
0.24
0.24
$
$
0450 1 5
0450 1 7
LF
Prestressed Beams, Special Type
Prestressed Beams, Bulb T - 72"
Prestressed Beams, Bulb T - 78"
LF
0.24
0.24
$
$
0450 172
LF
0450 178
LF
0.24
0.24
$
$
0450 1118
Prestressed Beams, Florida Double Tee, FDT18
LF
0450 1124
Prestressed Beams, Florida Double Tee, FDT24
LF
0.24
$
0450 1130
Prestressed Beams, Florida Double Tee, FDT30
LF
0.24
$
0450 1132
Prestressed Beams, Florida Double Tee, FDT32
LF
0.24
$
0450 1201
11. x
Prest Beams _LF
Prest Beams, T� e III, Modified
$,Type
_
0450 1202
LF
0.24
$
0450 1203
Prestressed Beams, T pe IV Modified
Prestressed Beams, Inverted T 20"
LF
0.24
$
$
$
$
$
0450 1250
LF
0.24
0450 1251
Prestressed Bearns, Inverted T Modified from Fib, 26.5"
LF
0.24
0.24
0.24
0450 2178
Prest Beams: Florida-1 Beam 78" Modified,, witb Post
Tens ionin
Prestressed Slab Units Transversely Past Tensioned, 15"7-
LF
045088 15
SF
045088 18
Prestressed Slab Units Transversely Post Tensioned, 18"
SF
SF
0.24
$ _
$
0450 88 20
Prestressed Slab Units Transversely Post Tensioned, 20"
0.24
0450 236
Prest Beams: Florida -I Beam 36"
Prest Beams: Florida-( Beam 45"
LF
0.24
0.24
$
0450 245
LF
$
0450 254
Prest Beams: Florida -I Beam 54"
Prest Beams: Florida -I Beam 63"
LF
0.24
$
0450 263
LF
0.24
$
0450 272
Prest Beams: Florida-1 Beam 72"
Prest Beams: Florida -I Beam 78"
LF
0.24
0.24
$
0450 278
LF
$
0450 284
Prest Beams: Florida -I Beam 84"
Prest Beams: Florida-1 Beam 96"
LF
0.24
$
$
0450 296
LF
0.24
0450 4 1 Prestressed Beam- FL U-Beam, 48"
0450 4 2 Prestressed Bearn- FL U-Beam, 54"
0450 4 3 'Prestressed Beam- FL U-Beam, 63"
0450 4 4 Prestressed Beam- FL U-Beam,72"
LF
0.24
$
LF
0.24
$
LF
0.24
$
LF
0.24
$
0450 4 15 Prestressed Beam- Florida U-Beam, U90 Curved Precast
S )liced U-Girder
LF 0.24
LS . 0.24
$
$
0450 6 Prestressed Slab Beams, Install
0450 614 Prestressed Slab Beams, Width 4811, Thickness 18"
0450 615 (Prestressed Slab Beams, Width 4811, Thickness 15"
LF
0.24
$
$
$
LF
LF
0.24
0.24
0450 624 Prestressed Slab Beams, Width 6011, Thickness 18"
0450 625 Prestressed Slab Beams, Width 6011, Thickness 15"
LF
0.24
0450 8 11 'Prestressed Bearn: Florida Slab Bean, Beam Depth 12" Carbon LF
Steel. Width 48-51" _-
0450 812 ! Prestressed Beam: Florida Slab Seam, Beam Depth 12" Carbon LF
Steel, Width 52-5411
0450 813 Prestressed Bearn: Florida Slab Beam, Beam Depth 12" Carbon LF
Steel. Width 5 5 -5 7"
0450 8 14 Prestressed Beam: Florida Slab Beam, Beam Depth 12" Carbon LF
Steel Width 5 8-60"
0.24
0.24
0.24
0.24
$
- -
$
$
$
SP-35 Page 1417 of 2350
Agenda Item #24. SPECIAL PROVISIONS
S`7,MATERIALS ADJUSTMENT CALCr-- 'ION
Estimate No:
Contractor:
Project Name:
Project wo-
FD0T_ Item
Number
Item Des ton
unit
0450 821
Prestressed Beam: Florida Slab Beam, Beam Depth 15" Carbon
Steel, Width 48-51"
LF
0450 822 Prestressed Beam: Florida Slab Beam, Beam Depth 15" Carbon
Steel, Width 5 2-54"
_
LF
0450 8 23
Prestressed Beam: Florida Slab Beam, Beam Depth 15" Carbon
Steel, Width 55-57"
LF
0450 824
Prestressed Beam: Florida Slab Beam, Beam Depth 15" Carbon
Steel, Width 58-60"
LF
0450 831 Prestressed Beam: Florida Slab Beam, Beam Depth 18" Carbon
Steel, Width 48-51"
LF
LF
0450 832 Prestressed Beam: Florida Slab Beam, Beam Depth 18" Carbon
Steel, Width 52-54"
0450 833
Prestressed Beam: Florida Slab Beam, Beam Depth 18" Carbon
Steel, Width 55-57"
LF
0450 834
Prestressed Beam: Florida Slab Beam, Beam Depth 18" Carbon
Steel, Width 58-60"
LF
LF
0450 853
Prestressed Beam: Florida Slab Beam, Beam Depth 12"
CFRPISS, Width 55-57"
0450 854
Prestressed Beam: Florida Slab Beam, Beam Depth 12"
CFRPISS, Width 58-60"
_
LF
LF
0450 861
Prestressed Beam: Florida Slab Beam, Beam Depth 15"
CFRPISS, Width 48-51"
0450 862
Prestressed Beam: Florida Slab Beam, Beam Depth 15" --
CFRPISS, Width 52-54"
Prestressed Beam: Florida Slab Beam, Beam Depth 15"
CFRP/SS, Width 55-57"
LF
LF
0450 863
Prestressed Beam: Florida Slab Beam, Beam Depth 15"
CFRPIS S, Width 5 8-60"
LF
0450 864
_
Prestressed Beam: Florida Slab Beam, Beam Depth 18"
CFRP/SS- Width 52-54"
0450 872
LF
045170
Prest Soil Anchors
EA
0455 14 2
Concrete Sheet Piling, 8"x30"
LF
0455 14 3 ,
Concrete Sheet Piling, 1011x30"
LF
0455 14 4
I Concrete Sheet Pil' , 12"00"
LF
045534 1Prestressed
Concrete Piling, 12" Sq„
LF
045534 2
Prestressed Concrete Pi lin .,} l 4" Sq.
LF
045534 3
Prestressed Concrete Piling, 18" Sq
LF
045534 4
Prestressed Concrete Piling, 20" Sq
LF
045534 5
Prestressed Concrete Pilin , 24" S.
LF
045534 6
045534 7
_
Prestressed Concrete Piling 30" Sq _
Prestressed Concrete PiliR&, 36" S
LF
LF
0455 34 23
Prestressed Concrete Piling, 18" Sq WIFRP or Stainless Steel
Strand and Reinforemy-
LF
Prestressed Concrete Piling 24" S q WIFRP or Stainless Steel
Status as of
YearlMonth:
BMPAS.-
CMPAS:
uandty FarctoUnft
r ���
+, I vaterw cast
45534 25 Strand and Reinforcino LF
0455 34103 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
Internal Gauges, 18" Sq
0455 34105 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
Internal Gauges, 24" Sq
0455 34106 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
Internal Gauges,, 30" Sri
0455 34107 prestressed Concrete Piling, Includes 100% Dynamic Testing- �LF _
Internal Gau ges 36" Sq
0455 34125 prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
Internal Gauges, 24" Sq WIFRP or SS Strand and Reinforcing
0455 34203 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
External Gauges, 18" Sq
0.24 $
0.24 $
0.24 $
0.24 $
0.24 1 1 $
0.24 1 1 $
0.24 $
0.24 $
0.24 $
0.24
0.24
$
$
0.24
$
0.24
$
$
0.24
0.24
0.15
$
$
0.20
$
0.20
a
0.20
$
0.22
$
0.22
$
0.22
$
0.22
$
- -
0.22
$
0.22
$
0.22
$
039
$
0.39 $
0.22 $
0.22 $
0.22 $
0.22 $
0.22 $
f 0.22 $
SP-36 Page 1418 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
STD. _+MATERIALS ADJUSTMENT CALCU,
Estimate No.
Contractor:
Project Name:
Project No.
FDOT Item Item DescKpdon
Unit
Number
0455 34205
Prestressed ConcretePiling, Includes 100% Dynamic Testing- LF
External Gauges. 24" Sq
Prestressed Concrete Piling, Includes 100% Dynamic Testing- j LF
0455 34206
External Gauges, 30" Sq
Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF
0455 34207
_
External Gau es, 36S
045588 1
Drilled Shaft, 24" Diameter LF
0455 88 2
Drilled Shaft, 30" Diameter _
Drilled Shaft, 36" Diameter
LF
LF
4455 88 3
Drilled Shaft, 42" Diameter
LF
0455 88 4
LF
0455 88 5
Drilled Shaft, 48" Diameter
0455 88 6
Drilled Shaft, 60" Diameter
LF
LF
0455 88 7
Drilled Shaft, 72" Diameter
0455 88 8
0455 88 9
4455 88 15
4455 88 19
0455 88 20
0455 88 21
0455143 1
0455143 2
0455143 3
0455143 4
0455143 5
0455143 6
0455143 7
0455143 23
0455143 25
0462 2 11
0462 2 12
0462 213
0462 214
0462 221
0462 222
0462 223
0462 224
0521 1
0521 1 1
ncell 7 It
V.aL 1 1 I/-
0521 1 13
0521 1 14
0521 5 2
0521 5 3
0521 5 4
0521 5 5
0521 5 6
0521 5 7
0521 5 8
Drilled Shaft, 54" Diameter
Drilled Shaft, 66" Diameter
Drilled Shaft, 84" Diameter
Drilled Shaft, 90" Diameter
Drilled Shaft, 108 " Diameter
Drilled Shaft, 96" Diameter
Test Piles -Prestressed Concrete, 1 2" S
Test Piles -Prestressed Concrete, 14" S
_ Test Piles -Prestressed Concrete, l S" S
Test Piles -Prestressed Concrete,20" Sq
Test Piles -Prestressed Concrete,24" Sq
Test Piles -Prestressed Concrete,30" Sq
Test Piles -Prestressed Concrete,36" Sq
Test Piles -Prestressed Concrete,18" Sq Wl FRP or Stainless
_ Steel Strand and Reinforcing
Jest Piles -Prestressed Concrete, 24" Sq WI FRP or Stainless
Steel Strand and Reinforcing
Post Tensioning Tendons, Superstructure Strand with Grout
,,Post Tensionine Tendons, Superstructure Bar with Grout
Post Tensioning Tendons, Substructure Strand with Grout
arUbL tr.IMI1 I JI1 6 .LG11uV117, 0LLU0UUULLU%, Dual rv1U1 1,31VUt
Post Tensioning Tendons, Superstructure Strand with Flexible
Filler
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LB
LB
LB
LB
i
L
Status as of
YearlMonth:
BMBAS.
CMPA► .
Quantity Factor Bides nif ateA I Cost
0.22
0.22
0.22
0.13
0.13
0.13
0.13
0.13
0.13
0.15
0.15
0.15
0.15
0.15
0.15
0.15
0.11
0.11
0.11
0.11
0.11
0.11
0.11
0.11
0.11
0.53
0.53
0.53
0.53
0.53
Post Tensioning Tendons, Superstructure Bar with Flexible
Filler
Post Tensioning Tendons, Substructure Strand Flexible Filler
Post Tensioning Tendons, Substructure Bar with Flexible Filler
Median Concrete Barrier Wall
LB
0.53
0.53
$ '
$
LB
LB
0.53
$
LF
0.17
$
Median Barrier Wall Conc, Precast
LF
0.17
$
Median Concrete Barrier, 38" Height
Median Concrete BarrierShort Grade -Separated arate d �� _
,
Median Concrete Barrier, Tall Grade -Separated
LF
0.17
$
LF
0.17
0.17
$ _
$
_LF
LF
Median Concrete Barrier, Variable Section Width For Sign or
Pier Shielding
Concrete Traffic Railmi - Bridge, 32" F - Shape
0.17
$
LF
0.15
- 0.1.6
0.16
$ _
$
Concrete Traffic Railing- _Bj ji g , 42" F - Shape _
Concrete Traffic Railing- Bridge, 32" F - Shape, Median,
Double Face
Concrete Traffic Railing- Bridge, 32" Vertical Face
_LF
LF
LF
0.16
$
Concrete Traffic Railing- Bride, 42" Vertical Face
Concrete Traffic Railing- Bridge, Corral WlCurb
Concrete Traffic Railin ., Bridle, Corral without Curb
Concrete Traffic Railin g- Brid e,Retrorit-Vertical Face
LF
0.16 $
0.16 $
LF
LF
0.16 $
0.16 $
LF
SP-37 Page 1419 of 2350
Agenda Item #24. SPECIAL PROVISIONS
f
S � ,MATERIALS ADJUSTMENT CALC�-ION
Estimate No. -
Contractor:
Project Name:
Project No.:
FDOF Item Item Descrpdon unk Quan&y
1Vurnber
0521 5 9 Concrete Traffic Railing,, Bride, Special Desiu- i i LF
0521 5 10 Concrete Traffic Railing- Bridge, Rer air Existing LF
0521 5 11 I Concrete Traffic Railing- Bridge, Retrofit -Post & Beam Railing EA
0521 5 12 Concrete Traffic Railing- BridL!.e, 36" Median Sin lie Sla e LF
0521 5 13 Concrete Traffic Railan - Bridge, 36" Sin e-Sloe LF
0521 5 14 Concrete Traffic Railing- Bridge, 42" Single -Sloe
LF
0521 520 Concrete Traffic Railing- Bridge, F Shaped with Sound/Noise
LF
Barrier Wall 8' Height
0521 522 Concrete Traffic Railing- Bridge, 8'-0" Noise Wall _
LF
0521 6 1 Concrete Parapet, Pedest/Bicycle
LF
0521 6 2 Concrete Parapet, Special
LF
0521 6 3
Concrete Parapet, Retaffiing Wall Mounted with Sidewalk
LF
0521 6 11 Concrete Parapet, Pedestrian/Bicycle, 27" He10t
LF
_ i
0521 612 Concrete Parapet, PedestrianlBic-%.-cle, 42" Hei t
LF
0521 6 15 Concrete Parapet, Pedestrian/Bicycle, 26" Height with Stone
LF
lCap_
0521 631 Concrete Parapet, Retaining Wall System Mounted
LF
. W1Sidewalk, 27" Height
0521 632 Concrete Parapet, Retaining Wall System Mounted
LF
0521 634 Concrete Parapet, Retaining Wall System Mounted
LF
WlSidewalk, Curb
0521 7 1 I Concrete Traffic Railing Barrier -Retaining Wall System, F
LF
Shape with Sound/Noise Barrier Wall, 8' Height
L
0521 8 1 Concrete Traffic Railing Barrier with Junction Slab, 32" F
LF
Shape
0521 8 2 Concrete Traffic Railing Barrier, with Junction Slab, 42" F
_
LF
Shape
0521 8 3 Concrete Traffic Railing Barrier, with Junction Slab, 32" j LF
Vertical Face
0521 8 4 Concrete Traffic Railing Barrier, with Junction Slab, 42" LF
Vertical Face
0521 8 5 Concrete Traffic Railing Barrier, with Junction Slab, Corral LF
with Curb
0521 8 6 CConcrete Traffic Railing Barrier, with Junction Slab, Corral
LF
without Curb
0521 8 7 Concrete Barrier, with Junction Slab, 36" Single Slope
LF
0521 8 8
Concrete Barrier, with Junction Slab, 42" Single Slope
Concrete Barrier, with Junction Slab, 8'-0" Noise Wall
LF
0521 8 11
LF
052172 2
Shoulder Concrete Barrier, Box Culvert
LF
052172 3
Shoulder Concrete Barrier, Rigid -Shoulder
LF
052172 4
Shoulder Concrete Barrier, Rigid Retaining
LF
052172 5
Shoulder Concrete Barrier Wall, Rigid -Curb & Gutter
LF
Shoulder Concrete Barrier Wall, Rigid - Shoulder with 8' R LF
052172 7
- a=
Sound/Noise Wall
Shoulder Concrete Barrier Wall, Rigid Shoulder 42" LF
Shoulder Concrete Barrier Wall, Ri 'd Shoulder 54" LF
0521 72 10
0521 72 11
0521 72 20 Shoulder Concrete Barrier Wall, F Shaped, with 8'Sound/Noise
LF
Wall
0521 72 21 ;Shoulder Concrete Barrier Wall, F Shaped, with 10'
LF
Sound/Noise `]Nall
0521 72 22 Shoulder Concrete Barrier Wall, F Shaped, with 12'
LF
Sound/Noise Wall _
0521 72 23 Shoulder Concrete Barrier Nall, F Shaped, with 14'
LF
Sound/Noise Wall
0521 72 24 Shoulder Concrete Barrier Wall, 8' Noise Wall
LF
0521 72 27
Shoulder Concrete Barrier Wall- 14' Noise Wall
LF
Status as of
YearlMonth:
.BMW:
CMPAS:
Factor 81d U
Prlc
0.16
0.16
0.16
0.16
0.16
0.16
0.20
0.20
0.13
0.13
0.13
0.13
0.13
0.13
0.13
0.13
0.13
0.20
0.16
0.16
0.16
0.16
0.16
0.16
0.16
0.16
0.18
0.17
0.17
0.17
0.17
0.18
0.17
0.17
0.18
0.18
0.18
0.18
0.18
0.18
.... mate" Fast
ice
$
�_$
$
$
$
$
$ e
$
SP-38 Page 1420 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
STL. -MATERIALS ADJUSTMENT CALCU k ,LON
Estimate No: Status as of. -
Contractor: YearlMonth:
Project Name: BMPAS:
Project No.: CMPAS:
FDOT Itern Item Description
Item
Unit
�u�rrtt�'ty
Farct¢r
BidUnit
Iater�rrl �'vs�
Number
0521 72 40 Shoulder Concrete Barrier, 38" or 44" Hei t
LF
LF
0.17
$
$
0521 72 41 Shoulder Concrete Barrier, Retaining Section
0.17
0521 72 42 Shoulder Concrete Barrier, 3 8 " Trench Footing Section
LF
0.17
$
LF
0.17
0521 72 43 Shoulder Concrete Barrier, Curb and Gutter Barrier
$
0521 72 44
Shoulder Concrete Barrier, 44" Pier Protection Barrier/Crash
LF
0.18
$ i
Wall
_
Shoulder Concrete Barrier, 56" Pier Protection Barrier/Crash
0521 72 56
Wall
LF
0.18
$
_
052172 60
Shoulder Concrete Barrier 3 8 " Wall Shielding Barrier
LF
0.17
$
$
0521 72 61
Shoulder Concrete Barrier, Variable Width For Nall or Sign
LF
0.17
Shielding
_$
053472
Concrete Noise Nall
SF
0.20
SF
0.20
053473
Perimeter Wall
$
0641 211
Prestressed Concrete Pale, F&I, Type P-11 Pedestal
EA
0.22
_ _ �
I $
EA
EA
0.22
0.22
0641 212
Prestressed Concrete Pole, F&I, T�I?e P-11 Service Pole
$
0641 2 13
Prestressed Concrete Pale, F&I, T� )e P-M
$
EA
0.22
0641 214
Prestressed Concrete Pole, F&I, Tv .+e P-IV
$
0641 2 15
Prestressed Concrete Pole, F&I, Lype P-V
Prestressed Concrete Pole, F&I, Type P-VI
EA
0.22
0.22
$
$
0641 216
EA
0641 2 17
Prestressed Concrete Pole, F&I, Type P-VII
EA
0.22
$
$
0641 2 18
Prestressed Concrete Pole, F&I, Type P-VIIi
EA
0.22
0641 2 19
Prestressed Concrete Pole, F&I Custom Desip
EA
0.22
0.22
$
$
0641 230 _
Prestressed Concrete Pole, Install
EA
Concrete CCTV Pole, Furnish & Install with Lowering Device, EA
0.22
$
0641 3163
63'
0.22
0641 3169
Concrete CCTV Pole, Furnish & Install with Lowering Device, EA
$
69'
0641 3175 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA
0.22
$
75'
0.22
$
0641 3180 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA
80'
0.22
0641 3186 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA
$
86'
0.22
$
0641 3263 Concrete CCTV Pole, Furnish & Install without Lowering EA
_ Device, 63'
0.22
$
0641 3269 Concrete CCTV Pole, Furnish & Install without Lowering EA
Device, 69'
Concrete CCTV Pole, Furnish & Install without Lowering
0641
EA
I 0.22
$
3275
Device, 75
EA
0,22
$
0641 3280 Concrete CCTV Pole, Furnish & Install without Lowering
Device, 80'
0641 3286 Concrete CCTV Pole, Furnish & Install with Out Lowering
EA
0.22
$
Device 86'
0641 14134
JPrest Conc Pole, F&I - with Foundation, Type N-V: 34'
EA
0.22 1
1
$
GUARDRAIL ITEMS
536-1-0 Guardrail -Roadway, General/Low Speed TI-2 LF 0.65 $
536-1-1 Guardrail -Roadway., General Tl-3
LF
0.65
$
536-1-3 Guardrail- Roadwag Double Face
LF
0.65
$
_ _
536-5-1 +Rub Rail for Guardrail, Single Sided Rub Rail
0.65
- - I $
LF
LF
0.65 $
0.65 $
536-5-2 'Rubrail for Guardrail, Double Sided Rub Rail
536-6 P11)e Rail for Guardrail
LF
Special Guardrail Post- Deep Post for Slope Break Condition-
I
536-7-1
Timber or Steel
EA
0.65 $
EA
536-7-2 Special Guardrail Post- Special Steel Post for Concrete
0.65 $
Structure Mount
0.65 $
536-7-3
Special Guardrail Post- Encased Post for Shallow Mount
EA
Page 1421 of 2350
SP-39
Agenda Item #24.
Estimate No:
Contractor:
Project Name:
Project No.:
SPECIAL PROVISIONS -
Sr � MATERIALS ADJUSTMENT CALC-,---i' ION
Status as of:
YearlMonth:
.BMPA S:
CMPAS:
FDOT Item Item Description
Number EWE q�]
Unit
536-7-4
Special Guardrail Post- Frangible Leave -Out for Mounting
Throu It Concrete Surface
EA
Guardrail- Bridge Anchorage Assembly, Furnish & Install
536-8
EA
536-8-11
i
Approach Transition to Rigid Barrier Connection, Furnish &
Install
EA
536-8-12
Approach Transition Connection to Rigid Barrier, Furnish and
Install, Tl-2
s EA
_
536-8-13
Approach Transition Connection to Rigid Barrier, Furnish and
Install_ Tl-3
EA
536--60
_
Approach Transition to Rigid Barrier- Bridge Anchorage
Assembly, Remove
EA
EA
536-83-1
Guardrail Post Replacement, Regular (Maintenance Use Only)
Guardrail End Treatment- Trailing, Anchorage
536-85-20
EA
536-85-22
Guardrail End Treatment- Flared Approach Terminal
EA
536-85-24
Guardrail End Treatment- Parallel Approach Terminal
EA
536-85-25
Guardrail End Treatment- Trailing Anchorage Type H
EA
536-85-26
Guardrail End Treatment- Type CRT
EA
536-85-27 Guardrail End Treatment- Double Face Approach Terminal
EA
536-85-28 Guardrail End Treatment- Double Face Type II Trailing
Anchorage _
536-85-29 Guardrail End Treatment- Double Face Trailing Anchorage
EA
EA
536-8111 Guardrail Transition Connection to Rigid Barrier, F&I- Index
536-001 -A1 roach Tl-2
EA
EA
536-8112 Guardrail. Transition Connection to Rigid Barrier, F&I- Index
536-041, Approach T1-3
EA
536-8113 Guardrail Transition Connection to Rigid Barrier, F&I- Index
536-001 Tr,
536-8122 Guardrail Transition Connection to Rigid Barrier, F&I- Index
1 5 3 6-002, Approach Tl-3
EA
EA
536-8123 Guardrail Transition Connection to Rigid Barrier, F&I- Index
536-0027 Trailing
EA
544-2-1 Crash Cushion, T1-22 Narrow
544-2-2
Crash Cushion, Tl-2, Wide
EA
544-3-1
Crash Cushion, Tl-3, Narrow
EA
EA
544-3-2 Crash Cushion„ Tl-3, Wide_
_
5 44-75-1 Crash Cushion
EA
STEEL HANDRAIL ITEMS
046071 1 Metal Traffic Railing, Thrie Beam Retrofit LF
046071 2 Metal Traffic Railing, Steel Post and Rail
LF
046071 4 Metal Traffic Railing,, Rectangular Tube Retrofit
LF
0515 1 1 Pipe Handrail - Guiderail, Steel
0515 2211 IPedestrian 1 Bicycle Railing, Steel, 42" Type 1
LF
LF
LF
0515 2212
Pedestrian / Bicycle Railing, Steel, 42" Type 2
0515 2213
Pedestrian / Bicycle Railing,, Steel, 42" Type 3
LF
0515 2215
Pedestrian 1 Bic rcle Railing , Steel, 42" T e 5
LF
0515 2221 Pedestrian/ Bicycle Railing, Steel only,54 Type 1
LF
_
0515 2231 Pedestrian/ Bicycle Railing, Steel onIN ,48" Type I
LF
.09145501 Fencing- Pedestrian Barrier P1- 4' Steel Loop Fence
LF
STRUCTURAL STEEL AND STEEL SHEETPILING ITEMS
045535 1 Steel Piling, HP 8 x 36 LF
0455 35 3 Steel Piling, HP 10 x 42 LF
.045535 4 Steel PilipS, HP 12 x 53 LF
045535 5 Steel Pili , HP 14 x 73 LF
.045535 6 Steel Piling, HP 14 x 89 LF
045535 7 Steel Piling, HP 14 x 102 LF
045535 8 Steel Piling, HP 14 x 117
LF
Quantity Factor Bid tWit
Price
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65 _
0.65
0.65
1 $
0.65
$
0.65
$
$
0.65
0.65
$
0.65
$
0.65
$
0.65
$
0.65
$
0.65
$
0.35
$
0.35
$
0.35
$
0.35
� $
$
$
035
0.45
0.45
$
Alaterial cost
SP-40 Page 1422 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
STL .MATERIALS ADJUSTMENT CALCU� -ON
.Estimate No:
Contractor:
Project Name:
Status as of
YearlMonth:
BMPAS:
Project No.:
CMP.4S:
FDOT Item Item Descr tio�t
Number
Unit
anWy
Factor
Bid Unit
lee
Watmal Cant
0455 9
Steel Piling, Special _ , _ LF
Steel Piling, HP 16 x 101 LF
Steel Pilin, HP 12 x 74 LF
Steel Pihn;C., HP 16 x 88 LF
Steel Piling, HP 16 x 121 LF
0.35
$
.0455 10
0455.3.5 11
0.45
$
$
$
$
0.35
0455 35 12
045535 13
0.35
0.45
045535 14
0455 35 20
Steel Piling, HP 16 x 141
Steel Piling, 18" Diameter Pie
LF
0.45
$
LF
0.35
$
0455 35 21
Steel Pilin , 20" Diameter Pie
LF
0.35
$
0455 35 22
Steel Pilin24" Diameter Pipe
LF
LF
0.35
0.35
$
$
0455 35 23
Steel Piling, 30" Diameter Pie
0455133 3
Sheet Piling Steel, F&I Permanent
SF
0.58
$
0460 1 15
Structural Steel - Rehabilitation, Miscellaneous s
LB
0.65
$
0460 2 1
Struct Steel, Carbon
1 Struct Steel, Low Alloy
LB
0.63
$
$
0460 2 2
LB
0.63
0460 215 Struct Steel, Miscellaneous
0460 218 Struct Steel, Carbon- Truss
LB
0.65
$
$
LB
T
1 0.63
0460 2 20
Struct Steel - Newlwidenin�. , Weatherim,
LB
I 0.65
SIGN STRUCTURES AND AMST ARMS ITEMS
0649 1 10 1 Steel Strain Pule, F&I, Pedestal EA 0.40 $
0649 1 11 Steel Strain Pole, F&I, Type PS- IV EA 0.40 o $
0649 112 'Steel Strain Pole, F&, Type PS- V EA 0.40 $
0649 113 Steel Strain Pole, F&.I, Type PS- VI EA 0.40 e _ ��$
0649 114
Steel Strain Pale, F&I, Type PS- VII
EA
0.40
$
0649 115 Steel Strain Pale, F&I T e PS- VIa
EA
0.40
$
0649 116 Steel Strain. Pole, F&I, Type PS- IX EA
0649 117 Steel Strain Pole, F&I, Type PS- X EA
0649 2150 Steel CCTV Pole, Furnish & Install with Lowering Device, 50' EA
0649 2155 Steel CCTV Pole, Furnish & Install with Lowering Device, 55' EA
0649 2170 Steel CCTV Pole, Furnish & Install with Lowering Device, 70' EA
0.40
$
$
0.40
0.40
$
0.40
$
0.40
$
0649 2250 Steel CCTV Pule, Furnish &. Install without Lowering Device.,
50
EA
0.40 $
0649 2255 Steel CCTV Pole, Furnish & Install without Lowering Device,
_ _55'
0649 2260 Steel CCTV Pole, Furnish & Install without Lowering Device.2
60'
EA
0.40 $
EA
0.40
$
_
0649 2265
0649 2270
064921 1
064921 2
064921 3
064921 4
0649 21 5
Steel CCTV Pole, Furnish & Install without Lowering Device, EA
65'
Steel CCTV Pole, Furnish & Install without Lowering Device, EA
70'
Steel Mast Arm Assembly, Furnish and Install, Single Arm 30' EA
Steel Mast Arm Assembly, Furnish and Install, Double Arm 30'4, EA
30'
Steel Mast Aram Assembly, Furnish and Install, Single Arm 40' EA
Steel Mast Arm Assembly, Furnish and Install, Double Arm 40'- FA
3 0' i
Steel Mast Arm Assembly, Furnish and Install, Double Arm 40'- EA
40'
Steel Mast Arm Assembly, Furnish and Install, Single Arm 50' EA
Steel Mast Arm Assembly, Furnish and Install, Double Arm 50 EA
301
_
0.40
$
0.40
$
0.40
$
$ - -
$
$
$
0.45
0.40
0.45
0.45
064921 6
064921 7
0.40
$
0.45
$
Page 1423 of 2350
SP-41
Agenda Item #24. SPECIAL PROVISIONS
S MATERIALS ADJUSTMENT CALL, i ION
Estimate No:
Contractor:
Project Name:
Project No.:
Status as of °
lrearlMonth:
BMPAS:
CMPAS:
FOOT Item
Item Description
unit
Quan
Factor
Did Un- it
Hateria! Cast
Number
ice
064921 8
Steel Mast Arm Assembly, Furnish and Install, Double Arm 50'
EA
0.45
$
40
064921 9
Steel Mast Arm Assembly, Furnish and Install, Double Arm 50'
EA
0.45
' c
501
064921 10
Steel Mast Arm Assembly, Furnish and Install, Single Arm 60'
EA
0.40
$
064921 11
S#eel Mast Arm Assembly, Furnish and Install, Double Arm 60'
i EA '
0.45
30'
064921 12
Steel Mast Arm Assembly, Furnish and Install, Double Arm 60
EA
0.45
$
40'
064921 13
Steel Mast Arm Assembly, Furnish and Install, Double Arm. 60'
EA
_- A
0.45
50'
064921 14
Steel Mast Ann Assembly, Furnish and Install, Double Arm 60'
EA
0.45
60'
064921 15
Steel Mast Arm Assembly, Furnish and Install, Single Arm 70'
EA
0.40
0649 21 16
Steel Mast Arm Assembly, Furnish and Install, Double Arm 70'
EA
0.45
$
30,
064921 17
Steel Mast Arm Assembly, Furnish and Install, Double Ann 70'
EA
0.45
$
40'
064921 18
_
Steel Mast Arm Assembly, Furnish and Install, Double Arm 70'
EA
0.45
_
50'
064921 19
Steel Mast Arm Assembly, Furnish and Install, Double Arm 70'
EA
0.45
60'
0649 21 20
Steel Mast Arm Assembly, Furnish and Install, Double Arm 70'd
EA
0.45
$
70
0649 21 21
Steel Mast Arm Assembly, Furnish and Install, Single Arm 78'
EA
0.40
$
0649 21 22
Steel Mast Arm Assembly, Furnish and Install, Double Arm 78'
EA s
�4 45
$
30'
'J
0649 21 23
Steel Mast Ann Assembly, Furnish and Install, Double Arm 78'-
EA
0.45
$
40'
Y
0649 21 24
Steel Mast Arm Assembly' Furnish and installDouble Aran 78'-
EA
0.45
$
50'
0649 21 25
Steel Mast Arm Assembly, Furnish and Install, Double Arm 78'
EA
0.45
$
60'
0649 21 26
Steel Mast Arm Assembly, Furnish and Install, Double Arm 78'
EA
0.45
$
70'
0649 21 27
Steel Mast Arm Assembly, Furnish and Install, Double Arm 78
EA
0.45
78
064922 3
Steel Mast Arm Assembly, Furnish and Install on Existing
EA
0.40
Foundation. Single Arm 40
,06492217
Steel Mast Arm Assembly, Furnish and Install on Existing
EA
_
0.45
i
$
Foundation, Double Arm 70'-40'
0649 22 18
Steel Mast Arm Assembly, Furnish and Install on Existing
lFoundation
EA
0.45
$
_
Double Arm 70'-50'
064923 2
Steel Mast Arm Assembly, Install/Relocate to New/Contractor
EA
0.13
$
Provided Foundation
064925 6
Steel Mast Arm Assembly, Replace Arm on Existing Pole, 50'
EA
0.10
' $
064925 10
Steel Mast Arm Assembly, Replace Arm on Existing Pole, 60'
EA
0.10
$
0649 32116
Mast Arm,F&I on Existing Foundation, 'Wind Speed-150,
EA
0.40
$
Double Ann, W/O Luminau-e_ 46-70.5
0700 4111
Overhead Static Sign Structure, Furnish & Install, Cantilever,
EA
0.46
$
Ui % to 20 Ft
SP-42 Page 1424 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
STL MATERIALS ADJUSTMENT CALCU11
Estimate No:
Contractor:
Project Name:
Project No.:
FDOT Item
DescRriptr'arr
grit
Number
'Overhead Static Sign Structure, Furnish & Install, Cantilever,
0700 4112
21-30 Ft
EA
Overhead Static Sign Structure, Furnish & Install, Cantilever,
0700 4113
31-40 Ft
EA
0700 4114� Overhead Static Sign Structure, Furnish & Install, Cantilever,
EA
41-50 Ft
0700 4115
Overhead Static Sign Structure, Furnish & Install, Cantilever, EA
50'+
Overhead Static Sign Structure, Furnish & Install, Span, Up to EA
0700 4121
20 Ft
0700 4122 Overhead Static Sign Structure, Furnish & Install, Span, 21-30 EA
Ft _
0700 4123 Overhead Static Sign Structure, Furnish & Install, Span, 31-40 EA
Ft _
0700 4124 Overhead Static Sign Structure, Furnish & Install, Span, 41-50 EA
F#
Overhead Static Sign Structure, Furnish & Install, Span, 51-100
0700 4125 EA
Ft
Overhead Static Sign Structure, Furnish & Install, Span, 101-
0700 4126 EA
1150 Ft
0700 4127 Overhead Static Sign Structure, Furnish & Install, Span, 151- EA
200 Ft
0700 4128 Overhead Static Sign Structure, Furnish & Install, Span, 201 Ft EA
and Greater
Overhead Static Sign Structure, Furnish & Install, Monotube,
0700 4131
1Up to 20 Ft
EA
0700 4132 Overhead Static Sign Structure, Furnish & Install, Monotube,
EA
21-30 Ft
_Overhead
EA
Static Sign Structure, Furnish & Install, Monotube,
0700 4133
31-40 Ft
Overhead Static Sign Structure, Furnish & Install, Monotube,
0700 4134 EA
41-50 Ft
_
0700 4135 Overhead Static Sign Structure, Furnish & Install, Monotube- EA
_ ��S sari, 51-100 Ft
0700 4136 Overhead Static Sign Structure, Furnish & Install, Monotube- EA
Span, 101-150 Ft
Overhead Static Sign Structure, Furnish & Install, Monotube-
0700 4137 EA
} Span, 151-200 Ft _
0700 4138 Overhead Static Sign Structure, Furnish & Install, Monotube- EA
Spun, 200 Ft and Greater
Overhead Static Sign Structure, Furnish & Install, Overpass
0700 4140 EA
Bridge Mount
0700 5125
Overhead Static Sign Structure, Furnish & Install, Multi -Span,
EA
51.-100 Ft
EA
0700 5126
Overhead Static Sign Structure, Furnish & Install, Multi -Span,
101-150 Ft
Overhead Static Sign Structure, Furnish & Install, Multi -Span,
0700 5127
151-200 Ft
EA
Overhead Static Sign Structure, Furnish &. Install, Multi -Span,
EA
0700 5128
201 Ft and Greater
0700 10115
-EA
_
DMS Support Structure, Furnish & Install, San, 51-100 Ft
0700 10116
DMS Support Structure, Furnish & Install, Span, 101-150 Ft I
EA
0700 10117
DMS Sullport Structure, Furnish & Install, S an, 151-200 Ft
EA
0700 10118
DMS Support Structure, Furnish & Install, Span, 201 Ft and
EA
Greater
DMS Support Structure, Cantilever, Up to 20 Ft EA
0700 10121
0700 10122
DMS SUDDort Structure, Cantilever, 21-30 Ft EA
_ON
Status as of
YearlMonth:
BMPAS:
CMPAS:
Quanaty
I`actar
Bid Unit
rk
Mareria! 'lost
0.46 $
0.46 $
0.46 $
0.46 $
0.46 $
0.46
$
0.46
$
0.46
$
0.46
$
0.46 I
r
$
0.46
0.46
0.46
0.46
0.46
0.46
$
$
$
$
$
$
$
0.46
0.46
0.46
$
$
0.46
$
0.46
$
OA6
$
0.46
$
0.46
$
$
0.46
0.40
°
$
0.40
$
0.40
$
0.40
0.40
$
$
SP-43 Page 1425 of 2350
Agenda Item #24. SPECIAL PROVISIONS
S• i MATERIALS ADJUSTMENT CALL. .'ION
Estimate No:
Status as of. -
YearlMonlh:
Contractor:
Project Name:
BMPAS:
CMPAS.-
Project No.:
FDoT Item Item D� lTon -
Number
unit
anti'
Factor
Bid Unit
mce
has#
0700 10123 'DMS Sup, port Structure, Cantilever, 31-40 Ft
EA 0.40
$
0700 10124 DMS Support Structure, Cantilever, 41-50 Ft
f
EA 0.40
$
0700 10130 DMS Support Structure, Furnish & Install, Pedestal
EA
EA
_ 0.40
0.40 T
$
$
4700 10140
DMS Support Structure, Furnish & Install, Multi -Post
total tfaetored vnterk] cost) S
Index % Difference
,yylIyy` yy'..��■ii
Monthf!h Monettagf, Amoan!
STEEL MATERIALS:
All bids for materials covered by the Proposal are to include required steel. No additional payment will be made for steel. The Department will adjust the bid unit price for steel, to
reflect increases or decreases in the current material price adjustment steel (CMPAS) from that in effect during the month in which bids were received (BMPAS). A price
adjustment may be made upon request by either party, when escalation or de-escalation of the cost
of the steel used in this proposal exceed 5% (See General Provision Section 9-
2.1.3 Steel Materials").
Adjustments will only be made on the line items listed above.
* Note: Mitt s:I/www.fdot.-,ovlconstnicticnlm,4tk-rial-k�rice-adjustment
This farm shall be submitted on a montW% basis to the 1 ineer.
I certi#�-, that. based on my Personal knowledge and well-founded belief following my own reasonable investigation_ quantities represented by this
Certification are true and correct.
Sipature
F .
Printed Name Date
SP-44 Page 1426 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
r
GMINUM ADJUSTMENT CALUULATI
Estimate No:
Status as of
Contractor.,
YearlMonth:
Project Name: C
BMPA4:
CMPAA:
Project No.:
Item Number Item Description
¢
�acar
Bd
maaCvst
icci
515-2-312 Pedestrian / Bic cle Railing, Aluminum, 42" Type 2
�515-2-313
LF
0.65
$
LF
Pedestrian I Bicycle Railing, Aluminum, 42" T 3
0.65
0.65
$
$
515-2-314
Pedestrian I Bicycle Railing, Aluminum, 42" T e 4
LF
Pedestrian/ Bicycle Railing, Aluminum Onlv.54" Type I
Pipe Handrail- Retrofit to Existing R.ailint,, Aluminum
LF
LF
515-2-321
0.65
$
515-3-2
0.65
$
646-1-11
Aluminum Si41s Pole, Pedestal _
Aluminum Signals Pole, Furnish & Install Pedestrian Detector
EA
0.65
$
646-1-12
EA
0.65
$
Post
646-1-30
Aluminum Signals Pole, Install
Aluminum Pole- Index 695-001, Furnish & Install, 12'
EA
0.65
_
$
646-2-112
EA
0.65
0.65
$
$
646-2-115
Aluminum Pole- Index 695-001, Furnish & Install 15'
Aluminum Pole- Index 695-001, Furnish & Install, 20'
EA
646-2-120
EA
j
0.65
0.65
$
$
646-2-130 Aluminum Pole- Index 695-001, Furnish & Install, 30'
EA_
0.65
0.65 a
$
_
646-2-135 Aluminum Pole- Index 695-001, Furnish & Install, 35'
_
EA
AS
650-1-11 Vehicular Traffic Signal, Furnish & Install Aluminum, I
_ s $ Section, 1 Wad°
650-1-12 Vehicular Traffic Signal, Furnish & Install Aluminum, 1
I AS
0.65
$
Section 2-4 Wa
AS
0.65
_
$
_
650-1-13 Vehicular Traffic Signal, Furnish & Install Aluminum, 2�
Section, 1-2 Ways
0.65
$
650-1-14 Vehicular Traffic Signal, Furnish & Install Aluminum, 3
AS
Section, 1 waT )
0.65
$
650-1-15 Vehicular Traffic Signal, Furnish &. Install Aluminum, 3
AS
N Section, 2-4 Ways
AS
0.65
$
650-1-16 Vehicular Traffic Signal, Furnish & Install Aluminum, 4
Section, I Wad
AS
0.65
650-1-17 Vehicular Traffic Signal, Furnish &. Install Aluminum, 4
$
Section, 2-4 Ways
0.65
650-1-18 Vehicular Traffic Signal, Furnish & Install Aluminum, 5 Section
AS
$
Straight, I Way
0.65
$
650-1-19 Vehicular Traffic Signal, Furnish & Install Aluminum, 5 Section
AS
Cluster. I Way
_
Light Pole Complete Furnish & Install Standard Pole Standard
715-4-1 ]
EA
0.65
$
Foundation, 30' Mountin F Height
0.65
$
?15-4-12 Light Pole Complete, Furnish & Install Standard Pole Standard EA
Foundation, 35 Mountin Height
715-4-13 Light Pole Complete, Furnish & Install Standard Pole Standard EA
0.65
$
Foundation, 40 Mounting Height
0.65
$
Light Pole Complete, Furnish & Install Standard Pole Standard
715-4-14 EA
Foundation, 45' Mountin Hei it
0.65
$
Light Pole Complete, Furnish & Install Standard Pole Standard
715-4-15 EA
Foundation, 50' Mountin g Hei a tt
0.65
Light Pole Complete Furnish & Install Standard Pole Standard
715-4-17 EA
$
Found, Wildlife Sensitive Luminaire 20' Mounting Height
Light Pole Complete, Furnish & Install Standard Pole
a
7154-18 Standardfound, Wildlife Sensitive Luminaire 25' Mounting EA
0.65
$
Heiht
0.65
$
715-4-21 Light Pole Complete, Furnish & Install Standard Pole Special EA
_ Foundation, 30 Mounting Height
715-4-22 j Light Pole Complete, Furnish & Install Standard Pole Special EA
0.65
$ e
Foundation, 35 Mountint Hejotft
0.65
$
715-4-23 Light Pole Complete, Furnish & Install Standard Polc Special EA
Foundation, 40' Mounting Height
Light Pole Complete, Furnish & Install Standard Pole Special
715-4-24
EA
0.65
$
Foundation, 45' Mounting Height
0.65
$
Light Pole Complete Furnish & Install Standard Pole Special
715 4 25 EA
Foundation, 50' Mountie Height
Light Pole Complete, Furnish & Install Standard Pole Special
715-4-27 EA
0.65
$
Found, Wildlife Sensitive Luminaire 20' Mountimm Height M
Page 1427 of 2350
SP- 45
Agenda Item #24.
SPECIAL PROVISIONS
,LUMINUM ADJUSTMENT CALCULA`:
Estimate No:
Contractor:
Project Name:
Project No.:
Item Number ttern Deseript n
Unft
715-4-28
Light Pole Complete, Furnish & Install Standard Pole Special EA
Found, Wildlife Sensitive Luminaire 25' Mountie! Height _
715-4-31
Light Pole Complete, Furnish & Install Utility Conflict Pole, EA
Index 175151715-002 Foundation, 30'Mounting Height
7154-32
Light Pole Complete, Furnish & Install Utility Conflict Pole, EA
Index 175151715-002 Foundation. 35' Mounting- Height
Light Pole Complete, Furnish & Install Utility Conflict Pole, EA
7154-33
Index 17515I715-002 Foundation, 40' Mounting Heir ht
Light Pole Complete, Fumish & Install Utility Conflict Pole, EA
7154-34
Index 175151715-002 Foundation, 45' Mounting Height
7154-35
Light Pole Complete, Furnish & Install Utility Conflict Pole, ! EA
Index 175151715-002 Foundation, 50' Mounting Height
7154-41
Light Pole Complete, Furnish & Install Utility Conflict Pole, EA
Special Foundation, 30' Mounting Heigbt
7154-42
Light. Pole Complete, Furnish & Install Utility Conflict Pole, EA
. Special Foundation, 35' Mounting Height
7154-43
Light Pole Complete, Furnish & Install Utility Conflict Pole, EA
Special Foundation, 41Y Mounting Height
7154-44 Light Pole Complete, Furnish & Install Utility Confliet Pole,
EA
Special Foundation, 45'Mounting Height
7154-45
Light Pole Complete, Furnish & Install Utility Conflict Pole,
EA
Special ecial Foundation, 50'Mounting Height
715-4-50
Light Pole Complete, Install
EA
715-5-31
Luminaire & Bracket Arm- Aluminum, Furnish & Install New
EA
Luminaire and Arm On New/Existing Pole
Light Pole Complete- Special Design, F&I, Single Arm Shoulder
715-511-115
EA
Mounts Aluminum, 15
715-511-120 Light Pole Complete- Special Design, F&I, Single Arm Shoulder
EA
Mount, Aluminum, 20
715-511-125 Light Pole Complete- Special Design, F&I, Single Aran Shoulder
EA
Mount, Aluminum, 25
715-511-130 Light Pole Complete- Special Design, F&I, Single Arm Shoulder
EA
Mount, Aluminum, 30
EA
715-511-135 Light Pole Complete- Special Design, F&I, Single Arm Shoulder
Mount, Aluminum, 35
EA
715-511-140 Light Pole Complete- Special Design, F&I, Single Arm Shoulder
Mount, Aluminum, 40 _
EA
715-511-145 Light Pole Complete- Special Design, F&I, Single Arm Shoulder
_ Mount, Aluminum, 45
715-511-150 Light Pole Complete Special Design, F&I, Single Arm Shoulder
EA
Mount, Aluminum, 50 _
EA
715-512-115 Light Pole Complete- Special Design, F&I, Double Arm
Shoulder Mount, Aluminum. 15
EA
715-512-125 Light Pole Complete- Special Design, F&I, Double Arm
Shoulder Mount, Aluminum, 25
EA
715-512-130 Light Pole Complete- Special Design, F&I, Double Arm
Shoulder Mount, Aluminum, 30
715-512-135
Light Pole Complete- Special Design, F&I, Double Arm EA
Shoulder Mount, Aluminum, 35
Light Pole Complete- Special Design, F&I, Double Arm EA
715-512-140
Shoulder Mount, Aluminum, 40 _
715-512-145
Light Pole Complete- Special Design, F&I, Double Arm EA
Shoulder Mount, Aluminum, 45
715-512-150
Light Pole Complete- Special Design, F&I, Double Arm EA
Shoulder Mount_ Aluminum, 50
Light Pole Complete- Special Design, F&I, Double Arm EA
715-512-155
Shoulder Mount, Aluminum, 55
Light Pole Complete- Special Design, F&I, Double Arm
EA
715-512_ 160
Shoulder Mount, Aluminum, 60'
Status as of
Yearl Mlonth:
BMPA.4:
CWAA:
Quaff I Finar f i Un t I Mateyial Cast
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
�.1
0.65
S
� 0.65 $
� 0.65 I a
0.65 i $
0.65 $
0.65 $
0.65 � $
0.65
0.65
0.65
0.65
0.65
0.65
SP46 Page 1428 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
: MINUM ADJUSTMENT CALCULATIk
Estimate No:
Contractor:
Project Name:
Project No. :
Item Number Item Description I Unit
Qua
715-513-115
Light Pole Complete- Special Design, F&I, Single Arm Nall EA
Mount, Aluminum, 15
715-513-125
Light Pole Complete- Special Design, F&I, Single Arm Wall EA
Mount, Aluminum, 25'
715-513-130
Light Pole Complete- Special Design, F&1, Single Arm Nall EA
Mount, Aluminum, 30 T
715-513-135
Light Pole Complete- Special Design, F&I, Single Arm Wall EA
Mount, Aluminum, 35'
715-513-140
Light Pole Complete- Special Design, F&I, Single Arm Wall EA
_
Mount, Aluminum, 40
Light Pole Complete- Special Design, F&I, Single Arm Wall EA
715-513-145
Mount, Aluminum, 45'
Light Pole Complete- Special Design, F&I, Single Ann `Nall I EA
715-513-150
Mount, Aluminum, 50'
_
Light Pole Complete- Special Design, F&I, Double Arm Wall EA
715-514-115
Mount, Aluminum, 15'
715-514-120
Light Pole Complete- Special Design, F&I, Double Arm Wall EA
, Aluminum, 20
Mount1
Light Pole Complete- Special Design, F&I, Double .Arm Wall EA
715-514-125
_
Mount, Aluminum, 25'
715-514-130
Light Pole Complete- Special Design, F&I, Double Arm Wall EA
Mount, Aluminum, 30
715-514-13 5
Light Pole Complete- Special Design, F&I, Double Arm Nail EA
Mount, Aluminum, 35
Light Pole Complete- Special Design, F&I, Double Arm Wall
EA
7I5-514-140
Mount, Aluminum, 40'
Light Pole Comp- Special Design, F&I, Double Arm Nall EA
715-514-145
Mount, Aluminum, 45' g
-
715-514-150
Light Pole Complete- Special Design, F&I, Double Arm Wall
EA
Mount, Aluminum, 50 _
Light Pole Complete- Special Design, F&I, Single Arm Bridge EA
715-515-115
Mount -Aluminum, 15'
Light Pole Complete- Special Design, F&I, Single Arm Bridge
EA
715-515-120
Mount -Aluminum, 20' Mounting Height
Light Pole Complete- Special Design, F&I, Single Arm Bridge
EA
715-515-125
Mount -Aluminum, 25
Light Pole Complete- Special Design, F&I, Sigle Arm Bridge
715-515-130
Mount -Aluminum, 30'
EA
_
715-515-135 Light Pole Complete- Sepcial Design, F&I, Single Arm Bridge EA
Mount -Aluminum, 35' _
715-515-140 Light Pole Complete- Sepcial Design, F&I, Single Arm Bridge EA
Mount, Non-Std Aluminum, 40
Light Pole Complete- Special Design, F&I, Single Arm Bridge
715-515-145 EA
Mount -Aluminum, 45'
715-515-150 Light Pole Complete- Special Design, F&I, Single Arm Bridge EA
Mount -Aluminum, 50 _
715-516-115 Light Pole Complete -Special Design, F&I, Pole Top Mount, EA
Aluminum, 15
Light Pole Complete -Special Design, F&I, Pole Top Mount,
715-516-120 EA
Aluminum, 20'
715-516-125 Light Pole Complete- Special Design, F&.I, Pole Top Mount- EA
715-516-130� Light Pole Complete- Special Design, F&I, Pole Top Mount- EA
Aluminum, 30'
Status as o, f
YearlMonth:
BMP,4A: I
CMPAA:
r I Factor Rd Utit
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
0.65
material Cost
'ice
$
$
$
SP47 Page 1429 of 2350
Agenda Item #24. SPECIAL PROVISIONS
,LUMINUVI ADJUSTMENT CALCULA,
Estimate No:
Status as of -
Contractor:
YearlMonth:
Project Name:
BMPAA:
Project No.:
CMP.A:
item Number
Item Descro&n
J_
unu
Quarry
''aewr
Bid r�'nit
,
M�xa� cost
-
-
Price
715-516-135
Light Pole Complete- Special Design, F&I, Pole Top Mount-
EA
0.65
$
Aluminum, 35
715-516-140
Light Pole Complete- Special Design, F&I, Pole Top Mnt-
EA
0.65
$
Aluminum, 40
mLight
715-516-145
Pole Complete- Special Design, F&I, Pole Top Mount,
EA
0.65
$
Aluminum, 45
715-516-150
Light Pole Complete- Special Design, F&I, Pole Top Mount,
EA
0.65
$
Aluminum, 50
715-517-110
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$ -
_
Mount,_ Aluminum, 10
715-517-125
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$
Mount, Aluminum, 25'
_ i
715-517-135
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$
Mount, Aluminum, 35
715-517-140
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$
Mount, Aluminum, 40 _
.. _
715-517-145
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$
Mount- Aluminum, 45
_
715-517-150
Light Pole Complete- Special Design, F&I, Double Arm Bridge
EA
0.65
$
Mount, Aluminum, 50
715-518-115
Light Pole Comp- Special Design, F&I, Double Arm, Pole Top
EA
0.65
$
Mount. Aluminum, 15
_
715-518-120
Light Pole Comp- Special Design, F&I, Double Arm, Pale Top
EA
0.65 y
$
Mount, Aluminum, 20
715-518-125
Light Pole Comp- Special Design, F&.I, Double Arm, Pole Top
EA
0.65
$
Mount, Aluminum, 25
715-518-130
Light Pole Comp- Special Design, F&I, Double Arm, Pole Top
EA
0.65
$
Mount, Aluminum, 30
715-518-135
Light Pole Camp- Special Design, F&I, Double Arm, Pole Top
EA
0.65
$
Mount, Aluminum, 35
_
715 518-140
Light Pole Comp- Special Design, F&I, Double Arm, Pole Top
EA
0.65
$
Mount, Aluminum, 40'
715-518-145
Light Pole Complete- Special Design, F&I, Double Arm, Pole
EA
0.65
$
Top Mount, Aluminum, 45
715-518-150
Light Pole Comp- Special Design, F&I, Double Arm, Pole Top
EA
0.65
$
Mount, AIuminum, 50 _
715-519-115
Light Pole Comp- Special Design, F&I, Triple Arm, Aluminum,
EA
0.65
$
15
715-536-115
Light Pole Complete -Special Design, Install Pole Top Mount,
EA
0.65
$
Aluminum,Non-Standard Desi s, 15'
total {factored material tort) S
Index % Difference
Monthly Monet ry Amount
ALUMINUM:
All bids for materials covered by the Proposal are to include required aluminum. No additional payment will be
made for aluminum. The Department will adjust the bid unit price for
aluminum, to reflect increases or decreases in the current material price adjustment aluminum (CWAA) from that in effect during the month in which bids were received (BMPAA). A
price adjustment may be made upon request by either party, when escalation or de-escalation of the cost of the aluminum used in this proposal exceed 5°fin (See General Provision
Section 9-2.1.5 "Aluminum").
Adjustments will only be made on the line items listed above.
Note:
httpc:lh%1«v_fdot.timFdconstniction!material-price-arljustmeii[
-
-
'l%is form shall be submitted on a monthly basis to the Engineer.
I certiN tlim. based on my personal kno«-ledyge and well-f minded belief iollowina my o«vn reasonable investWation. quantities represented by this
l
Siggature
Printed Name
Date
SP 48 Page 1430 of 2350
Agenda Item #24.
SPECIAL PROVISIONS
2VC ADJUSTMENT CALCULATION
Estimate No: _
,status as of: 17/21/2022
Contractor:
0 v YearlMonth:
Pro ject Name:
�! BMPAP:
�
Prq ect No.:
CMPAP:
Bid v
hem Number Item Dacriptfon
Unit
&and#
Factor
Material Cost
ice
63 0-2-1 l
Conduit, Furnish & Install, Open Trench
Conduit, Furnish &. Install, Directional Bore _
Conduit, Furnish & Install, Aboveground
Conduit, Furnish & Install, Bridge Mount
LF 0.27
LF 0.27
LF 0.27
LF 0.27
$
$
630-2-12
630-2-14
630-2-15
$
$
630-2-16
Conduit, Furnish & Install, Embedded Concrete Barriers and
LF 0.27
Traffic Raiiin s
Tota1(faclored material mast) S
Index % Dif`fetenc
lei n b a Monetar ►�o�unt
PVC:
All bids for materials covered by the Proposal are to include required PVC. No additional payment will be made for PVC. The Department will adjust the bid unit price for PVC, to
reflect increases or decreases in the current material price adjustment PVC (CMPAP) from that in effect during the month in which bids were received (BMPAP). A price
adjustment may be made upon request by either party, when escalation or de-escalation of the cost
of the PVC used in this proposal exceed 5% (See General Provision Section 9-
2.1.5 "PVC").
Adjustments will only be made on the line items listed above.
Note:
https://tiv,,vw.fdot.PQv/constriction/material-price-adjttstinent
This form shall be submitted on a monthly basis to the Engineer.
l certify that, based en my personal knowledge and well-founded belief following my own reasonably; investigation, quantities represented by this
Certification ication are true and correct.
Si iature
Y
Printed Name Date
Page 1431 of 2350
SP-49
Agenda Item #24. SPECIAL PROVISIONS
,Z.0PPER ADJUSTMENT CALCULAI,
Estimate No: Status as of: 7/21/2022 �
Contractor: Year/Month:
Project Name: BMPAC:
_
Project No.: CMPAC:
Item Number Item Descry den
Unk
Quand&
Factor
Bid Unit
Ake
Material Cast
639-2-1
Electrical Service Wire, Furnish & Install
LF
0.35
Signal Cable- New or Reconstructed Intersection, Furnish &
Install
0.35
632-7-1
PI
i
$
715-1-11
Lightffig Conductors, F&I, Insulated, No. 10 or <
LF
0.35
715-1-12
Li tiny Conductors, F&I, Insulated, No.8 - 6 LF
0.35
0.35
_
_$
$
$
715-1-13
Lilting Conductors, F&I, Insulated, No 4 to No 2 LF
Ligting Conductors, F&I, Insulated, No 1 to No 0
LF
0.35
$ _
$
715-1-14
715-1-15
Li tinConductors- F&I, No.110 - 310_0 to 000 LF
Li tine Conductors, F&I, No.4I0 0000) or Lar er LF
0.35
715-1-16
0.35
$
Total (factored material cast) S
Index ego Difference
Monthly MonetriAmount
COPPER:
All bids for materials covered by the Proposal are to include required copper. No additional payment will be made for copper. The Department will adjust the bid unit price for
copper, to reflect increases or decreases in the current material price adjustment copper [CMPAQ from that in effect during the month in which bids were received (BMPAC). A
price adjustment may be made upon request by either party, when escalation or de-escalation of the cost of the copper used in this proposal exceed 5% (See General Provision
Section 9-2.1.5 "Copper").
Adjustments will only be made on the line items listed above.
* Note: hn _::IIw_vvw fdotmjrc.v/co»stnietion/material-price-adjustment
This form shall be submitted on a monthly basis to the Engineer.
I cenifv that. based on my personal knowledge and well-founded belief f16llowing my oxvii reasonable investigation, quantities represented by this
6
Printed Name
Date
Sienature
SP-so Page 1432 of 2350
Agenda Item #24.
fECHNICAL SPECIAL PROV1� DNS
OVERVIEW
The purpose and intent of this bid is to establish a Pathway and Minor Continuing Services
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 (FDOT) Standard
Specifications for Road and Bridge Construction noted on page S S -1, as amended herein by
Palm 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 parr, 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 shall honor unit prices based upon the total work required.
DEFINITIONS
WEST DISTRICT: All areas of Palm Beach County west of 20 Mile Bend (Belle Glade)
EAST DISTRICT: All areas of Palm Beach County east of 20 Mile Bend
TSP-1
Page 1433 of 2350
Agenda Item #24.
TECHNICAL SPECIAL PRO\ _JNS
INSPECTIONS
The Department, 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.
ASPHALT PATHWAY AND MINOR CONSTRUCTION
The work associated with this specification consist of both resurfacing existing and constructing
new pathways, in accordance with the current FDOT Standard Specifications for Road and
Bridge Construction as noted on page SS-1, 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 conformance 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 Department.
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
Department.
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
TSP-2
Page 1434 of 2350
Agenda Item #24.
J
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 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 Department. 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.
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.
TSP-3
Page 1435 of 2350
Agenda Item #24.
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 II - 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.
BASIS OF PAYMENT
Payment will be made in accordance with the unit prices bid in the proposal. If the project is in
excess of 25500 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 Department. 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 Department representative at the job site.
The unit price per ton or per square yard (SY) for asphalt items shall 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.
CONCRETE PATHWAY AND MINOR 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 Department.
TSP-4
Page 1436 of 2350
Agenda Item #24.
_ "HNICAL SPECIAL PROVISIC
The work specified in these specifications shall be done according to Section 520, FDOT
Standard Specifications for Road and Bridge Construction as noted on page SS-1, and as
amended herein by Palm Beach County, except that paragraph 520.1.2.2 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 I, II, III IV & V, all according to 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 concrete items that may be existing on the
job site prior to commencing work and designated to be removed by the Department, and shall
also include any such existing items that may consist of asphaltic materials, and/or materials
other than concrete that are so designated to be removed by the Department. Removal items
shall conform to Articles 110-7 and 110-11.3 of 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 Mass I (2500psi). The
construction of Portland Cement concrete items shall be properly placed upon prepared base or
existing surface course m 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
commencement of each job, all according to FDOT Standard Specifications for Road and Bridge
Construction as noted on page SS-1, 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 Department or 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 Department.
SECTION II
The intent of this section is to provide for the repair, rebuilding, modification and/or placement
of new Curb Inlets, dosed Flume Inlets, Ditch Bottom Inlets, Shoulder Gutter Inlets and
adjuncts thereto.
The work specified shall be according to Section 425 of the FDOT Standard Specifications for
Road & Bridge Construction as noted on page SS-1, and as amended herein by Palm Beach
County, except that the work shall consist of complete removal of all damaged concrete and
TSP-5A
Page 1437 of 2350
Agenda Item #24.
reinforcing 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
FDDT Design Standards and Standard Specifications as noted on page SS-1 and as amended
herein by Palm Beach County.
Contractor shall furnish, install and maintain proper signs, barricades and barriers at no cost to
the Department. 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 Palm
Beach County standards:
l . Each end of the speed hump will be keyed in to a minimum of 2" deep and 4' wide.
2. Base material shall be any acceptable material normally used in road base construction
and as approved by the Department.
I speed humps shall be surfaced with a minimum of 1 " asphalt Type SI or SIR
4. Price per square yard includes all materials, labor, equipment and incidentals necessary to
construct speed humps.
GUARDRAIL & 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.
STAMPED COLORED CONCRETE (5":THI�`I��
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
TSP-G
Page 1438 of 2350
Agenda Item #24.
Colored Concrete consists of cast -in -place concrete (5" Thick) between Type F Curb and Gutter,
having the surface colored with a color hardener (equivalent to the products supplied by Wm. 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, marred, etc. by the application of the
above.
Color Hardener
1. Apply the dry hardener when the bleed grater disappears and the floating process will not
disrupt the level of the surface.
2. Normally apply the dry hardener evenly in two separate shares, 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.
4. After floating the final shares, 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 lb s. 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 law enough so alkali and other
salts do not become trapped beneath the coating, causing discoloration or clouding, thus the
reason for the 14-2 8 day time frame.
The work is to be performed on the job site by trained and experienced workers.
The pay item "Stamped Colored Concrete (5" Thick)", SY, includes all labor, equipment,
materials, transportation, fuel maintenance of traffic, and all other items incidental to or
necessary for completing the work.
TSP-7
Page 1439 of 2350
Agenda Item #24.
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, CY"
A-2000 POLYVINYL CHLORIDE WVC� PIPE.112 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, MOT Standard Specification 125 (Excavation for Structures and Pipe), 430
(Pipe Culverts and Storm Sewers) and 948 (Miscellaneous 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.
STEEL 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 shall 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-8
Page 1440 of 2350
Agenda Item #24.
REMOVABLE BOLLARD
Removable Bollard System
1. 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" OD mounted with a minimum of 365
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 TrafflcGuard Direct, Inc., P.O. Box 201, Geneva, IL 60134, or
accepted equal.
Ground Sleeve Installation
1. Bollard ground sleeves shall be set in concrete with the mounting assembly flush with
proposed grade surface.
2. Excavation for the concrete foundation shall be a minimum 24" diameter and 3 6" deep.
3. The bottom 12" shall be backfilled with #57 stone for drainage.
4. The bollard ground sleeve shall be placed in concrete for the remaining 24"' depth. If the
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 TIMBER 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.
TSP-9
Page 1441 of 2350
Agenda Item #24.
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
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 FDOT
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 Department. Unit price shall include, but is not
limited to, all labor, equipment and materials, fasteners and cutting. Treated Timber Pilings shall
include a maximum of 10% waste over and above installed material measured in the field.
Treated TimberguardTM 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 the Department) submerged or
partially submerged in fresh water wetland locations on plans or as designated by the
Department.
10" Treated TimberguardTM Wood Piles shall be pressure treated wood pile material wrapped
with a UV Resistant Polymer and shall meet the requirements of TimberguardTM style treated
wood pile materials as manufactured by Crane Materials International, 4501 Circle 75 Parkway,
Suite E-5370, Atlanta, CIA 30339, or an equivalent approved by the Department. This approval
shall be at the sole discretion of the Department.
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 TimberguardTM to illustrate an acceptable product for the intended
use.
Unless otherwise noted, 10" Treated TimberguardTM 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 TimberguardTM Wood Piles shall be measured and paid per linear foot furnished,
installed and accepted by the Department. Unit price shall include, but is not limited to, all
labor, equipment and materials, fasteners and cutting, and shall include a maximum of 10%
TSP-10
Page 1442 of 2350
Agenda Item #24.
waste over and above installed material measured in the field.
TEMPORARY 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.
Piling material shall be PZ27 or equal.
All materials, labor and completed work shall be in accordance with Section 455 of the FDDT
Standard Specifications for Structures Foundations and the design documents referenced herein.
Temporary or Permanent Sheet Piling shall be measured and paid per square foot of piling
actually installed and accepted by the Department, including, but not limited to, all labor,
equipment and materials, cutting, splicing, dynamic and static testing, adjustments resulting from
testing, removal of temporary piling and restoration of the area.
DOUBLE RAIL WOOD FENCE
Double Rail Wood Fence Construction
1. 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.
2. Rail: Rails shall be 4" x 4" x 10' southern 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.
3. Installation: The completed fence post height after installation shall be 42" above
existing conunon 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.
TSP-11
Page 1443 of 2350
Agenda Item #24.
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.
If directed by the Department, removed materials shall be stockpiled on -site, at a designated
location, for pickup by Department 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
Department.
IPE BOARDWALK DECKING AND TOP RAIL
The intent of this section is to provide for the repair, reconstruction and/or initial placement of
clear, solid wood IPE Boardwalk Decking and Top Rail.
Boardwalk decking and top rail shall be constructed of the Tropical Hardwood IPE arnarelo
(Tabebuia serratifolia). IPE shall have a Fire -Spread Index of Class A. All material shall be
approved by the Department prior to installation.
TSP-12
Page 1444 of 2350
Agenda Item #24.
Ipe clear solid wood decking shall be fastened, crown side up, with 48 x 3" stainless steel
"grabber" deck screws (with square recess drives), or equal approved by the Department, two per
stringer 0 oist) 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 /1 G" (+/-).
Ipe Boardwalk Decking and Top Rail shall be measured and paid per linear foot furnished,
installed and accepted by the Department. 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-13
Page 1445 of 2350
Agenda Item #24.
�:HNICAL SPECIAL PROVISIG
:V4" RAD.
X H RAD,
cr
r.
A
ly" MD.
rn
k
ro-
2VI
T VALLEY GUTTER -
NON -SYMMETRICAL
(a/k/a MiAWII CURB)
2' VALLEY G UTTE R -
SYMMETRICAL
3' VALLEY GUTTER
'11EPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/600.1
PALM BEACH COUNTY DEPARTMENT
OF ENGINEERING & PUBLIC WORKS T VALLEY GUTTERS
DRAWN BY: -- DATE: REVISED BY: DATE:
J.M.K. 02J01f ZD1.8 APPR ED: EFFECTIVE:
K.L. 05/23 J90
CEO ENGINEER OR DESIGNEE
DRAWING NO.
600.1
TSP-14A Page 1446 of 2350
Agenda Item #24.
-'HNICAL SPECIAL PROVISIC
I
2" RAD,
3" RA�D
Ln 5� OPE*
�
2r
BARRIER CURB & GUTTER
2" RAD.
— S" IAD.
�S
Loptt
VERTICAL CURB & GUTTER
* NOTE: WHEN USED ON HIGH SIDE OF ROADWAYS, THE CROSS SLOPE OF
THE GUTTER SHALL MATCH THE CROSS SLOPE OF THE ADJACENT
PAVEMENT AND THE THICKNESS OF THE UP SHALL BE 5 INCHES,
1LEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF I=ORMAT/E00.2
K" RAD.
PALM BEACH COUNTY DEPARTMENT NON -MOUNTABLE
OF ENGINEERING &PUBLIC WORKS I CURB &GUTTER
ow►ww sv: one: aFvtsm sr: DAM
J.M.K. 02/01/2018 APPROVED: EFfECT'IVE:
K.L. 05/23/90
COUTM ENGINEER OR DESIGNEE
DRAWING NO. 1
600,2
TSP-15A Page 1447 of 2350
Agenda Item #24.
{ .�HNICAL SPECIAL PROVISI6_
#4 BAR PLACED
ON PAVEMENT SIDE
FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/600.3
PALM BEACH COUNTY DEPARTMENT
DRAWING NO.
500.E
TSP--1 GA
Page 1448 of 2350
Agenda Item #24.
.�HNICAL SPECIAL PROVISIG
POSSIBLE
PLANTING AREA
NOTES:
so.81
VARIES
1
OMPACTED
BASE
ROOT BARRIER ---�
STANDARD SECTION
VARIES
POSSIBLE
PLANTING AREA
N
cb
ROOT BARRIER
1. ROOT BARRIER IS REQUIRED FOR LOCATIONS WHERE TREE(S) AND/OR ASSOCIATED ROOTS ARE LOCATED WITHIN
10 FT. OF A REQUIRED IMPROVEMENT".
1. ROOT BARRIER MATERIAL SHALL BE HDPE OR AS OTHERWISE APPROVED BY THE COUNTY ENGINEER.
3. ROOT BARRIER INSTALLED 1S FT. ON CENTER OF TREEJS) AND/OR ROOTS.
ILEPATH: P:/DGN/ENG SER/t.AND DEVELOPMENT STANDARDS/DWF FORMAT/400.1B
PALM BEACH COUNTY DEPARTMENT PATHWAY DRAWING NO.
OF ENGINEERING & PUBLIC WORKS
WITH ROOT BARRIER
DPAVM BY: DATE: R r"D BY: DATA: 400.2
J.M.K. 02/03/2018 -A P D: EFFECTIVE:
K.I.. 10/03/1017
COUNTY ENGINEER OR DESIGNEE
TSP-17A Page 1449 of 2350
Agenda Item #24.
�HNICAL SPECIAL PROVISI6_
9'
8' (PAVED DTH
�6•
VARIPt
'RC70 PRIME COAT
AT 0.10 GAL./SCL YD.
TACK COAT AT
0.05 GAL./SCE. YD.
(FULL BASE WDTH)
NOTE:
MAXIMUM LONGCfUDINAL
SLOPE IS 1.0%
A WEARING cURFACE: 1 INCH TYPE S-3, OR 1X INCH TYPE S-1 OR TYPE II A.C. CONCRETE.
B 4 INCHES COMPACTED SHELLROCK.
FILEPATH: P-./DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/400.2A
PALM BEACH COUNTY DEPARTMENT PATHWAY: DRAWING NO.
OF ENGINEERING & PUBLIC WORKS ASPHALT SIDEWALK
DRAWN BY: DATE: REVISED BY: _ DATE: 400,
J.M.K. 3
02/01/2018 APPR VED: EFFECTIVE:
K.L. 05/23/90
COUNTY ENGINEER OR DESIGNEE
TSP-18A Page 1450 of 2350
Agenda Item #24.
.,,HNICAL SPECIAL PROVISI6_
5' VARIES
(MAY BE 8' WHERE REQUIRED)
COMPACTED
BASE
.STANDARD SECTION
S'
(MAY BE V
WHERE REQUIRED
2" COVER
(BOTTOM & ENDS)
Ll1.5
VARIES
w � r
6x6
W1.4xWIA
COMPACTED
BASE
SUBGRADE
DRIVEWAYS (RESIDENTIAL AND NON-RESIDENTIAL ARE
NOTES:
1. SIDEWALKS TO BE PORTLAND CEMENT CONCRETE, MIN. 2SDD P.S.I. @ 28 DAYS.
2. BASE TO BE A MINIMUM 4 INCHES OF CLEAN SAND OR SANDY LOAM, FULLY COMPACTED,, FULL. WIDTH.
S. SIDEWALKS TO BE BROOM FINISHED WITH EVEN, DUSTLESS SURFACE.
4. MAXIMUM LONGITUDINAL SLOPE IS 1.0%
5. SIDEWALK THICKNESS TO BE 6 INCHES MINIMUM IN ALL AREAS SUBJECT TO VEHICULAR TRAFFIC.
FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/400.1A
PALM BEACH COUNTY DEPARTMENT PATHWAY:
OF ENGINEERING & PUBLIC WORKS
CONCRETE SIDEWALK
DRAWN M. DATE: REVISED BY: DATE:
J.M.K. 02 D1/2018 APPROVED:
K.L. 05/23/90 0 ;
COUNTY ENGINEER OR DESIGNEE
EFFECTIVE:
DRAINING NO.
400.1
TSP-15.1 Page 1451 of 2350
Agenda Item #24.
0
Ln W
vi
W7 J t H
W �..r
a.-C(
cr
in
i
J
Ir
I�
IJ
J- -
M 111
w
ro
Wn
Lq=
w
t zz
LOOO
�cr-
no
Z: II
C J
in
W
4-
0
CD
V)
CD
W
..i
M
0
TSP-19
Page 1452 of 2350
Agenda Item #24.
IC
Wei
IS
CD
,v9g'S
HlON3-1 1V1131 jrC— r9
-U „ C
1 -t II i1 ti IT Y, 1�
d �.
1
Ln
'OF
ti 1
%ILL15 r
Cc
SALLI
LM
It
11_
�
X WL
H
I
W
O
�
I
LIP
a
W
=
cn J<
C.I "
�
�
t
Z
Cn
z
WIc
.--�
Li
i
qw
0
p,w,i
PO
Q)
V)
w
I
M
0
n
TSP-20
Page 1453 of 2350
Agenda Item #24.
Pn
rn
LLI
u
W
0
0
CD
LLl
J
C
TSP-21
Page 1454 of 2350
Agenda Item #24.
SPECIFICATIONS FOR PAVEMENT TEXTURING
1.1 Pavement Texturing: Pavement Texturing comprises methods and products to imprint asphaltic concrete and
treat the patterned surface to create the appearance of hand -laid decorative paving products. All products and
techniques used during construction of Pavement Texturing shall be from a single manufacturer. The Contractor doing
this work shall be certified by the manufacturer and acceptable to the County, Pavement Texturing methods and
products shall be the "StreetBondTm Surfacing System", or accepted equal.
1.2 Surface Imprinting: The Contractor shall follow procedures detailed in the latest revision of the manufacturer's
recommended procedures. The pattern shall be created In accordance with the design as specked by the County.
Patterning shall begin once the asphalt has reached its final density and while there Is still sufficient heat In the asphalt
to permit imprinting. Patterning shall be achieved using steel rollers and/or vibratory plates and shall be of consistent
depth. r
1,3 Surfacing System: The Contractor shall apply the surfacing system as spedfied by the manufacturer.
Pavement Texturing work shall not be conducted in temperatures below 45°F or when precipitation can be expected
within 24 hours. Installation shall be in accordance with the latest revision of the manufacturers recommended
procedures. Pavement Texturing products shall be spray applied and broomed using a broom or brushes to oat In small
areas where required. Once the pavement texturing products are fully dried an acceptable sealer concentrate will be
applied as a curing membrane. The sealer concentrate shall be tinted using only resin products approved by the
manufacturer, spray applied and broomed Into the surface. Care shall be taken to ensure that the entire surface is
covered, including the imprinted surfaces. Sufficient masking shall be used to ensure that the surfacing products are
applied only where specified.
The County shall specify the number of applications of the surfacing system to be Installed. Typical applications exposed
to vehicular traffic shall receive a minimum of two applications of Colored Coating - Standard Formula. Colored Coating -
Traffic Formula for the first layer, followed by at least one application of Colored Coating - Standard Formula, shall be
used for Installations where higher traffic loads are expected* or as directed by the County.
Table rl Physical Properties
Surfacing System
Cha►act+erlatic
Tea S clt%atforr
SBrnoW d Fomule name Im MIA
Solids by Volume (%)
ASTM D-5201
53+1-3gib - 62.8+1-2 %
solids by Weight
ASTM o-1351
75.5 +ti 80 +!- 79+Is
Density (lbsJgal)
ASTM ID-1475
14.6 +1- 0.2 (1.75 9r.1 15 +/- 0.2 (1.60 9r.1
Flash Point
ASTM 0-3278
a20001C (93°C) "o20CM (630C)
62 +1- 2% 70 +1- fib
Percent Pigment ( by weight
ASTM 0- 723
Including cement)
Sheen (as)
ASTM 0423
3 @ 850 4 3 @ 850
TSP-22
Page 1455 of 2350
Agenda Item #24.
Table 2 Physical Properties
Sealer Concentrate
Table 3 Performance Properties:
Surfacing System
CharactedsUcs
Test Specifications
Min, Criteria
Min. Crtt da
Standard Formula
Traffic Formula
Tensile Strength (PSI)
ASTM D-41
�85g PSI
>650 PSI
Flexibility Mandrel (High)
ASTM D-1737
Rasa 1" a
Pan 9" @ 7crF
Flexibility Mandrel (Low).
ASTM D-1737
Pia" Q Q"F
Pass'F
Dry Time (to re -coat)
ASTM D-711
20 Mins. - 4 Hrs.
20 Mins. - 4 His.
Dry Time (for traffic) 75'F13 RH
NIA
a 80% strength a 6-8Hrs.
= 800A str+engM Q 6-fts.
Taber Abrasion (H-1 Q)
ASTM D4WO
s .18 gl1 000 cycles
4.18 OOD 1
91 Cycles
Adhesion (PLI) To an Asphalt
ASTM D-�4640
Cohesive failure of asphalt
Cohesive failure of asphalt
substrate
prior to adhesive failure
prior to adhesive failure
CUV E
ASTM G-53
3W hours'2.35 CIE units
3W hours Z35 CIE units
Hydrophobicity (3days)
ASTM D-570
< 12% wt. gain
i 12% wt. gain
Shore Hardness
ASTM D•224o
80 D
80 D
Temperature Limits for Service
Dry, cured material
-3orF to 160°F
-307 to 160OF
Surface Build
N/A
10 o 15 mils. (1 application)
23 w 25 mils. (2 applicatons)
TSP-23 Page 1456 of 2350
Agenda Item #24.
For low traffic applications such as
driveways and pedestrian .areas,
one application of StreetSondTm
Standard Formula would typically
be used. The surface Is then
sealed with one coat of
StreetBondTm Sealer Concentrate.
For higher traffic installations, one
application of StreetBondTm Traffic
Formula, followed by at least one
application of StreetBond Standard
Formula, must be used.
StreetBondTMi Sealer Concentrate is
then applied to the surface.
StreetBondTm Traffic Formula is
similar to the Standard
StreetBondTM Formula but adds
thicker build (approx. 20-25 mils.)
and additional durability.
Note: Never apply either of the
StreetBondTm Surfacing Systems in
temperatures below 45°F or when
precipitation can be expected within
24 hours.
A finish coat of StreetBondTm Seater
Concentrate must always be applied
to the StreetBonded surface.
StreetBondTm Sealer Concentrate
provides a sealing membrane which
adds durability and longevity to the
5treetPrintTm surface.
StreetBondTm Standard Formula is
available in ten standard colors:
Brick, Terra Cotta, Granite, Slate,
Bedrock, Sierra, Hunter Green,
Burnt Sienna, White, and Blue.
Custom colors are available.
Streetl3ond'm Traffic Formula is
available In Granite, Slate & Burnt
Sienna. Custom colors are not
available at this time.
TSP-24
Page 1457 of 2350
Agenda Item #24.
,o-� .06
N PATTERNS
a guy
00
ax 120
Offset Brick � Herringbone
Herringbone Backe an Edge Ashlor Slate
British Cobble Frisco Cobble Tile Setts Random Stone
cc
94 Stacked 8tick Border
►.tea. ■���� ��� ■■■■■■.■■
Eurofan Soldier Course Cobble Border
51
Texas Cobble Bo
Offset Brick Border
Single Brick Border Bricks an Edge Handicap Parking
Symbol
N
Numbers
Letters
INTEGRATED PAVING CONCEPTS INC.
936 Peace Portal Drive, P.D. Box 8014-4, Blaine, WA 98230-4W9 USA
#102 -17957 - 55 Ave., Surrey, BC V3S 6C4 CANADA TOO (604) 574-7510 Fax (604) 574-7520
Internet www.streetprint.com
TSP-25 Page 1458 of 2350
Agenda Item #24.
Specifications for 12'x18' Modular Accessible Floating Dock
With Inclined Kayak Launch & Aluminum Gangway
Contractor shall furnish and install a 12'x18' modular accessible floating dock with a stable
inclined kayak launch & aluminum gangway in substantial compliance with the ADA Standards
for Accessible Design (latest edition), Chapter 10 (Recreation Facilities) and in conformance
with the following specifications:
1. Standard Modular Floating Dock Sections
1 a. Floating dock sections shall be composed of hand welded high density polyethylene (HDPE)
sheet plastic. Sections shall be manufactured using individual HDPE sheets for sides, ends,
bottoms, and lids, with a 100% guaranteed universal wall thickness of .150", and completely
encapsulated expanded polystyrene (EPS) foam. The lid or top surface of each section shall have
a 2-1/2" lip around the entire float.
1 b. Modular floating dock sections shall be fabricated and provided in the following dimensions
(and quantities) to accommodate the overall 12'x 18' plan design: 4' x 8' x 8" ( 1 ), 5' x 6' x 8"(4),
and 5'x8'x8"(1).
1 c. The top surface of the modular floating dock section shall be a textured HDPE non -slip
surface, white in color to minimize hot surface temperatures.
Id. Encapsulated EP S shall be 100% virgin material, and be of a closed cell nature allowing no
more than 3 % water penetration. This specification shall ensure all floating dock sections will
never sink. Floatation shall not be accomplished by use of air pockets in any form.
le. Modular floating dock sections shall have a marine grade aluminum frame surrounding the
entire perimeter which shall be 2" x 2" x .125" square tubing made of 6061 T6 series aluminum.
Each aluminum frame shall be attached to the HDPE lid with 5116" x 2-314" 304 series Stainless
Steel carriage bolts.
If Each section shall have a maximum weight of no more than 120 pounds, and shall draft no
more than 1" under dead load. Specified live load capabilities of 62 pounds per square foot shall
be supported.
2. Connections of Modular Floating Dock Sections
2a. All connectors shall be provided to attach the modular sections per plans, and shall be made
from 6061 T6 Marine grade aluminum 1.66" x 1.66" x .125" square tubing fastened with 304
Stainless Steel hardware.
2b. Connectors shall create a rigid and stable connection between float sections.
TSP-26
Page 1459 of 2350
Agenda Item #24.
3. Floating Dock Anchorage
3 a. Floating dock anchorage shall be achieved with two (2) 10" Timberguard TM pilings (or
equivalent) affixed to the floating dock by use of a two-piece 12" piling hoop bracket. The hoop
bracket shall be bolted directly to the 2" square tube frame system on the exterior edge of the
float section using 304 Stainless Steel hardware.
3b. Location of brackets shall be determined during field installation.
4. Accessories:
4a. Accessory positions shall be as depicted on plans. All accessories shall be affixed to the
aluminum framing system of the modular floating dock sections with 304 series Stainless Steel
hardware. Accessories include an inclined kayak launch platform, overhead and side assist bars,
and an accessible transfer platform.
4b. Inclined kayak launch platform shall measure 3 0" x 8', with a frame constructed with
6061 T6 marine grade aluminum 1.66" x 1.66" x .125" square tubing with a .15 0" thick white
nonskid HDPE plastic sheet surface. The launch shall have a double adjustment. The inside end
utilizing hinge pins that have the ability to be placed into one of four pre -drilled locations. The
outside end shall contain a single rope adjustment to serve as the main adjustment point. The
launch shall be tied off using two cleats and shall be pre -installed with a triangular aluminum
diamond plate finish.
4c. Overhead assist bars, and side assist bars shall be field installed per plans. Assist bars shall be
constructed with 1.25" schedule 40 aluminum pipe, affixed to the surface of each float with 304
series Stainless Steel hardware, being bolted through the aluminum framing system on each float
section.
4d. The accessible transfer platform shall be made from fiberglass, with a four step transition to
the inclined kayak launch slip as per plans. The transfer platform shall provide access from
wheelchair height level down to dock level and returning to the wheel chair in compliance with
1008.3 (Transfer Systems). Each riser step shall have a slight slope to accommodate entry and
exit and be compliant with 1008.3.2 (Transfer Steps). Two transfer support methods shall be
provided for the transfer platform; an overhead assist bar and an overhead continuous grab bar
per 1008.3.1.4 (Transfer Supports) and 1008.3.2.3 (Transfer Supports) and per 1008.4.1 (Turning
Space). Accessible transfer platform shall also comply with 1008.3.1..1 (Size) 1008.3.1.2
(Height), and 1008.3.1.3 (Transfer Space).
S. boll/ Edge Guard:
5 a. The entire floating dock perimeter, excluding launch slip and gangway access, shall have
TSP-27 Page 1460 of 2350
Agenda Item #24.
roll/edge guard installed with a 2.5 "x 1 " rounded top edge, bolted into the aluminum frame using
304 stainless steel hardware.
6. All attachment hardware shall be countersunk to avoid hazard of exposed hardware.
7. Accessible Aluminum Access Gangway
7a. The accessible aluminum access gangway (gangway) shall be fabricated using 6000 Series
aluminum, with an overall dimension of 4' in width and 32' in length, and shall be manufactured
in substantial compliance with the 2010 ADA Standards for Accessible Design.
7b. The main structural component of the gangway framework shall be 3 "x3"x 1/S" aluminum
square ribbed tubing. A pre arched design shall be built in for added strength and enhanced
aesthetics as per plans.
7c. Gangway decking shall consist of knurled and ribbed extrusion and shall be welded to the
framework of the gangway.
7c. Intermediate handrail shall measure 3 6" above gangway decking and maintain a minimum of
36" clearance from handrail to handrail. Handrails shall extend out from the end of gangway 12"
and return to end gangway stanchion. Intermediate handrail shall be fabricated of 1 I/4" schedule
40 aluminum pipe.
7d. Intermediate handrail shall be affixed to gangway with aluminum railing brackets, with the
centerline of projected handrail bracket allowing for a minimum of 1.5" clearance between
handrail and side of gangway.
7e. Gangway shall include a kick plate extending up 2" from decking surface.
7f. Landward end of gangway shall be supported with a fixed hinge connection utilizing a 4'
dockside hinge plate with V2" schedule 40 aluminum pipe as the hinge pin.
7g. Floating dock end of gangway shall be supported on top of the floating dock with roller
bracket and roller pad assembly per plans.
7h. A compensation float section shall be affixed to the floating dock to provide additional
support compensating for the weight of the gangway, and shall provide a capacity of no less than
50% of the total gangway weight.
7i. Transition plate from gangway to floating dock shall be fabricated from .25" x .3 75"
diamondtread plate, allowing for a smooth transition from gangway to floating dock.
TSP--28
Page 1461 of 2350
Agenda Item #24.
OTES:
At i C-c UjLDrVWIDC iuri i lrbM rn &C`CMSC" C
4'
RAMP
WRW
S LMDEWTM CONNECTOR
(REOURES 12" OTER DEPTH)
TSP-29 Page 1462 of 2350
Agenda Item #24.
w
W
do Sr-
co
LL .
En
an
�
t
co m
W
c�[
!
_
n
?=ram
in
i
Ln M I
cV
a
x
i LL-Lij
�
�
J
Liw�
J
� to '
R
m
,
�
Of
�
,r--
0
CN
iC
�i
1
7f
CO � w
■ W
••
x
- -
-
Nn to
sc
E
uj
U.
r
0 f
0
>- t2
Ld
IT
W R W,
40 4co =co i
W
C3
C.D
J
ii
1
;
UJ
En
d� m N� �
N '
Ui
x x(�
lid l7 LJ7
Li.l
1�
u
f ul
i
co
ao toFR
�
ci
l
�
■
00
■
]
7K
NFL
-14F
Q
TSP-30
Page 1463 of 2350
Agenda Item #24.
i
4 Lk-z f
w f
s
,! � a
f
W
!�
IP
r a r
•
1�
L
CD
z
f�
TSP`31 Page 1464 of 2350
Agenda Item #24.
ode 0
fir
.q)
Ll
---# rJ
49
CL
N � L
i
4 :x cn
Li
;� cc
all
ems:
t
ter.
TSP-3 2
Page 1465 of 2350
Agenda Item #24. 10�
PALM BEACH COUNTY, FLORIDA
STANDARD SPECIFICATIONS FOR ROAD AND
BRIDGE CONSTRUCTION
Florida Department of Transportation Standard Specifications for
Road and Bridge Construction, dated July 2021 shall be used as the basis
for the Work.
htti)s://fdotwww.blob.core.windows.net/sitefinit �,ldocs/default-
source/ ro rammana ementlimplementedlspecbooksliul r202117-
21 ebook. dV. sfvrsn=9a 1 c9abf 8
The Contractor agrees that the Florida Department of Transportation
Standard Specifications for Road and Bridge Construction, July 2021
Edition,, amended as follows by the General Provisions, but not otherwise
changed, shall govern.
SS-1 Page 1466 of 2350
Agenda Item #24.
PALM BEACH COUNTY, FWMDA
GE PROVISIONS
DIVISION I
GENERAL REQUIREMENTS AND COVENANTS
SECTION 1
DEFINITIONS AND TERMS
1-3 Definitions
The following terms, when used in the Contract Documents, have the meaning described as
follows:
Department THE FOLLOWING IS SUBSTITUTED:
The Palm Beach County Engineering & Public Works Department or The State of Florida
Department of Transportation, as appropriate.
Engineer THE FOLLOWING IS SUBSTITUTED:
Palm Beach County Engineering;, acting directly or through duly authorized representatives, such
representatives acting within the scope of the duties and authority assigned to them.
Note: In 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
"acceptable, 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
ngineer".
ADD THE FOLLOWING DEFINITION:
Financial Project Identification Number — Project Numher
ADD THE FOLLOWING DEFINITION:
Lot -The definition varies throughout the specification. The Engineer reserves the right to define
the testing limits.
ADD THE FOLLOWING DEFINITION:
Approved Products List - Refers to FDOT's Approved Products List
END OF SECTION
GP-1
Page 1467 of 2350
Agenda Item #24.
GENERAL PROVISIONS
SECTION 2
PROPOSAL REQUIREMENTS AND CONDITIONS
2-1 Prequalification of Bidders DELETE AND INSERT THE FOLLOWING.
2-1.1 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 a Bidder's eligibility to
perform the work required for this project.
Defer to URL http:Ilwww.fdot. ov/contracts/i)reLIual infol1)requalified.shtm for access to pre -
qualified FDOT contractors for construction contracts.
2-1.2 If the Bidder is not FDOT certified in the sate ory of FLEXIBLE PAVIN the Bidder
shall lirovide with the Bid or within three 3) Business Days of the Department's request the
following information regarding similar project(s) performed and completed by the Bidder
within the past five years (Similar Projects Information):
Similar Projects Information (complete the following for each similarproject)
.»._......»....»._..............»......................_.»....._._.» ......
.»._»................._ ..» »._....».» _...»....»».»...» ....._;. _...».... ».»»» » �.»»._....._....»._....».».»....»....__. _ _..»....�».».......... » _..._.»__ ..»._._.....»__.._ ............» w..»...� . _ ...�.._�.........._»....._._.._._...._..�...._..
Name
...w.µ�....._.._.............»._............. .... ».. .... »..»......... w... ........ ...._...._.»...... »....__ _ __ .. _....._.............._....»......».».�........_._
Location
Similar
Tota I Construction Cost
Project .............»....
Experience 1
e
' I Description e
s
s i e
i � x
I.....................»...........».......»...«....».»......i...........»....._............».....»................»..»......... ............ ..»................... ...»....... E..... ..... ...»........ ............................ ..........................».........._.._.................................. ......... ...».................. ................... ......... ........................... ........ ........... ,.............................................
......s
Firm / Agency
. ..... . .......... . ........... . ............. . .............. . . .................... ............ ........ ..... ................................. ......... . .......... . ... .......................... ......... .......................... ........... .
Client/ Contact person »
.........._...__....»......_.._..._._._...._...._... ................ E....................... ._....................... ................. _....... _.................................. _.... ....... .......................... »................. ........... ..»................... _.................................................... ........ ........ _.... » _
Owner
=Phone number
e
Email `
..... __........................................................w.......................................................................................................................y................................................................................ »..... ......... ....................................... ............................................... ..-. �............. .... � �
e �
Bidder's Role prime/subcontractor):
Portion of Project Completed by
Bidder:
1
Construction Cost of Portion of
Project Completed by Bidder:
2-1.3 Additional information that may be requested by the Department may include but not be
limited to the following (collectively, Additional Information):
o Supplemental listing of Similar Projects Completed by the Bidder
o FDOT Certification of Current Capacity and Status of Contracts On Hand (Form 525-
010-46)
o Detailed information of financial resources of the Bidder
GP-2 Page 1468 of 2350
Agenda Item #24.
GENERAL PROVISION
o Listing of equipment owned by the Bidder
o Ivey personnel resumes with a statement of their work category experience
o A list stating the types of work in which the Bidder can provide backup to show
experience, expertise, and competence.
o The aggregate amount of work the Bidder currently has under contract
o Licensure information of the Bidder and personnel
o Any other pertinent information to assist in this qualification review
24.4 The Deb sartment will review the Similar projects Information and. if requested, the
Additional Information to determine if the Bidder has sufficient experience to perform the work.
Failures rovide the Similar Projects Information; and. where requested. the Additional
Information. may° cause the Bid to be re ected as non-resi)onsive.
2-1.5 The Department reserves the right to request and require the Similar Projects Information
and Additional Information to verify a Bidder's experience and qualifications for the Work, all of
which shall be submitted within three (3) Business Days of the Department's request.
2-1.6 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 F.S., 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 Proposal Forms DELETE AND INSERT THE FOLLOWING;
Obtain a Proposal under the conditions stipulated in the Advertisement for Bid. The Advertisement
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
OP-3
Page 1469 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Proposal Form 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 Advertisement are part of the
Proposal, whether attached or not. Do not detach any papers bound with or attached to the
Proposal.
ADD THE FOLLOWING SUB -ARTICLE:
2-2.1.1 Filling out Proposal Form (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 formulas/extensions.
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.
(c) 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,
and name and title of the officer. Example:
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 "Altermte(s)", the total
amount that will be considered for the "Alternate(s)" shall also be the summation of the
extension of units and unit prices only, with the unit price prevailing.
When "Alternate(s)" are included, the Department 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 lave of what state the
corporation was chartered, and the name and title of the officer having authority under the by-
laws to sign Contracts.
GP-4 Page 1470 of 2350
Agenda Item #24.
GENERAL PROVISION)
(g) Anyone signing the Proposal as agent must submit the Proposal with legal evidence of its
agent's 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.
2-2.2 Department Modifications to Contract Documents DELETE AND INSERT THE
FOLLOWING:
Modifications to any Contract Documents will be posted at the following URL address:
htt -ss:ll )bcvss i.co. alm-beach.fl.us/weba )/Vss )/AltSelfService
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 Palm Beach
County Purchasing Department at (561) 616-6800 or email PBCVendor@pbcgov.org.
pbcgov.org.
2-2.3 Internet Bid Submittals DELETE IN ITS ENTIRETV
2-2.4 Hard Copy Bid Submittals DELETE AND INSERT THE FOLLOWING:
Unless otherwise indicated in the Advertisement for Bid, the Contractor shall prepare and submit
the Bid as a hard copy submittal to the Department in accordance with the Contract Documents.
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 DELETE AND INSERT THE FOLLOWING:
2-5.1 General DELETE AND INSERT THE FOLLOWING:
Submit Proposals on the form 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 "100.00". If the pay item is left blank or NIA
is used, the Bid may be declared irregular. Shover the total of the Bid where called for on the
Proposal Forms.
2-5.2 Internet Bid Submittals DELETE IN ITS ENTIRETY.
GP-5
Page 1471 of 2350
Agenda Item #24.
GENERAL PROVISIONS
2-5.3 Hard Copy Bid Submittal DELETE AND INSERT THE FOLLOWING:
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
firm's office street address.
If made by a partnership, execute the Proposal by setting out in full 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 Bidding firm's 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 bidding corporation's office street address. If made by a limited
liability company, execute the Proposal by setting out the company name, have the rnanager or
authorized member sign the Proposal and enter the bidding company's office address.
If made by a joint venture, execute the Proposal by setting out the j oint venture name, have the
authorized parties sign the Proposal and enter the bidding office's street address.
2-6 Rejection of Irregular Proposals DELETE AND INSERT THE FOLLOWING:
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 SUB ARTICLE AFTER 2-6
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 and rej ected.
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 may lead the
Bid to be irregular due to front-end loading the Bid.
Bid which are determined by the Department to be unbalanced Bids or which contain unbalanced
line item pricing when compared to competitor's Bids 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 Department.
2-7 Guaranty to Accompany Proposals (Did Bond) DELETE AND INSERT THE
FOLLOWING:
GP-6 Page 1472 of 2350
Agenda Item #24.
GENERAL PROVISIONb
The Department will not consider any Proposal unless accompanied by a Proposal Guaranty of the
character and amount indicated herein, and unless made payable to the Board of County
Commissioners, Palm Beach County, Florida. Submit the Proposal with the understanding that
the successful Bidder shall furnish a Contract Bond pursuant to the requirements of 3 - 5 .
The Bidder's Proposal Guaranty is binding for all projects included in the Contract awarded to the
Contractor pursuant to the provisions of this Subarticle.
The Proposal Guaranty may be a Certified Check or a Cashier's Check and shall be 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, will within fourteen (14) consecutive Working Days of the date of the letter, 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 accompanies.
2-8 Delivery of Proposals
2-5.1 Internet Bid Submittals DELETE IN ITS ENTIRETY
2-5.2 Hard Copy Bid Submittals DELETE AND INSERT THE FOLLOWING:
Submit the Proposal in a sealed envelope bearing on the outside the name of the Bidder, the
Bidder's address, date of opening, and in large letters, the words:
CONSTRUCTION OF: PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES
CONTRACT
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 Advertisement. For a Proposal that is not submitted by
mail, deliver it to the Department, or to the place as designated in the Advertisement. The
Department will return proposals received after the time set for opening Bids to the Bidder
unopened.
A Bidder may withdraw a Proposal at any time prior to that fixed for opening Bids without
prejudice to himlherself.
2-9 withdrawal or revision of Proposals
2-9.1 Internet Bid Submittals DELETE IN ITS ENTIRETY.
OP-7
Page 1473 of 2350
Agenda Item #24.
GENERAL PROVISIONS
2-9.2 Hard Copy Bid Submittals DELETE AND INSERT THE FOLLOWING:
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.
END of SECTION
SECTION 3
AWARD AND EXECUTION of CONTRACT
3-2 Award of Contract
3 -2 * 1 General DELETE AND INSERT THE FOLLOWING.,
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.
For the purpose of award, the low Bid shall be the lowest amount bid for the "Total Bid", and if
any alternates are considered, it shall be the "Total Bid" plus the addition for the alternate or
alternates which the Department may select. In no case will any award be made until all necessary
investigations are made into the responsibility of the lowest Bidder.
Prior to award of the Contract by the Department, the Bidder must provide proof of authorization
to do business in the state of Florida.
Project Award
The Department reserves the right to make multiple awards for this contract. In the event the
Department exercises this right, award will be made to the lowest, responsive, responsible Bidders.
Work will be issued to the Bidders at the Department's discretion.
3-5 Contract Bond Required
3-5.1 General Requirements for All Bonds DELETE AND INSERT THE FOLLOWING:
Under no circumstances shall the Contractor begin Work until it has supplied the Department with
a Contract Bond. Upon award, furnish to the Department, and maintain in effect throughout the
life of the Contract, an acceptable Contract Bond. Obtain the Contract Bond from. a Surety licensed
to conduct business in the State of Florida, meeting all of the requirements of the laws of Florida
GP-8 Page 1474 of 2350
Agenda Item #24.
GENERAL PROVISIONS
and the regulations of the Department, and having the Department's approval. The Penal Sum of
the Contract Bond shall automatically increase as the Contract Amount increases; provided,
however, that any increase of more than 20% from the initial Penal Sum, requires the Surety's
written consent. Ensure that the Surety's Florida Licensed Insurance Agent's name, address, and
telephone number is clearly stated on the Contract Bond form.
To insure the faithful performance of each and every condition, any stipulation 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, the Contractor
shall furnish to the Department, the Contract Bond on forms attached hereto.
3-5.1.1 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 Order,a Surety Bond in the amount of $50,000, as
security for faithful 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, furnish additional Surety Bond, in increments of
$ 5 0,000, so that the total amount of the Surety Bond(s) exceeds the amount of all Work Orders.
3-5.1.2 warn. order For $200,000 or More
For each work Order in the amount of $200,000 or more, furnish to the Department and maintain
in effect throughout the duration of the work Order, an acceptable Surety Bond in an amount at
least equal to the amount of the total work Order, as security for faithful performance and for the
payment of all persons performing labor, and furnishing Materials in connection therewith.
3-6 Execution of Contract and Contract Bond DELETE AND INSERT THE FOLLOWING:
The Contractor shall execute the Contract and provide satisfactory Contract Bond and
documentation evidencing all insurance required per Section 7-13 (Insurance) to the Department
within fourteen (14) Working Days of the date of the Leiter of Intent to Award.
Per Section 8-1 Contractor shall perform not less than 40% of the total Contract with its
own organization. Therefore, Contractor shall 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 relevant information for the Contractor and all sub-
contractors.
AID THE FOLLOWING SUB -ARTICLE:
3-6.1 Recording of Contract Band
Before commencing the work, Contractor shall provide to the Department a certified copy of the
recorded Contract Bond(s). Department may not make any payment to Contractor until Contractor
has complied with this requirement.
GP-9
Page 1475 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
3-7 Failure by Contractor to Execute Contract and Furnish Bond DELETE AND INSERT
THE FOLLOWING:
In the event that the Contractor falls to execute the Contract and to furnish an acceptable Contract
Bond, as prescribed in 3-5 and 3-6, within fourteen (14) Working Days of Intent to Award, the
Department may cause the Contractor to forfeit the proposal Guaranty to the Department not as a
penalty but as liquidation of damages sustained. The Department may then award the Contract to
the next lowest responsive, responsible Bidder, re -advertise, or accomplish the Nark using
alternate resources.
3-8 Audit of Contractor's records DELETE AND INSERT THE FOLLO'VWING:
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 Contractor 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 representatives).
For the purpose of this Article, records include but are not limited to all boobs of account,
supporting documents, and papers that the Department deems necessary to ensure compliance with
the provisions of the Contract Documents. If the Contractor fails 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.
END OF SECTION
SECTION 4
SCOPE OF THE WORD
4-1 Intent of Contract DELETE AND INSERT THE FOLLOWING:
The intent of the Contract is to provide for the construction and completion in every detail of the
Work described in the Contract. Furnish all labor, Materials, Equipment, tools, transportation and
supplies required to complete the Work in accordance with the Contract Documents.
All of the Work involved in this project shall conform to the construction Flans and Specifications
and shall be completed in a workmanlike manner. All debris is to be removed within the time
specified in the Contract.
OP-10 Page 1476 of 2350
Agenda Item #24.
GENERAL PROVISIONS
4-3 Alteration of Plans or of Character of Work
4-3.1 General DELETE AND INSERT THE FOLLOWING:
The Engineer reserves the right to male, 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 Contract 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 IN ITS ENTIRETY,
4-4 Unforeseeable Work DELETE AND INSERT THE FOLLOWING:
When the Department requires Work that is not covered by a price in the Contract, and the
Department finds that such Work is essential to the satisfactory completion of the Contract Within
its intended scope, the Department will male 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 WORD
5-1 Plans and Warping Drawings
5-1.1 Contract Documents DELETE AND INSERT THE FOLLOWING:
The Contractor will be furnished five (5) copies of the Plans and Specifications at the Pre -
Construction Meeting. Additional copies may be purchased from the Department, at a total cost
of $50 per set of Plans and Contract Documents.
The Contractor shall have Contract Documents available on the job site at all times.
5-1.4.5 Submittal Paths and Copies
5-2 Coordination of Contract Documents DELETE AND INSERT THE FOLLOWING:
These Specifications, the Plans, Special Provisions, and all supplementary documents are integral
parts of the Contract; a requirement occurring in one is as binding as though occurring in all. All
parts of the Contract are complementary and describe and provide for a complete Work.
When not stipulated as being covered under other pay items, pay items Will include:
GP-11
Page 1477 of 2350
Agenda Item #24.
• the Work and Materials specified in the Specifications
• additional, incidental Work, not specifically mentioned,
o when so shown in the Plans
o if indicated, or obvious and apparent, as being necessary for the proper completion
of the Work
In. cases of discrepancy, the governing order of the documents is as follows:
1. Proposal (i.e. pay items, Bid items)
2. Special Provisions
3. Technical Special Provisions
4. Plans
5. Standard Plans
6. Design Standards
7. Supplemental Specifications
8. General Provisions
9. Standard Specifications
Computed dimensions govern over scaled dimensions.
5-7 Engineering and Layout
5-7.1 Control Points Furnished by the Department ADD THE FOLLOVVING AT THE END of
THIS ARTICLE:
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 shall have a licensed surveyor verify the accuracy of the survey data prior to
proceeding with Work.
5-7.3 Layout of Work DELETE AND INSERT T JE FOLLOWING:
Utilizing the control points furnished by the Department in accordance ,with 5-7.1, the Contractor
shall have a licensed surveyor verify the accuracy of the 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 stales 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 projects establish all horizontal and vertical
controls necessary to cant' out such Work.
GP-12 Page 1478 of 2350
Agenda Item #24.
GENERAL PROVISIONS
5-10-Inspections
5-10.2 Inspection for Acceptance DELETE AND INSERT THE FOLLOWING:
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
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 in writing the remedial Work required to achieve acceptance. The Contract Time shall be
sus ended to allow the Contractor time to coml)lete the remedial work in accordance with the
following schedule; with the suspension commencing upon the date of the written notification by
the Department:
Contract Amount Contract Time Suspension
:S$55000,000 _ 30 Days
>$55000,000:5$1000,O0O 45 DavS e j
>$105000,000 60 Days
�- y
If all Work is not completed by the Contractor and accepted by the Engineer during_ the Contract
Time Susension. the Contract Time sha11 resume and after any remaining Contract Time is
en)ended. Lip u� idated Daman es shall be assessed until all Work is accepted b the Emineer.
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
5-12.2 Notice of Claim
5-12.2.1 Claims for Extra work DELETE IN ITS ENTIRETY
5-12.3 Content of written Claim DELETE ITEM (5) IN ITS ENTIRETY
5-12.5 Pre -Settlement and Pre -Judgment Interest DELETE IN ITS ENTIRETY
5-12.6 Compensation for Extra work or Delay DELETE IN ITS ENTIRETY
END of SECTION
GP-13
Page 1479 of 2350
Agenda Item #24.
GENERAL PROVISIONS
SECTION f
CONTROL OF MATERIALS
6-1 Acceptance Criteria
ADD THE FOLLOWING SUB ARTICLE:
G-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.
6-5.2 Source of Supply -Steel REPLACE ITELE OF ARTICLE WITH THE FOLLOWINi G:
Source of Supply -Steel (For Federal Aid Contracts only)
ADD THE FOLLOWING SUB ARTICLE:
6-6 Warranty
The Contractor guarantees 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 he 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 defective. If required by the Engineer,
the Contractor shall furnish satisfactory evidence as to the kind and quality of Materials, Work,
and Equipment. All Worm shall be warranted and guaranteed unconditionally for a period of one
(1) year after the letter of final acceptance. The Surety shall be bound with and for the Contractor
in the Contractor's faithful observance of the guarantee. The Contractor shall furnish to the
Department, the Form of Guarantee on forms attached hereto.
END OF SECTION
SECTION 7
LEGAL REQUIREMENTS
AND RESPONSIBILITY TO THE PUBLIC
7-1.9 Florida Minority Business Loan Mobilization Program DELETE IN ITS ENTIRETY.
7-2 Permits and Licenses
7-2.1 General DELETE AND INSERT THE FOLLOWING.
GP-14 Page 1480 of 2350
Agenda Item #24.
GENERAL PROVISION
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 lawful 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. 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.
The Department will also acquire any modifications or revisions to an original permit 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.
Acquire permits required by municipality or public agency, including but not limited to tree
removal and devvatering permits. The permitting time shall be included in the Proposal and Work
progress schedule. The Contractor shall also be responsible for completing appropriate
certif cations by a Professional Engineer, certified in the State of Florida., as outlined on PER-1.
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 permit condition and other Contract Documents, the more
stringent condition shall prevail.
7-11.3 Contractor's Use of Streets and Roads
7-11.3.2 On the State Highway System DELETE AND INSERT THE FOLLOWING:
When hauling Materials or Equipment to the project over roads and bridges on the State Highway
System and such use causes damage, immediately, at no expense to the Department, repair such
Road or Bridge to as good a condition as before the hauling began.
7-11.5 Utilities
7-11.5.1 Arrangements for Protection or Adjustment DELETE AND INSERT THE
FOLLOWING
Unless otherwise specified, all references to utility Work, conflicts, relocation, coordination,
adjustments, permits, utility pay items, and similar references shall be considered separate and
distinct from Roadway and Bridge items and shall pertain to all utilities including Palm 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
GP-15
Page 1481 of 2350
Agenda Item #24.
GENERAL PROVISIONS
performed in accordance with each respective utility department's minimum engineering and
construction standards.
Sufficient time has been allotted in the Contract time for the Contractor to coordinate the
installation and relocation, if necessary, of all utilities.
The Contractor shall be responsible to ascertain the exact location of all utilitie s prior to
construction regardless of information which may be indicated on the drawings. Utilities shall be
located and marked in the field.
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 Department will not be liable for any
damage to any utilities due to any action by the Contractor.
7-12 Responsibility for Damages, Claims, etc.
7-12.1 Contractor to Provide Indemnification DELETE AND INSERT THE FOLLOWING:
The Contractor shall protect, indemnify, defend, reimburse,. save, and hold harmless the
Department and all of its officers, agents, and employees from and against all suits, actions, claims,
demands, liability, expense, loss, cost or causes of action of any kind or character, including
attorney's fees and costs, whether at trial or appellate levels or otherwise, arising out of, because
of, during, or due to the acts or omissions commission of the Contractor, its officers, agents, or
employees or as a result of their performance of the terms of the Contract. In the performance of
the 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 or property directly
caused or resulting from the sole negligence of the Department or any of its officers, agents, or
employees.
The Contractor shall include the provision in any and all agreements with subcontractors executed
in connection with this Contract.
GP-16 Page 1482 of 2350
Agenda Item #24.
GENERAL PROVISION
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 DELETE ENTIRE SECTION AND INSERT THE FOLLOWING:
7-13.1 General
Unless otherwise specified in this Contract, or approved by the Department, the Contractor shall,
at its sole expense, maintain in full force and effect at all times during the Contract and the
performance of Work, including the warranty period, insurance coverage with limits, including
endorsements, not less than those set forth in the Insurance Coverage and Limit Table below and
with insurers and under forms of policies acceptable to the Department. Contractor shall furnish
to the Department Certificate(s) of insurance evidencing that such policies are in full force and
effect, not later than fourteen (14) Calendar Days of the date of the letter of Intent to Award, but
in any event, prior to execution of the Contract by the Department and prior to commencement of
Work. 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 the Department'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 Insurance
Furnish and 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 Damage, -C-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 Insurance
Furnish and maintain a standard 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 Insurance
GP-17
Page 1483 of 2350
Agenda Item #24.
� GENERAL PROVISIONS
Furnish and maintain Workers' Compensation Insurance and Employer's Liability, including
Federal Act endorsement for U.S. Longshore and Harbor Workers' Compensation 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 in 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 Department 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
Furnish and maintain 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 when Work involves.
7-13.1.4.1 Railroad Protective Liability Insurance
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 furnish
to ,the Department for transmittal to the railroad company, an original insurance policy which, with
respect to the operations the Contractor or any of its subcontractors perform, will provide for and
in behalf of the railroad company, Railroad Protective Liability Coverage. Coverage shall be in
accordance with all of the limits, terms and conditions set forth herein and conforrn 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 Insurance
With respect to any of the Work hereunder involving watercraft owned, hired, or borrowed, the
Contractor shall furnish and maintain Protection and Indemnity, or similar Watercraft Liability.
Coverage shall be included either by 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.
GP-18 Page 1484 of 2350
Agenda Item #24.
GENERAL PROVISIONS
7-13.1.4.3 Aircraft Liability Insurance
With respect to any of the Work involving including fixed wing or helicopter aircraft, aircraft
owned, hired, or borrowed, including the Contractor shall furnish and 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 Insurance
When the Work under the Contract involves the installation of attachments to joint -use utility
poles, the Contractor shall furnish evidence to the Department that, with respect to the operations
the Contractor performs, his Commercial General Liability is endorsed with a Broad Form
Contractual Endorsement covering the below indemnification or the Department 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 Department 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 Department 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 Umbrella 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 Department and any other applicable entities shall be specifically
endorsed as an "Additional Insured" on the Umbrella or Excess Liability, unless the Umbrella or
Excess 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.
7-13.4 Additional Insured
The Contractor agrees to endorse the Department 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 County Commissioners". The Contractor
GP-19
Page 1485 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
shall agree that 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 agrees, by entering into this Contract, to a Waiver of Subrogation for each required
policy providing coverage during the Contract. when required by the insurer or should a policy
condition not permit an Insured to enter into a 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.
7-13.5.E Right to Review & Adjust
The Contractor shall agree, notwithstanding the foregoing, that the Department, 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 Department 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, the Department 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 primarily interests
of the Department only, and the Contractor agrees in no way should the coverages and limits in
the 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 herein.
In the event the Department is notified that a required insurance coverage will be cancelled or non -
renewed during the period of this Contract, the Contractor shall furnish prior to the expiration of
such insurance, an additional certificate of insurance as proof that equal and like coverage for the
GP-20 Page 1486 of 2350
Agenda Item #24.
GENERAL PROVISION
balance of the period of the Contract and any extension thereof is in effect. Contractor shall not
continue to Work pursuant to this Contract unless all required insurance remains in effect.
The Department shall have the right, 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
Department.
The Department 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 Department 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
1. Shall clearly identify 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. Within forty-eight (48) hours of a request by the Department, and subsequently, prior to
expiration of any of the required coverage throughout the term of this Contract, the Contractor
shall deliver to the Department at the address below, unless otherwise directed by the
Department, a signed Certificate(s) of Insurance, evidencing that all types and amounts of
insurance coverage required by this Contract have been obtained and are in full force and
effect. Said Certificate(s) of Insurance shall, to the extent allowable by the insurer, include
a minimum thirty (3 0) days' endeavor to notify due to cancellation (10 days for nonpayment
of premium) or non -renewal of coverage. The Certificate Holder shall read:
Palm Beach County Board of County Commissioners
c/o Engineering Department 1 Roadway production Division
2300 N. Jog Road
Third Floor, West Wing
West Palm Beach, FL 33411
6. The Certificates of Insurance must be completed in the original and signed and returned to the
Department along with Contracts and Sureties.
GP-2 1
Page 1487 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
7-13.5.5 Deductibles, Coinsurance Penalties, & Self -Insured Retention
The Contractor shall 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.
7-13.5.5 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 Department, the Contractor shall
agree to obtain and furnish copies of certificates of insurance evidencing coverage for each
subcontractor.
GP`22 Page 1488 of 2350
Agenda Item #24.
GENERAL PROVISIONS
7-13.5.7 Insurance Coverage and Limit Table
The Contractor shall agree to maintain the coverage, endorsements, and limits of liability in
accordance With and set forth by the Insurance Coverage & Limit Table as follows:
INSURANCE OVERAGE & LIMIT TABLE
TYPE OF COVERAGE
CONTRACTS LESS THAN
CONTRACTS $500,000 OR
$5009000
MORE
COMMERCIAL GENERAL LIABILITY:
Limit of Liability not less than:
$5002000
$1,000,0p0
per occurrence
per occurrence
Additional Insured endorsement required:
General Aggregate Limit must apply Per Pro j ect
Yes
Yes
COMPREHENSIVE AUTO LIABILITY:
Limit of Liability not less than:
$50000
$1,3000,000
per occurrence
per occurrence
WORKERS' COMPENSATION &
EMPLOYER'S LIABILITY:
Coverage not less than:
Statutory
Employer's Liability Limits not less than:
$100100015005000/100,000
WATERCRAFT LIABILITY:
Limit of Liability not less than:
$151000,000
per occurrence
Additional Insured endorsement required:
Yes
AIRCRAFT LIABILITY:
Limit of Liability not less than:
$53,0009000
per occurrence
When used to carry passengers (excluding
aircrafls crew) coverage for Passenger Liability
$1.10005000
not less than:
per passenger
Additional Insured endorsement required:
Yes
RAILROAD PROTECTIVE LIABILITY:
Limit of Liability not less than:
$2,000, 000 per occurrence
$f,00o,000 aggregate
Additional Insured endorsement required:
General Aggregate Limit must apply Per Project
Yes
UTILITY OWNERS PROTECTIVE
LIABILITY:
Limit of Liability not less than:
$1,000,000 per occurrence
Additional Insured endorsement required:
Yes
GP-23
Page 1489 of 2350
Agenda Item #24.
"' GENERAL PROVISIONS
7-14 Contractor's Responsibility for work ADD THE FOLLOWING AT THE END OF
THIS ARTICLE:
In addition to the above, the Contractor will 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.
ENT OF SECTION
SECTION S
PROSECUTION AND PROGRESS
8-3 Prosecution of work
8-3.2 submission of Contract schedule DELETE AND INSERT THE FOLLOWING:
Provide a schedule that shoves 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. Shaw each activity with a beginning work date, a duration, and a
monetary value. Include activities for procurement fabrication, and deliver of Materials, plant, and
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 updated
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.
If the Contractor fails to submit either the corrected or an updated schedule in the time specified,
the Engineer will withhold all Contract payments until the Engineer accepts the schedule.
GP-24 Page 1490 of 2350
Agenda Item #24.
GENERAL PROVISIONS
8-3.3 Beginning work DELETE AND INSERT THE FOLLOWING:
Notify the Engineer not less than five days in advance of the planned start day of work. Upon the
receipt of such notice, the Engineer may give the Contractor Notice to Proceed and may designate
the point or points to start the work. In the Notice to Proceed, the Engineer may waive the five day
advance notice and authorize the Contractor to begin immediately. Notify the Engineer in writing
at least two days in advance of the starting date of important features of the work. Do not
commence work under the Contract until after the Department has issued the Notice to
Proceed. The Department will issue the Notice to Proceed within 120 calendar days, excluding
Saturdays, Sundays and Holidays, after execution of the Contract, unless otherwise mutually
agreed by the Contractor and the Department.
8-3.5 Preconstruction Conference DELETE AND INSERT THE FOLLOWING:
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 his proposed work
schedule for the job.
8-6 Temporary Suspension of Contractor's operations
8-6.1 Authority to Suspend Contractor's Operations ADD THE FOLLOWING TO THE
END OF THIS ARTICLE:
In particular, the Engineer reserves the right to suspend Work on the project from December 15th
to December 23, inclusive. The Engineer will give a minimum of thirty (30) Calendar Days notice
of suspension. Prior to carrying out any work on the project during the period of suspension, the
Contractor shall obtain written approval from the Engineer.
8-6.1.1 State of Emergency DELETE AND INSERT THE FOLLOWING:
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 and Special Events DELETE AND
INSERT THE FOL1.OWING :
Unless the Contractor submits a written request to work on a Holiday at least ten Calendar Days
in advance of the requested date and receives written approval from the Engineer, the Contractor
shall not worm on the following days: Martin Luther Ding, Jr. Day; Memorial Day; the Saturday
GP-25
Page 1491 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
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 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 DELETE AND INSERT THE FOLLOWING:
The date on which Contract Time begins is the date stated in the Notice to Proceed.
8-8 Failure of Contractor to Maintain Satisfactory Progress
8-8.1 General: Pursue the work to Completion DELETE AND INSERT THE
FOLLOWING:
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 AND INSERT THE
FOLLOWING:
(a) A Contractor may be declared delinquent because of unsatisfactory progress on a Contract with
the Department, 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.
GP-26 Page 1492 of 2350
Agenda Item #24.
GENERAL PROVISIONS
(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 stated in the two preceding paragraphs, twenty (20) percentage
points may be allowed for a Contractor who, in the opinion of the 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 Department.
(b) A Contractor will be declared delinquent because of unsatisfactory progress on the Contract
with the Department, 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.
(c) The Contractor may appeal in writing to the Department for relief from disqualification status.
The Department 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 from such
status upon receipt of evidence from the Construction Coordination Division that his progress
is no longer delinquent, provided the Contract Time has not elapsed.
(e) The principal progress check period will occur monthly, upon the Department's receipt 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 immediately
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 Contractor may request and provide support for any extensions of time,
or other considerations which would affect the delinquency.
(g) Final notification of delinquency will be made and verified by 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.
GP-27
Page 1493 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
(h) The Engineer may grant extensions of time during the prosecution of the Work, as allowed
under the Contract, regardless of the Contractor's delinquency status.
8-9 Default and Termination of Contract
5-9.2 Termination of Contract for Convenience DELETE AND INSERT THE
FOLLOWING:
The Department 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 such notice,
Contractor hereby waives any claims for damages from the optional termination, including loss of
anticipated profits on account thereof. As the sole right and remedy of Contractor, the Department
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
not term irate d;
3. Promptly make every reasonable effort to obtain cancellation upon terms satisfactory to
Department of all orders and subcontracts to the extent they relate to the performance of
Work terminated or assign to the Department those orders and subcontracts and revoke
agreements specified in such notice;
4. The Contractor agrees to assign all subcontracts required for performance of this Contract
to the Department;
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 Department;
6. Assist the Department, as specifically requested in writing, in the maintenance, protection
and disposition of property acquired by the Department under the Contract; and
7. Complete performance of any work which is not terminated.
B. Upon any such termination, the Department will pay to Contractor an amount determined in
accordance with the following (without duplication of any item):
1. All amounts due and not previously paid to Contractor for Work completed in accordance
OP-28 Page 1494 of 2350
Agenda Item #24.
GENERAL PROVISIONa
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.
The 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 an
adjustment to the Contract price including all incurred costs described herein.
The Department shall review, analyze, and verify such proposal, and negotiate an equitable
ad j ustment, and the Contract shall be amended in writing accordingly.
8-10 Liquidated Damages for Failure to Complete the Work
8-10.2.1 Amounts Reasonable/No Penalty ADD THE FOLLOWING SUB -ARTICLE:
The Contractor hereby agrees and aff rms that the amounts specified in this section reflect a fair
compensable value for damages suffered by Department as a result of Contractor's Belay, and that
said amounts are not a penalty nor will ever be contested as reflecting the imposition of a penalty
against Contractor.
END OF SECTION
SECTION 9
MEASUREMENT AND PAYMENT
9-2 Scope of Payments
9-2.1.1 Fuels DELETE AND INSERT THE FOLLOWING:
The estimated quantity for fuel requirements for diesel to cover the Work specified in the Contract
is 76,500 gallons and is based upon the pay item quantities listed on the Proposal. Price
adjustments will be made only for the amount of diesel fuel estimated by the Department as
required to complete the Contract. The requirement of fuel for each pay item is estimated by
multiplying the Department's standard fuel factor for that pay item by the quantity of that pay
OP-29
Page 1495 of 2350
Agenda Item #24.
GENERAL PROVISIONS
item. Only for Contracts with an original Contract Time in excess of 120 calendar days, the
Department will make price adjustments on each applicable progress estimate to reflect increases
or decreases in the price of diesel from those in effect during the month in which bids were
received. The Contractor will not be given the option of accepting or rejecting these adjustments.
Price adjustments for fuel will be made only when the current fuel price (CFP) varies by more than
5% from the price prevailing in the month when bids were received (BFP), and then only on the
portion that exceeds 5 %.
Price adjustments will be based on the monthly bulk average price for diesel as derived by the
Department. These average indexes shall be determined by averaging bulk fuel prices on the first
day of each month as quoted by major oil companies that are reasonably expected to furnish fuel
for projects in the State of Florida. Average price indices for will be available on the Construction
Office website before the 151h of each month, at the following URL:
httL)s-://www.fdot.gov/construct*lon/fuel-bit/fuel-bit.shtm.
Payment will be based on the quantities shown on the progress estimate on all items for which
established standard fuel factors are on a file maintained by the Department. Payment on progress
estimates will be adjusted to reflect adjustments in the prices for diesel in accordance with the
following:
When fuel prices have decreased between month of bid and month of this progress estimate:
Ai = Fi (Pi - 0.95 Pb) during a period of decreasing prices.
Ai = Total dollar amount - positive or negative - of the cost adjustment for fuel used by the
Contractor during the month "i."
Fi = Total gallons calculated as being used during the month.
Pi = Average price for fuel prevailing during month " i."
Pb = Average price for fuel prevailing during the month "b" when bids were received on this
Contract.
When fuel prices have increased between month of bid and month of this progress estimate:
Ai = Fi (Pi - 1.05 Pb) during a period of increasing prices.
Ai = Total dollar amount - positive or negative - of the cost adjustment for fuel used by the
Contractor during the month "i."
Fi = Total gallons calculated as being used during the month.
Pi = Average price for fuel prevailing during month "i."
Pb = Average price for fuel prevailing during the month "b" when bids were received on this
Contract.
Payment will be made on the current progress estimate to reflect the index difference at the time
Work was performed.
GP-30 Page 1496 of 2350
Agenda Item #24.
GENERAL PROVISION
Adjustments will be paid or charged to the Prime Contractor only. Any Contractor receiving an
adjustment under this provision shall distribute the proper proportional part of such adjustment to
subcontractors who perform applicable work.
Refer to the "Fuel Adjustment Calculation" table provided in the Special Provisions of the Contract
Documents. Only those pay items listed on this table will be eligible for adjustment.
9-2.1.2 Bituminous Material DELETE AND INSERT THE FOLLOWING:
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 during the month in which bids were received.
Bituminous adjustments will be made only when the current API (CAPI) 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.
th
The API will be available on the Construction Office website before the 15 of each month at the
following URL: https:,I/www.fdot.aov/construction/fuel-bit/fael-bit.shtm.
Refer to the "Liquid Asphalt Calculation" table provided in the Special Provisions of the Contract
Documents.
9-2.1.3 Steel Materials: Guardrail, Rebar and Prestressing Strands Handrail, Structural
Steel, Steel Sheetpiling, and Sign Structures and Mast Arms ADD THE FOLLOWING:
Department will adjust the Bid unit price for steel to reflect increases or decreases in the Material
Price Adjustment Steel (MPAS) from that in effect during the month in which bids were received.
Steel mateeral adjustments will be made only when the current MPAS (CMPAS) varies by more
than 5% of the MPAS prevailing in the month when bids were received (BMPAS), and then only
on the portion that exceeds 5%.
The Department will determine the MPAS 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 steel materials
to projects in the State of Florida.
th
The MPAS will be available on the Construction Office website before the 15 of each month at
the following URL: httlis-://www.fdotg(ov/c-onstruction/material-I)nce-adjustment
Refer to the "Steel Materials Adjustment Calculation" table provided in the Special. Provisions of
the Contract Documents. Only those pay items listed on this table will be eligible for adjustment,
GP-31
Page 1497 of 2350
Agenda Item #24.
"GENERAL PROVISIONS
9-2.1.4 Aluminum, PVC, and Copper ADD THE FOLLOWING:
Department will adjust the Bid unit price for aluminum, PVC, and copper to reflect increases or
decreases in the Material Price Adjustment Aluminum (MPAA), Material Price Adjustment PVC
(MPAP) and/or Material Price Adjustment Copper (MPAC) from that in effect during the month
in which bids were received.
Aluminum, PVC, and copper adjustments will be made only when the current monthly material
price index (IMP) for aluminum, PVC and/or copper varies by more than 5% of the price index
prevailing in the month when bids were received (BMP), and then only on the portion that exceeds
5 %.
The Department will determine the IMP 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 aluminum, PVC,
and copper material to projects in the State of Florida.
th
The IMP will be available on the Construction Office website before the 15 of each month at
the following URL: https://www.fdot.(3ov/construction/material-price-adjustment
Defer to the "Aluminum Adjustment Calculation", "PVC Adjustment Calculation" and `Kopper
Adjustment Calculation" tables provided in the Special Provisions of the Contract Documents.
Only those pay items listed on these tables will be eligible for adjustment.
9-3 Compensation for Altered Quantities
9-3.1 General AID THE FOLLOWING To THE END of THIS ARTICLE:
The Contractor is advised that all items may be increased, decreased or deleted from 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 items 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.
9-3.2.1 Error in Plan Quantity DELETE IN ITS ENTIRETY
GP-32 Page 1498 of 2350
Agenda Item #24.
GENERAL PROVISIONS
9-5 Partial Payments
9-5.1 General DELETE AND INSERT THE FOLLOWING:
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. Except as specified herein, the amount retained shall be 5 % of
the value of Work completed. This retainage may be reduced to 2.5% of Contract amount at the
discretion of the Engineer when the total amount of partial payments exceeds 95 % of the Contract
amount.
The amount retained on water and sewer construction and adjustments included in the Contract
shall be 5 % 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.
For contracts in which the amount for landscaping items constitute 50% or more of the original
Contract amount, 5 % 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 Work,- whichever occurs
last.
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 ADD THE FOLLOWING TO THE END of THIS ARTICLE:
(7) Common Carrier Freight Rates. No adjustments shall be made for change in common carrier
rates.
9-5.5.2 Partial Payment Amounts DELETE AND INSERT THE FOLLOWING:
Contract amount is defined as the original Contract amount as adjusted by approved Supplemental
Agreements.
The following partial payment restrictions apply:
(1) Partial payments for structural steel and precast prestressed items will not exceed S 5 % 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.
GP-33
Page 1499 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
(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 DELETE IN ITS ENTIRETY
9 -11 Change Order Approvals ADD THE FOLLOWING ARTICLE:
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
SECTION 102
MAINTENANCE OF TRAFFIC
102-1 Description ADD THE FOLLOWING AT THE END OF THIS ARTICLE:
All existing signs are the property of the Department. The Contractor shall stockpile the above
mentioned signs and contact Traffic Operations (sign supervisor) at 23 3 -3 900 for pick-up. Signs
must be Dept in good condition or be responsible for reimbursement to Palm Beach County Traffic
Division.
This section shall be governed by the following standards:
1. Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge
Construction"
2. "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD)
3. Florida Department of Transportation "Design Standards"
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:
GP-34 Page 1500 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Barricades Lights 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.
Drums, Type II barricades and barrier walls shall have one Type C steady burning light.
Flay, 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 FDOT Specifications for Road and Bridge Construction. Each flagger shall
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.
■ 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).
2. 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
I. 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 MUTCD /Type B or C
only. Solar arrow boards shall be used.
Traffic Si iWs
GP-35
Page 1501 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
1. A minimum of seventy-two hours notice must be given to Traffic Division (684-403 0) prior to
Work requiring the realigning of traffic signals.
2. The Department 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 1 in the General Provisions
unless approved by and coordinated with Palm Beach County Traffic Operations. Contact
Traffic Operations at (561) 23 3 -3 900, 24 hours in advance of any excavation. Failure to
comply with the above shall result in the prime contractor incurring all 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.
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 1 hour before and one
hour after the scheduled change -over time. After that the contractor shall be responsible for all
cost incurred for the Delay.
102-1.1 General
1. 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 a
beacon 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 7:00 P.M. left turn and through
lanes 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 1" inch of height.
Pp. rip. OnareC
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.
GP-36 Page 1502 of 2350
Agenda Item #24.
GENERAL PROVISION)
3. Pedestrian detours are not to exceed 300 feet from the closure to a signalized or Palm Beach
County approved alternative crossing location. The Contractor is to provide a safe and
reasonable alternate route including pedestrian detours, diversions and flaggers to assist
pedestrians around the work area when applicable.
4. Sidewalks within school zones/areas shall be maintained during morning start and afternoon
dismissal times unless otherwise approved by the Engineer. Otherwise, direct detours shall be
provided such that students will not be diverted for more than 100 feet. Temporary guarded
crossings provided by the Contractor shall be utilized when needed.
102-3.2 Worksite Traffic Supervisor ADD THE FOLLOWING AT THE END OF THIS
ARTICLE:
Certification must be through American Traffic Safety Services Association (ATSSA) or FDOT
approved Advanced Maintenance of Traffic course certification.
102-4 Temporary Traffic Control Plan, (TTCP) DELETE IN ITS ENTIRETY AND
INSERT THE FOLLOWING:
The Temporary Traffic Control Plan (TTCP) for traffic control around or through work sites
should be developed with safety receiving a high priority. The TTCP 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.
The temporar\- traffic control elan shall include the following:
TTCP to be prepared and signed by the Work Site Traffic Supervisor as certified by the American
Traffic Safety Services Association or FDOT approved Advanced Maintenance of Traffic course
or a Professional Engineer.
1. A copy of the signer's certification, contractor'. s name, and 24 hour phone number of the
work site traffic supervisor shall be on the TTCP.
2. The TTCP 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; Retro-reflective Pavement Markers (RPM); pavement markings; school zones;
crosswalks; Palm Tran bus stop and railroad crossings.
3. Plans may be drawn to scale; however, dimensions shall be shown. Plans that are not
drawn to scale must be drawn proportionately and include all areas hat will be within the
temporary traffic control including signalized and unsignalized intersections. Plans must
be legible, easily read and include all lane usage and current geometrics.
4. Variable Message Sign (VMS) and the messages.
GP-3 7
Page 1503 of 2350
Agenda Item #24.
GENERAL PROVISIONS
a. Road Closures — VMS boards shall be installed 10 days prior to Work beginning
until 10 days after Work completion. If the Road closer is on a thoroughfare Road
then the VMS board shall be installed for the entire Contract Time.
b. Traffic Shifts — VMS boards shall be installed 7 Working Days prior to Work until
7 Working Days after Work completion.
5. Location and geometry for transitions, detours, and diversions (includes buffer space and
taper length).
6. No change-overs are allowed on Monday or Friday, the day before a Holiday or during
AM or PM peak traffic, and are discouraged at signalized intersections.
7. All Plans shall be submitted through the Palm Beach County Construction Coordination
Division.
S. Lane closures in front of schools shall avoid disruption to school traffic during school
arrival and dismissal times.
9. The Contractor shall comply with the current MUTCD and FDOT Standard Plan Index 102
series and Palm Beach County Standards for all MOT.
10. The Contractor shall provide MOT for each phase of construction within 60 days of phase
implementation.
11. Supporting calculations shall be provided for all proposed horizontal curves.
The TTCP approval is as follows:
A.. '1 to 14 days for most Plans
B. 14 days when a signal or flasher is involved .
C. 15 days for a traffic switch or for Road closures
Time may vary based on the complexity of the TTCP Consideration should be given to these time
frames when scheduling the Work.
Palm Beach County Traffic Engineering Division will handle all news releases, notifying police,
fire, etc.
The TTCP is good for 60 days. If the TTCP has not been implemented by then, a new approval
will be required.
TTCP must have dates and times of operation requested.
GP-38 Page 1504 of 2350
Agenda Item #24.
GENERAL PROVISIONS
In no case may the contractor begin Work until the TTCP 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
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 items and
shall include all of the above requirements.
102-5.4 Crossings and Intersections DELETE AND INSERT THE FOLLOWING:
Provide and maintain adequate accommodations for intersecting and crossing traffic. Do not block
or unduly restrict any Road or Street 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 INSERT THE FOLLOWING:
Provide trained flaggers in accordance with FDOT and MUTCD requirements.
102-6.2 Construction DELETE AND INSERT THE FOLLOWING:
Plan, construct, and maintain detours for the safe passage of traffic (both vehicular and pedestrian)
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 DELETE IN ITS ENTIRETY
102-7 Traffic Control Officer DELETE AND INSERT THE FOLLOWING:
Provide uniformed law enforcement officers, including marked later 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. 102-619 is used on Interstate at nighttime and required by the Plans.
3. When Standard Plans, Index 102-65 5 Traffic Pacing is called for in the Plans or approved by
the Department.
GP-39
Page 1505 of 2350
Agenda Item #24. 101110"� e-- _16
GENERAL PROVISIONS
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.
d. 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 of this 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.
ADD THE FOLLOWING SUBARTICLE:
102-9.9.1 Portable Changeable (Variable) Message Sign (PCMS) (Non -MOT)
Furnish VMS board in accordance with 102-9.12, when authorized and/or directed by the
Engineer, and for purposes not covered under the requirements of the TTCP.
102-9.14 Radar Speed Display Unit (RSDU) DELETE IN ITS ENTIRETY
102-9.15 Temporary Signalization and Maintenance DELETE IN ITS ENTIRETY
102-9.16 Temporary Traffic Detection and Maintenance DELETE IN ITS ENTIRETY
102-10 Work Zane Pavement Marking DELETE AND INSERT THE FOLLOWING:
1. All temporary pavement markings shall be done in a professional manner without weaves
and/or bows. No aver -painting shall be allowed.
2. Temporary RPM's shall be installed at an 1 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 RPM'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. RPM's shall be bonded to the pavement or concrete with epoxy, alkyd
thermoplastic or bituminous adhesive.
3. Temporary pavement markings shall be applied to the intermediate asphalt course, and
shall consist of foil -backed tape, or paint meeting both State and Department
Specifications.
4. Temporary pavement markings shall also be applied to the final asphalt course unless
otherwise directed by the Department. All final course pavement markings shall consist of
foil -hacked tape. The temporary pavement markings shall be installed in accordance with
the typicals in the General Provisions.
GP-40 Page 1506 of 2350
Agenda Item #24.
GENERAL PROVISION
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
Department.
6. All painted lines shall conform to size and color requirements of the MUTCD, Part III. The
thickness shall not be less than fifteen (15) mils with six (6) to six and one quarter (6 'I4)
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 markings. Existing pavement markings
that conflict with temporary work zone delineation shall be removed by any method
approved by the Engineer.
8. If a school zone exists, it must be maintained including crosswalks, school messages and
signs.
9. It shall be the contractor's responsibility to adjust existing signing, add new signing, and
remove or add pavement marking on approaches to the project.
10. The last temporary pavement markings for the project's final condition shall be incidental
to the Maintenance of Traffic item. They shall be placed in the location of the future
permanent pavement markings.
102-10.1 Description DELETE THE LAST PARAGRAPH IN ITS ENTIRETY
102-10.2 Painted Pavement Markings DELETE IN ITS ENTIRETY
102-10.3 Removable Tape DELETE IN ITS ENTIRETY
102-10.3.1 General DELETE IN ITS ENTIRETY
102-10.3.2 Application DELETE IN ITS ENTIRETY
102-10.3.3 Retro-reflectivity DELETE IN ITS ENTIRETY
102-10.3.4 Removability DELETE IN ITS ENTIRETY
102-10.4 Temporary Raised Pavement Markers DELETE AND INSERT THE
FOLLOWING:
Apply all markers in accordance with Palm Beach County Typical T-P-2 1, or as otherwise revised.
102-11 Method of Measurement
GP-41
Page 1507 of 2350
Agenda Item #24.
GENERAL PROVISIONS
102-11.1 General DELETE AND INSERT THE FOLLOWING:
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 (TTCP).
Unless otherwise specified, all devices l items specified in 102-11 shall be incidental to the pay
item: MOT, on a Lump Sum basis.
ADD THE FOLLOWING SUBARTICLE:
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 lave enforcement vehicle(s).
Payment will be made only for those traffic control officers not incidental to the TTCP
requirements and when authorized by the Engineer under the pay item: Traffic Control Officers
(Non -MOT) per hour.
102-11.3 Special Detours DELETE IN ITS ENTIRETY
AID THE FOLLOWING SUBARTICLE.
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 TTCP.
Payment will be made for each Changeable (Variable) message sign that is used during the
Contract period under the pay item Changeable (Variable) Message Sign (Non -MOT) per each per
day.
102-11.15 Temporary Signalization and Maintenance DELETE IN ITS ENTIRETY
102-11.19 Temporary Traffic Detection and Maintenance DELETE IN ITS ENTIRETY
102-11.20 Work Zone Pavement Markings DELETE AND INSERT THE FOLLOWING.
The quantities, furnished and installed shall be those that are required for the project and shall be
incidental to MOT, Lump Sum..
102-12.1 Submittal Instructions DELETE IN ITS EN11RETY
102-12.2 Contractor's Certification of Quantities DELETE AND INSERT THE
FOLLOWING:
GP-42 Page 1508 of 2350
Agenda Item #24.
GENERAL PROVISION
When requested by the Department, Contractor shall submit a certification of the material used.
Ensure that the certification consists of the following: Project Number, Certification Number,
Certification Bate and the period that. the certification represents.
102-13 Basis of Payment
102-13.1 Maintenance of Traffic (General Work) DELETE AND INSERT THE
FOLLOWING:
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 (TTCP).
Unless otherwise specified, all devices 1 items specified in 102-13 shall be incidental to the pay
item: MOT, on a Lump Sum basis.
INSERT THE FOLLOWING SUBARTI CLE.
102-13.2.1 Traffic Control officers (Non -MOT)
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 TTCP.
102-13.3 Special Detours DELETE IN ITS ENTIRETY
INSERT THE FOLLOWING SUBARTICLE:
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 TTCP.
102-13.20 Temporary Raised Rumble Strips DELETE IN ITS ENTIRETY
102-13.21 Temporary Lane Separator DELETE IN ITS ENTIRETY
102-13.22 Temporary Signals for Lane Closures DELETE IN ITS ENTIRETY
102-13.23 Temporary Highway Lighting DELETE IN ITS ENTIRETY
102-13.24 Pedestrian or Bicycle Special Detours DELETE IN ITS ENTIRETY
102-13.25 Type III ]Barricades DELETE IN ITS ENTIRETY
102-13.26 Payment Items DELETE AND INSERT THE FOLLOWING;
OP-43
Page 1509 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
105-1.2.3 Notification of Placing order DELETE AND INSERT THE FOLLOWING:
Order materials sufficiently in advance of their incorporation in the work to allow time for
sampling, testing and inspection. Notify the Engineer prior to placing orders for materials.
Submit to the Engineer a fabrication schedule for all items requiring commercial inspection at least
30 clays before beginning fabrication. Items requiring commercial inspection will be identified in
the Plans, Proposal, Special Provisions, Supplemental Specifications, or Technical Special
Provisions of the Contract Documents. These items can include steel bridge components,
moveable bridge components, pedestrian bridges, castings, forgings structures erected either
partially or completely over the travelled roadway or mounted on bridges as overhead traffic signs
(some of these may be further classified as cantilevered, overhead trusses, or monotubes) or any
other item identified as an item requiring commercial inspection in the Contract Documents.
GP-44 Page 1510 of 2350
Agenda Item #24.
GENERAL PROVISIONS
w
GP-45
Page 1511 of 2350
Agenda Item #24.
•
fb
w
i I I
GENERAL PROVISIONS
Mal"] .0 i * ��
---
Uwa,
4pu izi *u
+ s
•
+ r■
r •
+s` r
s +
!
■
#
•
a
s�
■
q
N
•
i
r *'
�r
e * i
+f
■� T
F it
p•
, t
a T
f - !i
410
qqp
a■
O s 'rh:
r an
w And
TIna A
'" ' a
fop • 04 !
■
iy • �■ •
1* ■ f+ • i
■ i
•! �* • •
■
�++ i+
+. . w R
R A
's - rt+
ram~ �i p
p ■ ai !■
a* ;ice•*t
ems# �66
p Ai • �r •
• s i
GP-46
Page 1512 of 2350
Agenda Item #24.
GENERAL PROVISION
Licc
r
r
In
.
� #
0-1 tam
� r • err• �
r
i
I�
ro
dk
Lmw� �) 4 &0 — I
GP-47
Page 1513 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
SIGNING FOR LONG TERM
STATIONARY PROJECTS
U If a seporo for is to be signed it shall be a minimum of 6 feet wide.
The signs shall be erected in such a gray that they also conform
With the 7 foot minimum,
2.) Other types of operotion moy be able to use the stondord tri'a pod
or FDOT approved portable troffic control device as long os there
is a minimum of 1 foot from the bottom of the sign to the ground.
6" DOLAKE YELLOW
DUAL LEFTS
300'
100' MAX
"WHITE
8" WHITE
J 6" WINE
E AP
GP-48 Page 1514 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Tpt*
FIGURE
t
RESTRICTED E CAVA*'ICN AREAS
AROUND TRAFFIC SIGNAL POLES
END OF SECTION
roc.F
.r
GP-49
Page 1515 of 2350
Agenda Item #24.
GENERAL PROVISIONS
SECTION 300
PRIME AND TACIT COATS
300-2.3 Tack Coat DELETE AND SUBSTITUTE THE FOLLOWING:
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 30O'F or undiluted Emulsified Asphalt
Grades RS-1 k RS-2, CRS -1 h, or NTS S -1 hm meeting the requirements of 916-4. Heat RS -1 h, RS -
2, CRS -1 h and NTS S -1 hm to a temperature of 150 to 180'F. The Contractor may use RS -1 h
modified to include up to 3 % naphtha to improve handling of the 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 -1 h, RS-2, CRS-1 h, or
NTS S-1 hm for night paving if the Contractor demonstrates, at the time of use, that the emulsion
will break to allow paving in a timely manner and not affect the progress of the paving operation.
300-9 Method of Measurement DELETE AND SUBSTITUTE THE FOLLOWING:
No separate measurement shall be made for prime coat and tack coat material.
300-10 Basis of Payment DELETE AND SUBSTITUTE THE FOLLOWING:
No separate payment will 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
HOT BITUMINOUS MIXTURES —
GENERAL CONSTRUCTION REQUIREMENTS
SECTION 330A IS ADDED TO THIS SPECIFICATION
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 thickness of pavement to be paid for, when payment is on a square yard basis.
GP-50 Page 1516 of 2350
Agenda Item #24.
GENERAL PROVISIONS
330A-2 Substitution of Types of Hat 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-I Asphaltic Concrete may be substituted for any other type of mixture where the rate
of application is specified to be not less than 751bs. per square yard.
(2) Type III Asphaltic Concrete maybe substituted for Type n Asphaltic Concrete or Sand -Asphalt
Hot Mix and Type II 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 heat) is 40°F and above for layers greater than one inch (100 lbs. per square yard) in
thickness and 45°F 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.
GP-51
Page 1517 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
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 1 be placed in an individual stockpile, which shall be separated
from the adjacent stockpiles, either by space or by a system of bulkheads. The intermingling 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.
330A-5.4 Cold Bins
330A-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 [fates
Each bin compartment shal 1 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
GP-52 Page 1518 of 2350
Agenda Item #24.
GENERAL PROVISION
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.
330A-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.
330A-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.
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.
330A-6 Preparation of the Mixture
330A-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.
GP-53
Page 1519 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
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
3 5 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 the
paddles when in the upright position. Mixing shall be sufficient to produce a thoroughly and
uniformly coated mixture.
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 from the pugmill or surge bin, within the range
of 23O°F to 31 o°F and within the tolerance shown in Table 33OAA-1.
Table 330A-1
Temperature Tolerance From
Job Mix Formula
Any Single Measurement +/- 25 OF
Average of Any Five Consecutive Measurements +/- 15°F
Any load or portion of a load of asphalt mix at the plant or on the Road with mix temperature
exceeding 3 3 5 'F 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 the hole in the side
of the truck.
GP-54 Page 1520 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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 Inspector and be recorded on the backside of the delivery ticket. If the temperature exceeds
the specified tolerance, the Contractor will be required to take immediate corrective action.
330A-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
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.
GP-55
Page 1521 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
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, waterti ght joint.
330A-8.5 Tack Coat
330A-8.5.1 Tack Coal Required
A tack coat, as specified in Section Soo, 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.
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 +1-25°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 falling, 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 will be evaluated separately and if it should prove unsatisfactory in any way, in the opinion
GP-56 Page 1522 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
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 hand.
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-III Asphaltic Concrete shall be constructed in
layers of the thickness of not less than 314 inch nor greater than 1 1l4 inches.
GP-57
Page 1523 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
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-9.2.4 Correcting Defects
Before any rolling is started the surface sball 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 shin 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
mixture.
330A-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.
330A-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-III Asphaltic Concrete is used for 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 connection 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.
GP-58 Page 1524 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
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 1757.
(1) Seal rolling, using tandem steel rollers (either vibratory or static) weighing 5 to 12 tons,
following as close behind the spreader as is possible without pickup, 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 seal 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 S to 12-ton tandem steel roller, to be done after the seal rolling and
pneumatic -tired rolling have been completed, but before the internal pavement temperature has
dropped below 175 °F.
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 minimum 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.
GP-59
Page 1525 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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 3 3 0AA-
10. 3 (Density Control- Nuclear Method), Table 3 3 0AA-2 and Table 3 3 OAA-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.
330A-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.
Dolling 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 rakes, and the addition of fresh mixture if
required. Final rolling shall be continued until all roller marks are eliminated.
330A-10.1.4 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.
330A-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.E 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.
GP-60 Page 1526 of 2350
Agenda Item #24.
GENERAL PROVISIONS
330A-10,1,7 Rolling Patching and Leveling Courses
Self-propelled pneumatic -tired 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 15 tons. For Type S-III 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
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 form 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 Traffic 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
GP-6 1
Page 1527 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
330A-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
than 100 pounds per square yard, overbuild courses where the minimum thickness is less than one -
inch, and open -graded friction courses, shall be determined by the use of the Nuclear Density
Backscatter Method as specified by FM I J23 S (Method B). The required density of a completed
course shall be at least 98 percent of the average density of the control strip.
330A-10.3.2 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 each 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 shall 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 determinations 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 3 3 0AA-2, a
correction factor will be developed from cores or by direct transmission nuclear determination
where applicable.
(a) The lab density shall be calculated to the nearest 0.01 percent and rounded to the nearest 0.1
percent.
GP-62 Page 1528 of 2350
Agenda Item #24.
GENERAL PROVISION)
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) .
Mix 1M
S-I
S-II
S-III
Type II
Type III
SAHM
ABC-1
ABC-2
ABC-3
FC-1
Table 330AA-2
Roadway requirements for Bituminous Concrete Mixes
Densjjj�
X
X
X
X
X
X
X
X
X
X
inimum Control Strip
96 Lab. Dens.
Density % I Surface's Tolerance
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
96 Lab. Dens.
FC-2 No Density Required 96 Lab. Dens.
FC-4 y X 96 Lab. Dens.
*X — Denotes that test is required.
* * --- Shall meet the straightedge requirements of 200-7.
330A-10,3.3 LOTS
M
X
X
X
X
X
**
X
X
X
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 deteni-linations -- 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 furnished 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
OP-63
Page 1529 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
330A-10.3.4 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
PaN,ment Schedule for DensiI
Percent of Control Stri Density* Percent of Pa yment
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, coo 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 3 3 0A-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 full depth
of the mat.
330A-11.2 Longitudinal Joints
For all lagers 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-64 Page 1530 of 2350
Agenda Item #24.
GENERAL PROVISION
330A-11.3 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
330A-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 I5-foot rolling
straightedge. A I5-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,
tam, 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 3 3 oA-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 3 3 oA-12.4.
When the Department is ready to perform acceptance testing for surface tolerance, 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 also provide a representative to be present during the entire operation of
straight edging for acceptance purposes.
GP-65
Page 1531 of 2350
Agenda Item #24.
GENERAL PROVISIONS
330A-12.3.2 Test Method
Acceptance testing shall consist of one pass of a standard IS -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 3116-inch shall be corrected in accordance with 3 3 oA-12.4
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 3 3 oA-12.3.4 .
330A-12.3.4 Acceptance Criteria for Final surface or Friction Course
Upon completion of the final surface or friction course, district Materials personnel lA-ill test the
finished surface with a 15-foot rolling straightedge. All deficiencies in excess of 3116th inch shall
be corrected in accordance with 3 3 oA-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 affect 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-66 Page 1532 of 2350
Agenda Item #24.
GENERAL PROVISION,
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 3 3 oA-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 full 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, shall be borne
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 same 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 160T.
The Contractor may use artificial methods to cool 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-67
Page 1533 of 2350
Agenda Item #24.
�/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 3 3 0A-15.1. The maximum allowable defici envy from
the specified thickness shall be as follows:
(1) For pavement of a specified thickness of 2 1/2 inches or more: 1/2 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 3l8 inch, for pavement of less than 2 112
inches in specified thickness, or, (2) in excess of 314 inch, for pavement of specified thickness of
2 112 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 3 3 oA-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 1l2 inch but not more than 314 inch, for pavement of specified thickness of 2 112 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 1 he borne by the Contractor.
330A-14.2.3 Correcting Deficiency by Adding New Surface 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 3 3 oA-12.3 .
GP-68 Page 1534 of 2350
Agenda Item #24.
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
represent 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.
330A- M 2 Criteria for Calculations DELETE AND SUBSTITUTE THE FOLLOWING:
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 3 3 oA-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
OP-69
Page 1535 of 2350
Agenda Item #24.
--'GENERAL PROVISIONS
SECTION 331
TYPE S ASPHALTIC CONCRETE
SECTION 331 IS ADDED TO THIS SPECIFICATION
331-1 Description
This Section specifies the Materials, the composition, and physical test properties for Type S
Asphaltic Concrete (Type S-I, Type S-II or Type S-III 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-I, S-II and S-III) are shown in the following Table 331-1 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-III 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-II 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
3l4
3I8
Na 4
No.10 No. 40
No. 80
No. 200,
S-I
100
88-100
75-93
47-75
31-53
19-3 5
7-21
2-6
S-II* *
83 -98
71-87
62-78
47-63
3 3 -49 19-3 5
9-18
2-6
S-III
100
8 8-100
60
40-70
20-45
10-30
2-12
Type II
100
90-100
80-100
55-90
2-10
Type III
100
80-100
65-100
40-75
20-45
10-3 0
0-12
SAHM
100
0-12
ABC-1
100
0.12
ABC-2
ABC-3 * * * j 70-100
100
55-90
2-10
100
�
3 0-70
20-60
10-40
2-8
2-5
2-6
2-6
FC-1 ��
55-85
FC-2 * * * *
FC-4
100
100
8 5-100
10-40
4-12
75-90
*In inches, except where otherwise indicated. Number sieves are U.S. Standard sieve series.
* * 100% passing 1 1/4-inch sieve and 94-100% passing I -inch sieve.
* * * 100% passing 1112-inch sieve.
* * * *The design range for the No. 10 sieve may be increased for lightweight aggregates.
GP-70 Page 1536 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Mix Type
Table 331-2
Marshall Design Properties for
Bituminous Concrete Mixes
Minimum Marshall
Stability albs.)
Flow' Minimum vMA Air voids
0.01 in. °
Minimum
Effective Asphalt
Content (% )
S-I
1500
8-14
14
3-5
5.0
S-II
1500
5-14
844
7-16
13
15
18
15
3-5
3-7
5-16
5-12
5.0
S- III
1500
500-750
5.5
6.0
5.5
TN,,,I)e II
TN ire III
750-1000
7-16
SAHM
ABC-1
300-500
7-16
15
5-16
5-16 s
6.0
500
7-16
15
, 6.0
ABC-2
750
7-16
15
5-14
5.5
ABC-3
FC-1
1000
500
-
5-14
14
3-7
5.0
7-14
-
15
5-14
-
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 3 3 oA-10 and 3 3 oA-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 I11. 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 screenings
component subject to meeting all applicable Specifications.
All Materials shipped to the asphalt plant will be sampled at their destination.
GP-71
Page 1537 of 2350
Agenda Item #24.
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 Mineral 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.
331-2.2.4 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 nines 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 1/255 grizzly shall be mounted over the reclaimed asphalt pavement cold bin. 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.
GP-72 Page 1538 of 2350
Agenda Item #24.
GENERAL PROVISIONS
331-3 Permissible Variation for the Coarse Aggregate
The aggregate or aggregates shipped to the job shall be sized and uniformly graded or combined
in such proportions that the resulting mixture meets the grading requirements of the mix design.
331-4 General Composition of Mixture
331-4.1 General
The bituminous mixture shall be composed of a combination of aggregate (coarse, fine or mixtures
thereof), mineral filler, if required, and bituminous material. 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, shall be considered in this limitation. 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 mix design.
Reclaimed asphalt pavement meeting the requirements of 3 31-2.2.4 may be approved as a
substitution for a portion of the combination of aggregates, subject to all applicable specification
requirements being met.
331-4.2 Grading Requirements
In all cases, the job mix formula shall be within the design ranges specified in Table 3 31-1.
331-4.3 Mix Resign
331-4.3.1 General
Prior to the production of any asphaltic paving mixture, the Contractor shall submit a mix design
to the Engineer at least two weeps 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.
GP-73
Page 1539 of 2350
Agenda Item #24.
GENERAL PROVISIONS
8. Evidence that the completed mixture will conform to all specified physical requirements.
9. The name of the individual responsible for the Quality Control of the mixture during
production.
In lieu of the 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 furnished 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.
5. The name of the individual responsible for the Quality Control of the mixture during
production.
331--4.3.2 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.
331-4.3.3 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 3 31-2 when tested in accordance with FM 1-T24 5 . Further,
the bulk specific gravity of the Laboratory compacted bituminous mixture shall be determined in
accordance with FM T-T166.
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 be determined by FM 1-T-2 0 9.
331.4.4 Contractor's Quality Control
331-4.4.1 Personnel DELETE IN ITS ENTIRETY
GP-74 Page 1540 of 2350
Agenda Item #24.
GENERAL PROVISIONS
331-4.4.2 Extraction Gradation Analysis
The bituminous mixture will be sampled at the plant in accordance with FM 1-T 16 8. The percent
bitumen content of the mixture will be determined in accordance with FM 5-544. The percent
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 day's 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
mamer 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 mix 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 3 31-4.3.2.
If the percentage of bitumen deviates from the optimum asphalt content by more than 0.5 5 percent,
or the percentage passing any sieve falls outside the limits shown in Table 3 31-3, the Contractor
will male the necessary correction. If the results for two consecutive tests deviate from the
optimum asphalt content by more than 0.5 5 percent, or exceeds the limits as shown in Tab 1 e 3 3 1 -
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).
Tnhia All -1
*Does not apply to SAHM, ABC-1 or Type II.
GP-75
Page 1541 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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
calibration of the plant. This extraction gradation analysis may also be used to fulfill the quality
control requirements for the first days' production.
331-4.4.4 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 1-T202, shall be 6000 +1- 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 6-4 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 lover 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 completion 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
full-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 Avith 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 determinations.
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 = 1 to n = 3. when the total quantity of any mix type is less
GP-76 Page 1542 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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.
331-5.2 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 3 3 1-5.
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 +1-7.00%
Passin No. 10 Sieve +1-5.50%
Passinc No. 40 Sieve** +I-4.50%
Passing No. 200 Sieve 1 +1-2.00%
*Tolerances for sample size of n = 1. See Table 331-6 for other sample
sizes n=2 through n=6.
"Applies only to Type S-I, S-I1, S-III, FC-1 and FC-4.
Acceptance of the mixture shall be on the basis of test results on consecutive random samples from
each LIT. One random sample shall be taken from each sublot. The bituminous mixture will be
sampled at the plant in accordance with FM 1-T 168. The percent bitumen content of the mixture
will be determined in accordance with FM 5-544. The percent passing the No.4, 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 process
will be considered out of control when any individual test result from a LOT exceeds the 90 percent
GP-77
Page 1543 of 2350
Agenda Item #24.
GENERAL PROVISIONS
pay factor limit for the values in the "one test" column of Table 3 31-6. When this happens, the
LOT will be automatically terminated and the percent of payment will be determined from Table
331-6.
Table 331-6
Acceptance Schedule of Pa),ment - (Asphalt Plant Mix Characteristics
Average of Accumulated Deviations of the Acceptance Tests from the Mix Design
Pa): Factor 1-Test 2-Tests 3- Tests 4-Tests 5- Tests 6-Tests
Asphalt Cement Content (Extraction)
1.00
0.00-0.5 5 0.00-0.43
0.00-0.3 8 0.00-0.3 5
0.00-0.33 0.00-0.31
0.95
0. 5 6-0. 6 5 0.44-0. 5 0
0.3 9-0.44 0.3 6-0.40
0.3 4-0.3 7 0.3 2-0.3 6
0.90
0.66-0.75 I 0.51-0.57
0.45-0.5 0 j 0.41-0.45
0.3 8-0.42 0.3 6-0.39
0.80*
Over 0.75 i Over 0.57 Over 0.50 Over 0.45
Over 0.42 Over 0.3 9
Asphalt Cement Content (Printout)
1.00
0.00-0.15
0.00-0.15
0.00-0.15 0.00-0.15
0.00-0.15
0.00-0.15
0.95
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 _
0.80 *
0.26-0.3 5
0.26-0.3 5
0.26-0.3 5
0.26-0.3 5
0.26-0.3 5
0.26-0.3 5
Over 0.3 5 Over 0.35
Over 0.3 5 Over 0.3 5
Over 0.35 w
Over 0.3 5
No. 4 Sieve
1.00
0.00-7.00
0.00-5.24
0.00-4.46 I 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 4.01-4.50
3.69-4.13
3.46-3.86
0.95
8.01-9.00
5.96-6.66
5.05-5.62 4.51-5.00
5.63-6.20 5.01-5.50
4.14-4.58
3.87-4.27
0.90
9.01-10.00
6.67-7.36
4.59-5.02
4.2 5-4.67
0.80* Over 10.00 Over 7.36 Over 6.20 I Over 5.50 _ Over 5.02 Over 4.67
No.10 Sieve
1.00
0.00-5.50
0.00-4.33 �I
0.00-3.81
0.00-3.50
0.00-3.29
0.00-3.13
0.98
5.51-6.5 0
6.51-7.50
4.3 4-5.04
5.05-5.74
3.82-4.3 9
3.51-4.00
3.3 0-3.74
3.14-3.54
0.95
4.40-4.96
4.01-4.50 3.75-4.18
3.5 5-3.95
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 4.3 6
No. 40 Sieve
1.00 0.00-4.50 0.00-3.91 0.00-3.65 0.00-3.50 0.00-3.39 0.00-3.32
0.98
4.51-5.5 0
3.92-4.62
3.66-4.23
3.51-4.00
3.40-3.84
3.3 3 -3.72
0.95 5.51-6.50 4.63-5.33 4.24-4.81 4.01-4.50 3.85-4.29 3.73-4.13
0.90 6.51-7.5 0 5.3 4-6.04 4.82-5.3 4.51-5.00 4.3 0-4.74 4.14-4.54
0.80* Over 7.50Over 6.04 Over 5.39 Over 5.00 Over 4.74 F Over 4.54
No. 200 Sieve
1.00 0.00-2.00 0.00-1.71 0.00-1.58 0.00-1.50 I 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
1.5 8-1.73
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
GP-78 Page 1544 of 2350
Agenda Item #24.
GENERAL PROVISION
results.
Notes:
(1) The No. 40 Sieve applies only to Type S-I, S-II, S-III, FC-1 and FC-4.
(2) Deviations are absolute values with no plus or minus signs.
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 (No.4, 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 3 31-6.
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 informational 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 1- T 209 for maximum specific gravity, and FM 1-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-
4.3.2). 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 the
mixture, in tons.
GP-79
Page 1545 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
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 3 3 OA-14.2 .
The thickness to be paid for under this section is the thickness shown on the typical section in the
Plans.
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 IN ITS ENTIRETY
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
33oA).
Payment shall be made under:
Item No. 3 31-2 — Type S Asphaltic Concrete — per ton.
Item No. 3 31-72 — Type S Asphaltic Concrete — per square yard.
END OF SECTION
SECTION 334
SUPERPAVE ASPHALT
SECTION 334 SUPERPAVE ASPHALT — DELETE AND SUBSTITUTE THE
FOLLOWING:
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
GP -So Page 1546 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Construction of asphalt pavement Will fall into one of the following Work categories:
334-1.2.1 Asphalt Work Category 1
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.
Table 334-1 Asphalt Mix Types
Asphalt Work Category
Mix Types
Traffic Level
ESALs (Millions)
1
T ye SP-9.5
A
<0.3
2
Structural Mixes: Types SP-9.5 or SP-12.5
$
0.3 to 3
Friction Mixes: Types FC-9.5 or FC-12.5
3
Structural Mixes: Types SP-9.5 or SP-12.5
C
1 • rxction Mixes: Types FC-9.5 or FC-12.5
_3
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 Superpave mixes are classified as fine and are defined in 334-3.2.2. The equivalent AASHTD
nominal maximum aggregate size Superpave mixes are as follows:
ITvpe SP-9.5, FC-9.5
a
Type SP-12.5, FC-12.5 �
334-1.5 Thickness
9.5 mm
12.5 mm
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
GP-S1
Page 1547 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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/yd 2 ) = t x Gmm x 43.3
Where: t =Thickness (in.) (Plan thickness or individual layer thickness)
G,,,m = 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
334-1.5.2 Additional Requirements
The following requirements also apply to asphalt mixtures:
314 to 1-1/2 inches
1-1/2 to 2-1/2 inches
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 112 inch, and the maximum allowable
thickness will be as specified below, unless called for differently in the Contract Documents.
TvI)e SP-12.5
318 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
GP-S2
Page 1548 of 2350
Agenda Item #24.
GENERAL PROVISIONS
334-2.1 Superpave 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 friction courses per Rule 14-103.005, Florida Administrative Code), or a
combination of the above. Crushed limestone from the Oolitic formation may be used if it contains
a minimum of 12% silica material as determined by FDOT Test Method FM 5-510 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,
2. A combination of up to 20% RAP and the remaining fine aggregate from other.
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 : //ftp . dot. state . fl . us/fdot/smolwebsite/s o urce slfri ctioncour s e .p df.
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:
1. When using a PO 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 from 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.
GP-83
Page 1549 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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, tale 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 (G,b)of the RAP material based on a representative sampling of the material.
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
0 - 15
Asphalt Binder Grade
PG 67-22
1 6— 3 o
PG 5 8-22
> 30
PG 52-25
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 AASHTG R 35-12, except as noted herein. 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, M.
http:llwww.dot.state.fl.us/statematerialsoffice/quality/programs/warmmixasphalt/index. shtm.
GP-84 Page 1550 of 2350
Agenda Item #24.
GENERAL PROVISIONS
The Engineer will consider any marled 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 allover 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 3 23-12, Table 3. Aggregates from various sources may be combined.
334-3.2.2.1 Mixture Gradation Classification
Plot the 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 AASHTO 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 AASHTO T312-12, with the following
exceptions: use the number of gyrations at Nae,ig, as designed in Table 334-3.
Table 334-3 GN'rator�- Compaction requirements
Traffic Level 1. Ndesign Number of Gyrations
M
M
I
334-3.2.4 Design Criteria
50
65
75
Meet the requirements for nominal maximum aggregate size as defined in AASHTO M323-12, as
well as for relative density, VMA, VFA, and dust -to -binder ratio as specified in AASHTO M323-
12, Table 6. N; n;t,al and Nmaximum requirements are not applicable.
334-3.2.5 Moisture Susceptibility
Test 4 inch specimens in accordance with FDOT Test Method FM 1-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.
GP-85
Page 1551 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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 (Nd,,sig.).
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 rave Materials as intended to be combined in the paving
mixture. The gradation of the component Materials shall be representative of the material at
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 (G,b) 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). Igo not exceed a target temperature
of 3 3 0°F for PG 76-22 (PMA) and PG 76-22 (ARB) asphalt binders, and 3157 for unmodified
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 specified physical requirements.
10. The name of the mix designer.
11. The ignition oven calibration factor.
12. The warm mix technology, if used.
334-4 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.
GP-86 Page 1552 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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 properly broken.
Ensure all granular base Materials are properly pruned and all asphalt base Materials are properly
tacked, prior to paving.
334-5.2.2 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 5 °F when using a warm mix technology, if mutually agreed to by both the Engineer
and the Contractor.
Table 334-4 Ambient Air Temperature Requirements for Paving
Layer Thickness or Asphalt Binder Type Ndesign Number of Gyrations
1 inch 50
'A by mixture > 1 inch containing a PG asphalt
w
"hinder with a high temperature designation > 45
760C
iv y mixture > 1 inch containing a PG asphah
hinder 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 3 o°F from 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 five 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 0°F for purposes
of heating the asphalt paver. For these situations, the upper tolerance of +3 0°F does not apply.
334-5.4 Transportation of the Mixture
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
GP-S7
Page 1553 of 2350
Agenda Item #24.
GENERAL PROVISIONS
prevent the mixture from 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 friction course
mixtures.
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 0.01 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 52-25, multiply the target rate of application by
0.6.
Table 334-5 Tack Coat Application Rates
Asphalt Mixture Type
Underlying Pavement Surface
Target Tack Rate all &
Base Course, Structural Course,.N411led
Dense Graded Friction Course
Newly Constructed Asphalt Layers
0.03 minimum
Surface or Oxidized and
Cracked Pavement
0.06
Concrete Pavement
0.08
334-5.6 Placing Mixture
GP-88 Page 1554 of 2350
Agenda Item #24.
GENERAL PROVISIONS
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 stringline 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 stringline.
334-5.6.2 Rain and Surface Conditions
Immediately cease transportation of asphalt mixtures from the plant when rain begins at the
Roadway. Igo 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
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 impassible 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 within 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 minus 50 pounds per square yard for layers greater than or equal
to 2.5 inches or exceeds the target spread rate by plus or minus 25 pounds per square yard for
GP-89
Page 1555 of 2350
Agenda Item #24.
GENERAL PROVISIONS
layers less than 2.5 inches, address the unacceptable pavement in accordance with 3 34-5.10.4,
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 Leveling Courses
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-9.5 for 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 3116 inch of a true longitudinal profile when
measured with a 15-foot manual straightedge meeting the requirements of FDOT Test Method FBI
5-509. These requirements are waived for transverse j oints at the beginning and end of the proj ect
GP-90 Page 1556 of 2350
Agenda Item #24.
GENERAL PROVISIONS
and at the beginning 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.
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
lb
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, tarn, raveled, crushed or loosened portions and
free of segregation, bleeding, flushing, sand strews, 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 3 3 4-6.4.1, obtain for the Engineer, three
6 inch diameter Roadway cores 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
1-T 166 and calculate the percent G.. of the segregated area using the average Gmb of the Roadway
cores and the representative PC G. for the questionable material. If the average percent G. is
less than 90.05 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 all 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-91
Page 1557 of 2350
Agenda Item #24.
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 3l16 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 follo-wing 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 318 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 Mixture
334-6.1 General
The asphalt mixture will be accepted based on the Asphalt work Category as defined below:
1. Asphalt Work Category 1 — Certification by the Contractor as defined in 3 3 4-6.2.
2. Asphalt Work Category 2 — Certification and process control testing by the Contractor as
defined in 3 34-6.3.
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 1 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 run independent tests to determine the
acceptability of the material.
GP-92 Page 1558 of 2350
Agenda Item #24.
GENERAL PROVISIONS
334-6.3 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. L 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 1-T 165. Test the mixture at the plant for gradation (P-8 and P-200) and
asphalt binder content (Pb). Measure the Roadway density with 6 inch diameter Roadway cores at
a minimum 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 1-T
030. Determine the Roadway density in accordance with FDOT Method FM 1-T 166. The
minimum Roadway density will be based on the percent of the maximum specific gravity (Gmm)
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 Omm value will be
determined from plant -produced mix, in accordance with FDOT Method FM 1-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 3 3 4--4.
P
Table 334-4 Process Control and Acceptance Values N
Characteristic
shalt Binder Content (percent.)
rising No. 8 Sieve (per cent�
assing No. 200 Sieve (percent
oadway Density (daily average) N
Tolerance
Target ± 0.55
Target ± 6.00
Target ± 2.00
Minimum 90.0% of CTmm
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 3 3 4-6. 3.1. In
addition, the Engineer will accept the mixture at the plant with respect to gradation (P-8 and P_2oa)
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 3 4-6.3.1. The Engineer
will randomly obtain at least one set of samples per day. Assure that the asphalt content, gradation
GP-93
Page 1559 of 2350
Agenda Item #24.
GENERAL PROVISIONS
and density test results meet the criteria in Table 3 34-4. 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 1 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 3 3 4-5.5.4. There will be no separate payment or unit price adjustment
for the asphalt binder material in the asphalt mix.
334-5 Basis of Payment
334-8.1 General
Price and payment will be full compensation for all the work specified under this Section.
END of SECTION
GP-94 Page 1560 of 2350
Agenda Item #24.
GENERAL PROVISIONS
SECTION 570
PERFORMANCE TURF
575-3 CONSTRUCTION METHODS — DELETE AND SUBSTITUTE THE FOLLOWING:
575-3 Construction Methods
Test the area requiring sod per Section 1 62-5 and forward results to the Engineer. Apply finish
soil layer material in accordance with Sectionl 62 if determined by the Engineer. Fertilize at the
rate as shown in Section 570. If soil layer is not determined to be used on areas to receive sod,
scarify or loosen the areas to a depth of 6 inches.' On areas where the soil is sufficiently loose,
particularly on shoulders and fill slopes, the Engineer may authorize the elimination of the ground
preparation. Limit preparation to those areas that can be sodded within 72 hours after preparation.
Prior to sodding, thoroughly water areas and allow water to percolate into the soil. Allow surface
moisture to dry before sodding to prevent a muddy soil condition.
END OF SECTION
SECTION 580
LANDSCAPE INSTALLATION
SECTION 580 LANDSCAPE INSTALLATION IS ADDED TO THIS SPECIFICATION
580-1.00 General
580-1.01 Scope of Work
Provide all labor, Materials, Equipment and incidentals required to prepare site to final grade,
install landscape trees, plants, sod and irrigation systems in accordance with the Plans and as
specified. These Specifications are inclusive of a required guarantee, replacements, clean-up,
maintenance services, and maintenance of traffic, all of which shall be included in the unit Bid
price for each tree. These Specifications apply to all projects throughout Palm Beach County
assigned to the Contractor.
580-1.02 Related Work Specified Elsewhere
Section 585 — Site Maintenance: These provisions shall apply to all Work in Section 580 -
Landscape Installation as appropriate.
580-1.03 General Requirements
Refer to the Florida Dept. of Transportation Standard Specifications for Road and Bridge
Construction, 2021, as the general operating specification document, however Section 580
Landscaping is deleted and replaced with these Specifications for LANDSCAPE
GP-95
Page 1561 of 2350
Agenda Item #24.
GENERAL PROVISIONS
INSTALLATION (SECTION 580) and the SITE MAINTENANCE (SECTION 585).
Maintenance of traffic requirements are described in the Contract Documents.
Comply With all applicable federal, state, county and local codes, ordinances and regulations
governing this Work.
0 The Work shall be coordinated With other trades to prevent conflicts.
• All planting shall be performed by personnel familiar With planting and maintenance of traffic
procedures and under the supervision of a qualified landscape foreman, who shall be on -site at
all times during the Work.
• Finish Grade: The Contractor shall verify with the Department that final grade has been
achieved and shall perform fine grading if so directed by the Department. The Contractor is
responsible for any trees or palms that are planted prior to achieving final grade.
• Prior to commencing Work, the Contractor shall visit the site and ascertain all site conditions,
including utilities, structures, slopes, access and available Work space to preclude any
misunderstandings and to ensure a trouble -free installation. It shall be the Contractor's
responsibility to avoid conflicts with existing underground and overhead utilities and
structures. The Contractor shall examine available utility Plans and notify the Department of
any conflicts and needed adjustments.
• 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 1-800-432-770 to schedule marking
locations of the utilities Which subscribe to their service.
* The Contractor shall also call (561) 641-3429 for Palm Beach County Water Utility Locations
and call (5 61) 23 3 -3 900 for Palm Beach County Traffic Control Utility Locations. In general,
the location of trees Will be adjusted rather than adjusting the location of utilities or structures.
Refer to 580-3.02 for related requirements.
■ Prior to the preparation of planting holes, the Contractor shall ascertain the on -site location of,
and take necessary precautions to avoid damage to, all above -ground and underground utilities,
underdrain trenches, electrical cables, conduits, utility lines, oil tanks, supply lines, pavement,
curbing, traffic control devices, pedestrian signals, building structures, or Waterproofing. The
Contractor shall properly maintain and protect all such improvements. The Contractor shall
be responsible for the cost to repair all damages to such improvements caused by his
operations.
The use of mechanical Equipment within five (5') feet of any building or structure to move
plants or Materials shall be approved by the Department prior to its use.
GP-96 Page 1562 of 2350
Agenda Item #24.
GENERAL PROVISIONS
580-1.04 Applicable Documents
A. Plant nomenclature shall conform to the names given in "The New Ro � al Horticultural Society
Dictionary of Gardening ". which is the source cited by the current September, 2015 edition of
Florida Grades and Standards for Nursery Plants. by the Florida Dept. of Agriculture and
Consumer Services, Division of Plant Industry (henceforth called Florida Grades and
Standards).
I. Names of varieties not included therein shall conform generally with names accepted in
the nursery trade.
2. Substitutions will be permitted only upon submission of proof that any specified plant is
not obtainable or suitable for the location as specified on the plan and upon written
authorization of the Department.
B. The Contractor is obligated to be familiar with and understand the following documents in
order to comply with the requirements therein to properly perform the work contemplated in
this Contract:
1. All Plans and documents within the Bid package set.
2. The Florida Grades and Standards. (September, 2015 edition).
3. The Florida Dept. of Trans )ortation Standard Specifications for Road and Brad e
Construction, (2021 edition — as general operating specification document, excluding
Section 5805 Landscaping).
4. The Florida Dept. of Transportation. Roadwav, and Traffic Desitn Standards, (January,
2021 edition) .
5. The Palm Beach County Streetscape Standards Manual, (current edition).
6. The Manual of Uniform Traffic Control Devices for Streets and HiL)hwa\ s, by the Federal
Highway Administration, (current edition).
7. The State of Florida Manual on Traffic Control and Safe Practices, (current edition).
8. The Manual of Uniform Minimum Standards for Design, Construction. and Maintenance
of Streets and Hi(�hways, by MOT (current edition). T
9. NCHRP Deport 672, Roundabouts: An Informational Guide, (Original Date TRB, 2010;
Second Addition August 31, 2020)
580-1.05 Quality Control
GP-97
Page 1563 of 2350
Agenda Item #24.
GENERAL PROVISIONS
A. Substitution of Materials and products specified herein, including those meeting "or accepted
equal" clauses, shall not be permitted without written authorization from the Department.
B. Plants shall have a habit of growth that is normal for the species and shall be sound, healthy,
vigorous and free from insect pests,, fungi plant diseases and injuries. No sod with obvious
chinch bug or mole cricket damage will be accepted. Any sod roots that appear to be diseased
or the detected presence of grubs or other insects within the soil base will result in the sod
being rejected.
C. Trees (other than palms) shall be heavily branched and shall have a dominant leader and no
crossing branches.
D. All single-trunked palms shall have straight vertical trunks, not re -curved trunks,, unless
otherwise specifically directed in writing by the Department.
E. Turf grass to be used is St. Augustine "Floratam" and/or Argentine Bahia, Paspalurn notatum
`argentine' as indicated in the Plans and pay item notes. Seed and sod shall conform to Section
981 of the FDOT 2021 Standard Specifications for Road and Bridge Construction. The sod
must be obtained from a sod farm that has been inspected and certified by the Florida Dept. of
Agricultural and Consumer Services, Division of Plant Industry, as free of burrowing
nematodes. The sod must exhibit a dark green color and be free of weeds and foreign matter.
It must have a leaf blade density of at least 90% and be free of any diseased or insect -damaged
leaf tissue. The soil base of the sod must be a minimum of 3Id" thick and a maximum of 2" thick
and contain a healthy root system as indicated by turgid feeder roots that are white in color.
The Contractor shall be responsible to become familiar with the site and shall match adjacent
properties with similar species of sod, or as otherwise specified on the Plans. The cost for the
varied species of sod will be paid under the unit price for Sodding, SY. Such price and payment
shall be full compensation for all Work and Materials (top soil, fertilizer and water) specified
in this Section, including the excavation of the trench for the sod, and the satisfactory disposal
of excavation material.
F. Plant material shall be Florida Grade No. 1 or better as outlined under the current edition of
Florida Grades and Standards.
1. All plants not listed in Florida Grades and Standards, shall conform to a Florida Grade No.
1 as to: (1) health and vitality; (2) condition of foliage; (3) root system; (4) freedom from
pest or mechanical damage; (5) heavily branched and densely foliated according to the
accepted normal shape of the species.
2. Undersizing plant Materials or substituting one species or cultivar for another are Contract
violations, but have no bearing on plant grading. Undersizing or substituting species or
cultivars may be permitted only if authorized by the Department in writing.
3. Verification of specified grades are to be determined at the time of delivery (even for trees
inspected, accepted, and tagged by the Contractor with the Department at respective
GP-98 Page 1564 of 2350
Agenda Item #24.
GENERAL PROVISIONS
nurseries). Grades determined at the time of delivery inspection or during the course of
conducting a regrading inspection shall be based on the growth characteristics and
condition of the plant at the time of grading. The grade shall not be based on any future or
predicted growth potential of the plant. Each tree shall be maintained by the Contractor to
Florida Grade No. 1 standards until the date of written Final Acceptance by the Department
for that tree. The Department is the final authority to determine if a tree does or does not
meet Florida Grade No. 1 standards, including health and vigor of the tree.
4. If at any time during plant installations, the Department believes that any trees are not of
the specified grade, the Department may, at their discretion, request a regrading inspection
by the Division of Plant Industry. Upon the findings provided thereby, the Department
may seek further remedy by requesting replacement of plant Materials or other corrective
actions, including, but not limited to, legal redress.
G. The Department shall have the right, at any stage of the operations, to reject any and all Work
and Materials, which, in the Department's opinion, do not meet the requirements of these
Specifications or aesthetically do not comply with design intent. Trees that are scarred or
damaged during delivery or off-loading will be rejected.
H. Plant Materials, as proposed by the Contractor, are required to be inspected, accepted and
tagged at the respective nurseries by the Contractor with the Department prior to any delivery
to the project site, unless waived by the Department in writing. If such waiver is granted, the
Department will inspect and approve representative plant material samples at the project site
or at the respective nurseries prior to delivery to the project site. Waivers will only apply to the
specific projects (Work Orders) and species designated by the Department. Certificates of
Nursery Origin may be required for plant Materials not tagged by the Contractor with the
Department.
580-1.06 Certificate of Inspection:
A. All shipments of plant material shall originate from state registered nurseries which have
undergone regular inspections by the authorized State Agencies prior to delivery to the project
site.
B. State inspection certificates certifying respective plant nurseries of origin shall accompany the
bill of lading or invoices. Any certificates of inspection required by the state for specific
species also will be provided additionally. Any required transportation documents are to be
submitted with invoices as back-up.
C. Contractor shall furnish the Department with copies of manufacturer's literature, labels,
samples, certifications, Material Safety Data Sheets, and Laboratory analytical data for
fertilizers, mulch, planting soil backfill mix, chemicals, staking/guying Materials and other
products as appropriate, prior to use or application on any project.
D. Monitor turf areas and remove all competing vegetation, pest plants, and noxious weeds (as
listed by the Florida Exotic Pest Plant Council, Category I "List of Invasive Species',,
GP-99
Page 1565 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Current Edition, http://www.fleppc.org). Remove such vegetation regularly by manual,
mechanical, or chemical control means, as necessary. When selecting herbicides, pay
particular attention to ensure use of chemicals that will not harm desired turf or wildflower
species.
580-1.07 Measurements:
A. The minimum acceptable size of all plants measured after pruning, with branches in normal
positions, shall conform to the measurements as shown on landscape Plans and conform to the
Florida Grades and Standards. Deviations from these measurements must be approved in
writing by the Department.
B. The caliper (diameter) of tree trunks is measured six (6") inches above ground level for trees
with calipers up to and including four (4") inches in caliper, and twelve (12") inches above the
ground for urger trees.
C. The caliper (diameter) of palm tree trunks is to be taken at the widest portion of trunk measured
between I' and 3' above the soil line.
580-1.08 Shipment and Delivery:
A. Contractor shall notify the Department, a minimum of 48-hours in advance (excluding
weekends and Holidays), of all plant material deliveries. Contractor shall be responsible for
delivery, storage, and security of all Materials specified.
B. Plant Materials shall be protected from sun -scalding and weather and adequately packed to
prevent breakage and drying during transit and storage.
C. The Department will exercise its option to inspect, select and assist the Contractor with the
tagging of plant Materials at the nursery proposed by the Contractor unless waived as in ITEM
580 -1.05 H.
D. Tamper -resistant identification tags supplied by the Contractor and placed on all trees and
palms selected for installation, shall show no evidence of tampering upon inspection for Initial
Acceptance (of installation). These tags shall be removed following the Department's Initial
Acceptance (of installation).
E. Plants which do not meet Specifications for quality or size herein stated, or plants that show
improper handling, or arrive on -site in an unsatisfactory condition (as described in Florida
Grades and Standards), will be rejected. Rejected plants shall immediately be removed,
disposed of, and replaced with accepted nursery stock of like variety, size, and age. These
plants shall be replaced without additional cost to the Department.
F. Initial acceptance of plant material for initial payment will be given only after material is
planted and after meeting requirements prescribed herein.
GP-100 Page 1566 of 2350
Agenda Item #24.
GENERAL PROVISION
G. Plant materials may be reserved in advance by the Department from nursery sources provided
by the Contractor for predetermined amounts of time prior to shipment and delivery. The
reserve period will be designated by the County Department issuing the work order and will
begin upon the issue date of the work order. Designated time periods will be 1-90 days, 1-
180 days, and 1-270 days. The County will compensate the Contractor a percent of the unit
price for each unit of plant material reserved in advance of shipment and delivery. This
percentage amount is as follows:
Reserve Period Percent of Unit Price Paid
for Reservation of Plant Material
1 - 90 Days t 0%
1 - 180 Days 25%
1 - 270 Days 5 0%
All advance payments shall be applied to the balance owed to the Contractor by the
Department upon the completion of any applicable warranty periods. All post- installation
guarantees, as specified in ITEM 585 - 1.11, shall apply to all plants held in reserve by the
Contractor with no period of reserve time serving as a replacement for any warranty periods
specified within the current contract. The Contractor shall select and maintain all plant
materials reserved by the Department in a manner and condition designated in ITEM 580 -
1.05. Reserved plant materials shall conform to the type and quality specification listed in
ITEM 580 - 2.02. The Department may, at its discretion, reserve plant materials that are less
than the caliper, height, spread, clear trunk or rootball size, as designated in the Bid Item
description for each unit listed. However, all plant materials must meet the stated
specifications prior to shipment and delivery by the Contractor, unless given a written waiver
by the Department. The Contractor shall not accept reserve payment for any plant materials
that it knowingly cannot provide at the end of the designated reserve period. The Contractor
shall notify designated Department representatives within 24 hours if plant materials
reserved for any designated period become unavailable. The Contractor shall make available
to the Department like species of acceptable specifications if any reserved plant materials are
sold to other parties or otherwise rendered substandard during the designated reserve period.
In the event that like species of similar quality are not made available by the end of the
designated reserve period, the Contractor shall issue a credit or refund any reserve payments
for that quantity of plant materials, at the discretion of the Department. The Department
shall forfeit any reserve payments made to the Contractor if the Department elects to delay
the scheduled shipment and delivery beyond the reserve period contracted for. The
Contractor shall grant the Department a reserve time extension, based on additional payment
issued within ten (10) days of the end of the contracted reserve period, unless the Contractor
can show that any reserved plant materials would exceed the specifications as listed in the
Bid Item description for each unit of plant material during the extension of the reserve period.
580-1.09 Tree Transplanting:
A. The Contractor shall provide tree transplanting services as requested by the Department. This
service is to be performed by the Contractor within an agreed upon period of receipt of a work
GP-101
Page 1567 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Order. Trees transplanted within 90 days of original installation by the Contractor shall carry
the balance of the warranty as specified in ITEM 585 -1.11. No warranties shall apply to trees
installed more than 90 days prior to transplantation or trees installed by other parties.
B. Transplanted trees shall be watered for the balance of the warranty period or for a period of 30
days for non-warrantied trees. Watering procedures must adhere to the Specifications
designated in ITEM 580 -2.06 and SECTION 585 -SITE MAINTENANCE.
C. Palm tree transplanting procedures include digging, loading, transporting, re -planting with
Project Engineer approved backfill material and restaking. The original planting hole must be
backfilled and sodded.
D. Hardwood tree transplanting procedures include root pruning of established trees, digging,
loading, transporting, replanting with approved backfill material and restaking. The original
planting hole must be backfilled with suitable material at the direction of the Project Engineer.
E. Use machinery that is designed to root prune tree/Palm roots with a clean cut. Do not use
machinery that will tear or shred the root system. Cut the root system in quarter sections to
allow for new feeder roots to develop. If hand root pruning, use sharp cutting instruments to
provide clean cuts (no Tearing or Shredding) to the existing root system. Allow a minimum
of 18-24" of space to cleanly cut the roots and fill the root pruned area with proper backfill
as specified in 5 80-2.00 Products, 5 80-2.01- Subsection A -- D (Planting Soil Baekfill Mix).
Reuse native clean fill mixed with topsoil to promote new root development.
F. Large Hardwoods trees exceeding 8" Cal. shall be transported/moved by the following
method.
To protect the integrity and health of the hardwood to be transplanted, a Certified Arborist
or Landscape Architect must be consulted "Prior to Relocation" through the County
designated representative to determine the best methodology to relocate the designated
transplant material. I.E; "A large Live Oak could be relocated by drilling the trunk with a
minimum of a 1-1/2" wood drilling core bit to eliminate damage to the main cambium layer,
inserting a 1" solid steel rod through the trunk to attach strapping material to and lifting the
tree with no stress on the cambium layer.," or a 90" Tree Spade, or Crane method. These are
examples of recommended relocation methods but not inclusive of all methods to relocate
material. This is written as a guideline only.
L�
580-2.00 Products
580-2.01 Planting Soil Backfill Mix
A. All planting areas (except as directed by the Project Engineer) shall be backfilled with a
mixture of prepared plant soil mix as shown below to be accepted by the Department prior to
use on each project site. Terrasorb AG (super -absorbent water retainer as manufactured by
Industrial Services International, Inc.), or similar product accepted in writing by the
GP-102 Page 1568 of 2350
Agenda Item #24.
GENERAL PROVISION
Department, shall be added to all non -irrigated planting soil backfill mixes at the rate specified
by the manufacturer.
B. This work shall consist of removing surface debris and then excavating a planting hole and
blending compost with the excavated soil to improve soil quality and plant growth. The
Planting Soil Backf ll Mix shall be created on the project site by uniformly mixing compost
with the excavated soil of the planting hole at a 1: 3 ratio (25% compost: 75 % excavated soil).
Backfill and firm the soil blend around the rootball within the planting hole, as described under
Part III — Execution. This specification applies to all types of containerized and balled and
burlapped plant material.
C. Compost shall be a stabilized mixture derived from organic wastes such as food and
agricultural residues, animal manure, mixed solid waste and biosolids (treated sewage sludge)
that meet all State Environmental Agency requirements. The product shall be well composted
(mature compost, not green compost), free of viable weed seeds and nematodes and contain
material of a generally humus nature capable of sustaining growth of vegetation, with no
Materials toxic to plant growth.
Compost shall have the following properties:
Parameters I Range
H 5.5 — 8.0
Moisture content 3 5% - 5 5 %
C:N ratio 15 — 30:1
oro anic matter > 50%
Particle size < 1 inch
Soluble salts < 4.0 mmhos ( dS )
Bulk density- _ C 1000 lbs/cuyd
Foreign matter _< 1 % by weight �
D . This specification covers the properties of AllGro TM as distributed by: AllGro, 4 Liberty Lane
West, Hampton, NH 03842, telephone (800) 662-2440. The Contractor shall utilize AllGro
compost, or Department -accepted equal, as directed above.
580-2.02 Plant Material
A. The words "Plant Materials" or "Plants" or "Trees" refer to and include trees and palms. "Plant
Materials" shall also refer to accent plants, ground covers and woody ornamentals. when the
words "palms" or `palm trees" are utilized, no reference to other tree types is intended. when
the words "trees (excluding palms)" are utilized, no other reference to palm trees is intended.
B. Plant species shall conform to those species and cultivars indicated on the Plans and in the
Specific ati.ons.
C. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests or their eggs and
shall have healthy normal growth and root systems. Tree trunks shall have the specified
caliper, straight with no fresh cuts, fissures, scrapes, or scars, and shall have the specified clear
GP-103
Page 1569 of 2350
Agenda Item #24.
GENERAL PROVISIONS
trunk height, overall height, spread, and rootball size, as applicable. Container grown plant
Materials shall be "Florida Fancy" as described in Florida Grades and Standards , Shrubs,
Groundcovers and Vines.
D. The species and varieties furnished by the Contractor shall include those listed below and/or
substitutions mutually agreed upon by the Contractor and the Department. The basis to be
used for comparison of plants to be substituted in the respective categories shall be plant
descriptions and wholesale prices as described in Betrock Information Systems' PlantFinder.
E. Trees are required to be one of the following:
1. Container Chown
a. Plastic containers: Trees grown in plastic or other rigid containers shall be well
established and in the container for at least 60 days, and not root -bound
container size guidelines will follow those established by Florida
Standards.
. Minimum
Grades and
b. Fabric containers: Minimum rootball size will follow the guidelines established in
Florida Grades and Standards. Trees grown in fabric bags should be properly root -
pruned and hardened -off in the nursery following harvesting for 45-90 days.
c. All slash pines and wax myrtles are required to be container -grown for entire lives
before planting on proj ect sites.
2. Field Grown: Shall have the appropriate root ball size based on the tree's trunk diameter
(caliper) and/or height as established by the Florida Grades and Standards. Rootball depth
on balled and burlapped (B&B) stock (excluding palms) shall be at least 2/3 of the rootball
diameter shown. Field grown trees should be properly root -pruned and hardened -off in the
nursery for a period of 45-90 days, and will be inspected by the Department for new root
growth.
a. Field grown balled and burlapped (B&B) trees are usually specified on the unit Bid
price plant list, however upon Department approval, well established non -root bound
container plants may be substituted for B&B material, when all other requirements,
Specifications, and unit Bid prices of B&B trees are adhered to.
b. Natural fabric burlap is to be utilized. Synthetic woven plastic fabrics and wire baskets
are prohibited unless the Department provides written approval.
F. Collected plants shall not be used unless specifically called for in the Specifications or accepted
in writing by the Department. The type, size, and availability of specific species ,will be the
basis of selection of any collected plants.
GP-104 Page 1570 of 2350
Agenda Item #24.
GENERAL PROVISION
G. All plants for this project are to be secured from state registered nurseries within the south and
central Florida areas (as defined by Betrock Information Systems' PlantFinder geographic
regions) unless authorized in writing by the Department.
580-2.03 Quantities
A. The quantities shown in the leader call -outs in the Plans govern the required installed
quantities. The Plant List summarizing quantities is provided as a reference only. The
Contractor is responsible for his own take -off. Discrepancies must be brought to the
Department's attention, in writing, at the time of ordering plant Materials.
B. The Department reserves the right to adjust the number and locations of the designated types
and species of plants to be used at any of the locations shown. The Department shall make
payment based on the actual quantities installed as approved in writing by the Department.
580-2.04 Fertilizer for Plantings
A. Provide commercial grade granular fertilizer uniform in composition, dry and in a free -flowing
condition for application by suitable Equipment, delivered in unopened bags or containers,
each fully labeled and complying with Florida State fertilizer laws.
B. Provide a complete fertilizer with proper ratio of nitrogen (N), phosphorus (P), and potassium
(K) for the species, including micronutrient trace elements of iron, manganese, zinc, copper,
and boron. Provide acid -based, slow -release (sulfur coated) formulas with at least 50% slow -
release of nitrogen and potassium.
C. For non -flowering trees, use 13 -3 -13 high sulfur, iron, and potash; and for flowering trees, use
15-4-11 high sulfur, iron, potash, magnesium, and manganese — both to be acid based, slow -
release nitrogen (sulfur coated) to include minor elements (or accepted equal).
D. For palm trees use a `palm special type' 8-4-1 o to include minor elements, very high sulfur,
manganese, magnesium, and iron; 5 0% slow -release nitrogen and potassium; and acid -based
(sulfur coated) or accepted equal.
E. For accent plants, ground covers and ,woody ornamentals, use 1 6-4-8 that includes micro
nutrients, 25 % sulfur coated area, 5 0% slog release nitrogen, or accepted equal.
580-2.05 Top Mulch
A. Mulch shall be recycled, not harvested wood, and made entirely from the wood and bark of the
Melaleuca quinquenervia tree, eucalyptus tree, cypress tree milling by-product, or mixed
hardwoods. NO CYPRESS MULCH SHALL BE USED ON STATE ROADS. The mulch
shall be shredded, cleaned, sized,_ and aged (heated) to destroy weed seeds, pathogens, and
insects. It shall not contain more than 1 0% (by volume) bark. Shredded pieces of mulch shall
not be larger than 3/4" diameter and 1-1/2" in length. Mulch shall be free of weeds, seeds
(including Melaleuca spp. seeds), soil, and any other organic or inorganic material.
GP-105
Page 1571 of 2350
Agenda Item #24.
GENERAL PROVISIONS
B. Prior to its delivery, mulch shall have been inspected and certified by the Florida Dept. of
Agriculture and Consumer services, Division of Plant Industry, as free of burrowing
nematodes. All proof of delivery shall bear official State of Florida stamp of inspection and
certification (Grade AA or A). Deliver in bags or bulk by the cubic yard.
C. All material specified shall be processed specifically for use as mulch around trees and plant
beds. The use of construction wood or wooden pallets (which do not decompose and/or may
harbor pests), the use of fresh -wood mulch (which deprives surrounding plants of nitrogen), or
the use of color dyed mulches, is prohibited.
580-2.06 Water
Contractor shall provide watery labor, and Equipment (including a self -canceling nozzle with a
diffuser) necessary to distribute water as required for all installed Materials using hand -watering
methods. Existing or proposed irrigation systems will not be relied on to provide water for newly
planted Materials. Use water free of elements toxic to plant and/or animal life. Refer to SECTION
585 — SITE MAINTENANCE for detailed watering Specifications.
580-2.07 Guying and Staking Material
A. Support stakes, braces, battens, and anchor stakes pads shall be structurally sound, #2 grade,
yellow pine, or #2 cedar; free of knot holes, splinters, checks, or cracks, and sized and arranged
as per details on plan.
1. Minimum nominal size of vertical stakes: 2"x4" with the length adjusted as appropriate for
proper staking relative to tree height or as per Specifications/details. .
2. Minimum nominal size of angled braces: 2"x4" with the length adjusted as appropriate for
proper staking relative to tree height as per Specifications/details.
3. Anchor stake pads for braces to be 2"x4" and a minimum of 12" long.
4. Battens for braces to be 2"x 4" and a minimum of 12" long.
B. Banding at brace battens for heavy trunked palms and specified trees shall be minimum 1"
steel manufactured specifically for banding --- minimum two (2) bands per palm. wrap palm
trunks (excluding Washington palms) with minimum of five (5) layers of heavy nursery grade,
burlap cloth before installing battens.
C. For small trees using vertical support stakes, trunks shall be secured to such stakes with guying
material that is wide, smooth, sturdy and flexible plastic or rubber such as Wellington tape or
accepted equal. Guying tape to connect trunk to support stare at 90°. This flexible tape shall
replace the traditional guy wire and hose method in order to avoid damage to trunk and
branches.
GP-106 Page 1572 of 2350
Agenda Item #24.
GENERAL PROVISIONS
D. Unless the appropriate painting Bid item is included in the applicable Work order, then all
vertical stakes, angled braces, anchor stake pads, and/or battens shall be provided and installed
as natural, unpainted wood. when the appropriate painting Bid item number is included in the
applicable work Order, then the wood for all vertical stares, angled braces, anchor stake pads,
and/or battens shall be painted Forest Green using Behr exterior grade flat latex paint, or
accepted equal, such that there is complete coverage of all surfaces. This painting shall be
done prior to delivery of the wood staring and bracing material to the planting site. The only
painting allowed at the planting site will be minor touch-up by brush only for save cuts,
abrasions, nicks, etc. There shall be no spray painting at the planting site. Care shall be
exercised to avoid wet paint coning into contact with the tree/palm, Wellington tape, banding,
or burlap.
E. To the extent that painted vertical stapes, angled braces, anchor stake pads, and/or battens are
proposed by the Contractor for re -use, then in addition to meeting other specification
requirements, they shall receive a fresh, complete coat of the above specified paint. This
complete paint coverage shall be maintained in good condition until staking and bracing
Materials are removed from the planting site. The Department reserves the right, at its
discretion, for the Department to paint staring and bracing material.
580-2.08 Root Barrier Material
The Contractor shall provide and install rigid root barrier, DeepRoot UB 48-2 by Urban Landscape
Products, or flexible fabric root barrier, Typar Biobarrier Root Control System as manufactured
by Reemay, Inc., or accepted equal, as directed by the Department or as indicated in the Plans or
as required by the permitting agencies. All safety precautions and installation procedures
prescribed by the manufacturer shall be adhered to.
580-3.00 Execution
580-3.01 General
A. The Contractor's work shall conform to accepted horticultural practices as used in the trade,
unless specifically directed to the contrary by the Contract Documents or otherwise by the
Department.
B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly
maintained until planted. Plants shall be provided complete shade until installation, unless
directed differently by the Department. If a balled and burlapped (B&B) tree is not planted
within 12-hours of delivery then the rootball shall be kept covered with a moist material to
prevent drying of root growth tips until planting. Plants shall not remain unpaanted on -site for
a period exceeding 24-hours. All sod must be installed within 72 hours of harvest from the
source farm. Any sod which is not planted within 24 hours after cutting shall be stacked in an
accepted manner and maintained in a properly moistened condition. Any sod left on the work
site for more than 48 hours before installation will be rejected. All sod delivered to the Work
GP-107
Page 1573 of 2350
Agenda Item #24.
GENERAL PROVISIONS
site will be contained on 48" x 48" wooden pallets and individual pieces be no smaller than
12" x 24".
C. The Contractor shall install and maintain all plants (through final acceptance) in accordance
with the requirements of the project Plans, Bid documents/Specifications, and applicable
standards as listed under ITEM 580 -1. 04 B.
580-3.02 Layout of Planting Holes
A. The approximate location of some existing above -ground and underground utilities, structures,
and other improvements are shown on the landscape Plans for general information purposes
only, and are not to be relied upon nor regarded as relieving the Contractor of responsibility
for verifying exact field locations. All such improvements shall be investigated and verified
in the field before starting work, Refer to ITEM 5 80 -1.03 F for other applicable requi
rements.
B. Should the Contractor encounter overhead or underground obstructions, Median
modifications, or other conditions which interfere with the specified locations for plantings,
then the Contractor shall immediately notify the Department and alternate planting locations
or plan modifications will be selected and approved by the Department. Trees which cannot
be adjusted to accommodate such conditions and still adhere to clear sight spacing and clear
zone requirements, will be eliminated.
C. Before digging of planting holes, the location and arrangement of the planting shall be marred
by the Contractor. The Contractor shall notify the Department a minimum of 48-hours in
advance (excluding weekends and/or Holidays). The Department shall reserve the right to
approve or reject all marred tree locations which shall conform to the requirements of the
Specifications, Plans, and details unless otherwise addressed above.
580-3.03 Tree and Palm Installation
A. All planting holes shall be excavated to size and depth specified herein and in accordance with
the Plans and details, and backfilled with the prepared Planting Soil Backfill Mix as specified
or as directed by the Project Engineer. The general planting procedures for all trees and palms,
whether B&B or container grown, are similar except as noted below.
1. Container -grown trees and palms:
(a) Any container -grown (CG) plants which have become pot-bound or for which the top
system is too large for the size of the container, shall be rejected.
(b) CCU plants shall not be removed from the container until immediately before planting,
and with all due care to prevent damage to the root system. At such time, all containers
shall be cut and opened fully, in a manner that will not damage the root system.
(c) Trees in containers shall be carefully removed from the pots, cans, boxes, or other
containers in a manner not to damage the roots or the rootball of soil formed by the
GP-108 Page 1574 of 2350
Agenda Item #24.
GENERAL PROVISIONS
container. Scraping the rootball on the sides and bottom to stimulate new root growth
outside of the existing rootball should be performed prior to placement into the hole.
2. Balled and Burlapped Trees and Palms: Always move B&B plants (except heavy trunked
palms) by the rootball only. Never use the trunk as a handle to pick up or move these
plants. Care should be taken not to disturb the rootball, as this would severely damage the
root system. Removal of all the burlap before planting is not necessary (if it is
biodegradable fabric), although the top one-third (1/3) of the burlap shall be pulled back
and cut off.
If accepted for use under ITEM 5 80-2.02 E.2.b, synthetic fabrics and wire baskets require
special attention. Remove woven plastic fabrics and nylon twine completely after setting
the plant in the hole since such nondegradable Materials can girdle stems and roots as they
expand through the material. However, this practice may not be feasible when moving
large trees that have been sleeved in woven plastic Materials before being placed in wire
baskets. Slice the material through the wire basket and remove as much as possible to
facilitate healthy root growth into the landscape soil. Once the tree is set in the planting
hole, cut off all of the wire basket (that is not under the rootball) before backfilling.
3. Palms: Generally, procedures for planting balled and burlapped trees are suitable for
palms. Palms shall be harvested with a rootball appropriate for the size and species of palm
per the current Florida Grades and Standards. Foliage of all palm species except Sabal
palmetto shall have the leaves tied with a biodegradable twine or burlap in a bundle around
the bud. Fronds shall be untied by the time of the first quarterly inspection, unless the
Contractor deems this to be detrimental to the palm. Complete leaf removal at the time of
digging is required when planting Sabal palmetto, however, protection is required for heart
frond and bud.
B. Circular planting holes with vertical sides shall be excavated for all trees. The diameter of
planting holes for all trees shall be a minimum of 1.5 times larger than the rootball, per planting
details, unless prevented by site obstructions or otherwise authorized in writing by the
Department. The depth of each planting hole shall be not less than 6" deeper than the height
of the root ball or container as applicable and as per planting details.
C. Trees shall be set in planting holes on the specified prepared planting soil mix backfilled and
brought to a height to permit the top of the rootball to be 2" above the surrounding finish grade
at the completion of tree installation. This allows for some settling such that the final planting
will be at the same depth the plants grew in the nursery. All trees shall be planted in a vertical
position (plumb). All trees shall be handled by a padded nylon strap around the rootball for
lifting purposes. Heavy-trunked palms may be lifted by the trunk provided the lifting strap is
padded.
D. After placing the tree in the hole, the planting soil specified herein shall be slowly watered into
place in layers and then firmly tamped to eliminate voids and air pockets and to ensure the
backfill mixture is surrounding the rootball. Do not overly compact the soil to the point that it
would be detrimental to the tree's health. All tamping shall be such that no trees will settle
GP-109
Page 1575 of 2350
Agenda Item #24.
GENERAL PROVISIONS
below their original growing height and the surrounding finish grade. Do not mound any soil
over the roots.
E. For water retention, a minimum 6" high circular earthen berm (water ring) shall be formed
around each tree such that the inside edge is located at the perimeter of the 6' wide planting
hole.
F. All trees shall be thoroughly watered at the time of planting and kept adequately watered to
ensure healthy Florida grade No. 1 trees until time of final. acceptance. No allowances will be
made for tree or palm losses due to lack of adequate or proper watering. Following initial
acceptance, the watering requirements of ITEM 585-3.01 C shall be complied with.
G. Pruning shall be done on -site after planting (with due regard to the natural form and growth
characteristics of each specie) to remove damaged limbs, to remove branches falling within
the required clear site window, or as directed to improve overall plant appearance. Do not
remove more than 15 % of branches unless otherwise approved by the Department in writing.
Pruning methods shall follow standard horticultural practices using appropriate tools.
Lopping, shearing, or topping of plant material will be grounds for rejection. Damaged,
scarred, frayed, split, or skinned branches, limbs, or roots shall be pruned back to live wood,
unless such damage, once so corrected, causes the tree to not meet the Florida grade No. 1
standard, thus requiring tree replacement at no additional expense to the Department. The
central leader or bud shall be left intact unless severely damaged, in which case the tree will
be replaced at no additional expense to the Department. Remove any tree leader dowels and
fasteners at the time of planting.
H. During the course of planting, excess and waste Materials shall be removed. by the end of each
day's operations. When planting in an area has been completed, all debris from planting
operations shall be removed and the area maintained in this finished state until final acceptance.
580-3.04 Fertilizing
After planting tree, and prior to mulching the saucer, apply the recommended types and quantities
of fertilizer appropriate for tree type according to the manufacturer's recommended rate
Specifications for new plantings. Apply fertilizer to the sell surface within the saucer area such
that the granular fertilizer is mixed into the top 6" of soil around the edge of the root zone to the
perimeter of the saucer berm and then watered in. Never allow fertilizer to touch the trunk of the
tree to avoid burning by soluble salts. The use of tablet -type fertilizers such as `Agri -Form" or
equal, to be placed in the planting hole prior to backfilling is also acceptable.
580-3.05 Mulching
A. Prior to mulching the saucer area around each tree, remove all weeds, debris, and rocks (over
1'' diameter), and then level the soil inside the saucer area surrounded by the circular berm
without covering the top of the rootball.
GP-110 Page 1576 of 2350
Agenda Item #24.
GENERAL PROVISION
B. A 3" layer of the specified biodegradable mulch, suitable to the Project Engineer, shall be
placed around all newly planted trees within earth berms surrounding saucers as defined in
ITEM 5 80-3.03 E and as shown on drawings and as specified. For individual plants, the mulch
shall be spread to entirely cover the saucer area within the circular earth berm. Mulch shall be
installed and maintained a minimum of 3" away from the trunks of all trees. Once in place,
the mulch is to be watered until saturated.
C. This 3" mulch layer shall be maintained around each tree by the Contractor until its final
acceptance in order to buffer soil temperature, reduce weed competition, conserve moisture,
and increase soil nutrient availability.
580-3.06 Guying and Staking
A. Guy and stake plant Materials as specified and detailed to assure upright form, and in
accordance with the following:
1. All trees with calipers smaller than 2-112" shall be stared with three (3) vertical stakes 120'
apart. All trees with calipers between 2-1/2" and 4-112" inclusive shall use four (4) vertical
stapes 90' apart. All stapes shall be 2"x4" (with length sized relative to tree height such
that stapes reach the height of major branching), set vertically at least two (2') feet into the
ground, and at least 12" deep into undisturbed soil, and also set against the planting hole
wall. The tree shalt be centered within the stapes and held firmly in place by Wellington
Tape (or accepted equal), and tied to the stake and the tree to prevent slippage. Tighten
guying tape as necessary to ensure tree is secured in upright position.
2. Heavy-trunked palm trees and trees with calipers over 4-112" shall be braced with a
minimum of four (4) 2"x4" wood braces (with length sized relative to tree height), toe -
nailed to 2"x4"x 12" minimum battens which are tightly secured at two points to the tree
(with 1 " steel banding), at a point at least 113 the clear trunk height. Provide one (1) batten
per brace minimum with additional battens as needed to prevent banding from touching
trunk. The braces shall be set at an angle between 45' and 60' to the ground. The trunk
shall be padded with five (5) layers of burlap under the battens (except for Washington
palms). Braces shall be approximately 90' apart and secured underground by 2"x4"xl2"
minimum anchor stake pads hammered such that the deepest point is at least ten (10")
inches below finish grade. Anchor stare pads shall not be exposed more than 2" above
finished grade and be located no farther from the trunk than 6" from the outside toe of the
earth berm around the saucer. The tree shall be centered within the braces.
B. All trees and palms shall be stakedlbraced on the same day as installed, and at no time shall
any newly planted tree or palm remain without stakes for more than 24-hours after installation.
The Department may prohibit completion of any further Work until all plant material has been
appropriately stared. The Contractor's guying and staring shall prevent trees from falling or
being blown over (including by high winds). The Contractor shall re -straighten, replant, and
restate all trees which lean or fall, and remove all trees which are damaged due to lack of
proper guying and staking within two (2) Working Days of notification by the Department.
The Department will determine if the fallen tree is damaged and is to be replaced. Such
GP-111
Page 1577 of 2350
Agenda Item #24.
GENERAL PROVISIONS
decision shall not be cause for additional expense to the Department. Damaged trees shall be
replaced and guyed or staked at no additional cost to the Department within 30 Calendar Days
of notification occurring at quarterly inspections.
C. All guys and stapes found to be too loose or damaged shall be repaired, tightened, and/or
replaced within two (2) Calendar Days of notification by the Department at no cost to the
Department. Guys and stapes shall be fully maintained to provide adequate structural support
for the plant providing a neat, orderly and clean appearance. In cases of stake or brace damage
caused by circumstances beyond those covered in the Contract, such as vehicular accidents,
the Contractor shall replace damaged stapes as specified by the Department at Bid price.
D. At the Contractor's discretion, all guying and staking material should be removed between the
sixth (6th) and twelfth (I 2th) months following planting. At the Contractor's option, the anchor
stare pads shall be either completely removed or driven into the ground such that the top of
the stare is a minimum depth of 4" below grade. The Contractor shall notify the Department
fifteen (15) Calendar Days prior to removing guying and staking material. Removal of guying
and staking Materials shall not relieve the Contractor of any responsibilities of any warranted
Materials that may be in place.
580-3.07 Maintenance Prior to Initial Acceptance (At Installation)
The Contractor's maintenance shall commence after each plant is planted and shall continue until
initial acceptance (at installation), after which the formal minimum twelve (12) month
maintenance/guarantee period shall commence. All maintenance operations before and after
Initial Acceptance (at installation), shall be conducted consistent with Specification SECTION 585
-SITE MAINTENANCE, which includes the guarantee and replacement requirements.
The Contractor shall maintain Florida Grade No. 1 quality until final acceptance. This plant
maintenance shall include watering, pruning, weeding, cultivating, mulching, fertilizing, repairing
or replacing stakes and guys, replacement of sick or dead plants, resetting plants to proper grades
or upright position, restoration of the circular earth berm around the saucer, protection from insects
and diseases, and all other care required for proper growth and health of the plants. Proper
protection of grassed areas shall be provided and any damages resulting from planting or
maintenance operations shall be repaired promptly. If determined to be necessary by the
Department, disturbed areas shall be re -sodded to match existing turf at no additional cost to the
Department.
580-3.08 Sod Installation and Maintenance Prior to Initial Acceptance
A. Elimination of Existing Turf Cover: Existing vegetation cover is to be sprayed with a non-
selective herbicide such as G lyphosate (Roundup) or equivalent. Herbicide is to be applied at
a rate of active ingredient per gallon as specified on the product label. All spraying must be
done with a low volume / low pressure sprayer and applied in a manner that will minimize drift
and contact with adjacent plant Materials or vehicular traffic. No spraying will be allowed
under inclement weather conditions or wind in excess of 10 miles per hour. If an indicator dye
is used in the spray mixture, it must not come into contact with the curb, gutter, traffic
GP-112 Page 1578 of 2350
Agenda Item #24.
GENERAL PROVISIONa
separator, or other concrete surfaces. The Contractor is responsible for the removal of any
stains caused by indicator dyes to these surfaces. The resulting dead vegetation is to be raked
and removed.
B. Site Preparation: The site is to be prepared for sodding by the removal of debris such as sticks,
rocks, roots and litter and the establishment of final grade. The location of any existing
irrigation systems are to be noted and all sprinkler heads flagged prior to the beginning of site
preparation Work. All holes and depressions are to be filled with backfill material that consist
of 50% sand and 50% organic soil. Existing high spots in the Median surface are to be leveled
with the resulting grade facilitating the sheet -flow of water to the curb line. The soil perimeter
at the inside curb line is to be excavated to a depth of 3/4" to 2" to allow the top of the base of
the installed sod to be flush with the top of the curb. Any soil that is spilled outside of the
Median must be removed immediately.
C. Sod Installation: The sod is to be placed onto the prepared site in a pattern with staggered
seams. All sodding must be done in contiguous areas with no large gaps between planting
sites. Each piece of sod must be abutted against the one adjacent to it. All gaps between pieces
of sod will be filled with partial sod pieces or topsoil. No gaps greater than 1/2" in the seams
between the individual pieces of sod will be accepted. All parts of the sod must be in firm
contact with the soil surface and any corners or edges that overlap other pieces of sod mint be
trimmed. The sod must be kept 2 feet away from the trunks of any existing trees with a
symmetrical circle of bare ground being established around each tree. All sod shall be top
dressed with screened soil mixture of 75% organic soil and 25% sand that is free of rocks sticks
or other debris. After the topdressing operation is completed the sod is to be compacted with
a 1,000 lbs. roller.
D. Site Cleanup: All wooden pallets, partial sod pieces, piles of backf ll material, Equipment and
debris must be removed from the job site prior to the approval of substantial completion.
E. Irrigation: As soon as the area covered by a single zone of irrigation is sodded, the system
should be activated and 0.10"' to 0.25" of water applied to the sod. The newly planted sod is
to be irrigated twice a day between the hours of 10:00 a.m. and 2:00 p.m., unless watering
restrictions are in effect, for a period of 10 days or until a root system has been established as
evidenced by substantial resistance when the sod is pulled away from the soil base.
F. Mowing: The Contractor is responsible for an initial mowing of the sod with St. Augustine
"Floratam" mowed at 3" and Bahia "Argentine" at 3.5" with a rotary type mower. If the mower
is equipped with a side -delivery chute a deflection device should be used to eliminate the
discharge of grass clippings into Roadway lanes.
550-3.09 Installation of Accent Plants, Ground Covers and woody Ornamentals
A. Elimination of Existing vegetative Cover: shall conform to the Specifications contained within
ITEM 580 -3.08 A.
GP-113
Page 1579 of 2350
Agenda Item #24.
GENERAL PROVISIONS
B . Site Preparation of Planting Beds: The site i s to be prepared for planting by the removal of
debris such as sticks, rocks, roots and litter. The area to be planted shall be excavated to a
depth of 1 S" and backfilied to a level of final grade With a soil mix comprised of 50% sand and
50% screened organic material such as screened muck or compost, guaranteed as weed free.
All excavated material is to be removed from the planting site or reused on site at the discretion
of the Department.
C. Installation of Plant Materials: Plant Materials shall be removed from containers prior to
planting. Any rootballs containing regions of compacted or encircling roots shall be loosened
by making vertical cuts to the root mass. Plant Materials shall be placed in holes that are
slightly larger than the diameter of the rootball with the top of the rootball to be at or slightly
above finished grade. "Terrasorb AG", or accepted equal, is to be added to the planting hole
at a rate of 1/4 oz. (l tsp.) per gallon of rootball being installed, prior to backfilling. Backfilling
shall be made with the specified soil mixture and shall be firmly compacted and Watered -in, so
that no air pockets remain.
D. Pre -emergent Herbicide Application and Mulching: The planted bed shall receive a pre -
emergent granular herbicide application using "Ronstar G", or accepted equal, applied using
methods and rates as specified on the manufacturer's label prior to the application of mulch.
Mulch products used in bed plantings shall conform to the Specifications as listed in ITEM
550 -2.05.
580-3.10 Basis of Payment
All cost associated With the performance of this Work under this Contract including but not limited
to all Materials, labor, and Equipment required to successfully establish the plant material and to
complete the incidental Work shall be included in the unit Bid item price for the individual plant
material.
Payment for these items shall be on an `each' basis.
END OF SECTION
SECTION 555
SITE MAINTENANCE SPECIFICATIONS
SECTION 585 IS ADDED TO THIS SPECIFICATION
555-1.00 General
555-1.01. Work Included
A. The maintenance Work consists of providing all labor, Materials, Equipment, permits,
maintenance of traffic, and incidentals necessary to perform all required landscape
maintenance commencing after each tree is planted and continuing until final acceptance at the
GP-114 Page 1580 of 2350
Agenda Item #24.
GENERAL PROVISIONS
end of the maintenance/guarantee period. These Specifications apply to all projects
throughout Palm Beach County assigned to the Contractor.
B. Grassed areas beyond the perimeter of the earth benn/watering saucers will be maintained by
others.
585-1.02 Related Work Specified Elsewhere
Section 580 —Landscape Installation: These provisions shall apply to all Work in Section 585 Site
Maintenance as appropriate.
585-1.03 General operating Specification
Refer to the Florida Department of Transportation Standard Specifications for Road and Bridge
Construction, (2021 edition), as the general operating specification document, however Section
580, Landscaping is deleted and replaced with the Specifications for LANDSCAPE
INSTALLATION (SECTION 580) and the SITE MAINTENANCE (SECTION 585) herein.
Maintenance of traffic requirements are described in the Contract Documents.
585-1.04 Protection
Protect all plants, wildlife, site furniture, paved surfaces, and buildings during maintenance
procedures and the application of chemicals. When using Equipment and chemicals, use according
to manufacturer's directions and Specifications. Repair or replace any items damaged through
improper use of Equipment or application of chemicals at no cost to the Department. Contractor
shall submit a copy of the applicable pest control licenses to the Department and Material Safety
Data Sheets for all products to be used for this Work. Apply all chemicals after 48-hours' notice
to the Department and at a time and in such a manner that the public Will not be in contact with
nor have any real or imagined harm done to them by the application including, but not limited to,
herbicides, insecticides, and fungicides.
585-1.05 Coordination of Maintenance Schedule
Coordinate and schedule all Work through the Department. The Contractor shall submit a detailed
maintenance schedule for the minimum twelve (12) month maintenance/guarantee period (divided
into anticipated quarterly Work Plans) to the Department for review within fifteen (15) Calendar
Days of receipt of Work Order and before Initial Acceptance (of installation).
585-1.06 Quality of operation
Provide the maintenance services in a professional manner and beep all areas in a clean, orderly,
and safe condition, satisfactory to the Department at all times. Abide by all applicable federal,
state, and local laws, ordinances, and regulations.
585-1.07 Personnel
GP-115
Page 1581 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
A. During all maintenance Work hours, provide a qualified, English speaking and competent
person in the 1L]LTork area who is authorized to supervise the maintenance operations and to
represent and act for the Contractor.
B. All personnel shall be required to wear proper attire which, as a minimums includes a standard
shirt carrying company name and/or logo, present a good appearance and maintain a professional
code of conduct.
C. All personnel shall take lunch breaks and use restroom facilities in appropriate areas off site.
585-1.08 Equipment
A. All vehicles shall be maintained in good working order, affixed with a company name/logo,
painted, with no visible rust and shall be parked on pavement in public areas only. Provide
protection of paving from loading ramps. Use tarps/plywood to protect from oil.
B. Fueling mowers, edgers, etc. shall be completed prior to unloading Equipment. Re -fueling,
addition of oil, etc. shall be done with care and preferably over concrete. Any damage to asphalt
or sod/planted areas from gas, oil or chemical spills shall be fully corrected by Contractor.
C. No storage or provision for storage shall be made on site for maintenance Equipment or
Materials. Contractor shall be responsible for transporting Equipment and Materials to the site
and off site in sealed or secured containers and vehicles as required, unless specifically allowed
by written agreement.
585-1.09 Monthly Reports
On or before the tenth day of each month, submit for approval a written report describing in detail
all Work performed by the Contractor under this Contract during the past month (including
replacement, mulching, fertilizing, pruning, and chemical application activities). The report shall
also include: dates of site inspection(s) by qualified personnel as described in ITEM 5 85 -1.07;
observations of the general health and vitality of all plantings; the locations and severity of any
pests encountered; detailed descriptions of all chemical treatments applied; the general condition
of areas maintained; descriptions of damage and vandalism; repair or maintenance
recommendations; and the proposed general and landscape maintenance program to be performed
by the Contractor during the next month. Department shall approve format of monthly reports,
and require revised formats as necessary.
585-1.10 Routine Quarterly Inspections
During the minimum twelve (12) month maintenance period, the Contractor will be required to
make maintenance inspections with the Department on a quarterly basis for weeps number 13, 26,
and 39 from the date of Initial Acceptance (at installation) at a time scheduled by the Department.
Problems identified during these inspections and corrective actions to be taken (with tirne frames)
will be listed by the Contractor and be incorporated into an amended version of the upcoming
quarter's Work plan, unless otherwise indicated by the Department.
GP-116 Page 1582 of 2350
Agenda Item #24.
GENERAL PROVISIONS
555-1.11 Guarantee, Replacement, and Final Inspections
A. Guarantee: All work shall be guaranteed during the minimum twelve (12) month
maintenance/guarantee period during which all plants are to be maintained to meet Florida
Grade No. 1 as per Florida Grades and Standards for Nurser} Plants, by the Florida Dept. of
Agriculture and Consumer Services (henceforth referred to as Florida Grades and Standards).
All trees shall be alive, healthy, and in satisfactory growth throughout the guarantee period.
B. Replacements: The Department will be the authority to determine which "Replacement
Category" described below applies to each tree and what, if any, action is to be taken.
1. If, at any time during the minimum twelve (12) month maintenance/guarantee period, the
Department 'identifies trees that are substandard, unhealthy, dead, damaged or otherwise in
unsatisfactory condition, then such trees shall be removed and replaced/staked by the
Contractor as per the fo ll o wing at no additional cost to the Department.
a. Remove such trees within fifteen (15) Calendar Days of written notification by the
Department, and fill planting holes immediately with soil to finish grade level. This
ak
notification may occur at any time in addition to quarterly inspections.
b. Replace such trees within thirty (30) Calendar Days after the written notification
occurring at quarterly inspections.
c. The Department reserves the right to remove any unhealthy, substandard, damaged, or
dead trees with prior notification to the Contractor, however, the Contractor shall
replace such trees as per these Specifications.
2. Fallen or leaning trees shall be removed (if damaged or otherwise substandard) or
uprighted/restaked (if apparently healthy and meeting Florida Grade No. 1).
a. Those trees requiring removal shall be removed within two (2) Working Days of
written notification by the Department. Planting holes of removed trees shall be
immediately filled with soil to finish grade level.
b. Those trees requiring uprightinglrestaking shall be corrected within 12 hours
notification by the Department. The Department, without prior notification to the
Contractor, reserves the right to remove, reposition, any fallen or leaning tree
encroaching into a vehicular travel lane or creating any other situation affecting public
health, safety, wel fare .
3. Trees showing clear evidence of being damaged or knocked down by vehicular accidents
will be removed by the Department and replaced by the Contractor on a unit cost basis
within thirty (30) Calendar Days after the written notification occurring at quarterly
inspections.
GP-117
Page 1583 of 2350
Agenda Item #24.
"GENERAL PROVISIONS
4. The Contractor shall notify the Department in writing of each successfully completed tree
removal and/or replacement and each shall be identified by station number location shown
on the planting Plans.
5. All replacement trees shall become guaranteed for a minimum of twelve (12) months from
the date of their initial acceptance for replacement installation, and follow the same
maintenance/guarantee period requirements specified herein for originally planted trees.
C. Final Acceptance:
1. The Contractor shall notify the Department in writing fifteen (15) Calendar Days prior to
presumptive completion of maintenance/guarantee period in order for the Department to
schedule a semi-final inspection. said maintenance/guarantee period shall be continued
until the final inspection is complete and the final acceptance of the project is granted by
the Department.
2. within seven (7) Calendar Days of the notice in ITEM 585 -1.11 C.1, a semi-final
inspection will be scheduled by the Department with the Contractor. Following the semi-
final inspection, the Department will provide the Contractor with a list of deficiencies
including necessary replacements and required time frames for completion. Replacements,
including those in ITEM 5 S 5 -1.10 B, shall occur prior to final inspection and before final
acceptance is granted. when the Work specified by the Contract is found to be completed
to the Department's satisfaction, the semi-final inspection shall constitute a final
inspection.
3. Upon satisfactory replacement of material and performance of required Work by the
Contractor, another semi-final inspection shall be made. If the required material is found
to have been replaced and the Work completed satisfactorily, then this shall constitute the
final inspection.
4. When, upon completion of the final inspection, the Work is found to be completed
satisfactorily, the Department shall give the Contractor written notice of final acceptance.
5. Notwithstanding the above, the Department reserves the right to accelerate the slate of any
final acceptance (thereby ending the maintenance/guarantee period) when'the Department
deems such action is in the Department's best interest.
6. Earth berm rings utilized to retain water within the saucer area of each tree (located at the
perimeter of the planting hole, 1.5 times larger than the rootball) must be maintained at
minimum 6" height throughout the entire guarantee period, but are to be knocked down to
level grade just before the semi-final inspection for each tree. The grassed areas affected
by the reshaped mulched areas shall be treated with an herbicide as per manufacturer's
Specifications for weed -removal before applying mulch. A 3" layer of mulch shall be
applied by the Contractor to the entire eye --shaped area before final acceptance. The mulch
area of trees that are clustered in tight groupings may be merged to form one mulch bed if
approved in writing by the Department.
GP--118 Page 1584 of 2350
Agenda Item #24.
GENERAL PROVISION
585-2.00 Products
585-2.01 Landscape Maintenance Materials
A. Water: Use water free of elements toxic to plant and/or animal life. Contractor shall provide
(within the unit cost for each tree) labor and Equipment necessary to distribute water as
required for all installed Materials using hand -watering methods. Existing or proposed
irrigation systems should not be relied on to provide water for newly planted Materials.
B. replacement Trees: Conform to the type, species, grade, standard, size and method of
installation as originally specified unless otherwise directed in writing by the Department. For
replacement trees which differ from the original plants, the Contractor must obtain prior
written approval by the Department, and submit a credit/debit statement, as appropriate.
C. Planting Soil Backfill Mix: As specified in SECTION 580 -LANDSCAPE INSTALLATION.
D. Fertilizer: As specified in SECTION 580 -LANDSCAPE INSTALLATION.
E. Top Mulch: As specified in SECTION 580 -LANDSCAPE INSTALLATION.
F. Herbicides: Use herbicides recommended for the control of the types of weeds encountered as
recommended by the University of Florida Cooperative Extension Service.
G. Insecticides: Use insecticides recommended for the control of the types of insect pests
encountered. Insecticides shall be EPA approved.
H. Fungicides: Use fungicides recommended for the control of the types of fungi encountered.
Fungicides shall be EPA approved.
585-3.00 Execution
585-3.01 Landscape Maintenance
General: Maintain all plantings in a healthy, vigorous and attractive condition so as to maintain
the required Florida Grade No. 1 for all plantings as per Florida Grades and Standards,
commencing after each tree is planted and continuing until final acceptance at the end of the
maintenance/guarantee period.
A. Tree and Palm Maintenance.-
1. Pruning and Trimming:
a. Trees (excluding palms): Prune all trees to remove dead, broken, or infected branches,
suckers, vines and dead or decaying stumps and all other undesirable growth. Perform
pruning to maintain Florida Grade No. 1 growth habit. To enhance the appearance of
GP-119
Page 1585 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
specific trees, the Department may request additional pruning. Perform all pruning in
accordance with American Association of Arborists standards and recommendations
and also those of Florida Grades and Standards. Do not remove more than 15 % of
branches unless otherwise approved in writing by the Department. Buckhorning (also
called 'hat -racking') of any tree is not permitted.
b. Palms: Prune all palms to remove dead or substantially brown fronds only.
c. Debris Removal: Remove and properly dispose of off -site all clippings, leaves,
branches, sticks, and twigs after each pruning.
2. Fertilization: Apply specified complete fertilizers that are accepted by the Department at
manufacturer's recommended rates. Notify the Department 48-hours in advance of
applications. Consistent with Contractor's submitted detailed maintenance schedule in
ITEM 585 -1.05, fertilize all trees two (2) times per year between March and October (no
closer than four (4) months apart). Broadcast fertilizer inside saucer area around the edge
of the root zone. Fertilizer must not be allowed to touch the trunk.
3. Mulching:
a. Maintain a three foot (3') radius ring with a three (3") inch layer of mulch in all plant
beds around all trees. Replenish to specified depth prior to each quarterly inspection
during the minimum 12-month maintenance/guarantee period. Maintain mulch at 3"
clear from all tree trunks. Apply mulch after fertilizing, never before.
b. The Contractor shall be responsible for re -mulching activities (including re-
establishment of earth berm of saucer) necessitated by washouts, foot traffic,
automobile damage or unforeseen circumstances.
4. weed Control: On a monthly basis, remove weeds mechanically or by spot treatment with
accepted herbicide in all plant beds (including the mulched saucer area and the surrounding
earth berm). All herbicides, including pre-emergents, are to be used according to label
Specifications during the maintenance period. All planting areas/mulched areas shall be
weed --free for the final inspection.
5. Sucker Removal: Remove sucker growth monthly from all areas of the trunk, its base, and
root zone.
6. Insect Control: Control insect pests which infest plant Materials, and control ant mounds
which may occur in landscape areas. Record insecticides and other remedies on the
monthly Work report.
7. Plant Replacement: Defer to ITEM 585 -1.11 B.
B . watering :
GP-120 Page 1586 of 2350
Agenda Item #24.
GENERAL PROVISION
1. All installed trees shall be hand -watered over the entire root zone with a slow soaping at
4-gallons per minute for deep root penetration and protection of surface roots, mulch, and
earth berm around saucer. Contractor shall be responsible for adequate watering of all
installed trees from the time of planting until final acceptance at the completion of the
minimum twelve (12) month maintenance/guarantee period.
2. The following water guidelines have been established for Contractor's information only
and shall be considered only as an estimate of water need. Depending on climate, rainfall,
soil, and plant conditions, the Contractor shall adjust the water schedule and amount per
application to meet optimum plant growth conditions. The Contractor shall be responsible
for monitoring climate and plant soil moisture conditions, and determining if watering
beyond or less than the watering guideline described below shall be applied. water shall
not be paid for separately, but shall be included in the unit cost per tree.
Water Use Guidelines
Amount of water Applied:
Trees and Palm Trees: Apply a minimum of 15-gallons water per tree at each application.
Water a jilied should be a slow soaking at 4-gallons der minute maximum.
IMiniinum Frequency Guidelines for Hand-Waterint:
1. Material i Dad Frec uencv No. Aliplications 9
Trees 1 — 3o Daily 30
31 --180 Every Yd DaNi 50
181— 325 Ever, 7t` DaN- _ 20
3 26 — 3 61 Eve 12t' Dav 3
. Every
3. Frequency and number of applications may vary due to climate, rainfall, soil, and plant
conditions. Less water may be used during wet, cool periods whereas more water may be
needed during hot, dry periods. Contractor shall adjust as needed for optimum plant health.
The minimal frequencies suggested above shall not limit the Contractor's responsibility for
providing adequate watering and acclimation for the proper establishment of all trees.
4. Damage resulting from erosion, gullies, washouts, or other causes shall be repaired by the
Contractor by filling with topsoil, reshaping earth berm and saucer, tamping to re -stabilize
slopes, and replacing lost fertilizer and mulch at no additional cost to the Department.
5. Contractor to use a self -canceling nozzle with a spray diffuser on the end of the hose to
ensure water is applied gently so as not to displace mulch or expose root systems.
6. Proof of watering, in the form of receipts, meter readings or other written documentation,
shall be presented with the Contractor's monthly reports.
GP-121
Page 1587 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
C. Monthly Deports: Complete monthly reports as described in ITEM 585-1.09.
D. All cost associated with the performance of work under this Contract including but not limited
to all Materials, labor, and Equipment shall be included in the unit Bid item price for each tree,
shrub and or ground cover/turf.
END OF SECTION
SECTION 590
IRRIGATION SYSTEM CONSTRUCTION
SECTION 590 IS ADDED To THE SPECIFICATION AS FOLLOWS:
590--1.00 General
590-1.01 Scope of work
A. Irrigation systems shall be constructed using sprinklers, valves, piping, fittings, controllers,
wiring, etc. of sizes and types as shown on the drawings and as called for in these
Specifications. The system shall be constructed to grades and conform to areas and locations
as shown on the drawings.
Sprinkler lines, valves, piping, wiring, etc. are essentially diagrammatic. Minor adjustments
in location to suit field conditions are anticipated. Major relocations shall have prior approval
of the Department.
Unless otherwise specified or indicated on the drawings, construction of the irrigation system
shall include furnishing, installing and testing of all mains, laterals and fittings, furnishing and
installing of sprinkler heads, gate valves, control valves, controllers, and control wires, etc.; all
necessary specialities and accessories such as backflow preventers, pump stations, excavation
and backfill, and all other work in accordance with the Plans and Specifications as required
for a complete system.
B. The Contractor shall obtain all permits and pay required fees to any governmental agency
having jurisdiction over the Work. Inspections required by local ordinances shall be arranged
GP-122 Page 1588 of 2350
Agenda Item #24.
GENERAL PROVISION
as required. Upon completion of the work, satisfactory evidence that all work has been
installed in accordance with the ordinances and code requirements shall be furnished to the
Department.
C. while working on Medians or on the roadside, proper traffic control shall be used to protect
workers and the public. Traffic control operations for installation and for future maintenance
shall be in accordance with the Palm Beach County Streetscape Standards Manual, current
edition, and as stated in the Maintenance of Traffic Section in these Contract Documents. All
Work shall be done in accordance with all local and state codes and standards. All above
ground apparatus and structures that are installed shall be kept a minimum of 6' from the
adjacent travel lane.
59 2.00 Products
590-2.01 General
All Materials to be incorporated in this system shall be new and without flaws or defects and of
the quality and performance as specified and meeting the requirements of this section. All material
to be incorporated into an irrigation system that utilizes re -use water shall have the appropriate
labels and bear the proper color (lavender) as required by the service provider. All material
averages at the completion of the installation are the property of the Contractor and are to be
removed from the site.
590-2.02 Pipe and Fittings
Pipe sizes shall conform to those shown on drawings. No substitutions of smaller pipe sizes will
be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected
because of defects shall be removed from the site at the time of said rejection.
A. Polyvinyl Chloride (PVC)
1. All plastic pipe shall be continuously and permanently marked with the following
information:
a. manufacturer's name
b. pipe size
c. schedule number, class or SDR. number
d. type of material
e. code number
GP-123
Page 1589 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
2. Unless otherwise noted on the drawings, all plastic pipe fittings shall be Schedule 80
polyvinyl chloride free from manufacturing defects.
3. Solvents used for joining must comply with the requirements of ASTM-D-24 66 and be
recommended by the manufacturer of the plastic pipe used.
4. All PVC main lines 2 1/2" or larger shall have provision for expansion and contraction
provided in the j oints. All j oints shall be designed for push -on connection. A push -on j oint
with a coupling manufactured as an integral part of the pipe barrel consisting of a thickened
section with an expanded bell with a groove to retain a rubber sealing ring of uniform cross
section similar and equal to Johns -Manville Ring-Tite and Ethyl Bell Ring or made with a
separate twin gasket coupling similar and equal to Certainteed Fluid -Tice are acceptable.
Circular gaskets shall conform to the requirements of ASTM designation F477. All 0--ring
pipe shall be Class 200.
5. All tees and elbows connecting to the o-ring mainline shall be ductile iron manufactured
for use with PVC 0-ring pipe, Harco or accepted equal.
6. Underground detectable marking tape shall be Line guard or accepted equal.
7. When directional bore is chosen as the method by which to install sleeves, the main line
pipe shall be be smooth continuous HDPE SDR 11 with appropriate fittings for connection
to Rigid PVC 0-ring main line. Manufacturer shall be KAF-FLEX, (800) 451-7646 or
accepted equal.
8. Main line, 2" or smaller, shall be Schedule 40 PVC or HDPE with Schedule 80 PVC
fittings.
9. All lateral lines shall be Schedule 40 PVC.
B. Galvanized Steel: Galvanized steel pipe shall conform to the requirements of ASTM
Designation A 120, Schedule 40. At threaded joints between PVC and metal pipes, the metal
shall contain the socket end and the PVC side, the spigot. A metal spigot shall not, under any
circumstances, be screwed into a PVC socket.
C. HDPE SDR 11: HDPE SDR 11 shall conform to the requirements of ASTM, ANSI, AWWA,
etc., standard specification is incorporated by reference in these Specifications, the reference
standard shall be the latest edition and revision
590-2.03 Risers
GP--124 Page 1590 of 2350
Agenda Item #24.
GENERAL PROVISION
A. All sprinklers shall have a flexible riser assembled by the use of flexible polyethylene pipe.
The inside diameter of the polyethylene pipe shall be the same diameter as the sprinkler head
inlet.
B. Swing joints used with rotor and spray bodies shall be by Lasco or accepted equal.
590-2.04 Valves
A. Backflow Preventer (used only for potable water supply): The backflow preventer shall be a
Reduced Pressure Zone (RPZ) type, as accepted by Palm Beach County Water Utilities
Department, capable of having a flow rate that is greater than or equal to that which comes
from the meter.
The backflow preventer body shall be constructed of bronze and the internal parts of stainless
steel. A backflow preventer is not required for reclaimed water (gray water), but a check valve
of the same size as the delivery line is required.
B. Manual Valves: All zone shut-off valves of sizes 2" or smaller shall be all bronze double disc
wedge type with integral taper seats and non -rising stem. Those in -ground shall be installed in
a separate valve box. gate valves shall be NIBCO, T-113 -K or equal American made,
conforming to MSS SP-So a@ 200psi113.8 Bar
C. Automatic Control Valves: Shall be Irritrol 1 OOP-1.5 FC with omni-reg pressure regulator,
Toro P-220-27-0-6 (pressure -regulated angle type), or accepted equal. All remote control
valves are to have standard solenoid to be compatible with the Two -Wire control system and
the irrigation controller, as per plans, details and specifications. All control valves shall be
provided with an equal sized gate valve installed upstream from the control valve and included
in the same valve box.
D. Pressure Relief Valves: The pressure relief valve shall maintain constant upstream pressure
by passing or relieving excess pressure, and shall maintain close pressure limits without
causing surges. The pressure relief valve shall be a fast opening, slow closing, 125 class
flanged globe type valve. See Plans for size (1" minimum) and opening pressure.
E. AirlVacuurn Relief Valves: The air/vacuum relief valve shall be a 2" AR Series Combination
Air and Vacuum Release Valve by BERMAD, or accepted equal. Install a 1" gate valve to
allow isolation of relief valve for periodic cleaning and maintenance. The relief valve shall be
installed in an approved valve box on a 1 2l" `swing joint' vertical riser affixed to a saddle tap
at the top of the mainline at the highest location in the system in both directions from the source
GP-125
Page 1591 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
or as directed. Install in a traffic rated valve box per section 590-2.05 .
590-2.05 valve Box
To be polymer concrete with fiberglass reinforcement with a minimum. "Tier 15" or Tier 22 traffic
rated cover, embossed with the word `Irrigation", as certified by the manufacturer. Recommended
manufacturers are CDR systems Corp., Ormond Beach Florida and Quazite, Lenoir City,
Tennessee, or accepted equal. Optional sizes shall be a minimum of 1 S" x 12 "x 12" or 1 S"
18"x12" or larger if more than 1 ACV is to be installed with cover (no metal). The appropriate
valve zone numbers shall be tagged or stenciled on the underside of the lids. Color of valve box to
correspond with type of water used.
590-2.06 Sprinkler Heads
A. Quick Coupler valves: Quick coupler valves shall be two-piece heavy duty brass with locking
vinyl cover. Rainbird Model #3 3 DL RC or accepted equal to be used where specified on the
drawings. Provide (2) Model 2049 cover keys with (2) swivel hose ell adapters, Model SH-G
or those suitable for use with equal manufacturer. Any quick -couples used with reclaimed
water or surface water must be permanently labeled "Do Not Drink" in English and in Spanish.
B. Sprinkler Heads: Toro 570Z PRX, or accepted equal shall be provided where specified on the
drawings. Rotor heads shall be Hunter I-20 with stainless steel risers, K-Rain Pro -Plus, Toro
Ez Adjust, or accepted equal. All heads located on slopes shall be equipped with a Check
Valve Seal.
C. Bubbler Heads: Bubbler heads shall be adjustable with a full circle delivery pattern. Rainbird
1300 A-F, Toro 514-20, Irritrol 533 or accepted equal, shall be provided where specified on
the drawings.
590 - 2.07 Electrical Control wiring
All electrical control wiring shall be OF which has been approved for direct underground burial.
A. Ground/common ,wire shall be American wire gauge size 12.
B. Control wire shall be American wire gauge size 12, or as specified on the drawings.
C. Electrical control wire Two -Wire system cable decoder cables between the controllers and
the decoders shall be Hunter 1 D 1 GRY, 1 D 1 PUR, 1 D 1 YWL, 1 D 1 GRG, 1 D 1 BLU and/or
1 D 1 TAN Twisted Blue and Red insulated solid copper conductors, 14 Gauge, 1412 AWG
GP-126 Page 1592 of 2350
Agenda Item #24.
GENERAL PROVISION
A..I .A Paige P7313D Direct Burial Decoder Cable Part Number 1701116RB with high
density polyethylene insulation as manufactured by Paige, Two -Wire Control System wiring
between the single decoders and the zone valve shall be 1412 AWG Paige DTS Cable.
D. Insulation shall be 075" thick minimum covering for positive waterproof protection of 1412
AWG.
E. waterproof 3 M DBY and DBR-6 wire connectors shall be used for all wire connections per
the details.
590-2.08 Pump Station
A. Pump shall be as specified on the drawings.
1. Submersible pump requires the following:
a. A cased well of appropriate size and depth as specified on the drawings to accept the
specified pump and motor (see well Specifications).
b. A submersible pump and motor as specified in the drawings ranging from 2 HP to 10
HP. Pump shall be Goulds, Sta-Rites Aerometer or accepted equal to be installed with
a pressure relief valve. Submit performance curves prior to installation.
c. One 6" thick concrete, below -ground vault, Model #PB4848-48 by aldcastle Precast,
Inc., or accepted equal. Required inside dimensions shall 48" x 48" x 48" deep. vault
shall have a concrete bottom containing drain hole(s) and an Aluminum 48" x 48"
cover. 300 PSF load rating, Model #ADP3 00 by U. S.F. Fabrication, Inc., or accepted
equal. The vault shall be core drilled as necessary to connect tanks to discharge pipe
(see Item d below).
d. One rust control tank and one fertigation tank. Tanks shall be 55-gallon capacity, 20"
dia. x 3 8" deep seamless molded plastic, minimum 1 l8" thick, Model # TC203 81A by
Chem Tainer Inc., or accepted equal. Tanks shall have piped connections to two
injector pumps then to the discharge side of the pump. Injector pumps shall be wired
to pump control and be capable of delivering between 10 and 100 parts per million.
Pumps shall be a solenoid driven metering pump by LMI Unidose, Model # U042-281,
or accepted equal.
e. Electrical Equipment shall be mounted on an aluminum, unistrut rack (3" x 1'-4" U-
Channel uprights with 2" x 1! 4" L - Channel cross braces) . The rack shall contain the
GP-127
Page 1593 of 2350
Agenda Item #24.
'GENERAL PROVISIONS
irrigation controller and motor control/starter in a NEMA 4x enclosure, injector pumps
(see Item d above) and a NEMA 4x circuit breaker panel With manual shut-off. A rain
switch, Rainsensor series # RS 100o by IM*trol, or accepted equal shall be required.
Connection from the irrigation controller to the rain switch shall be via a conduit
adapter mounted on a pole, per code, or through the integration of a wireless rain cut-
off. All electrical Work must be performed by a licensed electrician. Electrical service
meter shall be mounted 3 6" above grade on its own uni strut rack at the base of the pole
where the riser has been installed and provided with a 2P3 W Fused NEMA 4x rated
stainless steel Manual Disconnect with UL Class RK-5 Fuses, all sized per applicable
codes for the pump being installed.
f. For pumps 5 HP and larger, an Ames C 1 a Valve, or accepted equal pressure regulating
and pressure sustaining valve, pressure gauge followed by a gate valve, both of the
same size as the main line.
g. A Coast Guardshack cage fabricated from expanded steel, or accepted equal, to enclose
the well head and both valves, mounted on a concrete pad as per the manufacturer's
Specifications.
h. Concrete vaults shall contain sump pumps wired to the power panel. Pumps shall be
1�4 hp, Myers, Model # 525VI, 115 V, or accepted equal. Install PVC discharge pipe
just below grade for a minimum distance of ten feet with a 4" PVC pop-up discharge
blow off cover by ND S or accepted equal.
2. Centrifugal pump station requires the fallowing.
a. A cased well of appropriate size and depth as specified in the drawings (see well
Specifications).
b. A centrifugal pump and motor as specified in the drawings ranging from 2 HP to 10
HP. Pump shall be Flint & Walling with brass impeller (for all 3 hp or smaller pumps),
Goulds, Sta-Rite, Sullivan Electric or accepted equal, to be installed with a. pressure
relief valve and Hot Stop or similar emergency shut-off device. Submit performance
curves prior to installation.
c. Concrete vault as described in Item 2.08-A 1 c above.
d. Rust control and fertigation tanks as described in Item 2.08-A1 d above.
e. Electrical Equipment and mounting as described in Item 2. o8 -A 1 e above.
GP-128 Page 1594 of 2350
Agenda Item #24.
GENERAL PROVISION
f. Pressure regulating valve with a pressure gauge as described in Item 2.08-A1 f above.
g. A pump enclosure, Canal Screens,, Inc., or accepted equal, sized to house the pump and
the pressure regulating valve and gate valve if applicable, set on an aluminum skid and
anchored to a concrete pad of the size recommended by the enclosure manufacturer.
h. A check valve on the intake side of the pump of the same size as the intake pipe installed
either inside or outside of the pump enclosure.
3. Potable, reuse or surface water supplies require the following:
a. Plans shall be submitted to the appropriate water utility for review. Contractor shall
pay any plan review fees. Palm Beach County will arrange for water service and tap,
and will pay any service initiation fees.
b. An RPZ backflow preventer, as accepted by Palm Beach County Water Utilities
Department, Ames Cla Valve or accepted equal, pressure regulating and pressure
sustaining valve, pressure gauge followed by gate valve installed by a licensed plumber
beyond the water meter.
4. when reclaimed water is used, the requirements are the same as those for potable water,
except that a check valve shall be installed instead of the RPZ backflow preventer.
5. when the water source is surface water such as a lake or canal, the requirements are the
same as those for a centrifugal pump station except for the well. In addition, the suction
pipe shall be fitted with a Plum Creek, Aqua Queen or accepted equal, self-cleaning intake
screen installed as per manufacturer's Specifications.
B. Pipes, valves, fittings, etc., shall. be galvanized steel in sizes and locations as shown on the
Plans. No PVC shall be used above ground.
590-2.09 Controller
Shall be Sentinel Field Satellite as manufactured by Toro, or accepted equal, in stainless steel wall -
mounted cabinet, mounted on an aluminum unistrut (see Item 2. o 8-A I e above). Provide an
additional 120V, 15 AMP electrical outlet for auxiliary power and a Data Industrial Model IR-PR
flow sensor (size determined by size of mainline). Flow sensor shall be located as indicated in
details within a 11 " x 11 " x 1891 polymer concrete box with fiberglass reinforcement and fitted
with a locking traffic rated cover. Provide each satellite controller with a hand held radio and radio
GP-129
Page 1595 of 2350
Agenda Item #24.
` GENERAL PROVISIONS
port, one surge protection board, antenna or Aircard, U.L. approved ground rod/plate protection
(separate grounding protection is required from the pump station) and pump start. Contractor shall
be responsible for hook up and verification of positive connection to Central Controller. Pump
controls shall be mounted on aluminum unistrut with fused shut-off, meter and rain sensor.
Electrical service shall be U.L. approved, installed by a licensed electrician and provided with a
molded breakaway plug and connector installed in a traffic rated approved in ground pull box.
Toro Sentinel "water Management System" central controller, or approved equal. This unit shall
communicate with the central, and have a mother -board and one 96 Station daughter-bc)axd which
is compatible with a two -wire communication path with Toro ISP decoders.
For information and prices, contact Hector Turf at (954)429-3200.
590-2.10 Communication Tower
Shall be a freestanding tripod G-25 by ROHN, or accepted equal, with 12" spacing. Antenna shall
be installed per manufacturer's directions in the location indicated in the Plans or as directed by
Department. personnel. The number of sections required to provide positive communications shall
be determined at the time of installation.
590-3.00 Execution
590-3.01 Surface Conditions
A. Inspection
1. Prior to all irrigation work, the Contractor shall carefully inspect the installed work of all
other trades and verify that all such work is complete to the point where this installation
may properly commence.
2. The Contractor shall coordinate work with electrical and paving Contractors, as needed.
3. The Contractor shall verify that irrigation system may be installed in strict accordance with
all pertinent codes and regulations, the original designs, the referenced standards, and the
manufacturers' recommendations.
4 _ The Contractor shall call Sunshine State One -Call of Florida, Inc. at 1-800-432-770 to
verify utility locations at least 48 hours prior to digging. The Contractor shall be
responsible for contacting or locating other utilities. The Palm Beach water Utilities
Department also must be contacted at (561) 641-3429, or the appropriate water utility
GP-130 Page 1596 of 2350
Agenda Item #24.
GENERAL PROVISIONS
having jurisdiction over the project area, to verify locations and depths of underground
utilities.
5. If the irrigation system is damaged as a result of improper construction or coordination on
the part of the Contractor, the damage shall be repaired by the Contractor at no expense to
the Department.
B. Discrepancies
1. In the event of a discrepancy, the Contractor shall immediately notify the Department.
100% coverage and 100% overlap is required regardless of any site changes.
2. The Contractor shall not proceed with the installation in areas of discrepancy until such
discrepancies have been fully resolved in writing by the Department.
590-3.02 Field Measurements
The Contractor shall make all necessary measurements in the field to insure precise fit of items in
accordance with the Specifications found in the drawings. The final layout of the project must be
approved by the Department before any work commences.
590-3.03 Trenching and Backfilling
A. Trenching for plastic pipe shall be excavated to sufficient depth and width to permit proper
handling and installation of pipe and fittings. The backfill shall be thoroughly compacted and
leveled off to adjacent soil level. The backfill shall contain no lumps or rocks larger than 3
inches. The top six inches of backfill shall be free of rocks larger than I", subsoil or trash.
Pipe trench shall be sodded if placed in an existing sodded area and shall not settle after
backfilling.
B. Minimum Depth of Cover:
1. The minimum depth of cover for main lines shall be 24" with a layer of Line Guard
installed at a depth of 6".
2. For lateral lines on the discharge side of the E.R.C.V., minimum depth of cover shall be
18"
3. For Line Guard (main limes only), minimum depth of cover shall be G".
GP-131
Page 1597 of 2350
Agenda Item #24.
4. Requirements of the FD OT Utility Accommodation Manual and the specific Utility Permit
Conditions shall take precedence over the above standards for work in state Roads
590-3.04 Installation of Piping
A. Inspection of Pipe and Fittings
The Contractor shall carefully inspect all pipe and fittings before installation, removing all dirt,
scale, and burrs, and reaming as required. Install all pipe with all markings up for visual
inspection and verification.
B. The Contractor shall coordinate Work with site Contractor to locate sleeves of size and
location as shown on the drawings.
C. Plastic Pipe
1. The Contractor shall exercise care in handling, loading, unloading, and storing plastic pipe
and fittings; store plastic pipe and fittings under cover until ready to install; transport plastic
pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid bending
and concentrated external load.
2. The Contractor shall repair all dented and damaged pipe by cutting out the dented or
damaged section and rejoining with a coupling.
3. In joining, use only the specified solvent and make all joints in strict accordance with the
manufacturer's recommended methods. Give solvent welds at least 15 minutes set up time
before moving or handling and 24 hours curing time before filling with water.
4. For plastic -to -steel connections, work the steel connection first; use a non -hardening pipe
dope on all threaded plastic -to -steel connections and use only light wrench pressure.
D. Galvanized Pipe
1. Make all cuts to galvanized pipe square with all cuts thoroughly reamed and all rough edges
or burrs removed.
2. Male all pipe threads sound, clean-cut, and well fitting.
3. Use pipe dope on male fittings only.
4. Make all screwed joints tight with all the necessary wrenches, but without handle
extensions.
GP-132 Page 1598 of 2350
Agenda Item #24.
GENERAL PROVISIONS
E. Pavement Crossings:
1. Sleeves under decorative paving or sidewalks are to be HDPE or Schedule 40 PVC and
installed at depth of 24".
2. Sleeves under vehicular paving are to be HDPE or Schedule 80 PVC or hot -dipped
galvanized steel with a minimum wall thickness of .23 7" and installed at a depth of 3 6" of
cover on County roads and per the FDCT Utility Accommodation Manual on State roads.
3. Installation under existing pavement is to be by jack and bore or directional bore. Ends of
the bore shall be marked with 3 M detectable `buttons' to assist future locations. Upon
completion of the bores, the Contractor shall provide documentation of the bore
construction by means of bore logs and in addition, on State Roads, plan and profile sheets.
Any pavement, curb, sidewalk, or other surface damaged during boring shall be replaced
to Palm Beach Department and F.D.o.T. Specifications.
4. The contractor shall provide the GPS State Plane Coordinates for location of all landscape
irrigation sleeve (Both Active & Abandoned) ends and provide plan, & profile as-built's,
bore logs, and install 3 M Electronic markers at the sleeve ends during construction
590-3.05 Installation of Equipment
A. Manual Control Valves and Electric Remote Control Valves
The Contractor shall install manual and electric remote control valves in control boxes where
indicated on the drawings, a minimum of 18" from back of curb, in accordance with the
manufacturer's recommendations.
B. Motor, Pump, Pressure Control Valves, Check Valves and Main Shut-off Gate Valves
Install where indicated in the drawings, in accordance with drawings and with manufacturer's
recommendations.
C. Air Relief Valves
Install where indicated on the drawings at highest elevation, in accordance with manufacturer's
recommendations.
D. Pressure Relief Valves
GP-133
Page 1599 of 2350
Agenda Item #24.
' GENERAL PROVISIONS
Install where indicated in the drawings, in accordance with drawings and with manufacturer's
recommendations.
E. Sprinkler Heads
Installation of Irrigation Heads: Heads shall be placed to finished grades. Locate sprinkler
heads a minimum of 12" from back of curb. Upon installation heads shall be flagged by
colored markers for positive identification in field. Prior to operation of heads, the Contractor
will lay an area 2' x 2' of sod around each head. Sod shall be laid so that it is even with the
finished grade. Heads must be firmly set so as to withstand being driven over with soft tire
Equipment without damage. Rotor heads require swing joint assemblies.
F. Thrust Blocking
1. In general, thrust blocks are required on the main line at the following locations
a. where the pipe changes direction of the water (i.e., ties, elbows, crosses, wyes and
tees).
b. Where the pipe size changes (Le., ties, elbows, crosses, wyes and tees)
c. At the end of the pipeline (i.e., caps and plugs).
d. Where there is an in -line valve.
2. Blocks shall be concrete, having a calculated compressive strength of 3,000 psi. Install as
shown on details.
G. Controllers
The Contractor shall install controllers at locations as shown on plan according to
manufacturer's recommendations.
H. Lightning Arrestor
The Contractor shall install an arrestor at each controller location shown on the plans to provide
lightning protection on both primary and secondary sides of all controllers in accordance with
Article 250 of the National Electrical Code (NEC.) Grounding, bonding, and shielding
components will include the items described in the following paragraphs, at a minimum.
EARTH GROUNDING
GP-134 Page 1600 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Use grounding electrodes that are UL listed or manufactured to meet the minimum requirements
of Article 250-52 of the 2002 edition of the NEC. At the very minimum, the grounding circuit
will include a copper clad steel ground rod, a solid copper ground plate and 100 pounds of
PowerS etO earth contact material, as defined below and per the following detail. This detail is the
minimum requirement for supplementary grounding of any electronic equipment. Other details,
for a multitude of field situations, are available form the American Society of Irrigation
Consultants, ASIC Guideline 100-2002 (www.asic.org,, "Design Guides".)
COPPER GROUND
PLATE -
B AWG SOLID BARE
COPPER WIRES
TOP VIEW
70,
GROUND ROD �~
CONTROLLER
PLASTIC SWEEP ELL
(1 112" OR LARGER)
w
CONCRETE
PA❑
6 AWG SOLID BARE COPPER GROUND
COPPER WIRES PLATE
.qini= \/iPXA/
CADWELD
CONNECTION
i
1
12 to
r
7 T 3011
z
e5
IL
1
EARTH CONTACT
MATERIAL
GROUND ROD
Ground rods are to have a minimum diameter of 5/8" and a minimum length of 10 feet. These are
to be driven into the ground in a vertical position or an oblique angle not to exceed 45 degrees at
a location 10 feet from the electronic equipment, the ground plate, or the wires and cables
connected to said equipment, as shown in the detail above. The rod is to be stamped with the UL
logo [Paige Electric part number 182007.] A 6 AWG solid bare copper wire (about 12 feet long)
shall be connected to the ground rod by the installer using a Cadweld GRl 161 G "One -Shot'
GP-135
Page 1601 of 2350
Agenda Item #24.
GENERAL PROVISIONS
welding kit [Paige Electric part number 1820037.] This wire shall be connected to the electronic
equipment ground lug as shown in the detail above.
The copper grounding plate assemblies [Paige Electric part number 182199L] mustmeet the
minimum requirements of Article 250--52(d) of the 1999 NEC. They are to be made of a copper
alloy intended for grounding applications and will have minimum dimensions of 4" x 96"
0.0625". A 25-foot continuous length (no splices allowed unless using exothermic welding
process) of 6 AWG solid bare copper wire is to be attached to the plate by the manufacturer using
an approved welding process. This wire is to be connected to the electronic equipment ground lug
as shown in the detail of page 1. The ground plate is to be installed to a minimum depth of 30",
or below the frost line if it is lower than 30", at a location 8 feet from the electronic equipment and
underground wires and cables. Two 50-pound bags of PowerSet° [Paige Electric part number
1820058] earth contact material must be spread so that it surrounds the copper plate evenly along
its length within a 6" wide trench. Salts, fertilizers, bentonite clay, cement, coke, carbon., and other
chemicals are not to be used to improve soil conductivity because these materials are corrosive
and will cause the copper electrodes to erode and become less effective with time.
Install all grounding circuit components in straight lines. when necessary to make bends, do not
make sharp turns. To prevent the electrode -discharged energy from re-entering the underground
wires and cables, all electrodes shall be installed away from said wires and cables. The spacing
between any two electrodes shall be as shown in the detail of page 1, so that they don't compete
for the same soil.
The earth -to -ground resistance of this circuit is to be measured using a Megger°, or other similar
instrument, and the reading is to be no more than 10 ohms. If the resistance is more than 10 ohms,
additional ground plates and PowerSetO are to be installed in the direction of an irrigated area at a
distance of 10', 125
3 143, etc. It is required that the soil surrounding copper electrodes be kept at a
minimum moisture level of 15% at all times by dedicating an irrigation station at each controller
location. The irrigated area should include a circle with a 10-foot radius around the ground rod
and a rectangle measuring 1-foot X 24-feet around the plate.
All underground circuit connections are to be made using an exothermic welding process by
utilizing products such as the Cadweld "one -Shot" kits. Solder shall not be allowed to make
connections. In order to ensure proper ignition of the "One -Shot", the Cadweld T-320 igniter must
be utilized [Paige Electric part number 1820040.] The 6 AwG bare copper wires are to be
installed in as straight a line as possible, and if it is necessary to make a turn or a bend it shall be
done in a sweeping curve with a minimum radius of 8" and a minimum included angle of 90°.
Mechanical clamps shall be permitted temporarily during the resistance test process, but are to be
replaced with Cadweld "One -Shot" kits immediately thereafter.
GP-136 Page 1602 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Proof of effectiveness of lightning arrestor shall be in accordance with manufacturer's guidelines.
A maximum of 10 ohms of resistance is allowable.
I. Backflow Preventer
RPZ Backflow Preventer shall be installed by licensed plumber in a location approved by the
appropriate water utility department.
590-3.06 Electrical Control Wiring
A. Installation of electrical control cable shall be of the size specified and shall be taped to the
bottom of the main line. Expansion joints in the wire to be provided at 200-feet intervals by
making 5 to 6 turns of the wire around a piece of 1/2" pipe. where it is necessary to run wire
in a separate trench, the wire shall be within a PVC sleeve and have a minimum cover of twelve
(12)inches.
B. All wire connections at remote control valves, within valve boxes, and at all wire splices, shall
be left with a 6' minimum "slack" so that in case of repair, the valve bonnet or splice may be
brought to the surface without disconnecting the wires. waterproof splice to be Rainbird or
equal
C. All pump station wiring shall be done by a licensed electrician.
D. All electric control wire shall be sized as recommended by the controller, valve, Two -wire
control system and grounding manufacturer, except as otherwise specified. It shall be encased
in an orange 1-1/4" HDPE pipe conduit installed in the piping trenches wherever possible and
be placed along side of the main line. All Two -wire cable between decoders/electric wire
boxes, along the entire wire paths and into the bottom of the controller or control wire junction
box at edge of the pump station shall be encased in the orange HDPE pipe conduit.
E. At all wire connections at remote control valves, decoders and at all wire splices, the wire
shall be left with sufficient slack so that in case of repair the valve bonnet, decoder or splice
may be brought to the surface without disconnecting the wires. See Zone Valve/Decoder
Wiring/Grounding Detail for lengths (30"-60"). All splicing of wire shall take place in valve
boxes. All splicing of wires shall be made using UL listed waterproof wire connectors as
recommended by the wire manufacturer and per the valve and decoder details which specify
3M BDY and DBR-6 waterproof wire connectors.
F. Each remote control valve shall be connected to a single station decoder shall have wire sizes
and coded colors per the Zone Control valve/Decoder Wiring/Grounding Detail and as
GP-137
Page 1603 of 2350
Agenda Item #24.
GENERAL PROVISIONS
recommended by the manufacturer, except as otherwise specified. All decoders, which are
connected to the same controller, shall be connected to the Two -Wire path Control System
using Decoder Wire, which shall be Hunter 1 D 1 GRY, 1 D 1 PUR, 1 D 1 YWL, 1 D 1 org,1 D 1 tan
Twisted blue and red insulated soild copper conductors, 14 Gauge, 1412 AWG Paige P7313D
Direct Burial Decoder Cable part Number 17011 6RB with high density polyethylene
insulation as manufactured by Paige. Each individual controller shall have a separate Two -
Wire Pathls wire control system entirely independent any wire system of all other controllers.
Only those remote control valves, which are being controlled by one specific controller, shall
be connected to that controller's two -wire control system.
G. Two -Wire Control System wiring between the single decoders and the zone valves shall be
1412 AWG Paige DTS Cable, color coded with each pair being different colors than the other
solenoid wires within the group of solenoids per the Zone Control Valve/Decoder
Wiring/Grounding Detail. The decoders shall be installed in a Gray rectangular valve box
with ."Electric" logo per the Remote Control Valve/Decoder Wiring/Grounding Detail.
590-3.07 Testing and Inspection
A. Closing in Uninspected Work
The Contractor shall not allow or cause any of the irrigation Work to be covered or enclosed
until it has been inspected, tested, and approved by the Department. Any Work which has been
covered shall be exposed for inspection.
B. Flushing
Before backfilling the main line, and with all control valves in place before lateral pipes are
connected, completely flush and test the main line and repair all leaks; flush out each section
of lateral pipe before sprinkler heads are attached.
C. Testing
1. Make all necessary provisions for thoroughly bleeding the line of air and debris.
2. Before testing, fill the line with water for a period of at least 24 hours.
3. After valves have been installed, test all main lines for leaks at a pressure of 10 o psi for a
period of 4 hours with all couplings exposed and with all pipe sections center -loaded. No
more than S psi loss will be acceptable.
GP-138 Page 1604 of 2350
Agenda Item #24.
GENERAL PROVISIONS
4. Furnish all necessary testing Equipment and personnel.
5. Correct all leaks and re -test until accepted by the Owner.
D. Final Inspection:
1. The Contractor shall thoroughly clean, adjust and balance all systems.
2. The Contractor shall demonstrate the entire system to the Department, proving that all
remote control valves are properly balanced, that all heads are properly adjusted for radius
arc of coverage and overspray, and that the installed system is workable, clean, and
efficient. No irrigation water shall enter the Roadway.
590-3.08 Instructions
A. Remote Control Legend: Attach a typewritten legend inside each controller door that states
the areas covered by each remote control valve.
B. Maintenance Personnel: After the system has been completed, inspected and approved, the
Contractor shall instruct the Owner's maintenance personnel in the operation and maintenance
of the irrigation system.
C. Provide all manuals, product literature, Warranty Certificates, keys, etc. to the Department -
Streetscape Section.
590-3.09 Plans
Substantial deviations from piping layout (2' or more) shall be recorded as Work progresses and
an as -built plan of the sprinkler system shall be furnished to the Owner as a condition of completion
of work. Forward all bore logs and profiles, tests results and permit copies to the Department -
Streetscape Section.
590-3.1 o Guarantee
All equipment, material, and labor shall be guaranteed by the Contractor for a period of one (1)
year after substantial completion of the project. Any defects found, either in Materials or
workmanship, during the period shall be immediately corrected at the Contractor's expense.
590 3.11 Basis of Payment
GP-139
Page 1605 of 2350
Agenda Item #24.
GENERAL PROVISIONS
Irrigation system shall include all labor and material cost to install and restore a fully functional
irrigation system, provide and install ground rod protection to the satellite controller(s) and pump
station(s). Cost shall include the protection and rehabilitation of any existing wells and service
points, establishing service points, satellite controllers, pump stations and wells as indicated in the
Plans and per Palm Beach County Streetscape Section's Specifications, or approved equals. Cost
shall include the integration of the system into the central universal interface software program
operated by the Palm Beach County streetscape section including all designated frequencies and
the providing of manuals, keys, hand held remotes (two per installed station) and ancillary items
required for a fully functional irrigation system with 100% coverage and 100% overlap. Irrigation
system shall be paid as a LUMP SUM basis.
END OF SECTION
SECTION 595
IRRIGATION WELL CONSTRUCTION
SECTION 595 IS ADDED To THIS SPECIFICATION
595-1.00 General
595-1.01 Related Documents and General Conditions
Drawings and General Provision of Contract, including General Supplementary Conditions apply
to Work of this Section. The Contractor shall keep a copy of all Contract Documents on -site at all
times including drawings, all Specifications and Codes mentioned above, and copies of all logs,
and correspondence. All Work shall be done in accordance with all applicable ordinances, laws,
codes and regulations. Any changes required by these ordinances, laws, codes and regulations
shall be made at no additional expense to the Owner.
595-1.02 Scope of Work
The Work covered by this Section of the Specifications shall include, but not be limited to, the
following:
A. All labor, Equipment, material, and operations necessary for construction, development, and
testing of the proposed 5" well (see SECTION - 590 IRRIGATION SYSTEM
CONSTRUCTION SPECIFICATIONS).
B. All labor and Materials necessary to connect 5" well to a specified pump (see SECTION - 590
IRRIGATION SYSTEM CONSTRUCTION SPECIFICATIONS).
C. Drill well to a depth as necessary to achieve the requ10
ired water flow and water quality.
GP-140 Page 1606 of 2350
Agenda Item #24.
GENERAL PROVISIONS
D. The Contractor shall apply for and pay for all permits and licenses required for execution of
the work. Any required signatures by Department officials will be provided. The Contractor
shall arrange for, and be present during, all required inspections. Any required additional work
or Materials resulting from inspections under the above permits shall be provided at no cost to
the Owner.
595-1.03 Quality Assurance
A. The Contractor shall inspect the site to determine conditions to be encountered during
construction noting all existing and for proposed utilities (see SECTION--590 IRRIGATION
SYSTEM CONSTRUCTI0N SPECIFICATIONS for underground utility location
procedures).
B. The Contractor shall be responsible for any damage that occurs as a result of the construction.
This shall include, but not be limited to, the owner's property, underground utilities, and
vehicular traffic. The Contractor shall keep the work area neat and orderly, continually
removing rubbish, waste material and temporary structures.
C. Protecting Water Quality
Take precautions to prevent contaminated water or water having undesirable physical or
chemical characteristics from entering the stratum from which well is to draw its supply.
Prevent contaminated water, gasoline, etc., from entering well, either through the opening or
by seepage through ground surfaces.
If well becomes contaminated or water having undesirable physical or chemical characteristics
enters the well due to neglect, provide casings, seals, sterilizing agents or other Materials to
eliminate contamination or shut off undesirable water. Provide remedial Work at no cost to
the Owner.
Exercise care in performance of work to prevent breakdown or caving -in of strata overlaying
that from which water is to be drawn. Develop, pump or bail well until water pumped from
the well is substantially free from sand.
Protect work to prevent either tampering with the well or entrance of foreign matter during
well development. Upon completion, provide a temporary well cap.
D. Driller's Requirements: An experienced foreman or driller who has authority to take orders
from the Department is to be constantly in control of the well site. Upon request, the driller
shall furnish well drilling information desired by the Department.
E. The Contractor shall guarantee the water well for one (1) year from the date of initial
acceptance by the Department. This shall include all material, workmanship, and well
performance.
GP-141
Page 1607 of 2350
Agenda Item #24.
GENERAL PROVISIONS
595-1.04 Abandonment of Drilling
A. If it becomes necessary to abandon drilling operations before completion of a water producing
well, the Contractor shall follow all regulations for abandonment of the well as required by
local authorities having jurisdiction.
B. Should abandonment of drilling be necessary due to poor workmanship or negligence on the
part of the Contractor, no compensation will be allowed.
C. Should abandonment of drilling be necessary due to inadequate water supply or for another
reason that is deemed to be no fault of the Contractor by the Department, payment for the Work
shall be based upon the actual vertical footage completed and shall be paid at the Contract Unit
Price for Additional Well Depth In Excess Of Base Depth, or as agreed upon.
595-1.05 Submittals
A. Prior to starting construction of the well, the Contractor shall submit to the Department for
approval an estimated schedule of the Work to be accomplished and a description of the
methods and Equipment to be used during construction. The description shall include methods
he will use to drill, develop and test the well.
B. The Contractor shall keep accurate logs of the irrigation well and samples of Materials drilled
through. Take samples of substrata formation at ten foot intervals and/or changes in formation
throughout the entire depth of the well.
Provide the following information to the Department for record purposes:
1. Casings: Diameter, thickness, weight per foot of length, depth below grade.
2. Pumping Test: Static water level, maximum safe yield, drawdown at a maximum yield.
3. Drilling Log: Log indicating strata encountered.
4. Alignment: Certification that the well is aligned and plumb within specified tolerances.
The Contractor shall keep an accurate record of the order, number, size and length of the
individual pieces of pipe as assembled in the well. The records shall be delivered to the
Department upon completion of the Work.
C. The Contractor shall provide to the Department a physical and chemical analysis of water from
the finished well. Mahe the analysis, certified by an approved testing Laboratory, in
accordance with local requirements, to include the following: total dissolved solids, silica,
iron, pH, sulfur, chloride, and salt content.
5952.00 Products
GP-142 Page 1608 of 2350
Agenda Item #24.
GENERAL PROVISIONS",
595-2.01 Materials
A. Casings
The irrigation well casing shall be new black steel pipe, Schedule 40, minimum of 6" opening,
or as specified in the drawings. The joints may be welded or threaded coupling.
B. Grout
Grout shall be ANSIIASTM C150, type shall suit project conditions.
595-3.00 Execution
595-3.01 Well Construction
A. Annular space shall be continuously filled with grout, with process being completed in a single
operation. Subsequent Work in the well, such as drilling or other operations, shall be
suspended for 72 hours after grouting of casing. The only exception shall be when quick -
setting cement is used, when Work may proceed after 24 hours.
B. Install permanent casing with a temporary well cap. Installation of the well cap shall be
coordinated with the pump system installer.
C. The well shall be of sufficient size to produce a continuous supply of water at an acceptable
quality and specified capacity.
D. If subterranean formations/conditions require, the well shall be supplied with an alternate
gravel pack with 20' minimum of stainless steel slotted screen and TREMI piped gravel pack.
595-3.02 well Development
A. The well shall be developed by such methods that will effectively extract, from a water bearing
formation, the maximum practical quantity of sand, drilling mud and other fine Materials in
order to bring the well to maximum yield per foot of drawdown and to a sand -free condition.
This Work shall be performed in a manner that does not cause any undue settlement or
disturbance of the strata above the water bearing formation, nor disturb the seal around the
well casing, thereby reducing the sanitary protection otherwise afforded by the seal.
B. Development of the well shall continue until water pumped from the well, at a maximum test
pumping rate, is clear and free from sand and other debris that is larger than 0.03 0" in diameter.
The water shall be considered sand -free when no samples taken during the test pumping
contain more than 2 parts per million of suspended solids per weight. The Contractor shall
submit to the Department certification from an approved testing Laboratory that indicates the
results of the "Non -Filterable Residual" (total suspended solids) test, as specified in the EPA
Manual, Section 160.2. A sufficient amount of water to insure a detection limit of less than 2
PPM (mg/L) must be filtered.
GP-143
Page 1609 of 2350
Agenda Item #24.
GENERAL PROVISIONS
595-3.03 Testing of Well for Plumbness and Alignment
A. Set casing plumb and true to line. At a minimum, tests for plumbness and alignment shall be
made after construction of the well and before its acceptance. Additional tests may be required
during the performance of the Work.
B . Test alignment of the well by lowering a pipe approximately 40 feet in length to a depth of 90
feet. The pipe used for the alignment test shall be not more than Y2" smaller in diameter than
the portion of casing or hole being tested at the time. The pipe must pass freely through the
casing or hole.
C. The well casing shall not be out of plumb more than 2l3 of the diameter of the casing per 100'
of length. If the well does not pass this test, the Contractor shall be responsible for repair or
replacement of the well.
595-3.04 Testing Well for Yield and Drawdown
I. Final pumping tests shall be conducted only after the well has been fully constructed, cleaned
out and depth of well accurately measured.
II. A variable capacity test pump shall be provided that has a minimum capacity of the maximum
expected yield at total head equal to drawdown in the well, plus the head loss in the pump
column and discharge piping.
M. The Contractor shall provide enough discharge piping for pumping unit to conduct water to a
point of disposal that will avoid a nuisance or endangerment to adjacent property. Provide and
maintain any Equipment needed for measuring flow of water such as a weir box, orifice or
water meter. The elevation of the water level in the well will then be measured.
Iv. All labor, power and other necessary Materials, Equipment and supplies required to operate
the pumping unit shall be supplied by the Contractor. The final testing for each well shall
consist of four (4) hours of continuous pumping after maximum drawdown has been reached.
After completion of the final test, foreign matter such as sand, stones or other debris shall be
removed from the well by bailing, sand pumping or other approved methods.
V. After the test pump and auxiliary Equipment have been installed, the Department shall be
notified a minimum of 3 days prior to the start of any test pumping. Conduct test pumping as
follows:
1. Record initial water elevations in the well.
2. Start test pump and make adjustments to bring pump to required pumping rate.
3. Record readings of water level in the well and pumping rate at 30 minute intervals.
4. Water samples shall be taken for analysis at the beginning and at the end of the pump test.
GP-144 Page 1610 of 2350
Agenda Item #24.
GENERAL PROVISIONS
V1. Upon completion of the pumping test, record the returning levels in the well at 15 minute
intervals until 95% of the well capacity is reached. Prepare notations so that a curve of the
recovery rate may be plotted.
VII. Provide all test results and other required submittals to the Department.
595-3.05 Disinfection of Well
A. Use disinfection procedures as required by local government agencies. The Well must be
cleaned of foreign substances after all development Work has been completed and it has been
satisfactorily tested. Casings should be swabbed, using alkalis if necessary, to remove foreign
substances.
B. The well shall be disinfected With a chlorine solution of sufficient strength to provide a
minimum chlorine to water ratio of 100 parts per million within the Well. The chlorine solution
shall be introduced into the Well using gravity, pump or drop feeder. A contact period of 24
hours shall be attained; then the well shall be pumped until the chlorine residual is less than
0.2 parts per million.
END OF SECTION
SECTION 800
SPECIAL CONDITIONS — ASBESTOS —
PROCEDURES FOR DEMOLITION OF STRUCTURES -�
ASBESTOS MATERIAL REMOVAL
SECTION 8001 S ADDED TO 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 1 OF 3: ASBESTOS NOTIFICATION
Federal and state asbestos regulations require, prior to demolition of structure:
1. An inspection for asbestos -containing Materials (ACM)
2. Removal of specified ACM, and
GP-145
Page 1611 of 2350
Agenda Item #24.
GENERAL PROVISIONS
3. An asbestos notification of demolition received at least ten (10) business days prior to
demolition.
To meet requirements # 1 and #2 above, the Department has surveyed the structure (s) in this
Bid/Work order for the presence of ACM and every effort has been made to remove Regulated
Asbestos -Containing Material (RACM) and Category II 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 department overseeing this Bid/Work Order, or the Department's Risk
Management 1 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 43 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 dadls prior to demolition. The forms are available
from the Florida Department of Environmental Protection (DEP) and Loss Control.
SEND ORGINAL To:
Asbestos Coordinator
Florida Dept. of Environmental 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 3 3 416-1229
Fax: 561-233-5440
The Contractor must immediately notify the Project Manager of the County department overseeing
the project and Loss Control [phone 561-23 3 -543 0] 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 timeframes.
The Contractor is responsible for physically checking the structure(s) before submitting the
NESHAP notification to ensure that all RACM and Category II ACM, as identified in the pre -
demolition asbestos inspection report, have been removed. If RACM or Category II ACM is
discovered, or is in poor condition (i.e. not intact), immediately contact the Department's Project
Manager or Loss Control.
SECTION 2 OF 3: WORK PRACTICES
Compliance with the following regulations is the demolition Contractor's responsibility:
1. Environmental Protection Agency (EPA) NESHAP 40 CFR Part 61 Subpart M — rational
Emission Standard for Hazardous Air Pollutants, updated August 2004;
GP-146 Page 1612 of 2350
Agenda Item #24.
GENERAL PROVISIONS
2. Occupational Health and Safety Administration (OSHA) Construction Industry Standard, 29
CFR 1926.1101;
3. EPA "A Guide to formal Demolition Practices Linder the Asbestos NESHAP". September
1992;
4. Asbestos NESHA.P "Adequately Wet Guidance", December 1990; and
5. OSHA Standard Interpretation, dated August 13, 1999, "Requirements for demolition
operations involving Materials containing <1 % asbestos's.
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
SECTION 987
SOIL LAYER MATERIALS
DELETE SECTION 987 IN ITS ENTIRETY AND SUBSTITUTE THE FOLLOWING.
957-1 Description
All material shall be suitable for plant growth. The organic matter content of the prepared soil
layer after mixing shall be a minimum of 2.5%, a maximum of 10%_ in accordance with FM 1-T
267 and shall have a pH value of 6.0 or greater and less than or equal to 7.5 as determined in
accordance with FM 5-550. The organic matter content shall be created using any of the following
Materials.
987-2 Materials
Prepared soil la}rer Materials may be obtained fi om either, or a combination of the following
sources
(1) Excavation within the limits of construction on the project. Such material may be stockpiled
or windrowed on the project in areas approved by the Engineer.
OP-147
Page 1613 of 2350
Agenda Item #24.
GENERAL PROVISIONS
(2) Designated borrow pits for the project.
(3) From other sources of organic soil Materials provided by the Contractor.
987-2.1 organic Soil
This may consist of muck, mucky peat and peat and shall have an organic matter content of 30%
or more if the mineral fraction is more than 50% clay, or more than 20% organic matter if the
mineral fraction has no clay.
987-2.2 Blanket Material
Meet the material classification shown on the Plans and Design Standards, Index No. 505.
987-2.3 Compost
Meet the requirements of Florida Department of Environmental Protection Rule 62.709.550 Type
Y (yard waste), Type YM (yard waste and manure), Type A (municipal solid waste compost) or
Rule 62.640.850 Type AA (composted biosolids) and have unrestricted distribution.
987-2.3.1 Compost for Use as a Soil Amendment
If the electrical conductivity (EC) value of the compost exceeds 4.OdS (mmhos/cm) based on the
saturated paste extract method, the compost shall be leached with water prior to application.
987-2.3.2 Compost for Use as a Mulch
The compost shall contain no foreign matter, such as glass, plastic or metal shards. The compost
shall be slightly coarse to coarse in nature (over half of the solids shall be from particles 112 inch
in size and no greater than 6 inches). Preference shall be given to compost or mulch made from
uncontaminated woody waste Materials.
END OF SECTION
GP-148 Page 1614 of 2350
Agenda Item #24.
DRIVEWAY CONSTRUCTION RELEASE
The Contractor shall have -the included "light 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 SPECIFICATIONS
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 other Work that may be required
to complete driveway construction.
ICE-1 Page 1615 of 2350
Agenda Item #24.
RIGHT OF ENTRY AND RELEASE AGREEMENT
FOR ROAD AND DRIVEWAY CONSTRUCTION
PROJECT NAME:
PROJECT NO.:
PROPERTY ADDRESS:
PROPERTY OWNER:
CONTRACTOR:
THIS AGREEMENT entered into this
Beach COUNTY (hereinafter
day of 5 20 , by and between Pahn
referred to as COUNTY), its Contractor and
(herein referred to as OWNER), provides as follows:
WHEREAS, the COUNTY is desirous of completing the construction of
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 hand 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)
WITNESS (Print Name)
OWNER/AGENT (Signature)
OWNER/AGENT (Print Name)
DE-2 Page 1616 of 2350
Agenda Item #24.
PERMITS
The Contractor is advised that the fallowing pages one copies of the applicable pe�rnits far this project. If a permit
document includes copies of plan sheets, those pages may not be included herein, but are available from the
- - ent upon request or from the pennitting-agency
All general and special conditions reTired by specific pennit(s) shall be executed accordingly and it is the
Cantrwtor's responsibility to ensure compliance vvxth said conditions.
Any permits requ m4ong "as -buff" information and/or certification shall be prepared by a professional engineer or land
surveyor licensed in the state of Florida and shall be the responsibility of the Contractor.
Tlie Contractor is responsible for assluing the completion of appropriate construction certifications, and submittal of
the construction completion certifications to pemzitbng agencies as required by each pemlit referenced m these
documents.
All costs associated with meeting said requirement, if not included in a bid item, shall be incidental to the Project and
no compensation, either monetary or time, shall be considered.
The Contractor agrees that the entirety of the permits listed below
shall govern.
Contract Permits
Location of hill Permit
PermitNumber Permitting Agency
Documents
TBD TBD TBD
PER-1 Page 1617 of 2350
Agenda Item #24.
Form J-EBO v.4
OEBU PARTICIPATION EVALUATION FORM
DATE SENT: October 31, 2022 CONTRACTS MANAGER: Holly Knight
PROJECT #: 2023663 PROJECT NAME:
Pathway-& Minor Construction CSC
USER DEPARTMENT: Engineering SOLICITATION OPENING DATE:
OEBO ESTABLISHED API: 20% SSE subcontracting, of which 5% is MBE (AA and/or HA firms)
SOLICITATION EVALUATION INFORMATION
PRIME IS A PRIME IS
RESPONDENTS CERTIFIED � RESPONSIVE
� S/M/WBE TO API
Wynn & Sons, Inc.
PERCENTAGE OF
S/MIWBE
j UTIL.tZATION
22.51 % 1 20.24% (MBE)
KEYS FOR DETERMINATIONS: (NOTED N THE SOLICITATION EVALUATION INFORMATION TABLE)
(1) YES
(2) N 0
(3) NIA
EVALUATION NOTES:
Wynn & Sons, Inc. is responsive to the API and ES0 requirements.
Evaluated by: Angela Smith, SIBIDS111
r-.
r �
Signature:
Reviewed by: Allen Gray, Manager
Signature:
Date: 10/3 1 /22
Date: 11/1/2022
Page 1618 of 2350
Agen itfitm#24minor t;onstructinn t;ontinuing Services contract
Certification Expiration Bid Amount/Price/Percent:
Status Date
Prime Respondent:
Wynn & Sons Environmental Construction Company. Inc. 1/19/2023 ; $16, 58%544.00 f
Subcontractor/Sub-consultant Name Tw Y _ Supplier
Wynn & Sons, Inc. SBE 1/19/2023
2 0��
Devi a nd Site Paving & Utilities Inc.
Fine Line Striping
J. Rawn Enterprises, Inc.
Odums Sod, Inc.
MBE - 8L
2 13 2023
1 1
❑
SBE
5/29/2024
❑
SBE
1/11/2025
2.13%
❑
SBE - !
1/16/2023
❑
TOTAL SBE PARTICIPATION:
22.5 1 l
TOTAL MBE PARTICIPATION:
20.24%
Evaluation Comments: Wynn & Sons, Inc. is responsive to the API and EBO requirements.
*Wynn & Sons, Inc. provided a Schedule 2 that stated there was an attached bid sheet with various item descriptions for
services they would be provided as an OEBO Certified SBE. However, the Bid Sheet provided in the submittal did not clearly
identify those services. They could not receive credit as an SBE for this review.
Page 1619 of 2350
Pathway and Minor Calculation Page OEBo Compliance Form J v.5 page 2 5
Agenda Item #24.
co
CD
C)
f
cq
C)
C..
0
Z
F- F
—Wi W
c
CL
1 a
z
0 W
W u z
0 0
0 V! u
Ck
W
U
0
M w
W
0 w
CO
z
M
z
H
z
C)
z
0
CO
V
o
[7 a
a �
z
C)
4� r
W
H Z Q
d U 0
J
LU Q
z
D
W z
�b Z
0 W
CL ^�
V
z z
0 0
J J
V)
E
0
O
0
L
as
W I
0 C1r) W
a 0
W U
0
c
z'
J � �
�
W
,
z W J m
Q � Vs
W cc �
W
J W
Q W °°El
z 00
0 C0
Lei CF)
CL W
_ m
W
LU
0
CL z
(3 ui
Z z o
0
u 0 0 u
a
m L) CL 0]
3
0
() O
U. r_
0 a CL
C7 uj
z t
W C) a.
z
t-1
U o �? o
cc Er cr)
CL >
W W
C
H Z be a
cr. E
0 CD 0 M
� � a
Q z � 0
m 0
J W
0 > a
cl 2 4-j
_ Q W V v
W a
� � a .=
L
W Z > s
O
Z (a) D �
a a C0 c
W
W z Q 5
uU 0 W E
Qj
a �
m W J E
CL a 0
0 a W�
W C
z G�
U)z u a
0
J
us
b
CL
W
z
0
H
a
ti
V'1
z
V
co
H
J
Q
m
W
W
..J
0
W
co
0
be
cr.•
0
0
uj
L'7
H
W
W
W
a
cc
0
z
D
0
Q
J
0
0
tn
LU
J
W
J
CL.
m
0
aCO
ti
ti
LO
0
m
co
W
Q c
H
W
W
f
L
co
CID
vo
o�
0
a
Z
0
CO
o
ao
o
Q
+cc
CL
J
0
u
to
m
v
v,
a
to
r
M
th
f E
C ul_-
two L� C
3
i.
- -
aco
m vi
.V W •` C
CL
--
El
ea
Q m
W5
'C C
Li
D
ZI
(a)
Z
�
E
z
U)
W_
�_
J
b
z
4-0r.
M
La
Z
°
Z
W
W
(j
0
u
Q
CL
0.�CL/
b
z
❑
o
X
u)
co
W
Z
z
W
Z
0
U)
C
0
U]
I
o
>
W
J
Lu
Z
_+-
Q
-7
Z
Z
❑
0
❑
LL.
C)
0
a C)
C)
#f3
CL
CL
LLi
0
CD
o
C
a�
0
cv
r
C4
C
ru
a
u
Lei
C
W
C
C
D
0
0
M
Ln
a
CA
M
va
r
i
12
F
E
CL
M
O C d
CL ._
a
CL C a
CL M
i� 0 L
fA
N
3
`ufiffiaM v
0 CL
3
p
c a Ci
"C
E L
a 'ai
a O. L
s
o a
L �.d id
O M
c E
o
�
C to M
L
a�
W -a '
m
M = E
E 4J CL
i
E a = c
CDuCD
.Q M H
cc
0
O
a
LO
G
OM,
La M
5
m o
O o t
4-0 am ;t
�
�• u fl
�i pa
0
Cw�
m
v�
..
*�
O
Page 162D of 235C
r4
Ln
N
W
Ln
cc
Agenda Item #24.
OEBO LETTER OF INTENT — SCHEDULE 2
A completed Schedule 2 is a binding document between the Prime Contractor consultant and a Subcontractor subconsultant far
any tier and should be treated as such. The Schedule 2 shall contain. bolded, lan ua e-indicatrn -that b si,gnin hesSched a �2
both Parties recognize this Schedule as a binding document. All Subcontractors/subconsultants, including any tiered
Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with
the bid/proposal.
2022
SOLICITATION/PROJECT NUMBER:-063
SOLICITATION/PROJECT NAME: pathway & minor construction contimuing services contract
Prime Contractor: Wynn & Sons Environmental Construction Co. Inc.Subcontractor: DEVLAND SITE PAVING & UTILITIES INC.
Check box s that aRRI
❑SBE �O WBE OMBE Q M/WBE E7Non S/M/WBE Date of Palm Beach County Certification (if applicable): 2/13/20
.
The undersigned affirms they are the following (select one from each column if applicable):
Column 1 Column 2 Column 3
ElMale E3 Female E]African-American/Black[3Asian American [Caucasian American [$upplier
0 Hispanic American [Native American
5._ LM_JWBE PARTICIPATION — SZMPNBE Primes must document a1I work to be performed by their own work force on this form. Failure to submit a
properly executed Schedule 2 for any S M WBE participation may result [n that participation not being counted. Specify in detail, the scope of work
to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in
which the S/WWBE is certified. A detailed proposal may be attached to a properly executed Schedule 2.
Line Item Description Unit Price Quantity/ Contingencies/ Total Price/Percentage
Item Units Allowances
SEE ATTACHED SHEET 3,271,650.00 --
The undersigned Su bco nt racto r/su bconsulta nt is prepared to self -perform the above -described work in conjunction with the aforementioned project
at the following total price or percentage: 3,2719650.00
If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the
amount below accompanied by a separate properly executed Schedule 2.
N/A
Name of 2nd/V tier Subcontractor/subconsultant
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC.
Print Name of Prime
By:
m
Authorized Signature
Price or Percentage:
DEVLAND SITE PAQVING & UTILITIES INC.
Print Nam f ontra for/sub- ns nt
By, -
A ho ' , �# ignatu
rnnz ivame `—P-E'int Name
RICK VOLPE CM EDMUND DEVEAUX SR7.
Title � - — Title
Hate: 10/05/2022 Date: 10/05/2022
Sio GZ
Revised 09/17/2019
Page 1621 of 2350
i
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #20220 63
#
FDOT PAY
ITEM NUMBER
ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
EMERGENCY RESPONSE ITEMS
1
NIA
Emergency Response (< 6 Hours)
10
EA
I $
-
2 NIA
Emergency Response (6 Hours to 24 Hours)
20 EA
$
-
3
NIA
Emergency Response (24 Hours to 72 Hours)
301
EA
$
-
SUBTOTAL (EMERGENCY RESPONSE)
is
-
ROADWAY ITEMS
4
110-1-1
Clearing & grubbing
200
AC
$3,500.00
$
700,000.00
5
110-1
Remove Existing Asphalt (Full Depth) (See Notes)
20,000
SY
$ -
6
120-1
Regular Excavation
103000�
CY
$5.25
$
523500.00
7
120-1
Shallow Excavation (Depth { 4 FT)
3,000
CY
$4.25
$
12,750.00
8
120-6
Embankment (Compacted in Place)
2,500
CY
$5.25
$
13,125.00
9
NIA
Finish Existing Rock Base (Includes Prime Coat)
1,000
SY
$8.75
$
8,750.00
10
NIA
Finish Grading
2000
SY
$3.75 a $
75,000.00
11
160-6
4" Base (Includes Prime Coat)
152000
SY
$10.25
$
153,750-00-
12
160-6
6" Base (Includes Prime Coat)
20,000
SY
$15.00
$
300,000.00
13
1160-6
8" Base (Includes Prime Coat)
5,300
SY
$19.75
$
104,675.00
14
285-704
Optional Base Group 4
_! 5001
SY
$ -
$
-
15
285-707
Optional Base Group 7
10,0001
SY
$ -
$
-
16
285-710
Optional Base Group 10
500 1 SY
$
-
17
285-713
Optional Base Group 13
107000
SY
$
-
18
334-1
Asphalt Driveway (1 1/2") (Includes 6" Base)
1.1800
SY
$
-
19
327-70
Mill Existing Asphalt Pavement (< 52000 SY)
30
112 Day
$
-
20
NIA
Portable Milling Machine
250
HR
$
-
21 NIA
Reuse Millings For Pathway (6" Deep)
- -150''
3,0001
SY
$
-
22
339-1
Misc. Asphalt (0-50 Ton Orders) (Includes Tack Coat)
TN
$
-
(See Notes)
--
I
23
339-1
Misc. Asphalt (> 50 Ton Orders) (Includes Tack Coat)
1O0
p
TN
$
-
(See Notes)
i
24
334-1-13
Superpave Asphaltic Concrete (SP-9.5 Traffic Level
200
TN
$
-
C) (0-200 Ton orders)
25
334-1-13
Superpave Asphaltic Concrete (SP-9.5 Traffic Level
15,000
TN
$
-
C) (> 200 Ton Orders)
Superpave Asphaltic Concrete (SP�-12.5 Traffic Level
i
26
334-1-13
C) (0-200 Tan Orders)
2,000
TN
$
-
27
334-1-13
Superpave Asphaltic Concrete (SP-12.5 Traffic Level
4,000
TN
$
`
- - -
C) (> 200 Ton Girders)
1 - , -
-
28
NIA
Pavement Texturing: Colored Coating (Standard
100
0
SY
$
-
Formula)
29
NIA
Pavement Texturing: Colored Coating (Traffic
100
SY
$
r
Formula)
30
NIA
Pavement Texturing: Heat & Imprint Existing
100
SY
$
-
Pavement
31
NIA
Pavement Texturing: Imprint New Installation
100
SY
$
-
NIA
Pavement_ Texturing: Sealer Concrete
100
32
SY
$
-
33
526-1-1 _ .Paver
526-1-101
Brick
Remove Paver Brick
100
100
SY
$
-
34
SY
$
$
-
-
35
526-1-101
Reset Paver Brick
100
SY 1
11420,550,UU
SUBTOTAL (ROADWAY) Is
P-2 Page 1622 of 2350
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING- SERVICES CONTRACT
PBC PROJECT #2022063
4 FDOT PAS' w ITEM DESCRIPTION
ITEM NUMBER
QTY
UNITS UNIT PRICE
AMOUNT
DRAINAGE ITEMS
36 `4� 25-1-311 Inlets (Curb) (Type P-1) (< 10')
37 42 5 -1-315 Inlets (Curb) (Type P-1) (Partial - Top Only)
38 425-1-321 Inlets (Curb) (Type P-2) ({ 10)
10 EA
$
$
$ -
$ -
$ -
$ -
$ -
$ f -
$ -
$ -
$ -
$ -
$ -
151 EA
10 I EA
15 EA
10 EA
39
425-1-325
Inlets (Curb) (Type P-2) (Partial - Top Only)
40
41
425-1-351
Inlets (Curb) (Type P-5) (< 10')
425-1-3 5 5
Inlets (Curb) ('Type P-5) (Partial - Top Only)
15
10
EA
EA
42
425-1-361 Inlets (Curb) ("Type P-6) (< 10')
425-1-365 Inlets (Curb) (Type P-6) (Partial - Top Only)
425-1-521 Inlets (Ditch Bottom) (Type C)
425-1-541 Inlets (Ditch Bottom) (Type D)
43
44
45
15
EA
20
10
20
5
EA
EA. �
EA
EA
46
425-1-910
Inlet (Closed Flume) (Type 1)
47
48
425-1-910
valet (Closed Flume) Double Barrel
110-4-10
Inlet (Remove and Dispose)
10
201
EA
EA
49 425-2-61
Manhole (Type P-8) (< 10')
Manhole (Type 8) (Partial - Top Only)
Steel Reticuline Frame & grate (Installed) (Index 232)
Adjust Existing Manhole or filet
Manhole Cover (Replace)
Manhole Cover (Adjust)
Manhole Riser 0" to 2")
Manhole Ring and Cover (24") (Traffic Rated)
$ -
50 425-2-63
51 425-1
101
EA.
$3,250.00
$12250.00
$ -
25
EA
$ -
$ 81,250.00
$ -
$ 25,000.00
52 425-4/425-5
53 425-7
54 425-5
11
25
10
EA
EA
20
EA
55 425-5
25;
25
EA
$950.00
$ 23,750.00
56 1425-5
57 425-4
58 425-1
EA
EA
$ -
$ -
$ -
Modify Inlet & Install Retwuline Frame & grate
5
Modify, Repair and/or Rebuild Existing Curb Inlet
10
EA
59 425-6
Adjust Valve Box
200
EA
$650.00
$ 130,000.00
60 425-6
61 425-6
Valve Box Cover (Replace)
Valve Box Cover (Adjust)
20
EA
$ -
$ -
$ -
$ -
$ 19,000.00
$ 125,000.00
$ 200,000.00
$ 2353000.00
$ 52,500.00
$ 65,000.00
20
EA
EA
62
164-4-800
Relocate Fire Hydrant
10
63
64
425-10
430-174-115
Yard Drain (Index 282)
10
EA
Concrete Pipe Culvert (15" RCP)
Concrete Pipe Culvert (18" RCP)
Concrete Pipe Culvert (24" RCP)
Concrete Pipe Culvert (36" RCP)
200
LF
$ 95.00
65
43 0-174-118
1,000
LF
$125.00
$200.00
66
67
430-174-124
1,000
LF
430-174-136
11000
LF
LF
$235.00
$105.00
68
430-174-118
430-174-124 1
HDPE Pipe Culvert (18") (Class I)
HOPE Pipe Culvert (24") (Class I)
HDPE Pipe Culvert (36") (Class I)
500
500
69
LF
$130
70 [1430-174-136
71
500
500,
500
LF
LF
LF
$185-00
$225.00
$85.00
$ 92,500.00
430-174-148
430-174-118
430-174-124
430-174-148
430-174-115
HDPE Pipe Culvert (48") (Class I)
HDPE Pipe Culvert (18") (Class II)
HDPE Pipe Culvert (24") (Class II)
HDPE Pipe Culvert (36") (Class 11)
HDPE Pipe Culvert (48") (Class II)
A-2000 Pipe Culvert (15"PVC)
$ 112,500.00
72
$ 42,500.00
73
500
500
LF
$120.00
$ 60,000.00
74 11430-174-136
LF
$225.00
$245.00
$ 1.12,500.00
$ 122500.00
75 '
500
LF
76
77
100
500
LF
$85.00
$ 82500.00
$ 572500.00
$ 65,000.00
$ -
$
430-174-118 IA-2000 Pipe Culvert (18" PVC)
LF
LF
$115.00
$130.00
78 430-174-124 A-2000 Pipe Culvert (24" PVC)
79 1 430-174-142 , Corrugated Steel Pipe Culvert (42" Dia.)
80 430-174-115 BCCMP Pipe Culvert (15")
�81 430-174-118 1 BCCMP Pipe Culvert (18")
500
25
LF
100
LF
500
LF
$ -
P-3 Page 1623 of 2350
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
FOOT FAY �
# ITEM NUMBER ITEM DESCRIPTION QTY UNITS UNIT PRICE AMOUNT
82
430-174-124
430-982-123
BCCMP Pipe Culvert (24")
Mitered End Section (Round) (15"}
Mitered End Section (Round) (18"
Mitered End Section (Round) (24")
500 LF
5 EA $1,460
$
$ 7,300.00
$ 17,500.00
$ 195500.00
F8483
430-982-125
430-982-129
10
EA
$1,750.00
85
10
EA
$17950.00
86
430-982-138
Mitered End Section (Round) (36")
10
EA
$2,250.00
$2,850.00
$ 22,500.00
$ 283500.00
87
430-982-140
Mitered End Section (Round) (42")
Mitered End Section (Round) (15" BCCMP)
Mitered End Section (Round) (18" BCCMF)
Mitered End Section (Round) (24" BCCMP)
ADS Flared End (18" HDPE)
101 EA
5 EA
88
430-982-123
$ -
89
90
430-982-125
10i EA
10 EA
2 EA
$ -
$ -
$ 2,400.00
430-982-129
91
430-174-118
$1200.00
92 430-174-124 1ADS. Flared End (24" HDPE)
93 430-174-136 ADS Flared End (36" HDPE)
94 430-174-148 jADS Flared End (48" HDPE)
95 443-70-3 French Drains (18" CMP) (Includes Ballast Rock &
Filter Fabric)
96 443-70-4 'French Drains (24" CMP) (includes Ballast Rock &
Filter Fabric)
97 443-70-3 French Drains (18" RCP) (Includes Ballast Rock &
Filter Fabric)
French Drains (24" RCP) (Includes Ballast Rock &
98 I443-70-4 Filter Fabric)
99 1 530-3 Rubble Rip -Rap
100 530-74 #57 Coarse Aggregate (FDDT)
2
EA
$12400.00 $ 25800.00
$2,100.00 $ 41200-00
$2,850.00 $ 5,700.00
$125.00 $ 3,125.00
$250.00 $ 6,250.00
$225.00 $ 22,500.00
$350.00 $ 35,000.00
$ 75.00 $ 18,750.00
$70.00 $ 700.00
2
EA
2
EA
25
LF
25
LF
1001 LF
i
100 LF
250 TN
10. TN
101
430-x
Sand Cement Endwall
15
Cy
$75.00
$ 15125.00
102 NIA Dewatering (6" Pump/Wellpoints) 10 ED
SUBTOTAL (DRAINAGE)
$ -
$ 1,827,350.00
CONCRETE ITEMS
103 400-x Misc. Concrete (includes Reinforcing Steel) 100 Cy F $ -
104 400-x Class I Concrete (Gravity Wall) 50 CY $ -
105 520-2-4 Concrete Curb (Type D) (See Notes) 10,000 LF $ -
106
107
110-4-10
Concrete Curb Type D (Removal)
Concrete Curb & Gutter (Type F)
750
LF
$ -
$ -
520-1-10
201X0
LF
108
110-4-10
Concrete Curb & Gutter Type F (Removal)
11,000
LF
$ -
109
110
520-3
110-4-10
Concrete Valley Gutter
Concrete Valley Gutter (Removal)
Concrete Curb & Gutter (9") (PBC Standard)
1,600
LF
$ -
$ -
35000
100
LF
111
520-2
LF
$ -
112 1110-4-10
113
520-2
Concrete Curb & Gutter (9") (Removal)
Concrete Flush Header Curb (PBC Standard)
25
25
LF
I
$ -
$ -
LF
114
115
110-4-10
Concrete Flush Header Curb (Removal)
500
50
LF
LF
$ -
$ -
520-1
110-4 -10
Concrete Mountable Gutter (PBC Standard)
116
Concrete Mountable Gutter (Removal)
50
LF
$ -
117
520-5
520-5
Traffic Separator Conc (Type 1)
Traffic Separator Cone (Type IV)
113500
SY
$ -
$ -
118
50
SY
119
110-4-10
Traffic Separator Concrete (Removal)
Concrete Sidewalk (4" Thick) ({ 10 SY)
Concrete Sidewalk (4" Thick) (10 SY to < 50 SY)
50
SY
$ w
120
522-1
522-1
100
1,000
SY
SY
$ -
$ -
121
122
522-1
Concrete Sidewalk (4" Thick) (50 SY or Greater)
Concrete Sidewalk (6" Thick) (Driveway) (< 8 SY) 1
5,000
SY
$ -
$ -
123
522-2
500
SY
P-4 Page 1624 of 2350
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
#
FDDT PAY
ITEM NUMBER
ITEM DESCI EMON
QTY
UNITS
UNIT PRICE
AMUUNiT
159
NIA
Root Pruning (0"-36" deep) _
2 1 LF
$
-
160
NIA
18" Root Barrier
p
100
LF
$
— i
-
161
NIA.
2411 Root Barrier
..
19000
LF
$
-
162
NIA
36" Root Barrier
81P000
LF
$
-
163
NIA
48" Root Barrier
500
LF
$
-
164
581-x
Vegetation Relocation (Including Watering)
10
HR
$
-
165
630-2
2" PVC Pipe (Schedule 40)
12000
LF
$
-
166
630-2
4" PVC Pipe (Schedule 40)
100
LF
$
-
167
630-2
6" PVC Pipe (Schedule 40)
2001
LF
$
-
SUBTOTAL (LANDSCAPING)
$
EQUIPMENT ITEMS
168
NIA
3 CY Loader - Day
10
i EA
$1,225.00 , $
12,250.00
169
NIA
1- 1/2 CY Backhoe - Day
101 EA
$1,100.00 II $
11,000.00
170
i NIA
40 Ton Crane, Crawler or Wheel Mount (Day)
151
EA
$
-
SUBTOTAL (EQUIPMENT)
Is
233,250.00
PILING AND SHEETING
ITEMS
171
455-x
8" Treated Timber Piling
100
LF
$
-
172
455-x
10" Treated Timber Piling
100
LF
$
-
173
45 5-x
10" Treated TimberguardTM Wood Piling
500
LF
$
-
174
455-34
12" Square Precast Pre -Stressed Concrete Piling
500
LF
$
_ ! -
175
455-34-2
14" Square Precast Pre -Stressed Concrete Piling
100
LF
$
-
176
45 5-3 5
Temporary or Permanent Steel Sheet Piling
100
SF
$
-
SUBTOTAL (PILING AND SHEETING)
$
_
SIGNING AND MAREING ITEMS
177
700-1-40
ADA Handicapped Parking Sign
51
EA
$
-
178 1710-11
Traffic Paint (All Widths & Colors) (See Notes)
500
SF
$
-
179
701-1
Thermoplastic Pavement Marring (All Widths &
Colors) (See Notes)
500
SF
$
-
180
NIA
Wheel Stops - Furnish & Install
100
EA
$
$
-
-
181
NIA
Remove & Re -Install Wheel Stops
100
EA
182
Sign (Relocate)
20
EA
700-1-50
$
$
$
-
-
-
183
NIA
Speed Humps
11P000
SY
184 NIA Stamped Colored Concrete (5" Thick) 100 SY
185
519-78
Steel Bollard
20
EA
$
-
186 1519-78
Removable Bollard
20
EA
$
-
SUBTOTAL (SIGNING AND MARRING)
Fs
-
MISCELLANEOUS ITEMS
187
NIA
Premium for Conflict Condition
5
EA
$
-
188
NIA
Premium to Increase Box Depth to a 10'
5
EA
$
-
189
NIA
Premium to Increase Box from P to J
5
EA
$
-
190
NIA
IPE Boardwalk Decking & Top Rail (514" x 6")
1,000
LF
$
-
191
110-7
Mail Boxes (Reset)
150
EA
$
-
192
635-2
Pull Boxes (Brooks)
5
EA
$
-
193
NIA
Sandblasting - 1/2 Day
20
EA
$
-
194
NIA
Sandblasting - Full Day
10
10
15,000
EA
ED
BF
$
$
$
-
-
-
195
NIA
Pressure Cleaning
196 NIA Southern Yellow Pine Lumber
P-f Page 1625 of 2350
Agenda Item #24.
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
e9
PBC PROJECT #2022063
N FDOT PAY
#
ITEM DESCRIPTION QTY
UNITS UNIT PRICE AMOUNT
ITEM NUMBER
197 110-1-1 Southern Yellow Pine Lumber (Removal & Disposal) 20,000 BF
$
SUBTOTAL (MISCELLANEOUS)
-
TOTAL BID $ 3t2719650.04
P-7
Page 1626 of 2350
Agenda Item #24.
OEBO LE7TER OF INTENT — SCHEDULE 2
AA cam
let'a e e a hjq�in 4 um ent between the ptime a. � 'fit '. C, i ,r��� and a � o �,
xyrr 4. bol ad � a ind aU ,. � _
� atSU6* IN schedule ulean -
R M
... ,� -yyt■� � �. ltr All Subcontractors/subconsultants# induct r g any tiered
r' 4�+1 r. r':,. ;fad. r•.' ' �� - � C` � ��. t i ��:"-i_ ..r:.���t
Subcontractors'r subconsultants� must properly execute this -document. Each property executed Schedule 2 must be submitted with
the bid/proposal.
SOLICITATION/PROJECT NUM BERG
SOLICITATION/PROJECT NAME.
9
Lvim
. i� r
Prime contractor. Subcontractor
i
Check box s that a
$BE OW13E - OMBE E3 MIWBE Ofon S/M/W 3E Date of Faun Beach County Certification (if applicable). _ •
The undersigned affirms they are the fol lowing (select one from each column if applicable):
Column 1 Column 2 Column_3
Mate C3 Female E3 African-American/Black [3Asian American Caucasiari PWrican [3Supplier
[3 Hispanic American EINative American . .
SIMIWOE pARTlclPAT#oN — Vf,VWBE Primes must document all work to be gerfcrrned by f.-heir owh w rk f&rP_ {.m this forma. Failure to submit a
executed Schedule 2 for any S SE participation may result in that partidpation not being ccunted. Specifyr in detail. the scope of word
properly
to be performed or items supplied with the dollar amount and/or percentage for each work "stern. S/Mf WBE &edit will only be given for the areas In
which the S/N YSE is certified. A detailed proposal may be attached to a properly executed Schedule 2.
Une ttern Dxiptioo
Item
Unfit ice Quartti / �ti rgenaes
Units Allowances
N
ToW Ptice/Percentage
The undersigned Subcontractor/subconsuitant is prepared to self -perform the above -described work in conjunction with the aforementioned project
at the following total price or percentage. _771� - 00 _
It f he andersig ned intends to subcontract any portion of this work to annex sub oontractodsubwnsuftant, pease list the business name and the
r amount below accompanied by a separate properly executed schedule Z.
w
Price or Percentage:
Name of 2"d/3fd #ter su actor/subconsultant
-_9 - �-
Title
Date: l0 � �-
1 Ak
-
Print Na fof ctorlsubconsul#ant
T .Authorized Signature
Print Narne
c -
F
Title
Date.*
EE50 0-2-
Revised 09/17/201.9
Page 1627 of 2350
Agenda Item #24.
Bo LETTER of INTENT — SCHEDULE
A completed Schedule ° is a binding document Ii_. tween the Prime Contr. . ctor/consultant and a S,-, t)contractor ubconsultant (far
any tier) and should b# treated as such. The Sc - ao.dule 2 shall contain be ded language indicatini .:hat by signing the Schedule 2,
both parties recagni2j _this Schedule as .ra_ :jindinjR document. All Subcontractors/subtonsuitants, including any tiered
Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with
the bid proposal,
SOLICITATION/PROJECT NUMBER: 2022063
SOLICITATION/PROJECT NAME: Pathway and Minor Construction Continuing Services Contract
Prime Contractor: Wynn and Sons Environmental Construction Co. Inc. Subcontractor: J. Rawn Enterprises Inc.
JCheckkambljhat app
OSBE ❑ WBE C3MBE C3 M/WBE- DNon-S/M/WBE Date of Palm Beach County Certification (if applicable) : January 'l , 422
The undersigned affirms they are the following (select one from each column if applicable):
Column 1 Column 2
Column 3
E3Male ❑ Female C3 African-American/Black ❑Asian American E7 Caucasian American Mupplier
C 3 Hispanic American [] Native American
SILAMBE PARTICIPATION -- SIM WBE Primes must document all work to be performed by their own work force on this form. Failure to submit a
properly executed Schedule 2 for any S M BE participation may result in. that participation not being counted. Specify in detail, the scope of work
to be performed or items supplied with the dollar amount and/or percentage for each work item. 5/M/WBE credit will only be.given for the areas in
which the S/M/wBE is certified. A detailed proposal may be attached to a .properly executed Schedule 2.
Line
Item
Item Description
V.nit Price
Quantity/
Units
Contingencies/
Allowances
'total Price/Percentage
171 -175
8" and 1 B" Treated Timber Piling, 10" Timberguard piling,
12" and 14" Square Precast prestressed Concrete Piling
$' 1,00o.Q0
$16,000•00
190
lPE Boardwalk Decking and Top Rail
196
Southern Yellow Pine Lumber
$1 3B,7b0.OD
197
Southern Yellow Pine Removal and Disposal
$80,Oo0.00
The undersigned Subcontractor/subconsultant is prepared to self -perform the above -described work in conjunction with the aforementioned project
at the following total price or percentage: $355,750-o0
F 4 ► a If the undersigned Intends to subcontract any portion of this work to another Sub contractor/subconsultant, please list the business name and the
amount below accompanied by a separate properly executed Schedule 2.
Nine
- - Price or Percentage:
Name of 2"d/3'd tier Subcontractor/subconsultant
04vf
Title 0
Date: /o
J. Rawn Enterprises Inc.
Print Name of Subcon actor/s ons
By:
Authorized Signature
Jack D. Rawn
Print Name
V. President
Title
Date: October 5, 2022
Revised 09/17/2019
Page 1628 of 2350
Agenda Item #24.
30 LETTER OF INTENT -- SCHEDULF
A completed Schedule 2 is a binding document between the Prime Contractor consultant and a Subcontractor subconsultant (for
any tierl and should be treated as such. The Schedule 2 shall contain bolded language indicating that by signing the Schedule ,
both parties recognize this Schedule as a binding document. All Subcontractors/subconsultants, including any tiered
Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with
the bid/proposal.
SOLICITATION/PROJECT NUMBER: 2022-063
SOLICITATION/PROJECT NAME: pathway & m11101' COCIStRICtl011 COfItIIYIUI(19 S@VICES contract
Prime Contractor. Wynn &Sons Environmental Construction Co. Inc. Subcontractor:
(Check box(s) that apply) 01/19/20
pSBE O WBE OMBE ❑ M/WBE ❑Non-S/M/WBE Date of Palm Beach County Certification (if applicable):
The undersigned affirms they are the following (select one from each column if applicable):
Column 1 Column 2
Column 3
E]Male [:]Female ❑African-American/Black []Asian American El Caucasian American ®Supplier
❑ Hispanic American ❑Native American
$JWW13E PARTICIPATION — S/M/WBE Primes must document all work to be performed by their own work force on this forma. Failure to submit a
properly executed Schedule Z for any 5 M BE participation may result in that participation not being counted. Specify in detail, the scope of work
to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in
which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2.
Line
Item
Item Description
Unit Price
Quantity/
Units
Contingencies/
Allowances
Total Price/Percentage
VARIOUS SEE ATTACHED BID SHEET
3,337,908.00
The undersigned Subcontractor/subconsultant is prepared to self -perform the above -described work in conjunction with the aforementioned project
at the following total price or percentage: 3,337,908•00
If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the
amount below accompanied by a separate properly executed Schedule 2.
N/A Price or Percentage:
Name of 2"d/3'd tier subcontractor/subconsultant
&� - Ennift- —
WYNN & SONS ENVAONMENTAL CONSTRUCTION CO.INC.
Print Name Qf Pori
By:
Authdrized iena*re
Print Nume
RICK VOLPaM
rnie
Date10/05/2022
Print Name of Subcontractor/subconsultant
By:
Print Name
Title
Authorized Signature
Date: 10/05/2022
660 _1W Revis1i9of 2350
Agenda Item #24.
EBO LETTER OF INTENT — SCHEDU
A c nn i Led Schedule 2 is a binding d Curr ent betv+re n the prune ontra or cans ltan are c ntra for b nsult nt (fo r
anv tier n bolded language indicating that b--., si n'lm tY-.e Schedule 2.
bothparties recognize this Schedule as a binding document. All Subcontractors/subconsultants, including any tiered
Subcontractors/subconsultants, must property execute this document. Each properly executed Schedule 2 must be submitted with
the bid/proposal.
SOLICITATION/PROJECT NUMBER: 2022-063
soiiciTA-riorv/PRaecr NAME: PATHWAY AND MINOR CONSTRUCTION
Prime Contractor: Wynn & Sons Subcontractor.OdltC1lS SOLI, Inc.
(Check box(s) that apply) Y 8-17-2020
OSBE ❑ WBE C]MBE ❑ M/WBE ONon-S/M/WBE Date of Palm Beach County Certification (if applicably):
The undersigned affirms they are the following (select one from each column if applicable):
Column 1 Column 2 Column 3
ElMale C] Female O African-American/Black [3Asian American E7 Caucasian American 05upplier
El Hispanic American flNative American
V-MLWBE PARTICIPAT19N — SIM1181BE P i s us document ll ALo r k t b erfor ed he'r o n ark f e n his o Failure to submit a
properly executed Schedule 2 for any S M WBE participation may result in that participation not being counted. Specify in detail, the scope of work
to be performed or items supplied with the dollar amount and/or percentage for each work item. 5/M/wBE credit will -only be given forthe areas in
which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2.
Line [tern Description
item
r 150 Sodding (to match existing)
i
a
I
YM
1 Unit Price Quantity/
Units
4.'
Contingencies/
Allowances
Total Price/Percentage
$108,000.00
The undersigned Subcontractor/subconsultant is prepared to self -perform the above -described work in conjunction with the aforementioned project
at the following total price or percentage: $1 o8,000.000
If the undersigned intends to subcontract any portion of this work to another 5ubcontractor/subconsultant, please list the lousiness name and the
amount below accompanied by a separate properly executed Schedule 2.
NONE
Narne of Zndl3rd tier Subcontractor/subconsultant
PAO
Print Na
- - If - - - W. 9F
Print Name
Title
r Gate: _
Price or Percentage: 0
Odums Sod, Inc.
Print Name of subcon actprlsubconsultant
By: 3
li, 46-7
Authorized Signature
a rre n L Prescott, Jr
Print Name
President
Title
Date: 10-3-2022
Revis��1V$�i�f 2350
E. f30 Z,
Agenda Item #24.
EBO FORMS
15 be
cc
CL
E `o
�n LU C
.,..
lm
O .0 w
�.r
vw
40
� � C
a �0_ .E
z 4W
m IV r
41 10 E
�.
-Wit�.
.. C u
i ao 0 4ft t:
�
F.
0 to Ev��`'
&L z Q
X
' u v' � ` 1 ''10
,� ,+� � 2 w
few.0 9 6 0
LL
o L 0 =
0 � O
0 CW10 �a
*� C
t
L
0 � ,� .0Z _
IV w
C O w
CAC
4.0 a a + C
f.- v
z a O �.• Q
0 2 '0 t
cr w 0 E
W & "Q li M
�
cr
°. LLto
E
O N w
t
• a
IV 00
�
m
t.
oCL
Go
0 .. V
L2E �
E � 4
!0 t,� a �
4► ` •
� i Ln a a 6
0 p E
++ c aT 4J
0cr
..�
U.
V
0 �"a ui
� •.,
v E a 0 4i
.c a .�
a. a. E
https:11discover.pbcgov. o rglo e b o1P ag esID o c u m e n ts. aspx
EBO-3
0
E x 4!
a +w tii
m
W CO C
0
ti
F
sc
a
E
w
E
z
sw
�u
a
6
Page 1631 of 2350
Agenda Item #24.
EB O FORMS
Palm Beach County
Office of Equal Business Opportunity
- -Subcontracting -Goal - Wainer Request For-m-
PROJECT NAME: GATE:
COMPANY NAME: CONTACT NO.:
CONTACT PERSON: CONTACT •EMAIL:
In the' sections helowr points Will .ONLY, be awarded'if the-firrh has fully satisfied the chtliria. More information regarding
bcpn-tracting'Go&-Waiver Request Evaluation Criteria. Contractors/ onsulta nts rp ust obtain a total of 80 or more points to rec'e
a waiver approval_ Vendor Directory 'is accessible through the Office of Equal Business 'Opportunity website
,httpsJvj%%m1.PbcFav-o bcyerdors .
PART i s Sufficient Commercially Useful Work identified to Meet Points:
Su bcGntraeti ng Goal
:,Please .provide documentation and supporting evidence to shaw how the- criteria wos fu fl1ed 15 pants posstbfr_ .
13 List the specific scope of work identified for each of the Sf M BEs ,,contacted
❑ En sure the scope of work identif led'for S/MPNBEs is greater than or ,equal to the -subcontracting goal(s)
❑ Additional 6om mentsi if any
PART IL initial Communications to Potenfial S/MIWBE Subcontractors Poirot s:
Using EBo Portal I website Posting of Subcontractor Snlicitationsloutrea+ch Efforts
please faro vide do cum en to tio n and supporting evidence to shaw how- the criteria was fuffiilled. 40 mints ":;s 1Ie:
❑ 'Contact -at feast three (3) SI /w8Es in the.E80 Vendor Directory for each scope of work identified to be
subcontracted in Part l (erna.ils/call logs/fax), one (1) week prior to pre -bid rneetitig date_
❑ Include current docurnentatioh of searches from the EBo Vendor Directory.
❑ Notify S/M/wBEs within at least 2 (two) weeks prior to the bid opening dater using at least three-(3) digatal
media outlets (e.g. website+ newspaper, trade association,, publicabon, minority focus media
❑ Additional comments., if any
PART III: Follow-up Communications & Bid Negotiations with
Potential Subcontractors
Please provide dacumentation and suppdrting evidence to show how the criteria was fuViled.
Points:
30 ,170Jents jposswe:
❑ Promptly follow-up with S/M BEs after the- initial solicitation, At least 2 (two) weeks ,prior to the bid opening
date, dunring normal business hours by tel-ephone, email, or fax.
0 Incl u de a written statement- with contact information on all subcontractors contacted to include the
following:
❑ Dame of the subcontractor/firm .and the contact.person(s)
❑ Telephone and Email address
❑ Scope of work the subcontractor indicated -they would perform
Ncites regarding the outcome cf the can -tact
❑ bates of contact and Dates of Negotiations
https:l/discover pbegov. orgloebolPagesIDocuments. aspx
EB0 4
Revd 5/2019
Page 1632 of 2350
Agenda Item #24.
EBO FORMS
❑ The negatiated-price
❑ Bids received frorn subcontractors that could provide ii corninerciaily useful function,
0 Additional corgi meats, if any
PART IV: Attendance at Pre -Bid Meeting
County staff maintains documentation regarding attendance at the 'te-bid greeting_
❑ Below list the individuals from your staff/firm that attended. the pre -bid meeting
Points•.
5 paints P assitrli:
PACT V; Offer Assistance in Securing Financing, Insurance, Points:
or Competitive Supplier Priscing
PleaSr Prauide documentation and - cuppgrtihg evidencr to show hi"w the criteria was fulfilled 10 potdtsos3we,:
❑ Provide ersy access to plans and specifications for S/MPSEs
❑ Provide copetive pricing
❑ bake effo ftt to assist' interested business in obtai ning.ilnancing, bonds, and insurance required for
the County project/bid
❑ Provide written documentation of the type of -assistance offered
D Company name, contact person and t ilophbne number
0 Name 0f person who provided -the assistance
❑ Provide the name,, contact person- -contact information the competttive pricing offered by the
Su-pl ier.
❑ Other efforts (if any, -list below)
CAN7RACiORSfCOTdSULTANTS MUST OBTAIN A TOTA1 OF 80 OR MORE PUINiS TO RECEIVE A WAIVER APPROVAL
CONTRACTORS/CONSULTANTS Wl11 BE CONSIDERED NON-RE5PON51VE TO SHE 001RE St]UCITATION UPON DENIAL OF THE
SUBCONTRACTING WAIVER REQUEST. FOR. MORE INFORMATION OF THE SUSCOl+FTRACflNG WAIVER CRITERIA DR FOR
ASSISTANCE ON COMPLETING THE SU BGONTA11C71NG WAIVER REQUEST FORI4A; PLEASE C4NTAGT THE OFFICE [3F EQUAL BUSINESS
{)FPQRTUNi7Y AT (561) $16-6840.
THE UNDERSIGNED AFFIRMS/CERTIIFIE5 THAT ALL INFORMATION CONTAINED IN THIS FORM I5 ACCURATE AND. COMPLETE; I
UNDERSTAND THAT IF THIS REQUEST FOR WAIVER IS DENIED, AND I FAIL TO MEET THE REQUIREMENTS OF THIS Souc1TATIon, my
RESPONSE TO THIS SOLICITATION WILL BE DEEMED NON -RESPONSIVE To THE E"ICE SOUCITATION.
Signature Print hlameiTl le
_,.._ Appr9yed
Denied TOTAL SCORE: 100
Directh r, office of Equal Business opportunity
https:lldiscover.pbegov. orgloeholPageslDocurnents. aspx RiMsed 5/2019
EBO-5 Page 1633 of 2350
Agenda Item #24.
I a 1 1 i.]Uy it
P4kM"AZ04CVVWVOEBO REQUEST FOR SBE OR M/WBE SU BSTITUT10 N/MODI F1CATION/RERA OVAL
* INSTRUCTIONS FOR SECTIONS 1 TO 3: PRIME CONTRACTOR COMPLETES ALL SECTIONS AS APPLICABLE AND
y - : SUBMITS TO DEPARTMENT PROJECT MANAGER AND OFBO OFFICE FOR APPROVAL.
Sec--t-ion 1:-P,r-i-m- e-C-ontr actor- - C- ons�ltant information --
Name of Prime Contact Person Phone Number
Project Name Bid/Proposal/Project No.
Original Contract Amount SBE Goal MBE Goal
Section 2: $BE or M/WBE MODIFICATION*
Name of Subcontractor/Sub-Consultant Contact Person Phone
Original Subcontract Amount Percent of Contract
Amendment/Change Order/Contingencies/Allowances (if Applicable
New Contract Amount Percent of Contract
Section 3: SBE or M/ BE REMOVAL EBB SUBSTITUTION*
Please attach a completed Palm Beach County S/M/► BE Subcontractor/Sub-Consultant's performance Report and Good Faith
Efforts documentation.
*A separate and properly executed Schedule 2 (Letter of Intent) is required to support any changes submitted on thi's form, when
applicable.
Approvals:
)ept. Project Manager Signature: Date
XBO Representative urg;Date
PBO OEBO Updated 21812421
https:Ildiscover pbcgov. orgloebo1Pages/Documents. aspx
EBO-6 Page 1634 of 2350
Agenda Item #24.
PROPOSAL FORM
(COMPANYNAME)
(COMPANY ADDRESS)
'qa"e Welk C�e 3�;'-i I )
(COMPANY CITY &STATE)
(COMPANY ZIP CODE)
CONTACT NAME 1)A-juWLjA9,
PHONE NUMBER71t�- bclLIY- 05�
FACSIMILE NUMBER
EMAIL ADDRESS _ ceyy\
17 qto
t
�.
FEDERAL TAX I.D. # D T SUBMITTED
FOR THE CONSTRUCTION OF: PATHWAY AND AHNOR CONSTRUCTION
CONTEIiMG SERVICES CONTRACT
PALM BEACH COUNTY PROJECT No, 2022063
TO THE BOARD OF COUNTY COMMISSIONERS OF
PALM BEACH COUNTY, FLORIDA:
We, the undersigned (Contractor), 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 that we are not on the
Scrutinized Companies List as stated on page SC-1, and we have carefully and to our full
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 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-1A
Page 1635 of 2350
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
#
FDOT PAY
ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
ITEM NUMBER
EMERGENCY RESPONSE ITEMS
1
NIA
Emergency Response (< 6 Hours)
10
EA
$
13000.00
$
10,000.00
2
N/A
Emergency Response (6 Hours to 24 Hours)
20
EA
$
1,000.00
$
20,000.00
3
NIA
Emergency Response (24 Hours to 72 Hours)
30
EA
$
1,000.00
$
301000.00
SUBTOTAL (EMERGENCY RESPONSE)
$
60,000.00
ROADWAY
ITEMS
4
110-1-1
Clearing & Grubbing
I
200
AC
$
1,000.00
$
2003000.00
5
110-1
Remove Existing Asphalt (Full Depth) (See Notes)
20,000
SY
$
2.00
$
40,000.00
120-1
120-1
120-6
NIA
NIA
160-6
Regular Excavation
Shallow Excavation (Depth < 4 FT)
Embankment (Compacted in Place)
Finish Existing Rock Base (Includes Prime Coat)
Finish Grading
4" Base (Includes Prime Coat)
6" Base (Includes Prime Goat)
103000
3,000
CY
$
80.4000.00
6
$ 8.00
7
CY
$ 10.00
$
$
$
30,000.00
25,000.00
72500.00
8
2,500
CY
$ 10.00
$ 7.50
$ 3.50
9
1,000
201,000
SY
SY
10
$
70,000.00
11
15,000
SY
$ 8.00
$
120,000.00
12 1160-6
20,000
SY
$
10.00
$
200,000.00
8" Base (Includes Prime Coat)
$
20.00
13 1160-6
51300
SY
$
106,000.00
14 I285-704
285-707
Optional Base Group 4
Optional Base Group 7
500
10,000
SY
SY
$
$
19.00
15.50
$
$
92500.00
155,000.00
15
16
285-710
285-713
334-1
327-70
N/A
NIA
339-1
Optional Base Group 10
Optional Base Group 13
Asphalt Driveway (1 112") (Includes 6" Base)
Mill Existing Asphalt Pavement (< 5,000 SY)
Portable Milling Machine
Reuse Millings For Pathway (6" Deep)
Misc. Asphalt (0-50 Ton Orders) (Includes Tack Coat)
500
109000
1,800
30
250
35000
150
SY $
SY $
SY $
1I2 Day $
HR $
SY $
TN $
27.50 $
25.50 $
35.00 $
5,300.00 $
250.00 $
10.00 . $
200.00 $
132750.00
255,000.00
63,000.00
159,000.00
62,500.00
30,000.00
30,000.00
17
18
19
20 !
21
22
339-1
(See Notes)
Misc. Asphalt (> 50 Ton Orders) (Includes Tack Coat)
100
TN
$
200.00
$
20,000.00
23
334-1-13
(See Notes)
Superpave Asphaltic Concrete (SP-9.5 Traffic Level
200
TN
$
175.00
$
35,000.00
24
334-1-13
C) (0-200 Ton Orders)
Superpave Asphaltic Concrete (SP-9.5 Traffic Level
15,000
TN
$
137.50
$
2,062,500.00
25
C) (> 200 Ton Orders)
26
334-1-13
Superpave Asphaltic Concrete (SP-12.5 Traffic Level
200
TN
$
171.00
$
342,000.00
G) (0-200 Ton Orders) ,
27
334-1-13
Superpave Asphaltic Concrete (SP-12.5 Traffic Level
43000
TN
$
137.50
$
550,000.00
C) (> 200 Ton Orders)
28
NIA
Pavement Texturing: Colored Coating (Standard
100
SY
$
200.00
$
20,000.00
NIA
Formula)
Pavement Texturing: Colored Coating (Traffic
100
SY
$
200.00
$
20,000.00
29
Formula)
30
NIA
Pavement Texturing: Heat & Imprint Existing
100
SY
$
200.00
$
205P000.00
Pavement
I
31
N/A
NIA
Pavement Texturing: Imprint New installation
Pavement Texturing: Sealer Concrete
100
100
SY
SY
$
$
200.00
150.00
$
$
203000.00
153000.00
32
33
526-1-1
526-1-101
526-1-101
Paver Brick
Remove Paver Brick
Reset Paver Brick
100
100
100
SY $
SY 1 $
SY $
199.00 $
50.00 $
156.00 i $
19,900.00
5,000.00
15, 600.01
34
35
SUBTOTAL
(ROADWAY)
$
4,801,250.0
Page 1636 of 2350
P-2A
Agenda Item #24.
I ; a : IQ 011 T% "%A - a 00 : 13
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
# FDOT PAY
ITEMNUMBER
NU
ITEM DESCRIPTION
QTY UNITS UNIT PRICE
� e
AMOUNT
DRAINAGE ITEMS
36 425-1-311 Inlets (Curb) (Type P-1) (E 101) 10 EA $ 62127.00 $ 612270-00
37
38
425-1-315
Inlets (Curb) (Type P-1) (Partial - Top Only)
15
EA
$ 7,900.00
$ 7,900.00
$ 7,900.00
$ 1183500.00
p $ 79,000.00
$ I M1500.00
425-1-321
425-1-325
425-1-351
Inlets (Curb) (Type P-2) (< 10')
Inlets (Curb) (Type P-2) (Partial - Top Only)
inlets (Curb) (Type P-5) (< 10')
10
EA
EA
EA
39
40
41
15
10
$ 63900.00
$ 6911000.00
425-1-355
Inlets (Curb) (Type P-5) (Partial - Top Only)
15
EA
$ 51900.00
$ 6,850.00
$ 62850.00
$ 882500.00
$ 68,500.00
$ 102,750.00
42
43
44
425-1-361
Inlets (Curb) (Type P-6) (< 10')
10
EA
425-1-365 Inlets (Curb) ('Type P-6) (Partial - Top Only)
425-1-521 Inlets (Ditch Bottom) (Type C)
15
EA
20
10
20
5
EA
EA
EA
EA
$ 4,999.00 $ 99,980.00
$ 63999.00 i $ 69,990.00
$ 41268.00 $ 95,360.00
$ 511268.00 $ 263,340.00
45
425-1-541
425-1-910
425-1-910
Inlets (Ditch Bottom) (Type D)
Inlet (Closed Flume) (Type I)
Inlet (Closed Flume) Double Barrel
46
47
48
110-4-10 Inlet (Remove and Dispose)
10
EA
EA
$ 1500.00 $ 151.$000.00
$ 5,999.00 $ 1199980.00
$ 53231.00 $ 52,310.00
49
425-2-61 Manhole (Type P-8) (< 10')
425-2-63 Manhole (Type 8) (Partial - Top Only)
425-1 Steel Reticuline Frame & Grate (Installed) (Index 232)
20
10
50
EA
51
25
EA $ 2,500.00 $ 62,500.00
EA $ 12250.00 $ 31,250.00
EA $ 13500.00 $ 15,000.00
EA i $ 11500.00 $ 30,000.00
52
425-4/425-5
Adjust Existing Manhole or Inlet
25
53
425-7 Manhole Cover (Replace)
425-5 MManhole Cover (Adjust)
425-5 Manhole Riser (1" to 2")
10
54
20
55
25
EA $ 350.00 $ 82750.00
EA $ 2500.00 $ 622500.00
EA $ 331000.00 $ 153000.00
56
425-5 Manhole Ring and Cover (24") (Traffic Rated)
425-4 Modify Inlet & Install Reticuline Frame & Grate
425-1 Modify, Repair and/or Rebuild Existing Curb Inlet
25
5
57
58
10
EA
EA
$ 231500.00
$ 100.00
$ 100.00
$ 25,000.00
$ 20,000.00
$ 21000.00
59 425-6 Adjust Valve Box
60 425-6 Valve Box Cover (Replace)
61 425-6 Valve Box Cover (Adjust)
62 164-4-800 _ 'Relocate Fire Hydrant
63 425-10 'Yard Drain (Index 282)
64 430-174-115 Concrete Pipe Culvert (15" RCP)
65 1430-174-118 Concrete Pipe Culvert (18" RCP)
200
20
EA
20
EA
$ 250.00 $ 5,000.00
10
10
EA
$ 6%500.00
$ 655?000.00
EA
$ 2500.00
$ 25,000.00
200
LF
$ 219.00 $ 432800.00
$ 100.00 $ 100.7000.00
$ 125.00 $ 1.253000.00
1,000
LF
661430-174-124
67 1430-174-136
68 430-174-118
Concrete Pipe Culvert (24" RCP) 1,000
Concrete Pipe Culvert 36" RCP 1,000
LF
LF $ 145.00
$ 1453000.00
HDPE Pipe Culvert (18") (Class I) 500
HDPE Pipe Culvert (24") (Class I) 500
HDPE Pipe Culvert (36") (Class 1) 500
LF
$ 100.00
$ 125.00
$ 50,000400
$ 62,500.00
69
70
71
430-174-124
430-174-136
430-174-148
LF
LF
$ 145.00
$ 72,500.00
$ 873500.00
$ 597000.00
HDPE Pipe Culvert (48") (Class 1) 500
HDPE Pipe Culvert (18") (Class 11) 500
HDPE Pipe Culvert (24") (Class 11) 500
LF
$ 175.00
$ 118.00
72 430-174-118
73 430-174-124
LF
LF
LF
$ 149-00
$ 145.00
$ 747500.00
$ 72,500.00
74
430-174-136
HDPE Pipe Culvert (36") (Class 11)
HDPE Pipe Culvert (48") (Class H)
500
75
430-174-148
500
LF
$ 175-00
$ 87,500.00
76
430-174-115
430-174-118
430-174-124
A-2000 Pipe Culvert (15"PVC) 100
A-2000 Pipe Culvert (18" PVC) 500
A-2000 Pipe Culvert (24" PVC) 500
Corrugated Steel Pipe Culvert (42" Dia.) 25
BCCMP Pipe Culvert (15") 100
BCCMP Pipe Culvert (1811) N 500
BCCMP Pipe Culvert (2411) 500
LF
LF
$ 100-00
$ 125.00
$ 10,000.00
$ 62.2500.00
77
78
79
LF $ 149.00
$ 7411500.00
$ 24475.00
$ 8,900.00
$ 491500.00
$ 49,500.00
430-174-142
LF $ 99.00
LF $ 89.00
80 430-174-115
_ 81 430-174-118
82 i 430-174-124
LF
LF r
$ 99.00
$ 99.00
Page 1637 of 2350
P-3A
Agenda Item #24. 411_��.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
# FDOT PAY ITEM DESCRIPTION
ITEM NUMBER
QTY
UNITS
UNIT PRICE
AMOUNT
83
430-982-123 Mitered End Section (Round) (15")
430-982-125 Mitered End Section (Round) (18")
43 0-982-129 Mitered End Section (Round) (24")
430-982-138 Mitered End Section (Round) (36")
5 EA
$ 1,499.00
$ 1,899.00
$ 11999.00
$ 2,669.00
$ 7,495.00
84
10 EA
101 EA
$ 18,990.00
$ 1915990.00
$ 26,690.00
85
86
10 EA
87
430-982-140 Mitered End Section (Round) (42")
430-982-123 Mitered End Section (Round) (15" BCCMP)
430-982-125 Mitered End Section (Round) (18" BCCNT)
430-982-129 Mitered End Section (Round) (24" BCCMP)
10
EA
$ 53999.00
$ 1,189.00
$ 11189.00
$ 59,990.00
88
89
90
5
EA
$ 5,945.00
10
EA
$ 11,890.00
10
EA
$ 11999.00
$ 1911990.00
91
430-174-118
ADS Flared End (18" HDPE)
ADS Flared End (24" HDPE)
ADS Flared End (36" HDPE)
2
2
EA
EA
EA
EA
LF
LF
$ 12899.00 $ 350798.001
$ 1,999.00 $ 37998.00
92
93
94
430-174-124
1430-174-136
2
2
25
25
$ 209.00 $ 52338.00
$ 33900.00 $ 73800.00
$ 199.00 $ 4,975.00
$ 199.00 $ 4,975.00
$ 199-00 $ 19.1900.00
$ 199.00 $ 193900.00
$ 189.00 $ 47,250.00
�430-174-148
ADS Flared End (48" HDPE)
95
443-70-3
French brains (18" CMP) (Includes Ballast Rock &.
Filter Fabric)
96
443-70-4
French Drains (24" CMP) (Includes Ballast Rock &
Filter Fabric)
97
98
443-70-3
French Drains (18" RCP) (Includes Ballast Rock &
Filter Fabric)
French Drains (24" RCP) (Includes Ballast Rock &
Filter Fabric)
Rubble Rip -Rap
100
LF
443-70-4
530-3
100
250
LF
TN
99
100
530-74 #57 Coarse Aggregate (FDOT)
430-x Sand Cement Endwall
NIA Dewatering (6" Pump/Wellpoints)
(DRAINAGE)
10 TN
15 CY
10 ED
$ 189.00
$ 1,890.00
101
$ 299.00
$ 4,000.00
$ 47485.00
$ 40,000.00
102
SUBTOTAL
$ 3J141444.00
CONCRETE ITEMS
103 {400-x Mi.sc. Concrete (Includes Reinforcing Steel) 1001 CY $ 985.00 $ 98,500.00
104 1400-x Class I Concrete (Gravity Wall) 50 CY $ 985.00 $ 49,250.00
105
520-2-4
Concrete Curb (Type D) (See Notes)
10,000
LF
$ 18.00
$ 1801000.00
$ 9,375.00
$ a 40051000.00
106
107
110-4-10
Concrete Curb Type D (Removal)
Concrete Curb & Gutter (Type F)
750
LF
$ 12.50
520-1-10
20,000
LF
$ 20.000
108
110-4-10
Concrete Curb & Gutter Type F (Removal)
11,000
1,600
LF
$ 13.50
$ 22.00
$ 1482500.00
109
520-3
110-4-10
Concrete Valley Gutter
Concrete Valley Gutter (Removal)
LF
$ 353200.00
110
3,000
100
LF
LF
$ 12.50
$ 22.00
$ 9.00
$ 37,500.00
$ 2,200.00
$ 225.00
Ill
520-2
Concrete Curb & Cutter (9") (PBC Standard)
Concrete Curb & Gutter (9") (Removal)
Concrete Flush Header Curb (PBC Standard)
112
110-4-10
520-2
25
LF
113
25
LF
$ 55.00 $ 1,375.00
$ 12.00 " $ 6.1000.00
$ 22.00 $ 1,100.00
114
115
1104-10
Concrete Flush Header Curb (Removal)
Concrete Mountable Gutter (PBC Standard)
500
50
LF
LF
520-1
116
110-4-10
Concrete Mountable Cutter (Removal)
50
LF
$ 22.00 $ 12100.00
$ 95.00 $ 142,500.00
117
520-5
520-5
Traffic Separator Conc (Type 1)
12500
SY
118
Traffic Separator Cone (Type M
50
SY
$ 200-.00
$ 107000-.00
119
110-4-10
Traffic Separator Concrete (Removal)
Concrete Sidewalk (4" Thick) (< 10 SY)
50
SY
SY
$ 75.00
$ 200.00
$ 37750.00
120
121
522-1
522-1
1,000
$ 2002000.00
Concrete Sidewalk (4" Thick) (10 SY to < 50 SY)
1,000
SY $ 180.00 $ 1802000.00
SY $ 58.50 $ 2923500.00
122
522-1
Concrete Sidewalk (4" Thick) (50 SY or Greater)
Concrete Sidewalk (6" Thick) (Driveway) (< 8 SY)
5,000
123
522-2
500
SY $ 200.00 $ 1003000-00
Page 1638 of 2350
P-4A
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
#
FDOT PAY
ITEM DESCRIPTION
STY
UNITS
RI
UNIT PRICE
AMOUNT
ITEM NUMBER
Concrete Sidewalk (6" Thick) (Driveway) (8 SY to <
LOWSY
T
$
200.00
$ 200,000.00
124 A 522-2
35 SY)
125
522-2
Concrete Sidewalk (6" Thick) (Driveway) (35 SY or
153000
SY
$
63.00
$ 945,000.00
Greater)
126
r522-2
Concrete Sidewalk (6" Thick) (Curb Ramps)
15,000
SY
$
89.00
$ 1,335,000.00
127
527-2
Cast -In -Place and/or Surface Applied Tactile Surface
2151000
SF
$
22.00
$ 4622M0.00
128
N/A
Pump Mix for Concrete Pumping
500
CY
$
35.00
$ 17,500.00
129
NIA
Pumping or Hand Placement of Concrete (112 Day)
5
EA
$
11500.00
$ 7,500.00
130
NIA
1
Pumping or Hand Placement of Concrete (1 Day)
5
EA
_ $
23000.00
$ 102000.00
131
110-4-10
4" Concrete Removal W a
5,000
SY
$
12.50
$ 6210500.00
132
1104-10
6" Concrete Removal
5,000
SY
$
12.50
$ 621500.00
SUBTOTAL (CONCRETE)
$ 1)075.00
FENCING AND RAILING ITEMS
133
550-10-212
Type B Fence (4' High) (w/ Top Rail) (Green Vinyl
200
LF
$
200.00
$ 40y000.00
Clad)
134
550-10-222
Type B Fence (6' High) (wl Top Rail) (Green Vinyl
400
LF
$
250.00
$ 100,000.00
Clad)
135
110-1-1
Chain Link Fence (Removal & Disposal)
250
LF
$
100.00
$ 251000.00
136
550-10-410
Double Rail Wood Fence
400
LF
$
75.00
$ 307000.00
137
550-10
Double Rail Wood Fence (Relocation)
350
LF
$
55.00
$ 193250.00
138
110-1-1
Double Rail Wood Fence (Removal)
1001
LF
$
15.00
$ 1,500.00
515-1-2
515-1-1
515-1
Aluminum Pipe Handrail (3 Rail)
150
LF
$
$
250.00
250.00
$ 37,500.00
139
140
Steel Pipe Handrail (3 Rail)
150
LF
$ 37,500.00
141
Safety Pipe Rail (2")
100
LF
$ 250.00
$ 259,000.00
142
550-10
550-10
110-1-1
Field Fence
Five Strand Wire Fence (See TSP's)
Field Fence, all post type (Remove and Dispose) (See
12,000
25,000
LF
LF
$
25.00
$ 30011000.00
143
$ 25.00
$ 62500-00
$ 96,000.00
144
122000
LF
$ 8.00
110-1-1
TSP's)
Five strand Wire Fence (All Post Types) (Remove and
$ 200,000.00
145
252000
LF $ 8.00
Dispose) (See TSP's)
146
550-60
550-60
Bull Gate (12') (See TSP's)
Bull Gate (14') (See TSP's)
10
EA °
$
2,500.00
$ 25,000.00
$ 17,500.00
$ 22,500.00
147
5
EA.
$ 31500.00
148
550-60
IBull Gate (16') (See TSP's)
5
EA
$
4,500.00
$ 1,601,750.00
SUBTOTAL
(FENCING AND RAILING)
LANDSCAPING
ITEMS
149
570-1
Seed and Mulch
500� SY
$
4.00
$ 2,000.00
150
570-2
Sodding (To Match Existing) (See Notes)
2531000
SY
$
6.99
$ 174.7750.00
NIA
151
Synthetic Turf (ForeverLawn or Equal) with 2.5"
I,000
SY
$
50.00
$ 50,000.00
Foam Underlay
21000
SY
$
11.00
$ 22.7000.00
152
NIA
Top Soil (6" Thick)
NIA
153
Poured m Place Rubber Mulch (Rainbow Turf
500
SY
$
85.00
$ 42,500.00
Products or Equal)
110-1-1
$
100.00
$ 82000.00
154
Stump Removal
80 EA
581-1
Tree Relocation
20
EA
155
$
12000.00
$ 20,000.00
156
110-1-1
Tree Removal (< 12" Caliper)
50
EA
$
12500.00
$ 75,000.00
50
EA
$
21000.00
$ 100,000.00
157
110-1-1
Tree Removal (12" - 24" Caliper)
50
EA
$
1,500.00
$ 75,000.00
158
110-1-1
Tree Removal (Palms - All Sues)
Page 1639 of 2350
P-5A
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
9
FDOT PAY
ITEM NUMBER.
ITEM DESCRIPTION
QTY
UNITS
UNIT' PRICE
AMOUNT
159
NIA
Root Pruning (0"-36" deep)
2,000,
LF
$
20.00
$
40,000.00
160
NIA
18" Root Barrier
100
LF
$
85.00
I $
82500.00
161
NIA
24" Root Barrier
1,000
LF
$
50.00
$
50,000.00
162
NIA
36" Root Barrier
8,000
LF
$
52.00
$
416,000.00
163
NIA
48" Root Barrier
500
LF
$
75.00
$
37,500.00
$
21500.00
164 581-x Vegetation Relocation (Including Watering) 10 HR $ 250.00
165
630-2
2" PVC Pipe (Schedule 40)
1,000
LF
$
10.00
$
105000.00
166
630-2
4" PVC Pipe (Schedule 40) _
100
LF
J.$
25.00
$
2,500.00
$
7,000.00
167 630-2 6" PVC Pipe (Schedule 40) 200 LF $ 35.00
SUBTOTAL (LANDSCAPING)
$
1,143,250.00
EQUIPMENT ITEMS
168
NIA
3 CY Loader - Day
10'
EA
$
2,000.00
$
20,000.00
169
IN/A
1-112 CY Backhoe - Day
10
EA
$
2,000.00
$
207000.00
170
NIA
140 Ton Crane, Crawler or Wheel Mount (Day)
151 EA
$
31500.00
1 $
52,500.00
SUBTOTAL (EQUIPMENT)
$
92,500.00
PILING AND SREE'I'ING
ITEMS
171
455-x 8" Treated Timber Piling
100
LF
$
87.00
$
8,700.00
172
455-x
10" Treated Timber Piling
100
LF
$
95.00
$
9,500.00
173
455-x
10" Treated TimberguardTM Wood Piling
500
LF
$
115.00
$
57,500.00
174
455-34
12" Square Precast Pre -Stressed Concrete Piling
500
IF
$
140.00
$
70,000.00
175
455-34-2
14" Square Precast Pre -Stressed Concrete Piling
I 100
LF
$
148.00
$
143800.00
176
455-35
Temporary or Permanent Steel Sheet Piling
1001
SF
$
100.00
$
10,000.00
SUBTOTAL (PILING AND SHEETING)
S
1709500.00
SIGNING AND MARKING ITEMS
177
' 700-1-40
ADA Handicapped Parking Sign
5.
EA
$
625.00
$
3111.25.00
500
500
100
SF
SF
EA
178 710-11 Traffic Paint (All Widths & Colors) (See Notes)
$
$
$
$
4.80 $
8.50 $
76.00 $
45.00 $
2,400.00
41250.00
72600.00
42500.00
179
701-1 Thermoplastic Pavement Marking (All Widths &
Colors) (See Notes)
180
NIA !Wheel Stops - Furnish & Install
NIA Remove & Re -install Wheel Stops
181
100
20
EA
EA
182
700-1-5 0
Sign (Relocate)
$
350.00
$
73000.00
11000
100
SY
SY
183
NIA Speed Humps
$
$
100.00
100.00
$
$
100,000.00
10,000.00
184 NIA -Stamped Colored Concrete (5" Thick)
185
519-78
Steel Bollard
20
EA
I $
600.00
$
12,000.00
186
519-78
Removable Bollard
20
EA -T$
1,750.00
$
35,000.00
SUBTOTAL (SIGNING AND MARIONG)
$
185,875.00
MISCELLANEOUS ITEMS
187
NIA
Premium for Conflict Condition
5
EA
$
3,500.00
$
175500.00
188
NIA
Premium to Increase Box Depth to > 10'
5
EA
$
210500-00
$
12,500.00
189
NIA
Premium to Increase Box from P to J
5
EA
$
31500.00
$
173500.00
190
NIA
1PE Boardwalk Decking & Top Rail (5I4" x 6")
1,000
LF
$
24-00 N $
241000.00
191
110-7
Mail Boxes (Reset)
150
EA
$
200.00
$
30,000.00
192
63 5-2
Pull Boxes (Brooks)
5
EA
$
13780.00
$
8,900.00
193
NIA
Sandblasting - 112 Day
20
10
10
EA
$
$
$
1,800.00
2,500.00
2,000.00
$
$
$
361000.00
25,000.00
20,000.00
194
NIA
NIA
Sandblasting - Full Day
Pressure Cleaning
EA
ED
195
Southern Yellow Pine Lumber
15,000
196 jNIA
BF
$
12.50
$
1873500.00
Page 1640 of 2350
P--6A
Agenda Item #24.
' PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
#
FDOT PAY E AMOUNT
ITEM NUMBER ITEM DESCRIPTION QTY UNITS UNIT PRIG
197
110-1-1 Southern Yellow Pine Lumber (Removal & Disposal) 202000I BF $ 7.00 $ 140,000.00
SUBTOTAL (MISCELLANEOUS) $ 5181,900.00
' TOTAL BID $ 16,689,544.00
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 CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE.
Note #
PAY ITEM FOOTNOTES
All costs for Maintenance of Traffic (MOT) and mobilization shall be considered incidental to, and shall be included in, unit prices for the pay
I
items.
2
All items shall include cost to furnish and install unless otherwise noted.
3
FDOT Item numbers are for use in determining eligibility for price adjustment per General Provision 9-2 only.
4
As -bunts shall be paid per plan sheet
Removable Bollard - Includes all costs associated with installation of removable bollards at locations designated by the County. All labor and
5
materials, including excavation, rock drain, concrete foundation, bollare pipe, ground sleeve with locking mechanism, painting and restoration of
the area, are incidental to the Item.
Steel Bollard - Includes all costs associated with installation of steel bollards at locations designated by the County. All labor and materials,
6
including excavation, concrete foundation, bollard pipe, painting and restoration of the area, are incidental to the pay item.
Clearing and Grubbing Specifications for various processes required under clung and grubbing item. Also includes cutting and capping
7
irrigation lines.
Pumping or Hand Placement of Concrete - These items shall include all equipment and labor required for placement of concrete in areas not
8
accessible by conventional concrete truck (assumed 12' long chute), either by hand or by pumping, and shall be in addition to the per square yard
price for 4" and 6" concrete items.
Pump Mix for Concrete Pumping - This item represents a surcharge to the per square yard price for 4" and 6" concrete items to cover costs for
special admixtures, etc. required for pumping concrete under Pumping or Hand Placement of Concrete items.
10
Concrete Sidewalk Items - These items shall include all materials, labor and equipment.
11
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
12
the traffic separator area.
13
The cost to construct curb pads shall be included in the unit price for each respective curb item.
14
Concrete Curb Type D shall include Athletic Field Backstop Curbing.
Dewatering - Well Point equipment up to 150 points complete, including pump and associated jetting equipment. Well Point Equipment shall
15
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,
16
stockpiling and protecting material and re -installation 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 item.
Double Rail Wood Fence Removal - Includes all labor, equipment and materials required for removal of wood fence rails and posts and
17
stockpiling on -site for recovery by County personnel or proper disposal by Contractor.
18
Removal and disposal of existing item to be replaced or repaired shall be incidental to all drainage structure items.
19
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,
20
,materials, operator(s),delivery, pick-up, maintenance, fuel, etc. are incidental to this item.
21
Excavation includes cutting and capping irrigation lines.
Page 1641 of 2350
P-7A
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
OT PAY �
# ITEMFI]D NUMBER ITEM DESCRIPTION ` QTY UNITS UNIT PRICE AMOUNT
Note # PAY ITEM FOOTNOTES
22 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 coat.
23 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.
24 Milling Existing Asphalt Pavement. Items per square yard are based on the indicated depth of milling. In the event that other milling depths are
required, the contract price for Mill Existing Asphalt Pavement will be adjusted in (112") increments.
25
26
27
28
29
30
31
32
33
Mill Existing Asphalt, Full Size Milting 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 miffing 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 Marldng and Traffic Paint - Includes all labor, equipment, materials, etc. required to furnish and install pavement
marking in parking lots and other areas. All items, including parking space markings, lane lines, stop bars. handicapped symbols, directional
arrows and messages, in any or all colors, shall be considered incidental to the pay item.
Portable Milling Macbine, per hour, includes portable milling machine, all labor for actual milling and clean-up and satisfactory disposal of
milled material. Payment shall be based upon actual hours for mulling and clean-up. Disposal of milled material shall be considered incidental to
per hour rate for Portable Milling Machine.
Pressure Cleaning - Can be paid in half day increments
Remove Existing Asphalt, and Mill Existing Asphalt items - Include all 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 V2" increments for other milling
depths.
Root Barrier - Root pruning and 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 item.
Temporary or Permanent Steel Sheet Piling - Piling material shall be PZ27 or equal. All work shall be in accordance with FDOT Standard
34 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 oflemporary 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
35 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 - Southern Yellow Pine Lumber shall be pressure treated marine grade southern pine # 1, or better, treated to 0.4
36 pcf retention of ACQ (AWPA UC4A, or better) and shall be paid for by boardfoot famished 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 maodmu i of 10% 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 or as designated by the County. Contractor shall receive detailed design plans for eachinstallation, signed and sealed by a Professional
37 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 455,
Structures Foundations. Per foot price is for Precast Pre -stressed Concrete Pilings actually installed and accepted by the County.
38 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 backfitlling of hole with suitable material to provide a uniform grade.
39 Replace Sprinkler System - Includes the cost of labor, as well as all parts, such as pipe, heads and fittings.
P-8A Page 1642 of 2350
Agenda Item #24.
PROPOSAL FORM
BID PROPOSAL
PATHWAY AND MINOR CONSTRUCTION
CONTINUING SERVICES CONTRACT
PBC PROJECT #2022063
#
FDaT PAY A
ITEM DESCRIPTION QTY UNITS UNIT PRICE
ITEM NUMBER
AMOUNT
Note # I PAY ITEM FOOTNOTES
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
44 licensed in the State of Florida. AIllabor 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 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- 10"' Treated TimberguardTM Wood Piles shall be paid for by Linear Feet furnished and installed and
41 accepted by the County. Cost per Linear Feet installed shall include all labor, equipmentand materials, fasteners, and cutting and shall include a
maximum of 10% 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,
42 stockpiling and protecting wheel stops and accessories and re -installation of wheel stops by an acceptable attachment method- Furnishing and
installing replacement wheel stopsandlor attachment devices which have been damaged during removal or storage shall be considered incidental
to the pay item.
F_9A Page 1643 of 2350
Agenda Item #24.
PROPOSAL FORM
PROTECT 2022063
TOTAL BID
$ I(1 sy�,00
TIN FIGURES
The Contractor acknowledges that Addenda thrutr have been received and that
g --
related costs are reflected in the submitted bid. Contractor has committed to ,S"BB
participation and 0 MBE participation (African American andlor Hispanic American)
as set forth on the Schedule 1 and Schedule 2 that are completed and submitted by Contractor.
Contractor shall comply with said goal if awarded the Contract.
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 vendor's, 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 County" s relevant
marketplace ofPahn 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 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
County's Commercial Nondiscrimination Policy as described in Resolution 2017-1770, as
amended.
The Contractor further agrees to perform all 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 Work under
the same in accordance with Contract Documents within the Contract Time.
P-10A
Page 1644 of 2350
Agenda Item #24.
PROPOSAL FORM
THE TDAELY CO111IPLETION OF THIS PROTECT IS CRITICAL TO THE HEALTH, SAFETY
AND WELFARE OF THE TRAVELING PUBLIC. It is the desire of Palm Beach County to
expedite the construction and opening to traffic of the project. The Contractor shall be required to
work suoh hours, weekends and/or Holidays to -meet -the required- Contract schedules.
The Contractor shall complete in full all Work under this Contract in accordance with the Special
Provisions. It is further agreed that should the Contractor fail to complete all necessary Work under
this Contract within the above referenced time; then, due to the criticalness of e timely
completion of this project, liquidated damages for failure to meet these provisions shall be in
accordance with Section 8 of the Standard Specifications.
The Contractor further agrees to furnish a sufficient and satisfactory Bond, on the form herein
provided, in accordance with Section 3 of the General Provisions.
The Contractor further agrees to bear the full cost of maintaining all Work until the final
acceptance, as provided in the Contract Documents.
Accompanying this Proposal is a Proposal Guaranty (Bid Bond) made payable to Palm Beach
County, a Political Subdivision of the State of Florida, in the sum of 5 % of amount Bid which is
to be forfeited as liquidated damages if, in case this Proposal is accepted, the undersigned should
fail to execute the attached Contract under the conditions of this Proposal. Otherwise, the Bid
Bond is to be returned to the Contractor upon the delivery of a satisfactory Contract Bond.
Company Name: Authorized Of cer: f ,;
,,)
(per
z
6
Address: &eoere- tZ0 Signature:
P-11A
Page 1645 of 2350
Agenda Item #24.
PROPOSAL FORM
CONTRACTOR CERTIFICATION
PALM BEACH COUNTY
ENGINEERING AND PUBLIC WORDS DEPARTMENT
NPDE S GENERAL L PERMIT FOR STORM WATER DISCHARGES
140 no
ROADWAY CONSTRUCTION SITES
PATHWAY AND N11NOR CONSTRUCTION CONT O SERVICES CONTRACT
PALM BEACH COUNTY PROJECT NO.2022063
"I certify under penalty of law that I understand the terms and conditions of the general National
Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm Water
discharges associated with industrial activity from the construction site identified as part of this
certification."
Name of Contracting Firm:
C4;nb.4q�..
By: • -� Date: 16 W27,
Name and Title: • �� � �-- � ,�,�� ���_� � � �� = �,.�
Address or P.O. Box:
-
City State Zip Code
Telephone: q-'' T/0 -gyp%YO J S-ZI. / - 9 7.5
Area Code Number
P-12A Page 1646 of 2350
Agenda Item #24.
PALM BEACH COUNTY LOCAL PREFERENCE ORDINANCE
In accordance with the Palm Beach County Local Preference Ordinance, a preference will be given
to (1) Bidders 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 3 0% 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 rior 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 of Bid 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 may not 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 1647 of 2350
Agenda Item #24.
CERTIFICATION OF BUSINESS LOCATION
In accordance with the Palm Beach County Local Preference Ordinance, as amended, a preference will be given
to: (I) those Bidders having a permanent place of business in Palm Beach Count_ -(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, prior 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 Bid or
Proposal submitted by the Bidder to the County.
1) Bidder's a:
Local Business (A local business has a permanent place of business in Palm Beach County**)
(Plea indicate):
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 of the 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 from 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.
Z} 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
of
(Title/Position)
. _
(Nirne of Individual)
(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 business with the Bidder.
�-
Sigh tti re Date
LP-2
Page 1648 of 2350
Agen to m #24.
P.O_ Box 3363, West Palm Beach, FL 33402-33F
A N N EM. GANN www.pbctax.com Tel: (559) 355-2264
CONSTITUTIONAL TAX COLLE ► _
Serf ft Palm Beach C011.01y
Serving you.
TYPE OF BUSINESS CYWNER
GENERAL CONTRACTORWYNN DAhpEtL P
This dm.ment is valid only when 'recelpted by the Tax Called-oes office.
WYNN DANfEL F
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO INC
7268 BELVEDERE RD
WJV ST PALM BEACH, FL 33411-3308.
** LOCATED AT **
7268 BELVEDERE RD
WEST PALM BEACH FL 33411
CERTWMTiON # RECEIPT MATE PAS AMT PAID BILL �
CGM53505 822.84466S 8/ 19=22 - - --2T.50 B4011 J029-- .-
STATE OF FLORIDA
PALM BEACH COUNTY
2022 12023 LOCAL BUSINESS TALC RECEIPT
LBTR Number: 200802205
EXPIRES: 9130/2023
This receipt grants the privilege of engaging in or managing any
business profession or occupation within its jurisdk6lon 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.
Page 1649 of 2350
Agenda Item #24.
PALMBEACHCOUNTY
LIVING WAGE ORDINANCE
(PBC Ordinance No. 2003-004, as -amended by PBC Ordinance Igo. 2004-002-) (a.k.a., Palm Beach
County Living Wage Ordinance, hereinafter Ordinance)
Implementation
This information shall serve to notify the Contractor of the Ordinance's 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 be 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 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;
(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.
LW-1
Page 1650 of 2350
Agenda Item #24.
LIVING WAGE CERTIFICATION
Project: Pathw4y and Minor Construction Continuing Services Contract
Contractor Name: �� � =�� c� f h1 -L t, CY4 r,, e�� V' .
Contact Person: r�
Contractor Address:. 40
f, I .0zn-r- �--iNck, vce
Contractor Phone:
Amount of Contract: $26,200,000
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 Conty Living Wage Ordinance. 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 1'. (See Palm Beach County Code Section
2-149(b)(2)•)
The living wage for October 1, 2022, through September 30, 2023, is $13.67Ihour.
The contractor/subcontractor(s) shall post a copy of the following Notice to Employees (LW-3) at
the work site 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 coact.
IN AVISS T e undersigned has set his hand and affixed the-- orparate- Seal this _.
e� (f
'<5114d[�y V' 2
P _
(Author Ld tignare) '
(Corporate Seal.)
t tartiL'' i^..
w' Ll
(Print N me an4 Title)
LW-2
Page 1651 of 2350
Agenda Item #24.
LIVING WAGE ORDINANCE AND CERTIFICATIONS
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 EMPLOYEES: 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 $13.67 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-paint 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 (o) months thereafter.
Non -county employers shall supply a copy of the following statement to any employee upon
request within a reasonable time. Non -county employers shall forward a copy of the requirements
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 2022 through September 30 2023.
NOTICE TO EMPLOYEES NGLIS III.
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 $13.67 per hour. If you are not
paid this hourly rate, contact your supervisor or Palm Beach County.
r wr
NOTI19CACION A PATRONES _ SPANOL
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. patron que le pague a usted por to memos
$13.67 por hora. Si a usted no se le paga esta cantidad por Nora, pongase en contacto con su
supervisor o el' Condado de Palm Beach.
AVI POU ENPLWAYE-YO (CREOLE)
Si ke ou enplwaye you bay kek sevis you Komin-n Palm Beach -la, Ilapre la Lwa, Bos
travay-la sipoze peye-w o mwen $13.67 pa le. Si yo pa peye-w vale sa-a, se you-w kontakte
sipevize-w la o byen Komin-n Pa.lm. Beach -la.
(Authirizid Signature)
t,
i1
(Print Name d Title) -
LW-3
Page 1652 of 2350
Agenda Item #24.
CERTIFICATION OF COMPLIANCE WITH
THE LIVING WAGE ORDINANCE
The Ordinance states: "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 the Living Wage 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."
The County further 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 Dame (Print)
01
L
Authorized Officer: amelTitl (Print)
YIL�f
SidV ature
LW4
Page 1653 of 2350
Agenda Item #24.
SCRUTINIZED COMPANIES
As provided in F . S . 2 8 7.13 5, by entering into this Contract or performing any work in furtherance
hereof, the CONTRACTOR crties that ity its affiliates, suppliers, subcontractors and consultants
who will perform hereunder, have not been placed on the Scrutinized Companies that boycott
Israel List, or is engaged in a boycott of Israel, pursuant to F.S. 215.4725. Pursuant to F.S.
287.135(3)(b)5 if CONTRACTOR is found to have been placed on the Scrutinized Companies that
Boycott Israel List or is engaged in a boycott of Israel, this Contract may be terminated at the
option of the COUNTY.
When Contract value is greater than $1 million: As provided in F.S. 287.135, 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 scrutinized Companies with Activities in Sudan List or Scrutinized Companies with
Activities in. The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473 or is engaged
in business operations in Cuba or Syria.
If the County determines, using credible information available to the public, that a false
certification has been submitted by CONTRACTOR, this Contract may be terminated and a civil
penalty equal to the greater of $2 million or twice the amount of this Contract shall be imposed,
pursuant to F.S. 287.135. said certification must also be submitted at the time of Contract renewal,
if applicable.
The undersigned authorized person hereby has read and certifies that the above is adhered to.
Date
,� 4
-A-) J r 17r� Ala A ,PAJ :7�f rl � i■ '
� Company Name (Print)
r
. ",(/IV
A thorized Officer: ame/Title (Print)
�J
Sign re
SC-4
Page 1654 of 2350
Agenda Item #24.
STATE OF FLORIDA
Ss.
COUNTY OF PALM BEACH )
KNOW ALL MEN BY THESE PRESENTS: That we, Wynn & Sons Environmental
Construction Co., Inc. (Principal), and United States Fire Insurance Company
as Surety (Surety) are held and firmly bound unto Palm Beach County, a Political Subdivision of
the State of Florida, (County) in the amount of Five 5% percent of bid, lawful money of the
United States of America, for the payment of which sum will 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
transportation for and complete Construction of: PATHWAY AND MINOR CONSTRUCTION
CO GSERVICES CO CTPROJECT NO.2022063, in the County of Palm Beach,
State of Florida; and
WHEREAS, it was a condition precedent 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 amount 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 furnish a Public Construction Bond as required in sections
3-5 and 3-6 of the General Provisions within fourteen ( 14 ) consecutive business days of the date
of the letter of the Intent to Award Contract.
BB-1
Page 1655 of 2350
Agenda Item #24.
i i 1
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the bid of
the Principal be accepted and Principal, within fourteen I4) consecutive business days 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 furnish a
Certificate of Insurance, and a Public Construction Bond in the form included in the Bid Documents
and in an amount equal to one Hundred Per Cent (100%) of the total contract amount satisfactory, to
Palm Beach County, a Political Subdivision of the State of Florida, then this obligation shall be void,
otherwise the sum herein stated shall be due and payable to the County, and the Surety agrees to pay
said sum immediately upon demand of the County, in good and lawful money of the United States of
America, as liquidated damages for failure of the Principal.
Wynn & Sons Environmental
IN WITNESS WHEREOF, -ConstrUction Co_,1nCi _._,.___ as Principal herein, has caused these
presents to be signed in its name b its - Je and attested b its a � � y y � ,under
its corporate seal, andUnited States Fire insurance Company, as Surety herein, has caused these presents
to be signed in its name, by its Attorney -In -Fact , under its corpopt;e-seal,. this
r
4th day o f October
ATTE T •
�V(Signre)
1G� �
(Print ame)
itle)
ATTEST:
S1 ature)
Laura Kra`czewski
(Print Name)
Witness
(Title)
A.D., 20 22
f - Unn & s vronmental Construction
on oS.,eIanl
o
By.
�.
(Print Name)
06'es i
(Title)
United States Fire Insurance 9prnany (Seal)
By:
(Sur )
Brett A. Ragland
(Print Named
Attorney -In Fact and Florida Licensed Resideni Agent- ...r .'
(Title)
BB-2
Page 1656 of 2350
Aaenda I
POWER OF ATTORNEY
41TED STATES FIRE INSURANCE COMPANI
_�TCIPAL OFFICE - MORRISTOWN, NEW JERSE x
0261322
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has
made, constituted and appointed, and does hereby make, constitute and appoint:
John S. Harr * Joseph D. Johnson, Jr., Brett A. Ragland
each, its true and lawful Attorneys) -In -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 may 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 exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000)•
This 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 m the manner 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, 2023.
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
thereof? which Articles provide, in pertinent part:
Article rV. Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Nice -President,
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
whatsoever 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 III, 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 for 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 when 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 28th day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
Is NO- ftn%
Matthew E. Lubin, President
State of New Jersey }
County ofMorris }
On this 2$a' day of September, 2021, 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 officer 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.
�i�ii88A H. D'ALE,8Si0
NOTARY PI" OF WMf JEA6EY
SON am
Melissa H. D'Alessio (Notary Public)
I, 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.
r
IN WITNESS WHEREOF, I have hereunto set my han4 ataj -fixed the corporate seal of United States Fire Insuranee Company on the 4th day
of October 2022.
LMTED STATES FIRE INSURANCE COMPANY
Alfred N. Wright, Senior Vice President Page 1 & 5 7 of 23501
Agenda Item #24.
, NN & SONS ENVIRONMENTAL CONSTRUCTION CO. .
7268 BEWEDERE RD.
WEST PALM BEACH, FL. 33411
561-686-6077
561-686-2433 FAX
10l612022
PALM BEACH
COUNTY BID
-2022-063
"SIMILAR PROJECTS LISTING"
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO INC. has consistently held this annual contract for the last 9 years, completing similar
projects in the FOOT right of way, as well as projects for Road & Bridge, PBC water utilities,PBC parks, ERM, PBC airports,PBC school district,
as well as numerous projects all over Palm Beach County for City's and Towns. Our headquarters is on Belvedere rd in which we own 2
commercial properties, we employ over GB of The best Palm Beach County residents as employees. We own over 250 pieces of equipment,
and have the ability to SELF perform all of these line items.
Wynn & Sons Inc.
Page 1658 of 2350
Agenda Item #24.
cc
u
Ln
�Ln
V
a�
00
Q
a�
O
J
LL
IJ.
0
W
Q
H
N
z
O
0
W
J
Q
z
0
N
N
W
LL
0
a
0
z
a
W
z
N
C13
LL
0
16M
z
W
47
a
a
W
7
W
0 =
a
F� t
Agenda Item #24.
CERTIFICATE OF RESOLUTION
The undersigned hereby certifies that the following are true and correct statements:
r
t . That the undersigned is the {insarl title) of
lv�r.dd lwww r e '1 (insert business r�arx�e) 7
(insert business organization, i.e. corporation, LLC, LLP), organized and
existing in good standing under the laws of the Mate of (Firm), and that the following
Resolutions are true and correc esolutions adopted by the 4b - a A s (MSErt form of
nQnagemenr) of tb Firm on the ay off n aL�cordance with the laws of the State of
—(where Firm is organized) of the Flrrn, and
65 _g2 r (governing dements) of the Finn.
RESOLVED, that the Firm shall enter into that certain Contract between Falco Beach County, a political
subdivision of the State of Florida, and the Firm, a copy of which is attached hereto, and be it
FURTHER RESOLVED, that _ _ the
c _ . of the Firm, is hereby authorized a d instructed to execute such Contract
and Lch other instruments as may be necessary and appropriate for the Finn to fulfill its obligations under
the Contract.
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.
3. 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 full
power -and authority to enter into such Contract.
Irdf " , SS WHEREOF, the undersigned has set his/her hand I affixed the Seal of the Firm
the day o ,2. 2Z:�
�x ignature)
(SEAL)
R �
AA)
x
a
- (Print Nam d Title)
STATE- OF Inte
T COIN TY OF_
The foregoing instrument was acknowhL ged before me by means of " physical presence or
El online notariz 'on, this day of _ 20 z
by (namq)aS (fitle) for /L&*u;rj5A74
7
_ (firm), on behalf of the (choose one) corporation company / artnership, who is
personally known to or ❑ has produced J (type ofi id n fication.
F.
,tea; Sigvfu
c, #;.t
(Stamp/Sear a
mow
�
C Time
�1
s y commission Ex i s _
CC-1
Page 1660 of 2350
Agenda Item #24.
STATE OF FLORIDA
COUNTY OF PALM BEACH
CONTRACT
>ss R2023 0255
This Contract, made and entered into on gR 4N23by and between PALM BEACH
COUNTY, a Political Subdivision of the State of Florida, by and through its Board of County
Commissioners (hereinafter `County"), and Wynn & Sons Environmental Construction Company,
Inc., Florida, and its heirs, executors, administrators and assigns, (hereinafter "Contractor'):
wITNESSETH: The Contractor agrees with the County, for the consideration herein mentioned
at its own proper cost and expense to do all the work and furnish all necessary labor, Materials,
Equipment, machinery, tools, apparatus, services, state workers' Compensation and
unemployment compensation taxes incurred in the performance of the Contract, and means of
transportation for the complete construction of:
PROJECT NAME; PATHWAY AND MINOR CONSTRUCTION CONTINUING
SERVICES CONTRACT
PROJECT NO.. 2022063
IN THE AMOUNTS specified in work Orders which may be issued by the County. The County
is not required to issue any work Orders hereunder. The total value of work Orders issued under
this Contract shall not exceed Twenty Six Million Two Hundred. Thousand Dollars
($26,200,000.00), 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 Work with
adequate forces and Equipment within five (5) working Days of the notice to commence for the
Work Order being issued for a specific project and to fully complete all contracted work under
the same in accordance with Contract Documents. 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 ensure 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 1661 of 2350
Agenda Item #24.
IN WITNES S WHEREOF, the Parties have caused this Contract for Pathway and Minor
Construction Continuing Services Contract, Project No. 2022063 to be executed and scaled the
day and year first written above.
APPROVED AS TO TERMS
AND CONDITIONS
By:4�! F
Morton L. Rose, P.E.
Director of Roadway Production
CONTRACTOR:
SON ENVIRONMENTAL
CONSTRUC , COMPAl�TY, INC.
B,
(Signal I
(Corporate Name)
a corporation
(insert state of incorporation)
(Print signatory ' ame)
AQ!A-r
{Print signatory's tatl
J�
(Date)
Corporate Seal)
r
s '
ATTEST WITNESS:
(Print Witness Name)
C-2
Page 1662 of 2350
Agenda Item #24.
CONTRACT
{SIGNATURE PAGES CONTINUED}
ATTEST.
Joseph Abruzzo Ar �+
% P
Clerk of the Circuit C%rya
ar
�i
40
y. jr C-0 .
C'.Oor Deputy Cle �� ..� � S� � ����-
1�. % aw�`
APPROVED AS TO �,ORM
AND LEGAI461IFFICIENCY
,J'?+�za�eta B. Herman
Assistant County Attorney
COUNTY:
R2023 0255
MAR 14 20D
Palm Beach County, a political Subdivision
of the State of Florida, by and throui its Board of
County Commissioners
B �.
gg Weiss, Mayor
C-3
Page 1663 of 2350
Agenda Item #24.
CFN 20220483895
OR BIB 34001 PG 1014
RECORDED 12n12022 1:42 PM
Palm Beach County, Florida
Joseph Abruzzo, Clerk
Pgs: 1014 - 1019; (6pgs)
PUBLIC CONSTRUCTION BOND
BOND NUMBER:
602-136208-8
BOND AMOUNT:
$1, 000$000.00
CONTRACT AMOUNT:
$262200,000
CONTRACTOR'S NAME:
Wynn & Sons Environmental Construction Co. Inc.
CONTRACTOR'S ADDRESS:
72..$Plvedere
.E
West Palm Beach. FL 33411
CONTRACTOR'S PHONE:
(561-1686-6077
SURETY COMPANY:
United States Fire Insurance Company
SURETY ADDRESS:
305 Madison Avenue
_
Morristown, ICJ 07962
SURETY PHONE:
(973)490-6600
OWNER'S NAME:
Palm Beach County
Cf.? ..� OWNER'S ADDRESS:
2300 North Joo Road, Suite 3W-33
West Palm Beach, FL 33411-2745
OWNER'S PHONE:
561-684-4150
PROJECT NO.:
2022.063
DESCRIPTION OF WORD:
Pathway and minor construction
PROJECT LOCATION:
Coun€vwide
LEGAL DESCRIPTTON:
No legal description is available. The hest description available is
as indicated on the Project Location above.
PCB-1
Page 1664 of 2350
Agenda Item #24.
PUBLIC CONSTRUCTION BOND
This Bond is issued in favor of the County conditioned on the full and faithful performance of the Contract
KNOW ALL MEN BY THESE PRESENTS: that Contractor (Principal) and Surety, are held and fmnly
bound unto:
Palm Beach Count %- Board of County Commissioners
301 N. Olive Avenue
West Palm Beach . Florida 33401
As Obligee, herein called County, for the use and benefit of claimant as herein below defined, in the amount
of:
$ 1,000,000.00
for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
W11JEREAS, Principal has by written agreement dated_ 120 , entered into a Contract
with the County for:
Project Name:
Pathway and Minor Construction Continuing Services
Contract
Project No.:
2022063
Project Description:
See Page PCB-1
Project Location:
See Page PCB-1
in accordance with Design Criteria Drawings and Specifications prepared by:
Name of EngineeringlAmbitectural Firm:
TBD
Location of Firm:
TBD
Phone:
TBD
Fax:
TBD
which Contract is by reference made a part
hereof in its entirety, and is hereinafter referred to as the
Contract.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the Contract dated _ between Principal and County for the construction of the
project as described above, the Contract being made part of this bond by reference, at the times and in
the manner prescribed in the Contract; and
2. Promptly males payments to all claimants, as defined in Section 255.05, Florida Statutes, supplying
Principal with labor, Materials, or supplies, used directly or indirectly by Principal in the prosecution
of the work provided for in the Contract; and
3 Pays County all losses, damages (including liquidated damages), expenses, costs, and attorneys fees,
including appellate proceedings, that County sustains because of a default by Principal under the
Contract; and
PCB-2
Page 1665 of 2350
Agenda Item #24.
1
PUBLIC CONSTRUCTION BOND
4. Performs the guarantee of all Work and Materials furnished under the Contract for the time specified in
the Contract, then this bond is void; otherwise it remains in full force.
5. Any changes in or under the contract documents and compliance or noncompliance with any formalities
connected with the contract or the changes does not affect Surety's obligation under this bond 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.
7. 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
Performances Labor and Material Payment Bond. Principal and Surety acknowledge that any such
provisions lie within their obligations and within the policy coverages and limitations of this instrument.
8. Section 255.05, Florida Statutes, as amended, together with all notice and time provisions 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 form, shall be construed and deemed a
statutory bond issued in accordance with Section 25 5.0 5 Florida Statutes. f ► r
9. Any action brought under this instrument shall be brought in the state court of competent jury sdietioYi,"ite ,,
Palm Beach County and not elsewhere. r .
Seal) t
ATTES Wynn & So Environmental Construction Co., Inca
By-
(SI (Pruned.
(Print N (Print l a7me'
(Title) (Title)
Laura Krajczewski
(Print Name)
(Seal)
United States Fire Ins ranee Company
-- By. 4 t }
Brett A. Ragland _
(Print Name)
Witness Attorney -In -Fact ands ridgy LLic�ndsed-Resident Agent
(Title).:i rtle
PCB-3
r
Page 1666 of 2350
Agenda Item #24.
PUBLIC CONSTRUCTION BOND
PROJECT NO.: 2022063
DESCRIPTION OF WORK: PatbWay and minor construction
PROJECT LOCATION:
countywide
SURETY COMPANY:
United States Fire insurance Company
SURETY ADDRESS:
305 Madison Avenue
-1_lordstown+ i J__
SURETY PHONE:
(973)490-6600
BOND ER:
602-136208-8
BOND AMOUNT:
$1 , 000,000.00
CONTRACT AMOUNT:
$265200,000
As the Surety Company for Wynn & Sons Environmental Construction Co., Inc. we have executed the
captioned bond. Because the contract date is unknown, we have left the bond(s) undated. Asa duly
authorized Attorney -in -Fact for the Surety, United States Fire Insurance Company , permission
is hereby granted to Palmy Beach County to fill in the contract date on the bond(s) and power of attorney
when that date is known. Also, the "signed and sealed" date on the bond(s) should be completed.
PCB-4
Page 1667 of 2350
e m 97
POWER OF ATTORNEY
NITED STATES FIRE INSURANCE COMPANY
.tNCIPAL OFFICE - MORRISTOWN, NEW TERSE _
0261323
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has
made, constituted and appointed, and does hereby make, constitute and appoint:
John S. Harris, Joseph D. Johnson, Jr., Brett A. Ragland
each, its true and lawful Attorneys) -In -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 may 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 exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000).
This 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 manner 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, 2024.
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
thereof, which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President,
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
whatsoever 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 II1, 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 for 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 when 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 28" day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
Matthew E. Lubin, President
State of New Jersey }
County of Morris )
On this 281h day of September, 2021, 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 officer 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.
MELI1M H. VALESM
NOTE PUM OF NEW JERSEY
my Cm*ka bpkw VMS
Melissa H. D'Alessio
(Notary Public)
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,--'6cjr:porate seal ;f United States Fire Insurance Company on the day
J } t
of 20 '.
UNITED STAT1.-S FIRE INSURANCE COMPANY
Sat
i r
Alfred 11. W g t, Senior Vice President
Page 1
Agenda Item #24.
INS ONCE/SURETY HONDS
J(.)SCOON
December 0, 2022
Palm Beach County
2300 North Jog Road, Suite 3W-33
Vilest Palm Beach, FL 33411
RE: Authority of Date Bonds and Powers of Attorney
Principal: Wynn & Sons Environmental Construction Co., Inc.
Project: Pathway and Minor Construction
Project No: 2022063
Bond No. 602-136208-8
To whom It May Concern;
Please be advised that as Surety on the above referenced bond, we hereby authorize the Palm
Beach County to date the Performance and Payment Bonds, Powers of Attorney, and form of
guarantee for the above captioned project concurrent with the date of the contract agreement.
United States Fire Insurance Company
3*et. ag nd,
Attorney -in act and Florida
-Licensed Resident Agent
arm �, • .
t
P.O. Drawer 672 • Orlando, FL 32802-0672 * 81='1 N. Orange Avenue, Suite 510 * Orlando, FL 32801-5202 (407) 843-1120
(800) 331-3379 * FAX (407) 843-5772
Page 1669 of 2350
Agenda Item #24.
U
0
cc
low
O u
w4c
u0
(A�-
0
m
w�
0z
0
u
m
w
r
z
LU
t�
a
m
CL
w
z
oC
0
z
0
w
CL
cc
0
ui
a
Ix
M
t I i
�.�
Ets
CL
W
w
0
a
LM
0
M
4400
's
C Q
4) c
Ib.. 010
�A
ONO
0
E■
�.
206 �
_0
Ile
d� 0
0
06 U �a �
A
0 m a im
z
0
J3
CL c=
> 0 000
0
z
0 �
z
z
Carr45
U. 9 r=
a
�U-
z
CIE �
m
a
'r 0 Q
C
06
o` 4 �v
E4jV
�aLa =a'�
M E
,... *00
z
40 00 0
jo
a
W (A A vs a c
https:lldiscover pbcgov. orgloebolPageslDocuments. aspx
4U
0
Z
Pc-1
Page 1670 of 2350
Agenda Item #24.
0EB0 SCHEDULE 4 — suBcoNTRAcToRAUBCONSULTANT PAYMENT CERTIFICATION
A properly executed Schedule 4 shall be submifted for each ,Subcontractorlsubmnsul#ant after receipt of payment from the Prim. The
Prime shall submit this form mcith each payment application or invoice submitted to the County when -the COUNTY has paid the Prime on
the previo,us payment application for services prorrided by a Subcontractor/subconsultant. All named_5_ubcontraetors/subc_onsultants on
---------- -- --- - this #armmust also complete and submit a separate -Schedule 4 after receipt of payment. If the Prime is an S/M/WBE, completion of a -
Schedule 4 is also required to document all portions of wank performed by their work force. A completed release of lien form can. be
submitted in lieu of a Schedule 4.
This is to certify that
(Monthly) pr (Finalj payment of $
on
tlrlM D[ yyyy
On
(Project Name)
(Subcontractor/subconsuftant Name)
for my
movith
received a
from
-(Prune Contractor Name)
invoice for labor andlor materials supplied
DEBT„ . 'TASK ORDER/WORK ORQER/DEUVERY ORQWRURCHASE ORDER/ NO.:
PRIME CONTRAC OR/CONSULTANT-VENDOR CODE:
SURCONff ACTOR/SUBCONSUETANT VENDOR CODE:
(Project No.)
If the undersigned i nter�ds to distribute any portion of this payment to Wither Subcontractor/subconsultant, please list the -business
i name and the amount below accompanied by a separate properly ex&uted Schedule 4.
I�
By:
Name of 2"13rd tier Subcontractor/suboansultant
(Signature of Subcontractar/subconsultant)
STATE OF FLORIDA
COUNTY OF
.Price or Percentage:
Warne & Tide cif Person executing on behalf of Subcontraa orl
,subcortsultant)
The foregoing instrument was acknowledged before me by means of El physical presence or C online notarization, this
"y of - - (year), by _ _ (nam,e.of person
.acknowledging).
Notary Public, State of Mrida
Print,, Type or Stamp -Co m- missioned flame of Notary
Personally Known Oft Produced Identification Type of -Identification
https:lldiscover.phcgov. orgloebolPages/Documents. aspx
PC-2
Revised :1213 /2019
Page 1671 of 2350
Agenda Item #24.
CF FICATION OF SUBLET A :K
PALM BEACH COUNTY ENGINEERING AND PUBLIC WORDS DEPARTMENT
ROADWAY CONSTRUCTION SITES
PATHWAY AND .MINOR- CONSTRUCTION CONTENL11NG SERVICES CONTRACT
PALM BEACH COUNTY PROJECT NO.2022063
Pursuant to section 8-1 of the Florida Department of Transportation Standard Specifications for
Road and Bridge Construction the Contractor shall "not, s ell, transfer, assign or otherwise dispose
of the Contract or Contracts or any portion thereof, or of the right, title, or interest therein, without
written consent of the Department. If the Contractor chooses to sublet any portion of the Contract,
the Contractor must submit a written request to sublet work on the Certification of Sublet Work
form developed by the Department for this purpose. With the Engineer's acceptance of the request,
the Contractor may sublet a portion of the work, but shall perform with its own organization
work amounting: to not less than 40% of the total Contract amount."
Subcontractor
Name
Subcontract to
Whom
work Description
Total Amt Sublet
)4/ it
-
,S'57 It?#
All pertinent provisions and requirements of the Contract Documents will be part of any subcontracts. It is agreed that
an executed or a certified copy of the subcontract will be submitted upon request, to Palm Beach County (County).
All sublets will be in continued compliance with all. Contract provisions and that the Contractor will continue to
perform the minimum percentage of the Contract Work with its own organization, as required by said Contract. It is
recognized and agreed that, as Contractor, the Contractor remains responsible for the proper performance of all
requirements of said contract and the County does not relieve or release the Contractor and its Surety or either of them
of any liability under the Contract Bond. The Contractor certifies that firms or individuals, debarred or suspended by
the FHWA or the County, are not being used as subcontractors. A false statement or omission made in connection
with this certification is sufficient cause for suspension, revocation, on denial of qualification to bid, and a
determination of non -responsibility, and may subject the person and/or entity making the false statement to any and
all civil and criminal penalties available pursuant to applicable Federal and State Law
Company Name. Authorized Officer. r
Address: � '- Signature-.VO
Z24 }�_2 PAW-
Page 1672 of 2350
Agenda Item #24.
ai
� C
p.0
E
EC)
Cc
A C3
C
� C •�
d0co
0
r
o
�
E
r
m
7
2
CM7
p,
o
C
D
to
N
�
�
y
rt+
W
m
r+
W
Q
a
o
IL
� c
c
:v
AL
L
M
.�
E
It
C
T.•
m
d
,c
c
fl
C
W
E
C C
o a
M
= m
7
a
i C
j:
iV
N
O
T
L
E
40
a
Z
cm
C
a
a
�
y
v
x
0
a
0
J �
c6
J m ca
C 0
Q
{rj
N CM7 CM]
Q N N
N 0 C►
cry N N
N Cri cr]
iz iz iz
N
N N CV
O CV CV
N a v
1
N
r i
a
r-
n rWn a
C �
0 c
� c �
� — o
� � a
W
3 c �c
cv co +
CD m
aE.cE�E
�❑ mo •_�
¢0 caU m€�
d Q Q
c
0
N
E
E
0
C
U
C 0
2 C
N �
L) t
m
m
E
(n d
V
i
3
C
0
V W
d Q a
w Q G
iR lz 0
Page 1673 of 2350
Agend em #24.
DATE tM MID anrYYY)
AACCOR � CERT,LIA ILIT
,ATE OF LIABILITY INSUR* #E 12J12,2022
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 OVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING 1NSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME:
Atlantic Pacific Insurance PHONE E�ct : (561) 624-1800 mac, No)': (561) 626-3153
11382 Prosperity Farms Road E-MAIL
ADDRESS:
Suite 123 INSURER(S) AFFORDING COVERAGE NAIC #
Palm Beach Gardens FL 33410 INSURER A: Security National Ins Co 33120
INSURED INSURER B : Auto -Owners Insurance Co 18988
Wynn & Sons Environmental Construction Inc INSURER C : Lloyd's of London
7268 Belvedere Road INSURER D : Bridgefreld Employers Ins. Co. 10701
INSURER E . Travelers Propery Casualty Company of America
West Palm Beach FL 33411 INSURER F :
COVERAGES CERTIFICATE NUMBER: 2022 Master REVISION NUMBER:
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 CONTRACTOR OTHER DOCUMENT WITH 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS.
iNSR
LTR
TYPE OF INSURANCE
INSD
WVD '
POLICY NUMBER
POLICY EFF
MMIDD-' ''YY
POLICY EXP
{MMIDDfyY")
LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
EACH OCCURRENCE
$ 11000,000
PREMISES (Ea occurrence)
$ 100,000
ME❑ EXP (Any one person)
$ Excluded
PERSONAL & ADV INJURY
$ 1,000,000
A
Y
SES17995801
07103/2022
07/03/2023
GEN'LAGGREGATE
LIMITAPPLIES PER:
POLICY [g JEROT-F-] LOC
GENERAL AGGREGATE
$ 2,0000000
PRODUCTS - COMP/OP AGG
$ 210001000
$
OTHER_
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea accident`
$ 1,000,000
BODILY INJURY (Per person)
$
X ANY AUTO
B
OVVNE❑ SCHEDULED
_ AUTOS ONLY AUTOS
5173751502
07/23/2022
07/23/2023
BODILY INJURY (Per accident)
$
HIRED x NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
Per accident
$
PIP
$ 101000
X
UMBRELLALIAB
HCLAIMS-MADE
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
C
EXCESS LIAB
SCX1036122
07/03/2022
07/03/2023
DED /1 RETENTION $ 0
$
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y 1 N
ANY PROP RI ETORIPARTNERIEXECUTIVE �
OFFICER/MEMBER EXCLUDED?
{Mandatary in NH)
NIA
-
083039458
d710312022
D710312023
X STER ATUTE X OTH-
ER
E.L. EACH ACCIDENT
$ 1,000°000
E.L_ DISEASE - EA EMPLOYEE
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L_ DISEASE - POLICY LIMIT
1,000,000
$
E
Contractors Equipment
QT-660-3E978765--TIL-22
05/03/2022
05/03/2023
Scheduled
Rented/Leased
$2,398,555
$2500000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Palm Beach County Board of County Commissioners, a Political subdivision of the State of Florida, its officers, employees and agents are addtional insured
with respects to General Liability when required by written contract.
i
CERTIFICATE HOLDER CANCELLATION
Palm Beach County Engineering & Public Works Roadway
Production Division
2300 N Jog Rd 3rd FI West Wring
Vilest Palm Beach FL 33411
SHOULD ANY of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 26 (2016103) The ACORD name and logo are registered marls of ACORD
Page 1674 of 2350
Agenda Item #24.
Participation Form
___.SmallBusine.ss Enterprise_(SBE)/.Affirmative_P_rocuxement I.nitiative..(AP._I)/ -
Minority/Women Owned Business Enterprise (M/WBE)
PROJECT
PROJECT NO.,
The Contractor's proposed Small Business Enterprise (SBE) goal for this project
was % /Affirmative Procurement Initiative (API) placed on this
contract was %.
The Contractor achieved a Small Business
participation/Affirmative Procurement Initiative (API) of
end of this project.
Enterprise (SBE)
at the
The Contractor's proposed Minority/Women Owned Business Enterprise (MJVv`BE)
goal for this project was %.
The Contractor achieved a Minority/Women Owned Business Enterprise (NVWBE)
participation of % at the end of this project.
CONTRACTOR:
PRINT NAME:
DATE:
CONST-1
Page 1675 of 2350
Agenda Item #24.
CHANGE ORDER
---Owner Initiated - ---Quantity Overruns/U-nderruns----
Differing Site Conditions Request By Another Agency/Outside Party:
Zoning/Code/Ordinance Changes
Errors/Omissions/In Design A. Reimbursable _ B. Non -Reimbursable
Other:
PROJECT: CHANGE ORDER NO:
(Name) COUNTY PROJECT NO:
TO: CONTRACT DATE:
(Contractor) RESOLUTION NO:
DISTRICT NO:
You are directed to make the following changes in this Contract:
The original Contract Sure was , —4 $
Net change by previous Change Orders $
The Contract Sum prior to this Change Order was $
The Contract Sum will be increased by this Change Order $
The new Contract Sure including this Change Order will be $
The Contract Time will be increased by. 0 d 0 F } Days
The Date of Completion including this Change Order therefore is
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 MODIFICATIONS) CONSTITUTES, IN WHOLE OR PART, A
CARDINAL CHANGE TO THE CONTRACT.
CONTRACTOR
Address
NAME:
SIGNATURE
TITLE:
DATE:
CoNST-2
Page 1676 of 2350
Agenda Item #24.
REQUEST:
F-1WORK ORDER NO.
[:]NEW AUTHORIZATION
CHANGE ORDER NO.
SUPPLEMENTAL NO.
00THER'.
PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS
ENGINEERING & PUBLIC WORKS DEPARTMENT
P. O. BOA! 21229, WEST PALM BEACH, FL 33416-1229
REQUESTING DIVISION:
❑ROAD & FJTRAFFIC
[7 ROADWAY PRODUCTION
0 CONSTRUCTION COOR.
E]SiREETSCAPE
INFORMATION:
DATE
REQU ESTOR
COMMISSION DISTRICT NO:
RESOLUTION NO:
PBC PO NUMBER;
PROJECT LOCATION/LIMITS:
PROJECT NUMBER BUDGET LINE ITEM:
CONTRACT NO: CONTRACT DATE:
CONTRACTOR/CONSULTANT/VENDOR: VENDOR #
CONTACT: CONTACT PHONE NUMBER:
Details:
The total amount of this request, per the attached documentation, is not to exceed $ _
The Contractor's proposed Small Business Enterprise (SBE) goal for this project was Quo.
The Affirmative Procurement Initiative (API) placed on this contract was % .
The estimated SBE participation/API for this request is. aka.
The cumulative SBE participation/API to date for this Contract including this request is
The Minority/Women. Owned Business Enterprise (MMSE) API for this contract is The estimated MIWBE
participation for this request is The cumulative MMBE participation to date for this Contract including this
request is %.
Palm Beach County Engineering and Public Works Contact:
Alpert W. Hoffman Director. Construction Coordination : 561-684-4180
Name Title Telephone Number
CONTRACTOR/CONSULTANT/VENDOR APPROVALS Please sign below and submit with invoice at the
Please indicate your receipt of this request by signing and completion of the project. Project completed in
returning this original document to our office. compliance with Contract and Project Specifications.
Signature Date Signature Date
Print Name and Title Print Name and Title
PALM BEACH COUNTY APPROVALS BOARD APPROVAL? No Date:
Division Approval Date Budget Approval Date
Deputy County Engineer Date Contract Review Committee (when required) Date
CONST 3 Page 1677 of 2350
Agenda Item #24.
FORM OF GUARANTEE
BOND NO, 602-136203-8
GUARANTEE FOR (Contractor and Surety Name) Wynn &Sons Environmental Construction Co., Inc.
and ,United States Fire Insurance Company
We the undersigned hereby guarantee that the Pathway and Timor Construction ContinuiM Services
Contract (Project), Project Number 2022063. Palm Beach County, Florida, which we have constructed and
bonded, has been done in accordance with the plans and specifications; that the work constricted 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 dmnaged in so doing, that may prove to
be defective in the workmanship or materials within the warranty period of one year frorn the date of Final
Completion of all the above named work by the County of Palm Beach, State of Florida, without my
expense whatsoever to said County of P ahn Beach, ordinary wear and tear and unusual abuse or neglect
excepted by the County, when correction work is started, it shall be carried through to completion.
In the event of our failure to acknowledge notice, and commence corredtions of defective work within. five
(5) calendar days after being notified in writing by the Board of County Commissioners, Palm Beach
County, Florida, area 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 55 S shall not apply to this contract.
Jii;:
Bated
(notice of completion filing date)
SEAL AND NOTARIAL L ACKNOWLEDGEMENT OF SURETY
Wynn &Sons Environmental Construction Co. Inc.
By. 7ntractor)
6 1 i �A
(Signature)
United States Fire Insurance Company
�etY)
Byq -Nor
(Signatur4)
7". D
....... . ................. . . . . . . 0." 4. -U)-f
(Printed N and Title
_ (Seal)
Brett A. Ragland
Attorney -In -Fact and Florida Licensed Resident agent
(Printed Nwne and Title)
CONST-4
Page 1678 of 2350
0
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPAi ,
PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY
0261323
KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has
made, constituted and appointed, and does hereby make, constitute and appoint:
John S. Morris, Joseph D. Johnson, Jr., Brett A. Ragland
each, its true and lawful Attorneys) -In -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 may 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 exceeding: Seven Million, Fire Hundred Thousand Dollars ($7,500,000).
This Power of Attorney Iimits 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 manner and to the extent therein stated.
This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 31, 2024.
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
thereof, which Articles provide, in pertinent part:
Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President,
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
whatsoever 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 III, Officers, Section 3.111, 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 signaturep; 1 ithographed 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 for 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 when 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 28'i' day of September, 2021.
UNITED STATES FIRE INSURANCE COMPANY
Mate of New Jersey
Matthew E. Lubin, President
�
County of Morris )
On this 2811 day of September, 2021, 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 officer 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.
MELIM H. V
WTA YK"OFWWAM
Comdulon 0 W125M
Nnttu�.1 01 hk*o'�
Melissa H. D'Alessio
(Notary Public)
I, 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 of United States Fire Insurance Company on the day
of 20
UNITED STAVES ?F`IRE INSURANCE COMPANY
�.
` •74-` �r • /ram ``� ••� e
J -
��^ '" • ► IfrPd IN. Wright; Senfor Vice President
Page_1679 of 2350
Agenda Item #24.
CONSENT OF SURETY FOR FINAL PAYMENT
BOND NUMBER:
PROJECT NAME:
PROJECT LOCATION:
PROJECT DUMBER: CONTRACT NUMBER:
CONTRACT DATE:
In accordance With the provisions of the above named Contract between the County and the Contractor,
the following named Surety Company:
[name and address of Surety]
On the PUBLIC CONSTRUCTION BOND of the following named Contractor:
[name and address of Contractor]
hereby 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 Count . Board of County Commissioners. 301 N. Olive Avenue. West Palm Beach. Florida 33401,
as set forth in said Surety Company's bond:
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this _ day of
(Attest) Witness Signature
(Witness Printed Name)
(Seal)
(Name of Surety Company)
(Signature of Surety's Authorized Representative)
(Printed Name and Title)
CONST-5 Page 1680 of 2350
Agenda Item #24.
FINAL WAIVER AND RELEASE OF CLAIM
KNOW ALL BY THESE PRESENTS that the undersigned,_ to induce the final p ayment In the sure
of $ - , and ether valuable considerations and benefits to the undersigned accruing
does upon receipt of payment waive, release and quit claim all claims or demands of every kind whatsoever
against the project, commonly known as "Project",. and Palm
Beach County, Florida, on account of work and labor performed, and/or materials furnished in connection
with the above described Project, or any part thereof.
It being understood that this is a Final Waiver and Release of Claim, and the undersigned warrants
that no assignment of said claim, nor the right to perfect a claim against any real estate by virtue of the
accrual of said payment, has or will be made, and the undersigned has the right to execute this Final Waiver
and Release, and that all laborers employed by the undersigned in connection with the Project, to the extent
of the payment herein referred to, have been fully -paid and all materials, supplies and personnel are free
and clear of conditional bill of sale and/or retain title contracts.
IN WITNESS WHEREOF, I have hereunto set my and seal and I hereby acknowledge that the
foregoing statements are true and correct this day of , 20
WITNESS: CONTRACTOR
Signature
Print Name
STATE OF FLORIDA
COUNTY OF
Company Name
BY
Signature
Print Marne
Title
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online
notarization, this day of , 2 O , by
as
for
(title of officer/member/partner) (name of corporation/company/partnership)
, on behalf
of the _ _ ,who is ❑personally known to me or has
[choose one] corporation/company/partnership
produced ___(type of identification) as identification.
(Signature of Notary Public -State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
CONST-G
Page 1681 of 2350
Agenda Item #24.
STATE OF FLORIDA
COUNTY OF
Before me the
Form 1
undersigned authority in said county and state, per. nally appeared
who being first duly sworn, deposes and says that he is:
(a) President (or Vice President) of
corporation authorized to do business under the laws of Florida and which Corporation is the contractor;
(b) a partner of the firm of
composed of
under the name of
(c) the individual
on project No.
F o
and doing business
which firm is the contractor;
OR
who, doing business
Road
in
County, Florida, under Resolution No.
the day of
knowledge that:
under the trade
�is the contractor,
name of
with the County of Palm Beach dated
20 ; that the deponent mows of his own
1. The said contract has been complied with in every particular by said contractor and that all parts of the
work have been approved by the Director of Construction Coordination of the County of Palm Beach.
2. The contractor has not offered or made any gift or gratuity to, or made any financial transaction of any
nature with, any employee of the Department in connection with obtaining or performing said contract.
3. All amounts payable for labor, materials or otherwise, in connection with said contract and work, have
been paid except for normal sub -contract retainages, which will be satisfied upon payment and/or release
of retainage withheld under this contract.
4. There are no claims or suits pending against said contractor or anyone in connection with the work
done, materials furnished or otherwise under said contract, except as listed below. As to any such exception
listed below, the contractor has stated the name of the entity making claim, the name of the entity against
whom the claim is being made, and demonstrated below good cause as required by Section 337.11(10)(b),
Florida Statutes.
(Affix Corp. Seal)
(Deponent)
(Print Name)
(Title)
CoNST-7
Page 1682 of 2350
Agenda Item #24.
CONTRACTOR.:
PROJECT:
Form 2
We, the , having heretofore executed a
performance and payment bond for the above named contractor covering the project and road described
above hereby agree that the County of Palm Beach may make full payment of the final estimate, including
the retained percentage, to said contractor.
It is fully understood that the granting of the right of the County of Palm Beach to make the payment
of the final estimate to said contractor and/or his assignee, shall in no way relieve the surety company of
its obligations under its bond, as set forth in the specifications and contract, including an amendments
hereto, pertaining to the above project and road.
IN WITNESS WHEREOF, the
Instrument to be executed on its behalf by its _
authorized attorney in fact, and its corporate seal
, A.D. 20
SURETY COMPANY
(AFFIX SEAL)
(Power of Attorney must be attached
if executed by Attorney in Fact)
STATE OF FLORIDA
COUNTY OF
to be hereto affixed, all on this
II
has caused the
and/or its duly
day of
It's Attorney in Fact
The foregoing instrument was acknowledged before me by means of ❑physical presence or ❑online
notarization, this day of a 20 , by as
for ,
(e.g. attorney in fact) (name of Surety)
on behalf of said surety, and who is ❑ personally known to me or has
produced (type of identification) as identification, and who acknowledges that [circle one]
he/she executed said instrument for the purpose therein expressed and that [circle one] he/she has due and
legal authority to execute the same on behalf of said surety
(Signature of Notary Public -State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
Countersignature:
Required ONLY if executed by Non Florida Resident Agent
CONST-S
Page 1683 of 2350
Agenda Item #24.
I
(NAME)
OF
RECORD of CONSTRUCTION MATERIALS
AFFIDAVIT
2
(NAME OF FIRM)
(TITLE)
I solemnly swear and affirm, that as Prime Contractor, the work under the above -named contract and all
amendments thereto have been completed and materials supplied in accordance with the requirements of
said contract. I have preserved in my files, for inspection by the Department, all invoices and records of
materials as required by Article 9-7 of the applicable specifications. These records include all materials
purchased by subcontractors and represent all commercial construction materials used in the construction
of Project No. _ .
(Contract No. _ ) in County, and that
the information is true and correct.
Signed
STATE OF FLORIDA
COUNTY OF _
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online
notarization, this day of , 20 , by
as - for , on behalf
(title of officer/member/partner) (name of corporationlcompany/partnership)
of the_ _ _ ,who is ❑ personally known to me or has
[choose one] corporation/company/partnership
produced (type of identification) as identification.
(Signature of Notary Public -State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
CONST-9
Page 1684 of 2350
Agenda Item #24.
DISBURSEMENT OF PREVIOUS PERIODIC PAYMENTS To SUBCONTRACTORS
DATE:
-PROJECT: -
PROJECT NO:
TO APPLY TO MONTHLY ESTIMATE FOR , 20_
(Month)
prime contractor for the
above referenced contract, hereby certifies that all subcontractors having interest in this contract have received their
pro rata share of all previous periodic payments made by the County for all work completed and materials and
equipment furnished under the contract, except for $ which is in dispute with
(leave blank if fully paid) as a result of back charges (attach explanation
of back charges, if applicable). The term "subcontractor", as used herein, shall also include persons or firms
furnishing materials, or equipment incorporated into the work or stockpiled in the vicinity of the project for which
partial payment has been made by the County, and work done under equipment -rental agreements.
THIS AFFIDAVIT IS DONE WITH THE UNDERSTANDING THAT CONTRACT PAYMENTS ARE BASED
ON THE TRUTH AND VERACITY OF THIS DOCUMENT AND ANY MISREPRESENTATION HEREUNDER
COULD RESULT IN AN ACTION FOR BREACH OF CONTRACT AND/OR LOSS, REDUCTION, OR
RETENTION OF FUTURE CONTRACT PAYMENTS.
Contractor
6ignature
,Vrint Name
1 atle
STATE OF FLORIDA
COUNTY OF
The foregoing instrument was acknowledged before me by means of ❑physical presence or
❑ online notarization, this _day of _ , 20_, by _
as _ for _ on behalf
(title of officer/member/partner) (name of corporation/company/partnership)
of the _ ,who is 13 personally known to me or has
[choose one] corporation/company/partnership
produced
_ (type of identification) as identification.
(Signature of Notary Public -State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
CONST-l0
Page 1685 of 2350
Agenda Item #24.
DISBURSEMENT OF FINAL PAYMENT TO SUBCONTRACTORS
DATE:
PROJECT: PROJECT NO:
TO APPLY TO FINAL ESTIMATE NO. , 20
-prime - -c ntra-ctcor- f r--the`ab-ov referenced - contract- -hereby -
certifies that all subcontractors having interest in this contract have received their pro rata share of all previous
periodic payments made by the County for all work completed and materials and equipment furnished under the
contract, except for $ which is in dispute with (leave
blank if fully paid) as a result of back charges (attach explanation of back charges if applicable). The term
"subcontractor" as used herein shall also include persons or firms furnishing materials, or equipment incorporated
into the work for which final payment has been made by the County, and work done under equipment -rental
agreements.
The following are to be paid from the final payment:
Sub -Contractor or Supplier Amount
Sub -Contractor or Supplier Amount
Sub -Contractor or Supplier Amount
Sub -Contractor or Supplier Amount
Sub -Contractor or Supplier Amount
(Use Attachment for Additional Sub -Contractor or Suppliers)
THIS AFFIDAVIT IS DONE WITH THE UNDERSTANDING THAT CONTRACT PAYMENTS ARE BASED
ON THE TRUTH AND VERACITY OF THIS DOCUMENT AND ANY MISREPRESENTATION HEREUNDER
COULD RESULT IN AN ACTION FOR BREACH OF CONTRACT AND/OR LOSS, REDUCTION OR
RETENTION OF FUTURE CONTRACT PAYMENTS.
Contractor By
Title
STATE OF FLORIDA
COUNTY OF
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online
notarization, this day of - , 2 , by
as
(title of officer/member/partner)
for � , on behalf
(name of corporation/company/partnership)
of the _ i ,who is O personally known to me or has
[choose one] corporation/company/partnership
produced- (type of identification) as identification.
(Signature of Notary Public -State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
CONTT-11 Page 1686 of 2350
Agenda Item #24.
DIVISION OF CORPORATIONS
f
1 r
Department of State 1 Division of Corporations f Sear�h Record 1 Search by Entity Name 1
Detail by Entity Name
Florida Profit Corporation
WYNN &SONS ENVIRONMENTAL CONSTRUCTION CO. INC.
Filing Information
Document Number
S80802
FEVEIN Number
65-0301746
Date Filed
09/16/1991
State
FL
Status
ACTIVE
Principal Address
7268 BELVEDERE RD
W PALM BEACH, FL 33411
Changed: 02/05/1998
Mailing Address
7268 BELVEDERE RD
W PALM BEACH, FL 33411
Changed: 02/15/2010
Registered Agent Name & Address
WYNN, DAN I E L P
7268 BELVEDERE RD
W PALM BEACH, FL 33411
Name Changed: 04/29/2009
Address Changed: 08/19/2008
Off icerlDirector detail
Name & Address
Title P
WYNN, DANIEL
7268 BELVEDERE RD.
WEST PALM BEACH, FL 33411
Annual Reports
Page 1687 of'2350
A 2r22� 25 PM welcome to uut Aovankage venaor :ri r ice toonar: mome
gel em 24.
1 I avan age
C.
0
Welcome to Palm Beach County"s Vendor
' �• -
,Selfm.Service NSS) Registration System
1. 1,70
As a registered vendor with Palm Beach County, VSS probes you
with the following features.
Bustne Op unities: Construction & Non -Construction
Solicitation ; Email Nofifications of Business opportunities; Public
e
Access to Business Oppor nfties
Fi n 1,_T
,0Mctj2U& View Payment History; ReWaw Currently
HeJd Master Agreements
Pssswcwd
V2nd2E AccoUal WTI in nA d�sesw Contacts; Commodity
Code Sele ons errors must select NIGP Commodity des for
Login
the good(s) and/or ser i (s) �y pride in order to rer a email
notifications of business opportunities with Palm Beach Canty.)
s ►r l l es t
woe of Equal Business Op portun - Small/Minority/Woman
Owned Business Enterprise (SIDE) are encouraged. to click on
Click the Regizter
-the Office of Equal Opportunity (0 B80) iin.1c above to leem how to
button to registew a
certify their business with Palm Beach County..ALL vendofs must
new or exhmng
be registered in VSS PRIQR To beginning the SIMIWBE
account.
Cerffipation proms_
Register
For hest utilization of the. VSS Registration Systern, please ensure
pop-up bloCkers are disabled and you are using one of the
foiiowing certified browsers.- Milmsoft Edge, Firefox, Safari, or
Public Acmes
Goole Chrome to cumplete the Vendor Registration.
For assistance in registering, please use the VSS New Regiskation
User Guide to guide you through the registration process_ if you
area ourmnt ver4or, but lave not activated your VSS account,
pleuse 1 a V A vate Exit Ao 'u User` Guide to
ya�se
1 !pa iete your account a0vation r
If you need further assrstanoe, or have ques�ons, Palm Beach
County VSS As515Unce is available Moinday through Friday,
8:00am- :00pm EST and can be ached by calling ,(561) 616-
60 or email-at:'r�.:'� ►��r�0-.0r-
:...� _11P . _-F
Thank you for your interest in (doing business with Palm Reach
County We look forward to working with you.
An rtouncernents user Guides and
Forms
o610 2021
ATTF=NTI N F N'DOP - Click on a form below
to either save it to
If you are a landlord working with the your desktop or open
Community Services Department for Win Adobe_
rental assistanoe on behalf of your tananL
please content 5 �79 or a -,all
GSDLandlord@pbortgov.org for ossistanm. w -
0-4/ 31-020
ATTENTION ON V.E�J f�Ol -- F�eferer ��I.�e f��r�
In— U.
Navigating Solicitations in- VSS
Video
Beginning February 3 r 2020 t ALL Vendors
s,13 p v ft p_co.paim-bead . uslbap�WAIt �� If ece,-jsession4=n� oK l r Gvzh Q5ZMrI:-1 �time0ukF�e�d=t Ppge 1688 of 2 0
Agenda Item #24.
C*
00
LA
L >
<
�
�
=1
=r
�
�
_
rt
1i�
+i.4� i
�
7 V
un
co
M CD
CA
t •�jr1
f
M Z
M=
--r
p
aer
rQ
5r.tM
CAc
rb
Wktn
w
� %
w
M%
■ A
M
flD o
si.
nr<tl
}� �` �
y�ra
i i��
IOv
�s
F `+" MUF
7 i�
w�
0
M
QQ'
0.
cr
•
0
im
0
a-+ LISI
i Lr ire
lb
a-
_ sn-
�-
cusR
A
ti
W
fp 0
`wwr
c
CLI-
�f
wire
7 rn
4�l
in
CD mn
i UD
rD
0
n
IrD M
r+
0 �
M
CL n
r Co
ro
F
t�
ro
rt
3
�a
f�
�e
cu
CL
4A
'1
.lrl'f
J�
4 J
0
al
CL
T�
0
0
c
IN
a
1"F*
INA
CL
Page 1689 of 2350
. �
r�i�
V
00
00
�
-
_
r-�
_
r-�
r-�
�+
M
N
M
N
N
v�
a
O
O
O
O
N
o0
O
O
�
M
oo
O
O
C4�
r—
kr)
kr)
M
O
O
� �
• �
r--a
r--a
r--a
r--a
�
O
�
W
W
W
cn
cn
cn
U�
U�
C/�
cr
cr
cr
cr
N
Q,
y,
o
O
o
CDo
0
0
V)
0
CD
o
CD
O
CDO
O
M
O
o
0
0
o'o
0
O
N
�O
V
V
W
V
M
� � O
[� N
� O �
•o
�' O
o
�n
o
►=
O
A
o
�
MM
r—�
U
C�3
ct
�
U
�'
N
r l
V
4�
sa�
N
O
O
O
O W
,�
O
O
O
O
O
U
U
U
bA
.O
ct
ct
It
I
ct
ct
ct
ct
A
N
t
.�
o�
o
.�
CA
,�
cn
ct
ct
ct
o
0
0
0
ct
cn
ct
oo
O
O
O
O
lll:�
�
Q
O
w
�
�
a
w
w
Con
N
r--+
N
r--1
N
r--+
IC
r--+
`O
r--+
`O
r--+
Oo
N
o0
N
o0
N
o0
N
cM
M
(Iq
M
l�
00
01)
w
�
x
Pa
e 169
N
cto
of 2350
r/s
V
�
M
M
N
O
N
N
r--+
00
r--+
N
r--+
�
�
r-
�
N
r--+
`O
r--+
M
00
�
WN
r—
O
`O
00
W
'�
w
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
y
O
O
M
M
O
O
O
O
^" 'c
•�
4
O
�
W
W
W
W
W
O
O
O
O
O
O
O
O
O
O
O
�,oq
lboq
rgoq
-rgoq
-rzloq
�O
V
rW
V
W
O
O
�
O
O
p
O
O
O
O o
o
�
^
u
^
u
�
O
ct
ct
ct
o
0
4-4
• �
A4
ctct
ct
�.
O
ct
,�
ct
�,
Ct
p
p
U
ct
U
U
U
bq
bA
b!J
bA
b!J
N
U
U
U
U
A
ct
ct
ct�
t
cn
�
cn
a)
a)
A4
4
4
4C-A
CIA`O
V) O
N
cM
-
V)
`O
�
o0
cl�
O
r--+
N
M
�
00
cl�
O
A
P
ge
16
1
N
cto
F2350
N
M
O
r--a
r--{
N
kr)
kf)
N
.�
O
�
Q
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
•
Ammo
�
O
�
O
O
O
�
O
O
O
�
N
�
N
O
r--a
O
N
�
N
�
CIA
�
O
O
O
O
O
O
O
n/
p,N
N
�O
V
V
W
M
� � O
[� N
O N
N
V
I�
y
N
a
A
o
ct
�'
4
ct
�ct
. r..,
ct
Q
N
�
OC
Ocn
U
A
Q
Q
O
o
Ct
ct
c
Q
-4
U
N
N
U
N
r,
r,
U
U
r
I
M
M
M
d1
d1
00
a
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
�
N
M
"t
�
--I
�
�
N
M
�
�
�
kn
�
�
�
o0
O�
O
N
M
�
V)
`O
�
00
a1
O
�
N
M
�
It
age
1092
N
cto
F2350
.�
r�i�
V
v�
a
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
y
O
O
N
O
O
N
kf�
00
C�
�
kf�
t
V�
r-
O
O
V�
N
0�
�
C�
C�
oo
C�
00
•60
O �
�
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
O
.
O
W
W
M
� � O
[� N
7:�
-C�
7�
o0
00
o0
o0
O
O
O
Q
Q
Q
Q
Q
Q
Q
Q
o0
00
o0
o0
o0
kr)
o0
N
o0
M
d1
o0
O
M
o0
o0
o0
o0
o0
o0
a
OA
o
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
0
M
`O
`O
`O
�lc
�
�
r-
N
�
rn
�
I-
�
k
r-
`O
r-
�
�
o0
�
C,�
�
O
o0
--+
00
N
o0
m
00
It
00
V)
o0
`O
00
o0
00
o0
Pge163
f 2350
.�
r ME)
ai
Cd
N
41)
VI
M
00
N
01
M
N
oo
N
`O
�
O
00
w
•�
v�
a
y
00
Cl)
01
�
O
a1
a1
Cl)
Cl)
ococ
Cl)
O
o0
oc
oo
� �
•�
,�
r--a
r--a
r--a
N
M
�
O
�
Q
�4
�4
�-4
�-4
W
W
W
W
W
W
W
W
W
W
F-�
F-+
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
�O
V
V
W
V
O
O
O
O
ct
ct
[�
►�
ct
ct
M
O
C2,
c
ct
F�
�--i
rl
Z
�>
w
Fil
N
00
�i
a
ct
¢'
Q
ram-'
oc
�
oc
7�
•�
•�
Q
�
0
0
0
0
0
oc
[�I
o0
0�
N
oc
01
4
r-�
4
4
r-�
4
M
�
M
�
�
W
[..�
O
CD
O
O
O
M
O
M
r--+
O
M
,-�
O
M
O
M
M
M
M
M
O
o0
�
01
01
01
01
CNN
0\
01
o0
�
c7l�
01
O
O
O
O
kn
O
INC
O
l�
O
00
O
O
N
O N
M
O
con
Pa
e 1094
N
cto
:)f 2350
.,�
�
V
oc
,--i
M
M
00
w
•�
0.4
4-1
(UN
PC
N
N
�
N
N
N
O�
O
O
N
O
O
N
O
oc
o0
�
O
O
N
O
O
N
M
`O
oc
N
N
M
O
O
O
O
O
N
O
�
v
O
O
O
O
O
O
Op
O
Op
O
�O
V
r�
hr�l
V
h�
ICI
M
°4
O N
M
Occt
,
,_�
ctct`t
H
a0
a0
ct
U
U
ct
c
c
rco
re
p
p
M
ct
�
ct
'�
'�
'�
'�
'�
'o
'�
U
v
o
4-a
a
Act
CA
.P,
O
O
ct
O
O
O
O
O
o
O
4
N
4
N
4
4
'
�
�--+
`O
�+
�+
o0
�+
�+
O
N
r--+
N
N
N
M
N
I-
N
�
N
`O
N
�
N
o0
N
�
N
O
M
r--+
M
Pa
a 169
N
Cto
of 2350
. POO
ran
V
r--+
r--+
r--+
O
O
.,
O
wP.4
r�
a
N
M
M
w
w
O
f�4
O
O
-C;oq
-EA
-C;oq
-C;oq
f�4
-boq
I�oq
-Eoq
-Epq
-Epq
-Eoq
-Eoq
I�oq
b4
-rgoq
O
O
-C;oq
O
O
f�4
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Cl)
Cl)
O �
�
con
�4
�4
W
W
W
CA
CA
v
•
O
p0
O
O
O
CD
CD
CDO
O
O
O
O
O
O
O
O
O
O
O
�O
V
rw
V
wr!�
V
�
N
ct
4-0
ct
r l
U
U
U
ct
U
�,
• ,�
O
U
O
O
O
CIO
^
U
U--�
ct
�
. ,..,
ct
o0
A
o0
O
r--+
N
M
V)
`O
O
w
�169P
of
N
cto
350
. �
r�i�
V
oO
a�
0
0
0
0
0
0
�
o
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
y
�n
oo
O
00
O
00
O
N
oo
'c
4
O
�
W
w
w
w
w
w
►4
w
w
w
w
w
w
w
w
w
w
v
O
O
O
O
O
O
�O
V
rW
V
W
V
M
O o
O N
N
�
�
ct
�
.
-
N
-
;5
;5
Q
,�
ct
O
bbh
ct
H
P-a
ct
UO
O
O
O
ct
A�
ct
C73
ct
W
• �'
• �-'
• p-
wQ.)th
o
�
a
op
kn
r--+
o0
kn
M
�,o
M
�,c
M
� O
O
N
cM
�
kn
`O
r-
oo
Ol�
O
N
M
It
kn
`O
01�
�
o0
O
a P
ge
697,�f
N
ctb
2350
V
o0
v�
a
w
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
O
kr)
O
O
O
O
O
O
O
O
O
O
O
O
O
O
y
00
kr)
kr)
O
o0
O
oo
O
kn
O
O
O
O
O
O
O
kn
O
O
O
O
'�
60
M
N
O
�
W
v
O
�O
V
V
W
M
O
Z
� N
N
u°l
o
n
~
A
CIA
1
� a'
` �'
o0
00
M
M
`O
00 �
oo N
o0
N
M
V)
00
�
O
o0
o0
N
o0
M
o0
�
o0
V)
o0
00
o0
1698
0
N
cto
2350
"~
V
d1
W
•POO
w
V
4�
O
N
O
0c
000
.,
a)
.,
a)
O'c
N
N
4o
O
*Poo
V 42
v
'
Ammo
O
O
O
O
O
O
O
O
O
O
�O
V
V
W
V
M
� � O
[� N
�
U
^
CA
CA
o
o
ct
�
�
w
00
00
0c
N
�
O
Page 1699 of 2350
Agenda Item #24.
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 CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE.
Note #
PAY ITEM FOOTNOTES
I
All costs for Maintenance of Traffic (MOT) and mobilization shall be considered incidental to, and shall be included in, unit prices for the pay
items.
2
All items shall include cost to furnish and install unless otherwise noted.
3
FDOT Item numbers are for use in determining eligibility for price adjustment per General Provision 9-2 only.
4
As-builts shall be paid per plan sheet
Removable Bollard - Includes all costs associated with installation of removable bollards at locations designated by the County. All labor and
5
materials, including excavation, rock drain, concrete foundation, bollare pipe, ground sleeve with locking mechanism, painting and restoration o
the area, are incidental to the Item.
6
Steel Bollard - 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.
7
Clearing and Grubbing Specifications for various processes 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
8
accessible by conventional concrete truck (assumed 12' long chute), either by hand or by pumping, and shall be in addition to the per square yard
price for 4" and 6" concrete items.
9
Pump Mix for Concrete Pumping - This item represents a surcharge to the per square yard price for 4" and 6" concrete items to cover costs for
special admixtures, etc. required for pumping concrete under Pumping or Hand Placement of Concrete items.
10
Concrete Sidewalk Items - These items shall include all materials, labor and equipment.
1 I
Concrete Sidewalk (6" Thick) (ADA Ramps) - includes only areas of the ramps and transitions back to level sidewalk.
12
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.
13
The cost to construct curb pads shall be included in the unit price for each respective curb item.
14
Concrete Curb Type D shall include Athletic Field Backstop Curbing.
15
Dewatering - Well Point equipment up to 150 points complete, including pump and associated jetting 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,
16
stockpiling and protecting material and re -installation 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 item.
17
Double Rail Wood Fence Removal - Includes all labor, equipment and materials required for removal of wood fence rails and posts and
stockpiling on -site for recovery by County personnel or proper disposal by Contractor.
18
Removal and disposal of existing item to be replaced or repaired shall be incidental to all drainage structure items.
19
Drainage structures shall include as incidental removal of existing structure to be replaced.
20
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.
21
Excavation includes cutting and capping irrigation lines.
22
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 coat.
23
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.
24
Milling Existing Asphalt Pavement Items per square yard are based on the indicated depth of milling. In the event that other milling 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,
25
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.
26
Misc Asphalt - Includes surface courses, friction courses and other miscellaneous asphalt as required.
Agenda Item #24.
32
Root Pruning shall be paid per each tree
33
Rubble Rip -Rap - Includes finish grading, filter fabric, installation, etc. All labor and materials, including restoration of the area, are incidental
to this item.
Temporary or Permanent Steel Sheet Piling - Piling material shall be PZ27 or equal. All work shall be in accordance with FDOT Standard
34
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
35
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 - Southern Yellow Pine Lumber shall be pressure treated marine grade southern pine #1, or better, treated to 0.4
36
pcf retention of ACQ (AWPA UC4A, 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 10% 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 or as designated by the County. Contractor shall receive detailed design plans for eachinstallation, signed and sealed by a Professional
37
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 455,
Structures Foundations. Per foot price is for Precast Pre -stressed Concrete Pilings actually installed and accepted by the County.
38
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.
39
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
40
licensed in the State of Florida. Alllabor 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 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- 10" Treated TimberguardTM Wood Piles shall be paid for by Linear Feet furnished and installed and
41
accepted by the County. Cost per Linear Feet installed shall include all labor, equipmentand materials, fasteners, and cutting and shall include a
maximum of 10% 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,
42
stockpiling and protecting wheel stops and accessories and re -installation of wheel stops by an acceptable attachment method. Furnishing and
installing replacement wheel stopsand/or attachment devices which have been damaged during removal or storage shall be considered incidental
to the pay item.
Bids as read at opening on October 11, 2022, 2:00 PM
All bids subject to OEBO compliance and Board Approval.
Prepared by: Geraldine Lazzarino-Kelly, Technical Assistant 1
Checked by: Holly B. Knight, P.E., Contracts Section Manager
Contract Time is 18 Months
No Text