Loading...
HomeMy WebLinkAboutAgreement_General_5/13/2023_Chen Moore CM STW22.03DATE: `I �2►D%''3 VILLAGE OF TEQUESTA VILLAGE RFQ. NO.: UTIL 06-20 WORK AUTHORIZATION NO. CM STW22.03 FOR CONSULTING SERVICES PROJECT No G/L CODE: 403-411-663.663-90003 CHEN-MOORE PROJECT NO.: 492.003 PROJECT TITLE: El Portal Capital Improvement Project This Work Authorization, when executed, shall be incorporated in and shall become an integral part of the Agreement for Professional Services dated September 10, 2021, between the Village of Tequesta ("VILLAGE"), Chen -Moore & Associates ("CONSULTANT"), and Engenuity, Inc. (SUBCONSULTANT) hereafter referred to as the Agreement. I. PROJECT DESCRIPTION The CONSULTANT and SUBCONSULTANT, shall provide professional engineering assistance for the oversight of construction improvements associated with El Portal Drive, between Fairview W and Country Club Drive. The proposed improvements are to re -grade the existing swale area to provide more storage and to install a series of catch basins interconnected by a pipe network that connects to the nearest stormwater inlet. The scope of services shall be comprised of the following tasks: TASK 1 —Project Management and Construction Meetings TASK 2 — Submittal Review TASK 3 — Field Inspections TASK 4 — Close-out Support H. SCOPE OF SERVICES The following is a description of the services to be provided under this Task Order. TASK 1— Project Management WORK AUTHORIZATION NO. CM STW22.03 1 of 4 CMA will facilitate a construction kick-off meeting with the Contractor to review the project and discuss any questions regarding the Contract Documents. Subsequent to the kickoff meeting, CMA will be available to coordinate any concerns between the Contractor, Village, or residents. CMA will also facilitate additional progress meetings as needed during construction. TASK 2 — Submittal Review CMA will review all submittals from the Contractor during construction. For the purposes of determining the level of effort required, it is assumed the number of submittals will be limited to the following: • Requests for Additional Information (RAI) — Up to five (5) • Shop Drawings — Up to twenty (20) • Change Order Requests — Up to five (5) • Pay Applications — Up to four (4) Each submittal will be reviewed and marked up by CMA and returned to the Contractor and Village staff as needed. TASK 3- Field Inspections During construction, CMA will provide a limited inspection services in cooperation with Village Staff to ensure the work is being completed in conformance with the contract documents. It is assumed that construction will be broken into the following three phases: 1. Mobilization: Equipment Mobilization, Material Deliveries, and Site prep 2. Heavy Civil: Installation of Underground Structures, Concrete Work, Paving 3. Restoration: Sod, Cleanup, Etc For the purposes of this proposal, it is assumed that the first phase will be 2 weeks with limited site inspections. For the second phase it is assumed that the work will progress for 8 weeks and CMA will provide up to 8 hours of support to the Village Staff s on -site inspections each week. For the third phase it is assumed that the work will progress for 4 weeks and require limited site inspections. In addition to field inspections, the SUBCONSULTANT will install stakes along the right-of-way lines for the project to facilitate construction services. TASK 4 — Close-out Support As part of this task, CMA will provide a substantial and final completion walkthrough with a punchlist for the Contractor and Village to review and follow. As part of this task, CMA will also review record drawings as submitted by the Contractor and submit all necessary paperwork for close-out of related permits. WORK AUTHORIZATION NO. CM STW22.03 2 of 4 III. SCHEDULE The Project will begin immediately after CONSULTANT receives a written Notice -to -Proceed (NTP) and an executed AGREEMENT. CONSULTANT will coordinate the Project schedule with the VILLAGE but assumes the work will be completed within 180 calendar days of receiving the written NTP. IV. COMPENSATION AND PAYMENT CONSULTANT and SUBCONSULTANT proposes to complete the Scope of Service described herein on an hourly basis for a not -to -exceed fee of $34,830. Table I summarizes CONSULTANT's and SUBCONSULTANT's total not -to -exceed fee and breakdown of fees by task. TABLE 1 SUMMARY OF ENGINEERING FEE Task Fee Task 1 — Project Management and Construction Meetings $2,500.00 Task 2 — Submittal Review $14,500.00 Task 3 — Field Inspection $13,230.00 Task 4 — Close -Out Services $4,600.00 Total Not -to -Exceed Fee $34,830.00 IV. EXCLUSIONS The services outlined below are not included as part of the scope of work, although additional service agreements can be executed to assist the Village with these services if necessary: 1). Full-time on -site inspection services 2). Field survey for As-builts or Record Drawings 3). Field testing of soils, concrete, or asphalt pavement 4). Resident notifications or direct coordination with the public. WORK AUTHORIZATION NO. CM STW22.03 3 of 4 V. AGREEMENT REFERENCE The work authorized under this Work Authorization shall be performed under the tep d conditions described within the Professional Services Agreement dated September 10, P�6y end between the Village of Tequesta ("VILLAGE") and Chen -Moore & Associates ("CONSULTANT"). Compensation shall not exceed the hourly rates currently in effect under this Agreement. CHEN-MOORE & ASSOCIATES Print Name: Brent Whitfield Title: Director of Water Resources VILLAGE OF TEQUESTA By: Date: tcj111 c) 6 a-3 WORK AUTHORIZATION NO. CM STW22.03 4 of 4 mDyW m oD w , Dy Dy ma A A N A N W W W `N N c W O T Z7 T (n I O 17 d n Q 0 N y CD O T N<<<< O p) O V N - 3 ° m N p - m o c m 0 m m Q o " 8. o m a m n d i i F F 3 ti x n 0 3 ° a n d ti 0 N n a m SCD y -°° m °c o` ° m ^ 3 0 m C CD J N 2 w O ^ .ONE < F m to F W c m a ° F 3 TA .(D N cz J f� .... J J D .-D J O= C� d mCD O o c a n O N N a C A N O y 7 O r O G C - ° O O � 7 3 m U2 N O O O O O n O - fA N co N pp A Cn O A O O O N O O O O OO D n In m J 0 ° fA 0 to O o 0 o m 0o m o. W O _ m (n p ca, J O O O O O O O lbq fA O A .... j N t0. O O O � O O O n JCD O O N 0 O 3 D CD N o rn mfA C� A O N O O N O O o w 2 ^ n_ O J O fA (n N y 0 0 0 0 C) 2 ° o n oo O O o x o 0 0 CD O 0� 0 o J o� n 0 0 0 0 0 o� EA m fm o m m o 0 0 c 0 O o � fA Vi EA fA EA fA 69 fA EA EA fA 69 EA di EA A� WN(DN ANNNN NNE � m( W O w 0 0 0 0 C. N O O N W O O W Vt O (n 0 0 O O O O O O O O d O O O O O O O O O O O O O O 0 0 0 - 0 0 0 0 0 O O 0 0 0 O O O O 0 0 0 O 0 0 0 0 0 O 0 O O O 10 O 0 m r v O D o D rrr 'D D O D m r 30 vM Om <C m m z D 1 T X O `m n PROFESSIONAL ENGINEERING SERVICES AGREEMENT THIS AGREEMENT, between the Village of Tequesta, a municipal corporation with offices located at 345 Tequesta Drive, 33469 (hereinafter referred to as the "Village") and Chen Moore and Associates, Inc., a Florida corporation with offices located at 500 W Cypress Creek Road, Suite 650, Fort Lauderdale, Florida 33309 (hereinafter referred to as "Engineer") is entered into this I day of s 2020, effective immediately. WHEREAS, the Village requires certain engineering services, including but not limited to engineering services for its water utility/system and general civil projects, hereinafter referred to in general terms as "Work"; and WHEREAS, the Village has selected Engineer under the provisions of Sec. 287.055, Florida Statutes, also known as the "Consultant's Competitive Negotiation Act" ("CCNA") and desires to enter into a "continuing contract" with Engineer within the meaning the CCNA for provision of Work related services pursuant to this Agreement; and WHEREAS, the Engineer has represented to the Village that it is capable and prepared to provide such Work services under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE 1. TERM; AGREEMENT NOT EXCLUSIVE This Agreement shall remain in effect for a term of three (3) years from the date of this Agreement with two (2) one (1) year options to renew, unless otherwise terminated as provided herein at Article 13. Each option to renew shall be exercised automatically unless either party gives notice to the other at least thirty (30) days prior to the end of the term of its intent not to renew. Additionally, the parties may extend the Agreement upon mutually acceptable terms and conditions. Any such extension shall be in writing and must be executed by both parties. The extension may provide for the completion of all tasks previously authorized by the Village in accordance with Article 2 unless terminated in accordance with Article 13 hereinbelow, or allowed to lapse by failure to extend same at the end of the term. Any and all CSA Work authorizations issued during the term of this Agreement (including any extensions) shall remain in full force and effect beyond the term of this Agreement (including any extensions) as set forth herein, unless otherwise terminated in accordance with Article 13 hereinbelow. Nothing in this Agreement shall prevent the Village from employing other consultants to perform the same or similar services. The Village also retains the option, at its sole discretion, to perform any and Page 1 of 10 all professional engineering services by utilizing Village employees or other engineers. ARTICLE 2. SERVICES TO BE PERFORMED BY ENGINEER; INSTRUMENT OWNERSHIP 2.1 Services Engineer shall perform certain professional general civil/engineering services and such other related services as may be required by the Village from time to time which are specifically authorized by the Village and set forth in a specific Scope of Services (herein referred to as the "Work"). Each such specific authorization will be referred to as a Consultant Services Authorization ("CSA"). Each CSA shall be designated as a consecutively numbered exhibit to this Agreement and shall be attached hereto and incorporated by reference as part of this Agreement. Each CSA form will set forth a specific scope of services, total amount of compensation and completion date. An individual CSA for projects costing up to twenty five thousand dollars ($25,000.00) must be approved by the Village Manager prior to commencement of any work by Engineer, as more particularly set forth below (2.3 — Process). For all projects valued in excess of twenty five thousand dollars ($25,000.00), the individual CSA must be approved by the Village Council prior to commencement of any work by Engineer. Typical projects that may be authorized include, but are not necessarily limited to the following: 1. Raw water pipe cleaning 2. Chemical feed system upgrade 3. Stormwater design 4. SCADA system upgrade 5. Filter Plant Upgrade 6. New MCC Room 7. Membrane Replacement 8. Aluminum Covers for Chlorine Tanks 9. All types of permitting 10. Roadway design 2.2 Ownership All instruments of professional services including, but not limited to, documents, records, disks, original drawings and/or other information created and/or procured by Engineer for any authorized Project shall become the property of the Village upon completion of the work for which the asset was utilized and upon payment by the Village in accordance with the applicable CSA and Article 16. 2.3 Process The Village and Engineer will confer prior to the issuance of any CSA to discuss the scope of the Work, the time needed to complete the Work, including phasing, if any, and the fees for services to be rendered in connection with the Work. Thereafter, Engineer will submit a proposed CSA to Village which shall state with specificity and detail the scope of Work, the time for completion, including phasing, if any, Page 2 of 10 and the fees. CSAs may divide the Work into individual tasks or phases, as discussed between the Village and Engineer prior to the issuance of the CSA. At the discretion of Village Manager, CSAs for certain general utility and civil services of minimal scope (those that do not exceed $15,000.00 total cost per CSA) may be issued verbally for purposes of expediency, but shall be followed up by Engineer with a written CSA as soon as practical. Additionally, at the discretion of Village, a written CSA for general Work services to be performed over a specified period of time (months, or years) may be issued. In such event, Engineer shall invoice Village from time to time, pursuant to Article 3 hereinbelow, against the agreed fees based on authorization from the Village Manager. Engineer shall commence no Work prior to receipt of Village authorization. Engineer shall not exceed the fee amount in any CSA without prior Village authorization. Village agrees to cooperate with Engineer at all times with the provision of plans or other data in the possession of Village and available in Village files for any Work authorized hereunder. ARTICLE 3. COMPENSATION 3.1 General The Village shall pay Engineer in accordance with each individual CSA; however, such CSA shall be based upon the Fee Schedule attached hereto as Exhibit "A" and incorporated by reference as part of this Agreement. Such Fee Schedule may be adjusted by mutual consent of both parties. Compensation based upon such Fee Schedule will be negotiated as a lump sum price or as an hourly rate for each individual CSA as set forth in Article 2 hereinabove. Payments shall be made by Village to Engineer on a monthly basis, pursuant to Engineer's invoice for Work completed. 3.2 Reimbursable Expenses All requests for payment of "out-of-pocket" expenses which may be eligible for reimbursement shall be included on the individual CSA applicable to the project. Copies of paid receipts, invoices or other documentation acceptable to the Village Manager may be requested by the Village for documentation sufficient to establish that the expense was actually incurred. No payment will be made for items not listed on the CSA unless approved by the Village Manager prior to the expenditure by Engineer. ARTICLE 4. INSURANCE During the performance of the services under this Agreement, Engineer shall maintain the following insurance policies written by an insurance company authorized to do business in Florida: 1. Professional liability insurance with bodily injury limits of not less than $2,000,000 for each claim, and with property damage limits of not less than $2,000,000 for each claim. 2. General and Automobile liability insurance with bodily injury limits of not less than Page 3 of 10 $500,000 for each person and not less than $500,000 for each accident and with property damage limits of not less than $500,000 for each accident, and any greater limits as may otherwise be required by law. 3. Workers' Compensation insurance in accordance with statutory requirements. Engineer shall furnish the Village certificates of insurance which shall include a provision that policy cancellation, non -renewal or reduction of coverage will not be effective until at least thirty (30) days written notice has been made to the Village. Engineer shall include the Village as an additional insured on the general and automobile liability insurance policies required by the Agreement. All of Engineer's subcontractors shall be required to include the Village and Engineer as additional insureds on their general and automobile liability insurance policies. Engineer shall not commence work under this Agreement or any CSA issued hereunder until all insurance required as stated herein has been obtained and certificates evidencing same are on file with the Village. ARTICLE 5. STANDARD OF CARE Engineer shall exercise the same degree of care, skill and diligence in the performance of the services as is ordinarily provided by a comparable professional under similar circumstances and shall be obligated to correct services which fall below such standards at no additional cost to the Village. Engineer agrees that all services shall be performed by skilled and competent personnel. ARTICLE 6. INDEMNIFICATION Engineer agrees to protect, indemnify, provide costs of defense and hold harmless the Village, its employees and representatives, from and against any and all claims and liabilities, including all attorneys' fees and court costs, including appeals, for which the Village, its employees and representatives, can or may be held liable as a result of injury (including death) to persons or damage to property to the extent occurring by reason of any negligent or intentional acts or omissions of Engineer, its employees or agents, including subcontractors, in the performance of services under this Agreement. Engineer shall not be required to indemnify the Village or its agents, employees or representatives when an occurrence results from the wrongful acts or omissions of the Village or its agents, employees or representatives. The terms and conditions of this Article shall survive the completion of all services, obligations and duties provided for in this Agreement as well as the termination of this Agreement for any reason. ARTICLE 7. INDEPENDENT CONTRACTOR Engineer undertakes performance of the services as an independent contractor and shall be wholly responsible for the methods of performance utilized. Engineer shall not pledge the Village's credit or make it a guarantor of payment of surety for any contract, debt, obligation, judgment, lien or any form of Page 4 of 10 indebtedness. Engineer further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Agreement. ARTICLE 8. AUTHORITY TO PRACTICE Engineer hereby represents and agrees that it has and will continue to maintain all licenses and approvals required to conduct its business, and that it will at all times conduct its business activities in a reputable manner. ARTICLE 9. COMPLIANCE WITH LAWS In performance of the services, Engineer will comply with applicable regulatory requirements, including federal, state, special district and local laws, rules, regulations, orders, codes, criteria and standards. ARTICLE 10. SUBCONTRACTING The Village reserves the right, in its sole discretion, to accept or reject the use of a subcontractor and to inspect all facilities of any subcontractor to insure that the selected subcontractors will be able to perform properly under this Agreement. If a subcontractor fails to perform or make progress as required by any CSA and it becomes necessary to replace the subcontractor in order to complete the work in a timely fashion, Engineer shall promptly provide a replacement, subject to acceptance of the new subcontractor by the Village. ARTICLE 11. FEDERAL AND STATE TAXES The Village is exempt from federal tax and state sales and use taxes. Upon request, the Village will provide an exemption certificate to Engineer. Engineer is not exempt from paying sales tax to its suppliers for materials to fulfill contractual obligations with the Village, nor shall Engineer be authorized to use the Village's Tax Exemption Number in securing such materials. ARTICLE 12. AVAILABILITY OF FUNDS The obligations of the Village under this Agreement and any CSA are subject to the availability of funds lawfully appropriated for its purpose by the Village Council of the Village of Tequesta. Engineer may rely on the execution of an individual CSA as evidence that funds have been appropriated. ARTICLE 13. TERMINATION OF AGREEMENT This Agreement, or any CSA issued hereunder, may be terminated by either party with or without cause upon thirty (30) days prior written notice to the other. Unless Engineer is in breach of this Agreement, Engineer shall be paid for services rendered to the Village's reasonable satisfaction through the date of termination. Notice as required hereunder shall be sufficient when provided in accordance with Article 14 hereinbelow. Page 5 of 10 ARTICLE 14. NOTICE Any notice, demand, communication or request required or permitted hereunder shall be in writing and delivered in person, by facsimile or sent by certified mail as follows: AS TO VILLAGE WITH COPY TO AS TO ENGINEER Jeremy Allen Keith W. Davis, Esq. Peter M. Moore Village Manager Village Attorney President & CEO Village of Tequesta Davis & Ashton, P.A. Chen Moore & Associates 345 Tequesta Drive 701 Northpoint Parkway, Suite 205 500 W Cypress Creek Road Tequesta, FL 33469 West Palm Beach, FL 33407 Fort Lauderdale, FL 33309 Notices shall be effective when received at the addresses as specified above. Facsimile transmission is acceptable notice effective when received, however, facsimile transmissions received (i.e., printed) after 5:00 p.m. on weekends or holidays will be deemed received on the next business day. The original of the notice must additionally be sent by certified mail. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either party by written notice sent by regular mail or facsimile to the other party. ARTICLE 15. UNCONTROLLABLE FORCES Neither Village nor Engineer shall be deemed in default of this Agreement if delays or failure of performance is due to uncontrollable forces, the effect of which, by the exercise of reasonable diligence, the nonperforming party could not avoid. The term "uncontrollable force(s)" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage and governmental actions. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. Notice as required hereunder shall be sufficient when provided in accordance with Article 14 hereinabove. Neither party shall, however, be excused from performance if nonperformance is due to forces which are preventable, removable, or remediable and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed or remedied with reasonable dispatch. Page 6 of 10 ARTICLE 16. OWNERSHIP OF DOCUMENTS Engineer shall be required to cooperate with other consultants relative to providing information requested in a timely manner and in the specified form. All instruments of professional services, including, but not limited to, documents, records, disks, original drawings or other information created or procured by Engineer for any project which is the subject of this Agreement and an individual CSA shall, upon completion of the work and payment of all monies due Engineer, become the property of the Village for its use and/or distribution as may be deemed appropriate by the Village. However, both parties specifically acknowledge and agree that any re -use of such documents by the Village, for other than the specific purpose intended, without written verification and adaption by Engineer for such specific purpose will be at the sole risk of the Village and without liability or legal exposure to Engineer. ARTICLE 17. ACCESS AND AUDITS Engineer shall maintain adequate records to justify all charges and costs incurred in performing work authorized under this Agreement and individual CSAs for at least three (3) years after completion of the applicable project. The Village shall have access to such books, records and documents as required in this section for the purpose of inspection or audit during normal working business hours at Engineer's place of business. ARTICLE 18. NON-DISCRIMINATION Engineer represents that all of its employees are treated in a fair and equitable manner without regard to race, color, religion, gender, age or national origin. ARTICLE 19. ENFORCEMENT COSTS If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, the successful or prevailing party or parties shall be entitled to recover reasonable attorneys' fees, court costs and all expenses (including taxes) even if not taxable as court costs (including, without limitation, all such fees, costs and expenses incidental to appeals), incurred in that action or proceeding, in addition to any other relief to which such party or parties may be entitled. ARTICLE 20. GOVERNING LAW AND VENUE This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in the state or federal courts in and for Palm Beach County and the Agreement will be interpreted according to the laws of Florida. Page 7 of 10 ARTICLE 21. SUCCESSORS AND ASSIGNS The Village and Engineer each binds itself and its partners, successors, assigns and legal representatives to the other party in this Agreement and to the partners, successors, executors, administrators, assigns and legal representatives. Engineer shall not assign this Agreement without the express written approval of the Village. ARTICLE 22. SEVERABILITY The invalidity, illegality or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. ARTICLE 23. OFFICE OF THE INSPECTOR GENERAL Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, 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. ARTICLE 24. PUBLIC RECORDS In accordance with Sec. 119.0701, Florida Statutes, Engineer must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described herein and in Engineer's proposal. Upon request from Village's custodian of public records, Engineer must provide 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. Should Engineer fail to provide the public records to Village, or fail to make them available for inspection or copying, within a reasonable time, Engineer may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, Engineer shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described herein and in Engineer's proposal are not disclosed except as authorized by law for the duration of the Agreement term, and following completion Page 8 of 10 IN WITNESS WHEREOF, the parties have hereunto set their hands the day and year first above written. ATTEST: Lori McWilliams, MMC, Village Clerk (Corporate Page 10 of 10 President and Associates, Inc -Oa�3-1os mm wt. 3tlw2o13 3-3 m UlmiumP, Nm Urym Nmv cm I fatln PnN.V\PrgMs\NiiVlNR00006l1 Pprul Stgmxs�eImpwemenu\hvin\CM\Nnn f}iuml 3]a91 ap3( SM1eesOy e1Por-6I 5 Ra�Wb 3/I0/20233'.Se.19 rM U me.Omvurb{ �.SRn Wme. 93v.1 {ebn r.,•.vleroRN11G23�S2Le930000rF�vwt>rYo,mvb.imgwemeius\Oesir•\UO\Lwei> {�b�{me i]�93L01 7n~41 t � a �S.►,, h• O �� BSI+ j J�>{ • ;� e � A ,s � L ik r / EL PORTAL DRIVE' • � ��° � � war �`� ' pr' �� � � �" Z' m� F .. B � PINE TREE PLACE � � �$.: 1• , ;�s 1, ��_� vpr YACHT CLUB PLACE < n '# �:. :.�• ._ .t '.. ,�.:, COUNTRY CLUB DRIVE IL Sj J 70 � -��5 � �&. �'tr , �q�'�°" � �• � � 1� �Y �i {r A 9"�iv '� � r � ' l fn r k4, , . - , WK" k� .�i?z dr ##' `: ,�.. <�.�T'G' 1'•At r.. m .�� `.�-"80�''/ '7'� �.:i+`"+. ' .. m mom.�: rn.°aIH .3 ��� l'^,,, f�' _� •�' � '� map { OAv z .ose.,v.,nvv,o�ns.unxxux.w9:omoe. ei vv".ivo,.n..,o inc,w...�e\ovna�\cno\sn..n r w. ::.as:.00e c.....i«n.. v,a, nme n 4 Y t"R�" 6g ➢ € g � g€ � Y �e Sag _n #�ais m9 M115 m?m g€ €o ma A g!§ g4 s o o m i g g y°O>p 2 mom icy' ° AH �2 lo e L� o< s n o ;• gig;; Tg3'g >€ y£ Z Y S z. z. '" c i; n 3 o n ^�. s t i o> " s sa.- o g. ol go zo z. FF P L ece���a.a�aasccssse� ^ rii S � C R C Aat Wte. 3/10/2G29 4:3931 Pel U me: qoM1moa lay9rl Mama PGU 1 foNerhi�.V\9re�ts\}013VIM92 G0G[®Fl Portal Stormwaler lmpovemenls\MtienWU\Slrnts fikromo 13�9IUNPW SMeI.EwB �J „S R Is �E 9 '1 ► o I m z �t DD a _ ge7 x 6 tn�N� E bs 1' �_ $$� 1 - Z O rkl wls.>/lanvxll:und urr,eme:yaesm l+wl m�.e onl Folder>a1h:VVrale�u\Mll\llOefi.00dOdP Vo=alA°rm,etn NprweinenlF\VesiM\CM\5�•.l. Filename il+,ldW IIFn Sheol Ay Y C Y R z Ya 8 Y 4 !% y g A a 'hq 3R ; �_ Z ii$P� $ilP iy , .Ps Axe to HP S9+�q�x�lf sa i�g5 Ym�z �� f O pP 1; Ali > mp a$w q 31 Z lli ; a pzRCp g It ox $ n� gSll o�� ee Ge s^R >R N $X1 o z= o UK R� $ I� Z �1 p �j"• 4t :� gat i va wq 11 I pl i gs 1 1= f i 'E ;t�tiYct ii _Io 7jit Z Z fi E i} f i} � 1)� a aa,; �• v f 1 f f p 'gi eh S � � a tl�e Ills ' - - It 4It Pif: f �i { s i t [# i}}ti 5 1 11 I Ztl 16 P� ... 3Ao mm 3:33:n n u.....m.:'.— �, n.— MT s i eH _ AZ N< o e Apr• 073 ± .l EX;�: S 1T € Nm a s�, x _� >T _ SOUTH FLORIDA WATER MANAGEMENT Regulation Division April 25, 2023 Marjorie Craig Village of Tequesta 345 Tequesta Drive Tequesta, Florida 33469 Subject: Correction to Environmental Resource Permit Issued Permit No. 50-108712-P Project Name: El Portal Stormwater Improvements Palm Beach County sec,t,�khFlor�dQ IS r_-i Celt k* This is to notify you that our permit issued on March 29, 2023, has been revised to correct the permit number for internal administrative reasons. The enclosed permit reflects these changes. Sincerely, 0,4,, Dustin Wood, P.E. Section Leader - Engineering South Florida Water Management District DW/sw Enclosure cc: Brent Whitfield, Chen Moore and Associates 3301 Gun Club Road, West Palm Beach, Florida 33.106 • (561) 686-8800 • 1-800-432-2045 • w%%-w.shamd_goc South Florida Water Management District 01a Environmental Resource General Permit No. 50-108712-P Date Issued: April 25, 2023 Corrected Copy April 25, 2023 Permittee: Village Of Tequesta 345 Tequesta Drive Tequesta, FL 33469 Project: El Portal Stormwater Improvements Location: Palm Beach County, See Exhibit 1 Application No. 230207-37436 Description: The project consists of the modification of the existing stormwater management system along El Portal Drive between Fairview Way and Country Club Drive in the Village of Tequesta, Palm Beach County. The modification includes installation of 11 catch basins interconnected by 15-inch RCP, 2 yard -drains connected to the system by 12-inch HDPE, and 60 feet of exfiltration trench. See Exhibit Nos. 1 and 2. Rule: 62-330.451, F.A.C.: General Permit to Counties, Municipalities, and other Agencies to Conduct Stormwater Retrofit Activities Expiration: Your application to use a General Environmental Resource Permit has been approved. This action is taken based on Chapter 373, Part IV, of Florida Statutes (F.S.) and the rules in Chapter 62-330, Florida Administrative Code (F.A.C.). Please read this entire agency action thoroughly and understand its contents. This permit is subject to: . Not receiving a filed request for a Chapter 120, F.S., administrative hearing. . The attached General Conditions for Environmental Resource General Permits. . The attached Specific Conditions. . All referenced Exhibits. Should you object to these conditions, please refer to the attached "Notice of Rights" which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter. If we do not hear from you in accordance with the "Notice of Rights", we will assume that you concur with the District's action. Certificate of Service I hereby certify that this written notice has been mailed or electronically transmitted to the Permittee (and the persons listed in the distribution list) on , in accordance with Section 120.60(3), F.S. Notice was also electronically posted on this date through a link on the home page of the District's website www.sfwmd.gov/ePermittin4). (_ � �/ _Z/� / Dustin Wood, P.E. Section Leader General Conditions for All General Permits, 62-330.405, F.A.C. 1. The general permit is valid only for the specific activity indicated. Any deviation from the specified activity and the conditions for undertaking that activity shall constitute a violation of the permit and shall subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 2. The general permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any construction, alteration, operation, maintenance, removal or abandonment authorized by this permit; and it does not authorize any violation of any other applicable federal, state, local, or special district laws (including, but not limited to, those governing the "take" of listed species). 3. This general permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the general permit. 4. The general permit does not relieve the permittee from liability and penalties when the permitted activity causes harm or injury to: human health or welfare; animal, plant or aquatic life; or property. It does not allow the permittee to cause pollution that violates state water quality standards. 5. Section 253.77, F.S., provides that a person may not commence any excavation, construction, or other activity involving the use of state-owned or other lands of the state, the title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund without obtaining the required consent, lease, easement, or other form of authorization authorizing the proposed use. Therefore, the permittee is responsible for obtaining any necessary authorizations from the Board of Trustees prior to commencing activity on state-owned lands. 6. The authorization to conduct activities under a general permit may be modified, suspended or revoked in accordance with Chapter 120, F.S., and Section 373.429, F.S. The general permit is not transferable to a new third party. To be used by a different permittee, a new notice to use a general permit must be submitted in accordance with rule 62-330.402, F.A.C. Activities constructed in accordance with the terms and conditions of a general permit are automatically authorized to be operated and maintained by the permittee and subsequent owners in accordance with subsection 62-330.340(1), F.A.C. Any person holding the general permit, persons working under the general permit, and owners of land while work is conducted under the general permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to sale, conveyance, or other transfer of ownership or control of the permitted project, activity, or the real property at which the permitted project or activity is located. 8. Upon reasonable notice to the permittee, Agency staff with proper identification shall have permission to enter, inspect, sample and test the permitted system to ensure conformity with the plans and specifications approved by the general permit. 9. The permittee shall maintain any permitted project or activity in accordance with the plans submitted to the Agency and authorized in this general permit. 10. A permitee's right to conduct a specific activity under this general permit is authorized for a duration of five years. 11. Activities shall be conducted in a manner that does not cause or contribute to violations of Permit No: 50-108712-P, Page 2 state water quality standards. Performance -based erosion and sediment control best management practices shall be implemented and maintained immediately prior to, during, and after construction as needed to stabilize all disturbed areas, including other measures specified in the permit to prevent adverse impacts to the water resources and adjacent lands. Erosion and sediment control measures shall be installed and maintained in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (Florida Department of Environmental Protection and Florida Department of Transportation, June 2007), available at https://www.flrules.org/Gateway/reference.asp?No=Ref-04227, and the Florida Stormwater Erosion and Sedimentation Control Inspector's Manual (Florida Department of Environmental Protection, Nonpoint Source Management Section, Tallahassee, Florida, July 2008), available at http://publicfiiles.dep.state.fl.us/DEAR/ Stormwater Training_Docs/erosion-inspectors-manual.pdf. 12. Unless otherwise specified in the general permit, temporary vehicular access within wetlands during construction shall be performed using vehicles generating minimum ground pressure to minimize rutting and other environmental impacts. Within forested wetlands, the permittee shall choose alignments that minimize the destruction of mature wetland trees to the greatest extent practicable. When needed to prevent rutting or soil compaction, access vehicles shall be operated on wooden, composite, metal, or other non -earthen construction mats. In all cases, access in wetlands shall comply with the following: (a) Access within forested wetlands shall not include the cutting or clearing of any native wetland tree having a diameter four inches or greater at breast height; (b) The maximum width of the construction access area shall be limited to 15 feet; (c) All mats shall be removed as soon as practicable after equipment has completed passage through, or work has been completed, at any location along the alignment of the project, but in no case longer than seven days after equipment has completed work or passage through that location; and (d) Areas disturbed for access shall be restored to natural grades immediately after the maintenance or repair is completed. 13. Barges or other work vessels used to conduct in -water activities shall be operated in a manner that prevents unauthorized dredging, water quality violations, and damage to submerged aquatic communities. 14. The construction, alteration, or use of the authorized project shall not adversely impede navigation or create a navigational hazard in the water body. 15. Except where specifically authorized in the general permit, activities must not: (a) Impound or obstruct existing water flow, cause adverse impacts to existing surface water storage and conveyance capabilities, or otherwise cause adverse water quantity or flooding impacts to receiving water and adjacent lands; or (b) Cause an adverse impact to the maintenance of surface or ground water levels or surface water flows established pursuant to section 373.042, F.S., or a Works of the District established pursuant to section 373.086, F.S. 16. If prehistoric or historic artifacts, such as pottery or ceramics, projectile points, stone tools, dugout canoes, metal implements, historic building materials, or any other physical remains that could be associated with Native American, early European, or American settlement are encountered at any time within the project site area, the permitted project shall cease all activities involving subsurface disturbance in the vicinity of the discovery. The permittee or other designee shall contact the Florida Department of State, Division of Historical Resources, Compliance Review Section (DHR), at (850)245-6333, as well as the appropriate permitting agency office. Project activities shall not resume without verbal or written authorization from the Division of Historical Resources. If unmarked human remains are encountered, all work shall stop immediately and the proper authorities notified in accordance with section 872.05, F.S. 17. The activity must be capable, based on generally accepted engineering and scientific Permit No: 50-108712-P, Page 3 principles, of being performed and of functioning as proposed, and must comply with any applicable District special basin and geographic area criteria. 18. The permittee shall comply with the following when performing work within waters accessible to federally- or state -listed aquatic species, such as manatees, marine turtles, smalltooth sawfish, and Gulf sturgeon: (a) All vessels associated with the project shall operate at "Idle Speed/No Wake" at all times while in the work area and where the draft of the vessels provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. (b) All deployed siltation or turbidity barriers shall be properly secured, monitored, and maintained to prevent entanglement or entrapment of listed species. (c) All in -water activities, including vessel operation, must be shut down if a listed species comes within 50 feet of the work area. Activities shall not resume until the animal(s) has moved beyond a 50-foot radius of the in -water work, or until 30 minutes elapses since the last sighting within 50 feet. Animals must not be herded away or harassed into leaving. All onsite project personnel are responsible for observing water -related activities for the presence of listed species. (d) Any listed species that is killed or injured by work associated with activities performed shall be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) Hotline at 1(888)404-3922 and ImperiledSpecies@myFWC.com. (e) Whenever there is a spill or frac-out of drilling fluid into waters accessible to the above species during a directional drilling operation, the FWC shall be notified at ImperiledSpecies@myfwc.com with details of the event within 24 hours following detection of the spill or frac-out. 19. The permittee shall hold and save the Agency harmless from any and all damages, claims, or liabilities which may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any activity authorized by the general permit. 20. The permittee shall immediately notify the Agency in writing of any submitted information that is discovered to be inaccurate. Permit No: 50-108712-P, Page 4 Specific Conditions for General Permits, 62-330.451, F.A.C. Within 30 days after completion of construction, a registered professional shall submit certification that construction was completed in substantial conformance with the plans and calculations that were submitted in the notice to use this general permit. Permit No: 50-108712-P, Page 5 Distribution List Brent Whitfield, Chen Moore and Associates City Of Greenacres Div of Recreation and Park - District 5 US Army Corps of Engineers - Permit Section Lake Worth Drainage District Palm Beach County - Environmental Resource Management Palm Beach County Engineer Permit No: 50-108712-P, Page 6 Exhibits The following exhibits to this permit are incorporated by reference. The exhibits can be viewed by clicking on the links below or by visiting the District's ePermitting website (http://my.sfwmd.gov/ ePermitting) and searching under this application number 230207-37436 . Exhibit No. 1 Location Map Exhibit No. 2.0 SWM Plans Permit No: 50-108712-P, Page 7 NOTICE OF RIGHTS As required by Chapter 120, Florida Statutes, the following provides notice of the opportunities which may be available for administrative hearing pursuant to Sections 120.569 and 120.57, Florida Statutes, or judicial review pursuant to Section 120.68, Florida Statutes, when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Some of the legal proceedings detailed below may not be applicable or appropriate for your situation. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Florida Statutes. Persons seeking a hearing on a District decision which affects or may affect their substantial interests shall file a petition for hearing in accordance with the filing instructions set forth herein within 21 days of receipt of written notice of the decision unless one of the following shorter time periods apply: (1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Florida Statutes; or (2) within 14 days of service of an Administrative Order pursuant to Section 373.119 (1), Florida Statutes. "Receipt of written notice of agency decision" means receipt of written notice through mail, electronic mail, posting, or publication that the District has taken or intends to take final agency action. Any person who receives written notice of a District decision and fails to file a written request for hearing within the timeframe described above waives the right to request a hearing on that decision. If the District takes final agency action that materially differs from the noticed intended agency decision, persons who may be substantially affected shall, unless otherwise provided by law, have an additional point of entry pursuant to Rule 28-106.111, Florida Administrative Code. Any person to whom an emergency order is directed pursuant to Section 373.119(2), Florida Statutes, shall comply therewith immediately, but on petition to the board shall be afforded a hearing as soon as possible. A person may file a request for an extension of time for filing a petition. The District may grant the request for good cause. Requests for extension of time must be filed with the District prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has consulted with all other parties concerning the extension and whether the District and any other parties agree to or oppose the extension. A timely request for an extension of time shall toll the running of the time period for filing a petition until the request is acted upon. FILING INSTRUCTIONS A petition for administrative hearing must be filed with the Office of the District Clerk. Filings with the Office of the District Clerk may be made by mail, hand -delivery, or e-mail. Filings by facsimile will not be accepted. A petition for administrative hearing or other document is deemed filed upon receipt during normal business hours by the Office of the District Clerk at the District's headquarters in West Palm Beach, Florida. The District's normal business hours are 8:00 a.m. — 5:00 p.m., excluding weekends and District holidays. Any document received by the Office of the District Clerk after 5:00 p.m. shall be deemed filed as of 8:00 a.m. on the next regular business day. Rev. 1/16/20 Permit No: 50-108712-P, Page 8 Additional filing instructions are as follows: • Filings by mail must be addressed to the Office of the District Clerk, 3301 Gun Club Road, West Palm Beach, Florida 33406. • Filings by hand -delivery must be delivered to the Office of the District Clerk. Delivery of a petition to the District's security desk does not constitute filing. It will be necessary to request that the District's security officer contact the Office of the District Clerk. An employee of the District's Clerk's office will receive and process the petition. • Filings by e-mail must be transmitted to the Office of the District Clerk at clerk@sfwmd.gov. The filing date for a document transmitted by electronic mail shall be the date the Office of the District Clerk receives the complete document. INITIATION OF ADMINISTRATIVE HEARING Pursuant to Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Rules 28-106.201 and 28-106.301, Florida Administrative Code, initiation of an administrative hearing shall be made by written petition to the District in legible form and on 8 1/2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number, District file number or any other District identification number, if known. 2. The name, address, any email address, any facsimile number, and telephone number of the petitioner, petitioner's attorney or qualified representative, if any. 3. An explanation of how the petitioner's substantial interests will be affected by the agency determination. 4. A statement of when and how the petitioner received notice of the District's decision. 5. A statement of all disputed issues of material fact. If there are none, the petition must so indicate. 6. A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the District's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the District's proposed action. 8. If disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the District to take with respect to the District's proposed action. MEDIATION The procedures for pursuing mediation are set forth in Section 120.573, Florida Statutes, and Rules 28-106.111 and 28-106.401—.405, Florida Administrative Code. The District is not proposing mediation for this agency action under Section 120.573, Florida Statutes, at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Section 120.68, Florida Statutes, and in accordance with Florida Rule of Appellate Procedure 9.110, a party who is adversely affected by final District action may seek judicial review of the District's final decision by filing a notice of appeal with the Office of the District Clerk in accordance with the filing instructions set forth herein within 30 days of rendition of the order to be reviewed, and by filing a copy of the notice with the appropriate district court of appeals via the Florida Courts E-Filing Portal. Rev. 1/16/20 Permit No: 50-108712-P, Page 9 WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC 72d8 13ELVED_ P.L ROAD WEST PALM BEACH. FL 33411 US 561.686-6077 nck.ny7nandsor*fryahoo cnrr= Estimate DOUG CHAMBERS VILLAGE OF TEQVESTA 345 Tequosta Orwe Tequesta. FL 33469 pbc annual contract 2022-063 I=1- 03129/2023 ACTIVITY DESCRIPTION OTY RATE AMOUNT 1 ESTIMATE El Portal Capital Improvement Project 1 69.253.73 69,253,73 1A ESTIMATE Ell Portal Capital Improvement Project 1 426.030.00 426.030.00 1 ESTIMATE El Portal Capital Improvement Project 1 415,365.00 415,365.00 $910,648.73 WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC 7268 BELVEDERE ROAD WEST PALM BEACH, FL 33411 US 561-686-6077 rick. wynnandsons@yahoo.cam Estimate ADDRESS VILLAGE OF TEDUESTA 357 Tequesta Drive Tequesta, FL 33469 pbc ann. contract 2022-063 ACTIVITY 63-004 63-007 63-008 63-010 63-105 63-125 63-126 63-127 63-131 63-125 63-132 63-046 63-150 63-159 Accepted By Accepted Date ESTIMATE Mr. Doug Chambers DATE 02/27/2023 El Portal Sidewalk DESCRIPTION OTY RATE AMOUNT CLEARING & GRUBBING PER ACRE 2 1,000.00 2,000.00 SHALLOW EXCAVATION (DEPTH <4 FT) PER CY 89 10.00 890.00 EMBANKMENT PER CY 52 10.00 520.00 FINISH GRADING PER SY 1,000 10.00 10,000.00 CONCRETE CURB (TYPE D) PER LF 200 18.00 3,600.00 CONCRETE SIDEWALK (6" THICK) (DRIVEWAY) (35 SY 330 63.00 20,790.00 OR GREATER) PER SY CONCRETE SIDEWALK (6" THICK") (CURB RAMPS) PER 20 89.00 1,780.00 SY CAST IN PLACE AND/OR SURFACE APPLIED TACTILE 32 22.00 704-00 SURFACE PER SF 4" CONCRETE REMOVAL PER SY South Side 24 12.50 300.00 CONCRETE SIDEWALK (6" THICK) (DRIVEWAY) (35 SY 59 63.00 3,717.00 OR GREATER) PER SY - North Side 6" CONCRETE REMOVAL PER SY - North Side 59 12.50 737.50 INLET (CLOSED FLUME) (TYPE 1) PER EACH 1 4,268.00 4,268.00 SOD TO MATCH EXISTING PER SY 2,177 6.99 15,217.23 ROOT PRUNING (0"-36" DEEP) PER LF 250 20.00 5,000.00 Proposal Does Not Include Sprinkler Repair- We cap the Pipe if Broken No Concrete Apron Removal & Replacement in this Proposal $69, 523.73 WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC 7268 BELVEDERE ROAD WEST PALM BEACH, FL 33411 US 561-686-6077 rick. wynnandsons@yahoo.com Estimate ADDRESS DOUG CHAMBERS VILLAGE OF TEQUESTA 357 Tequesta Drive Tequesta, FL 33469 pbc annual contract 2022-063 SHIP TO Mr. Doug Chambers El Portal Drainage Improvements & Restoration ESTIMATE DATE 03/14/2023 ACTIVITY DESCRIPTION QTY RATE AMOUNT 63-063 YARD DRAIN INDEX 282 2 2,500.00 5,000.00 NIC INLET TYPE E 84" 1 15,500.00 15,500.00 63-044 INLET TYPE C 10 4,999.00 49,990.00 NIC INLET TYPE E BOX WITH 2-15" WEIRS INSTALLED 1 18,800.00 18,800.00 63-187 PREMIUM FOR CONFLICT CONDITION 15 3,500.00 52,500.00 63-068 15" HDPE PER LF (CLASS 1) 780 100.00 78,000.00 63-095 FRENCH DRAINS (18" CMP) PER LF 60 199.00 11,940.00 63-065 HDPE " (yard drain & box connections) 130 100.00 13,000.00 63-058 MODIFY INLETIREPAIR OR REBUILD INLET 4 2,500.00 10,000.00 63-102 DEWATERING 16 4,000.00 64,000.00 NIC-2 DEFLECT EXISTING WATER LINE 1 19,500.00 19,500.00 NIC-1 LINE STOP ALLOWANCE -PER PROJECT 1 25,000.00 25,000.00 63-168 LOADER TIME PER DAY- ROAD CROSSINGS 16 2,000.00 32,000.00 NIC TRENCH BOX IF NEEDED 16 975.00 15,600.00 NIC STEEL SHEETING FOR OPEN TRENCH IF NEEDED 16 950.00 15,200.00 cut and cap irrigation I-OTAL $426,030.00 deflect water line and line slop ma'; or may not be needed VOI TO ASSIST WITH MOT AS NEEDED (POLICE) Accepted By Accepted Date Page I of I WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC 7268 BELVEDERE ROAD Estimate WEST PALM BEACH, FL 33411 US 561-686-6077 dck.wynnandsons@yahoo.com ADDRESS SHIP TO VILLAGE OF TEQUESTA- Mr. Doug Chambers Village of Tequesta 4 Tequesta Roads Mill, Pave & Stripe Inside Country Club ESTIMATE 4 DATE 8589 02/27/2023 SHIP DATE 06/24/2022 ACTIVITY DESCRIPTION OTY RATE AMOUNT El Portal Drive 0.00 63-007 SHALLOW EXCAVATION (DEPTH <4 FT) PER CY 1,100 10.00 11.000.00 63-010 FINISH GRADING PER SY 1,827 10.00 18.270.00 63-013 8" BASE INCL PRIME COAT PER SY 200 20.00 4.000.00 63-020 PORTABLE MILLING MACHINE PER HOUR 22 250.00 5,500.00 63-019 MILL EXISTING ASPHALT PAVEMENT PER 1/2 DAY 3 5,300.00 15,900.00 63-027 SUPERPAVE ASPHALTIC CONCRETE (SP-12.5 TRAFFIC LEVEL C) 351 137.50 48,262.50 (>200 TONS) PER TN 63-023 MISC ASPHALT (> 50 TONS) (INCL TACK) PER TN - Overbuild, 114 200.00 22.800.00 Leveling & Header Curb Repairs 63-113 CONCRETE FLUSH HEADER CURB PER LF 200 55.00 11,000.00 63-114 CONCRETE FLUSH HEADER CURB REMOVAL PER LF 200 12.00 2,400.00 63-178 TRAFFIC PAINT PER SF 330 4.80 1.584.00 63-179 THERMOPLASTIC PAVEMENT MARKING PER SF 330 8.50 2,805.00 NIC REFLECTIVE PAVEMENT MARKINGS 24 9.00 216.00 River Drive 0.00 63-020 PORTABLE MILLING MACHINE PER HOUR 11 250.00 2,750.00 63-019 MILL EXISTING ASPHALT PAVEMENT PER 1/2 DAY 1.50 5,300.00 7,950.00 63-026 SUPERPAVE ASPHALTIC CONCRETE (SP-12.5 TRAFFIC LEVEL C) 178 171.00 30,438.00 (0-200 TONS) PER TN 63-023 MISC ASPHALT (> 50 TONS) (INCL TACK) PER TN -Overbuild, 48 200.00 9,600.00 Leveling & Header Curb Repairs 63-114 CONCRETE FLUSH HEADER CURB REMOVAL PER LF 260 12.00 3,120.00 63-113 CONCRETE FLUSH HEADER CURB PER LF 260 55.00 14,300.00 63-178 TRAFFIC PAINT PER SF 220 4.80 1,056.00 ACTIVITY DESCRIPTION OTY RATE AMOUNT 63-179 THERMOPLASTIC PAVEMENT MARKING PER SF 220 8.50 1,870.00 NIC REFLECTIVE PAVEMENT MARKINGS 16 9.00 144.00 Yacht Club Place 0.00 63-020 PORTABLE MILLING MACHINE PER HOUR 17 250.00 4,250.00 63-019 MILL EXISTING ASPHALT PAVEMENT PER 1/2 DAY 3.50 5,300.00 18,550.00 63-027 SUPERPAVE ASPHALTIC CONCRETE (SP-12.5 TRAFFIC LEVEL C) 455 137.50 62,562.50 (>200 TONS) PER TN 63-023 MISC ASPHALT (> 50 TONS) (INCL TACK) PER TN - Overbuild, 87 200.00 17,400.00 Leveling & Header Curb Repairs 63-113 CONCRETE FLUSH HEADER CURB PER LF 380 55.00 20,900.00 63-114 CONCRETE FLUSH HEADER CURB REMOVAL PER LF 380 12.00 4,560.00 63-178 TRAFFIC PAINT PER SF 160 4.80 768.00 63-179 THERMOPLASTIC PAVEMENT MARKING PER SF 160 8.50 1,360.00 NIC REFLECTIVE PAVEMENT MARKINGS 16 9.00 144.00 Pine Tree Place 0.00 63-020 PORTABLE MILLING MACHINE PER HOUR 8 250.00 2,000.00 63-019 MILL EXISTING ASPHALT PAVEMENT PER 1/2 DAY 2 5,300.00 10,600.00 63-023 MISC ASPHALT (> 50 TONS) (INCL TACK) PER TN - Overbuild, 43 200.00 8,600.00 Leveling & Header Curb Repairs 63-026 SUPERPAVE ASPHALTIC CONCRETE (SP-12.5 TRAFFIC LEVEL C) 165 171.00 28,215.00 (0-200 TONS) PER TN 63-114 CONCRETE FLUSH HEADER CURB REMOVAL PER LF 260 12.00 3,120.00 63-113 CONCRETE FLUSH HEADER CURB PER LF 260 55.00 14,300.00 63-178 TRAFFIC PAINT PER SF 220 4.80 1,056.00 63-179 THERMOPLASTIC PAVEMENT MARKING PER SF 220 8.50 1,870.00 NIC REFLECTIVE PAVEMANT MARKINGS 16 9.00 144.00 PLEASE NOTE 0.00 No Sidewalk or Driveway Apron Work Included in this Proposal 0.00 TOTAL $415,365.00 Accepted By Accepted Date -�'-105 V-11JAhAS0V1S \'i LLAG 1:1 OF TEQUESTA Qor:#�t - N 11ocir ;AGREEMENT FOR PATHWAY AND MiNOR CONSTRUCTION SEl P,S%jbad^ THIS AGREEMENT for pathway and miner construction ser%ice< A into and effectivc this day of May . 2023. by and between the V I L L TEQUES"IA, a Florida municipal corporation with offices located at 345 'Iequesra-vn`�: -- l'equesta. Florida 33=460, organized and existing in accordance with the laws ofthe State ofF lorida, hereinafter `-the: Village": and Vl ynn &lions Environmental Construction Co., INC., a Florida corporation, with otlicvs located at 7268 Belvedcre Road, Nlv st Palm Beach, H. 33411. hereinalter "the C ontraclor", and collecti\ely with the Village. "the Parties". WITNESSETH The Village and The Contractor. in consideration of the inutual cotenants conlaiiied herein and for other good and valuable consideration, the receipt and sufficiency t►f' , hich is hereb, 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 ininor cunstructiun 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 motor construction projects as needed by the Village on an as -needed, uisk work order basis. The Parties agree to enter into this Agreement and piggyback (or the pathway and minor construction services at the unit priors described in the Palen 13each County awarded through Pa1ni Beach County Path A -ay & Minor Construction Continuing Services Contract I1rojecL`f3id No- 2022063. Said contract, including its terms, conditions, specifications, and attached exhibit-va nendments. are hereby fully incorporated into this Agreement and attached hereto a,; Fxhibil «A" 2. COMPENSATION: In consideration for the above Scope of Senices, pricing shall be pursuant to the unlit prices provided within the Palm Beach County Contractor's Bid tabulation Chart. attached hereto as Exhibit "B". '/'lie Parties hereby agree to the Village's purchase of supplies and/or sen-iecs in g7eatcr or lesser amnuF*s thin estimated in the Palen Beach County Pathway R Minor Construction Continuing Scry ices Contract Project No. 2022063., or the attached bid tabulation charts as referenced by Exhibits "A" & ` B". In consideration for the above ,;cope of Scr%ices and pursuant to any Fxhibits, if applicable:_ the Village shall pay the Page i of 8 Contractor at the unit prices as described in Exhibit "A". `l he goods or services shall be delivered on a per -order basis in a tinic, manner, and location acceptable to the Village the "Perlvrrnance Date. 3. CALkNGE ORDERS: Seller is a%kare that price and time are of the essence in this contract and that prompt and timely performance of all such obligations is strictl} required. If conditions change that would require an increase in price. scope. or time for performance Seller must nutiti the Village in «Titing detailing the conditions that have changed and requesting a change order to the contract %%ithin 10 days prior to the perfomiance date "Change Order Deadline Change orders submitted after the change order deadline %%ill not be considered. Seller shall not proceed «ith an}' change to its obligations under a change order request unless documented in a Change Order executed by loth Parties. It 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. dolt 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 tar 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 Hoods, the Village rrsemes the right at its discretion to change. modiA.. revise add, or remove any part of its order for the Goods as described by this Agmviiient and any Iixhibits, if applicable. Ifan\ such change to the Village's, order causes an increase or deer+--ase in the cost of the Goods or causes a change in die time required for delivery of the Goods, the \rllage shall make an equitable adjusunent in the contract price, the delivery schedule, or both. Any cliangt to the Village's order for the Goods and any subsequent equitable adjustment to the Lervus of this Agreement shall be etketuated thnwgh a %% itten Amendment to this Agreement as executed by both Parties pursuant to Section 15, of this Agreement. 4. TER,11; TF;RM1NAT10N; NOTICE: Pursuant to the Palm Beach County Pathway R: Minor Construction Continuing Services Contract Project/Bid No. 2022063, the original contract terns will expire on Septernbcr 141", 2024. With an option to renew up to a maxitnuill of 18 additional nionths. This :Agreement may be terminated by either party upon 30 clays 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 follo%%ing addresses: Page 2 of S Village Village of Tequesta 345 'feyuesta Drive -lcquesta, FL 33.169-0273 Attn: Doug Chambers, Public Works Dept_ Contractor \Vynn & Sons Emirontnental Construction Co_ INC. 7268 Belvedere Road West Palm Beach. FI. 33411 Attn: Daniel P. Wynn, President INS RAN(Ak: 'I he Contractor shalt 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 tiny claim. demand or cause of action of Ahatsoeve:r bind or nature, arising out of error, omission, negligent act, conduct. or misconduct of the Contractor, its agents, servants, or employees In the perfotlaaawe of scrvices under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sited, not as a waiver of sovereign imtntwity beyond the waiver provided in Section 768.28, Florida Statures. 7. PUBLIC ENTITiES C:ltnIES AC' . As provided in Section.- 287.132-133. Horida Steatutes, by entering into this Agreement or perlorming any work in furtherance hereof-, the Contractor certifies that it. its atliliato;s, suppliers. subcontractor,-, and consultants who will perform hcreeuader, have not been placed on the coo icted vendor list maintained bti the State of Florida Department of Management Se:rvim within thirty-six (36) months immediately preceding. the date hereof. this notice is required by Section 287.133 Xa), Florida S1atutes. 8. INDEPENDENT C'ON`I'RAC TOR: It is specifically understood chat 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 crated hereby. nor shall hereafter exist by reason of the performance of the services herein provided. 9. INSPE(I'OR GENERAL: Pursuant to Sections'-421-2432 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, reviews, or Page 3 of 8 investigations. All parties doing business %%Ith the Village shall fully cooperate %%itlh the inspector gene rat it► the exercise of the inspector s-,eneral's functions, authority., and pen;er. 'I he inspector general has the poN%er 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 lubbyists of the Village in order to detect. deter, prevent, and eradicate fraud, waste, mismanagement. misconduct. and abuses. 10. E-VhR1FY KI.1C:11311,11TV: The Contractor warrants and represents that it is in compliance with Section 418.095. Flarida.14anites, as may be amended. No Iater than January 1, 2021. the Contractor shall: (1) register with and use the I".4erify System (E-Veriti,`-lov) to clectrunically serif} the employment eligibilit\ of all newly hired workers. and (2) verih' that all of the Contractor's subconsultanas performing the duties and obligations of this Agreement are registered with and use the h-Verify System to clectmnically 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, orsubcontract titnth an I nauthorized Alien, as that term is defined in Section 449.095(1 Kk), Florida Statutes, as may be amended. file Contractor shall maintain a copy of any such affidavit from a sub -consultant for, at, a minimum, the duration of the suhcontract acid any extension thereof. -Mis provision shal l not supersede any provision of this Agrectnent which requires a longer retention period. The Village shall temhinate this Agreement if it has a stood faith belie{' that the Contractor has knowingly violated Section 448.09(1), Floridu .Statutes. as may be amended, If the Contractor has a good faith belief that the Contractor's subconsultant has knoNvingly violated Section 44$.09(1), Florida .tiIalutes, as ma} b amended, the Village shall notify the Contractor to terminate its contract with the sub-con-sultwit and the Contractor shall immediately terminate its contract withh the sub -consultant. In the event oft -tech contract tennination. the Contractor shall be liable lue au% additlutlal cuSIS illLtar red by the Village as a result ol`the tennination. 11. SCRUTINIZED C:OMPACNiES: For Contracts under 51 M, the Contractor certifies that it is not on the Scrutinized Companies that kit+ycott ismel List created pursuant to Section 215.4725, Florida Statutes and that it is not engaged in a hoycolt of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a Use certification as provided under Section 287.135(5). Horidu ,Statutes, if the Contractor has lxvn placed on the Scrutinized Companies that Boycott Israe( List created pursuant to Section Page 4of8 215.4725. Florida Statute v. or it'Contractor is engaged in a boycott of Israel. For Contracts over SI N1. the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List.. the Scrutinized Companies %ith Activities in the Iron Petruieum Energy Sector List_ or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725. Florida Stances. 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 liwnd to have submitted a false certification as provided under Section 287.135(1), Florida Stannes or if the Contractor has b,-vn placed on one of the aforrmentioncd lists created pursuant to Section 215.4725. Florida Steumes. Additionall). 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 Stantles. 12. A`I `I ORNFY'S FEES: In the event, a dispute arises concerning this Agreement, the prevailing party shall tk awarded attorney's fees, including fees on appeal. 13. FORCE: MAJFURE: The Contractor shall not be considered in default by reason of any failure in pertorniance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and ithout their fault or negligence. Such cawses ine(ude. but are not limited to: acts of God: acts of war: natural or public health emcreencies; labor disputes; fteight emttitrgoes: and abnommally severe and unusual weather conditions. 14. (: H()10E; OF I.AW; VENUE: I his Agn-e tttcnt shalt be governed and construed in accordance %.%ith the laws of the State of Florida, and venue shall be in Palm Beach County should :ur dispute arise with regard to this Agreement.. 15. AhiI?\D11LNTS & ASSIGNMENTS: ]'his Agreement. all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement bet.% ecn both parties: no moditicationa shall be made to this Agreement unless in %vriting, agreed to by both parties, and attached hereto as an addendum to this Agreement. 'the Contractor shall not translcr or assign the provision of services called for in this Agreement without prior written consent of the Village. G. Pt'Bl,1C RECORDS: in accordance "ith Scction I l9.0701. Florida Statutes. the Contractor must keep and maintain this Agreement and any other records, associated therewith and that are asscx:iate d with the performance of the work described in the Scope of Services. Upon Page _5 cif 8 request from the \,'illage's custodian of public records, the Contractor must provide the Village with copies cif requested records, or allow such records to be inspected or copied. widull a reasonable time in accordance with access �tnd cost requirements ofChaptsr 119. P'lurid a Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section 1 14.0701. Fhu•ida .statutes, and other penalties under Siec:tion 119.10. Florida Stanaes. Further. the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the. perfomiance of the work described in Scope of Ser%�ices are not disclosed except as atttitorizcd 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 trastsfers all public records to tile Village upon completion of the: Agreement, the Contractor shalt 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 tneet all applicable requirements for retaining public records. Records that ate: stored cle-c;tronically must be prov ided to the Village, upon request tmm 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 RE.GARDiNG THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DITTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR WE VILLAGE., AT (56I) 768-0685, OR AT I tat cNN ill is tins a teal a esta.o r g-, OR AT 345 TEQIfESTA DRiVE, TEQUESTA, FLOIUDA 33469. 17. I1EMINGS: 'i'he headings contained in this Agreement are provided for convenience only and shalt not be considered in construing, interpreting or enforcing this Agreement. 18. SF:VF:RABILI FY: 'I lie invalidity or unenfiorceability ofany provision ofthis Page 6 of 8 Agrecment shall not affect the validity or enforceability or any other provision of this :\greement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable Provision is not contained herein. 19. '4'4'AIVER: No waiver by the Village of any provision of this Agreement shall he deemed to be a waiver of an} 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, %vhcthe:r or not similar to the act sc-' consented or approved. 20. ENTIRE AGREEMENT: 'I his eight page A-reement. including any l:xhibitti. constitutes the entire agreement between the parties: no modification shall be made: to this Agreement unless such modification is in %vriting. agreed to by both parties and attached hereto as an addendum to this Agreement. in the event of a conflict beowen ties and any other document. this document shall ptr:vail. 22. AL 11101 TN' TO OBLIGATE: Fach person signink this agreement on behalf ofeither Party warrants that he or she has the Rill legal power to execute this agreement on behalf of the Party for whom he or she is signing and bind and obligate such pam Mille respect to all provisions contained in this a-rcement. {REMAINDER OF 1.111S PA(A— LEFT INTENTIONALLY FLANK) Page 7 of 9 t 1\ W I TN E SS W H E R E O F, the parties hereto have executed this Agrcement on the date and year first above written. W ITNCSSI:S: ATTEST: Wtinn & Sons Environmental Construction Co., Inc. (iv: Daniel Wvn -President Lam,, Lori MclKilfiams. NIMC Village Clerk (C'orlwatc Seal) VILLAGE OF I-EQltESTA I3% :'tofh Young, 1tay or Page 8 of 8 (Seal i tT-,.,4 � IAA, vj rj+son5 EXHIBIT A c y�l b , #4 CONTRACT DOCUMENTS - FOR MAR 14 2023 CONSTRUCTION OF PATHWAY & MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PALM BEACH COUNTY, FLORIDA PROJECT NO.2022063 PROJECT NAME: PATHWAY & MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PROJECT NO.: 2022063 Cover 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-1A through P-12A Add: TSP-18.1 It is required that ADDENDUM NO. 1 be acknowledged in the space provided on the PROPOSAL FORM. APPROVED BY: i f� ' INDEX Bidding Forms CoverSheet................................................................................................................................:_.:.... Cover.. Index......................................................................................................................................................... A Noticeto Bidders......................................................................................................................................B Advertisementfor Bid...............................................................................................................................0 Submittals Requested with Bid.................................................................................................................D Instructions to Bidders.......................................................................................................ITB-1 to ITB-13 Specifications / Provisions SpecialProvisions ........................................ ,............................................ ............................. SP-1 toSP-50 Special Provisions [Requests 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 / Permits / EBO Forms Driveway Construction Release............................................................................................ DE-1 to DE-2 Permits...............................................................................................................................................PER-1 EBOForms...................................................................................................................... EBO-1 to EBO-6 Proposal ProposalForm............................................................................................................................P-1 to P-12 Bid Forms / Requirements / 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 / 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 Certificationof Sublet Work.............................................................................................................. SW-1 Certificateof Insurance......................................................................................................................... CI-1 Construction Coordination Forms....................................................................... CONST-1 to CONST-11 M NOTICE TO BIDDERS NOTICE TO BIDDERS A NON -MANDATORY PRE -BID MEETING WILL BE B EL ON THURSDAY SEPTEMBER 15, 2022 AT 10:00 A.M. AT THE ENGINEERING & PUBLIC WORKS DEPARTAI EN IN THE THIRD FLOOR MAIN CONFERENCE ROOM (3W-12) LOCATED AT 2300 NORTH JOG ROAD WEST PALM BEACH, FLORIDA, 33411-2745 ATTENDANCE VIA TELECONFERENCE OPTION: CALL (561) 776-2160 PIN: 903287 IF THERE ARE ANY QUESTIONS CONCERNING THIS MEETING, PLEASE CONTACT THE OFFICE OF ROADWAY PRODUCTION AT (561) 6844150 B-A .'ADVERTISEMENT FOR BIL 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 3W-33, West Palm Beach, Florida, 33411-2745, up to 2:00 P.M., local time, and opened in the Third Floor Conference Room (3W-12) on 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 Road, Third Floor Room 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:l/pbevss p.co. i-)alm-beach.fl.us/webapp/v sso/A!tSelfService 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-refimdable 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 Meeting will be held on Thursday, September 15, 2022 at 10:00 A.M. in the Third Floor Main Conference Room (3W-12) in the Pahn 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 PIN 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 SUNDAY: 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, Mavor :41 SUb IITTALS REQUESTED W11 n BID At a minimum, submit One (1) original package containing the following: (see contract documents to determine if other requirements apply) EBO Schedule 1 (page EBO-1) Ensures all team meinhers area listed EBO Schedules 2 (page EBO-2) Submit a Schedule 2 far all team men7bers 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, LW4) 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 Finn's Active License to Conduct Business in the State of Florida Certification of Sublet Work (page SW-1) MOT Pre -Qualification Letter or Similar Projects Listing (see General Provisions Section 2-1) Please do not staple or permanently -bind the bid documents, 0 iLASTRUCTIONS TO BIDDER, 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 WORK ORDER 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 #5 • Spending Limit/Contract Amount: See Contract Page C-1 • Bond Requirements: See General Provisions Section 3-5 2. ADDENDA — CHANGES WHILE 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-Roadwat,Birl (a�pbc,;ov org RFI's may also be mailed or faxed to the Director at the following: 2300 N. Jog Road, Suite #3 W- 33, 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: httns://pbcvssi)-co.i)alm-beach.fl.us/webapp/vssp/AltSenervice 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 _ �vSTRUCTIONS TO BIDDL- 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 -MANDATORY PRE -BID MEETING — See Notice to Bidders. 4. LAWS AFFECTING 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. 6. EQUAL BUSINESS 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://discover.pbegov.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," "and" 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 �,,gSTRUCTIONS TO BIDDER, 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 deemed in the EBO Ordinance. 6.1.5 — "Subcontractor" shall mean "Subconsultant" as applicable. 6.2 - Policv 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/MIWBE Goals through Affirmative Procurement Initiatives (APIs) The Contractor must adhere to the Affirmative Procurement Initiatives (APls) 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 APIs) The APIs approved for this solicitation, including any applicable S/M/WBE 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 / 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 INSTRUCTIONS TO BIDDI_ _o Up to 40% of this Contract as noted above, shall be subcontracted to eligible M/WBEs (i.e., certified M/WBE firms owned by African American, Hispanic American, Asian American, Native American, and non -minority women persons). However the EBO Office shall reduce or waive this goal when there is inadequate availability of M/WBE prime and / 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 API(s) 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 S/M/WBE participation specified in its bid, then The Contractor must immediately seek substitute S/M/WBEs to fulfill the requirements and obtain the approval of the EBO Director. If, after reasonable Good Faith Efforts, as defined below, the Contractor is unable to find an acceptable substitute S/M/WBE, 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 S/M/WBE proposed utilization, one (1) or more of the penalties and sanctions as set forth in the EBO 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 OEBO, is located on the EBO website at https://discover.pbegov.org/oebo/Pages/Compliance-Programs.aspx. The OEBO 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 OEBO 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 ird STRUCTIONS TO BIDDERO 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/M/WBE goals as established by the OEBO for a particular contract; or • documentation of efforts made toward achieving EBO program goals c solicitations of bids/proposals/qualification statements from all qualified S/M/WBE firms listed in the OEBO's directory of certified S/M/WBE firms; o correspondence from qualified S/M/WBE firms documenting their unavailability to perform S/M/WBE contracts; o documentation of efforts to subdivide work into smaller quantities for subcontracting purposes to enhance opportunities for S/M/WBE firms; o documentation of a Prime Consultant's posting of a bond covering the work of S/M/WBE subcontractors; o documentation of efforts to assist S/M/WBE 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 S/M/WBEs in order to identify qualified and available S/M/WBE subcontractors. Scoring of Good Faith Efforts documentation and administrative determinations regarding the adequacy of such Good Faith Efforts is the responsibility of the OEBO. 6.4 - Proaosal Submission Documentation S/M/WBE bidders, proposing as prime 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 perfonmed by all subcontractors, including S/M/WBE subcontractors. Failure to include this information on Schedule 1 will result in the participation by the S/M/WBE prime bidder's own ITB-5 _ INSTRUCTIONS TO BIDDb..� 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/M/WBE 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 I - 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 S/M/WBE, 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 S/M/WBE goal second and third tiered certified S/M/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 x,iSTRUCTIONS TO BIDDEN,, 6.4.2.3.2 - In the event of a conflict between Schedules 1 and 2 when calculating S/M/WBE 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 - S/M/WBE Certification Only those firms certified by Palm Beach County at the time of bid submission shall be counted toward the established S/MlWBE goals. Upon receipt of a completed application, IT TAKES UP TO NINETY (90) BUSINESS DAYS TO BECOME CERTIFIED AS AN S/M/WBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of any proposed S/M/WBE; therefore, it is recommended that bidders visit the online Vendor Directory at https:Hdiscover.pbcgov.org/oebo/PagesNendor-Directory.aspx to verify S/M/WBE certification status. Finns 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/WBE during the time their certification dates are valid. 6.6 - Counting S/M/WBE 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/MIWBE 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 with a joint venture, based on the clearly defined portion of the work to be performed by the certified S/M/WBE of the joint venture. ITB-7 INSTRUCTIONS TO BIDDE.-.j 6.6.3 - The Contractor may count toward the established API the entire expenditures for materials and equipment purchased by an S/M/WBE subcontractor, provided that the S/M/WBE 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 S/M/WBE suppliers / 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 S/M/WBEs, provided that the Prime submits a completed Schedule 2 form for each S/M/WBE. 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 S/MIWBE 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 S/M/WBE, 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-8 .JLASTRUCTIONS TO BIDDEk, agree and assure that they will meet the S/M/WBE 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 subinit 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 - Post Proposal Waiver Request. After submission of a bid, if Bidder, through no fault of its own, is unable to meet the S/M/WBE participation specified in its bid, then Bidder must immediately seek substitute S/M/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 S/M/WBE, 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 S/M/WBE 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 S/M/WBE 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 S/M/WBE, along with the price and /or percentage. 6.8 - S/M/WBE Substitutions - Contractor must notify the Office of EBO of changes in S/M/WBE utilization 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 _INSTRUCTIONS TO BIDDlh.--i to replace the subcontractor to complete the work in a timely fashion, 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 S/M/WBE that is unwilling or unable to perform. The Contractor will only be permitted to modify the scope of work or price of an S/M/WBE 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 S/MIWBEs in order to maintain the participation percentages submitted with the bid. 6.8.2 - All requests for modifications or substitutions shall be submitted to the Department's Office of EBO on the EBO Request for S/M/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 S/M/WBE; the new S/M/WBE 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 S/M/WBE utilization during the term of any contract resulting from this solicitation. It is the Department's policy that S/M/WBEs 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 API(s) applicable to this solicitation, as well as the S/M/WBE 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 n� STRUCTIONS 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 S/M/WBE participation as actually achieved, if applicable. 6.10 — Payments 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 .dNSTRUCTIONS TO BIDDL o (including payroll taxes, costs, and benefits) up to a maximum reimbursement of $100,000. The request must be submitted no later than 45 days after Substantial Completion of the project. For projects with construction costs of $20,000,000 or greater, the threshold amount of expenditures for apprentices which must be paid to qualify for the incentive shall increase to $50,000 and the maximum reimbursement payment to $200,000. To be eligible for the Apprenticeship Incentive payment, the apprentice employer (through the Contractor) must provide the following documentation: apprentice name(s), contact information, the apprentice Registered Apprenticeship Partners Information Data System (RAPIDS) Registration number, certification from the apprentice program that the employee was in good standing during the time on the project, registered trade, and certified payroll for the apprentice hours worked on the project. The Contractor is required to forward all documentation, assembled and submitted by the apprentice employer in accordance with the above paragraph, to the County for review and disposition. Any incentive that the County approves shall be provided to the apprentice employer in full. Glades Resident Incentive Palm Beach County offers an incentive Payment to any contractor (and subcontractors) who hires a new employee that is a resident of the Glades area for work on County contracts (Glades Employee). For purposes of this section, "resident of the Glades area" means any person whose legal residence is located in the Glades area as defined in the Palm Beach County Local Preference Ordinance. To be eligible for the Incentive Payment, the employee must be a full-time employee of the Contractor for a minimum of 3 weeks on this project and cannot have worked for the Contractor 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 � . STRUCTIONS TO BIDDER. If the County determines that the Contractor complied with the requirements of this section, it will reimburse the contractor 30% of the new employee(s) wages (including payroll taxes, costs, and benefits) up to a maximLun reimbursement of $100,000. The request must be submitted no later than 45 days after Substantial Completion of the project. A Contractor can only claim the Incentive Payment once for each Glades Employee within a 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.us/webapp/vssp/A1tSelfService. If Contractor intends to use subcontractors, Contractor must also ensure that all subcontractors are registered as vendors in VSS prior to Contract Award. All subcontractor agreements must include a contractual provision requiring that the subcontractor register in VSS. County will not finalize Contract Award until Contractor has certified that the Contractor and all of its subcontractors are registered in VSS. 9. POSTING OF BID TABULATIONS: Recommended award will be posted for review by interested parties at the Engineering & Public Works Department located at 2300 N. Jog Rd., Suite 43W-33, West Palm Beach, Florida, 33411-2745, Florida, and will remain posted for a period of at least seventy-two (72) hours prior to approval by the Board of County Commissioners. Failure to file a protest to the Director of Purchasing Department within the time prescribed in the County Purchasing Ordinance shall constitute a waiver of proceedings under the referenced County Ordinance. ITB-13 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 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 obligation 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-M/WBE 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 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 WORK: The Contractor will be required to maintain within Palm Beach County, at all times while this Contract is in effect, the Equipment necessary to properly carry out the provisions of these Specifications. After receiving notice to commence with the Work for a particular 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 Specifications. 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 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. & PUBLICENIT['YCRUVIES: 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. 287.132-133, 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. 287-133(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 make 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 terniinated Contractor employee or subcontractor employee within the stated time; or 3) fails to make a good faith effort in attempting to comply with the badge retrieval policy. SP-3 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. Keep 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 law applicable to public records not specifically set forth herein. SP-4 SPECIAL PROVISIONS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, PLEASE CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Records Request, Palm Beach County Public Affairs Dept. 301 N. Olive Avenue West Palm Beach, FL 33401 By email at: RECORDSREOUEST a7)PBCGOV.ORG Or by Telephone at: 561-355-6680 10. SUBLETTING ORASSIGNIING CONTRACTS: 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, fine 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 laws, 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 111, 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 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 Work 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 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. 1.5. BOND WAIVER PROGRAM: A Bid Bond is not required for bids of less than $50,000 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-0 i 6). 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 R89-1178 and with Palm Beach County Policies and Procedures relative to the Bond Waiver Program (CW-F-016). Copies of the requirements of the Bond Waiver Program (CW-F- 016) can be found at the following website: hiip://discohei•.L)br�oi,.ot•,,-/PDF/PPM/Indea:.pdf. The forms for the Bond Waiver Program can be found at hilt.,://diseorei•.17beizor. ori�/en,enieeriiiti/road»,a t_,ni-odieelion/Paaes/Bid-Docz4ments. asI SP-7 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. FAILTURE TO COMPLETE THIS FORM OR INCLUDE A BID BOND FOR PROJECTS WITH VALUES BETWEEN $50,000 AND $200,000, SHALL RESULT 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 by (name)as (title) for 20 , (firm), on behalf of the (choose one) corporation / company / 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 SPECIAL PROVISIONS 16. ADDITIONAL 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 County Commissioners, a Political Subdivision of the State of Florida, its Officers. Emplovees and Auents". 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 (SFWMM); 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 be 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. PRICE/DELIVERYIACCEPTANCE: 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 this 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 snaking 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 SPECIAL PROVISIONS 20. LOCAL GOVERNMENT PROMPT PAYMENT ACT: 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: Pav RgQuest No. 1 • OEBO Schedule 3 • Certification of Compliance with the Living Wage Ordinance Pav Request No. 2 and all others following. but not including the Final • OEBO Schedule 3 • OEBO Schedule 4 • Disbursement of Previous Periodic Payments to Subcontractors • Certification of Compliance with the Living Wage Ordinance Final Pay Request • OEBO Schedule 3 • OEBO 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 joint inspection of the Work, conducted within 30 Calendar Days after reaching substantial completion, by the Contractor, together with the Department, with all unsatisfactory Work listed on the Punch List. The Punch List shall be provided to the Contractor within 5 Working Days of the joint inspection. If the pay request and support data are not approved, the Contractor is required to submit new, revised or missing information according to the Department's instructions. Otherwise, the Contractor shall prepare and submit to Department an invoice in accordance with the estimate, as approved. In the event any dispute with respect to any payment or pay request cannot be resolved between the Contractor and the Department, Contractor shall, in accordance with the alternative dispute resolution requirements of Florida Statute section 218.76, demand in writing a meeting with and review by the County Engineer. In place of the County Engineer, SP-10 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 cormnencing 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) 233-3900 for Palm Beach County Traffic Control Utility locations. The Contractor shall properly maintain and protect all utilities. The Contractor shall be responsible for the cost to repair all damages to utilities caused by his operations. 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-11 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 600 of the current Roadway and Traffic Design Standards. All references to "determinations by engineer" will be the responsibility of the Contractor, and shall be 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 exEltration trenches. MOT plans will not be approved until signal modification plans have been approved by the Department. Pedestrian MOT: 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 %s 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 Sianal 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 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 weeks 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 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 ELMUNATION 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: http://www.dep.state.fl.us/wa ter/stormwater/nodes/does/cgp. ndf The MSWORD format of the Stormwater Pollution Prevention Plan (SWPPP) template is available at the following URL: http://www.dep.state.fl.us/ivater/stormwater/nudes/SWPPP.htm Notice of Intent and Notice of Termination forms are available on DEP's URL: httn:Hdpp.state.fl.us/water/stormwater/npdes/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://floridadep.aov/water/ston-nwater/content/construction-actiyity- Up. 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 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 SWPPP "Template"), and the execution of the Contractor Certification form of the Proposal pages. The Contractor Certification form must be signed and submitted with the Bid Proposal. 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: Work Description: Runoff Coefficient: Site Area: Site Map: Board of County Commissioners, Palm Beach County Roadway Production Division 2300 N. Jog Road West Palm Beach, FL 33411 Pathway and Minor construction :M :m Sequence of Major Soil 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. • Contact Palm Tran for coordination and review requirements (561 841-4246, 561 941-4223, SP-15 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 Days (2 weeks) in advance of the start of construction, modification of construction effort with transit impacts, and construction completion, so that Palm Tran can advise its riders. • Contractor may not remove any bus stop signs, transit shelters, transit benches, or other related transit infrastructure without prior Palm Tran authorization. Contractor may 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 Industry 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 with each material containing a Regulated Substance and shall be familiar with procedures required to contain and clean up any releases of the Regulated Substance. Any tools or Equipment necessary to accomplish same shall be available in case of a release. SP-16 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 MIWBE 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 backfill 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 f6 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 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 / 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 • High Density Polyethylene except: o Not permitted under Thoroughfare 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-18 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 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. 2. For ape 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 pipe 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 System 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 leaks, deficiencies and latnping. When directed by the Engineer, the Contractor shall make all the necessary repairs to the new storm sewer system(s) Payment for this Work on the new storm sewer system(s) shall be incidental to the pay item, "Pipe Culvert (Storm)", LF. Existiny, Storm Sewer System 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 48"), "Storm Server Pumping" (Exist.) (>48") SP-19 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 system(s), 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 lamping 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 systems) 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 confirm/verify 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 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 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, 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 hakes, 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 104sq.ft. is considered the median range. Curing: • Use colored concrete sealer in the matching color to cure interior color hardened floors and exterior flat Work, that will receive regular maintenance and re -coating. • Newly placed concrete should receive one thin finish coat of colored concrete sealer after placement and after the required curing time of 14-28 days has been reached. Before application of the finish coat, the moisture content of the concrete must be low enough so alkali and other salts do not become trapped beneath the coating, causing discoloration or clouding, thus the reason for the 14-28 day time frame. The Work is to be performed on the job site by trained and experienced workers. SP-21 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 "Imgation 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 OW--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 post, 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 Sicht Distance Triangle SP-22 SPECIAL PROVISIONS SMALL TREE OR PALM ((4 I�ES0m!n) CALIPER d� REQUIRED CLEAR TRUNK a MEASURED TO �L io COANOPY)OF OF ROADWAY I 13' 6" :(ve:r:t1H1:c1earance)� d d BOTTOM OF CANOPY 13'-6 (4.1M) WHERE CANOPY OVER HANGS ROAD. ir� I I-- TOP OF GROUND COVER VARIES L OR PAVERS (USE MULCH TREE SETBACK BARRIER WHEN MULCHED) ALLOW FOR MATURE TRUNK CALIPER AS DEFINED BY THE AMERICAN'STANDARD FOR NURSERY STOCK, AAN. (SEE CLEAR ZONE CHART, PAGE 2 — 14) OTHER ALTERNATIVES MAY BE USED WITH APPROVAL FROM THE COUNTY ENGINEER ON A CASE BY CASE BASIS. 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 �VVEE PAVVEMENT�1 14.4' (4.4Y TRAVEL LANE SPECIAL PROVISIONS BIKE LANE SECTION -®CANOPY TREE (SINM E OR Mtii.Tl—TRUW) 4 ABOVCANOPY SiOCLEARANCE 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 allow 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 SPECIAL PROVISIONS Minimum Width of Clear Zone Design Speed or Posted Speed whichever is eater i 60 mph Type of 30 mph 35 mph 40 mph 45 mph 50 mph 55 mph Facility aband ove Minimum Clear Zone 18' Arterials 14' Arterials 14' Arterials 18' Arterials and 6' Local 6' Local and Collectors and Collectors and Collectors Collectors Rural 10' Collector 10' Collector 10' Collectors ADT <1500 ADT <1500 ADT <1500 ADT <1500 14' Arterials I 14' Arterials 14' Arterials 18' Arterials 18' Arterials 24' Arterials 30' Arterials j and Collectors and Collectors and Collectors and ADT >1500 ADT >1500 ADT >1500 Collectors ADT >1500 Urban 4' 4' 4' N/A N/A I NIA Urban Facilities clear zone is measured from face of curb (6" tvDe D or F Rural Facilities Use rural for urban facilities when no curb and Putter is present. Measured from edge of throuah travel lane on rural section. Curb and Putter not to be used on facilities with design speed > 45 mph. ADT in the table above refers to design 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 (ROADWAY): 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 shown 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 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, show station/offset/elevation at two comers to ensure proper offset location. • For `Begin and End" Bridge, indicate the stations/offsets/elevations at the respective points. • All existing and proposed trees, show 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 (.dan) is the onlv acceptable format . The electronic Micro Station (Agn) 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 5J-17.062 or FAC 61G15-23. 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 (BRIDGE): 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 https://www.fdot.aov/maintenance/loadratinL,.shtm. SP-26 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 pennitting 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 points. 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 (Agn) files (and .pd£ 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): 4 Schedule of Anticipated dates of Inspections: In -Service Inspections and or Pre -Acceptance Inspection (before any new lanes are opened to traffic). The Schedule should be received within 60 days of the preconstruction meeting. The SP-27 SPECIAL PROVISIONS Department must receive a two week advance confirmation notice prior to the In -Service Inspections and or Pre -Acceptance 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 FDOT 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 FDOT 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 take 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 Jury 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 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: Signed SP-29 t SPECIAL PROVISIONS- M LI; StPtUEQ YaA 1 'l- I• a9 cessT,�a[ia� Sj Tt t r L1�4 .. r19m 19aA1DYT -=".� I{ i 1 7•.C• /1 swan R LAF1 m A11SM OW&PaT avaq 7• cm a Gam ITO.I 7[ PC irC IS99 14 I M 1.11,7 wn c5 INAL TAW F1'I 0"T141 40 OTSTTS rpm It 17 mSt=iTY••'ICIMqTS rpm S ® I7i r=T to •• uwS s F61 1 "Im, maim Mwu= A HW YE "M ' mw MAIM a STAMM dg1111• amli I"M M1194 CUMANIM NrtTt DETAIL fOR INSTALLATION OF MEDIAN IRRIGATION SLEEVES FOR 7NORMIGHFARE ROADS dw o sc,", AS-AUILT CERTIFtCATtON F014 P,O.C. s• ""Tim OFFSETS FROM IL OF: CONSTRUCTION VOR ENDS OF b" SLEEVES ME-st a i07 omw an im 1611 � DO LZNM W Pon M Lik" 170E Mon I9SIK Ora Plan CLMSI a W A.RaAn. is r101 G ols+n alDi I "—TOTAL TOTAL PROJECT As, GENERAL NOTES I. ALL SLEEVES IL%fT A RIGMT1 SHALL DE [INSTALLED S. SACKFIUM LSM $=YES SMALL DE P4:itFOPNED AT S+eE S{ STATION. UILESS OTt1ETI11ISE DI WED ACCOIRDING TO F.D.D.T. SPECIFICATION ACTION DT TNC £ITGIHIER. 125-a.3 IVACFFILLW REOUIRCIENIs FCA PIPS 2. ALL SLEEVE ETAS alb TO M CAHED. CLLVERTS AM STM SLaEAS1. G. ALL STATIONS ACE AFPPCRIWTE. CONTRACTOR ausT 3. ALL SLEEVE [nO5 ARE 7T)f3E "WO AT THE CONTACT COUNTY CTGIiQ[R PRIOR TO11I57ALLAT1trf TILE 13F IMTALLATICDI WITH A 2'd' EDOOEN DOWD STANDING AMTICALLT rfm SLL£YE LNO TO OCID 3NE EXACT LOCATIOM IN TDE FIELD - TO V A>SME FINISHED MOUND. EaWSEO ITEM W SER 15 TO DE FAINTED (MARGE FOP FUTURE 7. EACH SL£EYE CND IS TO SE NARKED AT THE TIRE OF LOCLT90W PLFPOSES. INSTALLATION FITN A 30 ELECTOMIC "FER /MOM 12521 ►M GPS STATE PLAIIE COORDINATES WAIA DE RECMPU. 4, SLEEVES ARE TO SE 6' P.Y.L. SCHEDULE DO pin SAM U'ON F.O.O.T. SPECIFICATION SECTION 941. ON 6' DtAta NUT-CIFFED ULraMIZEF !.TEEt FIPE 11TH A PWALI W stLL THICKNESS OF 0.220' DASED U" A.S. T.N. STAILDARD AS3-E4A. PALK {SACS CtWNTT - KNOD MMW AM PVBLW WOM - ROADT<AT FROUC'l7ON 20M SP-30 To Be Pala For As Curb & Gutter F.C. of Curter SPECIAL PROVISIONS Limits Of Inlet Construction Pour in pace class Iconcrete m7nlmum 6" thickness under entire footprint of pre -cast top 3'-0' Gutter Transition 7" I LJI Pour In place concrete shall also encompass the connection II of the pre -cost top and the drolnve structure, I foot wide I and 6 below the connection i 8'-0" INLET TYPE 5 {curb Inlet Top Type 6 Symmetrical with Left Half) To Be Paid For As Curb & Gutter Gutter Transition SUPPLEMENTAL CONCRETE AT DRAINAGE STRUCTURE TOP DETAIL SP-31 SPECIAL PROVISIONS °UEL ADJUSTMENT CALCULATIV! - Estimate No. Status as of - Year/Month: Contractor: Project Name: Diesel Index at Bid (Pb): Project No.: Current Diesel Index (Pi): Item Number Item Description Unit Line Item Quantity Provided Diesel Factor Bid Unit prke Diesel (Gal) 01201 lExcavation Regular Excavation Borrow (Truck Measure) Lateral Ditch Excavation Excavation Subsoil CY 0.325608 - - 012022 CY 0.476002 01203 012 44 CY ; 0.329693 CY CY I 'p 0.374097 0.349267 - - - 012 55 ~ Channel Excavation �-- Embankment _ - - 01206 CY 0.242148 .0.341408 0.259256 0.302695 I 01604 Stabilization Type B SY i _ 295701 Base Optional (Base Group 01) _ _ SY SY i 285702 Base O tional ase Group02' 285703 - Base Optional (Base Group 03 -�- - - 285704 *Base Optional Op (Base Group 04) SY 0.324215 - - - 0.345735 SY 285705 Base Optional (Base Group OS) _ SY 0.429763 0.473203 285706 Base Optional (Base Gro SY ! 285707 Base Optional @ase Grow 07 SY 0.494721 285708 Base Optional (Base Group 08 SY ( j 0.537761 285709 _ _ IBase Optional (Base Group 09) SY • ! 0.559283 285710 'Base Optional (Base Group 10) SY 0.602719 _ 295711 _ 'Base Optional(Base Group 11 SY i 0.645762 i 285712 'Base Optional (Base Group 12) SY - f 0.667281 -- - _ 285713 1 Base Optional (Base Group ]3) _L SY 0.833287 - - 285714 IBase Optional (Base Group 14) SY fBase Optional (Base Group 15) SY ^ -al 0.855198 285715 1.309412 02861 Turnout Construction/ Driveway Base -Optional SY !Materials 0.360901 02862 _ Turnout Construction, Asphalt/Driveway Base -Asphalt TN Materials I_ 1.272316 - 028 11 Asphalt Treated Permeable Base - CY - �- 2.701117 IN 2.701117 TN 2.701117 TN 2.701117 _ 0334111 _ Superpave As haltic Concrete (Traffic A) 6334 1 12 _­Superpave Asphaltic Concrete (Traffic B) 03341 13 Superpave Asphaltic Concrete (Traffic C) 03341 14 j S e ave As Concrete (Traffic D) --- TN 2.701117 0334115 r Sue ave Asphaltic Concrete (Traffic E) TN ; 2.701117 03341 52 _ Superave Asphaltic Concrete, Traffic B TN 2.701117 0334153 Superpave Asphaltic Concrete, Traffic C IN _ 2.701117 0334154 _ Superpave Asphaltic Concrete, Traffic D _ TN _ 2.701117 0334 155 Superpave Asphaltic Concrete, Traffic E TN '' 2,701117 0334 1 56-..Superpave Asphaltic Concrete, Traffic B Polymer TN 2.701117 i Superpave Asphaltic Concrete Traffic C High 0334157 IPolymer TN 2.701117 0334158 Superpave Asphaltic Concrete, Traffic D, High TN 2.701117 ;Polymer Superpave Asphaltic Concrete, Traffic E, High 0334159 TN 2.701I17 iPol �mer _ _ 0337 7 25 Asphalt Concrete Friction Course, Inc Bit, FC-5 TN I 2.701117 J _ -- 0337726 Asphalt Concrete Friction Course, Inc Bit, FC-5, High TN 2.70111? 1polyiner _ 0337780 ',�syhaltic Concrete Friction CSE,Traffic B, FC-9.5 TN _ 2.701117 0337781 ;Asphaltic Concrete Friction CSE,Traffic B, FC-12.5, TN 2.701117 i 0337782 Asphaltic Concrete Friction CSE,Traffic C, FC-9.5 ! TN 2.701117 ._ 0337783 Asphaltic Concrete Friction CSE,Traffic C. FC-12.5 TN 2.701117 .0337785 jAshaltic Concrete Friction CSE Traffic D. PC-12.5 TN 2.701117 7 YNN8:50AM SP-32 SPECIAL PROVISIONS _ jTL ADJUSTMENT CALCULATIOi ,estimate No: Status as of. - Contractor: Project Name: Year/Month: Diesel Index at Bid (Pb): Current Diesel Index (Pi): Project No.: Item Number Item Description unit line Rent Quantity Provided Diesel Factor Bid Unit PYice Diesel (Gal) 0337788 Asphaltic Concrete Friction CSE,Traffic E, FC-12.5 TN 2.701117 0337790 Asphaltic Concrete Friction CSE,Traffic B, FC-9.5, ;High Polymer TN 2.701117 0337791 [Asphaltic Concrete Friction CSE,Traffic B, FC-12.5, Hi Polymer TN 2.701117 2.701117 0337792 Asphaltic Concrete Friction CSE,Traffic C, FC-9.5, Hi Polymer TN _ _ 0337793 Asphaltic Concrete Friction CSE,Traffic C, FC-12.5, IE141 Pol er TN 2.701117 _ 0337794 Asph Concrete Friction CSE,Traffic D, FC-12.5, High Polymer TN i 2.701117 2.468457 0339 1 IMistellaneous Asphalt Pavment TN Total (factore$material 8al)ons) Index % Difference Months Adjustment 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 ad" stment will be made for Gasoline * Adjustments will only be made on the line items listed above. Note' htlgl://www.fdot.gov/construcbon/fuel-b:rV_fu_el-_biUt-ktm This form shall be submitted on a monthly basis to the Engineer. 1 certify that. based on my personal kno-Medge and hell -founded belief following my own reasonable investigation. quantities represented by this Certification are true and correct. Signature i Date Printed Name 712I12022 8:50 AM SP-33 SPECIAL PROVISIONS t ��IQUID ASPHALT CALCULATIt ,Estimate No: Status as of. - Contractor: BAPI Project Name: PG 67: Project No.: PC 76: Year Month PG 67 or PG 76 Tons Provided L'A' %Provided GaAons 95% or 105% o CAP1 Difference + or - Change to Cost Cunut[ative $ $ $ $ $ $ $ $ $ $ I$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 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 emulsifi asphalt, to reflect increases or decreases in the Asphalt Price Index (APT) 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 9-2.12 "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% * Note: This form shall be submitted on a monthly basis to the Engineer. L-A. Density is 8.58 lbs/gal httns:lhww.fdot. eovlconstructionlfuel-bit/fuel-bit.shtm 1 certify that. based on my personal knowledge and ivell-founded belief iollotving my own reasonable investigation, quantities represented by this Ccnilicatiun an: truc and correct. Signature Printed Name Date SP-34 SPECIAL PROVISIONS STL .MATERIALS ADJUSTMENT CALCL, ON Estimate No: Status as of.• Contractor: Year/Month- BMPAS: CMPAS. Project Nome: Project No.: j FDOT Item Number item Description Unit Quarttriy Factor Bid Unit Price Material Cost REBAR AND PRESTRESSING STRAND ITEMS 0415 1 i 1 Reinforcing Sted- Roadway LB 0,48 $ 0415 1 3 Reinforcing Steel- Retaining Wall LB 0.48 _; $ 0415 1 4 Reinforcing Steel - Bridge Superstructure LB 0.48 $ 0415 1 5 Reinforcing Steel- Bride Substmeture f ReinforcingSteel-Miscellaneous - - - -T LB 0.48 $ 0415 1 6 LB -- - 0.48 $ 0415 1 8 Reinforcing Steel -Bulkhead LB 0.48 $ 0415 1 9 Reinforcin Steel- Approach Slabs LB 0.48 $ 0450 1 1 Prestressed Beams T _ e II v IF 0.24 $ 0450 1 2 Prestressed B T III LF 0.24 $ 0450 1 3 Prestressed Beams T TV LF 0.24 $ 0450 1 4 Prestressed Beams Type V LF 0.24 $ 0450 1 5 Prestressed Beams T e VI _ LF 0.24 $ 0450 1 7 lPrestressed Beams, Spezial Type LF 0.24 $ 0450 172 Prestressed Hearts, Bulb T - 72" I.F 0.24 $ 0450 178 Prestressed Beams Bulb T - 78" LF 0.24 1 $ 0450 1118 Prestressed Beams, Florida Double Tee FDT18 LF j 0.24 $ 0450 1124 Prestressed Beams, Florida Double Tee, FDT24 LF 0.24 $ 0450 1130 Prestressed Beams Florida Double Tee I+DT30 LF 0.24 is 0450 1132 Prestressed Beams Florida Double Tee, FDT32 LF 0.24 $ 0450 1201 Prest Beams TM 11 Modified LF 0.24 is 0450 1202 _ Prest Beams Type Modified LF 0.24 $ 0450 1203 Prestressed Beams, T3Te IV Modified LF 1_ 0.24 $ 0450 1250 Prestressed Beam Inverted T 20" LF 1 0.24 $ 0450 1251 Prestressed Beams, Inverted T Modred from Fib, 26.5" 0.24 $ 0450 2178 Prest Bne a I s: FloridBeam 78" Modified, with Post _IL_L LF _ - - 0.24,Tens _ � 0450 88 15 Prestressed Slab Units Transverse] TM -Tensioned, 15" SF T 0.24 $ 0450 9818 Prestressed Slab Units Transversely Post Tensioned 18" SF 0.24 $ 0450 88 20 Prestressed Slab Units Transversely Post Tension 20" SF TM 0.24 $ 0450 236 Prest Beams: Florida -I Beam 36" Prest Beams: Florida -I Beam 45" IF LF 0.24 $ $ 0450 245 0.24 0450 254 Prest Beams: Florida -I Beam 54" _LF ._. LF �- 0.24 $ 0450 263 PrestBeams: Florida -I Beam 63" _...___.___.. 0.24 $ 0450 272 Prest Bcams: Florida -I Beam 72" LF 0.24 $ _ 0450 278 Prest Beams: Florida-1 Beam 78" LF 0.24 $ 0450 284 Prest Beams: Florida -I Beam 84" LF 0.24 $ 0450 296 _ JPrest Beams: Florida-1 Beam 96" LF 0,24 $ 04504 1 lFrestressed Beam- FL U-Beam, 48" LF 0.24 $ 0450 4 2 lPrestressed Beam- FL U-Beam, 54" LF 0.24 $ 0450 4 3 Prestressed Beam- FLU Beam, 63" LF 0.24 $ 0450 4 4 jPrestessed Beam- FL U Beam,72" LF 0.24 $ 0450 415 11Prestressed Beam -Florida U-Beam, U90 Curved Precast jS ]iced U-Girder LF f ( 0.24I I $ --- 0450 6 -Prestressed Slab Beams Install ^ - --- LS _ 0.24 $ - ---- 0450 614 !Prestressed Slab Beams Width 48", Thickness 18" LF ; 0.24 $ 0450 615 _ ,Prestressed Slab Beams Width 48" Thickness 15" LF 0.24 $ 0450 624 jPrestressed Slab Beams, Width 60", Ibiclmess 18" LF 0.24 $ $ 0450 625 '•Prestressed Slab Beams Width 60" Tlucamess 15" LF 0.24 0450 8 11 Prestressed Beam: Florida Slab Beam, Beam Depth 12" Carbon ;Steel Width 48-51" LF 0.24 $ 0450 812 Prestressed Beam: Florida Slab Seam, Beam Depth 12" Carbon Steel, Width 52-54" LF 0.24 - $ 0450 813 Prestressed Beam: Florida Slab Beam, Beam Depth 12" Carbon WidthWidth 55-57" LF 0.24Steel, 0450 814 ;Prestressed Beam: Florida Slab Beam, Beam Dep12" th Carbon ' LF !Steel, Width 59-60" _ 0.24 SP-35 No: Name: Item 0450 821 Steel 0450 822 Prestr _ steel, 0450 823 1Prestr lsteel, 0450 824 Prestr, Steel, _ 0450 831 Prestr Steel, (Prestr 0450 832 Steel, 0450 833 irrestr Steel 0450 834 �Pres SPECIAL PROVISIONS & ; •MATERIALS ADJUSTMENT CALG--'TON tres tres estr FRP tr estr FRP/S Item Description + Unit essed Beam: Florida Slab Beam, Beam Depth 15" Carbon LF Width 48-51" essed Beam: Florida Slab Beam, Beam Depth 15" Carbon LF Width 52-54" _ essed Beam: Florida Slab Beam, Beam Depth 15" Carbon 'LF Width 55-57" essed Beam: Florida Slab Bearn, Beam Depth 15" Carbon LF Width 5"0" essed Beam: Florida Slab Beam, Beam Depth 18" Carbon LF Width 48-51" essed Beam: Nlorida Slab Beam, Beam Depth 18" Carbon LF Width 52-54" essed Beam: Florida Slab Beam, Beam Depth 18" Carbon LF Width 55-57" sed Beam: Florida Slab Beam, Beam Depth 18" Carbon LF Width 58-60" _ essed Beam: Florida Slab Beam, Beam Depth 12" LF FRP/SS, Width 55-57" sed Beam: Florida Slab Beam, Beam Depth 12" -T-LF CFRP/SS Width 58-60" tressed Beam: Florida Slab Beam, Beam Depth 15" CFRP/SS Width 48-51" LF essed Beam: Florida Slab Beam, Beam Depth 15" —{ /SS Width 52-54" _LF essed Beam: Florida Slab Beam, Beam Depth 15" CFRP/SS, Width 55-57" essed Beam: Florida Slab Beam, Beam Depth 15" LF S width 58.60" tressed Beam. Florida Slab Beam, Beam Depth 18" 1 LF FRP/SS Width 52 54" i 045170 Prest Soil Anchors 4 ~� EA ; 045514 2 Concrete Sheet Piling, 8"00" Ix 045514 3 jConcreteShectPilin& 10"00" IF 045514 4 Concrete Sheet Piling,12"00"-- LF 045534 1 ;Prestressed Concrete Piling,12" Sq LF 0455 34 2 ;Prestressed Concrete Piling, 14" Sg. _ LF 0455 34 3 TPrestressed Concrete Pilin , 18" S.q LF 045534 4 'Prestressed Concrete Piling, 20" Sq LF 045534 5 (Prestressed Concrete Piling, 24" S LF 0455 34 6 Prestressed Concrete Pilin& 30" Sq LF 045534 7 Prestressed Concrete Piling, 36" Sg LF 0455 34 23 Prestressed Concrete Piling, 18" Sq W/M or Stainless Steel LF Strand and Reinforcing 0455 34 25 !Strand Concrete Piling, 24" Sq W/FRP or Stainless Steel i _ . Strand and Reinforcing LF 0455 34103 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF _ Internal Gauges, 18" S 0455 34105 Prestressed Concrete Piling, Includes 1001% Dynamic Testing- LF Internal Gauges, 24" Sq 0455 34106 !Prestressed Conercte Piling, Includes 100%Dynamic Testing - (Internal Ga aes, 30" Sq Prestressed Concrete Piling, Includes 100% Dynamic Testing- 0455 34107 LF Internal Gauges. 36" S Prestressed Concrete Piling, Includes 100%" Dynamic Testing- 0455 34125 Internal Gauges, 24" Sq W/FRP or SS Strand and Reinforcing LF 0455 34203 Prestressed Concrete Piling, Includes 100%Dynamic Testing- LF !External Oa "es. 18" S Status as of Year/Month: BMPAS.• CMPAS. Quantity Factor PNCe Material Cost 0.24 $ 0.24 f i 0.24 $ I 0.24 $ i 0.24 0.24 $ 0.24 $ 0.24 j $ 0.24 $ $ - - - 0.24 $ 0.24 $ 024 $ 0.24 $ 0.24 $ 0.15 T $ 0.22 0.39 $ I 0.39 $ i 0.22 $ .� 0.22 $ 0.22 i $ i 0.22 $ 0.22 ; $ _ 4 _ 0.22 I I $ SP-36 045170 Prest Soil Anchors 4 ~� EA ; 045514 2 Concrete Sheet Piling, 8"00" Ix 045514 3 jConcreteShectPilin& 10"00" IF 045514 4 Concrete Sheet Piling,12"00"-- LF 045534 1 ;Prestressed Concrete Piling,12" Sq LF 0455 34 2 ;Prestressed Concrete Piling, 14" Sg. _ LF 0455 34 3 TPrestressed Concrete Pilin , 18" S.q LF 045534 4 'Prestressed Concrete Piling, 20" Sq LF 045534 5 (Prestressed Concrete Piling, 24" S LF 0455 34 6 Prestressed Concrete Pilin& 30" Sq LF 045534 7 Prestressed Concrete Piling, 36" Sg LF 0455 34 23 Prestressed Concrete Piling, 18" Sq W/M or Stainless Steel LF Strand and Reinforcing 0455 34 25 !Strand Concrete Piling, 24" Sq W/FRP or Stainless Steel i _ . Strand and Reinforcing LF 0455 34103 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF _ Internal Gauges, 18" S 0455 34105 Prestressed Concrete Piling, Includes 1001% Dynamic Testing- LF Internal Gauges, 24" Sq 0455 34106 !Prestressed Conercte Piling, Includes 100%Dynamic Testing - (Internal Ga aes, 30" Sq Prestressed Concrete Piling, Includes 100% Dynamic Testing- 0455 34107 LF Internal Gauges. 36" S Prestressed Concrete Piling, Includes 100%" Dynamic Testing- 0455 34125 Internal Gauges, 24" Sq W/FRP or SS Strand and Reinforcing LF 0455 34203 Prestressed Concrete Piling, Includes 100%Dynamic Testing- LF !External Oa "es. 18" S Status as of Year/Month: BMPAS.• CMPAS. Quantity Factor PNCe Material Cost 0.24 $ 0.24 f i 0.24 $ I 0.24 $ i 0.24 0.24 $ 0.24 $ 0.24 j $ 0.24 $ $ - - - 0.24 $ 0.24 $ 024 $ 0.24 $ 0.24 $ 0.15 T $ 0.22 0.39 $ I 0.39 $ i 0.22 $ .� 0.22 $ 0.22 i $ i 0.22 $ 0.22 ; $ _ 4 _ 0.22 I I $ SP-36 Status as of Year/Month: BMPAS.• CMPAS. Quantity Factor PNCe Material Cost 0.24 $ 0.24 f i 0.24 $ I 0.24 $ i 0.24 0.24 $ 0.24 $ 0.24 j $ 0.24 $ $ - - - 0.24 $ 0.24 $ 024 $ 0.24 $ 0.24 $ 0.15 T $ 0.22 0.39 $ I 0.39 $ i 0.22 $ .� 0.22 $ 0.22 i $ i 0.22 $ 0.22 ; $ _ 4 _ 0.22 I I $ SP-36 SPECLAL PROVISIONS STZ AATERMLS ADJUSTMENT CALCU: ON Estimate No: j Contractor: Status as of Year/Month: Project Name: BMPAS: CMPAS: Project No.: I FDOT Item Number Item Descriptionunit QuaxUty Fador Price Afaterlal Cost 0455 34205 Prestressed Concrete Piling, Includes 100% Dynamic Testing- LF External Gaud, 24" S 1 0 22 -- _ 0455 34206 Prestressed Concrete Piling, Includes 100% Dynamic Testing- External Gauges, 30" S LF 0.22 $ 0455 34207 Prestressed Concrete Piling, Includes 1000/ Dynamic Testing- External Gauges, 36" S LF 022 $ 0455 88 1 Drilled Shaft 24" Diameter LF 0.13 $ 045588 2 Drilled Shaft 30" Diameter LF 0.13 $ 045588 3 Drilled Shaft36" Diameter LF 0.13 $ 045588 4 Drilled Shaft 42" Diameter LF 0.13 $ 045588 5 Drilled_Saft,h'Diameter LF 0.13 0455 88 6 Drilled Shak 60" Diameter LF 0.13 $ 045588 7 Drilled Shaft, 72" Diameter - LF 0.15 $ 045588 8 113rilled Shaft 54" Diameter LF 0.15 $ 0455 88 9 lDriUcd Shaft, 66" Diameter LF - _ 0.15 - $ 0455 88 15 _ Drilled Shaft 84" Diameter J `--� LF 0.15 $ 0455 8819 jDrilled Shaft90" Diameter LF 0.15 $ 0455 88 20 (Drilled Shaft,108 "Diameter LF 0.15 $ 0455 88 21 !Drilled Shaft, 96" Diameter LF - 0.15 $ 0455143 1 iTest _ Piles -Prestressed Concrete 12" S LF 0.11 $ 0455143 2 ITest Piles Prestressed Concretel4" S LF 0.11 $ 0455143 3 1 _ _ Test Piles-Pmstressed Concrete, 18" S q LF 0.11 $ 0455143 4 ITest Piles Prestressed Concrete,20" Sq LF 1- 0.11 _ _ $ 0455143 5 lest Piles -Prestressed Concrete 24" Sq LF 0.11 $ 0455143 6 TestPiles-Prestressed Concrete,30" Sq IF 0.11 $ 0455143 7 Nest Piles -Prestressed Concrete 36" Sq LF 0,11 _ $ 0455143 23 Test Piles -Prestressed Concrete, IS" Sq W/ FRP or Stainless Steel Strand and Reinforcing LF ! 0.11 _ $ 0455143 25 Test Piles -Prestressed Concrete, 24" Sq W/ FRP or Stainless !Steel Strand and Reinforcin LF $ 0462 211 _Post Tensioning Tendons Superstructure Strand with Grout LB 1 0.53 0462 212 IPost Tensionin Tendons Superstructure Bar with Grout LB i 0.53 is 0462 213 jPost Tensioning Tendons, Substructure Strand with Grout LB 0.53 $ 0462 214 Post Tensionin Tendons Substructure Bar with Grout L'B 0.53 $ 'Post Tensioning Tendons, Superstructure Strand with Flexible 0462 221 1Filler LB 0.53 $ 0462 2 22 Post Tensioning Tendons, Superstructure Bar with Flexible Filler LB 0.53 $ 0462 223 Post Tensioning Tendons, Substructure Strand Flexible Filler LB 0.53 $ 0462 224 Post Tensioning Tendons, Substructure Bar with Flexible Filler LB 0.53 $ 0521 1 Median Concrete Barrier Wall LF 0.17 $ 0521 1 1 IMedian Barrier wall cone Precast _ LF 1 0.17 $ 0521 111 Median Concrete Bairicr, 38" Height IP 0.17 $ 0521 112 Median Concrete Barrier Short Grade -Separated LFi 0.17 $ 0521 113 Median Concrete Barrier, Tall Grade -Separated LF I ! 0.17 $ 0521 114 Median Concrete Barrier, Variable Section Width For Sign or Pier Shielding_ LF + 0.17 $ _ 0521 5 1 Concrete Traffic Railing- Bridge,32" F - Shape LF i 0.15 $ 0521 5 2 _ 0521 5 3 ,Concrete Traffic Railing- Brid a 42" F - Shape LF j 0.16 i Concrete Traffic Railing- Bridge, 32" F - Shape, Median, Double Face _, LF 0.16 _ _ _$ $ 0521 5 4 Concrete Traffic Railing Bridge, 32" Vertical Face LF i O.l 6 $ _ 0521 5 5 Concrete Traffic - Brid 42" Vertical Face LF 0.16 $ 0521 5 6 Concrete Traffic - Bridge, Corral W/Curb LF LF M}--�--^ 1 0.16 0.16 $ $ 0521 5 77 Concrete Traffic R 'ft Bride Corral without Curb 0521 5 8 Concrete Traffic Railing- Brid . etrofit Vertical Face LF 0.16 $ SP-3'7 SPECIAL PROVISIONS S" MATERIALS ADJUSTMENT CALCk--JON Estimate No: Status as of. - Contractor. i Year/Monih: Project Name:-BMPAS: I - Project No.: CMPAS: FDOT Item it Description Unit QuoAtity Factor Bid Unit Materio! Cost Number Price 0521 5 9 Concrete Traffic Railing, Bridge, Special Design LF 0.16 $ $ Is 0521 510 lC_oncrete Traffic Raging -Bridge, Repair Existing LF 0.16 0521 511 f Concrete Traffic Railing- Bridge, Retrofit -Post & Beam Railing EA 0.16 6521 5 12 Concrete Traffic Raging- Bridge 36" Median qfpgIq Slope LF 0.16 0.16 0521 5 13 iConcrete Traffic Railing- Bridge, 36" Sft!e-Slope LF _ is $ -- $ 0521 514 f Concrete Traffic Railing- Bridge, 42" Single -Slope LF 0.16 0521 0521 5 20 Concrete Traffic Railing- Bridge, F Shaped with Sound/Noise 0.20 ;Barrier Wall 8' He' f $ 0521 522 j _ Concrete Traffic Rail ` - Bri e, 8'-0" Noise Wall LF i 0.20 0521 6 1 Concrete Parapet, Pedest/Bic cle LF 1 0.13 $ 0521 6 2 !Concrete Parapet, Special LF - 1 0.13 i $ 0521 6 3 Concrete Par Retaining Wall Mounted with Sidewalk LF 0.13 Is 0521 611 Concrete Parapet,PedestrianBic cle 27" Height _ _ LF 0.13 i -- $ 0521 612 Concrete Parapet Pedestrian/Bicycle, 42" Height LF l 0.13 : $ { Concrete Parapet, Pedestrian/Bicycle, 26" Height with Stone LF 0521 6 15 Cap � 0.13 $ 0521 631 Concrete Parapet, Retaining Wall System Mounted 0.13 $ W/Sidew 27" Height 0521 632 .!Concrete Parapet,R . Wall System Mounted LF 0.13 $ !Concrete Parapet, Retaining Wall System Mounted 0521 6 34 W/Sidewalk Curb I 0.13 $ 0521 7 1 Concrete Traffic Railing Barrier -Retaining Wall System, F LF 0.20 $ Shape with Sound/Noise Barrier Wall, 8'Height 052i 8 ] Traffic Railing Barrier with Junction Slab, 32" F _ LF J 0.16 $ - Shape�rete 0521 8 2 Traffic Railing Barrier, with Junction Slab, 42" F LF 0.16 l $ Shape 0521 8 3 Concrete Traffic Railing Barrier, with Junction Slab, 32" f LF T l 0.16 $ Vertical Face ! Concrete Traffic Railing Barrier, with Junction Slab 42" �- 0521 S 4 Vertical Face l 0.16 $ 0521 8 5 n crete raffic Railing Barrier, with Junction Slab, Corral LF 0.16 $ with Curb Concrete Traffic Railing Barrier, with Junction Slab, Corral I _-- 052 ] 8 6 _ : without Curb LF 0.16 $ 0521 8 7 i Concrete Barrier, with Junction Slab, 36" Single Slope LF 0.16 $ 0521 8 8 'Concrete Barrier with Junction Slab 42" S" le Sloe LF � LF 0.16 - 0.18 j _ $ $ --- --- 0521 8 11 e Concrete Barer, with Junction Slab, 8'-0" Noise Wall 052172 2 Shoulder Concrete Ranier, Box Culvert LF 0.17 j $ 052172 3 Shoulder Concrete Barrier Ri 'd-Shoulder LF LF 0.17-- 0.17 $ 052172 4 _ .- Shoulder Concrete Barrier, Rigid Retaining 052172 5 Shoulder Concrete Barrier Wall, Ri 'd-Curb & Gutter I LF 0.17 $ 052172 7 Shoulder Concrete Barrier Wall, Rigid - Shoulder with 8' i O.18 �7 - $ Sound/Noise Wall 052172 10 IShoulder Concrete Barrier Wall, Rigid Shoulder 42" - ..._1 f LF _ 0.17 $ 05217211 - !Shoulder Concrete Barrier Wall, Rigid Shoulder 54" _ LF ; 0.17 - _- $ (Shoulder Concrete Barrier Wall, F Shaped, with 8' Sound/Noise 052172 20 LF 0.18 $ (Wall l 0521 72 21 f Shoulder Concretc Barrier Wall, F Shaped, with 10' LF 0.18 $ ISound/Noise Wall 052172 22 Shoulder Concrete Barrier Wall, F Shaped, with IT LF _ 0.18 $ Sound/Noise Wall _ Shoulder Concrete Barrier Wall, F Shaped, with 14' 052172 23 LF Sound/Noise Wall _ 0.18 $ 052172 24 Shoulder Concrete Barer Wa . 8' Noise Wall _ - LF 0.18 ! $ __ $ 052172 27 Shoulder Concrete Barrier Wall, 14' Noise Wall LF _ 0.18 SP-38 SPECIAL PROVISIONS STls. A''IA.TERIALS ADJUSTMENT CALCU, .ON limate No: ( Status as of. Contractor: ��� Year/Month: - BMPAS: CMPAS: Project Name: Project No.: FDOT Item Item Descrfptton Unit Qftantrty Factor Bid Unit Blaterlal Cost Number Price 0521 72 40 Shoulder Concrete Barrier, 38" or 44" height LF i 1 0.17 ! $ 0521 72 41 1 Shoulder Concrete Barrier, Retainin Section LF _ __ 1 0.17 j $ _ _ 0.17 _ __ J $ T 0.17 i $ 0521 72 42 Shoulder Concrete Barrier, 38" Trench Footing Section LF 0521 7243 _ Shoulder Concrete Barrier Curb and Gutter Barrier LF 0521 72 44 Shoulder Concrete Barrier, 44" Pier Protection Barrier/Crash ( LF 0.18 $ Wall 0521 72 56 Shoulder allder Concrete Barrier, 56" Pier Protection Barrier/Crash LF 0.18 $ 052172 60 IShoulder Concrete Barrier, 38" Wall Shielding Barrier LF ' 0.17 0.17 052172 61 Shoulder Concrete Barrier, Variable Width For Wall or Sign LF ( $ Shieldin 0534 72 Concrete Noise Wall SF 0.20 $ 0534 73 Perimeter Wall SF 0.20 _ $ 0641 211 Prestressed Concrete Pole, F T P-II Pedestal EA I 0.22 $ _ 0641 212 Prestressed Concrete Pole F Type P-11 Service Pole EA 0.22 ( $ 0641 213 Prestressed Concrete Pole, F Type P-III EA 0.22 ( $ 0641 214 Prestressed Concrete Pole F Type, P-IV EA 0.22 F's- 0641 215 Prestressed Concrete Pole, F&I, T e P-V EA 0.22 0641 216 Prestressed Concrete Pole F4 Type P-V1 EA 0.22 $ 0641 217 Prestressed Concrete PoleF&I, T e P-VII EA 0641 218 Prestressed Concrete Pole F&I Type P-VIIi T _ FA 0.22 $ 0641 219 JPrestressed Conmetc Pole, F4 Custom EA 0.22 $ 0641 230 Prestressed Concrete Pole Install I EA 0.22 _ ( $ 0641 3163 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA i 0.22 $ 63' 1 0641 3169 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA 0.22 $ 6 0641 3175 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA t 0.22 $ 75' , 0641 3180 CCTV Pole, Furnish & Install with Lowering Device, EA 0.22 $ 8Concrete 0641 3186 Concrete CCTV Pole, Furnish & Install with Lowering Device, EA i 0.22 $ 86, 0641 3263 Pole, Furnish & Install without Lowering EA 0.22 is DConcrete evice 6CCTV 0641 3269 Concrete CCTV Pole, Furnish & Install without Lowering EA 1 0.22 $ Device 69' 0641 3275 Concrete CCTV Pole, Furnish & Install without Lowering EA 022 $ Device 75' 0641 3280 jConcrete CCTV Pole, Furnish & Install without Lowering EA 0.22 $ Device 80' 0641 3286 CD� teBGCCTV Pole, Furnish & Install with Out Lowering EA 0.22 $ ce, 0641 14134 11'rest Conc Pole F&I -with FoundatiType N-V. 34' EA 1 0.22 ! $ GUARDRAIL ITEMS 536-1-0 ;Guardrail -Roadway, General/Low Speed 71-2 LF 0.65 $ 536-1-1 'Guardrail -Roadway, General Tl-3 LF 0.65 f $ 536-1-3 Guardrail- Roadway Double Face LF y� 0.65 $ 536-5-1 Rub Rail for Guardrail, Single Sided Rub Rail I.F 0.65 ( $ 536-5-2 'Rubrail for Guardrail, Double Sided Rub Rail LF 0.65 i $ 536-6 Pipe Rail for Guardrail LF 0.65 I _ _ 536-7-1 Special Guardrail Post- Deep Post for Slope Break Condition- EA ` 0.65 $ Timber or steel 536-7-2 Special Guardrail Post- Special Steel Post for Concrete EA 0.65 $ Structure Mount 536-7-3 Special Guardrail Post- Encased Post for Shallow fvjo�untl EA 1 ; 0.65 $ SP-39 SPECIAL PROVISIONS - S-,7 MATERIALS ADTUSTMENT CALC-�i LON Estimate No: Status as of. - Year/Month: Contractor. Project Name: BMPAS. Project No.: CMPAS: FDOT Item Number Item Description Unit Quantity Factor Bid Unh PriceMaterial Cost 536-74 __ 536-8 Special Guardrail Post- Frangible Leave -Out for Mounting ThroughConcrete Surface EA I i 0.65 I ! 0.65_ 0.65 $ Guardrail- Bridge Anchorage Assembly, Furnish & Install l A $ $ $ 536-8-11 536-8-12 - Approach Transition to Rigid Barrier Connection, Furnish & Install EA EA Approach'Transition Connection to Rigid Barter, Furnish and Install, Tl-2 0.65 i i _ 536-8-13 Approach Transition Connection to Rigid Barrier, Furnish and InstallTI-3 EA 0.65 $ 536 8 60 Approach Transition to Rigid Barrier- Bridge Anchorage Assembly,Remove EA 0.65 0.65 $ $ 536-83-1 Guardrail Post Replacement, Regular (Maintenance Use Only) EA f 536-85-20 Guardrail End Treatment- Trail' Anchorage EA 0.65 $ T 536-85-22 Guardrail End Treatment- Flared Approach Terminal EA 0.65 $ 536-85-24 Guardrail End Treatment- Parallel Approach Terminal EA 0.65 7 $ 536-85-25 Guardrail End Treatment- Trailing Anchorage Type 11 EA 0.65 1 $ 536-85-26 Guardrail End Treatrnent- a CRT EA 0.65 ; $ 536-85-27 Guardrail End Treatment- Double Face Approach Terminal EA 536-85-28 Guardrail End Treatment- Double Face Type 11 Trailing Anchorage EA EA EA ; 0.65 0.65 4.65 j $ _ S J $ 536-85-29 536 S1l l Guardrail End Treatment- Double Face Trailing Anchorage Guardrail Transition Connection to Rigid Barrier, F&I- Index 1536-001, Approach T1-2 536-8112 Guardrail Transition Connection to Rigid Barrier, F&1- Index 536-001. Alproach T1-3 536-8113 Guardrail Transition Connection to Rigid Barrier, F&I- Index 536-001, Tr ' " _ _ �Guardid Transition Connection to Rigid Barrier F&1- Index 536-8122 _ 536-002 ADDroach T1-3 EA EA i �' ~ EA _ _ O.bS 0.65 0.65 0.65 $ $ $ 536-8123 Guardrail Transition Connection to Rigid Barrier, F&I- Index 536-002, Trailing EA _ $ _ 544-2-1 Crash Cushio Tl-2, Narrow EA i 0.65 ! $ $ 544-2-2 Crash Cushion, T1-2, Wide EA 0.65 544-3-1 544-3 2 Crash Cushion, 71-3, Narrow _ _. Crash Cushion, T1-3 Wide _ EA 0.65 _ _0.65 $ s 544-75-1 !Crash Cushion _ EA 0.65 is STEEL HANDRAIL ITEMS 046071 1 Metal Traffic Railing, Thrie Beam Retrofit _ LF 0.65 I $ - 046071 2 iMetal Traffic Railing, Steel Post mid Rail a _ LF I R 0.65046071 4 :Metal Traffic Railing, Rectangular Tube Retrofit IF j 0.65 ( $ 0515 1 1 Pipe Handrail - Guiderarl, Steel LF _ i 0.65 ; $ OS l5 2271 Pedestrian / Bi cle R " " Steel, 42" Tv pe 1 LF 0.65 0515 2212 / Bicycle Railing, Steel, 42" Type 2 LF 0.65 $ ]Pedestrian 0515 2213 Pedestrian / Bicycle Ratline, Steel, 42" Tv e 3 LF LF 0.65 0.65 $ 0515 2215 Pedestrian / Bia cle Ratline Steel, 42" T e 5 $ 0515 2221Pedestrian/ Bicycle Railing, Steel only,54" ape l 0515 2231 Pedestrian/ Bic ycle Ramlin& Steel on1y,48" Type 1 LF 0.65 $ LF - 0.65 ! _ $ 09145501 Tece' - Pedestrian Barrier Pl- 4' Steel Loop Fence LF 0.65 STRUCTURAL STEELAND STEEL SHEETPILINGITEMS 0455 35 1 1 Steel Piling, HP 8 x 36 LF 0.35 0.35 , 0.35 i 0.35 0.45 $ $ $ i $ 045535 3 _ _ Steel Piling,HP 10 x 42 LF 0455 35 4 Steel Pihn IE' 12 x 53 _ LF 045535 5 Steel Piling, HP 14 x 93 LF 045535 6 _ Steel Pihn HP 14 x 89 LF !Steel Piling, HP 14 x 102 LF _ ;Steel Pi1uL, HP 14 x 117 J.F 045535 7 045535 8 0.45 $ SP-40 SPECIAL PROVISIONS STL AA.TERIALS ADJUSTMENT CALCUx ON Estimate No: ! I Contractor: ! Status as of Yem Adonth: Project Name: BMPAS.- _- CMPAS: Project No.: _ - FDOT Item I Number Item Description Unb Quantky Foctor 13Id Unit Price Affalerial Cost 045535 9 Steel Pihng, Special _ Steel Piling,HP 16 x 101 LF 0.35 $ 0455 3510 IF LF LF LF_ 0.45 0.33 0.35 -_ $ $ $ 04553511 18teel Piling,HP 12 x 74 0455 3512 Steel Ejlig& HP 16 x 88 Steel Pili HP 16 x 121 0455 35 13 0.45 0455 35 14 Steel Piling, HP 16 x 141 LF 1 0.45 I $ 0455 35 20 Steel Pig 18" Diameter Pipe LF i 0.35 S 0455 35 21 Steel P' ' , 20" Diameter Pipe LF 0.35 $ 0455 35 22 Steel Piling,24" Diameter Pie LF 0.35 $ 0455 35 23 Steel Piling, 30" Diameter Pie LF 0.35 S 0455133 3 Sheet Piling Steel, F&I Permanent SF 0.58 $ 0460 115 Structural Steel - RehabiRtation, Miscellaneous LB 0.65 $ 0460 2 1 _ Stnrct Steel, Carbon LB 0.63 _ $ 0460 2 2 _ Strurct Steel, Low Alloy LB 0.63 $ 0460 215 iStruct Steel, Miscellaneous 0 0.65 _ $ 0460 218 Struct Steel, Carbon- Truss LB 0.63 0460 220 ,Struct Steel - New/Widenin& Weatheriu LB 0.65 $ SIGN STRUCWRESAWD MASTARMSHEW 0649 110 ISteel Strain Pole F&L Pedestal EA t 0.40 ; $ 0649 111 Steel Strain Pole, F&I, Ty2c PS- IV EA 0.40 ! i $ 0649 112 ISteel Strain Pole F Type PS- V EA 0.40 $ 0649 1 l 3 ISteel Strain Pole, F&I Type PS- VI EA 0.40 �r $ 0649 114 ISted Strain Pole F&L Type PS- V11 EA-7 0.40 $ 0649 115 ;Steel Strain Pole F4 T} e PS- VIII EA 0.40 $ 0649. 1 16 Strain Pole, F8c1, Type PS- TX EA i 0.40 °!Steel 0649 117 _ !Steel Strain Pole, F&I, T PS- X EA 0.40 S 0649 2150 ?Steel CCTV Pole, Furnish & Install with Lowering Device, 50' I EA 0.40 $ 0649 2155 Steel CCTV Pole, Furnish & Install with Lowering Device, 55' EA 0.40 $ 0649 2170 !Steel CCTV Pole, Furnish & Install with Lowering Device, 70' ! EA 0.40 $ 0649 2250 fStteel CCTV Pole, Furnish & Install without Lowering Device, 501 EA 0.40 $ 0649 2255 I55ed CCTV Pole, Furnish & Install without Lowering Device, EA 0.40 $ 0649 2260 Steel CCTV Pole, Furnish & Install without Lowering Device, 160, EA 0.40 $ 0649 2265 'Steel CCTV Pole, Furnish &Install without Lowering Device, EA 0.40 $ 0649 2270 !Steel CCTV Pole, Furnish & Install without Lowering Device, 70, EA I 0.40 $ 064921 1 Steel Mast Arm Assembly, Furnish and Install, Single Arm 30' EA 0.40 $ 064921 2 3 Steel Mast Arm Assembly, Fumish and Install, Double Arm 39 EA I 0.45 $ $ ^ v Y I $ 064921 3 Steel Mast Arm Assembly, Fumish and Install, Single Arm 40' EA Steel Mast Arm Assembly, Furnish and install, Double Arm 40Q EA , 30, I 0.40 0649 21 4 i 0.45 064921 5 Steel Mast Ann Assembly, Furnish and Install, Double Arm 40'= Steel EA 0.45 i I '' $ 064921 6 Steel Mast Arm Assembly, Furnish and Install, Single Arm 50' EA 0.40 $ 0649 21 7 30' EA Mast Arm Assembly, Furnish and Install, Double Arm 50'1 , 0.45 $ SP-41 SPECIAL PROVISIONS MATERIALS ADJUSTMENT CALL, PION Estimate No: j Status as of. J Contractor: Year/Month: I Project Name: — ' BMPAS: CMPAS: Project No.: FDOT Item Description Unit Quantity Bid Unit Factor Material Cost NumberItem Price �40� Mast Arm Assembly, Furnish and Install, Double Arm 50' 0649 21 S Steel Mast Arm Assembly, Furnish and Install, Double Arm 501.0.45 EA 0.45 0649 21 9 0649 21 10 Steel Mast Arm Assembly, Furnish and Install, Single Arm 60, EA 0.40 S 0.45 $ 064921 11 1 Mast Arm Assembly, Furnish and Install Double Arm 60` EA 4St I - -- 0.45 S _ 0649 21 12 - Steel Mast Arm Assembly, Furnish and Install, Double Arm 60'.140' EA - 0649 21 13 - Steel Mast Arm Assembly, Runish and Install, Double Arm 60' I 0.45 - $EA 0649 21 14 _ Mast Arm Assembly, Furnish and Install, Double Arm 60'.0.45 1 $ 6Steel 0649 21 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 I 0649 21 17 Steel Mast Arm Assembly, Furnish and Install, Double Arm 70' EA a �— �J 0.45 $ 401 064921 18 Steel Mast Arm Assembly, Furnish and Install, Double Arm 70' EA 0.45 S $ — 064921 19 Steel Mast Arm Assembly, Furnish and Install, Double Arm 70' EA 0.45 _ b0, 0649 2120 Steel Mast Arm Assembly, Furnish and InstallDouble Arm 70' EA 0.45 $ 70, 0.40 S 0649 2121 Steel Mast Arm Assembly, Furnish and Install, Single Arm 78' EA 0649 21 22 Steel Mast Arm Assembly, Furnish and Install, Double Arm 78' EA 0.45 $ 0.45 0649 21 23 iSteel Mast Aim Assembly, Furnish and Install, Double Arm 78', ;40 EA ! 0649 21 24 jSteel Mast Arm Assembly, Furnish and Install, Double Arm 78'- I ! ! 0.45 _ l $ 50' i el Mast Arm Assembly, Furnish and Install, Double Arm 78'- 0649 21 25 60 EA 0.45 0.45 $ ---- 0649 21 26 Steel Mast Arm Assembly, Fumish and Install, Double Arm 78' EA Is 70, 0649 21 27 Steel Mast Arm Assembly, Fumish and Install, Double Arm 78'< EA r ( 0.45 w $ 78 064922 3 Steel Mast Arm Assembly, Furnish and Install on Existing m 0.40 _. $ Foundation,Si a e Arm 40' 06492217 Steel Mast Arm Assembly, Furnish and Install on Existing EA 0.45 ---- $ Foundation, Double Ann 70' 4Q' S Steel Mast Arm Assembly, Furnish and Install on Existing 06492218 EA 0.45 Foundation Double Arm 79-50' S Steel Mast Arm Assembly, Install/Relocate to New/Contractor 064923 2 EA I 0.13 Provided Foundation 1 I EA 0.10 I EA 0.10 $ S 064925 6 Steel Mast Arm Assembly, Replace Arm on Existing Pole, 50' 0649 25 10 Steel Mast Arm Assembly, Replace Arm on Existing Pole, 60, 064932116 Mast Ann,F&I on Existing Foundation, Wind Speed-150, I EA 0.40 $ Double Arm, W/0 Luminaire 46-70.5 _ 0700 4111 Overhead Static Sign Structure, Furnish & Install, Caairlever, EA 0.46 J $ Up to 20 Ft SP-42 SPECIAL PROVISIONS STh AATERIALS ADJUSTMENT CALCU. _ON Estimate No: Status as of.• Contractor. _ I Year/Month: Project Name: ~ BMPAS: Project No.: j CMPAS: FDOT Item Item Description Unit Quantity Factor I Bid Unit Material Cost Number Price Ove Overhead Static Sign Structure, Furnish & Install, Cantilever, 0700 4112 Ft FA 0.46 $ 0.46 $ 0700 4113 Overhead Static Sign Structure, Furnish & Install, Cantilever, 31-40 Ft 0700 4114 Overhead Static Sign Structure, Furnish & install, Cantilever, EA 0.46 $ 41-50 Ft 0700 4115 Overhead Static Sign Structure, Furnish & Install, Cantilever, EA 0.46 $ 59+ 0700 4121 Overhead Static Sign Structure, Furnish & Install, Span, Up to FA 0.46 _ $ 20 Ft 0700 4122 Overhead Static Sign Structure, Furnish & Install, Span, 21-30 EA 0.46 $ Ft 0700 4123 Overhead Static Sign Structure, Furnish & install, Span, 31-40 f EA 0.46 $ Ft 0700 4124 Overhead Static Sign Structure, Furnish & Install, Span, 41-50 EA 0.46 I $ Ft Overhead Static Sign Structure, Furnish & Install, Span, 51-100 0700 4125 Ft EA 0.46 ' $ Overhead Static Sign Structure, Furnish & Install., Span, 0700 4I26 EA ( f 0.46 ! $ 0700 4127 Overhead Static Sign Structure, Furnish & Install, Span, 151- EA 0.46 $ 200 Ft 0700 4128 Overhead Static Sign Structure, Furnish & Install, Span, 201 Ft EA 0-46 $ and Greater Overhead Static Sign Structure, Furnish & Install, Monotube, 0700 4131 �Up to 20 Ft EA 0.46 $ Overhead Static Sign Structure, Furnish & Install, Monotube, 0700 4132 EA 0.46 $ , 21.30 Ft 0700 4133 Overhead Static Sign Structure, Furnish & Install, Monatube, EA 0.46 $ 31-40 Ft 0700 4134 Overhead Static Sign Structure, Furnish & install, Monotube, EA 0.46 $ 5 ea 0700 4135 Overhead Static Sign Structure, Furnish & Install, Monotube- 1 EA 0.46 $ ��Span, 51-100Ft , Overhead Static Sign Structure, Furnish & Install, Monotube- $ 0700 4136 ,Span, 101-150 Ft EA 0.46 0700 4137 Overhead Static Sign Structure, Furnish & Install, Monotube- EA 0.46 Span, 151-200Ft I Furnish &Install, Monotube- Overhead Static tOrne tern 0700 4138 ` EA 0.46 ! $ Span, 200 Ft and 0700 4140 Overhead Static Sign Structure, Furnish & Install, Overpass EA 0.46 ! $ Bridge Mount 0700 5125 Overhead Static Sign Structure, Furnish & Install, Multi -Span, EA 0:46 q $ 51-100 Ft 0700 5126 Overhead Static Sign Structure, Furnish & install, Multi -Span, EA 0.46 $ 101-150 Ft 0700 5127 Overhead Static Sign Structure, Furnish & Install, Multi -Span, EA 0.46 Is 151-200Ft f Overhead Static Sign Structure, Furnish & Install, Multi -Span, ! $ 0700 5128 201 Ft and Greater EA _ 0.46 v 070010115 EA 0.40 $� DMS Support Structure Furnish & InsWl, S M 51.100 Ft 070010116 DMS Support Structure Furnish & Install, San, 101-150 Ft i EA 0.40 _ $ 0700 10117 DMS Support Struchur, Furnish & Install, Span, 151-200 Ft I EA : 0.40 _ $ 070010118 DMSSupport Structure, Furnish & Install, Span, 201 Ft and EA 0.40 $ 0700 10121 DMS Support Structure, Cantilever, Up to 20 Ft _ _ ______ EAR 0.40 _ T $ 0700 10122 !DMS Support Structure, Cantilever, 21-30 Ft , EA 0.40 $ SP-43 SPECIAL PROVISIONS S- : MATERIALS ADJUSTMENT CALL .'ION Estimate No: j Contractor: Project Name: Status as of Year/Month: BMW: Project No.: CMPAS. FV_0T Item Number Item Description Unit Quantity Factor Bid Unit Price Matedd Cost 0740 10123 DMS Support Structure Cantilever 31-40 Ft j EA 0.40 $ 0700 10124 DMS Su�tport Structure, Cantilever, 41-50 Ft 070010130 JDW S ort Structure, Furnish & install, Pedestal EA EA 0.40 _ -- - - -- 0.40 I 0.40 $ - $ 0700 10140 ,DMS S r+ort Structure Furnish & Install, Multi -Post EA total (factored vusterial Cost) S Index %Difference Monthly Monetary Amount 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 (CMIPAS) from that in effect during the month in which bids were received (BWAS). 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"). iAdiustrnents will only be made on the line items listed above. * Note: - . 'ov/coristrucuon/material-mice-adjustment - "I .. form sball be submitted on a monthly basis to the Engineer. I certify that, based on my personal knowledge and well-founded belief folloltving my oNNm reasonable investigation, quantities represented by this Certification are true and correct. signature _ � Printed Name i Date SP-44 SPECIAL PROVISIONS iJMINUM ADJUSTMENT CALCULATl Estimate No: Status as of, Contractor: Year/Month: Project Name: BMPA4: CMPAA: Project No.: Item Number Item Description I/nit Qu,.* Fodor M net Male w C I Pvwe 515-2-312 Pedestrian / Bic; cle Railing Aluminum, 42" Type 2 LF 0.65 $ 515-2-313 0.65 0.65 $ $ Pedestrian / Bic zlc Railing, Alumin 42" IM 3 LF 515-2-314 Pedestrian / Bic cle Railing,Aluminum,42" T�Npe 4 fi LF 515-2-321 Pedestrian/ Bic le Rail ii Aluminum Onl 4"Type 1 LF LF 0.65 0.65 $ $ 515-3-2 Pipe Handrail- Retrofit to Existing Railing, ,Aluminum 046-1-11 Aluminum Sipals Pole Pedestal EA _ 0.65 $ 646-1-12 Aluminum Signals Pole, Furnish & Install Pedestrian Detector EA I 0.65 $ Post 646-1-30 Aluminum Si als Pole Install EA 0.65 $ 646-2412 Aluminum Pole- Index 695-001, Furnish & Install, 12' EA j 0.65 $ 646-2-115 Aluminum Pole- Index 695-001, Furnish & Install 15' EA 0.65 $ 646-2-120 Aluminum Pole- Index 695-001 Furnish & Install 20' EA i 0.65 S 646 2-130 Aluminum Pole- Index 695-001, Furnish & install, 30' EA i 0.65 $ _ 646-2-135 Aluminum Pole- Index 695-001 Furnish & Install,35' EA 0.65 $ 650-1-11 Vehicular Traffic Signal, Furnish & Install Aluminum, 1 AS 0.65 $ Section, 1 Way 650-1-12 Vehicular Traffic Signal, Furnish & Install Aluminum, 1 AS 0.65 l $ Secti 2.4 Wa 650-1-13 Vehicular Traffic Signal, Furnish & Install Aluminum, 2 AS 0.65 _ $ section,l2 Ways Vehicular Traffic Signal, Furnish & Install Aluminum, 3 650-1-14 iSection 1 Wa AS 0.65 S 'Vehicular Traffic Signal, Furnish & Install Alwnimmi6 3�T 650-1-15 iScetion, 2-4 Ways AS 0.65 $ 650-1-16 Nehicular Sc Signal, Furnish &Install Aluminum 4 i AS 0.65 $ Seciliiory 11 Way 650-1-17 Vehicular Traffic Signal, Fluvish & Install Aliuninum, 4 AS 0.65 $ Section, 2-4 Was AS 650 1-18 _ Vehicular Traffic Signal, Furnish & Install Aluminum, 5 Section 0.65 $ Straight1 WaY 650-1-19 Vehicular Traffic Signal, Furnish & Install Aluminum, 5 Section _ I 0.65 $ Cluster, I WayAS ` I ?] 5 4 I 1 Light Pole Complete, Famish & Install Standard Pole Standard S 0.65 Foundation, 30' Mountin * Height $ ?15-4-12 Light Pole Complete, Famish & Install Standard Pole Standard EA 0.65 ! Foundation,35' Mountine Height _ Light Pole Complete, Furnish & Install Standard Pole Standard 15-4 13 Foundation,49 MountingHeight EA 0.65 $ 715-4-14 Light Pole Complete, Furnish & Install Standard Pole Standard EA 0.65 $ Foundation, 45'Mounting Height a 715-4-15 Light Pole Complete, Famish & Install Standard Pole Standard EA 0.65 $ Foundation, 50' ounting Height 7T5-4 17 Light Pole Complete, Famish & Install Standard Pole Standard EA O.GS $ Found, Wildlife Sensitive Luminaire 20' Mounting Height Light Pole Complete, Furnish & Install Standard Pole 7154-18 Standardfound, Wildlife Sensitive Luminaire 25' Mounting EA 0.65 $ Height light Pole Complete, Furnish & Install Standard Pole Special I EA 715-4-21 j 0.65 $ Foundation, RY Mounting Height j Light Pole Complete, Furnish & Install Standard Pole Special 715-4 22 t I 0.65 $ Foundation, 35' Mounting Height 715 4-23 Light Pole Complete, Furnish & Install Standard Pole Special j EA 0.65 $ Foundation, 40' Mountiz! Height $ Light Pole Complete, Furnish & Install Standard Pole Special 715 4 24 EA 0.65 j Foundation, 45'Mountin Hei t ^ 715-4-25 Light Pole Complete, Furnish & Install Standard Pole Special EA 0.61 - - $ Foundation, 50' Mountin Hei t 0.65 Light Pole Complete, Furnish & Install Standard Pole Special 715-4-27 � p � EA $ Founcl, Wildlife Sensitive Luminaire 20'Mounting Height SP45 SPECIAL PROVISIONS ,LUMINUM ADJUSTMENT CALCULA'. Fstnnwe No: I Status as of Contractor: rear/Month: j BMPAt1: Project Name: Project No.: CMPM: Item Nu Item Description Unit Qpantity Factor B1 MafiWd Coat 7154-28 Light Pole Complete, Furnish & Install Standard Pole Special i EA 0.65 $ Found Wildlife Sensitive Luminaire 25Mounting Height I 0.65 715-4-31 Light Pole Complete, Furnish & Install Utility Conflict Pole, EA $ _ Index 175151715-002 Foundation, 30' Mountie Hei t $ 7154-32 Light Pole Complete, Furnish & Install Utility Conflict Pole, I EA 0.65 Index 17515nl5-002 Foundation 35' Mountie Height 715-4-33 Light Pole Complete, Furnish & Install Utility Conflict Pole, EA 0.65 $ - Index 17515n i5-002 Foundation, 40' Moun ' _ He ht 715-4-34 Light Pole Complete, Furnish & Install Utility Conflict Pole, EA _ I 0.65 $ Index 17515nl5-002 Foundation 45'Mouding Height 715-4-35 c µ Light Pole Complete, Furnish & Install Utility Conflict Pole, EA f 0.65 $ Index 17515nl5-002 Foundation 50' Mountie Height _ 715-4-41 Light Pole Complete, Furnish & Install Utility Conflict Pole, EA 0.65 $ Special Foundation 39 Mountie He' t 715.4.42 Light Pole Complete, Furnish & Install Utility Conflict Pole, EA 0.65 Special Foundation, 35' Mountie He' t ! _ 715 4-43 I fight Pole Complete, Furnish & Install Utility Conflict Pole, EA 0.65 _ $ Special Foundation 49 Mounting.Height - 715444 Light Pole Complete, Furnish & Install Utility Conflict Pole,I EA 0.65 $ Special Foundation45' Mounting HekN 715-0-45 Light Pole Complete, Furnish & Install Utility Conflict Pole, 1 EA 1. 0.65 S Special Foundation, 50'Mountiniz Height 7151450 Light Pole COMRIqC Install i EA 0.65 S 715-5-31 Luminaire & Bracket Arm- Aluminum, Furnish & Install New EA 0.65 $ Luminaire and Arm On NewiExistin Pole1 715-511-115 Light PolleeuCompletSpecial Design, F&I, Single Arm Shoulder EA � 0.65 $ bigg, 1 + 715-5 T 1-120 Light Pole Complete- Special Design, F&I, Single Arm Shoulder EA 0.65 $ Mount, Aluminum, 20' �II i 715-511-125 Light Pole Complete- Special Design, F&T, Single Arm Shoulder EA 1 0.65 M j $ Mount Ahtminum 25' _ 715-511-130 Light Pole Complete- Special Design, F&I, Single Arm Shoulder EA 0.65 j $ Mount Aluminum, 30' 715-511-135 Light Pole Complete- Special Design, F&I, Single Arm Shoulder EA 0.65 I $ Mount Aluminu 35' 715-511-140 Light Pole Complete- Special Design, F&I, Single Arm Shoulder EA 0.65 $ Moue Aluminum, 40' _ 715-511-145 Light Pole Complete- Special Design, F&I, Single Arm Shoulder I EA 0.65 $ Mount,Alumin 45' 715-511_150 'Light Pole Complete Special Design, F&I, Single Arm Shoulder EA 0.65 1 $ Mount, Aluminum, 50' jLight Pole Complete- Special Design, F&I, Double Arm 715-512.115 EA 0.65 $ Shoulder M Aluminum 15' ! 715-512-125 Light Pole Complete- Special Design, F&I, Double Ann 1� - ~ 0.65 $ Shoulder Mount, Aluminum, 25' I I EA 0.65 j $ 715-512-130 Light Pole Complete. Special Design, F&I, Double Arm Shoulder Mount, Aluminum, 30' i 715-512-135 Light Pole Complete- Special Design, F&I, Double Arm EA i 0.65 $ Shoulder Mount Alumin 35' l 715-512-140 Light Pole Complete- Special Design, F&I, Double Arm EA 0.65 $ Shoulder Mount Aluminum, 40' 715-.512-145 ;Light Pole Complete Specie] Design, F&I, Double Arm EA 0.65 Shoulder Mount Aluminum, 45' j $ 715-512-150 Light Pole Complete- Special Design, F&I, Double Ann EA 0.65 Shoulder Mount, Aluminum, 50' 715-512-155 Light Pole Complete- Special Design, F&I, Double Arm EA U.65 $ Shoulder Mount, Aluminum, 55' 715 512-160 Light Pole Complete- Special Design, F&I, Double Arm EA 0.65 $ Shoulder Mount, Ahunin 60' SP-46 SPECIAL PROVISIONS JNUNUM ADJUSTMENT CALCULATL Estimate No: Status as of. - - Condaclor: f Y"IMonth: _ ojeciName: BMPAA: I Project No.: CMPAA: Rene Namber Item Description Unit ( Quantity Fador t3Jd Unmt Mauriai Cos' Price 715-5] 3-115 Light Pole Complete- Special Design, F&I, Single Arm Wall EA i p 65 S Mount Aluminum 15' �_ $ 715-513-125 _ Light Pole Complete- Special Design, F&L Single Arm Wall EA ^` ! 0.65 - , — - -- - Mount, Aluminum,25' 715-513-130 Light Pole Complete- Special Design, F&.L Single Arm Wall EA 0.65 Mount, Aluminum, 30' S 715-513-135 Light Pole Complete- Special Design, F&I, Single Arm Wall EA MountAlumni 35' 0.65 0.65 S $ 715-513.140 Light Pole Complete- Special Design, F&L Single Arm Wall EA _ Mount Aluminum 40' 715-513-145 Light Pole Complete- Special Design, F&I, Single Arm Wall EA 0.65 $ Mo Aluminum,45' 715-513-150 Light Pole Complete- Special Design, F&I, Single Arm Wall EA 0.65 $ _ Mount Ahitninum 50' 715-514-115 light Pole Complete- Special Design, F&I, Double Aran Wall EA I Mount, Aluminum 15' 0.65 $ 715-514-120 Light Pole Complete- Special Design, F&I, Double Arm Wall EA 0.65 $ Mount, Aluminum, 20' 715-514-125 Light Pole Complete- Special Design, F&I, Double Arm Wall EA _ 0.65 $ Mount Aluminum 25' 715-514-130 Light Pole Complete- Special Design, F&I, Double Arm Wall EA 0.65 $ Mount Aluminum,30' 715-514-135 Light Pole Complete- Special Design, F&I, Double Arm Wail EA 0.65 $ _ Mount, Aluminum, 33' 715-514-140 Light Pole Complete- Special Design, F&I, Doable Arm Wall EA 0.65 $ Mount, Aluminum, 41Y Light Pole Comp- Special Design, F&I, Double Arm Wall EA 715-514145 0.65 $ Mount, Aluminum, 45' 715-514-150 $ Light Pole Complete- Special Design, F&I, Double Arm Wall I EA 0.65 MountAluminum, 50' 715-515-115 Light Pole Complete- Special Design, F&I, Single Ann Bridge EA 0.65 Mount -Aluminum, 15' Light Pole Complete- Special Design, F4 Single Arm Bridge $ 715-515420 EA 20' MountinHei 715-515-125 Light Pole Complete- Special Design, F&I, Single Arm Bridge FO.65Mount-Alumni Mount -Aluminum, 25' EA $ 715-515-130 Light Pole Complete- Special Design, F&I, Sigle Arm Bridge Mount Alumi 30' . 715 515 135 Light Polo Complete- Sepcial Design, F&l, Single Arm Bridge EA 0.65 S Mount -Aluminum, 35' 715-515-140 Light Pole Complete- Sepcial Design, F&I, Single Arm Bridge EA 0,65 $ MountNon-Std Alumni 40' 15-515-145 Light Pole Complete- Special Design, F&I, Single Arm Bridge EA i 0.65 $ Mount-Alumi 45' 715-515-150 Light Pole Complete- Special Design, F&I, Single Arm Bridge EA I 0.65 $ Mount -Aluminum, 50' 715-516-113 Light Pole Complete -Special Design, F&i, Pole Top Mount, EA 0.65 $ Aluminum IS' 715-516-120 LightPoleComplete-Special Design, F&I, Pole Top Mount, I BA 0.65Abin2 $ 715-516-125 Light Pole Complete- Special Design, F&I, Pole Top Mount- ` FA 0.65 1 $ Aluminum, 25' — _ _ 715-516 130 Light Pole Complete- Special Design, F&I, Pole Top Mount EA - j 0.65 ' T $ Aluminum, 30' SPAT SPECIAL PROVISIONS ,LUMINUM ADJUSTMENT CALCULA Estimate No: j Status as of _ Year/Month: Contractor. Project Name: _ _--- — BMPAA: Project No.: I CMPA.4: Item Number IleMDeseaiptlon flrrlt Quanthy Factor BP�clrll Material Cost 715-516-135 Light Pole Complete- Special Design, F&I, Pole Top Mount- EA 0.63 $ Alnmin 35' I 0.65 $ 715-516-140 Light Pole Complete- Special Design, F&I, Pole Top Mnt- Alumin 40' _ 715-516-145 Light Pole Complete- Special Design, F&l, Pole Top Moum I EA f I 0.65 $ Alum715-516-150 $ Light Pole Complete- Special Design, FefeI, Pole Top Mount, 0.65 Aluminum,50' 7]5517110 Light Pole Complete- Special Design, F&I, Double Arm Bridge EA 0.65 $ Mount, Aluminum 10, 715-517-125 Light Pole Completo- Special Design, F&I, Double Arm Bridge EA I I 0.65 $ Mount, Aluminum, 25' I 715-517-135 Light Pole Complete- Special Design, F&I, Double Arm Bridge EA I 0.65 $ Mount,Aluminum 35' 715-517-140 Light Pole Complete- Special Design, F&I, Double Arm Bridge 1 EA 0.65 $ Mount, Alumin 40' 715 517-145 Light Pole Complete- Special Design, F&3, Double Arm Bridge EA I 0.65 4 $ MountAluminum,45' _ 715-517-150 Light Pole Complete- Special Design, F&I, Double Arm Bridge EA 0.65 $ Mount, Aluminum, 50' 715 51&115 Light Pole Comp- Special Design, F&L Double Arm, Pole Top I EA ! 0.65 $ Mount Aluminum, 15' I 715-518.120 Light Pole Comp- Special Design, F&I, Double Arm, Pole Top EA 0.65 $ Alumin 20' _ Light Pole Comp- Special Design, F&1, Double Aim, Pole Top EA l� 0.65 $ _ _Mount 715-518-125 Mount, Aluminum, 25' _ 715-51&130 Light Pole Comp- Special Design, F&J, Double Arm, Pole Top 'i, EA _ I 0.65 j ; $ Mount, Aluminum, 30' 715 518135 I Light Pole Comp- Special Design, F&I, Double Arm, Pole Top EA ! 0.65 i ! $ Mount, Aluminum, 35' 715-51&l40 jLigbt Pole Comp- Special Design, F&J, Double Arm, Pole Top EA 0.65 a $ Mount, AluminMp 40' 0.65 $ _ Light Pole Complete- Special Design, F&I, Double Arm, Pole 715-519-145 EA ' Top Mount, Aluminum, 45' 715-51 i -150 Light Pole Comp- Special Design, F&I, Double Ann, Pole Top 0.65 $ Mount, Aluminum, 50' _ _ 715-519-115 1 Light Pole Comp- Special Design, F&1, Triple Ann, Aluminum, EA 0.65 $ Light Pole Complete -Special Design, Install Pole Top Mount, EA 715-536 115Aluminum 0.65 $ Non -Standard Desiea,s, 15' total (factored mat"iat cost) S Index % Difference Monthly Monetary Amount ALIJME1WM: All bids for materials covered by the Proposal are to include required altuninum. 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 (Cvll'AA) from that in effect during the month in which bids were received (BMPAA). A price adjustroeril 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%(See General Provision Section 9-2.1.5 "Aluminum"). Adjustments will only be trade on the line items listed above. — — — - * Note: b?trs:rlwaw.fdaL,,nvJconyntction!material:pbg -adittat_mcnt 7T» s form shall be submitted on a monthly basis to the Engineer. -- — - ---- — — ----- certify that. based on my personal kntmledce and we-1-founded belief follo-nin i orrn reasonable invest ieation. q u=mtities ro resented by this Si � nature Printed Name J Date SP-48 SPECIAL PROVISIONS i VC ADJUSTMENT CALCULATION Esttmate No: i I _ Status as of- 7121/2022 Contractor: I _ Year/Month: Pro ect Name: j BMPAP. j Project No.: CMPAP: j Item Number Item Description Unit Q'andty Factor Bid Unit , WCE hfoterial Cost 630-2-11 JConduit, Finnish & install 22en Trench LF I 0.27 1$ _ 630-2-12 Onduit, Furnish & hxstalL Directional Bore LF I 0.27 $ 630-2-14 Condu' Furnish & Install Aboveground LF I I 0.27 $ 630-2-15 Condui Furnish & InstallBridge Mount Di _- 0.27 0.27 $ $ _ Conduit, Furnish & Install, Embedded Concrete Barriers and 630-2-16 LF Traffic Railings Total (factored uteriW cost) S Month Monetary Amount 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-esealation of the cost of the PVC used in this proposal exceed 5% (See General P.revision Section 9- 2.1.5 "PVC'). IAd'ustments will only be made on the lime items listed above. _ Note: tt sl/N,-fdot.aov/construction/material pricc-adj t tmcnt This form shall be submitted on a monthly basis to the Engineer, i certify that, based on my personal knowledge and well-founded belief following my own reasonable investigation, quantities represented by this Certification are true and correct. i Date Signature Printed Name SP-49 SPECIAL PROVISIONS , -OPPER ADJUSTMENT CALCULA I. Estimate No: Contractor; Project Name: Project No.: _ Status as of 7/21/2022 --� Year/Month: _ BMPAC: ^� - CMPAC: Item Number Item Description Unit Quantity Factor Bid Unit PNce Material Cost 639-2-1 jElectrical 632-7-1 Service Wire, Furnish & Install LF1 0.35 0-35 0.35 ! $ $ Signal Cable- New or Reconstructed Intersection, Furnish & Install Lighting Conductors, F&I, Insulated, No. 10 or < PI I 715-1-11 LF $ 715-1-12 Li ring Conductors, F&1, insulated, No.8 - 6 i LF _ -- 0.35 $ 715-1-13 _ — _ Llgllting Conductors, F&I, Insulated, No 4 to No 2 LF 0.35 $ $ 715-1-14 Lipbting Conductors F&I lnsulLtA No 1 to No 0 LF 0.35 715-1-15 715-1-16 Li tin Conductors F No.1/0 - 3/0 0 to 000 LF ( 0.35 S Li Conductors, F&I, No.4/0 (0000) or Laz er tine LF ( 0. 35 $ Total (factored material cost) S Index % Difference Monthiv Monet ry Amortnt COPPER: All bids for materials covered by the Proposal are to include required copper. No additional payment wall 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 (CMPAC) 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 m this proposal exceed 5% (See General Provision Section 9-2.1.5 "Copper"). Ad'usnnwts wIIl only be made on the line items listed above. * Note: htMs://w�ww fdoot.¢evkonstruction/material:pd e-adi lgment This fo' rm shall be submitted on a monthly basis to the Engineer. _ I certifv that, based on my personal knowledge and well-founded belief follo%%rinu my oven reasonable investigation, quantities represented by this L 1 Si e � i Printed Name Date SP-50 fECHNICAL SPECIAL PROVi, jNS Cali/�:iil Il.`I 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 SS-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 park, subdivision and/or intersection, where individual work locations are separated by no more than 1000', or as directed by the Engineer, shall be considered one job -site. User Divisions/Departments are responsible for issuing a single work order for projects meeting the above conditions and the Contractor shall honor unit prices based upon the total work required. DEFMTIONS 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 TECHNICAL SPECIAL PROM _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 GENERAL 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 i 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 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 2,500 linear feet in length the Contractor may request payment for portions of the pathway that have been constructed and found to be acceptable by the 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 �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 Class I (2500psi). The construction of Portland Cement concrete items shall be properly placed upon prepared base or existing surface course in accordance with the specifications and in conformity with the lines, grades, thickness and typical section shown on the plans as presented to the Contractor at the 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 11 The intent of this section is to provide for the repair, rebuilding, modification and/or placement of new Curb Inlets, Closed Flume Inlets, Ditch Bottom Inlets, Shoulder Gutter Inlets and adjuncts thereto. The work specified shall be according to Section 425 of the 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 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 FDOT 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: 1. 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. 3. Speed humps shall be surfaced with a minimum of 1" asphalt Type SI or SIII. 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" THICK) Attention is directed to the pay item for "Stamped Colored Concrete (5" Thick)", S.Y. This item may be constructed in lieu of concrete traffic separators, as directed by the Engineer. Stamped TSP-6 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, marked, etc. by the application of the above. Color Hardener 1. Apply the dry hardener when the bleed water disappears and the floating process will not disrupt the level of the surface. 2. Normally apply the dry hardener evenly in two separate shakes, using two-thirds of the material for the first shake. 3. Use wood floats or a power -troweling machine equipped with float blades to work the dry hardener completely and thoroughly into the surface after each application. 4. After floating the final shakes, hand or machine trowel the surface to a flat, uniform finish and apply the specified texture. Apply antiquing release before imprinting with mat -type tools. 5. Coverage requirements may vary according to intended use and color. 90 lbs. per 100 sq. ft. is considered the median range. Curing - Use colored concrete sealer in the matching color to cure interior color hardened floors and exterior flat work, that will receive regular maintenance and re -coating. Newly placed concrete should receive one thin finish coat of colored concrete sealer after placement and after the required curing time of 14-28 days has been reached. Before application of the finish coat, the moisture content of the concrete must be low enough so alkali and other salts do not become trapped beneath the coating, causing discoloration or clouding, thus the reason for the 14-28 day time frame. The work is to be performed on the job site by trained and experienced workers. 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 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 (PVC) PIPE (12 TO 48 INCHEW A-2000 PVC pipe has been reviewed and found acceptable for use on Palm Beach County roadway construction projects. Installation shall be in accordance with manufacturer's recommendations, FDOT Standard Specification 125 (Excavation for Structures and Pipe), 430 (Pipe Culverts and Storm Sewers) and 948 (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 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 36" above finished grade elevation. 3. Removable Bollard ground sleeves shall be installed in a concrete foundation as specified below_ 4. Removable Bollards shall be Model RPL6, Round Post Lock Bollard system, manufactured by TrafficGuard Direct, Inc., P.O. Box 201, Geneva, IL 60134, or accepted equal. Ground Sleeve Installation 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 36" deep. 3. The bottom 12" shall be backfilled with 457 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 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 Timberguard' style treated wood pile materials as manufactured by Crane Materials International, 4501 Circle 75 Parkway, Suite E-5370, Atlanta, GA 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 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 FDOT 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) 920 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 common grade to the top of the post. This should provide 11" clearance from grade to the center of bottom rail, and 3 1 " clearance to the center of the top rail. TSP-11 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 amarelo (Tabebuia serratifolia). fPE shall have a Fire -Spread Index of Class A. All material shall be approved by the Department prior to installation. TSP-12 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 (joist) location. Decking shall be pre -drilled for a flush screw set. Spacing between deck boards shall'be the width of a 20d nail with a tolerance of 1/16" (+/-). 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 .'UNICAL SPECIAL PROVISIC RAD. (TyP.) m : 8" 26" 24" Y VALLEY GUTTER - NON -SYMMETRICAL (a/k/a MIAMI CURB) V4" RAD. (1YP.) " 12. 24° 2' VALLEY GUTTER - SYMMETRICAL i8" 18• 36• V VALLEY GUTTER FILEPATH: P:/DGN/ENG SEA/LAND DEVELOPMENT STANDARDS/DWF FORMAT/600.1 PALM BEACH COUNTY DEPARTMENT DRAWING NO. OF ENGINEERING & PUBLIC WORKS VALLEY GUTTERS DRAWN BY: DATE; REVISED BY: DATE 600.1 J.M.K. 02/01/203 APPR VED• EFFECTIVE-7K.L. 05/29/90,� � � �� LO ENGINEER OR DESIGNEE t i L TSP-14A _'HNICAL SPECIAL PROVISIG X4" RAD. fV H BARRIER CURB & GUTTER 2" RAD. 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 6 INCHES, FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/600.2 PALM BEACH COUNTY DEPARTMENT NON -MOUNTABLE OF ENGINEERING & PUBLIC WORKS CURB & GUTTER OR4WN 8Y: DATE: I nVLSED BY: I DATE: J.M.K. 02/01/2018 1 APPROVED: EFFECTIVE: K COUNTY ENGINEER OR DESIGNEE DRAWING NO. 600.2 TSP-15A -HNICAL SPECIAL PROVISIG_ #4 BAR PLACED ON PAVEMENT SIDE ^I � 3" 12" FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/60D.3 PALM BEACH COUNTY DEPARTMENT DRAWING NO. OF ENGINEERING & PUBLIC WORKS FLUSH HEADER CURB DRAWN BY: DATE: REVISED BY: DATE: 600.3 J.M.K. 02/01/2018 APPROVED: EFFECTIVE: ILL 05/23/90 .' is ✓i:s`:.�(f":J!= "" `%,.�i.,,/`% �' �. `.,ri ,.r. COUNTY ENGINEER OR DESIGNEE TSP-16A POSSIBLE PLANTING AREA °v NOTES: HNICAL SPECIAL PROVISIG SI-8' VARIES STANDARD SECTIO VARIES POSSIBLE PLANTING AREA k, ki , i, o,. 1. ROOT BARRIER IS REQUIRED FOR LOCATIONS INHERE TREE(S) AND/OR ASSOCIATED ROOTS ARE LOCATED WITHIN 10 FT. OF A REQUIRED IMPROVEMENT". 2. ROOT BARRIER MATERIAL SHALL BE HDPE OR AS OTHERWISE APPROVED BY THE COUNTY ENGINEER. 3. ROOT BARRIER INSTALLED 15 FT. ON CENTER OF TREE(S) AND/OR ROOTS. FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/400.18 PALM BEACH COUNTY DEPARTMENT PATHWAY OF ENGINEERING & PUBLIC WORKS DRAWN BY: I DATE: I REVISED BY: DATE v �I WITH ROOT BARRIER J.M.K. 1 02/01/2018 -APPROVED: EFFECTIVE: K.L. 10/03/2017 COUNTY ENGINEER OR DESIGNEE DRAWING NO. 400.2 TSP-17A w z U) aa. 0 a --'HMCAL SPECIAL PROVISIG_ TACK COAT AT 0.05 GAL/SQ, YD. (FULL BASE WIDTH) NOTE: MAXIMUM LONGITUDINAL SLOPE IS 2.0% Q WEARING SURFACE: 1 INCH TYPE S-3, OR 1% INCH TYPE 5-1 OR TYPE 11 A.C. CONCRETE. a8BASE: 41NCHES COMPACTED SHELLROCY, FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STANDARDS/DWF FORMAT/400.2A PALM BEACH COUNTY DEPARTMENT OF ENGINEERING & PUBLIC WORKS BY: I DATE: K.L. 1 05/23/90 REVISED BY: I DATE: PATHWAY: ASPHALT SIDEWALK APPROVED: EFFECTIVE: COUNTY ENGINEER OR DESIGNEE DRAWING NO. 400.3 TSP-18A _ -HNICAL SPECIAL PROVISIG- (MAY BE 8' WHERE = L - - - - - - - - - - - - - - - - -- - - - - - -� COMPACTED BASE STANDARD SECTION 5' VARIFS 2" COVER (BOTTOM & E 6x6 W1.4 x W1.4 COMPACTED BASE DRIVEWAYS (RESIDENTIAL AND NON-RESIDENTIAL AR�.S) NOTES: 1. SIDEWALKS TO BE PORTLAND CEMENT CONCRETE, MIN. 2500 P.S.I. @ 28 DAYS. 2, BASE TO BE A MINIMUM 4 INCHES OF CLEAN SAND OR SANDY LOAM, FULLY COMPACTED, FULL WIDTH. 3. SIDEWALKS TO BE BROOM FINISHED WITH EVEN, DUSTLESS SURFACE. 4. MAXIMUM LONGITUDINAL SLOPE IS 1.0% S. SIDEWALK THICKNESS TO BE 6INCHES MINIMUM IN ALL AREAS SUBJECT TO VEHICULAR TRAFFIC. FILEPATH: P:/DGN/ENG SER/LAND DEVELOPMENT STAND PALM BEACH COUNTY DEPARTMENT OF ENGINEERING & PUBLIC WORKS DRAWN BY: DATE: REVISED BY: ( DATE: K.L. 1 05/23/90 PATHWAY: CONCRETE SIDEWALK ED: EFFECTIVE: OR DESIGNEE 1 ,11 '}, ( t c DRAWING NO. 400.1 TSP-18.1 tC If] W 2 P7 2 z _ ILvi 11` J rtA r� �\ < .i I'l IL �e N of Lq M2" im ax I CD - m W O xnoo U 2 NOS i mJ-'Z Cc C9 WHa0 NO�� zOm ~+S~I- a.4 Z H WJ�Q4 JNQ.0 M �IIrN N CZ.0 'S w^,r�i O iV II U cn0'-' r— ;II wFw0 d r t� in I �nn! J r+ O W 2 ym � r CD X �qp Zf �� W 1M wen 'J J- r-i 4 �h �W w 0 rA VIz w TSP-l9 Rc R i iA Q TSP-20 Wi P Z O f� V 'W V w W LL C3 Q rr W /J W K TSP-21 re) 4- O w 'f- z�W L W u 71 W II J � Q Q p ~ a w N +0+ � 3 �7 p a W J "' r-� W 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 specified 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. ` 1.3 Surfacing System: The Contractor shall apply the surfacing system as specified 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 manufacturer's recommended procedures. Pavement Texturing products shall be spray applied and broomed using a broom or brushes to cut 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 1 Physical Properties Surfacing System TSP-22 Table 2 Physical Properties Sealer Concentrate Characterfstics Test Specifications Sealer Concentrate Solids by Volume (%)� ASTM D 5201 - �T24 ASTM D-1353 ASTM D-1475 +/-2 Solids by Weight (%) 2727+l-2-2 Density (lbsJgai) 8.59 Spec, Gravity ASTM D-1475 y 1.03 Sheen (85) ASTM D-523 > 75 @ BY VOC Coating Flash Pointy ASTM D-3960 I ASTM 278 T3 -> 200 - 200-F (M) Table 3 Performance Properties: Surfacing System Characteristics Tensile Strength (PSI) Flexibv' Mandrel H h ity (ig) _ Flexibility Mandrel ((.o* _ Test Specifications Min. Criteria Mtn. Criteria Standard Formula Traffic Formula ASTM D-412 _ � >650 PSI >650 PSI ASTM D-1737 Pass 1" �1 � 70'F` } Pass 1' ®717F ASTM D-1737 Pass 2" C OT - Pass 2" Q 0-F Dry e (tore-coat)- �' Time 'Dry Time (for traffic) 75`Frso%RH ASTM D-711 1 2— Mid 4 Hrs. 120 Mins. - 4 Hrs. WA J a 8O% strength Q 6-8Hrs. 11s 80% strength @ 6-SHns. [� Tabor Abrasion (H-10) ASTM D-4060 < .18 9I1000 cycles l < .18 g/1000 cycles Adhesion (PU) To an Asphalt substrate ASTM 6-4640 Cohesive failure of asphalt i Cohesive fag uroof asphalt _ prior to adhesive fail--- h prior to adhesive faiure T QUV E ASTM G-53 300 hours 2.35 CIE units 300 hours 2 35 CIE un-1 j ASTM 0.570 a 123b wit gain - �- < 12%wL gain fi Hydrophobicity (3days) { Shore Hardness 6 ASTM D-2240 80 D SOD Dry, cured matenai _ u -30'F to 180'F I" -30T to 160OF N!A .: � -�-- � 10 15 mils (1 application) 20 - 25 mils (2 appna) � 7emperehrre Limits for Service Surface Build ry TSP-23 es4 Speci4icatiiaeis} ChraeMhBn 91"Crroa TM RV*MM-A arsaa 5Urgd1 Duaatay, Tagtasa ASTM 0.412 MhkAM PSI Vats FIQRtW;i;"— Rairarr a to aaclwv ASTM O-1737 Peas WWOM Amon BMW pry Tans _ Re -CM Nna, CQV Ilse ASTM 0. 11 MAMMM value, Oapnndrt en fer use TwWwalin and F -O* TaberMrulcn R.tiabnca to O9padMr4 ASTU DJAM Walpta tan �- Ra WWMbMitedwar Moron (PU) WM faalntW=. raNlarrea Pass MMW" Vats W af+am d awaUrr ' Q W ®E wRMINtKM waf to Mxia of ASTM Ci-53 saloon Cdar Cllarpa ®E l., i'. Mydrdpltlbi ily (3 Raistro Io MW d ASTb7 D370 MQinun Watat ADEmptian vRx71 data) ahr Raalatar,oa to *an 80aRad BwNrnwa Sh= HE*— - owaaion AnTnd 0-2240 Mh"Ml sham "war%=._.- - aw rnWW=G;z 6Wk-Y.warraatrana. mY.=W mOMW4=1 !ar Sarfricw naiOW= M i Surbo BLtd ?,r�.ry WA - - adds durability and longevity to the StreetPdntn" surface. - StreetBondTM1 Standard Formula is available in ten standard colors: Brick, Tema Cotta, Granite, Slate, Bedrock, Sierra, Hunter Green, Bumt Sienna, White, and Blue. Custom colors are available. StreetBondTm Traffic Formula is available in Granite, Slate & Burnt Sienna. Custom colors are not available at this time. For low traffic applications such as A finish coat of StreetBondTm Sealer driveways and pedestrian areas, Concentrate must always be applied one application of StreetBond'" to the StreetBonded surface. Standard Formula would typically StreetBondw Sealer Concentrate be used. The surface is then provides a sealing membrane which sealed with one coat of _ StreetBondym Sealer Concentrate. TABLE 2 (Performance Properties) For higher traffic installations, one application of StreetBondTM Traffic Formula, followed by at least one application of StreetBond Standard Formula, must be used. StreetBond* 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. ChweeotMM Tao '..- __. - MaL CRlafa Min Cracafa i1pOCN10atlprl Bbaaf9arlda alealdaN Farrlar4 aftootSWtd. Try Fctewda arrow SWnp (PSI) 12 >ew PSI PSI TSP-24 P A T T E R N S BRIM - I I PF=- .I {-- 1 a - Offset Brick Herringbone Bricks anone Edge Aohlor Slate v .o 1 g Je , ca .TL T \ f - British Cobble Frisco Cobble isle Setts Random Stone :: ►tom. �'� r ����t����r =:Min e4;C Eurofon Soldier Course Cobble Border Texas Cobble Border ev� 1 �— Offset Brick Border Single Brick Border Bricks on Edge Handicap Parking Symbol Numbers —� Letters INTEGRATED PAVING CONCEPTS INC. 936 Peace Portal Drive, P.O. Box 8014-48, Blaine, WA 98230-4009 USA #102 - 17957 - 55 Ave., Surrey, BC V3S 6C4 CANADA Tel (604) 574-7510 Fax (604) 574-7520 Internet wPowv.stteetpdnt.com ° TSP-25 Specifications for 121x18' Modular Accessible Floating Dock With Inclined Kayak Launch & Aluminum Gangway Contractor shall furnish and install a 12'xl8' 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 la. 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. lb. 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' x 8' x 8"(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 EPS 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 5/16" x 2-3/4" 304 series Stainless Steel carriage bolts. 1 f. 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 6061T6 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 3. Floating Dock Anchorage 3a. 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 30" x 8', with a frame constructed with 6061 T6 marine grade aluminum 1.66" x 1.66" x .125" square tubing with a .150" thick white non-skid 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). 5. Roll/ Edge Guard: 5a. The entire floating dock perimeter, excluding launch slip and gangway access, shall have TSP-27 roll/edge guard installed with a 2.5"xl" 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"xl/8" 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 36" 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 1/4" 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 1/2" 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 .375" diamondtread plate, allowing for a smooth transition from gangway to floating dock. TSP-28 V STYLE CONNECTOR TTWTSTER RAWORMI w/aue m a ASSIST 5'x6'x8" FLOAT �. 4'x8'x8' ( FLOAT $FLOAT ^ T I s TYP s �CONWECTOR �) lYP 6 -D-5" STYLE CUWCTOR 5'x8'x8" FLOAT 7 V&S' SAFE 5'x6'x8' S IAIVCR ASSY FLOAT ! OTES: E' IS u mfl ula CONNECTOR umwioc wn.vn m .ecrumc (REOURES 12' WATER DEPTH) RMP DIIRAW TSP-29 W d a t -T y�y x J Z -M Ln O� GY N�= N N (�N/jp Cd Q p U m 0. W O \m M iC x x O N in F . W m pl In r1N M V) L! J J_ s 2 U U CO Z rn S U » �N �¢ Z I z Q w o I < h aY tJ 0 l Y p Q CA 0 �s z 4 W 0. U) ik- C� m w rii TSP-30 TSP-31 TSP-32 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. https://fdotwww.blob.core.windows.net/sitefinity/docs/default- source/prop-rammana aement/implemented/specbooks/j ul y2021 /7- 21 ebook.pdf?sfvrsn=9a1 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 PALM BEACH COUNTY, FLORIDA GENERAL 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 Engineer". ADD THE FOLLOWING DEFINITION: Financial Project Identification Number — Project Number 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 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. Refer to URL http://www.fdot.p-ov/contracts/-oreclual info/pregualified.shim for access to pre - qualified FDOT contractors for construction contracts. 2-1.2 If the Bidder is not FDOT certified in the catep-ory of FLEXIBLE PAVING, the Bidder shall provide with the Bid or within three (3) Business Dais 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 similar project) f Name Location ' SimilarE-- --- ----`--._... _-- -- --------------- ------ -- Project Total Construction Cost Experience Description I — -- - Firm /Agency Client/ Contact person owner Phone number_ �- - — - Email Bidder's Role (prime/subcontractor): Portion of Project Completed by i Bidder:— ' Construction Cost of Portion of ( j 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 GENERAL PROVISIONS o Listing of equipment owned by the Bidder o Key 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 2-1.4 The Department will review the Similar Projects Information and. if requested. the Additional Information to determine if the Bidder has sufficient experience to perform the Work. Failure to provide the Similar_ Projects Information, and. where requested_ the Additional Information. may cause the Bid to be rejected as non -responsive. 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 GP-3 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 SMARTICLE: 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 "Alternate(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 "Altemate(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 law of what state the corporation was chartered, and the name and title of the officer having authority under the by- laws to sign Contracts. GP-4 GENERAL PROVISIONS (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: httns://pbcvssn.co.palm-beach.fl.us/webapp/vssp/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. 2-2.3 Internet Bid Submittals DELETE IN ITS ENTIRETY 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' $00.00". If the pay item is left blank or N/A is used, the Bid may be declared irregular. Show the total of the Bid where called for on the Proposal Forms. 2-5.2 Internet Bid Submittals DELETE IN ITS ENTIRETY. GP-5 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 manager 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 joint 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 rejected. 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 ftom the Department's determination of acceptable line item pricing, may be rejected by the Department. 2-7 Guaranty to Accompany Proposals (Bid Bond) DELETE AND INSERT THE FOLLOWING: GP-6 GENERAL PROVISIONS 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 2-8.1 Internet Bid Submittals DELETE IN ITS ENTIRETY 2-8.2 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 N41NOR 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 him/herself. 2-9 Withdrawal or Revision of Proposals 2-9.1. Internet Bid Submittals DELETE IN ITS ENTIRETY. GP-7 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 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 $50,000, so that the total amount of the Surety Bond(s) exceeds the amount of all Work Orders. 3-5.1.2 Work 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 Letter 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. ADD THE FOLLOWING SUB -ARTICLE: 3-6.1 Recording of Contract Bond 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 'GENERAL PROVISIONS 3-7 Failure by Contractor to Execute Contract and Furnish Bond DELETE AND INSERT THE FOLLOWING: In the event that the Contractor fails 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 Work using alternate resources. 3-8 Audit of Contractor's Records DELETE AND INSERT THE FOLLOWING: Upon execution of the Contract, the Department reserves the right to conduct an audit of the Contractor's records pertaining to the project. The Department or its representatives may conduct an audit, or audits, at any time prior to final payment, or thereafter pursuant to 5-13. The Department may also require submittal of the records from either the 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 representative(s). For the purpose of this Article, records include but are not limited to all books of account, supporting documents, and papers that the Department deems necessary to ensure compliance with the provisions of the Contract Documents. If the Contractor 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 WORK 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 Plans and Specifications and shall be completed in a workmanlike manner. All debris is to be removed within the time specified in the Contract. GP-10 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 make, at any time prior to or during the progress of the Work, such increases or decreases in quantities and such alterations in the details of construction as may be found necessary or desirable by the Engineer. Such increases, decreases or alterations shall not constitute a breach of Contract, shall not invalidate the Contract, nor release the Surety from any liability arising out of this Contract or the 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 make an adjustment to the Contract. The Engineer will determine the basis of payment for such an adjustment in a fair and equitable amount. END OF SECTION SECTION 5 CONTROL OF THE WORK 5-1 Plans and Working Drawings 5-1.1 Contract Documents DELETE 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 GENERAL PROVISIONS • 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 FOLLOWING 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 THE 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 stakes needed such as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for construction of all Roadway, Bridge, and miscellaneous items. When performing utility construction as part of the project, establish all horizontal and vertical controls necessary to carry out such Work. GP-12 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 suspended to allow the Contractor time to complete 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 Sus ension 5$5,000,000 30 Days >$5,000,000<$10,000,000 45 Days >$10,000,000 ( 60 Days If all Work is not completed by the Contractor and accepted by the Engineer during the Contract Time Suspension, the Contract Time shall resume and, after anv remaining Contract Time is expended. Liquidated Damages shall be assessed until all Work is accepted by the Engineer. Upon satisfactory completion of the Work, the Department will provide written notice of acceptance, either partial or final, to the Contractor. Until final acceptance in accordance with 5-11, replace or repair any damage to the accepted Work at no additional cost to the Department and as provided in 7-14. 5-12 Claims by Contractor 5-12.2 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 GENERAL PROVISIONS SECTION 6 CONTROL OF MATERIALS 6-1 Acceptance Criteria ADD THE FOLLOWING SUB ARTICLE: 6-1.2.5 All Materials that are subjected to tests by samples or otherwise, shall be compensated for as follows: (a) All tests made that indicate failures to meet the design criteria shall be paid for by the Contractor. (b) All tests made that indicate passing of the design criteria and approved as such by the Engineer, shall be paid for by the Owner or Palm Beach County. 6-5.2 Source of Supply -Steel REPLACE TITLE OF ARTICLE WITH THE FOLLOWII\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 be of good quality, free from faults and defects and in conformance with Contract Documents. All Work not so conforming to these requirements may be considered defective. If required by the Engineer, the Contractor shall furnish satisfactory evidence as to the kind and quality of Materials, Work, and Equipment. All Work 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 GENERAL PROVISIONS 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 dewatering permits. The permitting time shall be included in the Proposal and Work progress schedule. The Contractor shall also be responsible for completing appropriate certifications by a Professional Engineer, certified in the State of Florida, as outlined on PER-1. 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 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 utilities 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 GENERAL PROVISIONS 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, X-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 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 conform with the requirements of the U.S. Department of Transportation, Federal Highway Administration, Federal - Aid Program Manual, Volume 6, Chapter 6, Section 2, Subsection 2, Transmittal 350, dated October 1, 1982, and any supplements or revisions. Contractor agrees this coverage shall be provided on a primary basis. 7-13.1.4.2 Watercraft Liability 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 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\r Board of County Commissioners". The Contractor GP-19 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. 7-13.5.2 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 GENERAL PROVISIONS 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. 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 (30) 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 / 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-21 '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. 7-13.5.6 Subcontractor's Insurance The Contractor shall agree to cause each subcontractor employed by Contractor to purchase and maintain insurance of the type specified herein, unless the Contractor's insurance provides coverage on behalf of the subcontractor. When requested by the Department, the Contractor shall agree to obtain and furnish copies of certificates of insurance evidencing coverage for each subcontractor. GP-22 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 COVERAGE & LIMIT TABLE TYPE OF COVERAGE CONTRACTS LESS THAN CONTRACTS $500,000 OR $500,000 MORE COMMERCIAL GENERAL LIABILITY: Limit of Liability not less than.: $500,000 $1,000,000 per occurrence per occurrence Additional Insured endorsement required: General Aggregate Limit must apply Per Project Yes Yes COMPREHENSIVE AUTO LIABILITY: Limit of Liability not less than: $500,000 $1,000,000 per occurrence per occurrence WORKERS' COMPENSATION & EMPLOYER'S LIABILITY: Coverage not less than: Statutory Employer's Liability Limits not less than: $100,000/500,000/100,000 WATERCRAFT LIABILITY: Limit of Liability not less than: $1,000,000 per occurrence Additional Insured endorsement required: Yes AIItCRAFT LIABILITY: Limit of Liability not less than: $5,000,000 per occurrence Wben used to carry passengers (excludin aircrafts crew) coverage for Passenger Liability $1,000,000 not less than: per passenger Additional Insured endorsement required: Yes RAILROAD PROTECTIVE LIABILITY: Limit of Liability not less than: $2,000,000 per occurrence $6,000,000 aggregate Additional Insured endorsement required: General Aggregate Limit must apply Per Project Yes UTILITY OWNERS PROTECTIVE LIABILITY: Limit of Liability not less than: $1,000,000 per occurrence Additional Insured endorsement required: Yes GP-23 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. END OF SECTION SECTION 8 PROSECUTION AND PROGRESS 8-3 Prosecution of Work 8-3.2 Submission of Contract Schedule DELETE AND INSERT THE FOLLOWING: Provide a schedule that shows the various activities of Work in sufficient detail to demonstrate a reasonable and workable plan to complete the project within the Contract Time. Show the order and interdependence of activities and the sequence for accomplishing the Work. Describe all activities in sufficient detail so that the Engineer can readily identify the Work and measure the progress on each activity. Show each activity with a beginning Work date, a duration, and a monetary value. Include activities for procurement fabrication, and deliver of Materials, plant, and 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 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 FOLLOWING: 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 Work on the following days: Martin Luther King, Jr. Day; Memorial Day; the Saturday GP-25 '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 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 '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 8-9.2 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 terminated; 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 itern): 1. All amounts due and not previously paid to Contractor for Work completed in accordance GP-28 GENERAL PROVISIONS 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 adjustment, 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 affirms that the amounts specified in this section reflect a fair compensable value for damages suffered by Department as a result of Contractor's Delay, and that said amounts are not a penalty nor will ever be contested as reflecting the imposition of a penalty against 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 GP-29 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: https://www.fdot.gov/construction/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'T" 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. Al = 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 GENERAL PROVISIONS 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://www.fdot.gov/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 Strand, 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 matieral 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 famish 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: htti)s://www.fdot.s4ov/construction/material-price-adiustme 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 '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 ftunish 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.Qov/construction/material-price-adjustment Refer to the "Aluminum Adjustment Calculation", "PVC Adjustment Calculation" and "Copper 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 ADD 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 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 85% of the Bid price for the item. Partial payments for all other items will not exceed 75% of the Bid price of the item in which the material is to be used. GP-33 '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 1N 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 233-3900 for pick-up. Signs must be kept 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 GENERAL PROVISIONS Barricades. Lizhts 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. Flag 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. Flashini2 Arrow Boards 1. Flashing arrow boards shall be used on any four (4) lane or larger Roadway where traffic is being channelized or diverted, or as directed by the Palm Beach County Traffic Engineering Department. Flashing arrow boards shall conform with Section 6F-56 MUTCD /Type B or C only. Solar arrow boards shall be used. Traffic Signals GP-35 '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. 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) 233-3900, 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 peals 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. Pedestrians 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 GENERAL PROVISIONS 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 temporary traffic control Man 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-37 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. 8. 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 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 law enforcement vehicles, to assist in controlling and directing traffic in the work zone, when the following types of Work are necessary on projects: 1. Traffic control in a signalized intersection when signals are overridden. 2. When Standard Index No. 102-619 is used on Interstate at nighttime and required by the Plans. 3. When Standard Plans, Index 102-655 Traffic Pacing is called for in the Plans or approved by the Department. GP-39 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. 6. 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 Zone 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 over -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 -backed tape. The temporary pavement markings shall be installed in accordance with the typicals in the General Provisions. GP-40 GENERAL PROVISIONS 5. All temporary tape skip -line pavement markings shall be at least four (4) feet in length with a maximum gap of thirty-six (36) feet. A two (2) foot stripe with a maximum gap of eighteen (18) feet may be used for Roadways with severe curvature, or as directed by the 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'/4) pounds of beads per gallon of paint. Both shall be applied uniformly. All painted lines shall be refurbished if at any time the reflectively falls below 150 mini -candles. A normal width line is 6".paint or tape. 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-21, or as otherwise revised. 102-11 Method of Measurement GP-41 -/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 / 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 law 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 ADD 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. 102-11.18 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 ENTIRETY 1.02-12.2 Contractor's Certification of Quantities DELETE AND INSERT THE FOLLOWING: GP-42 GENERAL PROVISIONS 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 Date and the period than 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 / items specified in 102-13 shall be incidental to the pay item: MOT, on a Lump Sum basis. INSERT THE FOLLOWING SUBARTICLE: 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 102-1.3.24 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: GP-43 '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 days before beginning fabrication. Items requiring comrercial 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 W W IL u O !. a GENERAL PROVISIONS GP-45 GENERAL PROVISIONS I U9 z a m i 1 i I I 1 1 1 W uj z 1 r ■ �q V M � �l GENERAL PROVISIONS K 19 1 Sy c8 L - 3 cL LLJ _ L CL Ld 1- f,. -- OIL GP-47 GENERAL PROVISIONS SIGNING FOR LONG TERM STATIONARY PROJECTS U If a separator is to be signed it shall be o minimum of 6 feet wide. The signs shall be erected in such o way thot they olso conform with the % foot minimum. 2.) Other types of operotion moy be able to use the stondord tri-pod or FOOT approved portable troffic control device os long as there is a minimum of 1 foot from the bottom of the sign to the ground. 6" DOUBLE YELLOW _ DUAL LEFTS 300' goo' uAx j 1-76" WH TE 21 WHITE t. WHITE ,1 i^4 50' OP GP-48 GENERAL PROVISIONS RESTRICTED EXCAVATION AREAS AROUND TRAFFIC SIGNAL POLES W7T WUM /19W A---AoK,je, •► END OF SECTION GP-49 GENERAL PROVISIONS SECTION 300 PRIME AND TACK 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 300°F or undiluted Emulsified Asphalt Grades RS-lh, RS-2, CRS-lh, or NTSS-lhm meeting the requirements of 916-4. Heat RS-lh, RS- 2, CRS-lh and NTSS-lhm to a temperature of 150 to 180°F. The Contractor may use RS-lh 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-lh, RS-2, CRS-1 h, or NTSS-lhm 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 SECTION 330A 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 GENERAL PROVISIONS 330A-2 Substitution of Types of Hot Bituminous Mixtures Except for Asphaltic Concrete Friction Courses and other wearing surfaces, the Contractor will be allowed the option of substituting certain types of hot bituminous mixtures as follows: (1) Type S-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 may be 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 '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 Gates 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 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 %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 35 seconds. 330A-6.2 Continuous Mixing The dried aggregates and mineral filler (if required), prepared as specified and proportioned to meet the job mix formula by volumetric measurements, shall be introduced into the mixer in synchronization with the accurate, feeding of the hot asphalt cement. The rate of flow of material to the pugmill shall be such that the maintained depth of the mix will not exceed the tips of 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, A ithin the range of 230°F to 310°F and within the tolerance shown in Table 330AA-1. Table 330A-1 Temperature Tolerance From Job Mix Formula f Any Single Measurement j +/- 25°F Average of Any Five Consecutive Measurements +/- 15OF Any load or portion of a load of asphalt mix at the plant or on the Road with mix temperature exceeding 335°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 noddle 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 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 ' 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, watertight joint. 330A-8.5 Tack Coat 330A-8.5.1 Tack Coal Required A tack coat, as specified in Section 300, will be required on existing pavements that are to be overlaid with an asphalt mix and between successive layers of all asphalt mixes. 330A.8.5.2 Tack Coat at Engineer's Option A tack coat will be required on the following surfaces, only when so directed by the Engineer: (1) Freshly primed bases. (2) Surface treatment. 330A-9 Placing Mixture 330A-9.1 Requirements Applicable to All Types 330A-9.1.1 Alignment of Edges All asphaltic concrete mixtures (including leveling courses), other than adjacent to curb and gutter or other true edges, shall be laid by the stringline method, to assure the obtaining of an accurate, uniform alignment of the pavement edge. 330AA-9.1.2 Temperature of Spreading The temperature of the mix at the time of spreading shall be within +/-25°F of the established mix temperature selected by the Contractor. The minimum frequency for taking mix temperatures on the Road will be an average of one per five trucks. If the temperature fails to fall within the specified tolerance range, corrective action by the Contractor will be required. 330A-9.1.3 Rain, and Surface Conditions Transportation of asphalt mixtures shall immediately cease from the plant when rain begins at the Roadway. Asphalt mixtures shall not be placed while rain is 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 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 sball be constructed in layers of the thickness of not less than 3/4 inch nor greater than 1 1/4 inches. GP-57 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 shall be checked, any irregularities adjusted, and all drippings, fat sandy accumulations from the screed, and fat spots from any source shall be removed and replaced with satisfactory material. No skin patching shall be done. When a depression is to be corrected while the mixture is hot, the surface shall be wellscarified 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 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 175°F. (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 8 to 12-tan 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 roiling 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 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 330AA- 10.3 (Density Control- Nuclear Method), Table 330AA-2 and Table 330AA-3. Approval for a change on patching courses, variable thickness leveling courses placed with motor graders and open -graded friction courses will not be granted. 330AA-10.1.2 Compaction at Crossovers, Intersections, etc. When a separate paving machine is being used to pave the crossovers, the compaction of the crossovers may be done by one 8- to 10-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. Rolling shall proceed across the mat, overlapping the adjacent pass by at least six inches. The motion of the roller shall be slow enough to avoid displacement of the mixture, and any displacement shall be corrected at once by the use of 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-10.1.6 Compaction of Areas Inaccessible to Rollers Areas which are inaccessible to a roller (such as areas adjacent to curbs, headers, gutters, bridges; manholes, etc.) shall be compacted by the use of hand tamps or other satisfactory means. GP-60 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-111 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-61 GENERAL PROVISIONS what Equipment and compactioe 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 detennined by the use of the Nuclear Density Backscatter Method as specified by FM 1-T23 8 (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 330AA-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 GENERAL PROVISIONS 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). Table 330AA-2 Roadway Requirements for Bituminous Concrete Mixes Mix Type Density-* ( Minimum Control Strip Density (%) Surface* Tolerance S-1 X 96 Lab. Dens. X S-II X 96 Lab. Dens. X S-III X 96 Lab. Dens. X Type II X 96 Lab. Dens. X Type III X 96 Lab. Dens. X SAHM X 96 Lab. Dens. X ABC-1 X 96 Lab. Dens. ** ABC-2 X 96 Lab. Dens. ** ABC-3 X 96 Lab. Dens. ** FC-1 X 96 Lab. Dens. X FC-2 No Density Required 96 Lab. Dens. X FC-4 X 96 Lab. Dens. X *X — Denotes that test is required. * * — Shall meet the straightedge requirements of 200-7. 330A-10.3.3 LOTs For the purpose of acceptance and partial payment, each day's production will be divided into Lots. The standard size of a Lot shall consist of 5,000 lineal feet of any pass made by the paving train regardless of the width of the pass or the thickness of the course. Pavers traveling in echelon will be considered as two separate passes. When at the end of a day's production or the completion of a given course or at the completion of the project, a partial Lot occurs, then the Lot size will be redefined as follows: If the partial Lot contains one or two sublots with their appropriate test results, then the previous full-size Lot will be redefined to include this partial Lot and the evaluation of the Lot will be based on either six or seven sublot determinations. If the partial Lot contains three or four sublots with their appropriate test results, this partial Lot will be redefined to be a whole Lot and the evaluation of it will be based on the three or four sublot determinations. For the standard size Lot (5,000 lineal feet), five density determinations - one for each sublot - will be made at random locations within the Lot. but not to be taken within one foot of any unsupported edge. The random locations will be determined by the use of statically derived random number tables famished 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 GP-63 -/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: i Table 330AA-3 Payment Schedule for Density Percent of Control Strip D_ens_i * Percent of Payment 98.0 and above 100 97.0 to less than 98.0 95 96.0 to less than 97.0 90 "Less than 96.0 75 *In calculating the percent of control strip density, do not round off the final percentage. **If approved by the Engineer based on an engineering determination that the material is acceptable to remain in place, the Contractor may accept the indicated partial pay, otherwise the Department will require removal and replacement at no cost. The Contractor has the option to remove and replace at no cost to the Department at any time. 330A-10.3.5 Density Requirements for Small Projects For projects less than 1,000 linear feet in length and Bridge projects with approaches less than 1,000 linear feet each side, the requirements for control strips and nuclear density determination will not apply. The Contractor will use the standard rolling procedures as specified in 330A-10. The provisions for partial payment do not apply to these small projects. 330A-11 Joints 330A-11.1 Transverse Joints Placing of the mixture shall be as continuous as possible and the roller shall not pass over the unprotected end of the freshly laid mixture except when the laying operation is to be discontinued long enough to permit the mixture to become chilled. When the laying operation is thus interrupted, a transverse joint sball be constructed by cutting back on the previous run to expose the full depth of the mat. 330A-11.2 Longitudinal Joints For all layers of pavement except the leveling course, placing of each layer shall be accomplished to cause longitudinal construction joints to be offset 6 to 12 inches laterally between successive layers. The Engineer may waive this requirement where offsetting is not feasible due to the sequence of construction. GP-64 GENERAL PROVISIONS 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 15-foot manual straightedge shall be furnished by the Contractor and shall be available at the job site at all times during the paving operation for checking joints and surface irregularities. 330A-12.2 Texture of the Finished Surface of Paving Layers The finished surface shall be of uniform texture and compaction. The surface shall have no pulled, tom, or loosened portions and shall be free of segregation, sand streaks, sand spots, or ripples. Any area of the surface which does not meet the foregoing requirements shall be corrected in accordance with 330A-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 mule in length. 330A-12.3 Acceptance Testing for Surface Tolerance 330A-12.3.1 General Acceptance testing for surface tolerance will be applicable to pavement lanes and ramps, where the width is constant, and shall include all construction joints. Intersections, tapers, crossovers, transitions at beginning and end of project, and similar areas will not be tested for surface tolerance with the rolling straightedge as provided below. However, any individual surface irregularity in these areas in excess of 3/8 inch as determined by a 15-foot straightedge, and deemed by the Department to be objectionable, shall be corrected in accordance with 330A-12.4. When the Department is ready to perform acceptance testing for surface tolerance, the 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 '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 3/16-inch shall be corrected in accordance with 330A-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 330A-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 A ill test the finished surface with a 15-foot rolling straightedge. All deficiencies in excess of 3/16th inch shall be corrected in accordance with 330A-12.4, except that correction by overlaying will not be permitted when the final surface is a friction course. The Engineer may waive corrections specified above if an engineering determination indicates that the deficiencies are sufficiently separated so as not to significantly 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 GENERAL PROVISIONS 330A-12.4 Correcting Unacceptable Pavement The Contractor has the option of selecting one of the following methods unless overlaying is prohibited in accordance with 330A-12.3.4: (a) Removing and Replacing: If correction is made by removing and replacing the pavement, the removal must be for the full depth of the course and extend at least SO feet on either side of the defective area, for the 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 160°F. 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 "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 deterinined from the length of the co -borings, as specified in 330A-15.1. The maximum allowable deficiency from the specified thickness shall be as follows: (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 3/8 inch, for pavement of less than 2 1/2 inches in specified thickness, or, (2) in excess of 3/4 inch, for pavement of specified thickness of 2 1/2 inches or more, the Contractor shall connect the deficiency either by replacing the full thickness for a length extending at least 50 feet from each end of the deficient area, or (when permitted by the Engineer) by overlaying as specified in 330A-14.2.3. As an exception to the above, pavement outside the main Roadway area (acceleration and deceleration lanes and crossovers) may be left in place, without compensation when 80 permitted by the Engineer, even though the thickness deficiency exceeds the tolerance specified above. The Contractor will receive no compensation for any pavement removed, nor for the Work of removing such pavement. 330A-14.2.2 When Deficiency is Not Seriously in Excess When the deficiency in the thickness of the pavement is over 1/4 inch but not more than 3/8 inch, for pavement of specified thickness less than 2 1/2 inches; or when the deficiency in thickness is over 1/2 inch but not more than 3/4 inch, for pavement of specified thickness of 2 1/2 inches or greater; the Contractor will be allowed to leave such pavement in place, but without compensation. The areas of such pavement for which no square yard payment will be made shall be the product of the total distance between acceptable cores, multiplied by the width of the lane which was laid at the particular pass in which deficient thickness was indicated. All costs of the overlaying and compacting shal 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 330A-12.3. GP-68 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-15.2Criteria 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 330A-14.2), shall not be taken into account in the calculation. Where areas of defective surface or deficient thickness are corrected by overlaying with additional material, the thickness used in the calculations shall be the thickness specified on the Typical Section for such areas. END OF SECTION GP-69 ' 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 314 Y2 318 No.4 No.10 . No. 40 No. 80 No. 200 S-I 100 88-100 75-93 47-75 31-53 ; 19-35 7-21 2-6 S-II** 83-98 71-87 62-78 1 47-63 33-49 19-35 9-18 2-6 S-111 100 1 88-100 60-90 40-70 20-45 10-30 2-12 T) e II 100 90-100 80-100 55-90 2-10 Ty e III 100 80-100 65-100 40-75 20-45 10-30 0-12 SAHM 100 0-12 f ABC-1 100 7 0-12 ABC-2 100 55-90 2-10 ABC-3*** 70-100 30-70 20-60 10-40 2-8 FC-1 100 55-85 _ 2-5 FC-2**** 100 85-100 10-40 1 4-12 _ 2-6 FC-4 100 j 75-90 2-6 *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 1 1/2-inch sieve. ****The design range for the No. 10 sieve may be increased for lightweight aggregates. GP-70 GENERAL PROVISIONS Table 331-2 Marshall Design Properties for Bituminous Concrete Mixes Mix Type Minimum Marshall. Flow* (0.01 in.) Minimum VMA Air Voids Minimum Effective Asphalt Stability (lbs.) o o Content S-I 1500 8-14 14 3-5 5.0 S-II 1500 8-14 13 3-5 5.0 S- III 1500 8-14 15 3-7 5.5 Type II 500-750 7-16 18 5-16 6.0 Type 111 750-1000 7-16 15 5-12 5.5 SAHM 300-500 7-16 15 5-16 6.0 ABC-1 500 7-16 15 5-16 6.0 ABC-2 750 7-1.6 15 5-14 5.5 ABC-3 1000 8-14 14 3-7 5.0 FC-1 500 7-14 15 8-14 5.5 FC-2 - - - - - FC-4 500 7-14 15 12-16 5.0 *The maximum Flow for the mix design shall be one point less than shown in the Table. The maximum Flow values shown apply only during production. Work will be accepted on a LOT to LOT basis in accordance with the applicable requirements of Sections 5, 6, and 9. The size of the LOT will be as specified in 331-5 for the bituminous mixture produced at the plant and as stipulated in 330A-10 and 330A-12 for the material placed on the Roadway. 331-2 Materials 331-2.1 General Specifications The Materials used shall conform with the requirements specified in Division Ill. 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 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 passhzg 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 mixes which incorporate reclaimed asphalt pavement as a component part. 2. Reclaimed asphalt pavement shall not exceed 60 percent by weight of total aggregates for Asphalt Base Courses nor more than 35 percent by weight of total aggregates for Structural and Leveling Courses, Reclaimed asphalt pavement shall not be used in Friction Courses. 3. A 3 %2" 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 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 331-2.2.4 may be approved as a substitution for a portion of the combination of aggregates, subject to all applicable specification requirements being met. 331-4.2 Grading Requirements In all cases, the job mix formula shall be within the design ranges specified in Table 331-1. 331-4.3 Mix Design 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 weeks before the scheduled start of production. The following information shall be furnished: 1. The specific project on which the mixture will be used. 2. The source and description of the Materials to be used. 3. The gradation and approximate proportions of the raw Materials as intended to be combined in the paving mixture. 4. A single percentage of the combined mineral aggregate passing each specified sieve. 5. A single percentage of asphalt by weight of total mix intended to be incorporated in the completed mixture. 6. A single temperature at which the mixture is intended to be discharged from the plant. 7. The Laboratory density of the asphalt mixture, for all mixes except Open -Graded Friction Courses. GP-73 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. 6. 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 331-2 when tested in accordance with FM 1-T245. 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-209. 331.4.4 Contractor's Quality Control 331-4.4.1 Personnel DELETE 1N ITS ENTIRETY GP-74 GENERAL PROVISIONS 3314.4.2 Extraction Gradation Analysis The bituminous mixture will be sampled at the plant in accordance with FM 1-T168. 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 manner so that adjustments can be made if necessary. Extraction gradation analysis will not be required on the days when mix production is less than 100 tons. However, when 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 331-4.3.2. If the percentage of bitumen deviates from the optimum asphalt content by more than 0.55 percent, or the percentage passing any sieve falls outside the limits shown in Table 331-3, the Contractor will make the necessary correction. If the results for two consecutive tests deviate from the optimum asphalt content by more than 0.55 percent, or exceeds the limits as shown in Table 331- 3 for any sieve, the plant operation shall be stopped until the problem has been corrected. The Contractor will maintain control charts showing the results of the extraction gradation analysis (bitumen content and sieve analysis). Table 331-3 Tolerances for Quality Control Tests Extraction Gradation Analysis Sieve Size Percent Passing 1" 7.0 3/4" 7.0 1/2" 7.0 3/8" 7.0 No. 4 7.0 No. 10 5.5 No. 40* 4.5 No.80* 3.0 No. 200 2.0 *Does not apply to SAHM, ABC-1 or Type H. GP-75 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 +/- 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 low temperature shall be rejected for use in the Work. A standard size Lot at the asphalt plant shall consist of 4000 tons with four equal sublots of 1000 tons each. A partial Lot may occur due to the following: (1) The 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 i7dth 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 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 proj ect. 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 NoA, 10, 40 and 200 sieves will meet the approved job mix formula within the tolerance shown in Table 331-5. Table 331-5 Tolerances for Acceptance Tests Characteristic Tolerance* Asphalt Content (Extraction) +/-0.55% Asphalt Content (Printout) +/-0.15% Passing No. 4 Sieve +/-7.00% Passing No. 10 Sieve +/-5.50% Passing No. 40 Sieve** +/-4.50% Passing No. 200 Sieve +/-2.00% *Tolerances for sample size of n = 1. See Table 331-6 for other sample sizes n=2 through n=6. **Applies only to Type S-I, S-II, S-IIl, FC-1 and FC-4. Acceptance of the mixture shall be on the basis of test results on consecutive random samples from each LOT. One random sample shall be taken from each sublot. The bituminous mixture will be sampled at the plant in accordance with FM 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 GENERAL PROVISIONS pay factor limit for the values in the "one test" col unn of Table 331-6. When this happens, the LOT will be automatically terminated and the percent of payment will be determined from Table 331-6. Table 331-6 Acceptance Schedule of Payment - (Asphalt Plant Mix Characteristics Average of Accumulated Deviations of the Acceptance Tests from the Mix Design Pav Factor l-Test 2-Tests 3- Tests 4-Tests 5- Tests 6-Tests Asphalt Cement Content (Extraction) 1.00 0.00-0.55 0.00-0.43 0.00-0.38 0.00-0.35 0.00-0.33 0.00-0.31 0.95 0.56-0.65 0.44-0.50 0.39-0.44 0.36-0.40 0.34-0.37 ( 0.32-0.36 0.90 0.66-0.75 0.51-0.57 ? 0.45-0.50 j 0.41-0.45 0.38-0.42 0.36-0.39 0.80* Over 0.75 Over 0.57 ' Over 0.50 Over 0.45 Over 0.42 Over 0.39 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 0.26-0.35 0.26-0.35 0.26-0.35 0.26-0.35 0.26-0.35 0.26-0.35 0.80* Over 0.35 I Over 0.35 1 Over 0.35 Over 0.35 Over 0.35 Over 0.35 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 4.14-4.58 3.87-4.27 0.90 9.01-10.00 6.67-7.36 5.63-6.20 5.01-5.50 4.59-5.02 4.28-4.67 0.80* Over 10.00 Over 7.36 Over 6.20 Over 5.50 Over 5.02 Over 4.67 No. 10 Sieve 1.00 0.00-5.50 0.00-4.33 0.00-3.81 0.00-3.50 j 0.00-3.29 0.00-3.13 0.98 5.51-6.50 4.34-5.04 3.82-4.39 3.514.00 3.30-3.74 3.14-3.54 0.95 6.51-7.50 5.05-5.74 4.40-4.96 4.01-4.50 3.75-4.18 3.55-3.95 0.90. 7.51-8.50 5.75-6.45 1 4.97-5.54 4.51-5.00 4.19-4.63 3.96-4.36 0.80* Over 8.50 Over 6.45 1 Over 5.54 Over 5.00 Over 4.63 Over 4.36 No. 40 Sieve ** 1.00 0.00-4.50 0.00-3.91 j 0.00 3.65 I 0.00-3.50 0.00-3.39 0.00-3.32 0.98 4.51-5.50 3.92-4.62 3.66-4.23 3.51-4.00 3.40-3.84 3.33-3.72 0.95 5.51-6.50 4.63-5.33 4.24-4.81 4.01-4.50 3.85-4.29 3.73-4.13 0.90 6.51-7.50 5.34-6.04 4.82-5.3 4.51-5.00 4.30-4.74 4.14-4.54 0.80* Over 7.50 Over 6.04 Over 5.39 Over 5.00 Over 4.74 Over 4.54 No. 200 Sieve ** 1.00 0.00-2.00 0.00-1.71 0.00-1.58 0.00-1.50 0.00-1.45 0.00-1.41 0.95 2.01-2.40 1.72-1.99 1.59-1.81 1.51-1.70 1.46-1.63 1.42-1.57 0.90 2.41-2.80 2.00-2.27 1.82-2.04 1.71-1.90 1.64-1.80 1.58-1.73 0.80* Over 2.80 Over 2.27 Over 2.04 Over 1.90 Over 1.80 Over 1.73 *If approved by the Engineer based on an engineering determination that the material is acceptable to remain in place, the Contactor may, accept the indicated partial pay. Otherwise, the Department will require removal and replacement at no cost. The Contractor has the option to remove and replace at no cost to the Department at any time. * *When there are two or more reduced payments for these items in one LOT of material, only the greatest reduction in payment will be applied. CAUTION: This rule applies only to these four gradation test GP-78 GENERAL PROVISIONS 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 331-6. 331-5.4 Acceptance on the Roadway The bituminous mixture will be accepted on the Roadway with respect to compacted density and surface tolerance in accordance with the applicable requirements of 330A-10 and 330A-12. 331-5.5 Additional Tests The Department reserves the right to run any test at any time for 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-T166 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 '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''/2" 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 2/3 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. 11. 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. III. 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 GENERAL PROVISIONS VI. 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 800 IS 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 Apy structure: 1. An inspection for asbestos -containing Materials (ACM) 2. Removal of specified ACM, and GP-145 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 / 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 days prior to _demolition. The forms are available from the Florida Department of Environmental Protection (DEP) and Loss Control. 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 33416-1229 Fax: 561-233-5440 The Contractor must immediately notify the Project Manager of the County department overseeing the project and Loss Control [phone 561-233-5430] if the demolition Start Date changes. No demolition may begin before the Start Date on the NESHAP notification, and no demolition may occur without a notice to proceed from the County department. It is the responsibility of the Contractor to call and submit revised NESHAP notifications to the above listed agencies, adhering to required NESHAP 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: Environmental Protection Agency (EPA) NESHAP 40 CFR Part 61 Subpart M — National Emission Standard for Hazardous Air Pollutants, updated August 2004; GP-146 GENERAL PROVISIONS 2. Occupational Health and Safety Administration (OSHA) Construction Industry Standard, 29 CFR 1926.1101; 3. EPA "A Guide to Normal Demolition Practices Under the Asbestos NESHAP", September 1992; 4. Asbestos NESHAP "Adequately Wet Guidance", December 1990; and 5. OSHA Standard Interpretation, dated August 13, 1999, "Requirements for demolition operations involving Materials containing <1% asbestos". The above regulations include utilizing wet demolition methods and prohibition of recycling the Substructure with presumed or confirmed Category I ACM. Written permission from Palm Beach County to the Contractor is needed for said recycling. SECTION 3 OF 3: COMPETENT PERSON The Contractor must have a competent person on -site who: (1) is capable of identifying existing asbestos hazards in the workplace, (2) is capable of selecting the appropriate control strategy for asbestos exposure, and (3) has the authority to take prompt corrective action to eliminate them. This person must be trained in accordance with OSHA and EPA. END OF SECTION SECTION 987 SOIL LAYER MATERIALS DELETE SECTION 987 IN ITS ENTIRETY AND SUBSTITUTE THE FOLLOWING: 987-1 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 660 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 layer Materials may be obtained from 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. GP-147 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 1/2 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 DRIVEWAY CONSTRUCITON RELEASE The Contractor shall have -the included "-Right of -Entry and Release -Agreement for Road and Driveway Construction" form executed by each property owner where driveway construction is required. The Contractor shall be responsible for all coordination with the property owners for this construction. The Contractor shall provide the County with copies of these executed agreements. These driveways shall be constructed in accordance with the Plans and the Specifications or as dirccted 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. DE-1 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 day of , 20_, by and between Palm Beach COUNTY (hereinafter 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 bold 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 Narne) DE-2 PERMITS The Coritrmetor is advised that the following pages are copies of the applicable permits for this project. If a permit document includes copies of plan sheets, those pages may not be included herein, but are available from the -- Departrnent upon request or from thepenruthng agency All general and special conditions wq nred by specific pennit(s) shall be executed accordingly and it is the Contractor's responsibility to ensure compliance with said conditions. Any permits requiring "asbuilf' h fomiation and/or certification shall be prepared by a professional engineer or land surveyor licensed in the state of Florida and shall be the respon -4bility ofthe Contractor. The Contractor is responsible for assuring the completion of appropriate construction certifications, and submittal of the construction completion certifications to permitting agencies as required by eacb permit referenced in these All costs associated with meeting said nq imnents, 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 Full Permit Permit Number Permitting Agency Documents TBD TBD TBD 1 PER-1 Form J-EBO v.4 OEBU PARTICIPATION EVALUATION FORM DATE SENT: October 31, 2022 CONTRACTS MANAGER: Holly Knight PROJECT M 2023063 PROJECT NAME: Pathway-& Minor -Construction CSC USER DEPARTMENT: Engineering SOLICITATION OPENING DATE: OEBO ESTABLISHED API: 20% SBE subcontracting, of which 6% is MBE (AA and/or HIA firms) SOLICITATION EVALUATION INFORMATION RESPONDENTS PRIME IS A CERTIFIED SIMIWBE PRIME IS RESPONSIVE TO API PERCENTAGE OF S/MIWBE UTILIZATION Wynn & Sons Inc. ( 1 1 22.51%1 20.24% (MBE) I� KEYS FOR DETERMINATIONS: (NOTED N THE SOLICITATION EVALUATION INFORMATION TABLE) (1) YES (2) NO (3) NIA EVALUATION NOTES: Wynn & Sons, Inc. is responsive to the API and ESO requirements. Evaluated by: Angela Smith, SBDS111 c Signature: Reviewed by: Allen Gray, Manager Signature: Date: 10/31/22 Date: 11 /1 /2022 zuzzubi - Natnway & minor t;onstructian i :ontinui;ng aervlces contract Certification ! Expiration Bid Amount/Price/Percent: Status- Date Prime Respondent: J — _-- - - Wynn & Sons Environmental Construction Company, Inc. - _ SBE 1/19/2023 : i- $16,689,544.00 - -. Subcontractor/Sub-consultant Name i Supplier Wynn & Sons, Inc. - -- — -- - -- - SBE 1/19/2023 -- -- 2.07-%* I ----- - ❑ - Devland Site Paving & Utilities Inc. I PABE - Bt 2/13/2023 I- 19_65VO Y Fine Line Striping J. Rawn Enterprises, Inc. SBE SBE 11 5/29/2024 . 1/11/2025 .136% , 2.13/ ❑ I ❑ Odums Sod, Inc. - - - ---- -- ----- -- - - M- JBE - Nl 1/16/2023 i __ JI TOTAL SBE PARTICIPATION: .647% _ 22.51% --- ❑ k-- .-- --I---,- - 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. Pathway and Minor Calculation Page OEBO Compliance Form J v.5 page 25 E O U O O L :T- co �\ i � N c LL N CD C C ' U tJJ J_ 1 Q Q W � � w J < W � Cd O CO LO ,'I- IL W r- W cr m � W I— J O a U z C Z z o O a m V a O Y � CC Z O O LLI O Q C7 Z F W z Z u O z K W O (f) Z Z Z O O z a� 0 W N = 0 J W LLJ LU z U_ J O NN N or z W 0 I fn Ir a a OLU G Q O ha LLI m LSJ m W m h C O z w � m 4 0 uj cc IL W i i J O rx 0 6N � Z t: V C�, o In o m rn U (Y W a /C V � Lo co w cc 0 h : E 0 gCL o m Ol O Hi J>c 8 � ro ���m 00 0 El Dii d O w ° V � m ® ® El El El J2 y� Vuj Q 6N1 cC 0 G� C m El 1:1 aC W d L � V ' El 0 El El � U Z U) w Z 0(� lJ >LL (( ^� v /W/n� VJ a z s W CA W z (n O z ❑ O u va W Z W w Z M 0 Z a g W 0 Z LL < '� z ❑ O L U) Q M o 00 o CD c+i v � ti d M FA c m a u r n m 3 o � o h o v o m o F°- 0 m N CD m v a a a m c m a a a a N � m O (0 4� u v 0 ° � B a 3 �a =° 3A , E ° n a (+ a E o � N d E 44 r .-I r aa+ z° 9 L a m OESO LETTER OF INTENT — SCHEDULE 2 A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a Subcontractor/subconsultant (for any tier) and should be treated as such. The Schedule 2 shall contain bolded. lamage.indicating that by signing -the Schedule 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. SOLICITATION/PROJECT NUMBER: 2022-063 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 apply) 2�13/20 ❑SSE E3WBE OMBE O 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 i Column 2 Column 3 E]Male E3Female OAfrican-American/BlackElAsian American EJC@ucasianAmerlcan E]Suppiier ❑ Hispanic American 171 Native American 5/M/WBE PARTICIPATION — S(MJWBE 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 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. 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 SEE ATTACHED SHEET 3,271,650.00 The undersigned Subcontractor/subconsuitant is prepared to self -perform the above-descrihedwork in conjunction with the aforementioned project at the following total price or percentage: 3,271,650-00 [Ifhe undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the ount below accompanied by a separate properly executed Schedule 2. j NIA Price or Percentage: Name of 2nd/3ro tier Subcontractor/subconsultant WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO.INC. Print Name of Prime By: Authorized Signature Print Name RICK VOLPE GM Title Date: 10/05/2022 DEVLAND SITE PAQVING & UTILITIES INC. Print Name of SL ontractor/subc)�nsokant By: ,print Name ! EDMUND DEVEAUX Title Date: 10/06/2022 Bo -2. Revised 09/17/2019 ra PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT - PBC PROJECT #2022063 FD # OVER 1 ITEM DESCRIPTION QTY UNITS ITEMEMERGENCY UNIT PRICE AMOUNT RESPONSE ITEMS 1 N/A Emergency Response (< 6 Hours) 10 EA S - 2 N/A Emergency Response (6 Hours to 24 Hours) 20 EA $ - 3 INIA Emergency Response (24 Hours to 72 Hours) I 30 EA S - SUBTOTAL (EMERGENCY RESPONSE) $ -_ ROADWAYrrEMS 4 110-1-1 Clearing & Grubbing 200! AC $3,500.00 $ 700,000.00 5 110-1 !Remove Existing Asphalt (Fall Depth) (See Notes) 20, V - SY- _ 6 120-1 Regular Excavation 10,000' CY $5.25 $ 52,500.00 7 120-1 Shallow Excavation (Depth <4 FI) 3,000 CY $4.25 S 12.750.00 8 120-6 'Embankment (Compacted m Place) -e-- 2,500 CY $5.25 ! S -- _-13,125.00 9 NIA Finish Existing Rock Base (Includes Prime Coat) 1,000 SY $8.75 S 8,750.00 10 NIA Finish Grading 20,000 SY $3.75 S 75,000.00 11 160-6 14" _ Base (Includes Prime Coat) j 15,000 SY $10.25 S 153,750-00- 12 160-6 6" Base (Includes Prime Coat) 20,000 SY S 15.00 $ 300,000.00 13 160-6 8" Base (Includes Prime Coat) 3.300 5001 SY SY i $19.75 S - S 104,675.00 S - 14 285-704 Optional Base Group 4 15 285-707 Optional Base Croup 7 10,000 SY $ - S - 16 _ _ 285-710 - Optional Base Croup 10 500 SY i S - 17 285-713 Optional Base Group 13 _ Asphalt Driveway (1 1/2") (Includes 6" Base) 10,000 1,8001 SY S - 18 334-1 SY 19 327-70 Mr71 Existing Aspbalt Pavement (< 5,000 SY) 301 1 /2 Day $ - 20 NIA ;Partable Milling Macbine Reuse Millings For Pathway (6"Deep) 250 i HR 3,000{ SY--- $ - 21 NIA $ - 22 339-1 Mrs Asphalt (0-50 Ten Orders) (Includes Tack Coat) 15 ! IN (See Notes) Rise. Asphalt (> 50 Ton Orders) (Includes Tack Coat) 100 ((See TN $ - 23 339-1 Notes) Superpave Asphaltic Concrete (SP-9.5 Traffic Level 2001 24 334-1-13 TN $ - Q (0-200 Ton Orders) --15,000 Superpave Asphaltic Concrete (SP-9.5 Traffic Level 25 334-1-13 TN $ - C) (> 200 Ton Orders) Superpave Asphaltic Concrete (SP-12.5 Traffic Level 2,000 ` 2b 334-1-13 TN S - C) (0-200 Ton Orders) 27 334-1-13 Superpave Asphaltic Concrete (SP-12.5 Traffic Level 4,000 TN $ - C) (> 200 Ton Orders) N/A Pavement Texturing: Colored Coating (Standard 28 100 SY $ - Formula) SY $ - 29 NIA Pavement TcdmiW-- Colored Coating (Traffic 100 Formula) N/A 4Pavement Texturing: Heat & Imprint Existing - — 100 30 SY S - 1Pavement N/A i iiavementTexturing 1 printNcwInstaliadon_- 31 _ 100 SY $ - 32 N/A ,Pavemew Texturing Sealer Concrete -- 100 -- SY`----- 33 526-1-1 (Paver Brick 526-1-101 Remove Paver Brick 100 SY S ! $ 34 100 SY - _._. 35 526-1-101 'Reset Paver Brick 100 SY ! ! $ [SUBTOTAL (ROADWAY) S 1,420r550.00 P2 PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROTECT #2022063 i # 1I'EPM1JAiBER i ITEM DESCRIPTION QTY UNITS UNIT PRICE AMOUNT DRAINAGE ITEMS 36 ;425-1-311 ' Inlets (Curb) (Type P-1) (< 10') 101 EA f $ 37 ' 4 5 -315 Inlets (Curb) (Type P-1) (Partial - Top Only) 151 EA $ — - - 38 425-1-321 �- Inlets (Crab) (TypeP-2) (< 101 101 EA - $ 39 425-1-325 Inlets (Curb) (T)ipe P 2) (Partial - Top Only) 151 EA S 40 425-1-351 inlets (Curb) (Type P-5) (< 10) `- 10 EA $ 41 425-1-355 _ 11.1ets (Curb) (Type P-5) (Partial - Top Only) 15 10 EA EA - is _ $ 42 425-1-361 Inlets (Curb) (Type P-6) (< 101 43 425-1-365 i Inlets (Curb) ('Type P-6) (Partial - Top Only) Inlets (Ditch Bottom) (Type C) 15 EA $ 44 425-1-521 20 10 EA EA $ $ 45 425-1-541 Inlets (Ditch Bottom) (Type D) 46 425-1-910 Inlet (Closed Fiume) (Type 3) } 20 EA $ 47 425-1-910 Inlet (Closed Flume) Double Barrel ! S EA # $ 48 110-4-10 Iblet (Remove and Dispose) --� _-- 10 EA $ - 49 425-2-61 ;Manhole _ (Type P-8) (< 10) j 20 EA $ - 50 425-2-63 immbole (Type 8) (Partial - Top Only) 10 EA $ - 51 '425-1 Steel Reticuline Frame 8c Grate (Installed) (Index 232) t 25 � EA $ 52 425-4/425-5 Adjust Existing Manhole or Idet 25 EA 10 EA - $3,250.00 $ 81,250.00 53 425-7 Manhole Cover (Replace) -- -- $ - 54 :425-5 Manhole Cover (Adjust) 20' EA $1,250.00 _ _ S 25,000.00 55 425-5 IManhole Riser (1" to 2") 25 EA S950.00 $ 23,750.00 56 425-5 ;Manhole Ring and Cover (24") (Traffic Rated) 25 EA 1 $ - 57 425-4 -- - Modify Inlet & InstallReticuline Frame 8t Grate 5�• $ _ _d .. 58 ,425-1 '----� - Modify, Repair and/or RdmildFr to Curb Inlet 10 EA $ - 59 425-6 Adjust Valve Box - ^ 200 EA { $650.00 $ 130,000.00 60 425-6_ Valve Box Carver (Replace) 20 EA _ _ _ $ - 61 425-6 Valve Box Cover (Adjust) Relocate Fiat Hydrant 20 EA-- 62 ',164-4-800 10 EA $ - 63 425-] 0 _ Yard Drain (Index 282) —� - - 10 _ EA _-- S - _ _ 64 430-174-115 Concrete Pipe Culvert (IS" RCP) i 200 IF $ 95.00 $ 19,000.00 65 430-174-118 _ Concrete Pipe Culvert (18" RCP) 1,000 LF $125.00 S 125,000.00 _ 66 430-174-124 �Conaete Pipe Culvert (24" RCP) 1,000 LF $200.00 S 200,000.00 67 '430-174-136 68 430-174.118 (}�Concrete --Pipe —Culvert (36" RCP) HDPE peer Culvert (18") (Class 1) 1,000 500, IF LF $235.00 $105.00 S 235,000.00 $ 52,500.00 69 430-174-124 HDPE Pipe Culvertt (24'j (Class 1) _ _ 5007 1:F _ $130 $ — 65,000.00 70 430-174-136 HDPE Pipe Culvert (56'11(Class 1) IHDPE Pipe Crdvert (48") (Class I) 5001; 500! LF $185-00 Is 92,500.00 71 430-174-148 LF LF S225.00 $ 112,500.00 $85.00 $ 42,500.00 72 430-174-118 HDPE Pipe Culvert (I8") (Class 11) 500' 73 430-174-124 HDPE Pipe Culvert (24") (Class In _ — _ -- 500 LF $120.00 $ 60,000.00 74 :430-174-I36 HDPE Pipe Culval (36") (Class 11) 5001 IF $225.00 $245.00 $ 112,500.00 $ 122,500.00 75 430-174-148 jHDPE Pipe Culvert (48") (Class D) _ 5001 LF 76 1430-174-115 A-2000 Pipe Culvert (15"PVC) — __- 100 _ IF - - $85.00 $ _- - 8,500.00 - -_ 77 430-174-118 A-2000 Pipe Calvert (18" PVC) 500 LF $115.00 S� 57,500.00 78 430-174-124 !A 2000 Pipe Culvert (24" PVC) 500 LF 5130.00 S 65,000.00 79 430-174-142!CortngatedSteel Pipe CNvert(42"Di&) 25 LF $ - 80 '430-174-115 BCCMP Pipe Culvert (15") 100 81 430-174-118 BCCMP Pipe Culvert (18") 500i LF LF $ - P-3 PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # OT PAY i ITEM DESCRIPTION QTV ITEM NUMBER UNITS UNIT PRICE ,MOUNT 82 430-174-124 JBCCMP Pipe Calvert (24") _ 500 430-982-123 'Mitered End Section (Round) (15") 5 LF __ $ EA - $1,460 ! $ 7,300.00 EA 1 $1,750.00�S 17,500.00 - 430-982-125 430 982-129 Mitered End Section (Round) (18'� � Mitered End Section (Round) (24') 10 F84 10 EA EA $1,950.00 $2,250.00 S 19,500.00 $ 22,500.00 430-982-138 .Mitered End Section (Round) (36") 10. 430-982-140 Mitered End Section (Round) (42-) Mitered End Section (Round) (15" BCCMP) 10, EA 5' EA $2,850.00 $ 28,500.00 88 430-982-123 $ - 89 430-982-125 1INfitered End Section (Round) (I8" BCCMP) — 10; EA Is - 90 430-982-129 Mitered End Section (Round) (24" BCCMP) Flared End (18" HDPE) 10 2 2 EA ' $ ------ 91 430-174-118 !ADS EA EA $1,200.00 I $1,400.00 $ 2,400.00 $ 2,800.00 92 430-174-124 !ADS _ Flared End (24" HDPE) 93 430-174-136 IADS Flared End (3611 HDPE) 2 EA EA $2,100.00 j $ _ 4,200.00 S 5,700.00 94 430-174-148 IADS Flared End (48" HDPE) S2,850.00 ; _2 jj) 95 :443-70-3 ;French Drains (18" CMP) (Includes Ballast Rods & — 25 IF 1 Filter Fabric) Films FaDrains (�--) (includes Ballast Rock & 96 '443-70 4 25 LF - ---- _- French Drains (18" RCP) (Includes Ballast Rock 97 I443-703 Fiber Fabric) I 1001 LF �— French Drains (24" RCP) (Includes Ballast Rock & 98 i443-70-4 100LF Filter Fabric) - 99 1 530-3 'Rubble Rip -Rap — - - 250 TN 100 530-74 #57 Coarse Aggregate (FDOT) 10 TN _ - - -- -- 101 430-x 'Sand CementEndwall 15 Cy $125-00 $ 3,125.00 $ 6,250.00 - --- --- $ 22,500.00 $250.00 $225.00 $350.00 $ 35,000.00 $ 75.00 $70.00 $ 18,750.00 $ 700.00 $75.00 $ 1,125.00 102 N!A iDewatering(6"Pump/Wellpoints) - 10� ED I SUBTOTAL (DRAINAGE) Is S 1,827,850.00 CONCRETE ITEMS 103 I400-x ! f,,bw Concrete (Includes Reinforcing Steel) 100 Cy $ 104 400-x TClass I Concrete (Gravity Wall) 50 CY $ 105 520-2-4 Concrete Curb gype D) (See Notes) T T -- 10,000 LF $ - 106 I10-4-10 1Concrete Curb Type D (Removal) 750 IF _ $ 107 - - - 520-i-10 Concrete Curb &Gutter (Type F) 20,000 11,000 LF LF S - S - 108 - --i l 10-4-10 j Concrete Curb & GutterTypeF (Removal) 109 -120-3 Concrete Valley Gutter 1,600 IF S - 110 110-4 10 Concrete Valley Gutter (Rmoval) 3,000 520-2 lConcrete Curb & Go = (9") (PBC Standard) 100 LF S - i l l LF S - 112 110-4-10 520-2 lConacto Curb & Gutter (9') (Removal)- - - 25 LF Concrete Flush Header Curb (PBC Standard) i 25 i IF - IConcrete_Rush Header Curb (Removal) Soo. IF Concrete Mountable Gutter (PBC Standard) So LF Concrete Mountable Gutter (Removal) ~ -- -- 50, LF S - $ - 113 114 ^ 115 1110-4-10 1520-1 ! 110-4-10 $ - $- - — $ - 116 117 1520-5 Traffic separator conc (Type 1) _ L500 SY 0 SY $ - 118 520-5 ---- ----- --- Traffic Separator Conc (Type IV) -- -- -- $ -- — -- 119 110-4-10 _ Traffic Separator Concrete Otemovel) 50 SY $ - 120 '522-1 121 ! 522-1 Concrete Sidewalk (41' Thick) (< 10 SY) 1,000 1,000 SY SY $ - Concrete Sidewalk (4" Thick) (10 SYto < 50 SY) $ - 122 , 522-1 123 522-2 Concrete Sidewalk (4" Thick) (50 SY or Greater) CConcrete Sidewalk (6" Thule) (Driveway) (< 8 SY) 5,000 500 SY SY $ - $ - P-4 PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 YY # FDOT PAY ITEM NUMBER ITEM DESCRIPTION QTY UNITS ; UNIT PRICE AMOUNT 159 N/A Root Pruning (0"-36" deep) 2,001 LF i $ 160 N/A 18" Root Barrier 100, LF I LF Is $ 161 N/A 24" Root Barrier 1,000 ----- Root Barrier 8,000 Root Barrier 500 - 162 N/A 136" LF 163 NIA 148" _ LF 164 ' S81-x ; Vegetation Relocation (Including Watering) 10 $ $ _ 165 630-2 2" PVC'Pipe (Schedule 40) _ j 1,000 166 630 2 4" PVC Pipe (Schedule 40) — ----- 100 LF LF 167 1 630-2 - `6" PVC Pipe (Schedule 40) — 200 LF Is SUBTOTAL (LANDSCAPING) Is - EQUIPMENT ITEMS 168 N/A 13 CY Loader - Day 10i EA $1,225.00 $ 12,250.00 169 N/A 1-1/2 CX Backhoe - Day 10! EA $1,100.00 $ 11,000.00 170 N/A 140 Ton Crane, Crawler or Wheel Mount (Day) 151 EA 1 $ SUBTOTAL (EQUIPMENT) $ _ 23,250.00 PILING AND SHEETING ITEMS 171 1455-x I8" Treated Timber Piling i 100 LF IS 172 1455-x 4 10" TreaW Timber Piling 100 10" Treated Timberg.W— Wood PrTmg 500 LF $ - 173 ;455-x LF $ - $ - - _ - 174 1455-34 12" Square Precast Pre -Stressed Concrete Piling 500 LF 175 , 455-34-2 114" Square Precast Pre -Stressed Concrete Piling LF $ -- - -100 176 455-35 !Temporary or Permanent Steel Sheet Piling 100 SF $ SUBTOTAL (PIWNG AND SHEETING) $ -_ SIGNING AND MARKING TI'EMS 177 700-1-40 1ADA Handicapped Parking Sign 5 j EA } $ 178 710-11 ITraffie Paint (All Widths & Colors) (See Notes) _ 500! SF { I S t— Thermoplastic Pavement Marking (All Widths &- 179 701-1 Colors) (See Notes) 180 N/A Whccl Stops - Furnish & install 5001 SF 100 EA -- ---- 181 'N/A Remove & Re -Install Wheel Stops 100 EA $ $ - $ - -- 182 700-1-50 Sign (Relocate) - - 20 EA Sy 183 •N/A Speed Humps 1,000 184 - N/A Stamped Colored Concrete (5" Thick) 1001 SX S - - -- 195 519-78 'Steel Bollard 20 EA _ $ - 186 '519-78 AcmovableBollard 201 EA SUBTOTAL (SIGNING AND MARMG) $ - Is MISCELLANEOUS ITEMS 187 NIA Prcmium for Conflict Condition 51 EA ' $ 188 !N/A _ Premium to Increase Box Depth to > 10' -- - 51 EA { $ 189 N/A Premium to Increase Box from P to J 51 FA $ 190 N/A WE BoardwalkDeddng &Top Rail (5/4" x 6') Mail Boxes (Reset) 1,000{ LF 191 110-7 192 635-2 150; EA 5' EA I $ - $ - Pull Boxes (Brooks) 193 N/A Sandblasting - 112 Day -- — - -- -- 20. EA $ - _ 194 'N/A - - Sandblasting - Full Day -- - - Pressure Cleaning Southern Yellow Pine Lumber 10 E - EA $ - - - $ 195 iN/A 10 ED _ 196 !N/A _ 1S,000 BF $ P-6 PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # FPAY ITEM DESCRIPTION QTY UNITS UNIT PRICE AMOUNT ITEMM NUMBER i 197 110-1-1 1 Southern Yellow Pine Lumber (Removal & Disposal) 20,000i BF I j $ SUBTOTAL(MISCELLANEOUS) $ - TOTAL BID $ 3,271,650.00 P-7 OEBO LETTER OF INTENT — SCHEDULE 2 �t G �rilF3l�t_r S IY2tiuie is �t b#rstit s. '3li current bet a the Prime Ccsntractgrlcoatst�teszi c7ai i �f?�F££��Ctil"%SB�Ct;P3Sci�a�Pii i av' any t*ri and shauid be `r2�at✓3ij ;t3 ss3 TI-9 5 tithe s crrssYairf I�IsIEr� las? gage indlea3:ri _ u. t b ° si wdnc the Sr pi ? cetis pansies regggAlt. a leis Schadple As a binding dots sent. All Subcontractor$/subconsultants, including any tiered Subcontractors/subconsultants, must properly execute this -document. Each property -executed Schedule 2 must be submitted with the bid/proposal. SOLICITATION/PROJECT NUMBER: SOLICITATION/PROJECT NAME: Prime Contractor:" SubcontractorV-,V;—r (check box(s) that apply) S8E O WHE i>MBE i� M/W8E �iNon-S/M/W8E 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 VA k3maleC1'emale 0 Africa n-American/Black OAsian American nlCaucasiariAWerican CISupplier f3Hispanic American ONative American `P.. S/M/WBE E81111CIPATION — SI M/WBE Primes must document all work to be performed by their own work force on this form. Failure to submit a properly executed Scheduie 2 for anyS M SE 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/MJWBE tredit wiil only be givers for the areas to 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 Quantitir/ Units Contingencies/ Allowances Total Price/Percentage t The undersigned Subcontractor/subconsultant is preparedto self -perform the above -described work in conjunction with the aforementioned project at the following total price or percentage: If the undersigned intends to subcontract any portion of this work to another Suboontractor/wbconsultant, please list the business name and th 1 amount below accompanied by a separate properly executed Schedule 2- � Price or Percentage: - - i Name of 2"d/31d tier Su ctor/subconsultant irtle Date: i Print Na Hof Subcontractorlsubeonsultant g Authorized Signature Print Name Title Date: l 4-~�-�— G Revised 09/17/2019 BO LETTER OF INTENT o SCHEDUL( A completed Schedule :is a bindin&,document i� tween the Prime Conti ',aor consultant and a S . ocontract r subconsuitant (for an tier and should be treated as such. The St edute 2 shall contain b, ded langua?e indicating that by i_gning the Schedule 2 both parties recoeniz: this Schedule as-a-Andinie 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: 2022063 SOLICITATION/PROJECT NAME: Pathway and Minor Construction Continuing Services Contract Prime Contractor: Wynn and Sons Environmental conSubcontractor: struction co. Inc. J. Rawn Enterprises Inc. (Check box(s) that apply) January 12, 2022 OSBE 13WBE OMBE Ci M/WBE DNon-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 I]Male [31'emale CAfrican-American/BlackDAsianAmerican I] Caucasian American ©Supplier 0 Hispanic American ❑Native American SJM/WBE PARTICIPATION — SIM/WBE Primes must document all work to be Performed by their own workforce on this form. Failure to submit a properly executed Schedule 2 for any S M SE 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. Une Item Item Description Unit Price Quantity/ Units Contingencies/ Allowances Total Price/Percentage 171. -175 8" and 10" Treated Timber Piling, 10" Timberguard piling, 12" end 14" Square Precast Prestressed Concrete Piling $121,000.00 190 IPE Boardwalk Decking and Top Rail $16,000.00 196 Southern Yellow Pine Lumber $138,750.00 197 Southern Yellow Pine Removal and Disposal $80,000.00 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: $355,750.00 - , If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsuitant, please list the business name and the amount below accompanied by a separate properly executed Schedule 2 None Price or Percentage: Name of 2"d/3'dtier Subcontractor/subconsultant Title Date: J. Rawn Enterprises Inc. Prins Name of Subcontractor/ s onsu 1--�-_ By. o /) l— Authorized Signature Jack D. Rawn Print Name V. President Title Date: October 5, 2022 Revised 09/17/2019 80 LETTER OF INTENT —SCHEDUU A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a Subcontractor/subconsultant (for 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. 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 & minor construction COfitimuing Services contract Prime Contractor: Wynn & Sons Environmental Construction Co. Inc. Subcontractor: (Check box(s) that apply) 01/19/20 pSBE ❑WBE ❑MBE O 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 Male OFemale OAfrican-American/Black []Asian American El Caucasian American ❑Supplier ❑ Hispanic American El Native American S/M/WBE PARTICIPATION — S/M/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. 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. NIA Price or Percentage: Name of 2^d/3'd tier Subcontractor/subconsultant WYNN & SONS ENS 4WISIMEWAL CONSTRUCTION CO.INC. Print Name pf P{ e , I' 8y: i'Auth ize igna re Print Name RICK VOLP� M Title Date: 10/05/2022 Print Name of Subcontractor/subconsultant By: Authorized Signature Print Name Title Date: 10/05/2022 �40 `2- Revised 09/17/2019 EBO LETTER OF INTENT — SCHEDU A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a subcontractor/subconsultant (for any tier) and should be treated as such. The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2, both partles 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 AND MINOR CONSTRUCTION Prime Contractor: Wynn & Sons Subcontractor:Odums Sod, Inc. (Check box(s) that apply) 8-1 %-2�2Q OSBE ❑ WBE EIMBE ❑ M/WBE ONon-S/M/WBE Date of Palm Beach County Certification (if applicable): The undersigned affirmsthey are the following (select one from each column if applicable): Column 1 Column 2 Column 3 E]Male 13Female ❑African-American/Blacki]Asian American ❑Caucasian American 05upplier p Hispanic American ❑Native American S/M/WBE PARTICIPATION — S/MtWBE Pdmes 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 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. S/M/WBE credit will only be given for the areas in which the S/M/WSE 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 150 Sodding (to match existing) 4.32/SY 25,000/SY 0 $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: $ 108,000.000 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. i NONE Price or Percentage: 0 Name of 2^d/3*4 tier Subcontractor/subconsultant Title Date: Odums Sod, Inc. Print Name of Subcontractor/subconsultant 1 By: -- -- ~Authorized Signature Warren L Prescott, Jr Print Name President Title Date: 10-3-2022 CEO Revised 09/17/2019 ~� E 0 U. 0 z V C t 0 CL Q O N C O N H D t � c O w LLJ S u- Q LA, u � 00 I V O CL x- N N 'E � a O O O t: � � O CL w N D C1 w cu c u � t O a O C7 eCpp a v a C v A a a V ro v� a O a O i W � a m o o 0 0 L O C n c «poor+ 3 ro y a ® '? a wp E e Ln C, ro m 8c ,°. -Do �� �t a1mEw a CL 0.. a o 0 a U c D W o � N � W. Q a ro O ap a C a U E N OL O arm Epn.t m - w 0 � 0 a L c Q LL a o U a a o cr-0 w ro ro o z a ro O > :� m ry N E a o w E C O CN at M 9 N � A ` � � c v � A A a A 00 4 0 c pq cr c a ro y O V W E E ? w r ` L N 6 C C Q d a ro ,ac o � -0 iE w a E EBO FORMS �I t>. O d G O ?y w0 _ o i Oeu m � ^� C 0 cu OC O A! „ V H V N O s E C d m V a V^ A v 0 EnA+ z o 0 ro C 80 w 0 O a to LL a a c O t a c N y N b. Rs < A ai � U c �a w � � w t U LU � O W m W w N O G � E a W CO H G 3 o � a x in https-//discover pbcgov. org/oebo/Pages/Documents. aspx m Ci E m Z c E 0 N 0 V O m Us EBO-3 0 ' 3-WI LIQ Palm Beach County Office of Equal Business Opportunity - Subcontracting Goal ® Waiver Request For- ill - PROJECT NAME: DATE: COMPANY NAME: � ---� — � CONTACT NO.. - CONTACT PERSON:(-- - --_ — CONTACT HAAIL: --- In the sections below, points will ONLY be awarded if the firm has fully satisfied the criteria. more inforrnat3on regarding Subcontracting Coat -Waiver Request Evaluation Criteria. Contractors/Consulta nos must obtain a torsi of 80armore oohau to receive a waiver approval_ Vendor Directory is accessible through the Office of Equal Business Opportunity website https:lv.% u6,.obceov_ore/pbcvenuors. PART 1: Sufficien'S Comg—m rcially Useful Work ldamtilisd ao NI&E—t Priin'�S: Subcontracting Era,oal Please provide documentation and supporting evidence to slhrrvd how the criteria was fu#1i11ed_ 15 ppints Possible:. ❑ List the specific scope of work identified for each of the Sf M/W BEs contacted ❑ Ensure the scope of work identified for S/MIWBEs is greater than or equal to the subcontracting goals) ❑ Additional comments, if ahy PART li: Initial Cornirnunications to Potential S/ 1V`w BE Subcontractors: PaiantS Usln ESO Portal % Website Posting of Subcontractor Solicitations/outreach Efi5yis kD Please provide documentation and supporting evidence to show how the criteria wasfulfilled. 40 mints Possible: ❑ Contact zt least three (3) S1M fWBEs in the EBO Vendor Directory for each scope of work identified to be subcontracted in Part I (ernailsjcall logs/fax), one (1) week prior to pre -bid meeting date_ ❑ include current documentation of searches from the EBB Vendor Directory. D Notify SIM/WBEs within at least 2 (two) weeks prior to the bid opening date, using at least three (3) digital media outlets (e.g. website, newspaper, trade association, publication, minority focus media) ❑ Additional comments, if any PART III: Follow -tap Communications & Bid negotiations with Points: Potential Subcontractors Please provide documentation and supporting evidence to show how the criteria was fulfilled. 30 rolhts possible: ❑ Promptly follow-up with SJMPNBEs after the initial solicitation at least 2 (two) weeks prior to the bid opening date, during normal business hours by telephone, email, or fax. ❑ include a written statement with contact information on all subcontractors contacted to include the following: ❑ Name of the subcontractor/firm and the contact person(s) ❑ Telephone and Email address ❑ Scope of work the subcontractor indicated they would perform © Notes regarding the outcome of the contact © Dates of contact and Dates of Negotiations hops:11discover.pbegov. org/oebo/Pages/Documents. asps Revised 5f 2019 ESO-4 EBO FOR IS El The negotiated price ❑ Bids received from subcontractors that could provide a commercially useful function 0 Additional comments, if any PART IV: Attendance at Pre -Bid Meeting Points: County staff maintains documentation regarding attendance at the pre -laid meeting. points ucpssible: ❑ Below list the individuals from your staff/firm that attended the pre -bid PART V., OfferAssistrance in Securing Financing, Insurance, Points: or Competitive Supplier Pricing Please provide documentation and supporting edirdence to show hoar the criteria wa3 flllfilled_ 10 paints �pOsffybfe: 0 Provide easy access to plans and specifications for S/MIMEs ❑ Provide competitive pricing ❑ Make efforts to assist interested business in obtaining.financin„ bonds, and insurance required for the County project/bid ❑ Provide written documentation of the type of assistance offered ❑ Company name, contact person and telephone number ❑ Name of person who provided the assistance ❑ Provide the name, contact person, contact information the competitive pricing offered by the Supplier. ❑ Other efforts (if any, list belovi) CONTRACTORS/CONSULTANTS MUST OBTAIN A TOTAL or so OR mo RE Poem TO RECEIVE A WAIVER APPROVAL CONTRACTORS/CONSULTANTS WILL BE CONSIDERED NON -RESPONSIVE TO THE ENTIRE SOLICITATION UPON DENIAL OF THE SUBCONTRACTING WNVER REQUEST. FOR MORE INFORMATION OF THE SUBCONTRACTING WAIVER CRITERIA OR FOR ASSISTANCE ON COMPLETI NGTHE SUBCONTRACTING WAIVER REQUEST FORM, PLEASE.CONTACTTHE OFFICE OF EQUAL BUSINESS OPPORTUNITY AT (561) 616-68 40. THE UNDERSIGNED AFI7RMS/CERTIr1E5 THAT ALL INFORMATION COUtAINED IN THIS FORM 15 ACCURATE AND COMPLETE; I UNDERSTANDTHAT iF THIS REQUEST FOR WAIVER IS DENIED AND I FAIL TO MEET THE REQUIREMENTS Of THIS SOL1Cri'ATION, IVY RESPONSE TO THIS SOLICITATION WILL BE DEEMED NON -RESPONSIVE TO THE ENTIRE SOLICITATION. -- Signature Print Name/Title Denied TOTAL SCORE: ILOD Director, Office of Equal Business Opportunity htlps://discover.pbcgov.org/oebo/Pages/Documents-aspx Revised 5/2019 FBO-5 EBO FORMS iV>taP(AM OVA REQUEST FOR SBE OR M/WBE SUBSTITUTION/MODIFICATION/REMOVAL z INSTRUCTIONS FOR SECTIONS I TO 3: PRIME CONTRACTOR COMPLETES ALL SECTIONS AS APPLICABLE AND SUBMITS TO DEPARTMENT PROJECT MANAGER AND OEBO OFFICE FOR APPROVAL Section 1: Pr-ime-C-ontractor/ Consultant Information -- Name of Prime Contact Person Phone Number Project Name Bid/Proposal/Project No. Original Contract Amount I SBE Goal Section 2: SBE or M/WBE MODIFICATION* Flame of Subcontractor/Sub-Consultant C'.. 7- _7 Original Subcontract Amount MBE Goal Contact Person Phone y Percent of Contract i Amendment/Change Order/Contingencies/Allowances (if Applicable) I New Contract Amount Percent of Contract Section 3: SBE or M/WBE REMOVAL OR SUBSTITUTION* Please attach a completed Palm Beach County S/M/WBE 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 this form, when applicable. Approvals: Dept. Project Manager Si nature: Date OEBO Representative Si ature: Date PBC OEBO Updated 21&12021 hops://discover.phcgov. org/oebo/Pages/Documents. aspx EBO-6 PROPOSAL FORM (COMPANY NAME) (COMPANY ADDRESS) (COMPANY CITY & STATE) L-� I ) (COMPANY ZIP CODE) CONTACT NAME PHONE NUMBER FACSIMILE NUMBER SZ-/ -`f ;,�/' Z 1.3.3 EMAIL ADDRESS /Os-� 1-7 q� FEDERAL TAX I.D. # CC}fr� D T SUBMITTED FOR THE CONSTRUCTION OF: PATHWAY AND MINOR CONSTRUCTION CONTINUING 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-lA PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 FDOT PAY I # ITEM NUMBER ITEM DESCRIPTION QTY UNITS ; UNIT PRICE AMOUNT EMERGENCY RESPONSE ITEMS 1 'N/A Emergency Response (< 6 Hours) 10 EA S 1,000.00 $ 10,000.00 2 NIA _ Emergency Response (6 Hours to 24 Hours) 20 EA j $ 1,000.00 $ 20 000.00 3 ;N/A Emergency Response (24 Hours to 72 Hours) 30 EA , S 1,000.00 S 30,000.00 SUBTOTAL (EMERGENCY RESPONSE) S 60,000.00 ROADWAY MNIS 4 110-1-1 Clearing & Grubbing 200 AC $ 1,000.00 1 $ 200,000.00 5 110-1 Remove Existing Asphalt (Full Depth) (See Notes) 20,000 SY $ 2.00 $ 40,000.00 6 120-1 Regular Excavation _ 10,000 CY $ 8.00 _ S 80,000.00 7 120-1 Shallow Excavation (Depth < 4 M 3,000 CY $ 10.00 S 30,000.00 8 120-6 Embankment (Compacted inPlace) 2,500 CY $ 10.00 $ 25,000.00 9 N/A _ Finish Existing Rock Base (Includes Prime Coat) 1,000 SY - $ i- 7.50 $ - 7,500.00 10 N/A Finish Grading ( 4" Base (Includes Prime Coat) 20,000 15,000 SY S 3.50 $ 70,000.00 11 I60-6 SY S 8.00 $ 120,000.00 _ 12 160-6 6" Base (Includes Prime Coat) ; 20,000 SY $ 10.00 $ 13 160-6 8" Base (Includes Prime Coat) j 5,300 SY $ 20.00 $ _200,000.00 106,000.00 14 j285-704 Optional Base Group 4 500? SY SY 1 $ $ 19.00 1550 $ $ S 9,500.00 155,000.00 13,750.00 15 ;285-707 Optional Base Group 7 Optional Base Group 10 Optional Base Group 13 1 Asphalt Driveway (1 (Il") (Includes 6" Base) 10,000 500 10,000 1,800 16 285-710 SY is 27.50 17 285-713 SY is 25.50 $ 255,000.00 18 334-1 SY is 35.00 $ 63,000.00 19 327-70 NEI Existing Asphalt Pavement (< 5,000 Sid - Portable Milling Machine Rem Mrllings For Pathway (6" Deep) 30 250 3,000 V2 Day S 5,300.00 $ 159,000.00 20 N/A HR $ 250.00 S 62,500.00 21 _ ' N/A SY $ 10.00 $ 30,000.00 22 339-1 Misc. Asphalt (0-50 Tan Orders) (Includes Tack Coat) j 150 i TN ? $ 200.00 _ $ v 30,000.00 339-1 (See Notes) Misc. Asphalt (> 50 Ton Orders) (includes Tack Coat) 100 I j $ 20,000.00 23 TN is 200.00 334-1-13 (See Notes) 1 Superpave Asphaltic Concrete (SP-9.5 Traffic Level 200 24 TN is 175.00 $ 35,000.00 334-1-13 C) (0-200 Ton Orders) Superpave Asphaltic Concrete (SP-9.5 Traffic Level 15,0001 25 j TN $ 137.50 $ 2,062,500.00 334-1-13 C) (> 200 Ton Orders) Superpave Asphaltic Concrete (SP-12.5 Traffic Level 2,000 26 TN $ 171.00 $ 342,000.00 C) (0-200 Ton Orders) I iS Superpave Asphaltic Concrete SP-12.5 Traffic Level Su erpav ( 27 334-1-13 Ton Orders ; ) 4,000 TN $ I 137.50 S 550,000.00 SY $ 200.00 $ 20,000.00 iPavement Textcu�g•. Colored Coating (Standard 100 28 NIA iFomnnla) f 29 N/A Pavement Texturing: Colored Coating (Traffic._- - -� 100 jFormula) SY $ 200.00 ($ 20,000.00 SY $ 200.00 $ 20,000.00 Pavement 30 N/A Texbumg Heat & hnprint Existing 100 fPavemem 31 N/A Pavement TPavement exturing. Imprint New Installation - 100 SY $ 200.00 $ 20,000.00 SY SY $ $ 150.00 199.00 32 N/A Pavement Texturing:.- Sealer Concrete 100 $ 15,000.00 33 526-1-1 Paver Brick Remove Paver Brick 100 100 $ 19,900.00 34 526-1-101 SY SY i $ _ 'S 50.00 156.00 $ - - ` $ 51000.00 15,600.00 35 526-1-10I -- - - _ ResetPaveaBrick 100j SUBTOTAL (ROADWAY) Is 4.801-250.00 P-2A PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 FDOT PAY # ITEM NUMBER ITEM DESCRIPTION QTY UNPUS UNIT PRICE i AMOUNT DRAINAGE ITEMS 36 425-1-311 jlnlefs (Curb) (Type P-1) (< 10) 10i EA $ 6,127.00 $ 61,270.00 37 425-1-315 Inlets (Curb) (Type P-1) (Partial - Top Only) 15 EA $ 7,900.00 $ 118,500.00 38 ;425-1-321 Inlets (Curb) (Type P-2) (< 10) 10 EA EA S 7,900.00 $ 7,900.00 $ 79,000.00 $ 118,500.00 39 40 ;425-1-351 425-1-325 Inlets (Curb) (Type P 2) (Partial - Top Only) Inlets (Curb) (Type P-5) (< 101— 15 10 EA $ 6,900.00 $ 69,000.00 r 41 425-1-355 Inlets (Curb) (Type P-5) (Partial - Top Only) 15 EA $ 5,900.00 $ 98,500.00 42 425-1-361 lnlets (Curb) (Type P-0 (< 10) 10 EA $ 6,850.00 $ ~ 68,500.00 43 425-1-365 Inlets (Curb) (Type P-6) (Partial - Top On1y) _ _ 15 EA —it $-- 6,850.00 _ $ 102,750.00 44 425-1-521 Inlets (Ditch Bottom) (Type C) --� - -- 20 EA S 4,999.00 $ 99,980.00 45 425-1-541 Inlets (Ditch Bottom) (Type D) 10 EA $ 6,999.00 $ 4,268.00 $ - 69,990.00 S . 95,360.00 46 f 425-1-910 hrlet (Closed Flume) (Type 1) 20 EA 47 Ij425-1-910 _ inlet (Closed Flume) Double Barrel _ S EA $ 5,268.00 $ 26,340.00 48 110-4-10 ihrlet (Remove and Dispose) 10 EA 1 $ 1,500.00 1 $ 15,000.00 49 425-2-61 Manhole (Type P-8) (< 101 20 10 EA Jj. EA 1 5,999.00 , $ 119,980.00 $ - 5,231.00 $ _ 52,310.00 50 425-2-63 ----- _ Manhole (Type 8) (Partial - Top Only) 51 _ 425-1 Steel Reticuline Frame & Grate (Installed) (Index 232) 25 EA S 2,500.00 $ 62,500.00 52 425 4J425-5 Adjust E=ting Manhole or Inlet 25 EA S 1,250.00 $ 31,250.00 53 1 54 -_ 425-7 Manhole Cover (Replace) _ 10 425-5 Manhole Cover (Adjust) 20 - - - EA j S 1,500.00 $ 15,000.00 EA $ 1,500.00 $ 30,000.00 55 425-5 Manhole Riser (1" to 2") 25 EA $_ _ 350.00 $ _ _ 8,750.00 EA $ 2,500.00 $ 62,500.00 56 425-5 Manhole Ring and Cover (24") graflic Rated) 25 425-4 Modify Inlet & Install Radculine Frame & Grate 5 57 EA $ 3,000.00 $ 15,000.00 58 ( 425-1 Modify, Repair and/or Rebuild Dasting Curb Inlet 10 EA S 2,500,00 $ 25,000.00 59 ',425-6 Adjust Valve Box 200 EA (S 100.00 $ 20,000.00 425-6 Valve Box Cover (Replace) — Y -_-- _ 20 61 425-6 j Valve Box Cover (Adjust) i 20 EA : S 100.00 $ 2,000.00 EA S 250.00 S 5,000.00 62 164-4-800 Relocate Fire Hydrant 10 EA $ 6,500.00 EA Is 2,500.00 $ 65,000.00 $ 25,000.00 63 :425-10 Yard Dram (Index 292) -- — 10 Concrete Pipe Culvert (15- RCP) — - - -_ -- 200 _ 64 .430-174-115 ` LF $ 219-00 $ 43,900.00 65 !430-174-118 Concrete Pipe Culvert (18" RCP) i 1,000 LF_i is 100.00 $ 100,000.00 66 ;430-174-124 {Concrete Pipe Culvert (24" RCP) I 1,000 Concrete Pipe Culvert (36" RCP) 1,000 LF $ — 125.00 $ - 125,000.00 67 --� 430-174-136 LF 1 $ 145.00 S 145,000.00 68 430-174-118 HDPE Pipe Culvert (18") (Class 1) 500 LF S 100.00 $ 50,000.00 69 430-174-124 _ HDPE Pipe Cuh-t (240) (Class 1) 500 LF j S 125.00 _ $ 62,500.00 70 430-174.136 IMPE Pipe Culvert (36") (Class 1) _ ; 500 LF $ 145.00 $ 72,500.00 71 430-174-148 HDPE Pipe Ctdvert (48") (Class 1) s 500 JHDPE Pipe Calvert (19") (Class 11) j 500 HDPE Pipe Culvert (24") (Class II) 500 LF $ 175.00 IF $ 118.00 $ _ 87,500.00 $ 59,000.00 72 73 430-174-118 430-174 124 LF $ 149.00 $ 74,500.00 - — IS 72,500.00 74 430-174-136 430-174-148 JHDPE Pipe Culvert (36-) (Class In 500 HDPE Pipe Calvert (49") (Class 11) I — 500 - LF -- $ 145.00 75 LF $ 175.00 $ 87,500.00 76 430-174-115 A-2000 Pipe Culvert (15-PVC) 100 A-2000 Pipe Culvert (18" PVC) ' - - 500 A-2000 Pipe Culvert (24" PVC) 500 LF 1 $ 100-00 00 $ 125.00 LF 25 $ 10,000.00 .00 $ 62,500.00 77 430-174-119 78 430-174-124 LF $ 149.00 $ _ 74,500.00 79 430-174-142 Comrgated Steel Pipe Cuhut (42" Dia.) 25 LF :I$ 99.00 BCCMP Pipe Culvert (15") 100 LF ' IS 99.00 BCCMP Prpe Culvert (18) 500 LF $ 99.00 BCCMP Pipe Calvert (24")-- — - -- 5001 LF $ 99.00 $ 2,475.00 80 430-174-115 -._ 30-174-118 4 S 8,900.00 81 $ 49,500.00 $ 49,500.00 82 '430-174-124 P-3A PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # FDOT PAY ITEM DESCRIPTION QTY ( UNITS UNIT PRICE ITEM NUMBER AMOUNT 83 I430-982-123 Mitered End Section (Round) (15") 51 EA 1 $ 1.499.00 Is 7,495.00 - _ 8— 4 1430-982-125 Mitered End Section (Round) (18") ' 10 EA $ 1,899.00 7 85 430-982-129 Mitered End Section (Pj md) (24") 10 EA $ 1,999.00 86 1430-982-138 Mitered End Section (Rama) (36-) 10; EA $ 2,669.00 $ 18,990.00 $ 19,990.00 $ 26,690.00 87 430-982-140 M med End Section (Ramd) (42") 10 EA $ 5,999.00 1 $ 59,990.00 88 430-982-123 Mitcaed End Section (Round) (15T BCCMP) - -_ _ 5 Mitered End Section (Round) (18" BCCMP) _ 10i EA EA $ 1,189.00 S 1,189.00 � $ 5,945.00 S 11,890.00 89 430-982-125 90 - 430-982-129 T Mitered End Seddon (Round) (24" BCCMP) 10 EA $ 1,999.00 ; $ 19,990.00 91 430-174-118 ADS Flared End (18" HDPY:) 2 Z EA _ EA ,-... $ 1,999.00 ! $ 3,798.00 $ _ � 00 $ m 3,998.00 92 430-174-124 430-174-136 ADS Flared End (24" HDPE) ADS Flared End (36" HDPF) 93 2 EA $ 2,669.00 $ 5,338.00 94 430-174-148 ADS FlaredEnd (49" HDPE) _ 2 _EA S 3,900.00 ' $ 7,800.00 — --- 95 443-70-3 French Drains (18" CMP) (Includes Ballast Rock & Filter Fabric) _ 25 LF— $ 199.00 $ 4,975.00 96 443-704 French Drains (24" CMP) (Includes Ballast Rode & Filter Fabric) 25 LF $ 199.00 I 4 $ 4,975.00 1111 97 443-70-3 French Drains (18" RCP) (Includes Ballast Rode & Filter Fabric) 100 LF Is 199.00 $ 19,900.00 98 99 443-70-4 530-3 French Drains (24" RCP) (Includes Ballast Rode & Ft7tea Fabric) Rubble Rip -Rap 100 250 LF IN Is 199.00 S 199.00 $ 19,900.00 $ 47,250.00 100 530-74 #57 Coarse Aggregate (FDOT) 101 TN IS 189.0o $ 1,890.00 101_ !430-x 102 INIA SUBTOTAL(DRAINAGE) Sand Cement Endwall 15! Cy 1 $ 299.00 Dewataing (6" Pumpfftboints) 10� ED IS �4,000.00 $ 4,485.00 $ 40,000.00 is 3,114,444.00 CONCRETEITEMS 103 I400-x Misc. Concrete (Includes Reinforcing Steel) _' 100' CY $ 985.00 $ 98,500.00 104 400-x Class I Concrete (Gravity Wall) j 50 Cy S 985.00 $ 49,250.00 105 106 520-2-4 Concrete Curb (Type D) (See Notes) 10,000E LF Concrete Curb Type D (Removal) j 750, LF S 18.00 $ 12.50 $ 180,000.00 $ 9,375.00 110-4-10 107 520-1-10 Concrete Cub & Gutter (Type F) 20,000 LF $ 20.00 $ 400,000.00 108 1104-10 Concrete Ccub & Gutter Type F (Removal) 11,000 Concrete Valley Gutter 1,600 Concrete Valley Gutter (Removal) 3,000 Concrete Curb & Gutter (9") (PBC Standard) -- _- - 100 Concrete Curb & (hitter (9") (Removal) 25 LF LF S 13.50 $ 22.00 S 148,500.00 $ 35,200.00 109 110 520-3 1104-10 LF -- LF $ 12.50 $ 37,500.00 Ill.520-2 S - . -- 22.00 $ 9.00 $ - 2,200.00 $ 225.00 112 110-4-10 LF 113 520-2 _ _ Concrete Flush Header Curb (PBC Standard) 25 LF S i5.00 $ 1,375.00 114 -115-- 110.4-10 Concrete Flush Header Curb (Removal) Concrete Mountable Gutter (PBC Standard) _ 500 - - IF - Ix S 12.00 is - - 22.00 $ 6,000.00 $ ----v 1,100.00 520 - 116 110-4-10 Concrete Mountable Gutter (Removal) .50 50 1,500 LF_ SY SY is 22.00 is 95.00 $ 200:00 $ 1,100.00 117 118 520-5 520-5 - - _ Traffic Separator Conc (Type 1) - Is 142,500.00 1 S 10;00000 Traffic Separator Conc (Type � _ 5U 119 1104-10 Traffic Separator_ Concrete (Removal) - Concrete Sidewalk (41- Thick) (< 10 SY) _ _ 50 1,000 _ SY SY j $ 75.00 $ _ 3,750.00 is 200.00 1 $ 200,000.00 120 _ 522-1 121 522-1 Concrete Sidewalk (4" Thick) (10 SYto <50 SY) 1,000 SY S 180.00 is 180,000.00 122 123 522-1 522-2 _ Concrete Sidewalk (4" Thick) (50 SY or Greater) - Concrete Sidewalk (6" Thick) (Driveway) (< 8 SY) 5,000 _j SY S - V 5 5 $ -..__ 292,500.00 5001 SY $ 200.001 $ 100,000.00 P-4A PROPOSAL FORM BID PROPOSAL. PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # FDOT PAY ITEM NUMBER ITEM DESCRIPTION QTY UNM UNIT PRICE AMOUNT 124 522-2 IConcrete Sidewallc (6" Thick) (Driveway) (8 SY to < 1,000 SY $ 200.00 $ 200,000.00 35 SY) Cc eSidewalk (6" Tuck) (Driveway) (35 SY or 15,000 SY $ 63.00 125 522-2 $ 945,000.00 Greater) Sidewalk (6" Thick) (Curb Ramps) 15,000 SY 126 522-2 ;Con-cte $ 89.00 S 1,335,000.00 127 527-2 Cast In Place and/or Surface Applied Tackle Surface 21,000 SF $ 22.00 $ 462,000.00 I28 �N/A Pump Mix for Concrete Pumping Pumping or Hand Placement of Concrete (1R Day) 500 5; CY is EA i 35.00 1 $ 17,500.00 $ 1,500.00 $ 7,500.00 129 N/A 130 N/A Pumping or Hand Placement of Concrete (1 Day) 51 EA 1 $ 2,000.00 $ 10,000.00 131 110-4-10 4" Concrete Removal ` 5,000' SY is 12.50 $ 62,500.00 132 6" Concrete Removal 5,000 SY ; $ 12.50 $ 62,500.00 SUBTOTAL (CONCRETE) Is 5.001,075.00 FENCING AND RAIMG ITEMS 133 550-10 212 TypeB Fence (4' High) (w/ Top Raft) (Greece Vitry1 200I LF $ 200.00 $ 40,000.00 134 550-10-222 T d B Fence (6' High) (w/ Top Rat1) (Gran Vmyl 400 LF $ 250.00 $ 100,000.00 ----------- 135 110-1-1 Chain Link Fens (Removal & Disposal) 250 LF $ 100.00 -- $ 25,000.00 550-10-410 Double Rail Wood Fence _ Double Rail Wood Fence (Rclocntion) 136 4001 IF $ 75.00 $ 30,000.00 137 550-10 350 LF $ 55.00 $ 19,250.00 138 110-1.1 Double Rail Wood Fence (Removal) 100 IF $ 15.00 Is 1,500.00 37,500.00 139 515-1-2 Alum immi Pipe Handrail (3 Rail) 150 LF $ _ 250.00 IS 140 _ 515-1.1 Steel Pipe Handrail (3 Rail) _T 150 I.F $ 250.00 j $ 37,500.00 141 515-1 Safety Pipe Rail (2") 100 IF $ 250.00 IS _ 25,000.00 142 550-10 Field Fence - 12,000 25.000 LF LF $ 25.00 $ 25.00 $ 300,000.00 143 550-10 Five Strand Wire Fence (See TSP's) $ 625,000.00 - 144 - 110-1.1 Field Fence, all post type (Remove and Dispose) (See 1 12,000 LF $ 8.00 $ 96,000.00 TSP,$) Five strand Wire Fence (All Past Types) (Remove and 25,000 LF ll $ 8.00 $ 200,000.00 145 110-1-1 Dispose) (See TSP's) Bull Gate (12') (See TSP's) i 10 EA I 146 55.0-60 j $ 2,500.00 $ 25,000.00 147 550-60 Bull Gate (14') (See TSP's) 51 EA-$-3,500.00 $ 17,500.00 148 550-60 Bull Gate (16') (See TSP s) 5j EA 1 $ 4,500.00 $ 22,500.00 SUBTOTAL (FENCING AND RAILING) $ 1,601,750.00 LANDSCAPING ITEMS 149 SeedandMulch 500SY $ 4.00 $ 2,000.00 15.70-1 150 570-2 Sodding (To Match Existing) (See Notes) 25,0001; SY $ 6.99 $ 174,750.00 151 N/A Synthetic Turf orevcrLawn or Equal) with 2-5" 1,000i, SY $ 50.00 $ 50,000.00 Foam Underlay 152 N/A Top Soil (6" Thick) Poured tn� Ece��R)nbber Mulch (Rainbow Turf 2000, 500 SY SY-- $ 11.00 $ 85.00 $ 22,000.00 153 NIA $ 42,500.00 Products 110-1-1 $ 100.00 $ 8,000.00 Stump Removal 80 EA 581-1 - _ Tree Relocation 20 EA $ 1,000.00 $ 1,500.00 $ 20,000.00 $ 75,000.00 L157 110-1-1 Tree Removal (< 12" Caliper) Tree Removal (12" - 24" Caliper) 50 EA 110-1-1 50 EA $ 21000.00 $ 100,000.00 158 110-1-1 Tree Removal (Palms - All Sizes) 50 EA 1 $ 1,500.00 $ 75,000.00 P-SA PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 I # FDOT PAY TPEM DESCRIPTION QTY 17N1TS UNIT PRICE ITEM NUMBER AMOUNT 159 NIA `Root Pruning (0"-36" deep) 2,000 LF $ 20.00 NIA 18" Root Barrier _--- 100 LF j MS 85.00 1 NIA '24"Root Barrier 1,000 LF S 50.00 NIA 36" Root Barrier 8,000 LF $ 52.00 $ 40,000.00 $ 8,500.00 $ 50,000.00 160 161 162 S 416,000.00 163 NIA 48" Root Barrier 500 LF $ 75.00) 1.$ 250.00 j $ 37,500.00 $ 2,500.00 164 581-x Vegctatioa Relocation (Including Watering) 10 HR 165 630-2 2" PVC Pipe (Schedule 40) _ -- 166 630-2 4" PVC Pipe (Schedule 40) _ 1_,000 100 LF S 10.00 $ 10,000.00 LF j $ 25.00 S 2,500.00 167 1 630-2 ', 6" PVC Pipe (Schedule 40) 2001 IF '$ 35.00 SUBTOTAL (LANDSCAPING) $ 7,000.00 $ 1,143,250.00 EQUIPMENT ITEMS 168 N/A 3 CY Loader -Day 10 ! EA j $ 2,000.00 S _ _ - 20,000.00 169 NIA 1-1/2 CY Baddtoe - Day 10 ` EA I $ 2,000.00 $ 20,000.00 170 N/A 40 Ton Crane, Crawler or Wheel Mount (Day) 15 j EA $ 3,500.00 $ 52,500.00 SUBTOTAL (EQUIPMENT)S 92,500.00 PILING AND SHEEIYNG ITEMS 171 !455-x 8" Treated Timber Prinug 100 LF Is 87.00 S 8,700.00 172 455-x 10" Treated Timber Piling — --- —`--- 100 LF $ 95.00 ' $ 9,500.00 _ — 173 455-x 10" Treated Timberguard— Wood Piling 500 _ LF d. $ 115.00 $ 140.00 S 148.00 $57,500.00 $ 70,000.00 5 14,800.00 174 1455-34 12" Square Precast PrenStrewed Concrete Piling 500 IF 175 j 455 34-2 14" Square Precast Pre -Stressed Concrete Piling _ 100 LF 176 '455-35 Temporary or Permanent Steel Sheet Piling 100T SF SUBTOTAL (PILING AND SHEETING) J $ 100.00 $ 10,000.00 S 170,500.00 SIGNING AND MARKING ITEMS 177 _1700-1-40 ADA Handicapped Parking Sig, 5 EA S 625.00 $ 3,125.00 178 710-11 -- — _ Traffic Paint (All Widths & Colas) (See Notes) 500r SF $ 4.80 S 2,400.00 179 701-i IVA — — NIA Thermoplastic Pavement Marking (All Widths & Colors) (See Notes) 500 SF _ S 8.50 $ r 76.001 $ 4,250.00 $ 7,600.00 180 Whod Stops - Furnish & Install !Remove & Re Install Wheel Stops 'Sigtr(Relocate) — 100, EA 191 182 100 EA 20 EA $ 45.00 f $ 4,500.00 700-1-50 N!A _ S 350.00 j $ 7,000.00 is 100,000.00 $ 10.000.00 $ 12,000.00 $ 35,000.00 183 'Speed Humps 1,000 100 20 SY Sy $ 100.00 $ 100.00 184 _ N/A Stamped Colored Concrete (5" Thick) 185 186 SUBTOTAL 519-78 Steel Bollard EA S 600.00 $ 1,750.00 519-78 :Removable Bollard (SIGNING AND MARKING) 20 EA S 185,875.00 MISCELLANEOUS ITEMS 187 jN/A 'Premium for Conflict Condition - _ 5 198 N/A Premium to Increase Box Depth to > 10' S 189 N/A Premium to Increase Box from P to J 51 EA ; $ 3,500.00$ 17,500.00 EA ---y--- EA LF j $ 2.500-00 IS 12,500.00 $ 3,500.00 $ 17,500.00 — - — $ 24.00 I $ 24,000.00 190 _ .N/A +IPEBoardwaIlc Decking &Top Rail (5/4" x 6") ! 1,000 150 191 110-7 'MailBoxes (Reset) - i 63 192 5-2 Pull Boxes (Brooks) - 193 N/A Sandblasting -1/2 Day EA 1S 200.001E i- $ 1,780.00 $ 1,800.00 IS 2,500.00 - S Z000.00 S 12.50 - 30,000.00 ' $ 000.00 ' S 36,000.00 S 25,000.00 — _S 20,000.00 IS 187,500.00 51 EA ., 201 101 10L 15,E EA EA — ED BF 194 ; NIA .Sandblasting - Full Day -- — 195 N/A ipressure Cleaning -- 196 ;N/A 1Southern Yellow Pine Lumber P-6A PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # FDOT PAY ITEM NUMBER ITEM DESCRIPTION i QTY UNITS UNIT PRICE ' AMOUNT i I I 197 1110-1-1 Southern Yellow Pine Lumber (Removal & Disposal) 20,000 BF $ 7.00 $ 140,000.00 I SUBTOTAL(MISCELILANEOUS) Is 518,900.00 TOTAL BID I $ 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 tI PAY ITEM FOOTNOTES 1 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. All items_&fi include cost to A rnisb and install unless otherwise noted. 2 3 JFDOT Item numbers are for use in determining eligibility for price adjustment per General Provision 9-2 only. As-builts shall be paid per plan sheet — Removable Ballard - Includes all costs associated with installation of removable bollards at locations designated by the County. All labor and 4 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 clearing and grubbing item. Also includes cutting and capping 7 irrigation limes. 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 trick (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 oover costs for 9 special admixtures, etc. required for pumping concrete under Pumping or Hand Placement of Concrete items. 1 Concrete Sidewalk Items - These items shall include all materials, labor and equipment. 10 11 Concrete Sidewalk (6" Thick) (ADA Ramps) -includes only areas of the ramps and transitions back to level sidewalk. iConeretc Traffic Separator Removal - Includes removal of base material or any other material unsuitable for planting which maybe located in 12 ;the traffic separator area 13 i 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 stricture 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 1 materials, operator(s),delivery, pick-up, maintenance, fuel, etc. are incidental to this item. 21 Excavation includes cutting and capping irrigation lines. P-7A PROPOSAL FORM BID PROPOSAL PATHWAY AND MINOR CONSTRUCTION CONTINUING SERVICES CONTRACT PBC PROJECT #2022063 # ITEM FDOT PAY 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 (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 xnUed material shall be considered incidental to the unit price bid_ 26 Mise Asphalt - Includes surface courses, friction courses and other miscellaneous asphalt as required - Thermoplastic Pavement Marking and Traffic Paint - Includes all labor, equipment, materials, etc. required to furnish and install pavement 27 marking in parking lots and other areas. All items, including parking space markings, lane Imes, stop bars. handicapped symbols, directional arrows and messages, in any or all colors, shall be considered incidental to the pay item. Portable Milling Machine, per hour, includes portable milling machine, all labor for actual mulling and clean-up and satisfactory disposal of 28 milled material. Payment shall be based upon actual hours for milling and clean-up. Disposal of milled material shall be considered incidental to per hour rate for Portable Milling Machine_ 29 Pressure Cleaning - Ca_n 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 30 pavement material. Unit Prices shall be based upon a 1" depth of milling. The contract prices will be adjusted m'W increments for other mum 31 Root Barrier - Root pruning and removal shall be incidental to all root barriers 32 1Root 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. -_1 - - --- - - -- - --- _ 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 Ycllovv 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 mmcimum 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 backfillinc 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 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 Note # 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 licensed in the State of Florida. AlUabor and materials, cutting splicing, dynamic and statictesting, adjustments resulting from testing and 40 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 TimbergumrdTM 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, stockpiling and protecting wheel stops and accessories and re -installation of wheel stops by an acceptable attachment method. Furnishingand 42 installing replacement wheel stopsandlor attachment devices which have been damaged during removal or storage shall be considered incidental Ito the pay item. P-9A PROPOSAL FORM PROJECT NO.2022063 TOTAL BID $ lilt � 9��L/640G IN PIGURES The Contractor acknowledges that Addenda i thru i have been received and that related costs are reflected in the submitted bid. 'Contractor has committed to % SBE participation and L) % 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 of Palm Beach County. Without limiting the foregoing, "discrimination" als o 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 Dam 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 PROPOSAL FORM THE TEMELY COMPLETION OF THIS PROJECT 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 such 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 the 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 fiarther 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: ,;(j ,�., ° Authorized Officer: Address: J ��, } (? c'r_ GAL'.OrC- (40 Signature: r P-11A PROPOSAL FORM CONTRACTOR CERTIFICATION PALM BEACH COUNTY - ENGINEERING AND PUBLIC WORKS DEPARTMENT NPDES GENERAL PERMIT FOR STORM WATER DISCHARGES FROM ROADWAY CONSTRUCTION SITES PATHWAY AND MINOR CONSTRUCTION CONTINUING 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:(�- I i 1 11 .J By:,, Date: /6 hj2Z-- Name and Title: Address or P.O. Box: 7 ZO 6e e- t L w-e le o City State Telephone: q-1- 71 - 6 9 6 Area Code P-12A Zip Code PALM BEACH COUNTY LOCAL PREFERENCE ORDINANCE In accordance with tie 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 arnount is not changed; the 5% decrease is calculated only for the purposes of determining local preference. 2. Glades Local Preference means that if the lowest responsive, responsible Bidder is a non - Glades business, then all Bids received from responsive, responsible Glades Bidders are decreased by 5%. The original Bid amount is not changed; the 5% decrease is calculated only for the purposes of determining local preference. A Bidder who is a local business but not a Glades business and who utilizes Glades subcontractor(s) for a minimum of 15% of the total Bid price, may receive a local preference of three (3) percent, solely for the purpose of determining Bid award. If the Local business utilizes Glades subcontractor(s) for a minimum of 30% of the total Bid price, he may receive a local preference of four (4) percent for the purposes of ranking Bidders. To receive either a Local Preference or a Glades Local Preference, a Bidder must have a permanent place of business in existence prior 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 CERTIFICATION OF BUSINESS LOCATION In accordance with the Palm Beach County Local Preference Ordinance, as amended, a preference will be given to: (1) those Bidders having a permanent place of business in Palm Beach County,(County); and (2) those Bidders having a permanent place of business in the Glades providing goods or services to be utilized in the Glades. To receive a local preference, an interested Bidder must have a permanent place of business in the County or in the Glades, as applicable, 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 tjle 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 ' a: Local Business (A local business has a permanent place of business in Palm Beach County**) f T 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. 2) The attached copy of the Bidder's Palm Beach County Business Tax Receipt verifies the Bidder's permanent place of business. THIS CERTIFICATION is submitted by (NAme of Individual) of VL;L`7 ` e��. i.?,* •� f.t nic (_�sl S i f c (Title/Position) (Firm Name of Bidder/Proposer) who hereby certifies that the information stated above is true and correct, and that the Bidder has a permanent place of business in Palm Beach County. Further it is hereby acknowledged that any misrepresentation by the Bidder on this Certification will be considered an unethical business practice and be grounds for sanctions against :future County busine s with the Bidder. Sign� Date LP-2 �=fix ANNE M. GANN CONSTITUTIONAL TAX COLLECV Serving Palm Beach County Serving you. P.0_ Box 3353, West Palm Beach, FL 33402-33F ** LOCATED AT — w ww.pbctax.com Tel: (561) 355-2264 7268 BELVEDERE RD WEST PALM BEACH FL 33411 TYPE OF BUSINESS OWNER CERTIFICATION 4 I RECEIPT #MATE PAID I AMT PAID BILL # GENERAL CONTRACTOR wYNNBAMrLP CGM535M B22-"0555 6/19=22 27.50 _ ( B40119029 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2022 12023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200802205 WYNN DANIEL P WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO INC EXPIRES: 9/30/2023 7268 BELVEDERE RD WEST PALM BEACH, FL 33411-3308 This roceipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. PALM BEACH COUNTY LIVING WAGE ORDINANCE (PBC Ordinance No. 2003-004, as amended by PBC Ordinance No. 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 LIVING WAGE CERTIFICATION Project: Pathway and Minor Construction Continuing Services Contract Contractor Name: f Contact Person: 1 ; ;� : ; r ti'� x�;, ✓ r �. Contractor Address: 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(13)(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 $13.67/hour. 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 cgpvact. IN SS a undersigned has set his hand and affixed the Lrporate' Seal this 17 (Authori ign�tprejy ,7. yet (Corporate Seal) - i • E pI C' �+� (Print Mine and Title) LW-2 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-point font. Posting requirement will not be required if the non -county employer attaches a copy of the following statement to the employee's first paycheck, and to subsequent paychecks at least every six (6) months thereafter. Non -county employers shall supply a copy of the following statement to any employee 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 (ENGLISH) If you are employed to provide certain services to Palm Beach County, your employer may be required by Palm Beach County law to pay you at least $13.67 per hour. If you are not paid this hourly rate, contact your supervisor or Palm Beach County. NOTIFICACION A PATRONES (ESPANOL) Si usted tiene un empleo por el cual provee ciertos servicios al Condado de Pahn Beach, el Condado de Palm Beach puede requerir de su patron que le pague a usted por to menos $13.67 por horn. Si a usted no se le paga esta cantidad por horn, p6ngase en contacto con su supervisor o el Condado de Palm Beach. AVI POU ENPLWAYE-YO (CREOLE Si ke on enplwaye you bay kek s6vis you Komin-n Palm Beach -la, Dapr6 la Lwa, Bos travay-la sipoze peye-w o mwen $13.67 pa M. Si yo pa peye-w vale sa-a, se you-w kontakte sipevize-w la o byen Komin-n Palm Beach -la. (Auth riz d Signature) (Print Name and Title) LW-3 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 Name (Print) .. � � c )cE� r��• ,Nuthorized Officer: Aame/Titl (Print) Rt + Si `afore LW-4 SCRUTINIZED COMPANIES As provided in F.S. 287.135, by entering into this Contractor 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 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), 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 --- Company Name (Print) Authorized Officer:Name/Title (Print) Signature SC-1 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 CONTINUING SERVICES CONTRACT, PROJECT 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 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the bid of - the Principal be accepted and Principal, within fourteen (14) 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, Cnnstni .tinn rn , ias as Principal herein, has caused these presents to be signed in its name, by its CS�d• "` "" and attested by its 1`� 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 corpor4te-seal,,this litle) ATTEST - Laura Kraiczewski (Print Name) Witness (Title) A.D., 20 22 BB-2 (Seal) Wynn & tor``ts vironmental Constrw: tion in By: i�'1 di (� 'nGwal). - .. (Print Name) 176•G�S t �-.�`� } (Title) United States Fire Insurance m any (Seal) By: I (Sur ) Brett A. Ragland (Print Name) Attorney -In Fact and Florida Licensed ResidentAgen( - .. (Title) POWER OF ATTORNEY UTED STATES FIRE INSURANCE COMPANI _ __.NCTPAL OFFICE-MORRISTOWN, NEW JERSB. 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 nade, constituted and appointed, and does hereby make, constitute and appoint: John S. Harris, Joseph A Johnson, Jr., BrerrA. Raglarrd ach, its tnie and lawful Attomey(s)-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 he 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 Wice, 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 "ompany except in the manner and to the extent therein stated. This Power of Attomey 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 fall force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - L-xcept 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 seat 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, rccognizaaws, 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 Ill, 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 maybe 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 herermto affixed this 28 ° day of September, 2021. UNITED STA,,rTES FIRE INSURANCE COMPANY NY o� ✓ Matthew E. Lubin, President State of New Jersey County of Morris } On this 281' 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. W133 A K VRLEM t arwhk" 9 504NOTARY 29 t 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 han4 aiid-affixed the corporate seal ofUnited States Fire Insurance Company on the 4th day of October 2022, UNITED STATES FIRE INSURANCE COMPANY Alfred N. Wright, Senior Vice President c� Z O GU V GJ t/1 V LU �7 Ii a O 20 O� LL ®, O a Z a W ~ Fa- W z m TP re, o Lul 11 CERTIFICATE OF RESOLUTION The undersigned hereby certifies that the following are true and correct statements: r 1. That the undersigned is the —.�------_ —.------_-_-_ (Msert vile) of -��N_((fLJflRi�i�_ _ O -- -- .----- (insert business name) a business organization, i.e. corporation, LLC, LLP), Organized and existing ingood standing under the laws of the State of (Firm), and that the following Resolutions are true and correc esolutions adopted by the C:XCL G� _ _ _ (insert form of management) of the Firm on the J27-day of�20 P 'a a6ordance with the laws of the State of (where Firm is organized of the Firm, and (governing documents) of the Firm. /RESOLVED, that the Firm shall enter into that certain Contract between Palm 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 r �C� --_-- a./ _, the — of the Firm, is hereby authorized a dinstructed to execute such Contract and -ui ch other instruments as may be necessary and appropriate for the Firm 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. the AWMIESS WHEREOF, the undersigned has set his/her hand i affixed the Seal of the Firm d o , 20--:r� _- . _ (SEAL)—_._. �II (Print Name :d Title) oq ,-STATE,OF F� C[]UI�7.TI' OF Aim��.�-- The foregoing instrument was acknowle ed before me by means of Ic'-_physical presence or ❑ online notar' 'on, this --- -�'_ day of _ 20 Z-- by-/�/�'� -- a-_ (name)aS - (title) for (firm), on behalf of the (choose one) corporation y company / artnership, who is ❑ personally known to in � or ❑ has produced __,tq?pe ofid�t { 1 d n fication. (Stamp/Seal) CC-1 N C nmi��Ipl — - - — y Commission CONTRACT STATE OF FLORIDA ) }ss. R2023 0255 COUNTY OF PALM BEACH } This Contract, made and entered into on h1AR 1 4 N23 by 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"): WTINESSETH: 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 CONTRACT STATE OF FLORIDA ) )ss. R20.23 0255 COUNTY OF PALM BEACH ) This Contract, made and entered into on gR 1 UM ___, by 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 (S) 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 CONTRACT IN WITNESS WHEREOF, the Parties have caused this Contract for Pathway and Minor Construction Continuing Services Contract, Project No. 2022063 to be executed and sealed the day and year first written above. F AA► APPROVED AS TO TERMS AND CONDITIONS Morton L. Rose, P.E. Director of Roadway Production CONTRACTOR: WYNN & SON ENVIRONMENTAL CONSTRUC COMPANY, INC. B�: " (SignatuS q) Am*(cNarne) a 74lL-,11� -- -- corporation (insert state of incorporation) ,-IV/ fG N'v (Print signatory' ame) -� -L (Print signatory's tit105 . • �2 (Date) (Corporate Seal) ATTEST WITNESS: (Printness Name) C-2 CONTRACT {SIGNATURE PAGES CONTINUED) ATTEST: `aea0\4\g7j Joseph Abruzzo Clerk of the Circuit Co 3c' OS, is M111 /01 APPROVED AS AND LEA By: U ^� OR�� a�ja-� gas i ,ORM eta B. Herman County Attorney COUNTY: Z023 0255 MAR 14 2023 Palm Beach County, a Political Subdivision of the State of Florida, by and through its Board of County Commissioners B gg Weiss, Mayor C-3 CFI' 20220483895 OR BK 34001 PG 1014 RECORDED 12/7/2022 1:42 PM Palm Beach County, Florida Joseph Abruzzo, Clerk P PUBLIC CONSTRUCTION BOND gs: 1014 - 1019; (6pgs) BOND NUMBER: 602-136208-8 BOND AMOUNT: $1,000,000.00 CONTRACT AMOUNT: $26,200,000 CONTRACTOR'S NAME: Wynn & Sons Environmental Construction Co., Inc. CONTRACTOR'S ADDRESS: 7268 Belvedere Road _ West Palm Beach FL 33411 CONTRACTOR'S PHONE: (561)686-6077 SURETY COMPANY: United States Fire Insurance Company SURETY ADDRESS: 305 Madison Avenue Morristown, NJ 07962 SURETY PHONE: (973)490-6600 OWNER'S NAME: Palm Beach County 1�. co 11 OWNER'S ADDRESS: 2300 North Joy Road, Suite 3 W-33 West Palm Beach, FL 33411-2745 OWNER'S PHONE: 561-6844150 PROJECT NO.: 2022063 DESCRIPTION OF WORK: Pathway and minor construction PROJECT LOCATION: Countywide LEGAL DESCRIPTION: No legal description is available. The best description available is as indicated on the Project Location above. PCB-1 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 firmly bound unto: Palm Beach County Board of Countv 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. WHEREAS, Principal has by written agreement dated____, 20__ , 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 Engineering/Architectural 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 makes 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 attorney's fees, including appellate proceedings, that County sustains because of a default by Principal under the Contract; and PCB-2 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 Performance, 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 255.05, Florida Statutes. „+,t"'':"" t...a f. Any action brought under this instrument shall be brought in the state court of competent jiirisdictioA ih " Palm Beach County and not elsewhere. r (Seal) Wynn & So Environmental Construction Co.; inc.- (Print Name Witness 6 (title) (Print Name) (Title) -- — •- _- (Title) (Seal) United States Fire Ins rance Company By: Brett A. Ragland (Print Name) Attorney -In -Fact and Florida Licensed. Resident Agent PCB-3 PUBLIC CONSTRUCTION BOND PROJECT NO.: 2022063 DESCRIPTION OF WORK: Pathway and minor construction PROJECT LOCATION: countywide SURETY COMPANY: United States Fire Insurance Company SURETY ADDRESS: 305 Madison Avenue Morristown—N-) 07059 SURETY PHONE: (973)490-6600 BOND NUMBER: 602-136208-8 BOND AMOUNT: $1,000,000.00 CONTRACT AMOUNT: $26,200,000 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. As a duly authorized Attorney -in -Fact for the Surety, United States Fire Insurance Company _ , permission is hereby granted to Palm 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 POWER OF ATTORNEY N1TED STATES FIRE INSURANCE COMPANY .tNCIPAL OFFICE - MORRISTOWN, NEW JERSE _ 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 A Johnson, Jr., Brett A. Ragland each, its true and lawful Attomey(s)-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 die 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 Attomey 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 Attomey 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 ofthe 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 attomey or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article 111, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, maybe signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time maybe 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. MPA ISSA H. VALESSIO NOTARY PtOK OF NEW JEW ComnOmlon * W125M i1p CaWM1WM GeV= .Iym d"' - W 6 1Q.iti� 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 theca(�rfsorata seal ;f United States Fire Insurance Company on the day of 20 1) UNITED STATES FIRE INSURANCE COMPANY Alfred N. Wrlg'ht, Senior Vice President - INS ►NCEISURETY BONDS JOHNSON COM PALMY December 6, 2022 Palm Beach County 2300 North Jog Road, Suite 3W-33 West 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 lketOtg Attorney-Iand Florida Licensed Resident Agent P.O. Drawer 672 • Orlando, FL 32802-0672 , 801 N. Orange Avenue, Suite 510 • Orlando, FL 32801-5202 (407) 843-1120 (800) 331-3379 • FAX (407) 843-5772 c� z 0 w z O 0 L- LF- 1� 0 ¢U Q' i- z O U m w 4` z t- U w O m CL w 4 z w 0 r U h� z: O v w a n. LL O w Q. D a- U w a a A OE a oM cui o .st v a« c a duocne , m a=r j C M O d C O Cgg o u E- �as�10 o Eu N Wt;" ; A� � w a► ur a� o o a Apr U � � mc Q o O wr- d C O U CL O � 4 ® Q O R - O Y N p m O G S 0 t— °aET > :• o 0 w N bOf Q C O cc: E u 40;t_-«u= A ty' �M,w� xo 0 � C, a u Q m a Egr m a O a V v 3 C-VQO d a0+ E U 'O ppi Cyi O M E U O g y O w V d a O u a o o V u r o a LA y to E az 0 z V000Qo cn °1e�'Lim d ` uaA=2a rn�s,QMao https:lldiscovet-.pbegov. org/oebo/Pages/Documents. aspx PC-1 gT! G z E a39 OESO SCHEDULE 4 — SUBCONTRACTOR/SUBCONSULTANT PAYMENT CERTIFICATION A property executed Schedule 4 shall be submitted for each Subcontractor/subconsuitant after receipt of payment from the Prime. The Prime shall submit this form mirth each payment application or invoice submitted to the County wherr the COUNTY has paid the Prime on the previous payment application forservices provided by a Subcontractor/subconsuhant_ All named Subcontractors/subronsultants on this form must also complete and submit a separate Schedule 4 after receipt of payment if the Prime is an S/M/WBE, c repletion of a Schedule 4 is also required to document all portions of work 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 rec (S u bcontractorAubconsutt ant Name) (Monthly) or (Final) imyrnent of $ from ifrime Contractor Name) On J / for my _ _ Invoice for labor and/or materials supplied MM DD yyyy Month On (Project Name) (Project No.) DEPT.: _ TASK OROER/WORK ORDER/DEUVERY ORDER/PURCHASE ORDER/NO.: PRIME CONTRACTOR/CONSULTANT VENDOR CODE: SUBCONTRACTOR/SUBCONSULTANT VENDOR CODE: if the undersigned intends to distribute any portion of this payment to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule4. Name of 1" 1311 tier Subcontractor/subconsuftarrt (Signature of Subcontractor/subconsuitant) STATE OF FLORIDA COUNTY OF Price or Percentage: (Name & Title of Person executing on behalf of Subcontractor] subconsultant) The foregoing instrument was acknowledged before me by means of C1 physical presence or 0 online notarization, this day of (year), by acknowledging). Personally Known OR Produced Identification of person Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Type of Identification Revised 12/31/2019 hops: //discover. pbcgov. org/oebo/Pages/Documeras. aspx PC-2 CF FICATION OF SUBLET A X PALM BEACH COUNTY ENGINEERING AND PUBLIC WORKS DEPARTMENT ROADWAY CONSTRUCTION SITES PATHWAY AND.MINO.R CONSTRUCTION CONTINUING. 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, sell, 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 amountine to not less than 40% of the total Contract amount." Subcontractor I Name Subcontract to Whom Work Description Total Amt Sublet 1/'GJ�'N� !r" �'►�-n 5 ►' i+�-� fig � W� � � S� I��.�.� J / c-e t ^,1'V (/li � /t44,Jff 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 Beacb 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, or 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_ `� x+.h' Company Name:A,�f1 Authorized Officer: (grin Address: 1. G 4)c4,,e�fc'•1t �� Signature: �.,._. SW-1 CL 3 3 LU } LU \ = co 5 S w § e ) j � i ± \ / \ 2c=a 0 -m=m )(§(/( <ocoo =o ! ! 4 f + < } \ a § LU ƒG # ) / a`oR" CERT. ,ATE OF LIABILITY INSUR► �E DATE (MMroD,YYYY) 1211212022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(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 endomement(s). PRODUCER CON CT NAME: Atlantic Pacific Insurance 11382 Prosperity Farms Road PHONN E . (561) 624-1800 C �. (581) 626 3153 E-MAIL ADDRESS: INSURFR(S) AFFORDING COVERAGE NAIC rt Suite 123 INSURER A: Security National Ins Co 33120 Palm Beach Gardens FL 33410 INSURED INSURERB: Auto -Owners Insurance Co 18988 Wynn & Sons Environmental Construction Inc INSURER C : Lloyd's of London INSURER D - Bridgefieid Employers Ins. Co. 10701 7268 Belvedere Road INSURERE: Travelers Propery Casualty Company ofAmerics INSURERF: VJ•st Palm Beach FL 33411 COVERAGES CERTIFICATE NUMBER: 2022 Master REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE of INSURANCE 04SD INVD POLICY NUMBER POLI%F MMIDDKYYY POLICY EX N&11DD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,ODO,000 CLAIMS -MADE © OCCUR PREMISES Ea occurmncto $ 100.000 MED EXP (Any one person) $ Excluded PERSONAL&ADV INJURY $ 1,000,000 A Y SES17995801 07/03/2022 07/03/2023 GEN'LAGGREGATE UMrTAPPUES PER: GENERALAGGREGATE $ 2,000,000 POLICY � PET EILOC PRODUCTS -COMPIOPAGG $ 21000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE UM Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) - $ - g OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY 5173751502 07/23/2022 07/23/2023 PROPERTY DAMAGE iPer acdtlent $ PIP $ 10,000 UMBRELLA LUIB OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE S 1,000,000 C EXCESS LIAB HCLAIMS-MADE. SCX1036122 07/03/2022 07/03/2023 I RETENTION $ 0 DED X $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERIEXECUnVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIA 0830-39458 07/03/2022 07/03/2023 X1 $TA UTE I X EORµ EL EACH ACCIDENT $ 1,000,000 EL DISEASE- EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY UMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below Scheduled $2,398,555 E Contractors Equipment QT-660-3E978765-TIL-22 05/0312022 05103/2023 Rented/Leased $250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Adddional 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 CERTIFICATE Palm Beach County Engineering & Public Works Roadway Production Division 2300 N Jog Rd 3rd FI West Wing West 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. AUTHOR® REPRESENTATIVE 01 le- /�- U TS/titi=LUla AI:VKU L-UKr %Jr -AI I%JM- MII 119111.11oac1rcu. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD Participation Form _-__SmaRBusine.ss Enterprise_(SBE)/Affirmative_P_rocurement T.nitiativ-e--(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 Enterprise (SBE) participation/Affirmative mative Procurement Initiative (API) of % at the end of this project. The Contractor's proposed Minority/Women Owned Business Enterprise (M/WBE) goal for this project was %. The Contractor achieved a Minority/Women Owned Business Enterprise (N /WBE) participation of % at the end of this project. CONTRACTOR: WRIUNIZENVAIM DATE: CONST-1 CHANGE ORDER --Owner Initiated - Differing Site Conditions _ Zoning/Code/Ordinance Changes Errors/Omissions/In Design — Quantity Overruns/Underruns--- Request By Another Agency/Outside Party: 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 Sum was $ 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 Sum including this Change Order will be $ The Contract Time will be increased by. () 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 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS • •' ENGINEERING & PUBLIC WORKS DEPARTMENT fi P. O. BOX 21229, WEST PALM BEACH, FL 33416-1223 2bJt[t� REQUEST: ❑WORK ORDER NO. []NEW AUTHORIZATION CHANGE ORDER NO. SUPPLEMENTAL NO. ❑OTHER: PROJECT LOCATION/LIMITS: PROJECT NUMBER: CONTRACT NO: — REQUESTING DIVISION: ❑ROAD & BRIDGE TRAFFIC ROADWAY PRODUCTION ❑CONSTRUCTION COOR. FISTREETSCAPE INFORMATION: DATE REQUESTOR COMMISSION DISTRICT NO: RESOLUTION NO: PBC PO NUMBER: BUDGET LINE ITEM: CONTRACT DATE: _-�---�•�— =ram--�---�-�.�-- �..--�-� CONTRACTOR/CONSULTANT/VENDOR: VENDOR # CONTACT: CONTACT PHONE NUMBER: Details: The total amount of this request, per the attached documentation, is not to exceed $ The Contractors proposed Small Business Enterprise (SBE) goal for this project was %. The Affirmative Procurement Initiative (API) placed on this contract was % . The estimated SBE participatioNAPI for this request is %. The cumulative SBE participation/API to date for this Contract including this request is %. The Minority/Women Owned Business Enterprise (M/WBE) API for this contract is %. The estimated MIWBE participation for this request is W The cumulative M/WBE participation to date for this Contract including this request is W Palm Beach County Engineering and Public Works Contact: Albert 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 FORM OF GUARANTEE BOND NO, 602-136208-8 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 Minor Construction Continuing; 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 constructed will fulfill the requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our work, together with any work of others which may be damaged in so doing, that may prove to be defective in the workmanship or materials within the warranty period of one year frorn the date of Final Completion of all the above named work by the County of Palm Beach, State of Florida, without any expense whatsoever to said County of Palm Beach, ordinary wear and 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 continence corrections of defective work within five (5) calendar days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida, we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand. County and (contractor, engineer, architect as applicable) agree that the provisions of Florida Statute Chapter 558 shall not applyto this contract. Dated (notice of completion filing date) SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY By: (Signature) (Printed Name and Tit% ) _United States Fire Insurance Company (Seal) urety) Brett A. Ragland By. Attorney -In -Fact and Florida Licensed Resident Agent (Signatur) (Printed Name and Title) CONST-4 POWER OFATTORNEY 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. Harris, Joseph D. Johnson, Jr., Brett A. Ragland each, its true and lawful Attomey(s)-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 (S7,500,000). This Power of Attorney limits the act of those named thereinto 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 Attomey 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 RI 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 behalfofthe 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 attomey 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 seat of the Corporation. Article Ill, Officers, Section 3.11, Facsimile Signatures. The signature ofany 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 maybe 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 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. MELISSA H. VALESSIO NOTARY PU9l.lC OF Iii:W SM C4trrtdeel0n t W125M 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 frill, true and correct copy is still in force and eff ert and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the carpi?ht- seal of United States Fire Insurance Company on the day of 20 ' UNITED SI'ATES FIRE INSURANCE COMPANY .lifted N, Wright Senior Vice President CONSENT OF SURETY FOR FINAL PAYMENT BOND NUMBER: PROJECT NAME: PROJECT LOCATION: PROJECT NUMBER: CONTRACT DATE: CONTRACT NUMBER: 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 County, 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 120 (Attest) Witness Signature (Witness Printed Name) (Seal) (Name of Surety Company) (Signature of Surety's Authorized Representative) (Printed Name and Title) CONST-5 FINAL WAIVER AND RELEASE OF CLAIM KNOW ALL BY THESE PRESENTS, that the undersigned, tq induce the final payment in the sum. _ of $ and other 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 Company Name BY Signature Print Name Title 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 ❑ 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-6 Form 1 STATE OF FLORIDA COUNTY OF Before me the undersigned authority in said county and state, personally 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) on project No. the individual Me and OR who, doing Road County, Florida, under Resolution No. the day of knowledge that: doing business which firm is the contractor; business under the trade name of is the contractor, with the County of Palm Beach dated 20 ; that the deponent knows 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 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 has caused the Instrument to be executed on its behalf by its and/or its duly authorized attorney in fact, and its corporate seal to be hereto affixed, all on this day of , A.D. 20 SURETY COMPANY (AFFIX SEAL) It's Attorney in Fact (Power of Attorney must be attached if executed by Attorney in Fact) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of 120, 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-8 OF RECORD OF CONSTRUCTION MATERIALS AFFIDAVIT (NAME) (TITLE) (NAME OF FIRM) 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 (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/partnersliip produced (type of identification) as identification. (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) CONST-9 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 Signature Print Name Title STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of 0 physical presence or 0 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 0 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-10 DISBURSEMENT OF FINAL PAYMENT TO SUBCONTRACTORS DATE: PROJECT: TO APPLY TO FINAL ESTIMATE NO. PROJECT NO: 20 - - -- - - - --- - -- --- ----- -- - --.--- ----------- ; pnme contractor or-the—abow 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 Sub -Contractor or Supplier Sub -Contractor or Supplier Sub -Contractor or Supplier Sub -Contractor or Supplier (Use Attachment for Additional Sub -Contractor or Suppliers) Amount Amount Amount Amount Amount 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 Title STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarisation, this _ day of , 20_, by as for , on behalf (title of officer/member/partner) (name -of corporation/company/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-11 DIVISION OF CORPORATIONS s " Jlyi;l�r JJ 'Org r'J��Pry��,V1,f���> :` en ..Ihr t,rtr �t 17 rulrt C�Fi�tment of c so / 4i_vic[ga Coroora :uns / 5&Mr R�cp .5 / Sawn Gv Entity Puma / Detail by Entity Name Florida Profit Corporation WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO. INC. Filing Information Document Number S80802 FEI/EIN 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 & Addresa WYNN, DANIEL P 7268 BELVEDERE RD W PALM BEACH, FL 33411 Name Changed: 04/29/2009 Address Changed: 08/19/2008 Officer/Director Detail Name & Address Title P WYNN, DANIEL 7268 BELVEDERE RD. WEST PALM BEACH, FL 33411 Annual Reports 12A2,122, 12,59 PM wolcorre to uui Rt3vanMge venanr zse« a.annce r-o-zai: none (-'/,.Gl F.,111C'AVafiltage Welcome to Palm Beacoup s 'Vendor { h C�'Pivacv c)nr` ,i Self -Service (VSS) Registration System Asa registered vendor with Palm Beach County, VSS provides you with the following features: Business Opportunities: Construction & Non -Construction Solicitations; Email NobfiCationS of Business Opportunities; Public Uzar 10 Access to Business Opportunities rickl2105 FinancWi kp Factions: View Payment History; Review Currently Held Master Agreements ...... Vqnndctr A22ount Mgintenano- Addresses; Contacts: Commodity Code Selections (Vendors must select NIGP Commodity Codes for Legin the good(s) and/orservice(s) fty provide in order to receive email notifimffons of business opportunities with Palm Beach Conty.) PassNcrd Reset Office of Equal Susiness Opporignity_ SrnallJMinotitylftrnan Owned Business Enterprise (SlMNVBE) are encouraged to click on C'Ick thr Rani=ter the Office of Equal Opportunity (OE80) link above to Isom how to burro-rs to register a certify their business with Palm Beach County. ALL vendofs must s:;�i4tirg be registered in VSS PRIOR TO beginning the SIM NBE Eucor L ii �i ri LSf,L Certification pmcass_ Recj3strir For best utilization of the VSS Registration Sys em, please ensure pop-up b1ocRers are disabled and you are using one of the following certified browsers.- Microsoft Edge, Firefox, Safari, or PublicAccess ! Google Ghmme to complete the Ver►dor Registration. For assistance in registering, please use the VSS New RegiSO-ation User Guide to guide you through the registration process. If yQu are a current vendor, but have not activated your VSS account, please use the VSS Activate Existing Account Usnsr Guide to complete your account activation. If you need further assistance, or have questions, Palm Beach County VSS Rss'istance is available Monday through Friday, 8.00am-5:00pm EST and can be reached by calling (551) 516- 6800 or email at PRC',r'Pl'rr' ,�con�,r.pT,- Thank you for your interest in doing business with Palm Beach County.. We look forward to working with you. Announcernents User Guides and ForrinS 06102f2021 ATTENTION VENDORS - Click on a form below to either save it o If you are a landlord working with the your desktop or open Community Services Department for it in Adobe_ rental assistance on behalf of your tenant please contact 3554792 or email GSDI_andlord@pbcgov.org for assistance. �, 04/23/2020 SS ouict i? gr rtc�C�r_sidL;; r ATTENTION VENDORS - Sp{ $ Beginning February 3, 2020, ALL Vendors Navigating SQ6citations in VSS Video 1ittpssl.pbcvssp.co.palm-baach_ft.usAva-bapptvssWAltSelfSenrinejsession4=000D igZgGKXX9rAsGvzlanQ5ZMr1_-9?fimeoutRe6oad--truu 112 00 00 '« a Z P. r C7 � as tb CA n fv NI tr r„ > C ni tD m �. 00 3 tL Qf -Z�l ID X '=- � ro oro N IV n hjrD T !r N 4fi e aj sm � � 3 .-r NV� rr O rY :71 rD 0 ro O CD C (D fD C fD CD r. ro rD 4i 00 0 to o a M n N o p lb O Q� M rD M C." Q l4 � a t rD a ro � a =� A U7 3 L" Q m 4' — n r� 5v D CD "M [D Q a ro - ro n n f4 ro O 1 i a� j S rD -V C L6 CD rD m- 0 w a - ro o � � O N fD � � n CeT to a� V rD o a to ❑. n � cn O Q ro m CL OL ra N m co a e fls m rt ro JCL '4 6 zr Cr Oi n a 0 e CL n ft) ru n m GR O CL A G D '4 n 0 C 7 VIM L Ln r� s � a m "' to CA IN N � h Q) O eD 3 O Q O a N m O rb o C � �O Do J (7 to A W N -- O-- ..-. �] z z � � ■ W J to Y, o o a .-. .-. Z �, ;� a o 0 y o 0 0 0 0 0 r o J o o m m m S. w m w CD m F 0 � � � � m � o. � � X k K R� .gyp •e �e � 00• > CD CD n a a n 0 � c c° c c � °O °° n w w �_ O :h b c C O 0 O [27 O O O O d v w W 7 C. C. O-' J A 3 3 3 x W w o C7 .a T oa c"o S� t� CD fC !0 N N m O 'a A x rn O O O S Q. n ,'] d m H n j Q n V N O N O IQ ov x owC o N 24 y ri � a � Z O c z n n n n O O O O O o o 0 0 0 0 o O o 0 o O S S o o a n cn n n 69 65 69 69 6e 69 69 69 bq 69 6e 59 6, 69 69 > o; ,m - a� _o O O w vD N l N J to O O oo w J O O oo N S O O O O A C A O 0 CDiA 0 n 0 0 in 0 0 0 O 0 O 0 O 0 Cn 0 to 0 O 0 O 0 O 0 O 0 O 0 69 O 0 69 O 0 O 0 69 y 3 H 69 69 69 69 69 H9 69 69 69 69 Vf 49 69 69 E!9 69 C 7 — � � A , H L.v 00 N A A �O 00 �o 00 00 O� N to O J cn _ J 00 00 Oo 00 A H W to in 10 'O 00 A J O 00 tJ to O J O, w w 1.1 O tJ w ON O, O w A H9 69 69 69 65 69 69 69 69 % G/i 69 fH 69 69 69 Vl 69 69 69 of O O W to N to N J Upp N O oo w J OO O 00 N S O O O _ S O O O = O S S O O O O O pO O S O LA 69 69 69 O "� h 69 69 69 69 69 69 d9 69 69 69 60 69 69 69 69 V! 3 � w W N H O N O N J N w 00 N O O O O 3 O O O O pOto G. O S. O CD O O to O Cl O O O O CDO O O O O O O O O O O O O S QO QO QO QS >Gns IIJ m x W of the Agreement if Engineer does not transfer the records to the Village. Finally, upon completion of the Agreement, Engineer shall transfer, at no cost to the Village, all public records in possession of Engineer, or keep and maintain public records required by the Village. If Engineer transfers all public records to the Village upon completion of the Agreement, Engineer shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. Engineer shall be entitled to retain a copies of documents it creates for record purposes, pursuant to the requirements of this Article and Chapter 119, Florida Statutes. If Engineer keeps and maintains public records upon completion of the Agreement, Engineer shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to Village, upon request from Village's custodian of public records, in a format that is compatible with Village's information technology systems. IF ENGINEER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO ENGINEER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT Imm illiams(a—tequesta.or2, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. ARTICLE 25. ENTIRETY OF AGREEMENT The Village and Engineer agree that this Agreement, including Exhibit "A" Fee Schedule; Exhibit "B" Engineer's Proposal submitted in response to Village's RFQ, which is hereby incorporated into this Agreement; and all required insurance, licenses and approvals required by this Agreement sets forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terns and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered except by written instrument executed by the parties hereto. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Page 9 of 10 N o y A O w �O w Do W J w T z A IiA r] W O U H N w A w w w N W W O N �O N 00 N J N O, N U N A N W N N N .- N O A A A lin A N N Oh N 1?1 z a Z s z '% z a z s w .t> w A w A w A w �O w lO a s %A w U w N w w_ .1w.. In .� ro ro ro ro ro ro G ro < ro < In C cn C co CC c CDc CD 3 a 3 N 3 0 3 'pC (p @ (C co a fD R3 n Cy: co0 c co co CD go C C i C C 1pCD 7Z CD cD 'ti cD p co 'ti cD cD �. oo C w 3 oo ao 0 oa 5' 0 o' 0 Ti 0 o 0 O 0 w cxo 0 pj () pp n s a 9 aR a a CD 'O 'V�i C, 0LA 0tA LA ° 00 o a _y _ o o m m :. i7 a r r n m z a 3 = = CD con v v m v w v o ti z o w v o N 4 cf°D ccoo N N z 0 0 0 o W z,r.r 5 oo z 0 a co a n l 1 O U O O O O O O O O O O O CD O O O O O O O c Q O p O O O 8 O S pU O oO O r) O cn CA 69 69 69 iA 69 69 69 64 69 69 6e en 69 69 (Al > o� ,m a� =o �Op� O O O O O O O O N J U O+ U O �O �D U O N S O O N S O O w J J -- w J J U pN O N S O O CDO o O O o O 0 O 0 O 0 O 0 O 0 O 0 O 00 O O O in O U O O O O O y 0 3 69 69 0 o C. 0 0 o C. 0 69 69 69 69 69 69 59 en fie 69 69 69 69 En 69 69 69 69 En ° ao e e A A _ V. Oho A Cl �D J J W A J J r _ Oi O� J N A �D 91 J 91 O� U p� A N A 00 W N U O D\ w A w 00 U A 9 n r' ON .J t J W 0 N �D O� C, ON O J O U oo �p w A �l J 00 00 U O� O� lD 00 p �p 69 69 69 69 69 69 69 69 69 69 69 69 69 69 6e 69 69 69 69 69 69 69 ° A � O O O O O O O O N J U Op U O O O O O O O J J J S p S S Cc, p p S S O S p S O O LA 69 69 SO OO OOO20 O (A O O 69 69 69 69 69 69 69 69 69 69 69 69 69 69 6e 69 69 69 69 � O 3 � A NNp �D 00 10 00 r U U vp U N O N O N O N O VUi O A N O� N N O O O N o ° B 7 O to S O (n S tJ O N Q� Op O pO �O O O O O O O O pp O U p O O C cn C n O O PIP O pO O S pO O S S O O 8 pO O 8 pO O 8 pO O O 8 O pS O 9 pO pO— O 8 O O N D\ W N O. O, O Co � to Oo In 'A to O� to to Cn A to w to N In to O A �O A 00 -1 O\ U A w N A w A N A N A N A N A N A N N N N N N N N N N N N N N N N Ci 10�n �A ; ,�n'A O ? m O, m A lr ? O N W O� -- O �O �O (A A to N W D\ W O, is cn rr T ^' o U N o o LAcn LA a K << co a 3 ato _ _ C1 S to S Nco N CD I:zl S S < R O O n VJ N {Ii N N v b ❑' _m oo x o x < < o o m c too 0 =� coo o 0 � G C7 c c c 3 c c co w _� a < <tz _< < < CD a c a a V v < x N c xCD Q w n a z CD w ;, c S s o o 00 a o c o _ ZA N 1 < C, coR. � _ CD' "O h -0 b xl 1 � 0 0y n co a a x z a o N � Wr � z c z n z 0 69 io� 69 69 69 69 69 -s 69 69 'A d9 69 69 69 69 69 t) 69 69 z bi O O O O O O O cn cn cn O O cn Cn q S S O O S S S S S O a a a a a a a a a a a a a a a a a> 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 i" 69 69 tA 69 609 iA y o eo m arb = o N O� N N .... .-. .... N l/1 to .-• cn A D\ A O, a\ H O ppw O O O O O O O S � LA O S A O O O O O O O O O O O O O O O O O pip O Opp O O O O O O O w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 69 69 69 eA in 109 69 69 69 69 69 69 iA 69 69 69 iri (A 69 69 fA 69 69 io% � 0 00 C e _ e e e 00 w �O N w to 00�O A W A N O� W w O N �l N00 A H �D 00 Ow S w w w 7 ee u _ Do w H J N O N A �l �O oD b O� N oo A J A N O h Oo w a AN ? 0o p J v s n 69 69 69 69 69 69 69 69 69 69 69 69 65 69 f/9 69 69 69 69 69 69 6% 69 69 7 N �' cn N In O w to to N U IJ tp to IJ IJ tp O, p0 ON In `p 7 O O O O O O O O S O O S � p pp p S m S S S S S S O O S S S S S S S S 00 C. C C. S S S C/ 69 69 69 69 69 69 69 Vi 69 69 69 69 69 6e b9 69 69 69 fig 69 6A 69 69 69 O O � w O T '00w p ci tOo N O cn to NO 0o O Cto Ooo YDD\ VO O � 00 oo C O Ok O ON OO O O OO 00O S S S S O S S S O S S S S S S S S S S S S S S S N 00 0o Oo J Oo O, 00 V1 00 A 00 w 00 N 00 0o O J ,O J DD J J J O, J cn J A J w J N J J O O, �D Q, Do O, J O, cn A A A A A A A A A A A A A A A A A A A A A A A w w w w w w w w w w w w w w O O Q a opo Oho oho W 0000 do J J J J J J J J N N N N N N A A A A A A A A A A A A A w O Ow0 b w w A w to N A 00 to OAo O, A w w 0, A m Q, A 00 3 a o a> a x x x xb x xb xd c c c a co io co � co f� n n� o O o 'do ^moo dro ro b ro ro ro o � o z a n n a a a o io `° � .�y .ti .9 w •y ro ro ro 'e ro 'v ^e n a a n a a v' v' v" � v' � •o' � v' � co co � � � � � co .D• � .D. � n n n e < < < < < to to co to < ce < < < n o A Oo Ow, A Do V. R a v. v. v. � � � � < < G f� (7 C] C) (•) n Ci Ci � z a w N A n g y Ei N M. N 0.Bi N VI N V! N UI ro ro ro V1 N Q, A 00 VI N rr v to N � z W z c� z 0 69 69 69 69 6e 69 69 69 in 6e 69 69 69 69 69 69 69 69 iA io� 69 z .. cn o 0 0 o cn tCo O to O O lNn cn 0 to 0 0 cn 0 to 0 vi 0 vi in cn cn cn o o '� py 8$ S 8 S 8 8 8 S. 8 S S S S S S S S 8 0 n 00 S S S -3 m m m m m r r r r r r r r r r r r r r r r r r 69 6e 69 69 to 69 69 6e d9 69 69 69 49 6e 69 V% 6e 69 6e 'A 69 6e y c o; ,m = a� =o 00 ,O 10 ID ,O 0, O, ,D o ,0 0o ,O a ,O ,O ,O 00 ,D A N O ._ J A _.. A � ••- - J A N CO _ A _ _ O 0 O 0 O 0 O 0 O 0 O O O O O O O O O O o O O O O O C to O 'Ji O O O 0 0 0 0 0 0 o p 0 o O O o 0 0 O 0 0 0 3 69 65 fA 69 69 5q 6% 'A Ids iA 69 6e fA en 69 69 69 6s rn fn 65 6e 69 'A _ C = _ A A ro , A 4, O 11 ,O �-' a, O, �•-• J _ .-. w O, A O, N O 0, J N O, O, A �.-. --• J to A O J cn .-. 00 O, 'i u �• J H N ON, w J N O N �p O O 00 O, CI1 J N N O, O `"� A tJ� �, N ,O N 0, tJ O 00 W J W O Q, A Q� v W N J cwi� A 69 b9 69 fA fI9 in 69 69 69 6e 69 69 69 69 io9 6e 69 69 6e 69 'A fs9 69 69 N .-. .-. — � CC Q b ,O ,O b ,O Oo ,D _ A N _ O J _ A _ A .- J _ A N O A N O = w= O S S O 00 S S S S O S S S to S to S ,D S a0 S cA S !AU S O to cn O n , O S S S S .�• C 69 69 69 69 6'i 69 69 60! 69 69 69 E/i 69 69 6'> 69 69 69 fH 69 69 69 69 69 O = m O � A ,O A ,O 00 N A N O 00 J J N J A In �O 00 J J N N O v� cn p = '< 3 A O O O O '0O in IA O to in in O in to (n O O O = n VAi N O VJi O O O O O O O O O S S S O pO O m 8 81819 9 S. S 8 S 8 9 O S O S 9 8 8 8 S S S S S n n o 0 0 0 0 0 0 o z A O o �] z > 0 0�o O 10 00 ao J O\ to 10 A 10 W 110 N .- O �D cn O •-' to O - cn O A O A w to w to w A A O O rj O O Q It, It, It, It, O O O O O O Q tr, A w A w A A A A N N � a 0 0 0 0 0 0 CD 7 J N N CD N rn C� n o cw"o n cc o co a "f � a iP a p < toc n c a' oa 3 m 0 d w d d d m CL w `� m a T 3 c o _ a to "R W "� z G) a c n a 0O a oo a a a O cc C d < c °� �7 ,9 c7 f� Ao o rn A oo � CD o co CD O C C C N � Q y CD� C n a v p—' � m m` m 0 0 n 0 0 0 o ro d O C � n '9 `r1 "rl cr z n rA n n n fe 0 z 69 f�q 69 69 6s to be to 69 69 to to 6s _ O O p p O to O O O O cn cn N N N N O O O O m O O O O O O O O O O O O O O O O O O O O O r r r r m m m m m m H 69 69 64 b9 69 to 69 69 b9 6s 69 64 &s 6M 6e vi vS 6% to Cn 6e > C 1 m �1 A w N N N -- w N O N .--• oo 0 cA o cA C O N �o �o 00 �o W �o �L �o �o �o O � � _ Oo e' ft r+ C. r• O 0 cn 0 O 0 N 0 O 0 O 0 O 0 O 0 O 0 O o O O O O O O O O O O O O 69 bs O O o 0 o 0 0 0 G 0 3 vi 69 bs 6s 65 6s 69 65 69 b9 be 69 69 64 fA 69 65 69 6s e ao e � -s H N N N 00 O INn t`oo NNo t& • 0o C) aO Ooo oNo wAto bJJ AoAo Iwo JWA oo�JD AJD\ towJ� a, w 65 69 69 fs 69 b9 69 FA 69 69 b9 69 69 fe 6s b9 to b9 6s 6s 6s b9 C A w N ... �. _ o N W O N 00 �O tali %O V�i C O G N �D �o 00 �D 00 �o �O �D �O �D �O to �D O ooi 10 � 10 'o '0 p S 8 0 O O O O O O O O O O O O O O O �D O .D O O O .o O }O p )o O C O ft 69 fA O O O O O O O O O O O O' O � m , 69 69 69 b9 b9 69 69 69 69 69 69 b9 69 69 69 619 69 b9 69 o m w > m w 'n A 00 O O �o oo Oo O A �O 'p Oo A O A .-• 1 A A l to w w �p ^' O O O O O O J in O O O tJ cr O in O O A, A O oo �p to O O J W b � p T _ m 0 8 8 8 8 8 0 A O 0 8 cn 8 O 8 O 8 O 8 O S to 8 vi 8 O 8 PO 8 00 8 00 8 O O 8 0 m O �O oD J ON cn A w N O �O Oo W �1 (71 LA A W N O ..r z Z Z V1 VI VI In V1 V1 V1 lJl U In V1 lh In !� O O O O O O r 3 a { A ro ro ro 0 c c c w o 0 0 0 0 0 0 0 0 0 'm -' w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ^� O 'D 7 'C a ro ' O A A A A O O O O N A fD O f~D A R O fD A N O fD oO aO `x :d co co co $ co rn con cn cu co rn cc v o o m rn cn cr cn cn � ti v N cQo N N 0 0 N N o a � n � F w f w £ w E w E m E F w o 0 0 0 ❑ s s ° c� z c < ro n ro o p o ac as w vc c� f] c� m w Q x x d G) G) O w n C. OI Cl C� A A A 7 7 A 0ni O C.% c .SOS O CD CD r_G ti .C'"j C ~ 1 CD 'a �"'.�CD 00 n n aoa y c �1 �7 l7 0 S o < 3 n GroJ q m A °� °o <' <' `e' S < < o n o n Z C O n a N �' ° n a 3 A Er CD C) CD CN w z n n n n O p o H to O cn O l9 O S O O S O S In O Cn O to OO In O In O S N In N to "' S O OO ,� o C S rn a � Y �C -C C < �G -C �G �C �C �G �G �f m ro ro ro b9 b9 69 69 lus 69 1.1% 69 69 s y - � w a� - =o a N O O O O w In N N oo �D O, w O O O O to oo o0 O S �l cn O O �D to N N N N N cn to :0 N N N y N O O O O O O O O O O O O O O O O O to O C. O O O O O O O O O O 'A � O O O O O O O O O V. 69 69 69 69 69 69 69 69 69 69 6e 69 b9 H9 % 69 69 69 69 69 69 69 QQ C � A A - y o 0 0* w w o0 01 w w }o o cn �t PO Wa\ v U o �' 0 0 A' Ay 3 O LA �] N W N In LA cn •vA �7 w O\ W O as N 01 O !0 b O� 10 =� �p 69 b9 b9 69 69 69 b9 69 b9 b9 69 69 69 % 69 69 bi 69 69 69 b9 65 C N O O O O W cn N N 00 �O w w O O O O cn W oo O O O �l c,n C. 10 N N to N 7 O O O O O S S S S O S C, S O S cn S N N S N O In S �p Cl O S 0 .rS Cn 69 b9 69 69 69 69 69 69 69 69 69 69 69 65 69 69 b9 69 69 69 69 b9 p' O '1' 0 O � 3 a N U 3 Otwig O O N O O w O N D\ N v in O O O to O to O O O O O O O O O G O in O O O C8, �1 cn O O O O O O J N O O O O O O O O O O O O O O O O O O O O LA In O O O O O O O O S O 8 CODS S S S S S O O S O 0 0 i O 10 y to n J O W .j to to -I D\ U A w N .r O �n v� ►j .- to �l U vi cn cn .- � U to U cn U � v� .- cn cn to in .• to cn .� N t D 8. CD 0 z N ° r. CO W CrJ 0 CDaCD �' 3 m ww CD CD y co y CC fj V] (/] O a. m CD_ O O O z = y cn C4 C% N coW Cl.7 000 � 7 O v _ ro ro ° CD CD CD 0 B coy °. CD o v N ° c °CD 0 o y o5 C Q to° 0 a CD w z � S CD z ro y � z A �I Q O n O U U 0 N to O N O N U O N O O O r U O U O O U O ttA O O U O p q r� O 0 0 0 0 O O O O O O S 9V ^ 1l a a y y m 69 69 69 fs5 69 69 69 69 69 69 69 69 69 69 69 69 fA 69 a O Z � m — o O O O N N tNii LA O tAA O U U U �l U O O cNii O p O N !D S G A 0 0 0 0 0 0 0 0 O 0 O 0 O o O Cl O 0 O 0 0 O O O in y 3 69 69 0 0 0 O be o 69 Vi 69 69 fA 69 69 69 49 69 fA 69 69 69 fA 69 69 QQ `7 e � � A 1 W O 0 W O N Z U A O O a\ O �l O C, O O O O O O U O U O 0 S N OOo 0Oo w J J po w °� w �p � O w m �D 69 fa9 fA 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 d9 69 C A w N .• n O � O, A U O O U O O U O O 00 Oo N U N U N U O N U O N U O _ U U U �l U O O N U O N O O — N ,ir" y 7 7 C O 69 O 69 O O O O S S O S S O O 'o 'o S O 69 O 69 rA O O '� H 69 69 69 69 69 69 69 69 69 69 69 69 69 fA 69 O p 3 .. T N a,u tj8 N @ O o °o � U O O �D U fJi O U O O O O 0 O 0 O O O 0 O O iA O Ln O Ln O w U C O o O O O O O O to O O O O O O O O O O O O O S O S O S O 0 O I 0 O S O S O 0 O O O O O O -7 O to O 6 O 0 S 0 S 0 S y o o C. rn o, O O ,O Oo rb O J O, o U rn A W rn N-- rn o v n n to n n n n z Z Z z .r Z z z y C � v � A N GAo OW, A Oo -�i ., C� N _ _ _ O (OD N N COD O a O < fA S z (� '< °0 m ro ro ro 'o' o 0 0 CD w p91. CD CD CD m A� < CD CmY � a a N a cD a 5O ^ 7 -y d CD n A O m y .^ty E N_ ^ CD n O O CD m C CD m 0 0. C 0• W O, El N - r a,v co N CD m co E. co co ^ n w N p (] O' CD < 0 (� o 0 0 c Y n v Q c 0 CD CD° a w CD 0 p p DO DO m C7 m = CD c N C/ ro r o � = o z o z z n n C n n n O U O O O O O O O p UO O O p 00 '- O p p N O 00 U O U O 'AN O O Oc O UO O O 00 O O O m m r r r r r r r r m trl to cn rn 69 69 65 Els 69 b9 69 &A 69 69 69 a o; to a� O O O w N LA --I LA LA mN O O O O po U G O O O U U O O U N O U O O O O O S U O A O O O O O CD O O O O O O O O O O O O O O O O O O O O O O H O O O O O O O O O O O O 69 69 69 69 b9 b9 b9 69 f.4 Eo% 69 59 b9 69 EA b9 fA 69 69 65 _ T. _ eD y ,p �l :lD\ OQQ,,, U w �l J W w .W- N A W N Vali c-ji� QU. A to ,D tp O cn O, O O, -1 U m �D b9 1.9 69 69 69 69 69 b9 69 69 Vi b9 fA 69 b9 69 69 69 69 69 69 69 C 0O O O O O O O O w U U O O = O O O O C. pOp O O U O N O pO O U O O C O O pO O O O 00 O O U C ppO C 69 69 69 O O O = y 69 69 fA 69 b9 b9 69 69 69 69 b9 69 69 69 69 69 69 O is7 r A C =. N N O O W �l N O N "L J O, O 00 O U C Ln O 00 N N O Cp +G 3 U U O O O O O O N O U O to O O O � O in O O O O O "cn O O C. C O O O C O O O in O O = O O O O O O O O O O O O O O O O pO O O pO O O O O O pO O S O pO O pO O pO O O pO O pO O O pO O S pO pO O O O ro 0 N c [ ►° 00 n 4 y o0 00 00 00 00 0,0 � Oo � z r a r (ON O ip LA A w N O �O oo J �] z y (7, A w A w N A 'yny tin z a i0 z > Z a J � z a z s �] O �1 A N A Y, A tin A tNi� 'rJ r r r X k Z X Q 000 0-0 n A Cwn A A y z O O rZ y 't y n y fD 3 fD ('p a N BCD.9 t9 < m CDa 7y < c o x CD 0 w v' wc c a o o b c m a CD �' ° v ccr b o SD n C7 0CD y R° 000 a E a 73 � 00 a o w CD CD �z°r y v i, F n 0 O N z O o z co z z w 0 n r� z r� o � O O O O O 0 N O O O O O Cc)O O O to O O O O O O O O O O O O q 0 ^ \1 y m m m m m m m W cn m cn r r r r r c H 6s 6s 69 69 6s 69 69 69 69 64 69 69 69 69 69 69 69 69 'Y O � � m O O O O LA O O O O O O O cn O A cn �] D\ oo A N to CD O A O A O r cn to oD �I CL c A O 0 O 0 69 O 0 69 O 0 O 0 O 0 O 0 O 0 O o cn p M p O o 69 O 0 6s O 0 O 0 O 0 O 0 O 0 65 y 3 y 69 69 6s V% 69 69 69 69 69 69 69 69 69 QC o _ f9 A 1 in 'Q N -4 O. A w a, O w w 4 A O� O �1 N 00 A Do N J N A w 3 Cn In IJ J �l 00 tJ O\ D\ w tJ N 10 to N w In J c�ii 69 69 :i3 69 69 69 6s 69 69 6s 69 69 69 :f 69 69 6s 69 69 69 ng O O O O cii� O p O O O O twit O A cn -Q Opp oo A to r ro N O O pO 8 O S O O O O O O O p O 0o O pp O O J O G 69 69 69 69 O 69 R (n O � w 69 69 69 69 69 69 69 6s 69 69 69 69 69 O p 3 < � m e o e N v 00 o bo N O O 1 A J A N w _ O O A O J v O oo C 0 O H O OD O �1 O O O O O O O O O O O In O N O O O O O O O 7 r O O Vp1 O O O O O O O tpo O O O O O O S O pO O O O O O O O O pO O O O S O pO S O O O O m o � z z z z W z_ z_ -� r � � O c5o CD v P. 07 G7 Cd Z N co CO N N y 0 0=0 0=q CD 0 N C (D C tlQ O R° 0 cr cr o n N z W � z n n n n n O oLA 0 0 0 0 0 o otA a a a� 9 1 69 69 69 �, 6e a s; p ,m a� a� N N 'T G CC S O O W O N O 1 m A G J N O O O O O A O y� A O tA O O O O O O O CD 69 b9 59 b9 69 69 69 b9 ii7N 00 C 7 � � Z N .- J Oo O J to b J m ;i Ge 69 69 69 69 69 69 69 69 Hi O N N O w tA O ~ J N O O O O A O O O O O O O O O fn 69 O O a v=, 69 69 in 69 69 69 69 69 0 3 OD O �D J O U OS 00 O A y l 7 7 O s A ZIP O O O O to O O O O O O O O O O O CD O O O O O O cn O O O O O O O O pO O pO O O O 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-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 11 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. Thermoplastic Pavement Marking and Traffic Paint - Includes all labor, equipment, materials, etc. required to furnish and install pavement 27 marling 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 Machine, per hour, includes portable milling machine, all labor for actual milling and clean-up and satisfactory disposal of 28 milled material. Payment shall be based upon actual hours for milling and clean-up. Disposal of milled material shall be considered incidental to per hour rate for Portable Milling Machine. 29 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 30 pavement material. Unit Prices shall be based upon a 1" depth of milling. The contract prices will be adjusted in W' increments for other milling depths. 31 Root Barrier - Root pruning and removal shall be incidental to all root barriers Page 11 of 12 32 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 33 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 Specifications, Section 455, Structures Foundations. Per square foot price is forlTemporary or Permanent Sheet Piling actually installed and 34 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 acceptanceat no additional cost Item shall also include the filling, leveling and repairing of any washed or eroded areas, as maybe 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 fiunished 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 famished 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 Page 12 of 12 _, •spa(osd pagepi uQcpnAsuoo jo asn jelaua6 atp joj suopipuoa pua suuaa awes ayl japun ejsanbal jo a6ellh ayi of E90-ZZOZ Pe4uOD lvnNNv :)9d ayg spualxa 'aui suoS pue uuAM :Wewoz) stew li W04M os f ZOZ/Of/fO VIS3nb3l30 39V111A 9Hl L109-%9-L95 TIDE£ ll," V39 W1dd1sm 'Oa MOIA139 RM a l 3Nt'o3 Nou:)nv15ND31vtN moutmi SNos * NNAM Tj;RRAc0N RVICES, INC. (561) 743 -1129 Village of Tequesta - Public Works 345 Tequesta Drive Tequesta, FL 33469 Proposal 3/28/2023 # 13167 18241 131 st Trail North Jupiter, FL 33478 Job Name Village of Tequesta - Public Works 345 Tequesta Drive Tequesta, FL 33469 Qty Description Size Unit Price Total 200 Labor -- Tree/Plant Removals Along El Portal Drive MH 35.00 7,000.00 (Includes Disposal Costs) Trim Ficus and Seagrape Mass Off of Road (El Portal 750.00 750.00 and Golfview Dr) Contingency -- Irrigation Repairs ESTIMATE 3,000.00 3,000.00 Notes: Final grade only Where listed as ESTIMATE, actual value of repairs will be invoiced upon completion. PRICE GOOD FOR 90 DAYS - PROPOSAL TOTAL $10,750.00 All material and labor are included. In acceptance of this contract, please sign below and return with a deposit equaling 50% of the proposal amount. Customer Signature Date 18241 131 st Trail North • Jupiter, FL 33478 • 561-743-1129 VILLAGE OF TEQUESTA CONTRACT FOR MOWING AND LANDSCAPING SERVICES THIS CONTRACT FOR MOWING AND LANDSCAPING SERVICES is entered into and effective this _1st day of October 2018, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and TERRACON SERVICES, INC., a Florida corporation with offices located at 18241 131' Trail North, Jupiter, Florida 33478, 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 Contract whereby the Contractor shall provide lawn mowing and landscaping services for street median, rights -of -way and other Village owned or maintained areas as specified in Village of Tequesta RFP# 2018-03PW which is incorporated into and made a part of this Agreement by reference as if fully set forth herein. RFP# 2018-03PW is attached hereto as Exhibit "A". 2. COMPENSATION: The Contractor's Bid Submittal contain all pricing for the services contemplated by this Agreement is incorporated into and made a part of this Agreement by reference as if fully set forth herein. The Contractor's Bid Submittal is attached hereto as Exhibit `B". 3. INSURANCE AND INDEMNIFICATION: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in Exhibit A and shall name the Village as an "additional insured" on the liability portion of the insurance policy. The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement 4. PUBLIC ENTITIES CRIlVIES ACT: As provided in sections 287.132-133, Florida Statues, 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. 5. TERM; TERMINATION; NOTICE: Pursuant to Exhibit "A", the term of this Agreement is for five (5) years, commencing October 1, 2018 and concluding September 30, 2023. One five (5) year extension may be agreed to by the Parties as specified in Exhibit "A". This Contract may be terminated by the Village upon written notice to the Contractor pursuant to Exhibit "A". Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Terracon Services, Inc. 345 Tequesta Drive 18241 13I' Trail North Tequesta, FL 33469-0273 Jupiter, FL 33478 Attn: Director of Utilities Attn: Joseph Baglia 6. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agrees that this Contract is not a contract for employment and that no relationship of employee -employer or principal —agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the prevailing party shall be awarded attorney's fees, including fees on appeal. 8. CHOICE OF LAW; VENUE: This Contract shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Contract. 9. AMENDMENTS & ASSIGNMENTS: This Contract, all Exhibits attached hereto, and required insurance certificates constitute the entire Contract between both parties; no modifications shall be made to this Contract unless in writing, agreed to by both parties, and Page 2 of 4 attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the provision of goods called for in this Contract without prior written consent of the Village. 10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, 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. 11. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the 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 Page 3 of 4 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) 768-0685, OR AT Immilliams(akequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the date and year first above written. WITNESSES: Ayidre a f3c ATTEST: �Ili,�`Y�CW l.Fk Lori McWilliams, MMC TERRAN,SER�ICE By: JosXph BaglU, Vice On: Odtober / , 2018 (Corporate Seal) VILLAGE OF TEQUESTA ---gy: Abiga BrennaW,-Ma�or fin: r 13 , 2018 P0R,gQCi S'CoJemlolr SEAL (Seal) INCORPORATED: 4, A 4 of 4 N ADDENDUM NO. 1 TO THE CONTRACT FOR MOWING AND LANDSCAPING SERVICES BETWEEN TERRACON SERVICES, INC. AND THE VILLAGE OF TEQUESTA THIS ADDENDUM NO. 1 is meant to supplement the "Contract for Mowing and Landscaping Services" between Terracon Services, Inc. and the Village of Tequesta, dated October 1, 2018 and awarded based on Request for Proposal #2018-03PW for Mowing and Landscaping Services. Exhibit B of the CONTRACT FOR MOWING AND LANDSCAPING SERVICES is amended at Exhibit A (Pricing Schedule), Lines 35 and 36. as follows: "Line 35: Labor Cost (Supervisor): Hourly pricing shall be used in lieu of line item pricing for Alternate Items or Equipment when there is a cost savings to the Village as determined by the Village in its sole discretion." "Line 36: Labor Cost (Laborer): Hourly pricing shall be used in lieu of line item pricing for Alternate Items and Equipment when there is a cost savings to the Village as determined by the Village in its sole discretion." IN WITNESS WHEREOF, the Parties hereto have executed this Addendum in conjunction with the Acceptance of the Bid Proposal. (Corporate Seal) VILLAA�, F TE UES A i By: ' re-nn Maklo., EAL Lori McWilliams, MMC _ :INCORPORATED:' Village Clerk 1 oA-IWoj Ot W A W LA W W LA)7Jr W W O LD 00 V O� (Jr CQ A W NYOLD V QLNA W C� O W OD V O1 to A W N h+ 2 22 A m s r 03 r N A 0/ rs ro T fD T fD a = C 3 !Cn xxxxSS LA N CA LA N tCil N S C �m S CCC_ S S N Sg �C`mg�I__ •'^••�• 7 '� D DAD �c �c� 1 m r�s < d « « 00000 :07ox�z r?��O CCr_Z ¢P �D r ors r'p Z O 0 7 ri is rr Lci+vci vCiCcvC+v+ rr SOD mm3 Qomgy 0n <D v OWM OG g Co s YYY F, YY iO/t CD1 $ » c 33333m OD_D SSOOtn aZ Z2 Nrtnn Za mgo c pCpDX 0mG11 7 a u Z Z mcc �^ mm0 » m vaaiti w i+ �5o Am n 7 fp A r r1 rz 5 N ..nWiN O :3 a r n O 9 O v m� LA p=m 0 D m m r 3 N : rs 2LA D O ww LA pO�tn ci IA m rrLA m m 0v ur Or N m 7 w O p .0 7C O tip µ O N 9 � O V ry m C ^ n (A T A W N►N+O �ODV 01 tl+A W K1 Fr+0 LO 00 V 01 N�AWN Y A � m� Am m ems � A m nt C co �°m m� m _ 333�33 �3�33 aan�o a �s spa o o` o W r W H 55 ~ ipiam-vos 8� A 90i I,, ff b , 8 pw �B O• VHH"gaHvigi Ub N t-31, Z22$Z81&k 888DDDBD � p� O 8 yQyQJJ G N Q� O W Y O1 N n 0 a�ee 6 8 88 8 $D m e a 9 1 Z2Z22Z l�nnn vLOOZV+ wVVi22 C y �< DDDD D D 20 DH 2 D8HDD� S"? s a s — J 0 O r Q (n 0 CD W rf CD D C7 CD O 0 N C) Cb 4* �um�oo� y_ � ��� �i����� ���iie�i�uii� I Celebrating 45 Years of Excellence ■ 1� - 2023 -d —l�- y �`oJ engen�'u� ity. /+ � MIKM • SURVEYORS • OIS IUPPER3 group Inc. I Brent Whitfield, P.E., ENV SP Director of Water Resources 500 Australian Ave S., Suite 850 West Palm Beach, FL 33401 (Via email: bwhitfield@chenmoore.com) February 21, 2023 Re: Professional Surveying Services El Portal Drive Control Structure Survey- Staking Services Tequesta, Florida Engenuity Group Project No.23005.01 Dear Mr. Whitfield: C. AEIDRE RAYMAN. P.S M. KEITN ES. )A(KSON. P E LISA A. TROPEPE. F.E. A00A SWANEY. PE., LEED AP IEtINIFER MALIN, P.S. Ad. We are pleased to offer this proposal to render Professional Surveying services in Connection with neighborhood street El Portal Drive in Tequesta, FL (hereinafter called the 'Project'). Engenuity Group, Inc. will provide stake the right-of-way of El Portal Way from the intersection of Country Club Drive to Golfview Drive (approximately 800 feet). The limits are shown on the attached graphic outlined in yellow which was provided by your office on February 17, 2023. Stakes will be set every fifty (50) feet and at all curves in the roadway, said stakes will be used by the contractor for construction purposes. Survey Fee: $1,280.00 The final deliverable will be the flags/laths in the field which can be provided within thirty (30) business days of receiving authorization to proceed. There will be no paper product associated with this effort. In the event of rain delaying our field work, the delivery time will be pushed back the same number of days. Permit Fees, Reproduction Charges and Reimbursable Expenses The Total Contract Price does not include the payment of any governmental agency submittal or processing fees. The cost of these fees and any costs incurred by the office for printing, reproduction and other reimbursable expenses such as postage, travel, and document copy charges will be billed to the client monthly. Invoicina and Payment Work will be invoiced on a monthly basis for work completed to date. Invoice shall be paid in full by the Client within thirty (30) days of the invoice date, unless within such thirty (30) day period, Client notifies Engenuity Group, Inc. in writing of its objection to 2023 02-21 Proposal Project No. 23005.01 Page 1 of 5 -.:,.• �..� ,i ENGENUITYGROUP the amount of said invoice. Such notice shall be accompanied by payment of any undisputed portion of said invoice. If written objection is not received within thirty (30) days it shall constitute approval of invoice by Client. If the payment is not received within fifteen (15) days of billing date, a late charge will be added to the invoice in the amount of 1'/2 percent per month on the outstanding balance. If payment is not received within sixty (60) days of the invoice date, work may be suspended on the project until the outstanding invoice(s) are paid in full. This proposal represents the entire understanding between you and us with respect to the Project. If this satisfactorily sets forth your understanding of our agreement, please execute the attached Authorization and return it to us. If you have any questions, please do not hesitate to contact us. PURSUANT TO SECTION 558.0035 FLORIDA STATUTES, THE CONSULTANT IS THE RESPONSIBLE PARTY FOR THE PROFESSIONAL SERVICES IT AGREES TO PROVIDE UNDER THIS CONTRACT. NO INDIVIDUAL PROFESSIONAL EMPLOYEE, AGENT, DIRECTOR, OFFICER OR PRINCIPAL MAY BE INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING OUT OF THIS CONTRACT, AS LONG AS THE CONSULTANT MAINTAINS THE PROFESSIONAL LIABILITY INSURANCE REQUIRED UNDER THIS CONTRACT AND AS LONG AS ANY DAMAGES ARE SOLELY ECONOMIC IN NATURE AND THE DAMAGES DO NOT EXTEND TO PERSONAL INJURIES OR PROPERTY NOT SUBJECT TO THIS CONTRACT. Sincerely, Jennifer Malin, P.S.M Director of Surveying Approved by, Andre Rayman, P.S.M. President 2023 02-21 Proposal Project No. 23005.01 Page 2 of 5 Authorization: Professional Surveying Services El Portal Drive Control Structure Survey- Staking Services Tequesta, Florida Engenuity Group Project No.23005.01 By: J e re m Allen Digitally signed by Jeremy Allen Y Date: 2023.04.03 15.56:36 -04W (Name & Title) For: Village of Tequesta (Name of Company) Contract Amount: $1,280.00 I am a I am not The Owner of the Property Date: The Property Owner Is: V i, l ectuesia Address: ?J`CJ^ (e-&cs-knye FL 3 3 M Email: �%ues4-a•�i Telephone: �pI —�(p �- C�41p5 Fax: 2023 02-21 Proposal Project No. 23005.01 Page 3 of 5 j' Or MK "w t..: ortal, 777 orta Dr i C'O/ a - 1 r— - k. Village of Tequesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org .p May 11, 2023 Dear Residents, In June 2023, El Portal Drive and the connecting streets to the South of El Portal will undergo Roadway and Stormwater Capital Improvements. The duration of the project is 3 months. This Project will include the following components: • Stormwater Improvements • Swale Improvements • Vegetation clearing in the Village Right of Way • Installation of new concrete sidewalk • Mill and Pave Roads Streets • El Portal Drive • Golfview Drive • River Drive • Yacht Club Place • Pine Tree Place Area Ma Find us on Social Media: Facebook, Twitter, Instagram, and Nextdoor Sign up to Receive General and Emergency Alerts: https://www.tequesta.org/1178/Emergency-Alerts Staying Informed One of the most important aspects of a successful roadway project is communication with residents. A project web page has been created at; https://www.teguesta.org/l 615/18956/Road-Stormwater-Capital-Project The project page allows residents and business owners to obtain weekly updates on the various components of the Roadway Project. The exact date of construction is not set, however is estimated to begin as early as May, weather permitting. The official date will be posted on the project page when it is available. Road construction updates will be posted in the "Friday News" and will be sent via email and text messages to any resident that signs up for automatic updates. These updates will contain information on the weekly schedule of construction, water shut offs, driveway accessibility, road closures and emergency situations. To sign up for project updates Text TequestaAlerts to 99411 to enroll your electronic device or from the Village's homepage —tequesta.org, click on the red "Emergency Alerts" button. ow "Emergency Alerts" button. If you do not have access to the internet, please notify Village staff using the contact information at the end of this letter. Roadway/Driveway Access Roadway, Stormwater, swale and sidewalk construction requires road closures for significant periods during the project. Residents should expect to be displaced from their driveways for a three (3) to four (4) week period of time. Provisions will be made to allow overnight street parking in the surrounding streets for all residents affected by the construction. Door hangers will be placed on resident's front doors to provide notice of road closures and/or blocked access to driveways. It is important that you follow the instructions on the door hangers. Page 2 of 3 Water Shut -Offs There is one (1) planned water shut-off on El Portal Drive. There is always a risk that an additional water service line or main may also need to be shut off while the construction is underway. If an emergency repair is required, Village Utilities staff will notify you there will be an interruption to your water service. Staff Contact Information Janet McCorkle Office Manager 561-768-0483 jmccorkle@tequesta.org David Tinoco Utilities Superintendent 561-768-0484 dtinoco@tequesta.org Please use caution if you are in the construction area. We thank you in advance for your patience and cooperation while we work to improve the Village infrastructure for residents. Sincerely, _a7 wk'�Vo� Doug Chambers Director of Public Works LOXAMADCN0 RIVER 3lC"OH 26. TC>W%1S 1P 403. RAM=AM LOCATION MAP M Page 3 of 3 Ll m