Res No 079-21-15699RESOLUTION NO.: 079-21-15699
A Resolution authorizing the City Manager to negotiate and enter into a contract with Hartec
Group Inc., for the construction of Roadway and Drainage Improvements along SW 62nd Place
between SW 58th Street to SW 60th Street.
WHEREAS, the City Mayor and Commission desire to provide roadway and drainage improvements along
SW 62nd Place between SW 58th Street to SW 60th Street; and
WHEREAS, the Mayor and City Commission budgeted for this project in the Capital Improvement Program
5-Year Plan; and
WHEREAS, the City issued a work order to a professional engineering firm selected during the CCNA
process to design and developed construction drawings; and
WHEREAS, a design and construction documents were developed and approved for Construction; and
WHEREAS, the City received a total of sixteen (16) proposals in response to a construction solicitation; and
WHEREAS, pursuant to a competitive selection process, it was determined that Hartec Group Inc.,
submitted a cost proposal in the amount of $279,705.23 that was determined to be the most responsive and most
cost effective; and
WHEREAS, the Mayor and Commission desire to authorize the City Manager at her discretion to allow
work on Saturdays; and
WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter
into a contract with Hartec Group Inc., for the construction of roadway and drainage improvements along SW 62nd
Place between SW 58th Street to SW 60th Street for a total amount not to exceed $289,705.23 which includes a
$10,000 contingency.
WHEREAS, the expense for this project shall be charged $ 100,000 to the Local Option Gas Trust Fund
account number 112-1730-541-6210 which has a balance of $100,000 prior to this request, $ 126,000 to the People
Transportation's Plan Fund account number 124-1730-541-6490 which has a balance of $ 555,999.50 prior to this
request, and $ 63,705.23 to the Storm Water Drain Trust Fund account number 111-1730-541-6490 which has a
balance of $ 98,679 prior to this request.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH
MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated
into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is authorized to negotiate the price, terms and conditions and to execute a
contract with Hartec Group Inc., for the construction of roadway and drainage improvements along SW 62nd Place
between SW 58th Street to SW 60th Street for a total amount not to exceed $289,705.23 which includes a $10,000
contingency. A copy of the approved form of contract is attached. The expenditure shall be charged $ 100,000 to
the Local Option Gas Trust Fund account number 112-1730-541-6210 which has a balance of $100,000 prior to this
request, $ 126,000 to the People Transportation's Plan Fund account number 124-1730-541-6490 which has a
Page 1 of 2
Res. No. 079-21-15699
balance of $ 555,999.50 priorto this request, and $ 63,705.23 to the Storm Water Drain Trust Fund account number
111-1730-541-6490 which has a balance of $ 98,679 prior to this request.
Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the
City Attorney for any conforming amendments to be incorporated into the final resolution for signature.
Section 4: Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the
remaining portions of this resolution.
Section 5: Effective Date: This resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED this 6 1h day of July, 2021.
ATTEST: APPROVED:
ai
CITY RK - MAYOR
�� ',2 �
READ AND APED VED AS TO
LANGI� TY AND
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Commissioner Corey:
Yea
Page 2 of 2
Agenda Item No:9.
City Commission Agenda item Report
Meeting Date: July 6, 2021
Submitted by: Aurelio Carmenates
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to negotiate and enter into a contract with Hartec Group Inc., for the
construction of Roadway and Drainage Improvements along SW 62nd Place between SW 58th Street to SW
60th Street. 3/5 (City Manager -Public Works & Engineering)
Suggested Action:
Attachments:
Memo for Const Award to Hartec for Drainage SW 62PL 6-25-21.docx
Reso for Const Award_to Hartec for —Drainage SW 62PL (6-25-21).docx
FINAL RFP SW 62 PI Drainage Roadway 4.13.21CArev5.7.21.pdf
HARTEC GROUP Bidding Document.PDF
Bid Tabulation RFP PW2021-38 6.8.21.pdf
Proposal Summary RFP PW2021-38 6.8.21.pdf
RFP #PW2021-38.pdf
Sun Biz Hartec Group.pdf
South Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
To: The Honorable Mayor & Members of the City Commission
FROM: Shari Kamali, City Manager
DATE: July 6, 2021
SUBJECT: A Resolution authorizing the City Manager to negotiate and enter into a contract with
Hartec Group Inc., for the construction of Roadway and Drainage Improvements along
SW 62"d Place between SW 581h Street to SW 601h Street.
BACKGROUND: The City desires to provide roadway and drainage improvements along SW 62"d Place
between SW 581h Street to SW 601h Street. The City developed a design and prepared
construction documents for the roadway and drainage improvements along SW 62"d
Place between SW 58th Street to SW 60th Street. The scope of work for construction will
entail installation of new drainage system with interconnected exfiltration trench,
manholes, pipe culvert, inlets, limerock base, excavation, curb and gutter, concrete
driveways, re -grade existing swales, asphalt pavement overlay, pavement markings,
RPM's and new performance sod.
The City received a total of sixteen (16) proposals in response to a construction
solicitation. Pursuant to review, it was determined that the lowest bidder is the most
responsive and responsible bidder for this proposal. Below are the top three proposals
received:
Contractor
Bid Price
Hartec Group Inc
$279,705.23
RG Underground Engineering, Inc.
$309,398.72
Maggolc Inc.
$320,224.70
A contingency amount of $10,000 will be included over the proposal amount of
$279,705.23 to address for unknown factors that may arise during the work.
AMOUNT: Amount not to exceed $289,705.23 which includes $10,000 for contingency.
FUND & ACCOUNT: The expenditure shall be charged $100,000 to the Local Option Gas Trust Fund account
number 112-1730-541-6210 which has a balance of $100,000 prior to this request,
$126,000 to the People Transportation's Plan Fund account number 124-1730-541-
6490 which has a balance of $555,999.50 prior to this request, and $ 63,705.23 to the
Storm Water Drain Trust Fund account number 111-1730-541-6490 which has a balance
of $ 98,679 prior to this request.
ATTACHMENTS: Resolution
RFP PW2021-38 Construction Documents with Exhibits
Hartec Group Inc., Bid Documents
Page 1 of 2
K
((O.)l
CITY OF SOUTH MIAMI
Sout 1 m OFFICE OF THE CITY MANAGER
ia INTER -OFFICE MEMORANDUM
THE CITY OF PLEASANT LIVING
Bid Tabulation RFP PW2021-38
Proposal Summary RFP PW2021-38
Daily Business Review Advertisement RFP PW2021-38
Sun Biz RFP PW2021-38
Page 2 of 2
3
South(em,iami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
SUBMITTAL DUE DATE: June 8, 2021 at 10 AM
Solicitation Cover Letter
The City of South Miami, Florida (hereinafter referred to as "Owner") through its chief executive officer (City
Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for
Proposal", "RFP" or "E-Bidding") All references in this Solicitation (also referred to as an "Invitation for Proposals"
or "Invitation to E-bid) to "City" will be a reference to the City Manager, or the manager's designee, for the City
of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to
mean the City of South Miami.
The City is hereby requesting sealed proposals in response to this RFP #PW2021-38, ROADWAY &
DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST. The purpose of this Solicitation is to
contract for the services necessary for the completion of the project in accordance with the Scope of Services,
(EXHIBIT 1, Attachments A, B & C) and the plans and/or specifications, if any, described in this Solicitation
(hereinafter referred to as "the Project" or "Project").
Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package by
accessing the following webpage: http://www.southmiamifl.gov/ which is the City of South Miami's web address
for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete
Solicitation Package, including all documents listed in the Solicitation.
The City will only receive submittals electronically through the DemandStar Electronic Bid System
(E-Bidding). To register as a business, go to https://network.demandstar.com/ See directions for registering
and signing into your DemandStar user account on the next page following this Solicitation Cover Letter.
Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the
"Closing Date") on June 8, 2021 and any Proposal received by the City through DemandStar after 10:00 a.m.
local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted.
E-BID OPENING VIA VIDEO CONFERENCING:
The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, June 8,
2021. The City Clerk will conduct the E-Bid Opening through video conferencing using the Zoom platform.
Members of the public may view the meeting via Zoom at https://zoom.us/i/3056636339 ,or listen to the meeting on
a dedicated phone line by dialing + I-786-635-1003 Meeting ID: 3056636339.
The City reserves the right to award the Project to the person with the lowest, most responsive and responsible
Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all
proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject
also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other
than to the one who provided the lowest Proposal Price and, if the Scope of the Work is divided into distinct
subdivisions, to award each subdivision to a separate Respondent.
Nkenga A. Payne, CMC
City Clerk,
City of South Miami
1 of 167 6
DemandStar Registration and User Account Sign -in Directions
The following is an example of the procedure on April 3, 2020 and it is subject
to change after that date.
Go to https://network.demandstar.com/ which on April 3, 2020 brings up the
following message.
DemandStar is committed to helping all government agencies source qualified
suppliers for COVID-19 emergency response.
Governments
If you area government agency who needs Ebidding
capability to receive supplier responses online, please
fill out this form and we will get back to you
immediately. Ebidding is offered at no charge to
governments.
Suppliers
If you are a business who can help respond to the
many emergency response bids on the DemandStar
network please click here to create your account and
get notified of bidding opportunities.
Create Your Account
jIt
t DEMANDSTAR
If you do not have an account with DemandStar, click on "Create Your
Account' otherwise, if you have an account, click on the "x" in the upper right-hand
corner of this message and it will bring you to the following user sign in page.
yF DEMANDSTAR 1., e.d.... Iw cw.m.r..I . .
2 of 167 7
SCOPE OF SERVICES and SCHEDULE OF VALUES
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I,
ATTACHMENTS A, B, & C.
3 of 167
SCHEDULE OF EVENTS
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
TENTATIVE SCHEDULE
No
Event
Date*
Time*
(EST)
I
Advertisement/ Distribution of Solicitation & Cone of
Silence begins
5/7/2021
1 1:00 AM
2
NONE
Pre-RFP Meeting
SCHEDULED
3
Deadline to Submit Questions
5/26/2021
10:00 AM
4
Deadline to City Responses to Questions
6/ 1 /2021
10:00 AM
DEADLINE TO SUBMIT RFP RESPONSE:
5
The City will only receive submittals electronically through
the DemandStar Electronic Bid System (E-Bidding). To
register as a business, go to
httRs://network.demandstar.com/
6/8/2021
10:00 AM
E-BID OPENING VIA VIDEO CONFERENCING
VIA THE ZOOM PLATFORM at
6
https://zoom.us/i/3056636339 ,or listen to the meeting on a
dedicated phone line by dialing + 1-786-635-1003 Meeting
ID: 3056636339.
6/8/2021
10:30 AM
7
Projected Announcement of selected Contractor/Cone of
Silence ends
6/ 15/2021
7:00 PM
END OF SECTION
4of167
INSTRUCTIONS for RESPONDENT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT
THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE
"PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK
ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM.
THE RESPONDENT MAY BE REFERRED TO AS "CONTRACTOR" OR AS "CONSULTANT".
I . Purpose of Solicitation. The City of South Miami is requesting a response with the lowest and most responsive
and responsible Proposal, as determined by the City. The City reserves the right to award the contract to the
Respondent whose proposal is found to be in the best interests of the City.
2. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally
engaged in providing the services requested. The proposing firm must demonstrate adequate experience,
organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami.
The City reserves the right, before recommending any award, to inspect the offices and organization or to take
any other action necessary to determine ability to perform in accordance with the specifications, terms and
conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory
and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or
investigation and evaluation, indicates inability of a firm to perform.
3. Deviations from Specifications. The awarded firm must clearly indicate, as applicable, all areas in which the
services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an
item fully complies with the stated requirements rests solely with the City of South Miami.
4. Designated Contact. The awarded firm must appoint a person to act as a primary contact with the City of
South Miami. This person or back-up must be readily available during normal work hours by phone, email, or in
person, and must be knowledgeable of the terms of the contract.
S. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General
Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with
the response, either appearing separately as an attachment or included within the Proposal. The Contract
Documents have been listed below in order of precedence, with the one having the most precedence being at
the top of the list and the remaining documents in descending order of precedence. This order of precedence
will apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract:
a) Addenda to Solicitation
b) Attachments/Exhibits to the Solicitation
c) Solicitation
d) Attachment/Exhibits to Supplementary Conditions
e) Supplementary Conditions to Contract, if any
f) Attachment/Exhibits to Contract
g) Contract
h) General Conditions to Contract, if any
i) Respondent's Proposal
6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not
permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the
confirmation of the proposal award by City Commission, if all of the following is established:
a) The proposing firm acted in good faith in submitting the response;
b) The error was not the result of gross negligence or willful inattention on the part of the firm;
c) The error was discovered and communicated to the City within twenty-four (24) hours (not including
Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for
permission to withdraw the firm's Proposal; and
d) The firm submits an explanation in writing, signed under penalties of perjury, stating how the error
was made and delivers adequate documentation to the City to support the explanation and to show
that the error was not the result of gross negligence or willful inattention nor made in bad faith.
7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter will apply to these
instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a
conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover
Letter will govern and take precedence over the conflicting provision(s) in the Solicitation.
5 of 167 10
8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by
10:00 AM May 26, 2021 to the attention of Steven P. Kulick, Chief Procurement Officer at
skulickCa7southmiamifl.gov or via facsimile at (305) 669-2636.
9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of
information can be given. Interpretations or clarifications, considered necessary by the City in response to such
questions, will be issued by a written addendum to the Solicitation Package (also known as "Solicitation
Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the
City will notify all prospective firms via the City's website. It is the responsibility of the Respondent to keep
apprised of the publishing of addenda on the City's website.
__ 10. Verbal interpretations or clarifications will not have any legal effect. No plea. by a Respondent of ignorance or
the need for additional information will exempt a Respondent from submitting the Proposal on the required
date and time as set forth in the public notice.
11. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in
accordance with Section 8A-7, of the City's Code of Ordinance. From the time of advertising until the City
Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional
staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence
ordinance, Section 8A-7, has been duplicated at the end of these instructions.
12. Violation of these provisions by any particular Respondent or proposer will render any recommendation for
the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event,
said Respondent or proposer will not be considered for any Solicitation including but not limited to one that
requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for
the provision of goods or services for a period of one year. Contact will only be made through regularly
scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the
purposes of obtaining additional or clarifying information.
13. Lobbying. "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities
such as a corporation, partnership or limited liability company, employed or retained by a principal (including an
officer of the principal or an employee of the principal whose duties include marketing, or soliciting business,
for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution,
action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or
any City board or committee; or (3) any action, decision or recommendation of City personnel during the time
period of the entire decision -making process on such action, decision or recommendation which foreseeably
will be heard or reviewed by the City Commission, or a City board or committee. All firms and their agents
who intend to submit, or who submitted, E-bids or responses for this Solicitation, are hereby placed on formal
notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of
South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact may only
be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing
Division, which are for the purposes of obtaining additional or clarifying information or as otherwise provided
for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying;
however, the presentation team may avoid formal registration by complying with section 8A-5 (c) (9), of the
City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to
comply with presentations, if applicable. Anyone who submits a proposal, whether solicited or unsolicited, on
behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer
or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be
a lobbyist. See section 8A-5 of the City's Code of Ordinances for further information and contact the City
Clerk to register as a lobbyist.
114. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation and
the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City,
however, reserves the right, in its sole discretion, to do any of the following:
a) to reject any and all submitted Responses and to further define or limit the scope of the award.
b) to waive minor irregularities in the responses or in the procedure required by the Solicitation
documents.
c) to request additional information from firms as deemed necessary.
d) to make an award without discussion or after limited negotiations. It is, therefore, important that all
the parts of the Request for Proposal be completed in all respects.
e) to negotiate modifications to the Proposal that it deems acceptable.
f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient
and to proceed to negotiate with the Respondent who made the next best Proposal. The City
reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to
the City.
6 of 167 11
g) To modify the Contract Documents. The terms of the Contract Documents are general and not
necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these
documents to fit the specific project or work in question and the Respondent, by making a Proposal,
agrees to such modifications and to be bound by such modified documents.
h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City.
i) to award the Project to the person with the most responsive, responsible Proposal, as determined
by the City.
j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one
who provided the lowest Proposal Price.
k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a
separate Respondent.
15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants that it has not employed
or retained a company or person, other than a bona fide employee, contractor or sub-contractor/sub-
consultant, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed
to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-
contractor/sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration
contingent upon or resulting from the award or making of a contract with the City.
16. Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit an E-bid, proposal, or reply on a contract to provide any
goods or services to a public entity; may not submit an E-bid, proposal, or reply on a contract with a public
entity for the construction or repair of a public building or public work; may not submit E-bids, proposals, or
replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business
with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a
period of 36 months following the date of being placed on the convicted vendor list.
17. Respondents must use the Proposal Form(s) furnished by the City. All erasures and corrections must have the
initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and
correction. Proposals must be signed using blue ink; all quotations must be typewritten or printed with blue
ink. All spaces must be filled in with the requested information or the phrase "not applicable" or "NA". The
proposal must be delivered on or before the date and time, and at the place and in such manner as set forth in
the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of
the Proposal Forms may invalidate the Proposal. Respondent must deliver to the City, as part of its Proposal,
the following documents:
a) The Invitation for Proposal and Instructions to Respondents.
b) A copy of all issued addenda.
c) The completed Proposal Form fully executed.
d) Proposal/E-bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form.
e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent
f) Certificate of Insurance and/or Letter of Insurability.
18. Goods: If goods are to be provided pursuant to this Solicitation the following applies:
a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is
mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the
purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal
to the goods described in this Solicitation with appropriate identification, samples and/or specifications
for such item(s). The City will be the sole judge concerning the merits of items proposed as equals.
b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a
discrepancy, the City reserves the right to make the final determination at the lowest net cost to the
City.
c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between
the unit price(s) and the extended price(s), the unit price(s) will prevail and the extended price(s) will
be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so
will be at the Respondent's risk, and errors will not release the Respondent from his/her or its
responsibility as noted herein.
d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the
City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand
name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates
a different time. If samples are requested after the Proposal opening, they must be delivered within
ten (10) calendar days of the request. The City will not be responsible for the return of samples.
7 of 167 12
e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity
with the latest Federal Price Guidelines.
f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would
necessitate alteration of the material quality, workmanship, or performance of the items offered on this
Proposal prior to their delivery, it will be the responsibility of the successful Respondent to notify the
City at once, indicating in its letter the specific regulation which required an alteration. The City of
South Miami reserves the right to accept any such alteration, including any price adjustments occasioned
thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no
further expense to the City with thirty (30) days advanced notice.
g) Respondent warrants that the prices, terms and conditions quoted in the Proposal will be firm for a
period of one hundred eighty (180) calendar days from the date of the Proposal opening unless
otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous
responses to the Solicitation will be cause for rejection, as determined by the City.
h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in
all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its
amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when
applicable.
19. Liability, Licenses & Permits: The successful Respondent must assume the full duty, obligation, and expense of
obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. The
Respondent will be liable for any damages or loss to the City occasioned by the negligence of the Respondent
(or its agent or employees) or any person acting for or through the Respondent. Respondents must furnish a
certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice
their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building
Code, Miami -Dade County Code or City of South Miami Code. These documents must be furnished to the
City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these
documents will be grounds for rejecting the Proposal and forfeiture of the Proposal/E-bid Bond, if required for
this Project.
20. Respondent must comply with the City's insurance requirements as set forth in the attached EXHIBIT 2,
prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award
of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with
the City's bonding, if required for this project, and insurance requirements as set forth herein will authorize the
City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract
without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless
and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission.
21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of
goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor
will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from
any and all liability, loss or expense occasioned by any such violation or infringement.
22. Execution of Contract: A response to this Solicitation will not be responsive unless the Respondent signs the
form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges
that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the
terms of the general conditions to the contract, both of which are part of this Solicitation package. The
Respondent agrees that Respondent's signature on the E-bid Form and/or the form of contract that is a part of
the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the
Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from
the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on
any of those documents as the Respondent's signature on the contract, after the appropriate information has
been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions
of the contract.
23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all
Respondents to determine its capability to meet the requirements of the Contract. In addition, the price,
responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment,
materials, references, and past history of service to the City and/or with other units of state, and/or local
governments in Florida, or comparable private entities, will be taken into consideration in the Award of the
Contract.
24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended,
when requested will be cause for rejection of the Proposal as determined by the City.
25. Hold Harmless: A Respondent who submits a proposal in responds to this solicitation does so with the
understanding and agreement to indemnify and hold harmless, the fullest extent permitted by law, the City of
8 of 167 13
South Miami and its officers and employees from liabilities, damages, losses and costs, including, but not limited
to reasonable attorney's fees, to the extent caused by the negligence, recklessness, willfulness, wantonness or
intentional acts or omissions of the contractor and persons employed or utilized by the contactor in the
performance of its contractual obligations to the City. This indemnification will survive the termination of the
Respondent's contractual obligations to the City. Nothing contained in this solicitation is intended, nor will it
constitute a right, to sue the City in reference to its decisions to reject, award, or not award a contract, as
applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal
will act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, will not be
released until and unless the Respondent waives any and all claims that the Respondent may have against the
City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any
suit filed which concerns this solicitation process. If a judgment is entered in favor of the City in any litigation
for damages, interest, costs, or expenses associated with the litigation, the Proposal/Bid Bond, if required for
this project, will be applied to the payment of those amounts awarded by the court and any balance due the
City will be paid by the Respondent.
26. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements,
and terms as determined by the City, will be just cause for cancellation of the Award or termination of the
contract.
27. Bonding Requirements: The Respondent, when submitting the Proposal, must include a Proposal/Bid Bond, if
required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid
Bond Form included herein. A company or personal check will not be deemed a valid Proposal Security.
28. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a
Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including
Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for
the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all
persons or entities performing labor, services and/or furnishing materials in connection herewith. In addition, if
the Respondent's employees will be working in secure or sensitive areas of the City, the City may require that
the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The
bonds must be with a surety company authorized to do business in the State of Florida.
28.1. Each Performance Bond must be in the amount of one hundred percent (100%) of the Contract
Price guaranteeing to City the completion and performance of the Work covered in the Contract
Documents.
28.2. Each Performance Bond must continue in effect for five years after final completion and acceptance
of the Work with the liability equal to one hundred percent (100%) of the Contract Sum.
28.3. Each Payment bond must guarantee the full payment of all suppliers, material man, laborers, or
sub-contractor/sub-consultant employed pursuant to this Project.
28.4. Each Bond must be with a Surety company whose qualifications meet the requirements of insurance
companies as set forth in the insurance requirements of this solicitation.
28.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent must ensure that
the Bond(s) referenced above must be recorded in the public records of Miami -Dade County and provide
CITY with evidence of such recording.
28.6. The surety company must hold a current certificate of authority as acceptable surety on federal
bonds in accordance with the United States Department of Treasury Circular 570, current revisions.
29. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the
terms contained in the form of contract that is part of this Solicitation package, the successful Respondent,
within ten (10) calendar days of Notice of Award by the City, must deliver, to the City, the executed Contract
and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required
insurance documentation as well as a Performance and Payment Bond if these bonds are required. The
Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required
Bonds and Insurance Documents within the specified time will, at the City's option, forfeit the Proposal/Bid
Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security will be retained as liquidated
damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is
a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract
Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the
ProposaUBid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in
accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's
check drawn on a local bank in good standing must comply with the same requirements as a Proposal/Bid Bond.
30. Pre -proposal Conference Site Visits: If a Mandatory Pre -proposal conference is scheduled for this project, all
Respondents must attend the conference and tour all areas referenced in the Solicitation Documents. It will be
grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre -proposal conference.
9 of 167 14
No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation
result of failure to make the necessary examinations or investigations, or failure to complete any part of the
Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of
South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the
property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be
entitled to any change order due to any such condition. If the survey is provided before the proposal is
submitted, the contract price, or negotiation in a request for qualifications, must include the Work necessitated
by those conditions. If the survey is provided subsequent to the submission of the proposal or negotiation in a
request for qualifications, the Respondent will have five calendar days to notify the City of any additional costs
required by such conditions and the City will -have .the right to reject the proposal, or in the case of an RFQ,
the negotiated price, and award the contract to, or begin negotiations with, the second most responsive,
responsible E- bidder with the lowest price, or in the case of an RFQ, with the next best qualifications, or to
reject all E-bids.
31. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed
under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the
provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No
change orders will be allowed for delays caused by the City, other than for extensions of time to complete the
Work.
32. Submittal Requirements: All Proposals must comply with the requirements set forth herein and must include
a fully completed Respondent's E-Bid Form, if any, and a Respondent's Cost and Technical Proposal if it is
included with this Solicitation Package.
33. Cancellation of E-Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for
proposal when it is in the best interest of the City.
34. Respondent may not discriminate in its hiring of employees or sub-contractor/sub-consultants or in its purchase
of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion,
national origin, sex, age, sexual orientation, disability, or familial status.
35. All respondents, at the time of E-bid opening, must have fulfilled all prior obligations and commitments to the
City in order to have their E-bid considered, including all financial obligations. Prior to the acceptance of any E-
bid proposal, qualifications or quotation, the City's Finance Department will certify that there are no outstanding
fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's
principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). An E-bid,
proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the
city are paid in full. No E-bidder who is in default of any prior contract with the City may have their E-bid
considered until the default is cured to the satisfaction of the City Manager.
36. E-bid Protest Procedure. See attached EXHIBIT 9.
37. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is
attached as N/A.
38. Availability of Contract - Any Governmental or quasi -governmental entity, in this or in any other state, or any
federal governmental agency, may avail itself of this solicitation and the contract that is awarded pursuant to this
solicitation and purchase any and all goods/services specified herein from the successful E-bidder(s)/proposer(s)
at the contract price(s) established herein, when any federal, state, and/or local laws, rules, and regulations
allows the piggybacking off said contract and provided that the successful E-bidder(s)/proposer(s) is/are in
agreement Each Governmental or quasi -governmental entity which uses this formal solicitation and resulting
E-bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own
purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its
own exemption certificates as required by the successful E-bidder(s)/proposer(s).
39. Non -Appropriation of Funds. In the event that no funds or insufficient funds are appropriated and budgeted or
are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this
solicitation, then the City, upon written notice to Successful E-bidder or their assignee of such occurrence, will
have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or
representation is made that any particular project(s) will be awarded to any Respondent(s).
40. Most Favored Public Entity. Respondent represents that the prices charged to City in the proposal do not
exceed existing prices to other customers for the same or substantially similar items or services for comparable
quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost
factors. If respondent's prices decline, or should respondent, at any time during the term of a contract entered
into with City, provide the same goods or services with the same comparable quantities under similar terms,
conditions, wages, benefits, insurance coverage and any other material cost factors, Respondent must
immediately extend the same prices to City.
10 of 167 15
41. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records,
and proprietary or other confidential information in their unsolicited proposal are confidential information that
they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be
included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as
CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential must include a
cover letter listing all material designated as confidential and clearly mark each page of any material believed to
be a trade secret or other confidential information/document in all capital letters and bold font as
CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non -confidential and
confidential information, the Respondent must provide a redacted copy of the document and an unredacted
copy. In addition, the Respondent must prepare a list of all the documents claimed to be confidential or
containing confidential information and on the next line under the description of each document the Respondent
must cite the statutory provision that provides the basis for the Respondent's claim that the document or a
portion of the document is confidential and below the citation the Respondent must copy and paste the
applicable statutory provision (this listing requirement will hereinafter be referred to as "properly list" or
"properly listed" confidential document). The failure to properly list a confidential document or the failure to
redact a confidential document that is only partially confidential will result in the waiver of any claim that the
document is confidential or that the unredacted document contains confidential information. If any person or
entity requests that the City produce or disclose any of said purported confidential information or documents,
the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said
confidential information is exempt from production. If Respondent fails to timely authorize the production of
the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining
a protective order, the City will produce the requested information or document. The City will not actively
contest any request to disclose such alleged confidential information or document and the City cannot guarantee
that the alleged confidential document or information may not be disclosed should it ultimately be determined
not to be confidential under applicable Florida public records laws. The Respondent must indemnify the City
for any damages and costs the City may incur due to the Respondent's claim that its document or information
is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an
opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential
information or document in a Court of competent jurisdiction or other applicable forum.
42. Definitions. The following definitions will govern the interpretation of this RFP:
"Certify", including all of its tenses, such as "certifies", "certifying" and "certified", means the act of swearing
or affirming under penalties of perjury that the facts that are being "certified" are true and correct and it must
be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a
declaration, under penalties of perjury, as to the truth of the statement pursuant to Florida Statutes, Section
92.525.
43. Tie E-bids (not applicable to an RFQ). In the event of tie -E-bids, Respondents will be directed to submit sealed
Best and Final Offers and deliver to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset
Drive, South Miami, Florida 33143. The "Best and Final Offers" must be enclosed in a sealed envelope or
container and must have the following Information clearly printed or written on the exterior of the envelope
or container in which the sealed proposal is delivered: "Best and Final Offers". On the second line of the
envelope insert the Project Name and Solicitation Number. On the third line of the envelope insert the name
of the person or entity who is going to be legally bound to perform the contractual obligations if awarded the
contract.
44. Tie Selection. In the event of a tie by an Evaluation Selection Committee after they have scored each submittal,
the meeting facilitator of the Selection Committee meeting, usually the City's Procurement Manager, will
tabulate the Selection Committee's scores and advise the Committee there is a tie score; without advising the
Committee the scores or the Respondents involved. The meeting facilitator will direct the Selection Committee
to re -score the Respondents submittals and, will continue the re -scoring until the tie is broken, and a clear
winner for the award recommendation has been determined. If the tie is not broken after three attempts to
break the tie, all responses will be rejected, and the item will be re -advertised.
45. Rescind the Award. The City reserves the right to rescind the award recommendation, even after the award
recommendation has been conditionally approved by the City Commission but before execution of the Contract
by the City Manager and, by responding to this RFP, Respondent agrees to waive any contractual rights or
equitable claims that Respondent may have accrued following the initial award recommendation by the City
Manager under these conditions.
46. State of Emergency. The City reserves the right, in its sole and absolute discretion, to suspend the work or
services or cancel the contract in the event of an emergency that effects the City of South Miami, its residents
or businesses and that has been declared by the Governor, Mayor of Miami -Dade County or the City Manager.
11 of 167 16
47. Force majeure. Neither party may hold the other responsible for damages or for delays in performance caused
by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not
have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include,
but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or
other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties
will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible.
48. Proprietary Rights
48.1 The Respondent hereby acknowledges and agrees that the City retains all rights, title and interests in and
to all materials, data, documentation and copies thereof furnished by the City to the Respondent hereunder
or furnished by the Respondent to the City and/or created by the Respondent for delivery to the City, even if
unfinished or in process, as a result of the Services the Respondent performs in connection with this
Agreement, including all copyright and other proprietary rights therein, which the Respondent as well as its
employees, agents, subcontractors and suppliers may use only in connection of the performance of Services
under this Agreement. The Respondent shall not, without the prior written consent of the City, use such
documentation on any other project in which the Respondent or its employees, agents, subcontractors or
suppliers are or may become engaged. Submission or distribution by the Respondent to meet official
regulatory requirements or for other purposes in connection with the performance of Services under this
Agreement shall not be construed as publication in derogation of the City's copyrights or other proprietary
rights.
48.2AI1 rights, title and interest in and to certain inventions, ideas, designs and methods, specifications and
other documentation related thereto developed by the Respondent and its subcontractors specifically for the
City, hereinafter referred to as "Developed Works" shall become the property of the City.
48.3 Accordingly, neither the Respondent nor its employees, agents, subcontractors or suppliers shall have any
proprietary interest in such Developed Works. The Developed Works may not be utilized, reproduced or
distributed by or on behalf of the Respondent, or any employee, agent, subcontractor or supplier thereof,
without the prior written consent of the City, except as required for the Respondent's performance
hereunder.
48.4 Except as otherwise provided in subsections a, b, and c above, or elsewhere herein, the Respondent and
its subcontractors and suppliers hereunder shall retain all proprietary rights in and to all Licensed Software, if
any is provided hereunder, that have not been customized to satisfy the performance criteria set forth in the
Scope of Services. Notwithstanding the foregoing, the Respondent hereby grants, and shall require that its
subcontractors and suppliers grant, if the City so desires, a perpetual, irrevocable and unrestricted right and
license to use, duplicate, disclose and/or permit any other person(s) or entity(ies) to use all such Licensed
Software and the associated specifications, technical data and other Documentation for the operations of the
City or entities controlling, controlled by, under common control with, or affiliated with the City, or
organizations which may hereafter be formed by or become affiliated with the City. Such license specifically
includes, but is not limited to, the right of the City to use and/or disclose, in whole or in part, the technical
documentation and Licensed Software, including source code provided hereunder, to any person or entity
outside the City for such person's or entity's use in furnishing any and/or all of the Deliverables provided
hereunder exclusively for the City or entities controlling, controlled by, under common control with, or
affiliated with the City, or organizations which may hereafter be formed by or become affiliated with the City.
No such License Software, specifications, data, documentation or related information shall be deemed to have
been given in confidence and any statement or legend to the contrary shall be void and of no effect.
12 of 167 17
CONE OF SILENCE ORDINANCE, SECTION 8A-7
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add
a new section 8A-7 which is to read as follows:
Sec. 8A-7. Cone of Silence:
(A) Definitions.
(1) "Cone of silence", as used herein, means a prohibition of any communication regarding
competitive solicitations such as a request for proposal ("UP"), request for qualification
("RFQ"), request for information ("RFI") or request for bid ("RFB"), between:
(a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the
"Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder;
(hereinafter referred to as the "Bidder's Representative") and
(i) Members of the City Commission or
(ii) City's professional staff or
(iii) Any member of the City's selection, evaluation or negotiation committee.
(b) Members of the City Commission shall not communicate with professional staff or
members of the selection, evaluation and negotiation committees at any point in the
competitive process except as provided in paragraph D (3) below.
(2) "City's professional staff' means City Department Heads and their staff and the City
Manager and Deputy City Manager and their staff including consultants involved in the
solicitation, evaluation and negotiation process.
(B) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation,
commencing with the date that the advertisement of said solicitation is published and the
requirements of this section shall be included in the solicitation. At the time of imposition of the
cone of silence, the City Manager or Manager's designee shall: (a) provide for public notice of the
cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected
Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on
each City Commissioner.
(C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of
the City Commission meeting at which the City Manager makes his or her written
recommendation to the City Commission or at the time that the solicitation process is terminated
by the City Manager. However, if the City Commission refers the Manager's recommendation
back to the Manager or staff for further review, the cone of silence shall be reimposed until the
beginning of the City Commission meeting at which the City Manager makes a subsequent written
recommendation.
(D) Exceptions to applicability. The provisions of this section shall not apply to:
(1) Communications at a duly noticed pre -bid conferences or at any duly noticed public
Selection or Negotiation Committee meeting or duly noticed public City Commission meeting
at which the City Manager has placed the subject of the solicitation on the Agenda;
(2) Communication regarding the solicitation at recorded contract negotiations, recorded
oral presentation or recorded oral question and answer session and recorded contract
negotiation strategy sessions in compliance with the exemption in Florida Statutes Section
286.01 13;
13 of 167 18
(3) Briefings made by the City Manager or his designee to the City Commissioners during a
meeting following the completion of the Selection or Negotiation Committee meetings;
(4) Written communication at any time with any City professional staff (not including
selection, evaluation or negotiation committee members), unless specifically prohibited by the
applicable competitive solicitation documents. This section shall not be construed to prevent
written communication between City professional staff and any City selection, evaluation or
negotiation committee. A copy of any written communication made during the cone of
silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or
Bidder's Representative. The City Clerk shall make copies available to any person upon
request;
(S) Communication that is strictly limited to matters of those processes or procedures that
are contained in the corresponding solicitation document and which communication is
between any person and the City's Purchasing Agent or the City employee who is designated
as being responsible for administering the procurement process for such solicitation;
(6) Communications with the City Attorney and his or her staff,
(7) Communications during any duly noticed site visits to determine the competency and
responsibleness of bidders regarding a particular bid during the time period between the
opening of bids and the time the City Manager makes a written recommendation;
(8) Any emergency procurement of goods or services pursuant to City Code;
(9) Responses to a request made by the City's Purchasing Agent, or the City employee who
is designated as being responsible for administering the procurement process for such
solicitation, for clarification or additional information;
(10) Communications prior to bid opening between City's professional staff and Potential
Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry
comment or perform market research, provided all communications related thereto between
a Potential Bidders and/or Bidder's Representatives and any member of the City's professional
staff including, but not limited to the City Manager and his or her staff, are in writing or are
made at a duly noticed public meeting.
(F) Penalties. Violation of this section by a particular bidder or proposer, or their representative,
shall render any award to said bidder or proposer voidable by the City Commission and/or City
Manager. Any person who violates a provision of this section may be prohibited from serving on
a City selection or evaluation committee. In addition to any other penalty provided herein,
violation of any provision of this section by a City employee may subject said employee to
disciplinary action at the discretion of the City Manager.
END OF SECTION
14 of 167 19
PROPOSAL SUBMITTAL CHECKLIST FORM
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for
consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified
in an addendum to this Solicitation. The response must include the following items:
The City will only receive submittals online and electronically through the
Demand Star Electronic Bid System (E-Bidding). To register as a business,
X go to https://network.demandstar.com/ The City, at its discretion, may
request hard copies of proposals received from a specific Respondent or all
Respondents.
X Indemnification and Insurance Documents EXHIBIT 2
X Respondents Bid Form. EXHIBIT3
Signed Contract Documents (All — including General Conditions and
X Supplementary Conditions if attached) EXHIBIT 4, S, & 6
Performance and Payment Bonds, EXHIBITS 7 & 8, as a condition of
X award, NOT REQUIRED WITH SUBMITTAL.
X Respondents Qualification Statement
List of Proposed Subcontractors and Subconsultants and Principal
X Suppliers
X Non -Collusion Affidavit
X Public Entity Crimes and Conflicts of Interest
X Drug Free Workplace
X Acknowledgement of Conformance with OSHA Standards
X Affidavit Concerning Federal & State Vendor Listings
X Related Party Transaction Verification Form
X Presentation Team Declaration/Affidavit of Representation
Submit this checklist along with your proposal indicating the completion and submission of each
required forms and/or documents.
END OF SECTION
15 of 167 20
RESPONDENT QUALIFICATION STATEMENT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
The response to this questionnaire will be utilized as part of the CITY'S overall Proposal Evaluation and
RESPONDENT selection.
I. Number of similar projects completed,
a) In the past 5 years
In the past 5 years On Schedule
b) In the past 10 years
In the past 10 years On Schedule
2. List the last five (5) completed similar projects.
a) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completion Date:
Original Contract Price:
Actual Final Contract Price:
b) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completion Date:
Original Contract Price:
Actual Final Contract Price
c) Project Name:
Owner Name:
16 of 167 21
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completion Date:
Original Contract Price:
Actual Final Contract Price:
d) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completion Date:
Original Contract Price:
Actual Final Contract Price:
e) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completion Date:
Original Contract Price:
Actual Final Contract Price:
17 of 167 22
3. Current workload
Project Name Owner Name Telephone Number Contract Price
4. The following information must be attached to the proposal.
a) RESPONDENT's home office organization chart.
b) RESPONDENT's proposed project organizational chart.
c) Resumes of proposed key project personnel, including on -site Superintendent.
5. List and describe any:
a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,
b) Any arbitration or civil or criminal proceedings, or
Suspension of contracts or debarring from Bidding or Responding by any public agency brought
c) against the Respondent in the last five (5) years
6. Government References:
List other Government Agencies or Quasi -Government Agencies for which you have done business within
the past five (5) years.
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
18 of 167 23
Name of Agency:
Address:
Telephone No.:
_ Contact Person:
Type of Project:
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
19 of 167 24
LIST OF PROPOSED SUBCONTRACTORS, SUBCONSULTANTS AND
PRINCIPAL SUPPLIERS
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
Respondent must list all proposed subcontractors and subconsultant, if subcontractors and
subconsultants are allowed by the terms of this Solicitation to be used on this project if they are
awarded the Contract.
Other:
This list must be provided as a part of Respondents submittal to the City of South Miami and in response to this
RFP.
END OF SECTION
20 of 167 25
NON -COLLUSION AFFIDAVIT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
being first duly sworn, deposes and states that:
(1) He/She/They is/are the
(Owner, Partner, Officer, Representative or Agent) of
the Respondent that has submitted the
attached Proposal;
(2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal
and of all pertinent circumstances concerning such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or
agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham
Proposal in connection with the Work for which the attached Proposal has been submitted; or to
refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or
indirectly, sought by agreement or collusion, or communication, or conference with any Respondent,
firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other
Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal
Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed Work;
(S) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other
of its agents, representatives, owners, employees or parties of interest, including this affiant.
Signed, sealed and delivered in the presence of:
Witness
Witness
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
By:
Signature
Print Name and Title
Date
ACKNOWLEDGEMENT
On this the day of , 20 , before me, the undersigned Notary Public of the State
of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)
and whose name(s) is/are Subscribed to the within
instrument, and he/she/they acknowledge that he/she/they executed it.
21 of 167 26
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL OF OFFICE:
Notary Public, State of Florida
(Name of Notary Public: Print, Stamp or type as commissioned.)
Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or
Did Not take an oath.
22 of 167
27
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who
has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal
for a Contract with a public entity for the construction of repair of a public building or public work, may not submit
bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a
RESPONDENT, Sub -contractor, supplier, Sub -consultant, or Consultant under a Contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount Category Two of Section
287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list".
The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State
Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or
agent who is also an officer or employee of the City of South Miami or its agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
I. This sworn statement is submitted to
by
for
[print name of the public entity]
[print individual's name and title]
[print name of entity submitting sworn statement]
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means
a violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to
any public entity or an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after July
I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
(b) An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement, will be a prima facie case that one person controls
23 of 167 28
another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding 36 months will be considered an
affiliate.
S. I understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural
person or entity organized under the laws of any state or of the United States with the legal power to enter
into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this sworn statement. [Indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July I, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I,
1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I,
1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it
was not in the public interest to place the entity submitting this sworn statement on the convicted vendor
list. [attach a copy of the final order.]
'UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY
DENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES. FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
[Signature]
Sworn to and subscribed before me this day of .20
Personally known
OR Produced identification
QType of identification)
[Form PUR 7068 (Rev.06/ 1 1 /92)
Notary Public — State of
My commission expires
(Printed, typed or stamped commissioned
name of notary public)
24 of 167 29
DRUG FREE WORKPLACE
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
Whenever two or more responses to a solicitation which are equal with respect to price, quality and service are
received by the State or by any political subdivisions for the procurement of commodities or contractual services,
a response to the solicitation received from a business that certifies that it has implemented a drug -free workplace
program will be given preference in the award process. Established procedures for processing tie responses to
solicitations will be followed if none of the tied vendors have a drug -free workplace program. In order to have a
drug -free workplace program, a business must:
I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing the commodities or contractual services that are under
Bid a copy of the statement specified in paragraph (1) above.
4) In the statement specified in paragraph (1) above, notify the employees, that, as a condition to
their working for the employer with regard to the matters that are the subject of the response
to the solicitation including those involving the procurement of commodities or contractual
services that are under Bid, the employee must abide by the terms of the statement and must
notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of
Chapter 893 or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is
so convicted.
6) Make a good faith effort to continue to maintain a drug -free workplace through implementation
of this section.
As the person authorized to sign this statement, and under penalties of perjury, I declare that I have read the
foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above
requirements.
RESPONDENT'S Signature:
Print Name:
Date:
25 of 167 30
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
TO THE CITY OF SOUTH MIAMI
We, , (Name of RESPONDENT), hereby acknowledge and agree that as
CONTRACTOR for the ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60
ST RFP #PW2021-38 as specified have the sole responsibility for compliance with all the requirements of the
Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree
to indemnify and hold harmless the City of South Miami and SRS Engineering, Inc., (Consulting Engineer if
any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of Whenever
two or more responses to a solicitation which are equal with respect to price, quality and service are received by
the State or by any political subdivisions for the procurement of commodities or contractual services, a response to
the solicitation received from a business that certifies that it has implemented a drug -free workplace program will
be given preference in the award process. Established procedures for processing tie responses to solicitations will
be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace
program, a business must:
I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing the commodities or contractual services that are under
E-bid a copy of the statement specified in Section (1).
4) In the statement specified in Section (1), notify the employees, that, as a condition to their
working for the employer with regard to the matters that are the subject of the response to the
solicitation including those involving the procurement of commodities or contractual services
that are under E-bid, the employee must abide by the terms of the statement and must notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter
893 or of any controlled substance law of the United States or any state, for a violation occurring
in the workplace no later than five (5) days after such conviction.
5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is
so convicted.
6) Make a good faith effort to continue to maintain a drug -free workplace through implementation
of this section.
As the person authorized to sign this statement, and under penalties of perjury, I declare that I have read the
Foregoing statement and that the facts stated in it are true and that this firm and its subcontractors, if any, who are
listed below, are in full compliance with the above requirements:
CONTRACTOR
BY:
Name
Title
Witness
26 of 167 31
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must
certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services,
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS". If the Respondent's name appears on one or all the "Listings" summarized below, Respondents must
"Check if Applies" next to the applicable "Listing." The "Listings can be accessed through the following link to
the Florida Department of Management Services website:
http://www.dms.myflorida.com/business operations/state—purchasing/vendor information/convicted suspended di
scriminatory complaints vendor lists
DECLARATION UNDER PENALTY OF PERJURY
I, (hereinafter referred to as the "Declarant") state, that the following facts
are true and correct:
(1) 1 represent the Respondent whose name is
(2) 1 have the following relationship with the Respondent (Owner (if Respondent is a
sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General
Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability
Company).
(3) 1 have reviewed the Florida Department of Management Services website at the following URL address:
http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_informationlconvicted_suspended_d i
scriminatory_complaints_ vendor _lists
(4) 1 have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's
name appears in the list found on the Florida Department of Management Services website for that category or
listing. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit. Check the following categories if Applicable
Convicted Vendor List
Suspended Vendor List
Discriminatory Vendor List
Federal Excluded Parties List
Vendor Complaint List
Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the
foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above
requirements.
By:
(Signature of Declarant)
(Print name of Declarant)
ACKNOWLEDGEMENT
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
On this the
appeared
following identification
day of , 20 , before me, the undersigned authority, personally
who is personally know to me or who provided the
and who took an oath or affirmed that that he/she/they executed the
foregoing Affidavit as the Declarant.
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL
Notary Public, State of Florida
(Name of Notary Public: Print,
Stamp or type as commissioned.)
27 of 167 32
RELATED PARTY TRANSACTION VERIFICATION FORM
' ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
I , individually and on behalf of
("Firm") have Name of Representative Company/Vendor/Entity read the City of South Miami ("City")'s Code of Ethics,
Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalties of perjury that to the best of
my knowledge, information and belief:
(1) neither 1 nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or
business that I, and/or the Firm, am(are) about to perform for, or to transact with, the
City, and
(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater
than 5% in the Firm, has any relative(s), as defined in section 8A-I, who is an employee of the City or who is(are)
an appointed or elected official of the City, or who is(are) a member of any public body created by the City
Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this
form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) must be based
solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to
the relationship of employees or those who have a financial interest in the Firm.]; and
(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of
those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered
into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted
with the city, or with any person or agency acting for the city, other than as follows:
_ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you
must make reference, on the above line, to the additional sheet and the additional sheet must be signed under
oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose
stock is publicly traded, the statement in this section (3) must be based solely on the signatory's personal
knowledge and he/she is not required to make an independent investigation as to the relationship of those who
have a financial interest in the Firm.]; and
(4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family
members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the
contract between you and/or your Firm and the City other than the following individuals whose interest is set
forth following their names:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
The names of all City employees and that of all elected and/or appointed city officials or board members, who
own, directly or indirectly, an interest of five percent (591o) or more of the total assets of capital stock in the firm
are as follows:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is
publicly traded, the statement in this section (4) must be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation as to the financial interest in the Firm of city
employees, appointed officials or the immediate family members of elected and/or appointed official or employee.]
(5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may
come to us through our position of trust, or through our performance of our duties under the terms of the
contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that
we may not disclose or use information, not available to members of the general public, for our personal gain or
benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or
benefit anticipated through the performance of the contract.
(6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party
28 of 167 33
before any board, commission or agency of the City within the past two years other than as
follows: (if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
X:IPurchasing\Vendor Registration\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a
spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City
Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows:
(if necessary, use a separate sheet to supply additional
information that will not fit on this line; however, you must make reference, on the above line, to the additional
sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person
executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7)
must be based solely on the signatory's personal knowledge and he/she is not required to make an independent
investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any
of their immediate family to any appointed or elected officials of the City, or to their immediate family members].
(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater
than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children,
brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has
responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial
interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents,
children, brothers and sisters) have also responded, other than the following:
(if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is
publicly traded, the statement in this section (8) must be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as
to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those
persons' immediate family.]
(9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any
change in circumstances that would change our answers to this document. Specifically, after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
parties to me and the Firm.
(10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this
Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the
imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by
and subject to action by the Miami -Dade County Commission on Ethics.
Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the
foregoing statement, that I have made a diligent effort to investigate the matters to which I am attesting
hereinabove and to the best of my knowledge, information and belief the facts stated in it are true and this firm is
in full compliance with the above requirements.
Signature:
Print Name & Title:
Date:
29 of 167 34
Sec. 8A-1. - Conflict of interest and code of ethics ordinance.
(a) Designation.
This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics
Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a
standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory
personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By
way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction.
(b) Definitions. For the purposes of this section the following definitions shall be effective:
(1) The term "commission members" shall refer to the mayor and the members of the city commission.
(2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies,
such as the city community redevelopment agency and the health facilities authority.
(3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review
and preservation board, the code enforcement board and such other individuals, boards and
agencies of the city as perform quasi-judicial functions.
(4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose
sole or primary responsibility is to recommend legislation or give advice to the city commission.
(5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city
attorney, and all assistants to the city clerk, city manager and city attorney, however titled.
(6) The term "employees" shall refer to all other personnel employed by the city.
(7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or
to be conferred, in return for services rendered or to be rendered.
(8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more
of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm,
partnership, or other business entity at the time of transacting business with the city.
(9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person
involved.
(10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services
for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in
response to a request by the city, or entering into contract negotiations for the provision
on any goods or services, whichever first occurs.
(c) Prohibition on transacting business with the city.
No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into
any contract or transact any business in which that person or a member of the immediate family has a financial
interest, direct or indirect with the city or any person or agency acting for the city, and any such contract,
agreement or business engagement entered in violation of this subsection shall render the transaction voidable.
Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or
position. Nothing in this subsection shall prohibit or make illegal:
(1) The payment of taxes, special assessments or fees for services provided by the city government;
(2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through
underwriters or directly from time to time.
Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four
affirmative votes of the city commission after public hearing upon finding that:
(1) An open -to -all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2),
(3) and (4);
(2) The proposal has been submitted by a person or firm offering services within the scope of the practice of
architecture, professional engineering, or registered land surveying, as defined by the laws of the state and
30 of 167 35
pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been
submitted by a city person defined in paragraphs (b)(2), (3) and (4);
(3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself
of such property or services without entering a transaction which would violate this subsection but for waiver of
its requirements; and
(4) That the proposed transaction will be in the best interest of the city.
This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a
transaction entered in violation of this subsection.
Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal
any other law pertaining to the same subject matter.
(d) Further prohibition on transacting business with the city.
No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into
any contract or transact any business through a firm, corporation, partnership or business entity in which that
person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city
or any person or agency acting for the city, and any such contract, agreement or business engagement entered in
violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will
also be applicable to this subsection as though incorporated by recitation.
Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in
any matter presented to the city commission if that person has any of the following relationships with any of the
persons or entities which would be or might be directly or indirectly affected by any action of the city commission:
(1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or
(2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the
person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public
generally. Any person included in the term defined in paragraph (b)(1) who has any of the specified relationships or
who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or
participate in any way in the matter.
(E) Gifts.
(1) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of
money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without
adequate and lawful consideration.
(2) Exceptions. The provisions of paragraph (e)(1) shall not apply to:
a. Political contributions specifically authorized by state law;
b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to
the delivery of a gift that is prohibited under paragraph (3);
c. Awards for professional or civic achievement;
d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising
nature.
(3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift. It is
also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in
paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to
accept or agree to accept from another person or entity, any gift for or because of.
a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public
action;
b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform
a legal duty;
c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in
paragraph (b)(1); or
d. Attendance or absence from a public meeting at which official action is to be taken.
31 of 167 36
(4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or
series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by
filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local
officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the
Florida Secretary of State.
(f) Compulsory disclosure by employees of firms doing business with the city.
Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation,
firm, partnership or business entity in which that person or the immediate family does not have a controlling
financial interest, and should the corporation, firm, partnership or business entity have substantial business
commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency,
then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city.
(g) Exploitation of official position prohibited.
No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an
official position to secure special privileges or exemptions for that person or others.
(h) Prohibition on use of confidential information.
No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in
any business or professional activity which one might
reasonably expect would require or induce one to disclose confidential information acquired by reason of an
official position, nor shall that person in fact ever disclose confidential information garnered or gained through an
official position with the city, nor shall that person ever use such information, directly or indirectly, for personal
gain or benefit.
(i) Conflicting employment prohibited.
No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which
would impair independence of judgment in the performance of any public duties.
(j) Prohibition on outside employment.
(1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an
officer or employee of the city from any source other than the city, except as may be permitted as follows:
a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or
otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is
to be performed on city time.
b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as
such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and
the approval required in subparagraph c. is obtained.
c. Approval of department head required. Any outside employment by any full-time city employee must first be
approved in writing by the employee's department head who shall maintain a complete record of such
employment.
d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in
section I - I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing
authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation
incurred by the city.
(2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity
other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the
source of the outside employment, the nature of the work being done and any amount of money or other
consideration received by the employee from the outside employment. City employee reports shall be filed with
the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city
manager may require monthly reports from individual employees or groups of employees for good cause.
(k) Prohibited investments.
No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family
shall have personal investments in any enterprise which will create a substantial conflict between private interests
and the public interest.
32 of 167 37
(1) Certain appearances and payment prohibited.
(1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or
agency and make a presentation on behalf of a third person with respect to any matter, license, contract,
certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall
the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who
has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit
sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as
counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question.
(2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city
commission or agency on which the person serves, either directly or through an associate, and make a
presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision,
opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any
compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking
some benefit from the city commission or agency on which the person serves in connection with the particular
benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as
counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such
person serves through the suit in question.
(m) Actions prohibited when financial interests involved.
No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action
directly or indirectly affecting a business in which that person or any member of the immediate family has a
financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or
indirect interest in any investment, equity, or debt.
(n) Acquiring financial interests.
No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a
project, business entity or property at a time when the person believes or has reason to believe that the financial
interest may be directly affected by official actions or by official actions by the city or city agency of which the
person is an official, officer or employee.
(0) Recommending professional services.
No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any
lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional
or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation
may properly be made when required to be made by the duties of
office and in advance at a public meeting attended by other city officials, officers or employees.
(p) Continuing application after city service.
(1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after
his or her city service or employment has ceased, lobby any city official [as defined in paragraphs
(b)(1) through (6)] in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request
for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other,particular
subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or
indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative
request or application to a city department or agency during the two-year period after his or her service has
ceased.
(2) The provisions of the subsection shall not apply to persons who become employed by governmental entities,
501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in
their official capacities.
(3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or
employment ceased after the effective date of the ordinance from which this section derives.
(4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to
the effective date of this ordinance shall for a period of two years after his or her service or employment enter
into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in
which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she
participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of
33 of 167 38
advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly"
where he or she was substantially involved in the particular subject matter through decision, approval, disapproval,
recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or
employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular
subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or
otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an
affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the
requirements of this subsection do not preclude the person from lobbying city officials.
(5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p).
(q) City attorney to render opinions on request.
Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in
doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or
whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that
person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall
then render an opinion to such person and shall publish these opinions without use of the name of the person
advised unless the person permits the use of a name.
34 of 167 39
PRESENTATION TEAM
DECLARATION/AFFIDAVIT OF REPRESENTATION
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, must list on an
affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must be filed
by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For
the purpose of this subsection only, the listed members of the presentation team, with the exception of
any person otherwise required to register as a lobbyist, must not be required to pay any registration fees.
No person may appear before any committee on behalf of an anyone unless he or she has been listed as
part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the
City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned, makes the following
declaration under penalties of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person may appear before any committee on behalf of anyone
unless he or she has been listed as part of the firm's presentation team pursuant to this
paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid
all applicable lobbyist registration fees.
NAME TITLE
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, will not be required to pay
any registration fees. The Affidavit of Representation must be filed with the City Clerk's office at the time
the committee's proposal is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in
it are true and specifically that the persons listed above are the members of the presentation team of the
entity listed below.
Executed this day of , 20
Signature of Representative
Print Name and Title Print name of entity being represented.
END OF SECTION
35 of 167 40
NOTICE OF AWARD
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
The City has considered the Proposal submitted by your firm for the ROADWAY & DRAINAGE
IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST RFP #PW2021-38 in response to the City's
advertisement for Request for Proposal and Instructions to Respondents.
You are hereby notified that your Proposal has been accepted for the ROADWAY & DRAINAGE
IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST RFP #PW2021-38 and the negotiated price is
attached as Exhibit A to this Notice of Award.
You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal
of proposal and to furnish any required bonding, including a Performance Bond, Payment Bond, and insurance
documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you.
Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract
attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required
insurance documentation within ten (10) calendar days from the date of this notice, the CITY will have the right and
be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the
Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $S,000.00 or if it is a multi -year
contract requiring payment out of more than one year's appropriation, the award and the contract must be approved
by the City Commission before it is binding on the City. Moreover, the award is subject to rescission if the City
Manager determines that it is not in the best interest of the City.
BY:
Shari Kamali
City Manager
Dated this day of , 20
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
On this the day of , 20.
BY:
TITLE:
You are required to return an acknowledged copy of this Notice of Award to the City Manager.
END OF SECTION
36 of 167 41
NOTICE TO PROCEED
CONSTRUCTION CONTRACT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
TO: DATE:
PROJECT DESCRIPTION: ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO
60 ST RFP #PW2021-38.
You are hereby notified to commence Work in accordance with the Construction Agreement for ROADWAY &
DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST RFP #PW2021-38 on or before
. You are to complete the work within 90 calendar days.
City of South Miami
BY:
(print name)
City Manager, or designee
ACCEPTANCE OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged by
on this day of , 20,
BY:
TITLE:
END OF SECTION
37 of 167 42
EXHIBIT No. I
SCOPE OF SERVICES
Attachment A
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
I. GENERAL REQUIREMENTS:
The work specified in this Request for Proposal (RFP) consists of furnishing all goods,
materials, supplies and services necessary to provide a completed project that meets all
of the needs described in this SCOPE OF SERVICES and as otherwise described in this
RFP (the Work). The Work is to be performed per specifications and the contract
documents. The Work is to be performed in accordance with the specifications and the
contract documents (as defined in the Instructions for Respondents) that are provided to
the Contractor by the City. This includes but is not limited to keeping the project site
clean and safe; furnishing all labor of the Contractor and the labor of all allowable
subcontractors; providing dumpster(s); disposing of materials; all permits; all necessary
equipment, including rental equipment, machinery, tools, transportation and freight;
coordination with any other City contractor, subcontractors and utility companies (i.e.
power, gas, water); erecting construction safety measures, including fencing, privacy
screening and cones, and ensuring that the safety measure are in place at the end of each
working day; root pruning and sod restoration at affected areas to the City's satisfaction;
cleaning the construction site at the end of each working day; maintenance of traffic and
hiring of off duty City police officer if required by the City; and any other goods and
services necessary to perform all of the Work.
After being awarded the contract but prior to any digging, Contractor must locate all
underground utilities and other facilities as well as contacting Sunshine 811 to
coordinate the process between excavators and utilities in Florida so that the utilities can
mark the approximate location of all their underground facilities, including power lines,
telephone lines, cables and pipes for gas, water, and sewage on the construction site.
In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and
other permits (including tree permits), as well as all laboratory tests, drawings and plans
that are necessary to secure any and all permits and licenses required to complete Work.
In addition, Contractor will be required to obtain, pay for and deliver to the City as -
built plans for all of the Work. Permit fees are waived for permits required to be issued
directly by the City of South Miami. Permit fees charged by other government entities, if
required, are the responsibility of the Contractor. However, in all cases; it is the
responsibility of Respondent/Contractor to secure any and all permits that may be
required for this project.
All work is to be done in accordance with rules and guidelines; all federal, state and local
requirements, Florida Department of Transportation and Miami -Dade County
Department of Transportation and Public Works design and construction
guidelines as well as City of South Miami Design and Construction guidelines,
the City of South Miami Land Development Code, all applicable ordinances of Miami -Dade
County and the City of South Miami and the Americans with Disabilities Act (ADA) and,
if the project involves a City Park, public playground safety standards.
38 of 167 43
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
111. SPECIFIC REQUIREMENTS:
The scope of work for the Roadway & Drainage Improvements along SW 62"d Place from
SW 58`h Street to SW 60`h Street includes but not limited to manholes, pipe culvert,
exfiltration drain, inlets, limerock base, excavation, curb and gutter, sidewalks, driveways,
swale trench, asphalt, pavement marking, RPM's and new performance sod.
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays
from Monday through Friday.
111. SITE LOCATION:
The construction project for the Roadway & Drainage Improvements along SW 62"d Place
from SW 581h Street to SW 60`h Street includes SW 62nd Place from SW 58th Street to
SW 60th Street in Miami Dade County. Please refer to Exhibit 1, Scope of Services,
Attachment B, "Design Plans & Specifications."
IV. DESIGN PLANS & SPECIFICATIONS:
Please refer to Exhibit 1, "Scope of Services" and Attachment B, "Design Plans and
Specifications."
V. PRICING:
Proposal pricing must be submitted in a "Lump Sum" by completing Exhibit 3
"Respondents E-bid Form." Pricing submitted in Exhibit 3, is in accordance with the
terms and conditions described in Exhibit I, Scope of Services, Attachment A, B & C
It is the intention of the City to award this project to a single Respondent.
SCHEDULE OF VALUES:
RESPONDENTS ARE TO COMPLETE THE "SCHEDULE OF VALUES FORM,
EXHIBIT C."
WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO
PROVIDE A LUMP SUM PRICE PER THE SCHEDULE OF VALUES, EXHIBIT
1, SCOPE OF SERVICES, ATTACHMENT C.
WHEN PREPARING AND SUBMITTING THE COMPLETED "SCHEDULE
OF VALUES FORM," THE RESPONDENT MUST CARRY THE
CONTINGENCY AMOUNT IN THEIR TOTAL BASE BID.
RESPONDENT MUST PROVIDE PRICING FOR THE ADD ALTERNATES
LISTED ON THE PAY ITEMS, IF ANY.
THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE
RESPONDENT BASED ON THE LUMP SUM AMOUNT SUBMITTED.
ANY VALUES THAT MAY BE SET FORTH IN THIS RFP ARE
APPROXIMATE. CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY THE
39 of 167 44
AREAS, AND QUANTITIES AS PER THE LIMITS DEFINED BY THE SITE
PLAN.
VI. PROJECT DURATION:
After permit(s) have been secured/approved, the Respondent is responsible for
completing this project within 90 calendar days from issuance of Notice to
Proceed/Purchase Order/Email Notification from the City's Project Manager.
VII. WARRANTY:
Respondent/Contractor should include the following with their E-bid:
Applicable warranty and/or guarantees of all material and labor, including:
• any conditions; and
• guaranteed response time for repair; and
• guaranteed replacement during the warranty period; and
• Failures during the warranty period must be repaired or replaced to the
satisfaction of the City; and
• the term of the warranty.
At a minimum, Respondent/Contractor must warrant their Work to be free of significant
defects in workmanship and materials for a period of one (1) year.
If equipment is being provided, the standard manufacturer's warranty information must
be provided in writing for all equipment being proposed and, if required by the warranty,
such equipment must be installed by an authorized installer before final payment is made.
If the manufacturer's warranty is issued to the respondent/contractor,
Respondent/Contractor must assign it to the City.
NOTE: A Performance and Payment Bond IS required for the full amount of the
project, and it is a condition of award. However, it is NOT required with a
Respondents submittal.
Please refer to Exhibits 7 & 8.
END OF SECTION
40 of 167 45
EXHIBIT No. 1
SCOPE OF SERVICES
Attachment A
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
I. GENERAL REQUIREMENTS:
The work specified in this Request for Proposal (RFP) consists of furnishing all goods,
materials, supplies and services necessary to provide a completed project that meets all
of the needs described in this SCOPE OF SERVICES and as otherwise described in this
RFP (the Work). The Work is to be performed per specifications and the contract
documents. The Work is to be performed in accordance with the specifications and the
contract documents (as defined in the Instructions for Respondents) that are provided to
the Contractor by the City. This includes but is not limited to keeping the project site
clean and safe; furnishing all labor of the Contractor and the labor of all allowable
subcontractors; providing dumpster(s); disposing of materials; all permits; all necessary
equipment, including rental equipment, machinery, tools, transportation and freight;
coordination with any other City contractor, subcontractors and utility companies (i.e.
power, gas, water); erecting construction safety measures, including fencing, privacy
screening and cones, and ensuring that the safety measure are in place at the end of each
working day; root pruning and sod restoration at affected areas to the City's satisfaction;
cleaning the construction site at the end of each working day; maintenance of traffic and
hiring of off duty City police officer if required by the City; and any other goods and
services necessary to perform all of the Work.
After being awarded the contract but prior to any digging, Contractor must locate all
underground utilities and other facilities as well as contacting Sunshine 811 to
coordinate the process between excavators and utilities in Florida so that the utilities can
mark the approximate location of all their underground facilities, including power lines,
telephone lines, cables and pipes for gas, water, and sewage on the construction site.
In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and
other permits (including tree permits), as well as all laboratory tests, drawings and plans
that are necessary to secure any and all permits and licenses required to complete Work.
In addition, Contractor will be required to obtain, pay for and deliver to the City as -
built plans for all of the Work. Permit fees are waived for permits required to be issued
directly by the City of South Miami. Permit fees charged by other government entities, if
required, are the responsibility of the Contractor. However, in all cases; it is the
responsibility of Respondent/Contractor to secure any and all permits that may be
required for this project.
All work is to be done in accordance with rules and guidelines; all federal, state and local
requirements, Florida Department of Transportation and Miami -Dade County
Department of Transportation and Public Works design and construction
guidelines as well as City of South Miami Design and Construction guidelines,
the City of South Miami Land Development Code, all applicable ordinances of Miami -Dade
County and the City of South Miami and the Americans with Disabilities Act (ADA) and,
if the project involves a City Park, public playground safety standards.
38 of 167
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
1111. SPECIFIC REQUIREMENTS:
The scope of work for the Roadway & Drainage Improvements along SW 62"d Place from
SW 58`' Street to SW 60' Street includes but not limited to manholes, pipe culvert,
exfiltration drain, inlets, limerock base, excavation, curb and gutter, sidewalks, driveways,
swale trench, asphalt, pavement marking, RPM's and new performance sod.
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays
from Monday through Friday.
111. SITE LOCATION:
The construction project for the Roadway & Drainage Improvements along SW 62"d Place
from SW 58`h Street to SW 60`h Street includes SW 62nd Place from SW 58th Street to
SW 60th Street in Miami Dade County. Please refer to Exhibit 1, Scope of Services,
Attachment B, "Design Plans & Specifications."
IV. DESIGN PLANS & SPECIFICATIONS:
Please refer to Exhibit 1, "Scope of Services" and Attachment B, "Design Plans and
Specifications."
V. PRICING:
Proposal pricing must be submitted in a "Lump Sum" by completing Exhibit 3
"Respondents E-bid Form." Pricing submitted in Exhibit 3, is in accordance with the
terms and conditions described in Exhibit 13 Scope of Services, Attachment A, B & C
It is the intention of the City to award this project to a single Respondent.
SCHEDULE OF VALUES:
RESPONDENTS ARE TO COMPLETE THE "SCHEDULE OF VALUES FORM.
EXHIBIT C."
WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO
PROVIDE A LUMP SUM PRICE PER THE SCHEDULE OF VALUES, EXHIBIT
1, SCOPE OF SERVICES, ATTACHMENT C.
WHEN PREPARING AND SUBMITTING THE COMPLETED "SCHEDULE
OF VALUES FORM," THE RESPONDENT MUST CARRY THE
CONTINGENCY AMOUNT IN THEIR TOTAL BASE BID.
RESPONDENT MUST PROVIDE PRICING FOR THE ADD ALTERNATES
LISTED ON THE PAY ITEMS, IF ANY.
THE CITY WILL AWARD THE ENTIRE PROJECT TO A SINGLE
RESPONDENT BASED ON THE LUMP SUM AMOUNT SUBMITTED.
ANY VALUES THAT MAY BE SET FORTH IN THIS RFP ARE
APPROXIMATE. CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY THE
39 of 167
AREAS, AND QUANTITIES AS PER THE LIMITS DEFINED BY THE SITE
PLAN.
VI. PROJECT DURATION:
After permit(s) have been secured/approved, the Respondent is responsible for
completing this project within 90 calendar days from issuance of Notice to
Proceed/Purchase Order/Email Notification from the City's Project Manager.
VI1. WARRANTY:
Respondent/Contractor should include the following with their E-bid:
Applicable warranty and/or guarantees of all material and labor, including:
• any conditions; and
• guaranteed response time for repair; and
• guaranteed replacement during the warranty period; and
• Failures during the warranty period must be repaired or replaced to the
satisfaction of the City; and
:minimum,
the term of the warranty.
At Respondent/Contractor must warrant their Work to be free of significant
defects in workmanship and materials for a period of one (1) year.
If equipment is being provided, the standard manufacturer's warranty information must
be provided in writing for all equipment being proposed and, if required by the warranty,
such equipment must be installed by an authorized installer before final payment is made.
If the manufacturer's warranty is issued to the respondent/contractor,
Respondent/Contractor must assign it to the City.
NOTE: A Performance and Payment Bond IS required for the full amount of the
project, and it is a condition of award. However, it is NOT required with a
Respondents submittal.
Please refer to Exhibits 7 & 8.
END OF SECTION
40 of 167
EXHIBIT I
SCOPE OF SERVICES
ATTACHMENT B
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
"DESIGN PLANS AND SPECIFICATIONS"
Prepared by:
SRS Engineering, Inc.
41 of 167
PLANS FOR
ROADWAY AND DRAINAGE IMPROVEMENTS
SW 62nd PLACE BETWEEN SW 58th STREET AND SW 60th STREET
LIST OF DRAWINGS
NOTE
ee i.ew-mt 'FuOu"'
CONTACTPERSONINFORNIA7ION
ENGINEER'S CERTIFICATION
,oN :,Nan TDF .No NDTIAI IF .:.z"AS .oremo n. ,.r .T.R a «ORs. ,Eo.�.Mrc. � �.>,.N,. ..
uen , s. «.
STAID / DOm ZDATT Of ....
BEGIN PROJECI
STA, 10+77A 2
SW 56 HST -� --
W 57T -ST
yy�
South iami
S i57T DR
nff nn ui runmur uvwc.
5 TH ST
- _-
SW 5a� ST 1Y
If}yr'
CITY OF SOUTH MIAMI
>
-_-�w SW 59TH ST a.--
unvoN
RYA
d Q JI rl
J Q
W 6OTH SY 3jSW OTH _T E.
Nc[ NnvON
f10EBlf W9.SH
3 AID —
S
couuisswfas
LUG M
.pelf L�eunx
S lST
WAL1Hi HAW16
G N �
•SW 62ND ST
T
O
cfv unrvnrxa
BH4Po KAVALL fCIM-CN
`.SW 62N➢ TE,
SW 62N➢ T�
' N SW 63R� S _
N
N I
I
NI SW 6A T
SECTION 25 - TOWNSHP 54 SOUTH - RANGE 40 EAST
N+68.55 [. CT
i
LOCATION KEY MAP
N.T.S.
3 ;' No. 61825 ': r
_ IF
STATE OF
�'.
�f •�(ORID Pf���o
FS,S/Mini
PREPARED FOR:
THE CITY OF SOUTH MIAMI
PREPARED BYE
Sunshlnela
Cou Blf e�vnu w�enineeff mn, to Mi
Am—
ox. cea.aaa"N
1007 SUBMITTAL
Id 1111f» ISTO —1a.,
,k
1
Z/ l
3ONVIlnSNI,ulllevn
IVNOISS390W AS O3!l3A00 SI A3A!{nS 3IHdVU9Od01 SIHl
Aa4dnSAHVONn09 V ION SO SIHI
(rea.d (C) oo yl /o Igo1) •roard
qe rrrogiim otoidwoo pue IIru rou rl luoutwo0 9pU
:33UON
s yt Y Ir#rtY'a H
Y [I ul _ t IYA sl
--ot SI _t-i[ UINUXIJ- _ tl
tl11111) Y)lyV it
(tl71w Ayndv t1
` ItlllLll )f Y)1tlV N
L L t MIAM Li
sl of I u o4Yn ovy» it —
5[ 51 �I Irma it
SS SS of -14 M It —
It SI VI 11tr> Vi
It St CM omn otw" If
[ v CI tAVnoVrr) 1I
SS of tl Oin,106 LM tt
a u u no 1
--!I!
a u sl no LI
0. to U Icwy, 11
ct w It MV10S11N !t
it SI Y no VI
[ tl 1 W aY0 1I
[ SI artl t1
tl 21 VI .0 It
1 11 a rto [1
K L1 11 .10 1l
or u rt aro �t
or t: II `15J u
02 S2 rl aVcl a
s 1 y 11a1 t
u tr a nn y
it it O) ly7lY II) IVIYa _) _
Si Q tt � yalva t
51 U l! II1 NJ%)�
-
oi 51 !1 MI. I
{ulL�cNq 4llwarN'lunnll tulrrallo Sn"NOvYo) -IOSAU
3 rr0S 01 ION
dVW NOI1V3Ol
nCK,IRS '
RCO65
iS ffYL9 t5 -
1S 15�7 �S
is 1i19its .
32 w09 as . a
N 1S M309 6S r'
Litu¢9 •S �' .� r r �7 n�
15 I416s is -k 1S., Hills65 �'� X-
7l W 11S r,
ii ww¢ aS- i9 kt9S, d5 t, -
IS INK,
�w o Ito NltY MS _
1r V cis rs Y
I Ir '
IMM ft 3 K VV • HWOG ►o dtHt/UY101.99 Kouasn
A3/ uns 3lHdVV9OdOl
C
10v
It Mou"
fu 601 COS
!1 C6 91
9990>t
►
L
old
It 911"ll
CO IIOC(S
it OO SI
996u>C
C
C
SO u
19 CbOuuu
so 991COS
11 669
►t rf t l
C
C
C9 9
19 6►6199
BS C IUM
Al 0t'l l
9 IZ>0
l
1•0VS
(N)Y-90-413
fll;lyol
b-.VIwN
IaNio
w,1025
ON
S1NIOd 1081NOO ASVNOdrl31
vines iww nvu�,uw.�mua,m.an. o
3NNOOVHI A3/INOS OINdONOOd01 Iw
L
b
l
a
gg
�Y
w
/��_yi4 C •.µ�3
/
P
�J
g `)
3
2
Fr a �aFF i�4d ifilf'1 rsr—:
s
INH»+N w»""•°`�`^»" udnJsla AN Jlvc n1a
aa-fo-uor�Ir
IllNs ON tuts 3JVld P�Z9'M'S L9L 10 SIPNo
a S1N3W�A0l�dWl �'Jt1l�lbki0 dNd I.VMaVOa
cm IVH�N3J a1.Jn
1W oms SV 1 V 11 \ 1 1i1 os =iO /W V
smaNVIS M11V1
6OU old S1NYWAN JYU IN ONtNOW SbIAWA INJANVd r10 QANII 1NISN 1W16 NJ13V111101 )U C
S05110, QhV SOOT 1nOk1M Sl)lbls )Os TW IV ONV 03'Oad
)u D ON3 ]oil CM "Q 0J0 )Hi IV SWXM JNMJAVd W4S03 NCIYA W416 11O1OVo11,03 Vu Z
Sam WIF AVMN0J1 Wb1011 m 0 woe] LN333b ISO" m OUR Allow albs lS ru"t]a INNS Sl3VV4
Nos III, Saev"IS NOS)3 WUVloOd`Jwm IQ31UWa710U INd30 Va" SAYIYON a" Smas bal
SDJVC I lumm., 3V1Y11 1m'm A 1Mw n (rw1) NOOYb1S9mw A V001N WbJCU 3W D NOaoJ
600Z 311 C. AW NM nos SWL IDU A lava SV C31WLSN SOW" Lh"vd arV 'Me= TN I
S310N OM UM 1N3YV3AVd ONV ON NOG
8013Yo1NO3 IM JD 3SN3dx3 3M IV S3Vd1h NOS TVY11 Of S31Wd
306Ln0 OW3010 AD 30YIIV0 NY6 A07nla at INOW VII SIMISIb OVMa 311 OVMa AI12ln 314 of
031oad3b AIJ:YwJAAI 39 IN16 S)lnln Ions at 33V%V0 AM 13713bd SwL 43 S]UfUA WIS93 IW
ONY AM 1371011d AIWINOZIION OM AIN3.1430I Cl AL110SIOdSJa JVS S.3OL3VbihM 3111 10 INK It Z
OLON 3SAbbY10 SSTW NVN3b 01 3W S31nln WtSIXI IN at►M0 AIILA 3a
AS OIACodeY 35Mb3a0 SSTW3 N013n415hW OJN%I 37Ub35 N C3Nr:NNM JJ INNS 531It1n OM15IX3 1
S3W111l1
31113'1ddV A'WUVO 9N91 A U0 X ]VIIII IWHS SLIM-SV C
JIWYWY 1 'OI4bd Sat fm .Up%Jmr1000 13VIUNM CAN NOUVXmJd6.
VIA D N=3J$ .%VOM AIA". JHL HIM lONVQ=V NI ONY UNJAMIJIV 11Y D SNOUYAJU
OW SNO1V301 'SNOISNIA30 04Y SIN" NWYWLSNW .l IVIJ-SV. IN A 115 JLJtdAO0 JNO blI ONJ
]M 01 I"WIS INNS 8013Vo1N07 )III 'INIMYd IM of 8D1bd OW NMOMSNM A WAPdAW ND61 C
%"VIO W43nUW= A 1JS DLL NO SI"QWadAI CJ50daW IW A NOIIYAJIJ OW
'MONII 'hamot 13vx1 JH1 0037b 1NS o013Va1NM VIA uar Jkl A sSmow AYIO JNl vewic 1
-"I 1 A9M4:SN.M• l •..
a3W
JM of ISao NhOL1ODY ON IV W13nb15hW olvan0 a" bObd NVW JM JNJAJIM INNS VM:r NNW
9-vol N01OE 'NOUYAbISNOO 1=0 ONV CV08 801 SWU"1016 1001 ISUVI 341 01 ON01DMr NYL
Wlh1A3bd IW1n110d dUVN AWLS V SID40MI 440 31l Of INNEM 0" UVJW IWHS 800V8I400 INN f
W"Y"1SNM A 1WLS
01 709bd SIOUld NMYICWW JW"Wv III bOJ AVd OW kVLlO Ol 012VIOU SI 8012Vo1MO 31I Z
aNridd SUWd 3a
HIM SIhy13W101N ONY SIbO111 HNIVhObOM 00 SMD103 ANY SVOZ 01 OIWJJod 30 CM IYD313S
N00OM:1SNOO V IMOnS 1106 6001 1NM iM ObOOLI 10 SIY4041 1N1 )WIDIS 0: 13N1b1fr03
hX3NUSNC)-IW V IYWAW CM l WO mx1m YWISNM dO 11n 13vlhW IWNS 101OVa1NO3
VIA '.CJ330bd 01 3OuON. IN; A I"Au 341 ONY NOuYYLLSNW 3N D INVIDNLVIW 01 bOWd 1
S31MVM0dS3d NOrionH1SN00 add
SNOIV MIN NI NN OhV ALIJVS 1V301 ONY M AVIS 1W O'USI JO 13Y
III WIN OM A I S WMt1Ydnow NoDJI A SIN)IrAnOlb 1N 1411A M111d1W LOZSIS M oY1 hmVA
INS V M 3NCC 30 TNM NOlYW1SNM 1W Ina DNWKh3 VOI TDSNO&IS 10 i1V16 fOLOrb1NOO 31k 1
SMOO 318V011ddV
SAVb WIND Ol LhDR•OI .0 aJDxl SAD dOaO NJM aAVNVA NOJMI1SNO3
r1Ya1 H1n05 00 MO JNI A0 CY44AO SI3 A33 NOR NU xbOM NI 131101N INNS 11012rY1103 1N1 1
SRO CIO86
SNOUr IN NOIn1AdSNvtlt A INNUWdw raWOIJ JM ON 811SC3o
Wa3031 ikl N v so AO N1bO1 LIS SA"Aood 3M 01 A1O9JM INNS SNMVWIN AlINS H09V1 L
13VOAd JM 01 WLN)=N OJAJA J9 INNS UIJVL >M WWII 80J
L`.M 43>1010 " A0 amaddy bJNMA V Na INU Xwe 3NI 1Wk1 311OUL OhWIvLNvA bOJ OWILn
SAvwv(w Rut a11VIA Al101S A WACMJS LIMP" JM 801 J%t610dSIb A INNS 1000V411403 9
ALI Ave 31.1ftal D 33NVklvcm M 001I314 Is INNS SNOS 34 ONJolsla
00 Ok1YMIJa 101MOILA W W&lhaa AL1 "I& A I= 10'160d 1VNOap AJM 01 SICS
)�1 MIS A IW16 101Ova1N0J )M USIA]
I bWI ON lYIPW Ni NJND 11 SMId a1MDW 3VV1 3W
N1■ 1Y1,04m IVM SNas aISOdglid 10 ONUSal AM MN03 80 JIMMUa 'JAOMJ11 I1n1S bal3V&XW G
TLI Aid 31111111 AD IYMIIMYA
N manUN 3B INNS SN06 JM oufAMNn aw ONWSAW D 15M 'JSn miki mum azImp
ON SMU1003 NJW SKIS JNOL X" b143 IN16 a0OVb1NM JM 'bllk7k3 IM A0 GWAd3l3a SV 1
'C33eS aLSOe ONALSOU W 39 1W16 SAVO 1MVel VQZ AWO NH1M MWJleV1S3 0116 AWLYV103b f
VJW InU N110LOMSJW Xl Wl 18VVVAV )W N MUV" OW W"I IN LNn
m )WOO V 11r310 at 110I3rViNO3 V0 A9 031111 IV ]a too 1111116 SAW 11AV11 ONY YJfm 31,1 L
ALI Are 3LY4 A LhVkLMVN 18 0J01DN 39 OL 1S03 104WIMIRJIM Of 1071d 12A3a
o)✓SM kQJ 111' 0013 IW at (Ai) NVIS IOLAC7 2111111 aJ VLJO V 111816 11106 b013VGJ03 3N:
SDN30 Volk O YJJva1 moon NO W"A 30 ON SA09 XJON Sa"WIS NA33 NO1ylbadr."bt
JO 1hft*VdA V011,011 3M A NOUCI 14161013 M WIN IYWNlMOV M SJMIO A JJVS OM SDtl1N33
3111vo1 TW ommihNA OW N1411VISM'a116wM1 VDt 313SNOdSU W INNS 11013TISNO 3HI I
S310N 703 M 06HVH130 30NVN31MVYY
4~ 3111 OL Ism
lr meav Oh IV NOLYWIy= ONYO SJOIAA iomw wwa3 LvIodoaddr AB 0343Load 39 m4s
SLVAN WJYWISNW WIN GUVX1 SL3W -63410 3.1 01 ISM W1M WV O1 LV NOUY94S1403
3111 O'dNO SINBIO OW IFULVA 00011A 0 kVM SIIVO 9M1S03 OW Olh dIU TWdS bQ1-,mlO3 9
1/014YOGWIVAO IN JIM ANY Cl 101W
1hiUbVd30 SXNDO 31VU MW 0 ALL) IN AM SLIM)d 01"Ib 1N NWtSO INNS 1010VAUPW 341 S
Ala
34 POW WAOoddV 00"I d 1110NIM SIM AM Vinod 110 31VOWIN '3AOA3b LOIN 1W16 MMOUINM 3H1
ARM-A-114044 S137OW 3N1 of 1M1MOV AILY03AN to N Uo SBLWId OW S33V1 'ON0IFIVO "IM v
SJ3ht ONL1SMI A JN11d10 JFU WON Mmoo CINO16 Lambe Ulf UDJ SJ1wO3V 411410 00 0M0v15 ON C
SDA30 IOONM NO60al LVWdOtkMV AO 01131106d 39
THIS SWIOd VZ WHI VILVW SOOOIId 001 Y39V AVOOVab A MnO 'aT1d3301S 19 01 WallYN AM Z
13row SaU D Iva" V SV OL310) 3bV SJWOSID mantra " W311OLS61 ONUS" at SINdo ON I
1S310N WMEMOUMB
'631N0h1 1H1 As
OW]SIO SV NOJDnoISNM ONSW O)ADA3a SVM IVM IVWLYA D UNI JAYS 3H1 HIM •SIN3"mvdN
VJH10 OVV VW •SAY)IAWO SUM '0J9Y) OJLIWVIS 'MAVd IN J3Vklb INK 1101DYNINM 34 '11
IIJN0N1
3k1 A9 OL33A C SV bO N1d10 01131.9103411 JO .11 A"I a3OnONM 19 INNS S1S11 AIISNJ0 9
(GI-/KI-C I ISY) 3JN NVM SS31 LON AISN30 V Ol 031310dI100 Y
U1,303141038
JM 1130 1WN6 JOU IAJNJAVd A LJ11 Z 1�1M WIVAI'AI OWUrO 1kJYUAYr A91N•T111Dr9 SZ
-NO1Yb15aW A 40,131d103 IOM SIJNONI " OL SNV1d 15N1 bJUTA
1114 OW NO-IOV4 a1169A SIDW43 (1111J 11111111113 NIM SMM A LIS V UM TIVA a013Vbn03 'VZ
Stain Ow kWM a311V1SM OYY aJlykJSNOO 30 IW S UNIAlwam IN
ONV 'Ays-JO-114013 ALO WISO) JHl A U"I JM POUR 0301004111d A INNS IbON OJSQ4DW IN U
SMNU)Y NOUOMSJ03 01 )n0
0386NSO 3W N31r6 13YObd M10 SY3W 03000S 1N IWIS3Y fl OI Ol"Id SN 03Y911103 3a •ZZ
SOMIVoQ JS7H1 NO ANIONS StN1NY4e," ANY SOL NOU311USUM
ahlbna aa6Wr 13n1nM AM A Al1lYlap71 OM1W9 M bJ]h0N3 ]M AJ10N 11" b013rb1NM Ju 'Nc
'cuoirl Loh SI AV%CVOb N6 NWIivA A ONIZAAWLS OL
holordllshM
A "MIS Jki at 404d SNOIJ003 allylu a" SJLLA431, NUWY aSNC) at salmis N Soule
A3NDV AlxLnrola AW JO UIIJAj9MJ1 IN AALIVS 0. JBSNOdS33 10 111/6 1013VIIIhW 3a 94
VC1YWlsft )
10 1NDIIY4VW= 01 100d SW104 0 ISVI11V CHOIRS N AtO )W ApON INK. MDI3TAINM'J"1 91
N"
As 110 NOIVS?0dMM W"=WV ON Ml VN0PW V14WVW*fl '114JNNVd 'X?VSM CA a1:N1 ION
Ind Sv IONS SLV113V F OIXWSN03 A IYLS18 V SY 03wom S3OVAV0 1N bvdlh O b0Ov1Lil00 "1t
SLIf6YV1 3110"b&M All 01131101fi1 30 OVONI SL1A03V N3UOnbISNM WIN 031VWI SITW It
133CObd
5N1 11 MOM 01 AVYSSDIN A406 IU flat S1rlald 119 bOJ Aid My WOIS OR bO13Vb1MD IN St
3WlU1l Otr MW14 3112nd 3k1 01JOW Of LS Will IOMIS 11v16 bOOrhtkM Id ►t
AVO-JO-Staw )nand
OL ]1M-I11ddy W..LXiLLSMW CNV No6D Mil SQVQMLS WIVIwesmr11 D 1N1IOWdA vowli
A Ndxu0115LVI J111 MM AWW IN4 ONISL OAV 'd16MNAL10M IOOOJWLW= SWWLYA IN T1
'IS03 ONArd Id CMDO 10 INNS ONV MIA 18 ISM SIJ3rIS Jos IN O La13Y/C3 Jl
-Ik)INvd ONISA3 I'd AIM w1mJ OW Val IIJ'1Yb11 LVIN V N Join
36 TNNS NO 73NOO WV LID MK n 11116 LNLISArd %&SO3 `)MISOIJ U13A 1N3AJAVd Wh 3d3a -11
ALI Aid Lh1ANVd
N 030113N 39 INNS ISO) wId NO Na0.6 ION I h1h3 DVIC Not
at
SI ml owvd WIN
SU09 1A WA CM S3l"M IN JW"V 11114 8013VMPW Wild 11nId3Y A INIPIONVW43
01 WWII 3CVW IrNI 113A 01 UP&= 30 IA06 SLNJKSrM *3W)11&V U31M S3CVdO •YI
ILIA CL -313 UYM JUHWA '631VW 'SNSY9 Hnr) SJx00 VILLA 'WAIN 110-4011 Uno-MJO
'S3x09 JAivA at aLimO ION In9 %NenAM 'sxL In ONUspJ IN LvraY 1M5 IOl)r1I1NO3 Ot
'I30/11Id333Y 011Y OM314M IrNf 01 W- d 031VTD 16 INNS SSdnL fW1S
ew SWl IN 'OWN) YU Cl ISCO WNOIOOv ON IV 140113NUSNOO NI Owanc 31) S'LOI, 1401111rl
'WWLVA Dien A MID $13W OYJ aM DNUS413 3Nd3JA NOl 31O6 "1a SH 400VURM 3a 6
6ZLZ-f99 (19S) IIrI♦
Ci ZS-99Z (9W) 1,311IS 9 UJIVA 3CV0-tRYtA
CO►9-9115 (99C) U0,1 i 113 0e V016011
Col. 1690-L1► (Cof) Dlllvbl Oki SAOOM 31101d ALkn03 1Cy0 INvtn
►49C-SC9 (SOC) Sit) 110 vaM011
90ZSv 6909-190 Wx) OhY9arcus 3IINrlly
Of CIINII ION Uv ins *wi3N Sion 1)Voad 3M N SYNVdAW WILLA NIONx 9
M SNJ)A (Z) 00, LSVJI IV DWQ* M 30vN AtISM UNJAtSMCv Allllln bpi sisinolb IN slumn
IN3Atbvd30 MM O"WIL OW 0 POLOfWISOO CIIWOaf1YNn a1bmmca W NY) SJOmn
OW SIx09 JAWA Ow11W3 'Af JIVS, " M W3N 3119M 3M U SN1 01 A3001341113 M A LH3A3
3141 N N0113nMSNO3 LnONYOW4 CYVVLMYN 30 SASNn0311 1WUNW OJNIO OM 131014VA AgILM"
SUWA 4361S ON VLVA IN 01 SS=V 11ML MADU 1WRLW433 VVIN OW ULYN XV13-AYa1 L
OLVIS 1511141410 SSJ1M11LI1O D Al 80 LN)IJAVd D ]0al JHd Ol JIV SNO:SNOW 1NA30d 1N 9
NSW 13VObd 341 Of WU03aq aVIDO 13 TW16 xbOb A ISO 010Vb0 3)N313fid S1a Vjm
aVYI 114 A AdM CIWJS OUT OVO4 V OWN 0 A10 3h1 al NSYMv11 T1n6 OW SINWOOA OW
Sh)v103 H= TN 'XWW w A NQITWM Men 3d01S3b OM ID NUIJU 01 110A3LIM OW 3d
NV13b I1VNS $0131FV1403 W 216 JNl 1V MOM 91� Of lOAe SOGiVA s *Art IVVWIAbd
D CUVW VO:WO11 1N1 D S13WONYLS W3 FCL NYMM JM NIM 1091C4=11 la MA) IS
OWI-albils03N V AO aCNISHIN A1b1doad Is INK altm NO 101kausla *001fiva OM311 AD
bDkVa M OM MOM 3N1 HIM IYIJNM M S11,111 I NOA ONV SON= YWIDI SV 0013Ydi"03 bu AO
OL3LObd 30 of Sri NDIYWSNW D Stan 3M 1041111 S1N3AnN01 OW S111,103 ONVI 3119nd IN C
"]IS 141 IV X" 7N009330 01 IOW 54CA3101b16 CAyl WNVAJAW D OWN VOWIJ JM D
SOWONVIS W3:1#01L MAM1 JU 141M DrmMoov N 1CAIAbns oNYI-aluzS01b V AS OJOkJO 3b
Ak13dObJ MY OL311OW II Ol S. NOUYWISNOO A S19Vl 34 NH1M SLN)YINOA UVN HON30 AM '►
90 C 17AII 63LVFA
43WI30 SdYA WWJ W3 Wall ALNno) )OVO-MVM NO ONVI 133102 9 SI WOUVAJU VAIM 0001,1 f
(0A3h)
6Z6L Af1V0 rMbH YLJWO roettrN NO CJSVO IIIJ N 3W $OFoifO JNL NO MOM SWIVAJU Z
WaUNO/u aur9 dam 3N00+H A9
albvdixl AIVNLS 3U real CrAVINO NIU SVN kOUrNDp NO1VO01 llal OW ONNVNJOJ 1 Ceassl I
MAUN W8=94-m
notasa M o wnw w c mai iw a a•.m nc vcncx r r. - � �• •�
0
_ CV
_ � c
I 1 r�au�
I
T
--T71
r11
Z
• i
r
��� t •/ ga
a
• �' zsR a �
�ON osr <e}a Q
z
cr
— ——�--r—,n — U- z
� I lot
Stl
y A'S a U p
gEEf[
.
1 i-eF
I • , ij�'
a�
S6� 1
(5t {
E
Ego MA�7t71
E
IN-
G � �o 4' �
n
I
R S ms r
1
y.. , Lo
t�
I
I '
A o'e_C) Q-a r-, C5a
»"" LO to tt-CO-1L071rc NOild63a3q Ad 31vc A1d
nws ON 11M0 3JVld P(+Z9 'M'S L91 1:1 r
S�W.W11f10 AdMadOl� .�;,.,.,.,., m.37,D
i crop S1N3W3AObdW1 3a`VN)daa aNd ),VMad01� ,.-;
+� w.o +s Sr i V i \ fill IDS =io uo a «ra
r
Il►
N xvAV3X1
3dw oNos a ;wu3NW:s "VNVW
'A'31V101
J
M1311
MOMEUNV3 =io AHvmns
N 30 01 9 TY23:M1 A SS= AAV M33NDN3 IOU Ad a3L3M SV 13YOU iNt NO WItill 30 Ol 9 WMV" SK-SYMMa0 M011"w 3 A w0win N1
N 0301DN ioN Si aw teM r4ounilix) )HI S01UN Il7.Id PLUS 41915 fWLS 3H1 AO OY3V3dA 10 M 9 VSUVN 011SSYIXd1 JO A3 ►!S 0111IMS) NV 'I
OOS 3NdISa3 N31Va 01 W MNSN3d 'M VM1 341 AB 0313W SV CISYWIC b0 035Y31316 m AV" ON SKM 10 hal MLSId 3111 N 0)Sn is at oas s30O134
'6ntlN3 3H1 Aa ClInu0 sV d0/Wr 9wld 311 N Nd01s walr301 1V CILY41SN03 M 01 uv*VW dal ALLM00 CLMIS)
"13") YIl A6 QWI" sV ONONI W3 A 1l C 0MV sknift O 1V ewto d0W S3011S.
WSO NOUVI'M3 13OIIISN03 01 411010111 SAIM 11ROIN N 1N OW (A1IWV W 431IU001d-01001 INAMI110 01 wM 11011►ViV11)
to 1woo 31s) Ili unn Him oNrnam OW 3019V1 113001 311SYld 'X30M ISYITVO XW-WM '3d'd OIIVV003J 'NaIVAM NYW 01 NOIVAOXI 10 ISoo 3HI S)anlW
0131Nw 3„I As ahvvm tj do
*01SY 33o '01SY MX. A IV" aW 90LO O au3 Na.11 1N35NLVw 9 A30 SNI "M333N sY 1w0 A 01 UNIRLU V IAW d 31010M YI6V WD1wd NHLM
13PUYQ 5 10 LSw N MM134 )0 Tlab Md/YW1SMw V "V1 'isle OW IA3013AWd 110~ OW 11% '1NI M3k) Idd NIM 'SMM31M1 '(61) 31Uh9 10 I=
*611N0N3 3HL A8 010MAII NO QAY3d310 'anv1Y3N A AM Ow
Shal"iM OIYI 1A113V NO INYidImW 9 a33 VH1 311 'S1N3M3S10N1) IL393Nw 3dw QW 'SMU 1d41 'SWilw 'dn OUG IM3111 1 SSM 11MINM SMIMY113350
WY40163 3H1 AS OISYJ4330 ll0 Q3SM3NI 3e AVa QW SY10r1a10 C31VMLU 3W 3S3H1
adaelw aw Mwj13 10 Lsw ]Ill diw
VS 31d 10 SSTVMU 'si Tlr b WvM)v A I= lu =113N ISM 6013Vd1NA3 i131311r0 N l MINI 6ILYM 'WWTd 1341 6ol Ow"d SI LNIIMrd I1VtNdis a.
'JHMD3w Oft AVOM'ado11e1-Ad 60 AWLVlaldll
AI= 34 aw S33M17S 1r611rl 1s>13AdNNa OW*w ON0 GIN,' "AP3111 WINISN. 'adLVM3X7 Jo !0 LSw N1 SM316 NMYWIWM fO Simi 3H1
MN14 N"30 01 39V 43N01 SWt3UI$ "^VW ON19X) 11V IM-ONW713 !0 = 3H1 S7011316 '11000LNw THI A0 O)O109/ MIN TM1 N A OF.Od90 10 01
3AWV NN n310nM15RW p 1ld S3N11 Saw 80 SLd3AV`0 363H1A Sr3Mr OW 'sud T M3Lm ONV 1O6M0B Y Mr H310 Y3MV AVNOVON S MIN Wit aWIMSK3 l0 nd
SWIWMIS 60 "IMMM) 3630 6o'M la 01 9 NaIVAYM) 1d3Hd sY3Mr IN N snamalsoo altuo AW 6o swww Ow Tmewo u1s)1 40.9 Wdi ssn
s33m 'NolYU33A 'iLwh00 sno3Nn uxw 's3d1d QNv S3Mru3rL.ls 17MV6a 'd3111Y3 orY 84M 'SAYNYM 'drnax 101100000 'LMM3SW U%tWX3 JO 1r MJV s301I3N
30 '10SAM 011lydl 603 FOU 1100011 WMM GRAMS YaaXBM "lwd
ANVIQMI1 '3Milwd "1110011 `SOW WJIMI YTQWAMA VOM 01 QUINI LCN I% . *MV1. sail] IIVvw1s d3w Vol aw ION 31lMd 10 11NM11N1V1 10
W" 1N OIM011b MV 'XadrlVVA `3V31V19. 'OV.FA,YII to I= 3N1 SMIOpd sv' " OINOINN Wo 3N1 A 9]04N36 LsllVI NW OW *AWW XW-WM
VIM
JO YSXW0 3rWU 00 NOIY1Dod51Mt 10 1M711WOM 19161-t 90 ON) 010IVMLSIPMOV AVOO.1 1Vl7Qil NOMMOdS6V61 A IhVUWJ)0 Sn `SAplq.1 ON
SJUIS VQ1 SUYtw 1OWPIM 311MI P4100 10 WWM DU 13d3s oL1 XIi. 101r1Vodwa 1O INI3ALMM70 VOW11 INI HMd 33N1adw3Y N 0)NS(W43I3V is of
L-M
'IMMI N3 INl
A0 OU33M10 Sr GM 38 01 1N3ON41NM 3W S3LLLLNVno IVNO11630V
'IU31
SELL L01 3aM 38 TU 1143,Uvd 3LVWd12S ON 'NOI Aa aIQNOOd
sV3bV N smoviiihm IM A8 f0 a35C61a 30 01 1Y1d31VN ssim [
IMM)I/VONU 3N1 O KUWALSN03
3141 M aM 38 ION TTYNS 2VVLNWM s TVWUVa a3LVAV3X3 ANY I
SICQ33S
SSOM3 IM No auvow sV )OSU .0 3SV8 1U sm w Mwis
.il A NOLLOMEN03 3N1 NO aMV8 SI X80Md11dY3 10 AbWt1N1s L
ig�m
LL£
AS
(d33a ,,zi *NIW) HJN311131VMS
IZLT
AS
a05'dun.L3JNVWbOdb3d
Z-T-SLS
ZZT
AS
)JIH1.9'SAVM3AIba aNV MM3aIS 313b?NOJ
00-Z-ZZS
EE
Al
GA.. 3dA1) MUM aNV sum 313bJNOJ
OT-T-OZS
t/EE
Al
(„ 1Z) NIVba NO11Vb111iX3
17-0L-E99
ET
Al
aS.tNZ'ONnou'1VIa31VW1VNO11dO'1M3Ain:)3d1d
tNZi-VLi-Mr
t/E£
dl
aS.ST'aNnov IVIa31VW 1VNOI1dO'1H3Ain:) 3d1d
81T-VPLI-0Et+
L
V3
lsnraV'S3X0u 3AWA
9-SZ9
Z
V3
OI>'1L-r'S31OHNVVY
IL-Z-SZtl
tl
V3
,01>'1L-d'S31OHNVW
Ttb-Z-SZ6
bT
V3
Iowa UA110810'S131N1
TVs-I-SZO
E
AJ
(sn03Nvn3JSIVY) 313bJNOJ I SSV1J
ST-T-OOt,
bL
Ni
(„I) (AV1b3AO) S'6-31'J JlddVbl13sunO:) NOLDIbd 3131JJNOJ 11VHdSV
Z8-L-LEE
E9
Ni
CM S'6-Jd'J JlddVb1.'3SunO:) NOU:)Ibd 313b3NOJ 11VHdSV
Z8-L-LEE
VE
Nl
LT) J JlddVbl'JNOJ JLLWHdSV 3AVdb3d15
ET-T-PEE
St/t+
AS
(90 dnOb1J 3SVu'3SVB WNOIldO) LIM 3SVu XJOb3IN11
90L-SOZ
StIv
AS
NOI1VZ1118V1S u UILL
t+-09T
TUP
AJ
NOLLVAVJX3 wn93b
T-OZT
ZZT
AS
313bJNOJ9NLLSIX340IVAOMV3b
01-t+-OTT
T
JV
9NIuunuE) aNV 9NIMI)
1-1-011
VT
V3
W31SAS NOLUMObd DIN]
81-h0I
LZTT
dl
b31bWO1N3WIa3s
E-OT-HOT
ST
Va/Sl
:)IJA 1d03JNVN3INIVW
I-ZOT
T
Sl
NOI1VZ111uOW
T-TOT
Ai)luena
ainseew itun
uogidposaa
'ON WOO Aed
se 5CL
W p
X=
S.
c
3e
A�'yy& Ya
Q O
o
ZLL
Q
a
LEGEND
erNltt (f)v�rl4U tlrur Y
®stop
✓rulri lIDcr-fm]rr n(vu' or nr l�'Iw urn.rr
Mw M[e]
pgCgp rNpli ¢�@rnaY s[ arp, w 9e['
r. rYWlr 01MNxr rP wFMRP FM rnprY
i T9p Y.r r9 rt nnN , Irir[-uID
O
;aw9e w Rr
WSrW La]rn
ppr rlP
vM MYIt
�6
CITY OF SOUTH MIAMI
ROADWAY AND DRAINAGE IMPROVEMENTS
49 of 167 &W 62 d CAM
PVLfa
R
n
e
PAVING, GRADING AND DRAINAGE PLAN x o°
FROM STA.11+90 TO 14+70 w s
a`C-4.1;
I I aei no. i as
V f
I �
y33tl1$W09'MS � _ � �,ci I _IJ�'s's
= z
6t
.F G
a
Y6
,C•
111�
m
xo
�', =
mawswuml►Isawun�v�o�.asns�aalr.xwu.�mtsr is/17�bt.!]tmOC16�Jf►091tpEYA91M110R1 IIf019W►�f0►.LI�Ii/Q9lw,ROfl�A7R11�Pb{IRS.Y10t[DIQIIWOQtl.tl.MMbI['Q1C67�L�MfCRL1fM�f.iltCr►.
p a
< o J
O
z k
1 nJMK u� �
L # = Jl
OIS jFj� �I NEst 0
� �• 6 C�
�a Q y�Go -� = o Q W
u CO CD
0 It J (fJ
(n
C) I—.w=x—A C Q 0
=k3 ITU
0� r : U
Wok zl < ,. 3 z a
'L' c In raga
z _✓b$ g 1 i t Q �°¢�
lbs. a<�i}8o� „ � �+i �� .; {•. c YY
��WKos�� ! W11 �i:i:•• �- Q
1
<u�5�
.�<n..x..I., N w
q
CITY OF SOUTH MIAMI uut PAVEMENT RESTORATION FOR
a z ENGINEERING STANDARDS N.Ts- TRENCHES CUT IN PUBLIC RIGHT R - 2 O Q
ru SOUTH MIAMI, FLORIDA ► 0
Of WAY
1faMK 0
3 UI
0O o
8 � mo i z
I U
3 °
inarrs
QI
ck
-
� o F
i o lz
i�
GC /
f
a u u� i ► o
�I EL.
• . 1
\\ a
O
Q! LC
ci Q of
<
"N VIU yw O
W Ed
a�
im `
k u .'
Z
s-9
NOTES: - -- - -
STA. 12. 64SO (10 DO' TIT)
I [TISDNC U741111i ARE 15DIND FROM AVA4ABLE
_
I
(
CONST INLET TYPE 0-3
W/ USE 4700-6223
RECORDS THE ENGINEER OF RECORD ASSUMES 40
R[SPONLB'LITICS fa( TIE ACCURACY Or .HE DATA
PER SD-2.2 AND So- 2.5
(W-OPW ENG4EERIA DETAILS)
SNOMN C04TRACIOR SNAIL Vf R1FY ALL EXISTING
UTUTY LOCATION PPOR TO CONSTRUCTON AND ANY
C
EAST 1' GAS ltf
SLIMY Ah fj
COST /. w
INV. (L - 095 (!)
DISCRTPANfXS L1AI1 BC OROUGIT TO THE ATTrNnO4
10
STA t]• 6S 50 (19 DO' l n
Fl •550(t) .q• ODVER
CONSI. so TIM R
TOP 3 t 1'
B ) � ) fOVfR
mD
DOI TOM EL-• (-)105
10
of THE LNC►EER
!
CONS! N:ET TYPE 0-3
�
I (10 a $NEED WRYNED)
R
(TO of WR110) I
2 SP[Ok ATTINTON IS ORICTFD TO TH[ FACT TNA1
W/ USE 47M 9223
PER SD-2.2 AND SD-I.S
I EL I.50
1. D.16
-
626 1D
C.'7'SO I
_--.
�J
POP I10N5 a SOME p1/AMAGE STRUCTURES EXTEND
POR ON OF SO 2ED RATION 0E TI-E ROAD BED AND
(M-DPW ENG%EER'NG DETAILS)
-
i
4T)
IXTRILit CAUTION WLt BE NECESSARY IN STA9112AOON
F
5
t4V It - ? 90 (w)
BOTTOM Et - D 90
i
I S- . `
51• 17•61-50 (500'
CONST. Is.1Pr P -7T . T
W/ USE 31QA
S
OP(RATTO4 AT THOSE LOCAr'-04S
0
Y1
S
I
(S-9
Ia
PER SD-2 7
(vQOPw F4G;NEFRNG OCTARS)
.1 TOP IT - D44011 S ft[vAtIJN a uANNa! AT TV'[
CENTER OF BOX FRAME A40 LID.
i
I
01SIL
-
I
IW EL.- 0.93 (w)
INV.
IIOfICA/ It - OF 401i5 FIE VA LION AT pOIIfM (?
1
0
El. 2.90
EL (766
Q15X �.-
I
CIL 3,25 N)
0
STRUCTURE.
I
fl T15
IIB FLE (N)IN)
/
5 MANNOR ARE l(7CAlEU AT Mf CENTER OF TRAVEL
CONSTRUCT 7001E
El.
BOTTOM EL.- (-)1.07
LANE OR LANE LINE
L
a
16 PPf
CT 1
CONSTRUCT COOT
F
1
Q
Or 19' PIK
qpq
EL o97
!
- CONSIRUCI 60 EJ 1 a
Q
71'P HOPE [III DRA14
I
r
r
:r I. 1' CAS I NE
SURVFT AMO \
C
STA 12-07.75 (19 CO' PT)
10
STA t)•0715,(19 00' 1)
I
l •5 A.) 3w C10VER
CCNST SR TIM III
S_S ,
�-
COD-3
C:4S' IS:fT WE D-3
(10 K $VIC WRrfD)
R
��
AI/ USE AM-6223
S'1-22 AND SO-7.5
W/ J17DD-627J
PfR SO-22 AND S_'1-)5
I LL /.52
._D.'3
CLD.29 CI�D:iKR
(V-OPW FN:J4F[R�NG OF 1AiIDPWN:INEERI.G
DfIAIS)
EL.- ]90 (w)
i
NV EL- 095 (E)NV
BOTTOV Ft.- (-)+.OS5
BOTTOM [I o9oISTA
ff
12 66
0151(I
12. 07. 75 (S Oft' 4T)
IW E 71
0
IL. 25
CONST MH J-
W/ USF31 QA
JCT 200 1f
[PE4
So I'll
(M-DPW ENCINEERNO DETAILS)
r
or 18'
x te• Pa
CONSTRUCT 100 L.1
INV. El.- 0,93 W)
T
a ITC mn
[l 093
INV FI - 7,68 1)
I4V L.- 3.25 S,N)
w/ BAFFLE (SN)
BOTTOM Il.- (-)1.07
r
DOXsT4txr m t a
11 2A•P 0Pf 114L OP.
i
ac
Q
(
I
ERB
D
-'-� J
t115T t' GAS I, NI
P SURWV AND
SfA. 11.7130 (?S DO' 11)
11 .S l0(I) 30' C(1WR
CCNSI STI 67W PL
- [I'.SI t• W
5-Z)
51 A. 11.12.10 (17.0p' RT)
d
10
C045T. it. LT TYPE 0-!
/to H $tID WRItO)
\I
-- - 10P, 360(1) /' COVER
FIE10
C04ST. INLET TYPF D 3
10
R
VI/ USE A700-6223
d
L 8.36 (TO K WMYD)
0.15 (
w/ UST 4700 6223
PER SD-2.2 AND SD-25
S
P[R 50-7.2 AND SOL 21
(M-DP* ENOINEERMO DETA IS)
EL /.SQ
.20
I
F1
EL -7•W I
(M-DPW EN^-MEERNG DTTA1%)
qe`
INV. ET.- 3.00 (W)
ROT TOM EI .- I CIO
-
- - _
INV. fl-- 0.05 (1)
BOTTOM EL - ( )1.05
5
D
D
1 MIN
S _1)
015%
Ia
fl Tn
015I
I
STA 11.1675 (360' RT)
F9F9F9
Q
0
['. TOO
PI ))0 i $
FI 1)5
I
Co", MN. TYPE P-7'
w/ USF 3'OA
0
4
OF W
OF 16 pRC
I
FI D95
PER PAV EN
(W-pPw [NGFff RhG D1,TAI. S)
COhSTRLt1 110
1 T.
14VI E. 0.93 (M�
OF 16• PIPEINV
F- 2.91 F)
14V CI-- 3.2S S)
1l
- fl. 093
W/ BAFFLE (S)
!
BOTTOM 11.- (-)107
C
SCALE: r-10' (VERT.)
gY
1'-10' (HOR1.) 6
40
30 20
10
0
10 20 30 40
dtl
A I
CITY OF SOUTH MIAMI
AS I FHo J\ 6
ICAAN Ih
"�
• •
ROADWAY AND DRAINAGE IMPROVEMENTS
DRAINAGE PROFILE
2033 Y
(. I
.I
t071-03-22
i
52 of 167 S.W. 62nd PLACE
i
OAT, N,I I I 4
^ 6•
C-6,
)ATF
NV (1f 4CR 1114L,
-
U31 C h [I M
81tiM O � 1 O Q'f n0 b� O
1 n
8 _ _ O 8 O jc^Z
_ O O
..�o�aDl i r^,g �l.� ._�
$erg, ZOJ g�on6oeZ $'~g zoo• R`on o$$
�=a1�w, Az/)M1iJ w /��� Ozaryu O�I1h IJ y
2. o �l� a i/^ :°'�i�i $,ue'„J�1''•,'�� �'—� -.OISE Npj'ig
�jjf ��ar
� N 3Gv�m � NUlµv�333 Am N N i4.S..7m N N lYvZ22#
31,11 Wif IN AA/tl
1 Y
Cgs
e e
d 1 �
all
4 $'� $:
.-mffi � n1tl
Res ��t? ^njjj
C) _
N
—
�ae
Sip
Nua & w
" d y
Zj A
jo
fi $
�geT%fJ_
1N ~"�N�uO (/OIL i U1�4 u4}i0 f ~.: NlWO
A t(i O O N O
OtLVLQ!lO O.�L�1{960LYA RILL LIIL.
W
O O 1
o
i U 2 U
t=
to O
o b
14
J
U J
�. a:
O
cc
CL
w
c)
a
z
a
cr
0
O
m
v
Fyy
Q� IVC
CC p O n
OW�NEuO
�• i
II^
g l Oc+ C
PS Z�i�N i.
W
NU3��?0
�/ N i�r7T2#O
Q
Co
3`4n M/b
CL
f^O •
N/
N
1!(1}'j�1
V
a ff
_oo
Z
O
CO cc
da
o
off„
3
o o cd
W 'n
a.
Aaa
Y.h
I I 1
Z
o
4
V3
oLn
"
0
z '
x
_
E
�a
CRY
r
Ff
N
it
j6
aNV
N
NFL
co
H''
`
I n
V
�a
J
<
• 'p lLVl n
O
N
^ Z
;n o' V �
z'
�OWZ�A
OkNO .�i `N„'Rj
G
J8,a'tag�
c
Iz�ra��
(N
�zpN�+�gCWL�
1�ZpN>;9�IgzW�p
UI (J#�.21
S
Q
to
O
f.
B'Oc-� sin LL-f0-lL0
r O•L-0 L91 to t)9 •....
i ouJN3sla All J1vc nJe
r I Ir f`, (ih 'ucicl� , 3�9 •�s 1 Jf' lrt:
r ffoAM
L -11` 13G 3!DVNIVU(I SINSINSAOHdA1 BEWNWHO GNd AVMCIVON ^ r � �,. «: 6.9
q
rr
t n f.... twoM rtrt aM
f f-0 3dA1)
Z Z NI6v0141YO 1SY03Ud _�� 0JA01AJ.N AINIYY.1
as W110 OY,+rw Atl0le oarOw,s clonal xlaruvrw
A.1 1 M e M6iATV3 • Qat tc� 1 tr
A_cON. _ e s01. 1 ♦ oaoe1 t t:__
Ww•rn i «fw Ww ,aMlNl WwwM . tit 'NI M«,i NYm �
.Il
.•..,m wx w.q eN1 m1 tYema rM i I.�r+n
.a? a"
• M
• ,..cw
•
aa{Iw .
rf
-ZIIIN
Ala.
re•a
wA wN..���arcay
11
aW.r41 WR aWl'NI WK .M
o,6Yof
-- — 3af1131dIv
fu\«U
r.M
From
I J•AM rtN U9MPM
VI�.n
-
��
rww.ls
tV1 S
O j
.•,rxYr•Y.rv.rtrlll-rw.wr t.r>Ir:u ....Nun••va)1 n.1..-tl t
e uvt tros twrs nwl, F,W run atl.n �
Y.YI MYIaq)YifUq•.JW InLM1rYMI111.\r•7'QIir1YYS JNIfr1.111/MUW�QM•O�er le l<H•. NJt1Jtf.N OtNI < •~�
Ot WII),1«)YJIWY.YMlV1C f{I FICW NWM OII I«<lSNO)M'rY«5 «)Ill•. IIrM1 1 �-
MON
'F
.. - •' —
1t1Y lA W Mnrf Sy IONJNl J1ral 0 r1101
j F u
r z
i
NISVB NOM)1SVO3Md oJAoardr utaloD
OS \v:w lor,Yvw talo:e caroWJe 01sIAJa 10YIrNrrrr
rx w.rea >. < .,. r •.r r wr lol.ro n.r ./N ... -
r i. w «w.. �..er «. vaa r w, ,..•.. ww... . r, e
VIM
rwwt.W.....w N.•�w�.r ... w� ...�..i
r «•Mr..�— aTIdNLI
t,. F
e-•'-••• 3:1100 ta3Am 3dW t
143MMUNO11V1J131lX3 i-TfT• T3rTt.3 u.n.w<.�
r.t w 01..3bY.ly w:NfY)J '
aswltc stnrntaonrolccrwNvlt aJagb
»wl toww wlN.c.w >. r ,>�vu.•e.ra. w
•>r ate..>. �- ar •a. - •fcwal n NYtlrw
7Ti.
nr r m) os
ocf oc
..rw. (•rrr.•I{
eat ,tw. ono �Ir'"e wr
SIN1A11q 7d. w r011Y1t0111" 10 anww nnpt n
N•MC. rrj41'•S., xn0 ,w •GI a•.tM W.YIYu1) W
- 4rcYIY •Dr:rtY:l m
fo )r., a .QNrr; Ngl•>Yun YYr wr • rwf. att .fuf c>e+ -twr Q.r
a•VOa l/>/C Q4A r•► Llla1J•r q r eJ6. w '.'AI,>r.SM
W R /U w 1r '31Sn 9 alteNrrYrwN wlN yYf, N rOlYrl ^V)
ram tNr >o• .rJ tNw.aoAn tl•n•r..a ltw w >l t-m r.>.,a .
w+wM'Er w iaNlff IW •Iw artwla q rror.<a •N M IL>NI•W
SI}T3nTiS3 3did N61�31a?T1Vb3F17�
« r.....•... w <°�'iw.,r` uw'ti'w"..rw..x .r � .'�".�. sro+ i
.. t...w ...r « . ww � ..� �nr m .••. r.•+ two• .. rwr
SIh
(9*Z-OS) No)&JV ai3H3NO3l-1VHdSV N1Sd8 HOIVO
JNJRJ11Va1 -- SNVIO 01
hSVO IO1V3 Sa3J3d NOIlYfl713 3NVb!
b01 1%4, 03 ISVO •9 - 0011 .1
3hO0 0LL 1VNJSY
Ihln%NVn NISVO rDlV3 L Y {
10 'NOJ Mcl IV 38 •0-6 .0-ti 0-.l n
"VhS 104VA313 3"aj L
N011VAJA JOYb'J JTV*$ ti - ---- -
a0tJF1 •S' 1SVJ1 1V Jb .G-.Sl --- �
+'V,•S 4
0L VAJU 3nVbJ l Ih1n NYJ NSV N71 V3
3lON ,o-,a .U-,s •c-,c u
i—
plgl�
s I
L
4
>
rr` N
� I
j Ir O
I
--- ji
.h iAM,i Jl rtxJ UNY 3nrNl
00 13.13 N"S 1.31 V3
t Nivt�-] ...: rl ib �) W..•awrr„•
. rl.".tlJtl: N(J1Vlf1711,i t•u'w'r f��n.I« p°rntn.Yron
(�:� tn.» )'�«.. �,•. ...., ,...,Nr..V......ro QTaY to guru-inrrn
... ...... ...«.. �..�..........a,r«rr.....•.r ......,.: r. v�tnirti si�`•ii+n»+c
bOLISA 37H�iW!
61.17
w•.rrxw >�. .I,. AM<,WJ or•.• It
.N� •w<,,...<. N6 i•.R1v r r•.J en. x... ...Tac
- - `r-•Ii iL"Ti \Bli'-ET`FC, �L __ I >urv.w
e ►F
( 0 1�=�//U QQ
;Emu Wj
■
ta221lICOM.AALLt9U LfIa Y3lL1MliLnCf P�1 Rl1 u.%MUD T1Rfi[DOf)Cl00 sstiPO CR014w PYlt\JU IIfOif SlM.ii\\�DIIIO\kO111O4S�b\'Di4\ftal.LliliLb�nawiw o.sn.N o\s. Tx acraaau\\lt woarws. cx�vw
sU
U z U
ru
o
w
i E2g
ide fA N
:J c
4;,0
�O
W
t[ i G) Q
sic
eE� LL ai
Oz
�a r
U3 Ln
i a;o;'�3i usp3ai fnNi Q
Iz ZLu
0
-�l
UJ
h
ti
w N L 7S
j F i
1Qi a7r
n
AGi AGZ
1 aWs
'
b
qw .M.S .
_
r(
00,0t �-
00,+
AotJ'
(
♦
N ! \ N
G
o
1 111 '" s
zi
. c
�tJ
ts`sg
193
E.
o o
b' y�io
T
OD+A
Ali
W $- W lot
N
9r K•
OO�Ot
1
t
t
.
N
L
t � A_
o&T
5
s
rF0
0
0
0
0
�
Vj
CC
;3
w
}m
tA
Z
Ill
Z
cc
X
W
W
Q
N
1
Q
O
LL
LL
�
J
N
a
a
O
O
LA
3
v�i
a
v�i
a
3
0
Z
Z
=
OJ
N
w
a
a
p
c
3
3
z
z
"'
W
LA
CO
m
N
N
/—
W
W
LL
W
a
=
i
3
O
Q
W
W
Y
Y
K
K
Z
N1
cn
Z
Z
1....
„CZ,
W
C
u
QUN
a
a
a
fl
G
d
C
a
O
0
W
ZNf
N
W
Z
W
Z
C
G
W
C
G
W
V)j
n
a
1
1H
Z
In
N
N
O
N
IV
,
O
E
CI
O
I!1
rl
n
rl
rl
n
rl
rl
n
N
rl
rl
n
N
H
rl
n
1
e1
H
n
N
1C
ti
n
!
M 0 J9 I I
IC _ maw \
1 *06 1 t�
bl /
i
u '6)a31fs rco:oN— ara
_ N-oualnxlo . -- ru -
n
-Ltor
3Ofld PUZ9 AS M 1O L5
N�d NOLLN2ADdd
SINEYGAOadWI SOVNIVEIG GNd AMWOI� U,a7t -- -- -- -
ON l0jrobd N011fll�Od d31'dMWaOlS ,.��,.a,.,�..•,:,. - _ -
i KMONS So 1AVIN �OS �O ��-
,, x v is .tl alN�s r
X. - vl3a 3pl 8v3
BWUJ 13rd 'dObd OLWVJ 421Y1 'd0•d f ( ;d '09 ed
r.0 aw:) read. S
tone S31r1 rQl. /
r r \ NlW
31VW L31M -dDed
I � / 3,te P Ms — - -- - - -- -
I JJNr11 53ar1 Nfll. / \ , � `
6 10018 'C2 101
,NlESNae15 r to
,NotSNaB[fd \ \ e/•� f • C_
1ahY11 Slarl NI!!_ / e0N" S1ar1 Mal. G
r
s mole 11 lol 1 s aoow si lol \ L.y �-
r MY=OW \I i
1_ uu'
- •-NM_ - - - �-I � 470YDM ` — `- r H'O'me0 a
r \ 1gNre SJarl bel. ' 1
NONvn Slxrl Nr1, WNre S7w1 Nrt. \ 6 a00L 'l 1c1 . r
lol 0 a;pltl St tUl I it .o 'UL ea
I 1SN00 ) 11 f / I sNrrl rxu k ro.
tl // r \ aLM i i 9 Dole a-ci lol
rr ' a .r, 130 3a .v. YY130 ns
Wb / I LIN'd0!#
1 ' ` 1 \ • ` V. Vr130 3 S .V, J 3ll
_ ` �� I LQt�31011f MO'�DON W ,j �+ I
'"'d0e0 1 I . 13W ditlddow
\ , •a1'� i I "J'
13M'doae cc
gy'dom � r' 'd�j� `041 ` � a•� [ a � l
19 Od 'IS 9d I ` .v. wlx )E M/M S8 /{/} �•1 �,� - r - a /y a I ?
eonrn S)rVl reel. 1 ? 13►d'dow , ` W ' ; -Qo •47tld 1
S 100'Q 1101 1 . L9 7.I '[S s - __ % V. N130 33S
,n5 ` a �� _ it _ rr • -- NOU3110W
eoNrn S)XVl N!L_
I r a0019 "S 101 I a•` r G � ' WM
r� • / I ' �r. 1W 30 37S
�� 11ii NOt13do1Y
E'0'dODd t ' '" I �� 'D'0'dww I �".d0"d
1V130 m \ •/ V. 7r130 Ds
I
13fi'd09d R ' LIN Bond
t !45tAa9nS ` Lo w S NJ
.V, IMAM US - _- r•,� _ w6N�L9f
4 I tc"A�
y0Nrf1 S]ar1 kMl. W90YG1d }.% NOW Slarl NXI. raxrn Sian N•�t.
a�O1B 'I 1U1
Vd!$1�1 dOkld ® I r X3018 '1 lol 13ti' I y f a0019 'r 101 I S
SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 100 GENERAL CONSTRUCTION OPERATIONS
101 MOBILIZATION (REV. 03-12-2013)................................................................................................................................1
A. Description..............................................................................................................................................................1
B. Basis of Payment....................................................................................................................................................1
102 MAINTENANCE OF TRAFFIC (REV. 12-15-2015)............................................................................................................1
A. Description..............................................................................................................................................................1
B. Materials.................................................................................................................................................................2
C. Worksite Traffic Supervisor.....................................................................................................................................2
D. Submittals...............................................................................................................................................................2
E. Traffic Control.........................................................................................................................................................3
F. Detours...................................................................................................................................................................4
G. Traffic Control Officer..............................................................................................................................................5
H. Driveway Maintenance............................................................................................................................................5
I. Temporary Traffic Control Devices..........................................................................................................................5
J. Work Zone Pavement Marking................................................................................................................................8
K. Method of Measurement.........................................................................................................................................8
L. Submittals.............................................................................................................................................................10
M. Basis of Payment..................................................................................................................................................11
110 CLEARING AND GRUBBING (REV. 05-16-11)............................................................................................................12
A. General.................................................................................................................................................................12
B. Clearing and Grubbing: ......................................................................................................................................... 13
C. Ownership of Materials.........................................................................................................................................14
D. Disposal of Materials.............................................................................................................................................14
E. Method of Measurement.......................................................................................................................................15
F. Basis of Payment..................................................................................................................................................15
120 EARTHWORK AND RELATED OPERATIONS.............................................................................................................16
A. Description............................................................................................................................................................16
B. Classes of Excavation...........................................................................................................................................16
C. Excavation Requirements.....................................................................................................................................17
D. Disposal of Surplus and Unsuitable Material.........................................................................................................17
E. Materials for Embankment....................................................................................................................................18
F. Embankment Construction....................................................................................................................................18
G. Compaction Requirements....................................................................................................................................19
H. Backfilling Around Structures and Pipe..............................................................20
...................................................
I. Acceptance Program............................................................................................................................................21
J. Maintenance and Protection of Work....................................................................................................................22
K. Construction.........................................................................................................................................................22
L. Method of Measurement.......................................................................................................................................22
M. Basis of Payment..................................................................................................................................................22
121 FLOWABLE FILL..........................................................................................................................................................23
A. Description............................................................................................................................................................23
B. Materials...............................................................................................................................................................23
C. Mix Design............................................................................................................................................................23
D. Production and Placing.........................................................................................................................................23
E. Construction Requirements...................................................................................................................................23
F. Acceptance...........................................................................................................................................................24
G. Method of Measurement.......................................................................................................................................24
H. Basis of Payment..................................................................................................................................................24
Specifications Project No.
58 (147
160 TYPE "B" STABILIZATION (SECTION 160).................................................................................................................24
A. Page 188, Section 160 - Stabilizing: Delete the words "bearing value" or "Limerock Bearing Ratio Method" where
they occur throughout this section and substitute the words' Califomia Bearing Ratio."..............................................24
B. Page 189, Subarticle 160-4.1- Commercial and Local Materials —Add the following: ............................................ 24
C. Page 192, Subarticle 160-7.2.1.2- Undertolerances In...; is deleted in its entirety and replaced with the following:24
D. Page 195, Article 160-9- Basis of Payment; Is deleted in its entirety and replaced with the following: ................... 24
E. Basis of Payment..................................................................................................................................................24
DIVISION 200 BASE COURSE
285 LIMEROCK BASE (REV. 08-23-12)..............................................................................................................................26
A. Description............................................................................................................................................................26
B. Materials...............................................................................................................................................................26
C. Equipment............................................................................................................................................................26
D. Transporting Rock................................................................................................................................................26
E. Spreading Rock....................................................................................................................................................26
F. Compacting and Finishing Base............................................................................................................................27
G. Acceptance Criteria: ..............................................................................................................................................
27
H. Priming and Maintaining.......................................................................................................................................30
I. Thickness of Base................................................................................................................................................30
J. Method of Measurement.......................................................................................................................................30
K. Basis of Payment..................................................................................................................................................30
DIVISION 300 BITUMINOUS TREATMENTS SURFACE COURSES AND CONCRETE PAVEMENT
334 HOT MIX ASPHALT (REV. 05-3-11)......................................................................
............31
A. Description............................................................................................................................................................31
B. Materials...............................................................................................................................................................32
C. Composition of Mixture.........................................................................................................................................33
D. Contractor Quality Control.....................................................................................................................................34
E. General Construction Requirements.....................................................................................................................34
F. Acceptance of the Mixture.....................................................................................................................................36
G. Method of Measurement.......................................................................................................................................37
H. Basis of Payment..................................................................................................................................................37
335 DRIVEWAY TRANSITIONS (REV. 06-23-11)................................................
............37
A. Description............................................................................................................................................................37
B. Materials...............................................................................................................................................................37
C. Preparation and Construction...............................................................................................................................37
D. Method of Measurement.......................................................................................................................................37
E. Basis of Payment..................................................................................................................................................37
337 MISCELLANEOUS ASPHALT PAVEMENT (REV. 08-25-11).......................................................................................38
A. Description............................................................................................................................................................38
B. Materials...............................................................................................................................................................38
C. Foundation............................................................................................................................................................38
D. Soil Treatment......................................................................................................................................................38
E. Placing Mixture.....................................................................................................................................................38
F. Compacting Mixture..............................................................................................................................................38
G. Surface Requirements..........................................................................................................................................38
H. Method of Measurement
.......................................................................................................................................38
I. Basis of Payment..................................................................................................................................................38
34A PORTLAND CEMENT CONCRETE (REV. 10-26-11).
A. Description..........................................................
B. Materials.............................................................
C. Production, Mixing and Delivery of Concrete.......
D. Acceptance of the Work ......................................
E. Method of Measurement .....................................
F. Basis of Payment ................................................
..........................................................................39
..........................................................................39
..........................................................................39
.......................................................................... 39
..........................................................................41
..........................................................................41
..........................................................................41
Specifications
59Tt>ff O47
Project No.
G. Basis of Payment..................................................................................................................................................41
DIVISION 400 STRUCTURES
425 INLETS, MANHOLES AND JUNCTION BOXES (SECTION 425).................................................................................42
A. Page 417, Subarticle 425-6.6 - Placing Pipe; The third sentence of this sub -article is modified to read: ................ 42
B. Page 417, Subarticle 425-6.7 Backfilling; is modified to include the following: ....................................................... 42
C. Page 417, Subarticle 425-8.2 - Adjusted Structures; is expanded to include the following: .................................... 42
D. Page 418, Subarticle 425-8.3 — Payment Items; is expanded to include the following: .......................................... 42
425A ADJUSTMENT OR RELOCATION OF VALVE, METER AND JUNCTION BOXES.......................................................42
430 PIPE CULVERTS (REV. 03-14-13)...............................................................................................................................42
A. Description............................................................................................................................................................42
B. Materials...............................................................................................................................................................42
C. Type of Pipe to Be Used.......................................................................................................................................42
D. Laying Pipe...........................................................................................................................................................43
E. Removing Existing Pipe........................................................................................................................................44
F. Speck Requirements for Concrete Pipe..............................................................................................................45
G. Specific Requirements for Corrugated Metal Pipe.................................................................................................45
H. Specific Requirements for Corrugated Polyethylene Pipe and Polyvinyl Chloride (PVC) Pipe...............................47
I. Desilting Pipe Culverts, Box Culverts, and Inlet Structures....................................................................................47
J. Method of Measurement.......................................................................................................................................47
K. Basis of Payment..................................................................................................................................................48
443 FRENCH DRAINS........................................................................................................................................................48
A. Description............................................................................................................................................................48
B. Materials...............................................................................................................................................................48
C. Excavating Trench................................................................................................................................................49
D. Laying Pipe...........................................................................................................................................................49
E. Placing Coarse Aggregate and Backfilling.............................................................................................................49
F. Method of Measurement.......................................................................................................................................49
G. Basis of Payment..................................................................................................................................................49
DIVISION 500 MISCELLANEOUS CONSTRUCTION
519 DRIVEWAY PAVEMENT (REV. 08-23-12)...................................................................................................................51
A. Description............................................................................................................................................................51
B. Materials...............................................................................................................................................................51
C. Preparation and Construction...............................................................................................................................51
D. Method of Measurement.......................................................................................................................................51
E. Basis of Payment..................................................................................................................................................51
520 CONCRETE GUTTER, CURB ELEMENTS, AND TRAFFIC SEPARATOR (SECTION 520).........................................51
A. Page 583, Article 520-1, Description: Is expanded to include the following: ......................................................... 51
B. Page 583, Article 520-2, Materials: Is amended as follows: .................................................................................. 52
C. Page 591 Article 520-12, Basis of Payment: Is deleted in,its entirety and replaced with the following: ................. 52
575 SODDING..........................................................................................
A. Description.................................................................................
B. Materials. Meet the following requirements: ..............................
C. Construction Methods................................................................
D. Maintenance..............................................................................
E. Method of Measurement............................................................
F. Basis of Payment.......................................................................
C. Method of Measurement: ...........................................................
D. Basis of Payment: ......................................................................
..........................................................................52
..........................................................................52
..........................................................................52
.......................................................................... 52
..........................................................................52
..........................................................................53
..........................................................................53
..........................................................................53
..........................................................................53
Specifications Project No.
6MOd$7
DIVISION 700 TRAFFIC CONTROL
706 RAISED RETRO-REFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE (REV. 05-0242)...............54
A. Description..........................................................................................................................................................54
B. Materials..............................................................................................................................................................54
C. Equipment...........................................................................................................................................................54
D. Application..........................................................................................................................................................54
E. Contractor's Responsibility for Notification.....................................................................................................54
F. Method of Measurement.... .......... ............................................................. ......
.................................................. 6.54
G. Basis of Payment..................................................................................................................6............................54
710 PAINTED PAVEMENT MARKINGS (REV. 05-0242)...................................................................................................55
A. Description..........................................................................................................................................................55
B. Materials..............................................................................................................................................................55
C. Equipment...........................................................................................................................................................55
D. Application: .........................................................................................................................................................
55
E. Tolerances in Dimensions and in Alignment....................................................................................................56
F. Contractor's Responsibility for Notification.....................................................................................................56
G. Protection of Newly Painted Pavement Markings.............................................................................................56
H. Corrections for Deficiencies to Applied Painted Pavement Markings.............................................................56
I. Submittals...........................................................................................................................................................
56
J. Method of Measurement.....................................................................................................................................56
K. Basis of Pavment..........................................................................................................................................._._S7
711 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS (REV. 05-02-12)................................................................57
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
Description..........................................................................................................................................................57
Materials..............................................................................................................................................................57
Equipment...........................................................................................................................................................57
Application..........................................................................................................................................................58
Tolerances in Dimensions and in Alignment....................................................................................................59
Contractor's Responsibility for Notification.....................................................................................................59
Protection of Newly Applied Traffic Stripes and Markings..............................................................................
59
ObservationPeriod.............................................................................................................................................59
Corrections for Deficiencies..............................................................................................................................59
Submittals...........................................................................................................................................................
59
Methodof Measurement....................................................................................................................................59
Basisof Pavment................................................................................................................................................60
Specifications Project No.
6119047
DIVISION 100 GENERAL CONSTRUCTION
OPERATIONS
101 MOBILIZATION (REV. 0342-2013)
A. Description.
1. Perform preparatory work and operations in mobilizing
for beginning work on the Project, including, but not
limited to, those operations necessary for the movement
of personnel, equipment, supplies, and incidentals to the
project site(s) and for the establishment of temporary
offices, buildings, safety equipment and first aid
supplies, and sanitary and other facilities.
2. Include the costs of bonds and any required insurance
and any other preconstruction expense necessary for
the start of the work, excluding the cost of construction
materials.
B. Basis of Payment.
1. When No Separate Item for Mobilization is Included in
the Contract:
a. All work and incidental costs specified as being
covered under this Article will be included for payment
under the several scheduled items of the overall
Contract, and no separate payment will be made
therefore.
2. When a Separate Pay Item for Mobilization is Included
in the Contract:
a. The work and incidental costs specified as being
covered under this Article will be paid for at the
Contract lump sum price for the Mobilization pay item,
after an executed Notice to Proceed has been issued,
by partial payments made in accordance with the
following:
1) For contracts of 120 contract days duration'or less,
partial payment will be made at 50% of the bid
price per month for the first two months. For
contracts in excess of 120 contract days duration,
partial payment will be made at 25% of the bid
price per month for the first four months. In no
event shall more than 50% of the bid price be paid
prior to commencing construction on the project
site.
2) Total partial payments for Mobilization on any
project, including when more than one project or
job is included in the Contract, will be limited to
10% of the original Contract amount for that
project. Any remaining amount will be paid upon
completion of all work on the Contract.
3) Retainage, as specified in the Contract
Documents, will be applied to all partial payments.
4) Partial payments made on this Subarticle will in no
way act to preclude or limit any of the provisions
for partial payments otherwise provided for by the
Contract.
3. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
102 MAINTENANCE OF TRAFFIC (REV. 12-15-2015)
Specifications
Page 1 of 60
62 of 167
A. Description.
1. General:
a. Maintain, for the duration of the construction period
including any temporary suspensions of the Work, all
traffic including pedestrian traffic within the limits of the
Project starting the day work begins on the Project or
the first day Contract time is charged, or on the day
work begins on the work order, whichever is earlier.
b. Construct and maintain detours.
c. Provide facilities for access to residences, businesses,
etc., along the Project.
d. Furnish, install and maintain traffic control and safety
devices during construction in accordance with FDOT
Index 600 Series of the FDOT Design Standards, or
as directed by Engineer. MOT includes all facilities,
devices and operations as required for safety and
convenience of the public within the work zone.
Provide pickup, removal and disposal of litter and mow
turf or vegetation within the MOT limits as required by
Article 107.
e. Furnish and install work zone pavement markings for
maintenance of traffic (MOT) in construction areas.
f. Provide any other special requirements for safe and
expeditious movement of traffic specified in the Plans
or directed by Engineer.
2. Unless otherwise directed by Engineer or required by
the Contract Documents, do not maintain traffic over
those portions of the Project where no work is to be
accomplished or where construction operations will not
affect existing roads including sidewalks.
3. Do not obstruct or create a hazard to any traffic during
the performance of the Work, and repair any damage to
existing pavement open to traffic.
4. Traffic may be detoured only upon approval by the
County Engineer. Contractor must submit for review
and approval an updated MOT plan prior to closure of
any roads.
5. The Department may temporarily suspend all activities,
except traffic, erosion control and such other activities
that are necessary for project maintenance and safety,
for failure to comply with these provisions.
6. Due to traffic congestion, work hours other than normal
established hours may be required by the Engineer. In
the case of extreme traffic or weather conditions,
Contractor may be required to remove their operation
from the roadway and/or right of way, at the discretion of
the Engineer or the Traffic Control Officer at no
additional compensation.
Project No.
B. Materials.
1. Meet the following requirements:
Bituminous Adhesive FDOT Section 970
Temporary Retroreflective FDOT Section 990
Pavement Markers
Paint FDOT Section 971
Removable Tape FDOT Section 990
Glass Spheres FDOT Section 971
Temporary Traffic Control FDOT Section 990
Device Materials
Retroreflective and FDOT Section 994
Nonreflective Sheeting for
Temporary Traffic Control
Devices
2. Temporary Traffic Control Devices: Use only the
materials meeting the requirements of FDOT Section
990, FDOT Section 994, FDOT Design Standards and
the Manual on Uniform Traffic Control Devices
(MUTCD).
3. Detour: Provide all materials for the construction and
maintenance of all detours.
4. Commercial Materials for Driveway Maintenance:
Provide materials of the type typically used by FDOT for
roadway base construction, including reclaimed asphalt
pavement material, and having stability and drainage
properties that will provide a firm surface under wet
conditions.
C. Worksite Traffic Supervisor.
Provide a worksite traffic supervisor meeting the
requirements of Article 105. Provide the worksite traffic
supervisor with all equipment and materials needed to
set up, take down, maintain traffic control, and handle
traffic -related situations.
2. Ensure that the worksite traffic supervisor performs the
following duties:
a. On site direction of all traffic control on the Project.
b. Is on site during all MOT set up and take down, and
performs a drive through inspection immediately after
set up.
c. Is on site during all nighttime operations to ensure
proper MOT.
d. Immediately corrects all safety deficiencies and does
not permit minor deficiencies that are not immediate
safety hazards to remain uncorrected for more than 24
hours.
e. Is available on a 24 hour per day basis and present
within 45 minutes after notification of an emergency
situation and is prepared to positively respond to
repair the work zone traffic control or to provide
alternate traffic arrangements.
f. Conducts daily daytime and weekly nighttime
inspections of projects with predominately daytime
work activities, and daily nighttime and weekly daytime
inspections of projects with predominantly nighttime
work activities of all traffic control devices, traffic flow,
pedestrian, bicyclist, and business accommodations.
Advise Engineer and the Project personnel of the
schedule of these inspections and give them the
opportunity to join in the inspection as is deemed
necessary.
3. The Department may disqualify and remove from the
Project a worksite traffic supervisor who fails to comply
with the provisions of this Article.
D. Submittals
1. Traffic Control Plan
a. Submit at Contractor's own expense a Traffic Control
Plan (TCP) .for approval by the County when a final
TCP was not provided by the County as part of the
original Contract Documents. Sequence the Work in a
manner that will minimize disruption of vehicular and
pedestrian access through and around the Project's
construction area(s).
b. The TCP must detail procedures and protective
measures proposed by Contractor to provide for
protection and control of traffic affected by the Work
consistent with the following applicable standards:
1) The Contract Documents;
2) "Manual on Uniform Traffic Control Devices for
Streets and Highways" (MUTCD) and subsequent
revisions and addendums, as published by the
U.S. Department of Transportation, Federal
Highway Administration;
3) The 600 Series indices of the FDOT Design
Standards for Design, Construction, Maintenance
and Utility Operations on the State Highway
System; and
4) The Miami -Dade County Public Works Manual.
c. All references to the respective agencies in the above
referenced standards shall be construed to also
include more stringent requirements of the
jurisdictional municipality as applicable for this Work.
d. The TCP must be signed and sealed by a Professional
Engineer registered in the state of Florida and shall
include proposed locations and time durations of the
following, as applicable:
1) Pedestrian and public vehicular traffic routing.
2) Lane and sidewalk closures, other traffic blockage
and lane restrictions and reductions anticipated to
be caused by construction operations. Show and
describe the proposed location, dates, hours and
duration of closure, vehicular and pedestrian traffic
routing and management, traffic control devices for
implementing pedestrian and vehicular movement
around the closures, and details of barricades.
3) Location, type and method of shoring to provide
lateral support to the side of an excavation or
embankment parallel to an open travel -way.
4) Allowable on -street parking within the immediate
vicinity of worksite.
5) Access to buildings immediately adjacent to
worksite.
Specifications Project No.
Page 2 of 60
63 of 167
6) Driveways blocked by construction operations.
7) Temporary traffic control devices, temporary
pavement striping and marking of streets and
sidewalks affected by construction
8) Temporary commercial and industrial loading and
unloading zones.
9) Construction vehicle reroutes, travel times, staging
locations, and number and size of vehicles
involved.
e. Obtain and submit prior to erection, or otherwise
impacting traffic, all required permits from all
authorities having jurisdiction, including the
Department, if applicable.
2. Alternative Traffic Control Plan.
a. Where a TCP is provided by the County with the
Contract Documents, Contractor may still propose an
alternative TCP to the plan presented in the Contract
Documents. Prepare the TCP in conformance with the
requirements stipulated in this Specification and in the
form outlined in the current version of FDOT's Plans
Preparation Manual. Indicate in the plan a TCP for
each phase of activities. Have Contractor's Engineer
of Record sign and seal the alternative plan. Take
responsibility for identifying and assessing any
potential impacts to a utility that may be caused by the
alternate TCP proposed by Contractor, and notify the
Department in writing of any such potential impacts to
utilities.
b. Engineer's approval of the alternate TCP does not
relieve Contractor of sole responsibility for all utility
impacts, costs, delays or damages, whether direct or
indirect, resulting from Contractor initiated changes in
the design or construction activities from those in the
original Contract Specifications, Design Plans
(including TCPs) or other Contract Documents and
which effect a change in utility work different from that
shown in the Utility Plans, joint project agreements or
utility relocation schedules.
c. The Department reserves the right to reject any
alternative TCP. Obtain Engineer's written approval
before beginning work using an alternate TCP.
Engineer's written approval is required for all
modifications to the TCP. Engineer will only allow
changes to the TCP in an emergency without the
proper documentation.
3. Comprehensive Weekly Report:
a. Submit to Engineer a comprehensive weekly report of
the daily inspections performed and detailing the
condition of all traffic control devices (including
pavement markings) being used.
b. Include assurances in the report that pedestrians are
accommodated with a safe, accessible travel path
around work sites separated from mainline traffic in
compliance with the Americans with Disabilities Act
(ADA) Standards for Transportation Facilities, that
existing or detoured bicyclist paths are being
maintained satisfactorily throughout the Project limits,
and that existing businesses in work areas are being
provided with adequate entrances for vehicular and
pedestrian traffic during business hours.
Specifications
Page 3 of 60
64 of 167
c. When deficiencies are found, the worksite traffic
supervisor is to note such deficiencies and include the
proposed or implemented corrective actions, including
the date corrected.
d. Have the worksite traffic supervisor sign the report and
certify that all of the above issues are being handled in
accordance with the Contract Documents.
E. Traffic Control.
Standards: FDOT Design Standards are the minimum
standards for the use in the development of all TCPs.
The MUTCD, Part VI is the minimum national standard
for traffic control for highway construction, maintenance,
and utility operations. Follow the basic principles and
minimum standards contained in these documents for
the design, application, installation, maintenance, and
removal of all traffic control devices, warning devices
and barriers which are necessary to protect the public
and workers from hazards within the Project limits.
2. Maintenance of Roadway Surfaces:
a. Maintain all lanes that are being used for the MOT,
including those on detours and temporary facilities,
under all weather conditions. Keep the lanes
reasonably free of dust, potholes and rutting. Provide
the lanes with the drainage facilities necessary to
maintain a smooth riding surface under all weather
conditions.
3. Number of Traffic Lanes:
a. Maintain one lane of traffic in each direction.
b. Maintain two lanes of traffic in each direction at
existing four (or more) lane cross roads, where
necessary to avoid undue traffic congestion.
c. Construct each lane used for MOT at least as wide as
the traffic lanes existing in the area before
commencement of construction.
d. Do not allow traffic control and warning devices to
encroach on lanes used for MOT.
e. Engineer may allow Contractor to restrict traffic to one-
way operation for short periods of time provided that
Contractor employs adequate means of traffic control
and does not unreasonably delay traffic. When a
construction activity requires restricting traffic to one-
way operations, locate the flaggers within view of each
other when possible. When visual contact between
flaggers is not possible, equip them with 2-way radios,
official, or pilot vehicles, or use traffic signals.
4. Crossings and Intersections:
a. Provide and maintain adequate accommodations for
intersecting and crossing traffic. Do not block or
unduly restrict any road or street crossing the Project
unless approved by Engineer. Before beginning any
construction, provide Engineer the names and phone
numbers of persons that can be contacted when
signal operation malfunctions.
5. Access for Residences and Businesses: Provide
continuous access to all residences and all places of
business.
Project No.
6. Protection of the Work from Injury by Traffic: Where
traffic would be injurious to a base, surface course, or
structure constructed as a part of the work, maintain all
traffic outside the limits of such areas until the potential
for injury no longer exists.
7. Flagger: Provide trained flaggers in accordance with
Article 105.
B. Conflicting Pavement Markings:
a. Where the lane use or where normal vehicle or
pedestrian paths are altered during construction,
remove all pavement markings (paint, tape,
thermoplastic, raised pavement markers, etc.) that will
conflict with the adjusted vehicle or pedestrian paths.
Use of paint to cover conflicting pavement markings is
prohibited. Remove conflicting pavement markings
using a method that will not damage the surface
texture of the pavement and which will eliminate the
previous marking pattern regardless of weather and
light conditions.
b. Remove all pavement markings that will be in conflict
with "next phase of operation" vehicle pedestrian
paths as described above, before opening to vehicle
traffic or use by pedestrians.
c. Cost for removing conflicting pavement markings
(paint, tape, thermoplastic, raised pavement markers,
etc.) to be included in the Project costs for
Maintenance of Traffic (General).
9_ Vehicle and Equipment Visibility:
a. Equip all pickups and automobiles used on the Project
with a minimum of one Class 2 amber or white
warning light that meets the Society of Automotive
Engineers Recommended Practice SAE J595, dated
November 1, 2008, or SAE J845, dated December 1,
2007, and incorporated herein by reference. Existing
lights that meet SAE J845, dated March, 1992, or SAE
J1318, dated April, 1986, may be used to its end of
service life. Warning lights shall be a high intensity
amber or white rotating, flashing, oscillating or strobe
light. Lights should be unobstructed by ancillary
vehicle equipment such as ladders, racks or booms. If
the light is obstructed, additional lights will be required.
The lights shall be operating when a vehicle is in a
work area where a potential hazard exists, when
operating the vehicle at less than the average speed
for the facility while performing work activities, making
frequent stops or called for in the Plans or FDOT
Design Standards.
b. Equip all other vehicles and equipment with a
minimum of 4 square feet of retroreflective sheeting or
flashing lights.
c. To avoid distraction to motorists, do not operate the
lights on the vehicles or equipment when the vehicles
are outside the clear zone or behind a barrier.
13. No Waiver of Liability: Conduct operations in such a
manner that no undue hazard results due to the
requirements of this Article. The procedures and policies
described herein in no way acts as a waiver of any
terms of the liability of Contractor or his surety.
F. Detours.
Specifications
Page 4 of 60
65 of 167
1. General: Construct and maintain detour facilities
wherever it becomes necessary to divert traffic from any
existing roadway or bridge, or wherever construction
operations block the flow of traffic.
2. Construction: Plan, construct, and maintain detours for
the safe passage of traffic in all conditions of weather.
Provide the detour with all facilities necessary to meet
this requirement. Where pedestrian facilities are
detoured, blocked or closed during the work, provide
safe alternate accessible routes through or around the
work zone meeting the requirements of the ADA
Standards for Transportation Facilities.
3. Construction Methods: Select and use construction
methods and materials that provide a stable and safe
detour facility. Construct the detour facility to have
sufficient durability to remain in good condition,
supplemented by maintenance, for the entire period that
the detour is required.
4. Removal of Detours: Remove detours when they are no
longer needed and before the Contract is completed.
Take ownership of all materials from the detour and
dispose of them, except for the materials on loan from
the Department with the stipulation that they are
returned.
5. Detours Over Existing Roads and Streets: When the
Department specifies that traffic be detoured over roads
or streets outside the Project area, do not maintain such
roads or streets. However, maintain all signs and other
devices placed for the purpose of the detour.
6. Operation of Existing Movable Bridges:
a. At the pre -construction meeting, the Engineer and the
Contractor will select a date for the County to turn over
the bridge maintenance and operations
responsibilities. In the event that this date is not
discussed, the Contractor will take full responsibility at
the NTP date.
b. In addition to bridge maintenance responsibilities
during the duration of the project, Contractor is
responsible for having qualified and sufficient number
of bridge operators to be able to operate the bridge in
accordance USCG regulations — specifically, Title 33-
Navigation and Navigable Waters, Chapter I - U.S.
Coast Guard, Department of Homeland Security,
Subchapter J-Bridges, Part 117--Drawbridge
Operation Regulations, Subpart B--Specific
Requirements § 117.5.
c. County's bridge operators are scheduled as follows:
1 st Shift: 12am to 8am
2nd Shift: 8am to 4pm
3rd Shift: 4pm to 12am
d. This allows the bridge to be operational on a 7
days/week, 365 days per year basis.
e. When removing bridges: Once the bridge is removed
Contractor is relieved of this responsibility; however,
upon completion of the construction of the new bridge
and until the new bridge is officially returned to the
County, the contractor is obligated to operate the
Project No.
bridge in accordance with the established USCG
regulation.
f. Make immediate repairs of any damage to such
structures caused by use or operations related to the
work at no expense to the County, but do not provide
routine repairs or maintenance. In the event that use
or operations result in damage to a bridge requiring
repairs, give such repairs top priority to any
equipment, material, or labor available.
G. Traffic Control Officer.
1. Provide uniformed law enforcement officers, including
marked law enforcement vehicles, to assist in controlling
and directing traffic in the work zone as required by
Engineer and when the following types of work is
necessary on projects:
a. Directing traffic/overriding the signal in a signalized
intersection.
b. When FDOT Design Standards, Index No. 655 Traffic
Pacing for overhead work is called for in the Plans or
approved by Engineer.
c. When pulling conductor/cable above an open traffic
lane on limited access facilities, when called for in the
Plans or approved by Engineer.
d. When FDOT Design Standards, Index No. 625
Temporary Road Closure 5 Minutes or Less is used.
H. Driveway Maintenance.
1. General: Ensure that each residence and business has
safe, stable, and reasonable access.
2. Construction Methods:
a. Place, level, manipulate, compact, and maintain the
material, to the extent appropriate for the intended
use.
b. As permanent driveway construction is accomplished
at a particular location, Contractor may salvage and
reuse previously placed materials that are suitable for
reuse on other driveways.
I. Temporary Traffic Control Devices.
1. Installation and Maintenance:
Install and maintain temporary traffic control devices
as detailed in the Plans, Index 600 of the FDOT
Design Standards and when applicable, in accordance
with the approved vendor drawings, as provided on
FDOT's Approved Products List (APL) and the
TSSQPL. Erect the required temporary traffic control
devices to prevent any hazardous conditions and in
conjunction with any necessary traffic re-routing to
protect the traveling public, workers, and to safeguard
the work area. Use only those devices that are on the
FDOT APL and the TSSQPL. Immediately remove or
cover any devices that do not apply to existing
conditions.
b. All temporary traffic control devices must meet the
requirements of National Cooperative Highway
Research Program Report 350 (NCHRP 350) or the
Specifications
Page 5 of 60
66 of 167
Manual for Assessing Safety Hardware 2009 (MASH)
and current FHWA directives.
c. For devices requiring field assembly or special site
preparation, vendor drawings shall include all field
assembly details and technical information necessary
for proper application and installation and must be
signed and sealed by a Professional Engineer
registered in the State of Florida.
d. Ensure that the FDOT APL number is permanently
marked on the device at a readily visible location.
Sheeting used on devices is exempt from this marking
requirement.
e. Notify Engineer of any scheduled operation which will
affect traffic patterns or safety sufficiently in advance
of commencing such operation to permit his review of
the plan for the proposed installation of temporary
traffic control devices.
f. Ensure an employee is assigned the responsibility of
maintaining the position and condition of all temporary
traffic control devices throughout the duration of the
Contract. Keep Engineer advised at all times of the
identification and means of contacting this employee
on a 24 hour basis.
g. Keep temporary traffic control devices in the correct
position, properly directed, clearly visible and clean, at
all times. Ensure that all traffic control devices meet
acceptable standards as outlined in American Traffic
Safety Services Association (ATSSA) "Quality
Guidelines for Temporary Traffic Control Devices and
Features". Immediately repair, replace or clean
damaged, defaced or dirty devices. Traffic control
devices shall not be cleaned while installed/used. Use
of warning lights on any temporary traffic control
device is prohibited.
2. Work Zone Signs:
a. Furnish, install, maintain, remove and relocate signs in
accordance with the Plans and FDOT Design
Standards, Index No. 600. Use signs that meet the
material and process requirements of FDOT Section
994. Use Type IV sheeting for fluorescent orange work
zone signs. Roll -up signs must meet the requirements
of Type VI sheeting. Use Type IV or Type XI sheeting
for all other work zone signs. Attach the sign to the
sign support using hardware meeting the
manufacturer's recommendations on the FDOT APL
vendor drawings or as specified in the FDOT Design
Standards.
1) Post Mounted Signs:
a) Meet the requirements of FDOT Section 990-8.
2) Portable Signs:
a) Use only approved systems, which includes
sign stands and attachment hardware (nuts,
bolts, clamps, brackets, braces, etc.), meeting
the vendor requirements specified on the FDOT
APL drawings.
b) Provide Federal Highway Administration's
(FHWA) accepted sign substrate for use with
accepted sign stands on the National Highway
System (NHS) under the provisions of the
NCHRP Report 350 "Recommended
Project No.
Procedures for the Safety Performance
Evaluation of Highway Features."
3) Barrier Mounted Signs:
a) When post mounting criteria cannot be
achieved in accordance with FDOT Design
Standards, Index No. 600 and a barrier or traffic
railing exists, use temporary sign criteria
provided in FDOT Design Standards, Index No.
11871.
3. Business Signs:
a. Provide and place signs in accordance with the Plans
and FDOT Design Standards, Index No. 600 series.
Furnish signs having retrorefiective sheeting meeting
the requirements of FDOT Section 990.
4. High Intensity Flashing Lights:
a. Furnish Type B lights in accordance with the Plans
and FDOT Design Standards.
5 Warning/Channelizing Devices:
a. Furnish warning/channelizing devices in accordance
with the Plans and FDOT Design Standards.
b. Retrorefiective Collars for Traffic Cones:
1) Use collars for traffic cones listed on the FDOT
APL that meets the requirements of FDOT Section
990. Use cone collars at night designed to properly
fit the taper of the cone when installed. Place the
upper 6 inch collar a uniform 3-1/2 inches distance
from the top of the cone and the lower 4 inch collar
a uniform 2 inches distance below the bottom of
the upper 6 inch collar. Ensure that the collars are
capable of being removed for temporary use or
attached permanently to the cone in accordance
with the manufacturer's recommendations. Provide
a white sheeting having a smooth outer surface
and that has the property of a retroreflector over its
entire surface.
c. Barrier Wall (Temporary):
1) Furnish, install, maintain, remove and relocate a
temporary barrier wall in accordance with the
Plans. Ensure that temporary concrete barrier wall
for use on roadway sections, complies with FDOT
Design Standards, Index Nos. 412, 415 or 414 as
specified in the Plans. Ensure that temporary
concrete barrier wall for use on bridge and wall
sections, complies with FDOT Design Standards,
Index No 414 as specified in the Plans.
2) Ensure that temporary water filled barrier wall used
on roadway sections meets the NCHRP Report
350 criteria or the MASH and is listed on the FDOT
APL. Barriers meeting the requirements of FDOT
Design Standards, Index Nos. 412, 415 or
temporary water filled barriers on the FDOT APL
will not be accepted as an alternate to barriers
meeting the requirements of FDOT Design
Standards, Index No. 414.
3) Trailer mounted barriers listed on the FDOT APL
may be used at the option of the Contractor.
Trailer mounted barriers listed on the FDOT APL
must have an FHWA eligibility letter and be
Specifications
Page 6 of 60
67 of 167
successfully crash tested in accordance with
MASH TL-3 criteria. All trailer mounted barriers
must be equipped with an FDOT APL listed truck
mounted attenuator, an FDOT APL listed vehicle
mounted arrow board and vehicle warning lights in
accordance with this Article
4) Temporary Barrier Wall Meeting the Requirements
of Design Standards, Index Nos. 412 and 414:
a) Ensure the marking requirements of the
respective Index are met.
5) Proprietary Precast Temporary Barrier Wall
Fabricated prior to 2005:
a) Contractor must submit a certification stating
that all unmarked barrier wall units meet the
requirements of the Specifications and the
FDOT Design Standards. Certifications will be
project specific and non -transferable
6) Proprietary Precast Temporary Barrier Wall
Fabricated in 2005 or later:
a) Ensure each wall unit has permanent clear
markings, showing the manufacture date, serial
number, manufacturer's name or symbol, and
the FDOT APL number. Label the markings on
a plate, plaque, or cast in the unit. Proprietary
barrier wall fabricated prior to 2016 and marked
with the "INDX 521" in lieu of the FDOT APL
number will be permitted.
7) Glare Screen (Temporary):
a) Use temporary glare screens listed on the
FDOT APL that meet the requirements of FDOT
Section 990. Furnish, install, maintain, remove
and relocate glare screen systems in
conjunction with temporary barrier wall at
locations identified in the Plans.
b) Ensure the anchorage of the glare screen to the
barrier is capable of safely resisting an
equivalent tensile load of 600 pounds per foot of
glare screen, with a requirement to use a
minimum of three fasteners per barrier section.
c) When glare screen is utilized on temporary
barrier wall, warning lights will not be required.
8) Longitudinal Channelizing Devices (LCDs):
a) Furnish LCDs in accordance with the Plans and
FDOT Design Standards. LCDs are categorized
as vehicular or pedestrian and shall be
interlocked. For LCDs requiring internal
ballasting, an indicator that clearly identifies the
proper ballast level will be required.
b) Use alternating orange and white pattern for
solid color vehicular LCDs. Vehicular LCDs may
be substituted for drums, vertical panels, or
barricades.
6. Temporary Crash Cushion (Red i rective/Gating):
a. Furnish, install, maintain and subsequently remove
temporary crash cushions in accordance with the
details and notes shown in the Plans, the FDOT
Design Standards, and requirements of the pre -
approved alternatives listed on the FDOT APL.
Project No.
b. Maintain the crash cushions until their authorized
removal. Repair all attachment scars to permanent
structures and pavements after crash cushion
removal. Make necessary repairs due to defective
material, work, or Contractor operations at no cost to
the Department.
c. Restore crash cushions damaged by the traveling
public within 24 hours after notification as authorized
by Engineer.
7. Guardrail (Temporary):
a. Furnish guardrail (temporary) in accordance with the
Plans and Design Standards. Meet the requirements
of Article 536.
8. Arrow Board:
a. Furnish arrow boards that meet the requirements of
FDOT Section 990 as required by the Plans and
Design Standards to advise approaching traffic of lane
closures or shoulder work.
b. Type B arrow boards may be used on low to
intermediate speed (0 mph to 50 mph) facilities or for
maintenance or moving operations on any speed
facility.
c. Type C arrow boards shall be used for all other
operations on high-speed (50 mph and greater)
facilities and may be substituted for Type B arrow
boards on any speed facility.
9. Portable Changeable Message Sign (PCMS):
a. Furnish PCMSs or truck mounted changeable
message signs that meet the requirements of FDOT
Section 990 as required by the Plans and FDOT
Design Standards to supplement other temporary
traffic control devices used in work zones.
10. Portable Regulatory Signs (PRS):
a. Furnish PRSs that meet the requirements of FDOT
Section 990 as required by the Plans and FDOT
Design Standards.
b. Activate portable regulatory signs only during active
work activities and deactivate when no work is being
performed.
11. Radar Speed Display Unit (RSDU):
a. Furnish RSDUs that meet the requirements of FDOT
Section 990 as required by the Plans and FDOT
Design Standards to inform motorists of the posted
speed and their actual speed.
b. Activate the radar speed display unit only during active
work activities and deactivate when no work is being
performed.
12. Temporary Signalization and Maintenance:
a. Provide temporary signalization and maintenance at
existing, temporary, and new intersections including
but not limited to the following:
1) Installation of temporary poles and span wire
assemblies as shown in the Plans,
2) Temporary portable traffic signals as shown in the
Plans,
Specifications
Page 7 of 60
68 of 167
3) Adding or shifting signal heads,
4) Trouble calls,
5) Maintaining intersection and coordination timing
and preemption devices.
b. Restore any loss of operation within 12 hours after
notification.
c. Provide traffic signal equipment that meets the
requirements of Article 603 of FDOT Design
Standards. Engineer may approve used signal
equipment if it is in acceptable condition. Replacement
components for traffic signal cabinet assemblies will
be provided by the maintaining agency.
13. Temporary Traffic Detection and Maintenance:
a. Provide temporary traffic detection and maintenance
at existing, temporary, and new signalized
intersections. Provide temporary traffic detection
equipment listed on the FDOT APL. Restore any loss
of detection within 12 hours. Ensure 90% accuracy per
signal phase, measured at the initial installation and
after any lane shifts, by comparing sample data
collected from the detection system with ground truth
data collected by human observation. Collect the
sample and ground truth data for a minimum of five
minutes during a peak and five minutes during an off-
peak period with a minimum three detections for each
signal phase. Perform the test in the presence of
Engineer.
14. Truck Mounted Attenuators and Trailer Mounted
Attenuators:
a. Furnish, install and maintain only those attenuators
that meet the requirements of NCHRP 350 or the
MASH.
b. Use truck mounted attenuators or trailer mounted
attenuators, when called for in the FDOT Design
Standards. Use attenuators listed on the FDOT APL.
c. When attenuators are called for, use either a truck
mounted attenuator or a trailer mounted attenuator
system designed and installed in accordance with the
manufacturers recommendations.
d. Equip the attenuator cartridge with lights and reflectors
in compliance with applicable Florida motor vehicle
laws, including turn signals, dual tail lights, and brake
lights. Ensure that lights are visible in both the raised
and lowered positions if the unit is capable of being
raised.
e. Install either alternating black with yellow or white with
orange sheeting on the rear of trailer mounted
attenuators and on truck mounted attenuators, in both
the operating and raised position. Use Type III (work
zone) or Type IV sheeting consisting of 4 or 6 inch
wide stripes installed to form chevrons that point
upward. All sheeting except black shall be
retroreflective.
f. Attenuators will not be paid for separately. Include the
cost of the truck with either a truck mounted attenuator
or a trailer mounted attenuator under Maintenance of
Traffic (General). Payment includes all costs, including
furnishing, maintaining and removal when no longer
required, and all materials, labor, tools, equipment and
incidentals required for attenuator maintenance.
Project No.
15. Temporary Raised Rumble Strip Sets:
a. When called for in the Plans, furnish, install, maintain,
remove, and reinstall temporary raised rumble strip
sets.
b. Install the temporary raised rumble strip sets per the
manufacturer's recommendations and in accordance
with FDOT Design Standards, Index No. 603.
c. The temporary raised rumble strip may be either a
removable polymer striping tape or a molded
engineered polymer material.
16. Automated Flagger Assistance Devices (AFAD):
a. Furnish, install, maintain, remove and relocate AFADs
in accordance with the Plans and FDOT Design
Standards. Position AFADs where they are clearly
visible to oncoming traffic and out of the lane of traffic.
The devices may be operated either by a single
flagger at one end of the traffic control zone, from a
central location, or by a separate flagger near each
device's location.
b. AFADs may be either a remotely controlled Stop/Slow
AFAD mounted on either a trailer or a movable cart
system, or a remotely controlled Red/Yellow Lens
AFAD.
c. AFADs will not be paid for separately. AFADs may be
used as a supplement or an alternate to flaggers in
accordance with FDOT Index 603. Include the cost for
AFADs in Maintenance of Traffic (General).
17. Temporary Lane Separator:
a. Furnish, install, maintain, remove and relocate
temporary lane separator in accordance with the Plans
and FDOT Design Standards, Index No 600.
b. Anchor the portable temporary lane separator with a
removable anchor bolt. Use epoxy on bridge decks
where anchoring is not allowed. Remove the epoxy
from the bridge deck by hydroblasting or other method
approved by Engineer.
J. Work Zone Pavement Marking.
1 _ Description:
a. Furnish and install work zone pavement markings for
MOT in construction areas and in close conformity
with the lines and details shown in the Plans and
FDOT Design Standards.
b. Centerlines, lane lines, edge lines, stop bars and turn
arrows will be required in work zones prior to opening
the road to traffic.
c. The most common types of work zone pavement
markings are painted pavement markings and
removable tape. Other types of work zone pavement
markings may be identified in the Plans.
2. Painted Pavement Markings:
a. General: Use painted pavement markings meeting the
requirements of Article 710. Use standard waterborne
paint unless otherwise identified in the Plans or
approved by Engineer.
3. Removable Tape:
a. General: Use removable tape listed on the FDOT APL
and meeting the requirements of FDOT 990-4.
b. Application: Apply removable tape with a mechanical
applicator to provide pavement lines that are neat,
accurate and uniform. Equip the mechanical applicator
with a film cut-off device and with measuring devices
that automatically and accumulatively measure the
length of each line placed within an accuracy
tolerance of plus or minus 2%. Ensure removable tape
adheres to the road surface. Removable tape may be
placed by hand on short sections, 500 feet or less, if it
is done in a neat accurate manner.
c. Retroreflectivity: Apply white and yellow traffic stripes
and markings that will attain an initial retroreflectivity of
not less than 300 mcd/lx-m2 for white and contrast
markings and not less than 250 mcd/lx-m2 for yellow
markings. Black portions of contrast tapes and black
masking tapes must be non -reflective and have a
reflectance of less than 5 mcd/Ix m2. At the end of the
six month service life, the retroreflectance of white and
yellow removable tape shall not be less than 150
mcd/lx-m2.
d. Removability: Provide removable tape capable of
being removed from bituminous concrete and portland
cement concrete pavement intact or in substantially
large strips, either manually or by a mechanical roll -up
device, at temperatures above 40°F, without the use
of heat, solvents, grinding or blasting.
4. Temporary Retroreflective Pavement Markers (RPM's):
Use markers listed on the FDOT APL and meeting the
requirements of FDOT 990-5. Apply all markers in
accordance with the FDOT Design Standards, Index
Nos. 600 and 17352, prior to opening the road to traffic.
Replace markers any time after installation when more
than three consecutive markers fail or are missing, at no
expense to the Department, in a timely manner, as
directed by Engineer.
K. Method of Measurement.
Specifications
Page 8 of 60
69 of 167
1. General:
a. Devices installed/used on the Project on any calendar
day or portion thereof, within the allowable Contract
Time, including time extensions which may be
granted, will be paid for at the Contract unit price for
the applicable pay item, except those paid for as
Maintenance of Traffic (General).
b. One or more of the following items may appear in a
contract in addition to a direct payment item for
Maintenance of Traffic (Lump Sum). Unless otherwise
stipulated in the Contract Documents, only those items
with an Awarded Unit Price will be considered for
direct payment.
2. Traffic Control Officers:
a. The County will reimburse Contractor for the services
of uniformed law enforcement officers authorized to
serve as traffic control officers for the purpose of
controlling or directing traffic in the work zone as part
of the County approved Traffic Control Plan and
Maintenance of Traffic provided by Contractor
pursuant to the Contract Documents.
Project No.
b. The quantity to be paid for will be the invoice unit price
per hour for the actual number of officers certified to
be on the project site, including any law enforcement
vehicles and all other direct and indirect costs.
c. Payment will be made at invoice cost from an
appropriate dedicated allowance established by the
County.
d. Payment will be made only for those Traffic Control
Officers specified in the Plans and authorized by the
Engineer. The necessary invoices and documentation
must be submitted to the Engineer along with the
payment request.
3. Special Detours:
a. When a detour facility is specifically detailed in the
Plans, or is otherwise described or detailed as a
special item, and an item for separate payment is
included in the proposal, the work of constructing,
maintaining, and subsequently removing such detour
facilities will be paid for separately. Traffic control
devices, warning devices, barriers, signing, and
pavement markings for special detours will also be
paid for separately.
b. When the Plans show more than one detour, each
detour will be paid for separately, at the Contract lump
sum price for each.
c. Where a separate item for a specific detour facility is
included in the proposal, payment will be made under
special detour.
4. Commercial Material for Driveway Maintenance:
a. The quantity to be paid for will be the certified volume,
in cubic yards, of all materials authorized by the
Engineer, acceptably placed, compacted and
maintained for driveway maintenance. The volume,
which is authorized to be reused, and which is
acceptably salvaged, placed, compacted and
maintained in other designated driveways will be
included again for payment.
b. Arrow Board: The quantity to be paid at the contract
unit price will be for the number of arrow boards
certified as installed/used on the project on any
calendar day or portion thereof within the contract
time.
5. Work Zone Signs:
a. The number of temporary post -mounted signs
(temporary regulatory, warning and guide) certified as
installed/used on the project will be paid for at the
Contract unit price for work zone signs. When multiple
signs are located on single or multiple posts, each
sign panel will be paid individually. Signs greater than
20 square feet and detailed in the Plans will be paid
for under Maintenance of Traffic (General).
b. Temporary portable signs (excluding mesh signs) and
vehicular mounted signs will be included for payment
under work zone signs, only if used in accordance with
the FDOT Design Standards.
c. The number of temporary barrier mounted signs
(temporary regulatory, warning and guide) certified as
installed/used on the project will be paid for at the
Contract unit price for barrier mounted work zone
signs.
Specifications
Page 9 of 60
70 of 167
6. Business Signs:
The number of business signs certified as
installed/used on the project will be paid for at the
Contract unit price for business signs.
7. High Intensity Flashing Lights:
a. The number of high intensity flashing lights (Type B)
certified as installed/used on the project will be paid
for at the Contract unit price for high intensity flashing
lights (temporary - Type B).
8. Channelizing Devices:
a. The number of drums, vertical panels, pedestrian
LCDs, and Type I, Type II, Type III, or direction
indicator barricades, certified as installed/used on the
project meeting the requirements of FDOT Design
Standards, Index No. 600 and have been properly
maintained will be paid for at the Contract unit prices
for channelizing device.
b. Payment for vehicular LCDs will be paid as the length
in feet installed divided by the device spacing for
barricades, vertical panels, and drums and certified as
installed/used on the project meeting the requirements
of FDOT Design Standards, Index No. 600 and have
been properly maintained will be paid for at the
Contract unit price for channelizing device.
c. Payment will not be made for channelizing devices
unsatisfactorily maintained, as determined by the
Engineer.
d. Payment will be made for each channelizing device
that is used to delineate trailer mounted devices.
e. Payment will be made for channelizing devices
delineating portable changeable message signs during
the period beginning 14 working days before Contract
Time begins as authorized by the Engineer.
9. Barrier Wall (Temporary):
a. The Contract unit price for barrier wall (temporary) will
be full compensation for furnishing, installing,
maintaining, and removing the barrier wall. When
called for, the Contract unit price for barrier wall
(temporary/relocate) will be full compensation for
relocating the barrier. The certified quantity to be paid
for will be determined by the number of sections times
the nominal length of each section.
10. Barrier Delineators:
a. The number of barrier delineators, installed on top of
barrier wall, used on the project, meeting the
requirements of FDOT Design Standards and Article
705.
11. Lights, Temporary, Barrier Wall Mount:
a. The number of Type C steady bum lights, mounted on
barrier wall, certified as installed/used on the project,
meeting the requirements of the Design Standards
and have been properly maintained will be paid for at
the Contract unit price for lights temporary, barrier wall
mount.
12. Glare Screen (Temporary):
Project No.
a. The certified quantity to be paid for will be determined
by the number of sections times the nominal length of
each section.
13. Temporary Crash Cushions:
a. Redirective:
1) The quantity to be paid for will be the number of
temporary crash cushions (redirective) certified as
installed/used and maintained on the project,
including object marker.
b. Gating:
1) The quantity to be paid for will be the number of
temporary crash cushions (gating) certified as
installed/used and maintained on the project,
including object marker.
'14. Temporary Guardrail:
a. The quantity to be paid for will be the length, in feet, of
temporary guardrail constructed and certified as
installed/used on the project. The length of a run of
guardrail will be determined as a multiple of the
nominal panel lengths.
15. Arrow Board:
a. The quantity to be paid at the Contract unit price will
be for the number of arrow boards certified as
installed/used on the project on any calendar day or
portion thereof within the Contract time.
16. Portable Changeable Message Sign:
a. The quantity to be paid at the Contract unit price will
be for the number of portable changeable message
signs or truck mounted changeable message signs
certified as installed/used on the project on any
calendar day or portion thereof within the Contract
time.
b. Payment will be made for each portable changeable
message sign that is used during the period beginning
fourteen working days before Contract Time begins as
authorized by Engineer.
17. Portable Regulatory Signs:
a. The quantity to be paid for will be the number of
portable regulatory signs certified as installed/used on
the project on any calendar day or portion thereof
within the Contract time, will be paid for the Contract
unit price for portable regulatory sign.
18. Radar Speed Display Unit:
a. The quantity to be paid for will be the number of radar
speed display units certified as installed/used on the
project on any calendar day or portion thereof within
the Contract Time, will be paid for the Contract unit
price for radar speed display unit.
19. Temporary Signalization and Maintenance:
a. For existing intersections, the quantity to be paid for
will be the number of signalized intersections per day
for the full duration of the Contract. For temporary
intersections, the quantity to be paid for will be the
number of signalized intersections per day for the
duration of the temporary intersection. No separate
Specifications
Page 10 of 60
71 of 167
payment will be made for temporary signalization and
maintenance at new intersections.
20. Temporary Traffic Detection and Maintenance:
a. For existing intersections, the quantity to be paid for
will be the number of signalized intersections per day
beginning the day Contract Time begins and ending
the day the permanent detection is operational and the
final lane configuration is in place. For temporary and
new intersections, the quantity to be paid for will be
the number of signalized intersections per day
beginning the day the temporary detection is
functional and ending the day the permanent detection
is operational and the final lane configuration is in
place for a new intersection; or, when the detection is
removed for a temporary intersection.
21. Work Zone Pavement Markings:
a. The quantities, furnished and installed, to be paid for
will be the length of skip and solid pavement markings,
and the area of pavement markings placed as follows:
1) The total transverse distance, in feet, of skip
pavement marking authorized and acceptably
applied. The length of actual applied line will
depend on the skip ratio of the material used.
Measurement will be the distance from the
beginning of the first stripe to the end of the last
stripe with proper deductions made for unpainted
intervals as determined by plan dimensions or
stations, subject to the requirements of the
Contract Documents.
2) The net length, in feet, of solid pavement marking
authorized and acceptably applied.
3) The number of directional arrows or pavement
messages authorized and acceptably applied.
4) The number of temporary RPM's authorized and
acceptably applied.
22. Temporary Raised Rumble Strips:
a. The quantity to be paid for will be the number of
temporary raised rumble strip sets certified as
installed/used on the project on any calendar day or
portion thereof within the Contract Time.
b. The number of strips used must meet the
requirements of FDOT Design Standards, Index No.
603. No adjustment will be made to the per day
measurement for the number of strips or sets used, or
for the number of times the sets are relocated.
23. Temporary Lane Separator:
a. The quantity of temporary lane separator to be paid for
will be plan quantity, in feet, including drainage gaps,
completed and accepted.
L. Submittals.
1. Submittal Instructions:
a. Prepare a certification of quantities for certified MOT
payment items for each project in the Contract. Submit
the certification of quantities to Engineer. The
Project No.
Department will not pay for any disputed items until
Engineer approves the certification of quantities.
2. Contractor's Certification of Quantities:
a. Request payment by submitting a certification of
quantities as directed by Engineer, based on the
amount of work done or completed. Ensure the
certification consists of the following:
b. Contract Number, Certification Date and the period
that the certification represents.
c. The basis for arriving at the amount of the progress
certification, less payments previously made and less
an amount previously retained or withheld. The basis
will include a detail breakdown provided on the
certification of items of payment in accordance with
102-M. After the initial setup of the MOT items and
counts, the interval for recording the counts will be
made weekly on the certification sheet unless there is
a change. This change will be documented on the day
of occurrence. Some items may necessitate a daily
interval of recording the counts.
M. Basis of Payment.
1. Maintenance of Traffic (General):
a. No Direct Payment Provided: When no item for direct
payment of Maintenance of Traffic (Lump Sum) is
provided by the Contract, the costs for performing all
work and requirements specified under this Article,
except as may be specifically covered for payment
under other items, will be included among the various
scheduled items of the Contract.
b. Direct Payment Provided: When direct payment for
Maintenance of Traffic (Lump Sum) is provided in the
Contract, the quantity to be paid all work and costs
specified under this Article, except as may be
specifically covered for payment under other items,
will be the lump sum Contract Price.
2. Additional items of Direct Payment. Only those items
with an Awarded Unit Price will be considered for direct
payment.
a. Traffic Control Officers:
1) Price and payment will be full compensation for the
services of the traffic control officers at invoice cost
as specified under subarticle 102.K.2 above.
b. Special Detours:
1) Price and payment will be full compensation for
providing all detour facilities shown in the Plans
and all costs incurred in carrying out all
requirements of this Article for general MOT within
the limits of the detour, as shown in the Plans.
c. Commercial Materials for Driveway Maintenance:
1) Price and payment will be full compensation for all
work and materials specified for this item, including
specifically all required shaping and maintaining of
driveways.
d. Work Zone Signs:
Specifications
Page 11 of 60
72 of 167
1) Price and payment will be full compensation for all
work and materials for furnishing signs, supports
and necessary hardware, installation, relocating,
maintaining and removing signs.
e. Business Signs:
1) Price and payment will be full compensation for all
materials and labor required for furnishing,
installing, relocating, maintaining, and removing
the signs as well as the cost of installing any logos
provided by business owners.
f. High Intensity Warning Lights:
1) Price and payment will be full compensation for
furnishing, installing, operating, relocating,
maintaining and removing high intensity flashing
lights (Type B).
g. Channelizing Devices:
1) Prices and payment will be full compensation for
furnishing, installing, relocating, maintaining and
removing the channelizing devices, including the
costs associated with attached warning lights as
required.
h. Barrier Wall (Temporary):
1) Price and payment will be full compensation for
furnishing, installing, maintaining, and removing
the barrier. When called for, barrier wall
(temporary) (relocate) will be full compensation for
relocating the barrier.
i. Lights, Temporary, Barrier Wall Mount:
1) Price and payment will be full compensation for all
work and materials for furnishing, installing and
maintaining the warning lights mounted on barrier
wall. Payment will not be made for lights that are
improperly placed or are not working.
j. Barrier Delineators:
1) No separate payment will be made for barrier
delineators installed on top of temporary barrier
wall. The cost of furnishing, installing and
maintaining the barrier delineators will be included
in the cost of the temporary barrier wall.
k. Glare Screen (Temporary):
1) Price and payment will be full compensation for
furnishing, installing, maintaining, and removing
the glare screen certified as installed/used on the
project. When called for, glare screen (relocate)
will be full compensation for relocating the glare
screen.
I. Temporary Crash Cushion (Redirective/Gating):
1) Price and payment will be full compensation for
furnishing, installing, maintaining and subsequently
removing such crash cushions. Payment for
restoring damaged crash cushions will be the
manufacturer's/distributor's invoice price for the
new materials/parts plus 20% markup. The 20%
markup is compensation for all necessary work
including; but not limited to, labor, equipment,
supplies and profit, as authorized by Engineer.
Project No.
Additional MOT required for the repair of the crash
cushion will be paid for under the appropriate MOT
pay item.
m. Temporary Guardrail:
1) Price and payment will be full compensation for
furnishing all materials required for a complete
installation, including end anchorage assemblies
and any end connections to other structures and
for installing, maintaining and removing guardrail.
n. Arrow Board:
1) Price and payment will be full compensation for
furnishing, installing, operating, relocating,
maintaining and removing arrow boards.
o. Portable Changeable Message Sign:
1) Price and payment will be full compensation for
furnishing, installing, operating, relocating,
maintaining and removing portable changeable
message signs.
p. Portable Regulatory Signs:
1) Price and payment will be full compensation for
furnishing, installing, relocating, maintaining and
removing a completely functioning system as
described in these Specifications portable
regulatory signs. Price and payment will be full
compensation for furnishing, installing, operating,
relocating, maintaining and removing portable
regulatory signs.
2) Payment will include all labor, materials,
incidentals, repairs and any actions necessary to
operate and maintain the unit at all times that work
is being performed or traffic is being affected by
construction and/or MOT operations.
q. Radar Speed Display Unit:
1) Price and payment will be made only for a
completely functioning system as described in
these specifications. Payment will include all labor,
hardware, accessories, signs, and incidental items
necessary for a complete system.
2) Payment will include any measurements needed to
insure that the unit conforms to all specification
requirements.
3) Payment will include all labor, materials,
incidentals, repairs and any actions necessary to
operate and maintain the unit at all times that work
is being performed or traffic is being affected by
construction and/or MOT operations. Price and
payment will be full compensation for furnishing,
installing, operating, relocating, maintaining and
removing radar speed display unit.
r. Temporary Signalization and Maintenance:
1) Price and payment will constitute full
compensation for furnishing, installing, operating,
maintaining and removing temporary traffic control
signals including all equipment and components
necessary to provide an operable traffic signal.
Payment will be withheld for each day at each
intersection where the temporary signalization is
not operational within 12 hours after notification.
s. Temporary Traffic Detection and Maintenance:
1) Price and payment will constitute full
compensation for furnishing, installing, operating,
maintaining and removing temporary traffic
detection including all equipment and components
necessary to provide an acceptable signalized
intersection. Take ownership of all equipment and
components. Payment will be withheld for each
day at each intersection where the temporary
detection is not operational within 12 hours after
notification.
t. Temporary Raised Rumble Strips:
1) Price and payment will be full compensation for all
work and materials described in this Article,
including all cleaning and preparing of surfaces,
disposal of all debris, furnishing of all materials,
application, curing, removal, reinstalling and
protection of all items, protection of traffic,
furnishing of all tools, machines and equipment,
and all incidentals necessary to complete the work.
u. Work Zone Pavement Markings:
1) Price and payment will be full compensation for all
work specified including, all cleaning and preparing
of surfaces, furnishing of all materials, application,
curing and protection of all items, protection of
traffic, furnishing of all tools, machines and
equipment, and all incidentals necessary to
complete the work. Final payment will be withheld
until all deficiencies are corrected.
2) Removable tape may be substituted for work zone
paint at no additional cost to the Department.
3) Payment for temporary RPMs used to supplement
line markings will be paid for under temporary
retroreflective pavement markers. Install these
markers as detailed in the Design Standards.
v. Temporary Lane Separator:
1) Price and payment will be full compensation for all
work specified in this Article.
Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
110 CLEARING AND GRUBBING (REV. 05-16-11)
A. General.
Specifications
Page 12 of 60
73 of 167
1. Perform all Clearing and Grubbing required by the
Contract Documents or necessary to prepare the
Project site for the proposed construction.
2. Remove and dispose of all structures, material, product
and debris not required to be salvaged or not required to
complete the construction.
Project No.
3. Trim trees and shrubs within the Project right-of-way
that are required by the Contract Documents or
necessary for the construction of the Project.
4. Perform the work and meet all the requirements for the
miscellaneous operations described in Subarticle B.6
herein.
5. Protect and do not displace structures which are to
remain in place.
B. Clearing and Grubbing:
1. Standard Clearing and Grubbing.
a. Perform Standard Clearing and Grubbing within:
1) Right-of-way of the roadway to be constructed.
2) All Project areas, whether or not shown in the
Plans, that require Clearing and Grubbing
including:
a) Areas where excavation is to be done.
b) Areas where roadway embankments will be
constructed.
c) Areas where structures will be constructed or
installed.
b. Work includes complete removal and disposal of:
1) All buildings, structures, appurtenances, existing
pavement, trees, plants, vegetation, timber, brush,
stumps, roots, rubbish, debris, and all other
obstructions resting on or protruding through the
surface of the existing ground and the surface of
excavated areas.
2) All other structures and obstructions necessary to
be removed and for which other items of the
Contract do not specify the removal thereof.
3) Any boulders encountered in the roadway
excavation or found on the surface of the ground
unless otherwise permitted by the Contract
Documents
c. Depths of Removal of Roots, Stumps, and Other
Debris:
1) Completely remove and dispose of all stumps
found within the roadway right-of-way.
2) Remove roots and other debris from all excavated
material to be used in the construction of roadway
embankment.
3) In all areas where excavation is to be performed or
roadway embankments are to be constructed,
plow the surface to a depth of at least 6 inches,
and remove roots and other debris to a depth of 12
inches below the ground surface.
4) Remove all roots and other debris protruding
through or appearing on the surface of the
completed excavation within the roadway area and
for structures, to a depth of at least 12 inches
below the finished excavation surface.
5) In borrow pits, material pits, and lateral ditches,
remove or cut off all stumps, roots, etc. below the
surface of the completed excavation. Do not
Specifications
Page 13 of 60
74 of 167
perform any clearing or grubbing within 3 feet
inside the right-of-way line in borrow and material
pits.
6) Within all other areas where Standard Clearing
and Grubbing is to be performed, remove roots
and other debris projecting through or appearing
on the surface of the original ground to a depth of
12 inches below the surface, but do not plow or
harrow these areas.
d. Trees to Remain:
1) As an exception to the above provisions, where so
directed by the Engineer, trim, protect, and leave
standing desirable trees within the Project area.
2) Trim branches of trees extending over the area
occupied by the roadway as directed, to give a
clear height of 16 feet above the roadway.
2. Selective Clearing and Grubbing.
a. Perform Selective Clearing and Grubbing only in areas
so designated in the Plans or where directed by the
Engineer.
b. Completely remove and dispose of stumps and
remove and dispose of all vegetation, obstructions,
etc., as required for Standard Clearing and Grubbing
except that, where so elected, the Contractor may cut
roots flush with the ground surface.
c. Entirely remove undergrowth except in specific areas
designated by the Engineer to remain for aesthetic
purposes.
d. Trim, protect, and leave standing desirable trees, with
the exception of such trees as the Engineer may
designate to be removed in order to facilitate right-of-
way maintenance. Remove undesirable or damaged
trees as so designated by the Engineer.
3. Removal of Existing Structures.
a. Structures to be removed include:
1) Structures, or portions of structures, shown in the
Plans to be removed;
2) Structures, or portions of structures, found within
the areas requiring Clearing and Grubbing, and
directed by the Engineer to be removed;
3) Structures, or portion of structures, which are
necessary to be removed in order to construct new
structures; and
4) All other appurtenances or obstructions which may
be designated in the Contract Documents as to be
included for removal under this Article.
b. Removal Requirements:
1) General:
a) Remove and dispose of all materials from
existing structures required to be removed.
b) Remove the structures in a neat manner so as
to leave no obstructions to any proposed new
structures, construction, or to any waterways.
c) Pull, cut off, or break off pilings to the
requirements of the permit or other Contract
Project No.
Documents, whichever requires the deepest
removal, but not less than 2 feet below the
finish ground line.
d) If Plans indicate channel excavation to be done
by others, consider the finish ground line as the
limits of such excavation.
e) For materials which are to remain the property
of the Department or are to be salvaged for use
in temporary structures, avoid damage to such
materials, and entirely remove all bolts, nails,
etc. from timbers to be so salvaged.
f) Mark structural steel members for identification
as directed.
4. Removal of Existing Concrete Pavement.
a. Remove and dispose of existing rigid portland cement
concrete pavement, sidewalk, slope pavement, ditch
pavement, curb, and curb and gutter etc., where
shown in the plans or ordered by the Engineer to be
removed or where required because of the
construction operations.
b.
e.
The work under Removal of Existing Concrete
Pavement does not include the removal of retaining
walls, drainage structures and flexible asphalt
pavement.
Landscape Areas: When certain areas of the right-of-
way, outside of the limits of construction, are shown in
the plans or designated by the Engineer to be
landscaped, either under the construction Contract or
at a later time, remove undesirable trees, stumps,
undergrowth, and vegetation, as directed, and
preserve and trim natural growth and trees as directed
by the Engineer.
Leveling Terrain: Within the areas between the limits
of construction and the outer limits of clearing and
grubbing, fill all holes and other depressions, and cut
down all mounds and ridges. Make the area of a
sufficient uniform contour so that the Department's
subsequent mowing and cutting operations are not
hindered by irregularity of terrain. Perform this work
regardless of whether the irregularities were the result
of construction operations or existed originally.
Mailboxes: When the Contract Documents require
furnishing and installing mailboxes, permit each owner
to remove the existing mailbox. Work with the Local
Postmaster to develop a method of temporary mail
service for the period between removal and installation
of the new mailboxes. Install the mailboxes in
accordance with the Design Standards.
C. Ownership of Materials.
1. Except as may be otherwise specified in the Contract
Documents, the Contractor shall take ownership of all
buildings, structures, appurtenances, and other
materials removed by him and shall dispose of them in
accordance with subarticle D below.
D. Disposal of Materials.
1. General:
Specifications
Page 14 of 60
75 of 167
a. Dispose of all debris, timber, stumps, brush, roots,
rubbish, and other waste material resulting from
clearing and grubbing in areas and by methods
meeting the applicable requirements of all Local, State
and Federal regulations.
2. Disposal of Treated Wood:
a. Treated wood, including that which comes from bridge
channel fender systems, must be handled and
disposed of properly during removal.
b. Treated wood should not be cut or otherwise
mechanically altered in a manner that would generate
dust or particles without proper respiratory and dermal
protection.
c. Treated wood must be disposed of in at least a lined
solid waste facility or through recycling/reuse.
d. Treated wood shall not be disposed by burning or
placement in a construction and demolition (C&D)
debris landfill.
e. All compensation for the cost of removal and disposal
of treated wood will be included in the Cost of
Removal of Existing Structures when an item for direct
payment is provided in the Contract. If an item of
direct payment is not provided in the Contract, the
aforementioned cost is included in the cost for
Clearing and Grubbing or among the other items of
work in the Contract.
3. Hazardous Materials/Waste:
a. General:
1) Handle, transport and dispose of hazardous
materials in accordance with all Local, State and
Federal requirements including the following:
a) SSPC Guide 7
b) Federal Water Pollution Control Act, and
c) Resource Conservation and Recovery Act
(RCRA).
2) Accept responsibility for the collection, sampling,
classification, packaging, labeling, accumulation
time, storage, manifesting, transportation,
treatment and disposal of hazardous waste, both
solid and liquid. Separate all solid and liquid waste
and collect all liquids used at hygiene stations and
handle as hazardous materials/waste. Obtain
written approval from the Engineer and required
agencies for all hazardous materials/waste
stabilization methods before implementation.
3) Obtain an EPA/FDEP Hazardous Waste
Identification Number (EPA/FDEP ID Number)
before transporting and/or disposal of any
hazardous materials/waste.
4) List the Department as the generator of all
hazardous materials/waste.
5) Submit the following for the Engineers' approval
before transporting, treatment or disposal of any
hazardous materials/waste:
a) Name, address and qualifications of the
transporter,
Project No.
b) Name, address and qualifications of the
treatment facility,
c) Proposed treatment and/or disposal of all
Hazardous Materials/Waste.
6) Transport all hazardous materials/waste in
accordance with applicable 40 CFR 263
Standards. Provide a copy of all completed
Hazardous Materials/Waste manifest/bills of lading
to the Engineer within 21 days of each shipment.
b. Certification of Compliance:
1) Furnish two copies of Certification of Compliance
from the firm actually removing and disposing of
the hazardous materials/waste stipulating, the
hazardous materials/waste has been handled,
transported and disposed of in accordance with
this Specification.
2) The Certification of Compliance shall be attested
to by a person having legal authority to bind the
company.
c. Maintain all records required by this Specification and
ensure they are available to the Department upon
request.
E. Method of Measurement.
1. Clearing and Grubbing:
a. No Direct Payment Provided: When no item for direct
payment of Clearing and Grubbing is provided by the
Contract, the costs for performing all work and
meeting the requirements of this Article will be
included among the various scheduled items of the
Contract.
b. Direct Payment Provided: When direct payment for
Clearing and Grubbing is provided in the Contract, the
quantity to be paid for will be the lump sum quantity.
2. One or more of the following items may appear in a
contract where no direct payment item for Clearing and
Grubbing is provided. Only those items with an
Awarded Unit Price will be considered for direct
payment. All other work of Clearing and Grubbing is
included among the various scheduled items of the
Contract.
a. Removal of Existing Structures: When a separate
item for the Removal of Existing Structures is provided
for direct payment in the Contract, the quantity to be
paid for will be the lump sum quantity or actual
quantities for the specific structures removed, as
stipulated in the Contract Documents.
b. Removal of Existing Concrete Pavement: When a
separate item for Removal of Existing Concrete
Pavement is provided for direct payment in the
Contract, the quantity to be paid for will be the number
of square yards of existing pavement of the types
listed in subarticle B.5 herein, acceptably removed
and disposed of, as specified. The quantity will be
determined by actual measurement along the surface
of the pavement before its removal. Measurements
for appurtenances which have irregular surface
configurations, such as curb and gutter, steps, and
ditch pavement, will be the area as projected to an
Specifications
Page 15 of 60
76 of 167
approximate horizontal plane. Where the removal of
pavement areas is necessary only for the construction
of box culverts, pipe culverts, storm sewers, french
drains, inlets, manholes, etc., these areas will not be
included in the measurements.
c. Removal of Trees: When separate items for the
Removal of Trees are provided for direct payment in
the Contract, trees that are greater than 6 inches in
diameter, will be paid on a per each basis by actual
count by the Engineer of such trees under the
appropriate item provided in the Contract. The
diameter of a tree shall be obtained by measuring its
circumference at 4.5 feet above the ground using a
flexible tape measure and dividing the circumference
by 3.14. If the tree is growing on a slope, the
circumference is measured at 4.5 feet from the center
of the slope. If the tree begins to branch below 4.5
feet, measure at the smallest circumference below the
first branch.
d. Mailboxes: When a separate item is provided in the
Contract for furnishing and installing mailboxes, the
quantity to be paid for will be the number of mailboxes
acceptably furnished and installed.
e. Delivery of Salvageable Material to the Department:
When a separate item is provided in the Contract for
the delivery of salvageable material to the
Department, the quantity to be paid for will be the
Lump Sum quantity for delivery of salvageable
materials to the Department as indicated in the Plans
or as directed by the Engineer.
F. Basis of Payment.
1. Clearing and Grubbing:
a. No Direct Payment Provided: When direct payment for
Clearing and Grubbing is not provided in the Contract,
the cost of any work of clearing and grubbing
necessary for the proper construction of the Project
and meeting all requirements of this Article, is included
in the Contract price for the structure or other item of
work for which such clearing and grubbing is required.
b. Direct Payment Provided:
1) Price and payment will be full compensation for all
clearing and grubbing indicated or required for the
construction of the entire Project, including all
necessary hauling, furnishing equipment,
equipment operation, furnishing any areas
required for disposal of debris, leveling of terrain
and the landscaping work of trimming, etc., as
specified herein, except for any areas designated
to be paid for separately or to be specifically
included in the costs of other work under the
Contract.
2) Unless otherwise provided by the Contract, price
and payment will be full compensation for all work
required by this Article including Removal of
Existing Structures, Removal of Existing Concrete
Pavement, Removal of Trees, Plugging of Water
Wells, Mailboxes, and Delivery of Salvageable
Material to the Department.
3) Where construction easements are specified in the
Plans and the limits of clearing and grubbing for
Project No.
such easements are dependent upon the final
construction requirements, no adjustment will be
made in the lump sum price and payment, either
over or under, for variations from the limits of the
easement defined on the Plans.
c. The Contractor shall include the cost of all clearing
and grubbing which might be necessary in pits or
areas from which base material is obtained in the
Contract price for the base in which such material is
used.
d. The clearing and grubbing of areas for obtaining
stabilizing materials, where required only for the
purpose of obtaining materials for stabilizing, will not
be paid for separately.
2. Removal of Existing Structures:
a. Price and payment will be full compensation for all
work of removal and disposal of the designated
structures.
b. When direct payment for the removal of existing
structures is not provided in the Contract, the cost of
removing all structures is included in the Contract
price for Clearing and Grubbing or, if no item of
Clearing and Grubbing is included, in the
compensation for the other items covering the new
structure being constructed.
3. Removal of Existing Concrete Pavement:
a. Price and payment will be full compensation for
performing and completing all the work of removal and
satisfactory disposal including any saw cutting
required.
b. When direct payment for the removal of existing
concrete pavement is not provided in the Contract and
no applicable item of excavation or embankment
covering such work is included in the Contract, the
Contractor shall include the costs of this work in the
Contract price for the item of Clearing and Grubbing
or, if no item of Clearing and Grubbing is included in
the Contract, in any work, pipe or other structure for
which the concrete pavement removal is required.
4. Removal of Trees:
a. Price and payment will be full compensation for
complete removal and disposal of each tree counted
by the Engineer pursuant to these specifications.
b. When direct payment for the removal of trees is not
provided in the Contract, the cost of removing all trees
is included in the Contract price for Clearing and
Grubbing or, if no item of Clearing and Grubbing is
included in the Contract, in the compensation for all
other items in the Contract.
5. Mailboxes:
a. Price and payment will be full compensation for all
work and materials required, including supports and
numbers.
b. When direct payment for mailboxes is not provided in
the Contract, the cost for all work and materials
required, including supports and numbers, is included
in the Contract price for Clearing and Grubbing or, if
no item of Clearing and Grubbing is included in the
Contract, in the compensation for all other items in the
Contract.
6. Delivery of Salvageable Material to the Department:
a. Price and payment will be full compensation for all
work required for delivery of the materials to the
Department.
b. When the Contract does not provide direct payment
for the Delivery of Salvageable Material that is to be
delivered to the County, the cost of Delivery of
Salvageable Material is included in the Contract price
for Clearing and Grubbing or, where no item for
Clearing and Grubbing is included in the Contract, in
the compensation for all other items in the Contract.
7. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
120 EARTHWORK AND RELATED OPERATIONS
A. Description.
1. General:
a. Earthwork and Related Operations consists of
excavation for the construction of the roadway,
excavation for structures and pipe, constructing
backfill around structures and pipe, and constructing
embankments as required for the roadway, ditches,
and channel changes.
b. Perform Earthwork and Related Operations based on
the type of work specified in the Contract Documents.
c. Meet the applicable requirements for materials,
equipment and construction as specified in the
Contract Documents.
B. Classes of Excavation.
Specifications
Page 16 of 60
77 of 167
1. Excavation of Unsuitable Material: Excavation of
unsuitable material consists of the removal of muck,
clay, rock or any other material that is unsuitable in its
original position and that is excavated below the finished
grading template. For stabilized bases and sand
bituminous road mixes, the finished grading template is
the top of the finished base, shoulders and slopes. For
all other bases and rigid pavement, the finished grading
template is the finished shoulder and slope lines and
bottom of completed base or rigid pavement.
2. Lateral Ditch Excavation: Lateral Ditch Excavation
consists of all excavation of inlet and outlet ditches to
structures and roadway, changes in channels of
streams, and ditches parallel to the roadway right-of-
way.
3. Excavation for Structures and Pipe: Excavation for
Structures consists of the excavation for bridge
foundations, box culverts, pipe culverts, storm sewers
and all other pipe lines, retaining walls, headwalls for
Project No.
pipe culverts and drains, catch basins, drop inlets,
manholes, and similar structures.
C. Excavation Requirements.
1. Excavation and Replacement of Unsuitable Materials:
Where rock, muck, 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 materials to the
required cross -sections. Where the removal of plastic
soils below the finished earthwork grade is required,
meet a construction tolerance of t 0.2 foot in depth and
t 6 inches (each side) in width.
2. Lateral Ditch Excavation: Excavate inlet and outlet
ditches to structures and roadway, changes in channels
of streams and ditches parallel to the roadway. Dress
lateral ditches to the grade and cross-section shown in
the Plans.
3. Channel Excavation: Excavate and dispose of all
materials from the limits of the channel as shown in the
Plans. Excavate for bridge foundations, box culverts,
pipe culverts, storm sewers and all other pipe lines,
retaining walls, headwalls for pipe culverts and drains,
catch basins, drop inlets, manholes, and similar
structures.
4. Excavation for Structures and Pipe.
a. General: Excavate foundation pits to permit the
placing of the full widths and lengths of footings shown
in the Plans, with full horizontal beds. Do not round or
undercut corners or edges of footings. Perform all
excavation to foundation materials, satisfactory to the
Engineer, regardless of the elevation shown on the
Plans. Perform all excavation in stream beds to a
depth at least 4 feet below the permanent bed of the
stream, unless a firm footing can be established on
solid rock before such depth is reached, and excavate
to such additional depth as may be necessary to
eliminate any danger of undermining. Wherever rock
bottom is secured, excavate in such manner as to
allow the solid rock to be exposed and prepared in
horizontal beds for receiving the masonry. Remove all
loose and disintegrated rock or thin strata. Have the
Engineer inspect and approve all foundation
excavations prior to placing masonry.
b. Earth Excavation:
1) Foundation Material other than the Rock: When
masonry is to rest on an excavated surface other
than rock, take special care to avoid disturbing the
bottom of the excavation, and do not remove the
final foundation material to grade until just before
placing the masonry. In case the foundation
material is soft or mucky, the Engineer may require
excavation to a greater depth and to backfill to
grade with approved material.
3) Removal of Obstructions: Remove boulders, logs,
or any unforeseen obstacles encountered in
excavating.
c. Rock Excavation: Clean all rock and other hard
foundation material, remove all loose material, and cut
all rock to a firm surface. Either level, step vertically
and horizontally, or serrate the rock, as may be
directed by the Engineer. Clean out all seams, and fill
them with concrete or mortar.
d. Pipe Trench Excavation:
1) Excavate trenches for pipe culverts and storm
sewers to the elevation of the bottom of the pipe
and to a width sufficient to provide adequate
working room. Remove soil not meeting the
classification specified herein for suitable backfill
material for backfilling around pipe to a depth of 4
inches below the bottom of the pipe elevation.
Remove rock, boulders or other hard lumpy or
unyielding material to a depth of 12 inches below
the bottom of the pipe elevation. Remove muck or
other soft material to a depth necessary to
establish a firm foundation. Where the soils permit,
ensure that the trench sides are vertical up to at
least the mid -point of the pipe.
2) For pipe lines placed above the natural ground
line, place and compact the embankment, prior to
excavation of the trench, to an elevation at least 2
feet above the top of the pipe and to a width equal
to four pipe diameters, and then excavate the
trench to the required grade.
D. Disposal of Surplus and Unsuitable Material.
1. Ownership of Excavated Materials: Dispose of surplus
and excavated materials as shown in the Plans or, if the
Plans do not indicate the method of disposal, take
ownership of the materials and dispose of them in an
authorized and lawful manner.
Disposal of Muck on Side Slopes: As an exception to
the provisions herein for Ownership of Excavated
Materials, when approved by the Engineer, muck (A-8
material) may be placed on the slopes, or stored
alongside the roadway, provided there is a clear
distance of at least 6 feet between the roadway grading
limits and the muck, and the muck is dressed to present
a neat appearance. In addition, this material may also
be disposed of by placing it on the slopes where, in the
opinion of the Engineer, this will result in an
aesthetically pleasing appearance and will have no
detrimental effect on the adjacent developments. Where
the Engineer permits the disposal of muck or other
unsuitable material inside the right-of-way limits, do not
place such material in a manner which will impede the
inflow or outfall of any channel or of side ditches. The
Engineer will determine the limits adjacent to channels
within which such materials may be disposed.
2) Foundation Piles: Where foundation piles are 3. Disposal of Paving Materials: Unless otherwise noted,
used, complete the excavation of each pit before take ownership of paving materials, such as paving
driving the piles. After the driving is completed, brick, asphalt block, concrete slab, sidewalk, curb and
remove all loose and displaced material, leaving a gutter, etc., excavated in the removal of existing
smooth, solid, and level bed to receive the pavements, and dispose of them outside the right -of -
masonry.
way. If the materials are to remain the property of the
Specifications
Page 17 of 60
78 of 167
Project No.
Agency, place them in neat piles as directed. Existing
limerock base that is removed may be incorporated in
the stabilized portion of the subgrade. If the construction
sequence will allow, incorporate all existing limerock
base into the project as allowed by the Contract
Documents.
4. Disposal Areas:
a. Where the Contract Documents require disposal of
excavated materials outside the right-of-way, and the
disposal area is not indicated in the Contract
Documents, furnish the disposal area without
additional compensation.
E. Materials for Embankment.
1. General Requirements for Embankment Materials:
a. Construct embankments using suitable materials
excavated from the roadway or delivered to the jobsite
from authorized borrow pits.
b. Construct the embankment using maximum particle
sizes (in any dimension) as follows:
1) In top 12 inches: 3 1/2 inches (in any dimension).
2) 12 to 24 inches: 6 inches (in any dimension).
3) In the depth below 24 inches: not to exceed 12
inches (in any dimension) or the compacted
thickness of the layer being placed, whichever is
less.
1) Provide and maintain, at no expense to the
County, all necessary roads for hauling the borrow
material. Where borrow area haul roads or trails
are used by others, do not cause such roads or
trails to deteriorate in condition.
2) Arrange for the use of all non-public haul routes
crossing the property of any railroad. Incur any
expense for the use of such haul routes. Establish
haul routes which will direct construction vehicles
away from developed areas when feasible, and
keep noise from hauling operations to a minimum.
Advise the Engineer in writing of all proposed haul
routes.
b. Borrow Material for Shoulder Build-up: When so
indicated in the Plans, furnish borrow material with a
specific minimum bearing value, for building up of
existing shoulders. Blend materials as necessary to
achieve this specified minimum bearing value prior to
placing the materials on the shoulders. Take samples
of this borrow material at the pit or blended stockpile.
4. Materials Used at Pipes, Culverts, etc.: Construct
embankments over and around pipes, culverts, and
bridge foundations with selected materials.
F. Embankment Construction.
1. General: Construct embankments in sections of not less
than 300 feet in length or for the full length of the
embankment.
c. Spread all material so that the larger particles are
2. Dry Fill Method:
separated from each other to minimize voids between
a. General:
them during compaction. Compact around these rocks
in accordance with the requirements herein for
1) Construct embankments to meet the requirements
Compaction of Embankments.
of subarticle G (Compaction Requirements) and in
d. When and where approved by the Engineer, larger
accordance with the Acceptance Program
rocks (not to exceed 18 inches in any dimension) may
requirements herein. Restrict the compacted
be placed outside the one to two slope and at least 4
thickness of the last embankment lift to 6 inches
feet or more below the bottom of the base. Compact
maximum.
around these rocks to a firmness equal to that of the
2) As far as practicable, distribute traffic over the
supporting soil. Where constructing embankments
work during the construction of embankments so
adjacent to bridge end bents or abutments, do not
as to cover the maximum area of the surface of
place rock larger than 3 1/2 inches in diameter within 3
each layer.
feet of the location of any end -bent piling.
3) Construct embankment in the dry whenever
2. Use of Materials Excavated From the Roadway and
normal dewatering equipment and methods can
Appurtenances: Assume responsibility for determining
accomplish the needed dewatering.
the suitability of excavated material for use on the
project in accordance with the applicable Contract
a) For A-3 and A-2-4 Materials with up to 15%
Documents. Consider the sequence of work and
fines: Construct the embankment in successive
maintenance of traffic phasing in the determination of
layers with lifts up to a maximum compacted
the availability of this material.
thickness of 12 inches. Ensure the percentage
of fines passing the No. 200 US Standard sieve
3. Authorization for Use of Borrow: Use borrow only when
in the A 2 4 material does not exceed 15%.
sufficient quantities of suitable material are not available
b) For A-1 Plastic materials (As designated in
from roadway and drainage excavation, to properly
FDOT Design Standard Index 505) and A-2-4
construct the embankment, subgrade, and shoulders,
Materials with greater than 15 /o fines: Construct
and to complete the backfiiling of structures and pipe.
the embankment in successive layers with lifts
Do not use borrow material until authorized by the
up to a maximum compacted thickness of 6
Engineer, and then only use material from approved
inches.
borrow pits.
c) Equipment and Methods: Provide normal
a. Haul Routes for Borrow Pits:
dewatering equipment including, but not limited
to, surface pumps, sump pumps and
Specifications Project No.
Page 18 of 60
79 of 167
trenching/digging machinery. Provide normal
dewatering methods including, but not limited
to, constructing shallow surface drainage
trenches/ditches, using sand blankets, sumps
and siphons.
4) When normal dewatering does not adequately
remove the water, the Engineer may require the
embankment material to be placed in the water or
in low swampy ground in accordance with the
requirements herein for Compaction Where Plastic
Material Has Been Removed.
b. Placing in Unstable Areas: Where depositing the
material in water, or in low swampy ground that will
not support the weight of hauling equipment, construct
the embankment by dumping successive loads in a
uniformly distributed layer of a thickness not greater
than necessary to support the hauling equipment while
placing subsequent layers. Once sufficient material
has been placed so that the hauling equipment can be
supported, construct the remaining portion of the
embankment in layers in accordance with the
applicable provisions herein for Compaction Where
Plastic Material Has Been Removed and for
Compaction of Grassed Shoulder Areas.
c. Placing on Steep Slopes: When constructing an
embankment on a hillside sloping more than 20
degrees from the horizontal, before starting the fill,
deeply plow or cut into steps the surface of the original
ground on which the embankment is to be placed.
Placing Outside Standard Minimum Slope: Where
material that is unsuitable for normal embankment
construction is to be used in the embankment outside
the standard minimum slope (approximately one to
two), place such material in layers of not more than 18
inches in thickness, measured loose. The Contractor
may also place material which is suitable for normal
embankment, outside such standard minimum slope,
in 18 inch layers. Maintain a constant thickness for
suitable material placed within and outside the
standard minimum slope, unless placing in a separate
operation.
3. Hydraulic Method:
a. Method of Placing: When the hydraulic method is
used, as far as practicable, place all dredged material
in its final position in the embankment by such
method. Place and compact any dredged material that
is rehandled, or moved and placed in its final position
by any other method, as specified herein for
Compaction of Embankments. The Contractor may
use baffles or any form of construction he may select,
provided the slopes of the embankments are not
steeper than indicated in the Plans. Remove all timber
used for temporary bulkheads or baffles from the
embankment, and fill and thoroughly compact the
holes thus formed. When placing fill on submerged
land, construct dikes prior to beginning of dredging,
and maintain the dikes throughout the dredging
operation.
b. Excess Material: Do not use excess material placed
outside the prescribed slopes, below the normal high -
Specifications
Page 19 of 60
80 of 167
water level, to raise the fill. Remove only the portion of
this material required for dressing the slopes.
c. Protection of Openings in Embankment: Leave
openings in the embankments at the bridge sites.
Remove any material which invades these openings
or existing channels without additional compensation
to provide the same depth of channel as existed
before the construction of the embankment. Do not
excavate or dredge any material within 200 feet of the
toe of the proposed embankment.
G. Compaction Requirements.
1. Moisture Content: Compact the materials at a moisture
content such that the specified density can be attained.
If necessary to attain the specified density, add water to
the material, or lower the moisture content by
manipulating the material or allowing it to dry, as is
appropriate.
2. Compaction of Embankments:
a. Density requirements for earthwork and related
operations associated with the construction of
sidewalks and bike paths along with any drainage
structures associated with these facilities; and for
earthwork and related operations associated with the
construction of turn lanes and other non -mainline
traffic lanes, widening, roadway shoulders, concrete
box culverts, retaining walls, and other drainage
structures on the non -mainline pavement:
1) Reduce the minimum required density from 100%
to 95% of AASHTO T99 Method C for all
earthwork items requiring densities.
b. Density Requirements for earthwork and related
operations associated with the construction of new
mainline pavement, along with concrete box culverts,
retaining walls, and other drainage structures on the
mainline pavement:
1) Except for embankments constructed by the
hydraulic method as specified herein, and for the
material placed outside the standard minimum
slope as specified herein for Placing Outside
Standard Minimum Slope, and for other areas
specifically excluded herein, compact each layer of
the material used in the formation of embankments
to a density of at least 100% of the maximum
density as required by AASHTO T 99, Method C.
2) Uniformly compact each layer using equipment
that will achieve the required density, and as
compaction operations progress, shape and
manipulate each layer as necessary to ensure
uniform density throughout the embankment.
c. Compaction Over Unstable Foundations: Where the
embankment material is deposited in water or on low
swampy ground, and in a layer thicker than 12 inches
(as provided herein under the requirements for Placing
in Unstable Areas), compact the top 6 inches
(compacted thickness) of such layer to the density as
specified in the Acceptance Criteria herein.
d. Compaction Where Plastic Material Has Been
Removed: Where unsuitable material is removed and
the remaining surface is of the A 4, A 5, A 6, or A 7
Project No.
Soil Groups, as determined by the Engineer, compact
the surface of the excavated area by rolling with a
sheepsfoot roller exerting a compression of at least
250 psi on the tamper feet, for the full width of the
roadbed (subgrade and shoulders). Perform rolling
before beginning any backfill, and continue until the
roller feet do not penetrate the surface more than 1
inch. Do not perform such rolling where the remaining
surface is below the normal water table and covered
with water. Vary the procedure and equipment
required for this operation at the discretion of the
Engineer.
e. Compaction of Material To Be Used In Base,
Pavement, or Stabilized Areas: Do not compact
embankment material which will be incorporated into a
pavement, base course, or stabilized subgrade, to be
constructed as a part of the same Contract.
f. Compaction of Grassed Shoulder Areas: For the
upper 6 inch layer of all shoulders which are to be
grassed, since no specific density is required, compact
only to the extent directed.
g. Compaction of Grassed Embankment Areas: For the
outer layer of all embankments where plant growth will
be established, do not compact. Leave this layer in a
loose condition to a minimum depth of 6 inches for the
subsequent seeding or planting operations.
3. Compaction of Subgrade:
a. If the Plans do not provide for stabilizing, compact the
subgrade in both cuts and fills to the density specified
in the Acceptance Criteria herein. For undisturbed
soils, do not apply density requirements where
constructing narrow widening strips or paved
shoulders 5 feet or less in width.
b. Where trenches for widening strips are not of sufficient
width to permit the use of standard compaction
equipment, perform compaction using vibratory rollers,
trench rollers, or other type compaction equipment
approved by the Engineer.
c. Maintain the required density until the base or
pavement is placed on the subgrade.
H. Backfilling Around Structures and Pipe.
1. Backfill Materials:
a. Backfill to the original ground surface or subgrade
surface of openings made for structures, with a
sufficient allowance for settlement. The Engineer may
require that the material used for this backfill be
obtained from a source entirely apart from the
structure.
b. Do not allow heavy construction equipment to cross
over culvert or storm sewer pipes until placing and
compacting backfill material to the finished earthwork
grade or to an elevation at least 4 feet above the
crown of the pipe.
c. Use of A-7 Material: In the backfilling of trenches, A 7
material may be used from a point 12 inches above
the top of the pipe up to the elevation shown on the
FDOT Design Standards as the elevation for
undercutting of A 7 material.
Specifications
Page 20 of 60
81 of 167
Time of Placing Backfill: Do not place backfill against
any masonry or concrete abutment, wingwall, or
culvert until the Engineer has given permission to do
so, and in no case until the masonry or concrete has
been in place seven days or until the specified 28 day
compressive strength occurs.
e. Placement and Compaction:
1) Place the material in horizontal layers not
exceeding 6 inches compacted thickness, in depth
above water level, behind abutments, wingwalls
and end bents or end rest piers, and around box
culverts and all structures including pipe culverts.
When the backfill material is deposited in water,
compact per the requirements herein for
Compaction Under Wet Conditions and Backfill
Under Wet Conditions.
2) The Contractor may elect to place material in
thicker lifts of no more than 12 inches compacted
thickness outside the soil envelope if he can
demonstrate with a successful test section that
density can be achieved. Notify the Engineer prior
to beginning construction of a test section.
Construct a test section of 500 feet in length.
Perform five tests at random locations within the
test section. All five tests must meet the density
required by the Compaction of Embankments
specified herein. Identify the test section with the
compaction effort and soil classification in the
Agency Logbook. In case of a change in
compaction effort or soil classification, construct a
new test section. When a test fails the Compaction
Requirements specified herein, construct a new
test section. The Contractor may elect to place
material in 6 inches compacted thickness at any
time.
2. Additional Requirements for Structures Other than Pipe:
a. Density: Where the backfill material is deposited in
water, obtain a 12 inch layer of comparatively dry
material, thoroughly compacted by tamping, before
verifying the layer and density requirements. Meet the
requirements of the density Acceptance Criteria.
b. Box Culverts: For box culverts over which pavement is
to be constructed, compact around the structure to an
elevation not less than 12 inches above the top of the
structure, using rapid -striking mechanical tampers.
c. Other Limited Areas: Compact in other limited areas
using mechanical tampers or approved hand tampers,
until the cover over the structure is at least 12 inches
thick. When hand tampers are used, deposit the
materials in layers not more than 4 inches thick using
hand tampers suitable for this purpose with a face
area of not more than 100 in2. Take special
precautions to prevent any wedging action against the
masonry, and step or terrace the slope bounding the
excavation for abutments and wingwalls if required by
the Engineer.
d. Culverts and Piers: Backfill around culverts and piers
on both sides simultaneously to approximately the
same elevation.
e. Compaction Under Wet Conditions: Where wet
conditions do not permit the use of mechanical
tampers, compact using hand tampers. Use only A 3
Project No.
material for the hand tamped portions of the backfill.
When the backfill has reached an elevation and
condition such as to make the use of the mechanical
tampers practical, perform mechanical tamping in
such manner and to such extent as to transfer the
compaction force into the sections previously tamped
by hand.
3. Additional Requirements for Pipe 15 Inches Inside
Diameter or Greater:
a. General: Trenches for pipe may have up to four zones
that must be backfilled.
1) Lowest Zone: The lowest zone is backfilled for
deep undercuts up to within 4 inches of the bottom
of the pipe.
2) Bedding Zone: The zone above the Lowest Zone
is the Bedding Zone. Usually it will be the backfill
which is the 4 inches of soil below the bottom of
the pipe. When rock or other hard material has
been removed to place the pipe, the Bedding Zone
will be the 12 inches of soil below the bottom of the
pipe.
3) Cover Zone: The next zone is backfill that is
placed after the pipe has been laid and will be
called the Cover Zone. This zone extends to 12
inches above the top of the pipe. The Cover Zone
and the Bedding Zone are considered the Soil
Envelope for the pipe.
4) Top Zone: The Top Zone extends from 12 inches
above the top of the pipe to the base or final
grade.
b. Material:
1) Lowest Zone: Backfill areas undercut below the
Bedding Zone of a pipe with coarse sand, or other
suitable granular material, obtained from the
grading operations on the project, or a commercial
material if no suitable material is available.
2) Soil Envelope: In both the Bedding Zone and the
Cover Zone of the pipe, backfill with materials
classified as A 1, A 2, or A 3. Material classified as
A-4 may be used if the pipe is concrete pipe.
3) Top Zone: Backfill the area of the trench above the
soil envelope of the pipe with materials allowed on
Design Standard, Index No. 505.
c. Compaction:
1) Lowest Zone: Compact the soil in the Lowest Zone
to approximately match the density of the soil in
which the trench was cut.
2) Bedding Zone:
a) If the trench was not undercut below the bottom
of the pipe, loosen the soil in the bottom of the
trench immediately below the approximate
middle third of the outside diameter of the pipe.
b) If the trench was undercut, place the bedding
material and leave it in a loose condition below
the middle third of the outside diameter of the
pipe. Compact the outer portions to meet the
density requirements of the Acceptance Criteria.
Specifications
Page 21 of 60
82 of 167
Place the material in lifts no greater than 6
inches (compacted thickness).
3) Cover Zone: Place the material in 6 inches layers
(compacted thickness), evenly deposited on both
sides of the pipe, and compact with mechanical
tampers suitable for this purpose. Hand tamp
material below the pipe haunch that cannot be
reached by mechanical tampers. Meet the
requirements of the density Acceptance Criteria.
4) Top Zone: Place the material in layers not to
exceed 12 inches in compacted thickness. Meet
the requirements of the density Acceptance
Criteria.
5) Backfill Under Wet Conditions:
a) Where wet conditions are such that dewatering
by normal pumping methods would not be
effective, the procedure outlined below may be
used when specifically authorized by the
Engineer in writing.
b) Granular material may be used below the
elevation at which mechanical tampers would
be effective, but only material classified as A 3.
Place and compact the material using timbers or
hand tampers until the backfill reaches an
elevation such that its moisture content will
permit the use of mechanical tampers. When
the backfill has reached such elevation, use
normally acceptable backfill material. Compact
the material using mechanical tampers in such
manner and to such extent as to transfer the
compacting force into the material previously
tamped by hand.
I. Acceptance Program.
1. Density over 105%: When a computed dry density
results in a value greater than 105% of the applicable
Proctor maximum dry density, perform a second density
test within 5 feet. If the second density results in a value
greater than 105%, investigate the compaction
methods, examine the applicable Maximum Density and
material description. If necessary, test an additional
sample for acceptance in accordance with AASHTO T
99, Method C.
2. Maximum Density Determination: Determine the
maximum density and optimum moisture content by
sampling and testing the material in accordance with the
specified test method listed below for Density Testing
Requirements.
3. Density Testing Requirements: Ensure compliance, with
the requirements of the Acceptance Criteria herein, by
Nuclear Density testing in accordance with FDOT
Florida Method FM 1 T 238. Determine the in -place
moisture content for each density test. Use Florida
Method FM 1 T 238, FM 5 507 (Determination of
Moisture Content by Means of a Calcium Carbide Gas
Pressure Moisture Tester), or ASTM D 4643 (Laboratory
Determination of Moisture Content of Granular Soils By
Use of a Microwave Oven) for moisture determination.
4. Soil Classification: Perform soil classification tests in
accordance with AASHTO T 88. Classify soils in
Project No.
accordance with AASHTO M-145 in order to determine
compliance with embankment utilization requirements.
5. Acceptance Criteria: Obtain a minimum density in
accordance with the requirements herein for
Compaction of Embankments with the following
exceptions:
a. Embankment constructed by the Hydraulic Method as
specified herein;
b. Material placed outside the standard minimum slope
as specified in the requirements herein for Placing
Outside Standard Minimum Slope;
c. Other areas specifically excluded herein.
6. Frequency: Conduct sampling and testing at a minimum
frequency listed in the table below.
Test Name
Frequency
Maximum Density
One per soil type
Density
1 per 500' RDWY (Alt Lift)
Soil Classification
One per Maximum Density
Maintenance and Protection of Work.
1. While construction is in progress, maintain adequate
drainage for the roadbed at all times. Maintain a
shoulder at least 3 feet wide adjacent to all pavement or
base construction in order to provide support for the
edges.
2. Maintain and protect all earthwork construction
throughout the life of the Contract, and take all
reasonable precautions to prevent loss of material from
the roadway due to the action of wind or water. Repair
any slides, washouts, settlement, subsidence, or other
mishap which may occur prior to final acceptance of the
work. Maintain all channels excavated as a part of the
Contract work against natural shoaling or other
encroachments to the lines, grades, and cross -sections
shown in the Plans, until final acceptance of the Project.
K Construction.
1. Construction Tolerances:
a. Shape the surface of the earthwork to conform to the
lines, grades, and cross -sections shown in the Plans.
In final shaping of the surface of earthwork, maintain a
tolerance of 0.3 foot above or below the plan cross-
section with the following exceptions:
1) Shape the surface of shoulders to within 0.1 foot of
the plan cross-section.
2) Shape the earthwork to match adjacent pavement,
curb, sidewalk, structures, etc.
3) Shape the bottom of ditches so that the ditch
impounds no water.
4) When the work does not include construction of
base or pavement, shape the entire roadbed
(shoulder point to shoulder point) to within 0.1 foot
above or below the plan cross-section.
b. Ensure that the shoulder lines do not vary horizontally
more than 0.3 foot from the true lines shown in the
Plans.
2. Operations Adjacent to Pavement:
a. Carefully dress areas adjacent to pavement areas to
avoid damage to such pavement.
b. Complete grassing of shoulder areas prior to placing
the final wearing course. Do not manipulate any
embankment material on a pavement surface.
c. When shoulder dressing is underway adjacent to a
pavement lane being used to maintain traffic, exercise
extreme care to avoid interference with the safe
movement of traffic.
L. Method of Measurement.
1. Excavation: Excavation will be paid for by volume, in
cubic yards, calculated by the method of average end
areas, unless the Engineer determines that another
method of calculation will provide a more accurate
result. The material will be measured in its original
position by field survey or by photogrammetric means
as designated by the Engineer. Measurement for
payment will include the excavation of unsuitable
material, lateral ditch excavation, channel excavation,
and excavation for structures and pipe. Payment will not
be made for excavation or embankment beyond the
limits shown in the Plans or authorized by the Engineer.
Embankment: Embankment will be paid for by volume,
in cubic yards, calculated by the method of average end
areas, unless the Engineer determines that another
method of calculation will provide a more accurate
result. The material will be measured in its original
position by field survey or by photogrammetric means
as designated by the Engineer. Payment will not be
made for embankment beyond the limits shown in the
Plans or authorized by the Engineer.
M. Basis of Payment.
Specifications
Page 22 of 60
83 of 167
1. When No Direct Payment is Provided:
a. When no item for Excavation or Embankment is
included in the list of Contract Unit Prices, the cost of
any excavation or embankment necessary for the
proper construction of the Project is included in the
Contract Prices for the work requiring excavation or
embankment.
b. Where the Work includes structures including pipe
culvert and french drain, all earthwork costs for the
installation of these items are included in their
associated Contract Price.
2. When Direct Payment for Excavation or Embankment is
Provided in the Contract:
a. Prices and payments for the work items included in
this Section will be full compensation for all work
described herein, including excavating, dredging,
hauling, placing, and compacting; dressing the surface
of the earthwork; and maintaining and protecting the
complete earthwork.
b. Excavation:
Project No.
1) The total quantity of all excavation specified under
this Section will be paid for at the Contract unit
price for Excavation.
2) No payment will be made for the excavation of any
materials which are used for purposes other than
those shown in the Plans or designated by the
Engineer.
3) No payment will be made for materials excavated
outside the lines and grades given by the
Engineer, unless specifically authorized by the
Engineer.
c. Embankment:
1) The total quantity of embankment specified in this
Section will be paid for at the Contract unit price
for embankment.
2) No payment will be made for materials which are
used for purposes other than those shown in the
Plans or designated by the Engineer.
3) No payment will be made for materials placed
outside the lines and grades given by the
Engineer.
3. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
121 FLOWABLE FILL
A. Description.
1. When approved by the Engineer, furnish and place
Flowable Fill per FDOT Design Standard Index 307, as
an alternative to compacted soil, where compaction
cannot be achieved through normal mechanical
methods. Applications for this material include
beddings, encasements, closures for tanks, pipes,
general backfill for trenches, and other uses specified in
the Plans.
B. Materials.
1. Meet the following requirements:
Fine Aggregate*
Section 902
Portland Cement (Types I, II, or III)
Section 921
Water
Section 923
Air Entraining Admixtures**
Section 924
Fly Ash, Slag and other Pozzolanic
Section 929
Materials
*Any clean fine aggregate with 100% passing a 3/8
inch mesh sieve and not more than 15% passing a
No. 200 sieve may be used.
**High air generators or foaming agents may be used
in lieu of conventional air entraining admixtures and
may be added at 'obsite and mixed in accordance with
manufacturer's recommendation.
C. Mix Design.
Specifications
Page 23 of 60
84 of 167
1. Flowable Fill is a mixture of portland cement, fly ash,
fine aggregate, air entraining admixture and water.
Flowable fill contains a low cementitious content for
reduced strength development.
2. Submit mix designs to the Engineer for approval. The
following are suggested mix guides for excavatable and
non-excavatable flowable fill:
Excavatable
Non-Excavatable
Cement
75-1001b/yd3
75-1501b/yd3
Type 1
Fly Ash
None
150-600 Ib/yd3
Water
Air**
5-35%
5-15%
28 Day
Maximum 100
Minimum 125 psi**
Compressive
psi
Strength**
Unit Weight
90-110 Ib/ft3
100-125 Ib/ft3
(Wet)***
Fine Aggregate shall be proportioned to yield 1 yd3.
*Mix designs shall produce a consistency that will
result in a flowable self -leveling product at time of
placement.
'*Minimum 300 psi where approved by the Engineer for
use above pipe culverts having less than two feet of
cover measured to top of rock base.
*'*The requirements for percent air, compressive
strength and unit weight are for laboratory designs only
and are not intended for jobsite acceptance
requirements.
D. Production and Placing.
1. Use flowable fill manufactured at a production facility
that meets the requirements of FDOT 347-3.
2. Deliver flowable fill using concrete construction
equipment. Revolution counter are waived. Place
flowable fill by chute, pumping or other methods
approved by the Engineer. Tremie flowable fill through
water.
E. Construction Requirements.
1. Use straps, soil anchors or other approved means of
restraint to ensure correct alignment when flowable fill is
used as backfill for pipe or where flotation or
misalignment may occur.
2. Place flowable fill to the designated fill line without
vibration or other means of compaction. Do not place
flowable fill during inclement weather, e.g. rain or
Project No.
ambient temperatures below 40°F. Protect flowable fill
from freezing for a period of 36 hours after placement.
3. Take all necessary precautions to prevent any damages
caused by the hydraulic pressure of the fill during
placement prior to hardening. Provide the means to
confine the material within the designated space.
Acceptance.
1. Acceptance of flowable fill will be based on the following
documentation and a minimum temperature of flowable
fill at the point of delivery of 50°F.
2. Furnish a delivery ticket to the Engineer for each load of
flowable fill delivered to the worksite. Ensure that each
ticket contains the following information:
a. Project designation,
b. Date,
c. Time,
d. Class and quantity of flowable fill,
e. Actual batch proportions,
f. Free moisture content of aggregates,
g. Quantity of water withheld.
3. Leave the fill undisturbed until the material obtains
sufficient strength. Sufficient strength, unless otherwise
required by the Engineer, is 35 psi penetration
resistance as measured using a hand held
penetrometer in accordance with ASTM C403. Provide
a hand held penetrometer to measure the penetration
resistance of the hardened flowable fill.
G. Method of Measurement
1. Flowable fill will be measured for payment in cubic yards
in place, as accepted by the Engineer, when shown as a
pay item in the Contract. When flowable fill is not shown
as a pay item, include the cost of the work in the bid
price for the appropriate item.
H. Basis of Payment.
1. When the item of flowable fill is included in the Contract,
payment will be made at the Contract unit price per
cubic yard. Such price and payment will include all cost
of the mixture, in place and accepted, determined as
specified above. No measurement and payment will be
made for material placed outside the neat line limits or
outside the adjusted limits, or for unused or wasted
material.
Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
160 TYPE "B" STABILIZATION (SECTION 160)
A. Page 188, Section 160 - Stabilizing: Delete the words
"bearing value" or "Limerock Bearing Ratio Method"
where they occur throughout this section and substitute
the words "California Bearing Ratio."
1. Delete all contrary references to density requirements
and substitute with the following:
a. Compaction - The density requirements for all
embankment and subgrade involved in this Section
shall be a minimum ninety five (95) percent for non -
roadway areas and ninety eight (98) percent for
roadway areas, of maximum density as determined by
AASHTO T-180.
2. Delete all mention of Bearing Value requirements
entirely and substitute with the following:
a. California Bearing Ratio Requirements: Suitability of
the soil to be compacted shall be determined by the
California Bearing Ratio Test as outlined in ASTM D
1883-87. Tests shall be made on each separate
course, generally before the materials have been
compacted. Any areas where the materials have a
C.B.R. value of less than thirty (30) at ninety five (95)
percent of the maximum density as determined by
AASHTO T-180 'shall be stabilized (or further
stabilized) as specified herein.
B. Page 189, Subarticle 160-4.1- Commercial and Local
Materials — Add the following:
1. Except that the limerock used for stabilization shall have
a minimum of at least fifty (50) percent carbonates of
calcium and magnesium.
C. Page 192, Subarticle 160-7.2.1.2- Undertolerances In...;
is deleted in its entirety and replaced with the following:
1. There shall be no undertolerances in the C.B.R.
permitted.
D. Page 195, Article 160-9- Basis of Payment; Is deleted in
its entirety and replaced with the following:
1. Payment for stabilizing including all labor and materials
shall be made at the Contract Unit Price Bid as
indicated in the Bid Form of the Proposal.
2. Such price and payments shall constitute full
compensation for all work specified in this Section for
Type "B" Stabilization, including furnishing, spreading
and mixing of all stabilizing material required and any
reprocessing of stabilization areas necessary to attain
the specified bearing value.
E. Basis of Payment.
1. When the item of Type "B" Stabilization is included in
the Contract, payment will be made at the Contract unit
price per square yard. Such price and payment will
include all cost of the mixture, in place and accepted,
determined as specified above. No measurement and
payment will be made for material placed outside the
Specifications Project No.
Page 24 of 60
85 of 167
neat line limits or outside the adjusted limits, or for
unused or wasted material.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 25 of 60
86 of 167
DIVISION 200 BASE COURSE
285 LIMEROCK BASE (REV. 08-23-12)
A. Description.
1. Construct a base composed of limerock material.
Perform work in accordance with an approved Quality
Control Plan meeting the requirements of Article 105 of
these Specifications.
B. Materials.
1. Limerock base:
a. Meet the requirements of FDOT Section 911.
b. Produced and obtained from an FDOT approved
source listed on the current FDOT Approved
Aggregate Products from Mines or Terminals Listings.
2. More than one source of base rock on a single Contract
may be used provided that a single source is used
throughout the entire width and depth of a section of
base. Obtain approval from Engineer before placing
material from more than one source. Place material to
ensure total thickness single source integrity at any
station location of the base.
3. Intermittent placement or "Blending" of sources is not
permitted.
4. Do not use any of the existing base that is removed to
construct the new base.
5. Limerock is referred to hereinafter as "rock".
C. Equipment.
Use mechanical rock spreaders, equipped with a device
that strikes off the rock uniformly to laying thickness,
capable of producing even distribution. For crossovers,
intersections and ramp areas; roadway widths of 20 feet
or less; the main roadway area when forms are used
and any other areas where the use of a mechanical
spreader is not practicable; Contractor may spread the
rock using bulldozers or blade graders.
D. Transporting Rock.
T . Transport the rock to its point of use, over rock
previously placed if practicable, and dump it on the end
of the preceding spread. Hauling and dumping on the
subgrade will be permitted only when, in Engineer's
opinion, these operations will not be detrimental to the
subgrade.
E. Spreading Rock.
Method of Spreading:
a. Spread the rock uniformly.
b. Remove all segregated areas of fine or coarse rock
and replace them with properly graded rock.
Specifications
Page 26 of 60
87 of 167
2. Number of Courses:
a. When the specified compacted thickness of the base
is greater than 6 inches, construct the base in multiple
courses of equal thickness. Individual courses shall
not be less than 3 inches. The thickness of the first
course may be increased to bear the weight of the
construction equipment without disturbing the
subgrade.
3. Approval requirements for thicker lifts.
a. If, through field tests, Contractor can demonstrate that
the compaction equipment can achieve density for the
full depth of a thicker lift, and if approved by Engineer,
the base may be constructed in successive courses of
not more than 8 inches compacted thickness.
Engineer will base approval on results of a test section
constructed using Contractor's specified compaction
effort as follows:
1) Notify Engineer prior to beginning construction of a
test section.
2) Construct a test section of the length of one LOT.
Perform five QC density tests at random locations
within the test section. At each test site, test the
bottom 6 inches in addition to the entire course
thickness. All QC tests and a Department
Verification test must meet the density required by
the Acceptance Criteria in this Article.
3) Identify the test section with the compaction effort
and thickness in the Logbook. Remove the
materials above the bottom 6 inches, at no
expense to the Department. The minimum density
required on the thicker lift will be the average of
the five results obtained on the thick lift in the
passing test section.
4) Maintain the exposed surface as close to
"undisturbed" as possible; no further compaction
will be permitted during the test preparation. If
unable to achieve the required density, remove
and replace or repair the test section to comply
with the specifications at no additional expense to
the Department. Contractor may elect to place
material in 6 inches compacted thickness at any
time.
5) Once approved, a change in the source of base
material will require the construction of a new test
section. Do not change the compaction effort once
the test section is approved. Engineer will
periodically verify the density of the bottom 6
inches during thick lift operations.
6) Engineer may terminate the use of thick lift
construction and instruct Contractor to revert to the
6 inches maximum lift thickness if Contractor fails
to achieve satisfactory results or meet applicable
specifications.
4. Rock Base for Shoulder Pavement: Unless otherwise
permitted, complete all rock base shoulder construction
at any particular location before placing the final course
of pavement on the traveled roadway. When dumping
material for the construction of a rock base on the
shoulders, do not allow material capable of scarring or
contaminating the pavement surface on the adjacent
Project No.
pavement. Immediately sweep off any rock material that
is deposited on the surface course.
F. Compacting and Finishing Base.
1. General:
a. Perform work in accordance with an approved Quality
Control Plan meeting the requirements of Article 105
of these Specifications and the Acceptance Criteria
herein below.
b. Construct mainline pavement lanes, turn lanes, ramps,
parking lots, concrete box culverts and retaining wall
systems in sections of not less than 300 feet in length
or for the full length of the rock base. For these, a LOT
is defined as a single lift of finished embankment not
to exceed 500 feet.
efficiency of the base, remove the cracks or checks by
rescarifying, reshaping, adding base material where
necessary, and recompacting.
7. Compaction of Widening Strips:
a. Where base construction consists of widening strips
and the trench width is not sufficient to permit use of
standard base compaction equipment, compact the
base using vibratory compactors, trench rollers or
other special equipment which will achieve the density
requirements specified herein.
b. When multiple course base construction is required,
compact each course prior to spreading material for
the overlaying course.
G. Acceptance Criteria:
c. Construct shoulder -only areas, bike/shared use paths, 1. Density: Within the entire limits of the width and depth of
and sidewalks in sections of not less than 300 feet in the base, obtain a minimum density in any LOT of 98%
length or for the full length of the rock base. For these, of modified Proctor maximum density as determined by
a LOT is defined as 1,000 feet or one Day's FM 1-T 180, Method D. For shoulder only areas and
Production, whichever is greater. Shoulders bike/shared use paths, obtain a minimum density of
compacted separately shall be considered separate 95% of the modified Proctor maximum density as
LOTs. determined by FM 1-T 180, Method D.
2. Single Course Base: After spreading, scarify the entire
surface. Shape the base to produce the required grade
and cross-section, free of scabs and laminations, after
compaction.
3. Multiple Course Base: Clean the first course of foreign
material, then blade and bring it to a surface cross-
section approximately parallel to the finished base.
Before spreading any material for the upper courses,
allow Engineer to make density tests for the lower
courses to determine that the required compaction has
been obtained. After spreading the material for the top
course, scarify finish and shape its surface to produce
the required grade and cross-section, free of scabs and
laminations, after compaction.
4. Moisture Content: When the material does not have the
proper moisture content to ensure the required density,
wet or dry it as required. When adding water, uniformly
mix it in to the full depth of the course that is being
compacted. During wetting or drying operations,
manipulate, as a unit, the entire width and depth of the
course that is being compacted.
5. Thickness Requirements: Within the entire limits of the
length and width of the finished base, meet the specified
plan thickness in accordance with the Quality Control
requirements specified in Depth and Surface Testing
Requirements subarticle herein below.
6. Correction of Defects:
a. Contamination of Base Material: If, at any time, the
subgrade material becomes mixed with the base
course material, dig out and remove the mixture, and
reshape and compact the subgrade. Then replace the
materials removed with clean base material, and
shape and compact as specified above. Perform this
work at no expense to the Department.
b. Cracks and Checks: If cracks or checks appear in the
base, either before or after priming, which, in the
opinion of Engineer, would impair the structural
Specifications
Page 27 of 60
88 of 167
2. Frequency: Conduct QC sampling and testing at a
minimum frequency listed in the table below. Engineer
will perform Verification sampling and tests at a
minimum frequency listed in the tables below.
Mainline Pavement Lanes, Turn Lanes, Ramps, Parking
Lots, Concrete Box Culverts and Retaining Wall Systems
Test Name
Quality Control
Verification
Modified Proctor
One per eight
One per 16
Maximum Density
consecutive
consecutive LOTs
LOTS
Density
One per LOT
One per four
LOTs
Roadway Surface
Ten per LOT
Witness
Roadway
Three per LOT
Witness
Thickness
Shoulder -Only, Bike/Shared Use Path and Sidewalk
Construction
Test Name
Quality Control
Verification
Modified Proctor
One per two
One per four
Maximum Density
LOTs
LOTs
Density
One per LOT
One per two
LOTs
Surface
Five per 500 feet
Witness
Thickness
Three per 600
Witness
consecutive feet
3. Initial Equipment Comparison:
a. Before initial production, perform a comparison test
using the Quality Control, Verifications and
Independent Assurance gauges. Unless Engineer
instructs, do not perform the initial equipment
comparison more than once per project. When
comparing the computed dry density of one nuclear
gauge to a second gauge, ensure that the difference
Project No.
between the two computed dry densities does not
exceed 2 Ib/ft3 between gauges from the same
manufacturer, and 3 Ib/ft3 between gauges from
different manufacturers. Repair or replace any Quality
Control gauge that does not compare favorably with
the Independent Assurance gauge.
b. Perform a comparison analysis between the Quality
Control nuclear gauge and. the Verification nuclear
gauge any time a nuclear gauge or repaired nuclear
gauge is first brought to the project. Repair and
replace any Quality Control gauge that does not
compare favorably with the Verification gauge at any
time during the remainder of the project. Calibrate all
Quality Control gauges annually.
4. Initial Production Lot:
a. Before construction of any other LOT, prepare a 500-
foot initial control section consisting of one full LOT in
accordance with the approved Quality Control Plan for
the Project.
b. Notify Engineer at least 24 hours prior to production of
the initial control section. Perform all QC tests required
herein below. When the initial Quality Control test
results pass specifications, Engineer will perform a
Verification test to verify compliance with the
specifications.
c. Do not begin constructing another LOT until
successfully completing the initial production LOT.
Engineer will notify Contractor of the initial production
lot approval within three working days after receiving
Contractor's Quality Control data when test results
meet the following conditions:
1) Quality Control tests must meet the specifications.
2) Verification test must meet the specifications.
3) Difference between Quality Control and
Verification computed Dry Density results shall
meet the requirements provided above for Initial
Equipment Comparison.
4) If Verification test result fails the density
requirements of the Acceptance Critera, correct
the areas of non-compliance. The Quality Control
and Verification tests will then be repeated.
Engineer will reject Contractor's Quality Control
Plan after three unsuccessful Verification attempts.
Submit a revised Quality Control Plan to Engineer
for approval.
5. Density over 105%:
a. When a QC computed dry density results in a value
greater than 105% of the applicable Proctor maximum
dry density, Engineer will perform an Independent
Verification density test within 5 feet.
b. If the Independent Verification density results in a
value greater than 105%, Engineer will investigate the
compaction methods, examine the applicable
Standard Proctor Maximum Density and material
description.
c. Engineer may collect and test an Independent
Verification Standard Proctor Maximum Density
sample for acceptance in accordance with the
Acceptance Criteria.
Specifications
Page 28 of 60
89 of 167
6. Quality Control Tests:
a. Standard Proctor Maximum Density Determination:
Determine the Quality Control standard Proctor
maximum density and optimum moisture content by
sampling and testing the material in accordance with
the specified test method listed in the Acceptance
Criteria.
b. Density Testing Requirements: Ensure compliance to
the requirements of the Acceptance Criteria by
Nuclear Density testing in accordance with FM 1-T
238. Determine the in -place moisture content for each
density test. Use Florida Method FM 1-T 238, FM 5-
507 (Determination of Moisture Content by Means of a
Calcium Carbide Gas Pressure Moisture Tester), or
ASTM D-4643 (Laboratory Determination of Moisture
Content of Granular Soils By Use of a Microwave
Oven) for moisture determination.
c. Soil Classification: Perform soil classification tests on
the sample collected for the Standard Proctor
Maximum Density Determination above, in
accordance with AASHTO T-88. Classify soils in
accordance with AASHTO M-145 in order to
determine compliance with embankment utilization
requirements. Unless required by Engineer, do not
test or classify materials for stabilized subgrade or
base.
7. Department Verification:
a. Engineer will conduct a Verification test(s) in order to
accept all materials and work associated with the
Quality Control Tests. Engineer will verify the Quality
Control results if they meet the Verification
Comparison Criteria, otherwise Engineer will
implement Resolution procedures.
b. Engineer will select test locations, including Station,
Offset, and Lift, using a Random Number generator
based on the Lots under consideration. Each
Verification test evaluates all work represented by the
Quality Control testing completed in those LOTs.
c. In addition to the Verification testing, Engineer may
perform additional Independent Verification (IV)
testing. Engineer will evaluate and act upon the IV test
results in the same manner as Verification test results.
d. When the project requires less than four Quality
Control tests per material type, Engineer reserves the
right to accept the materials and work through visual
inspection.
8. Reduced Testing Frequency: When no Resolution
testing is required for 12 consecutive verified LOTs, or if
required, the QC test data was upheld, reduce the QC
density testing to one test every two LOTs by identifying
the substantiating tests in the Density Log Book and
notifying Engineer in writing prior to starting reduced
frequency of testing. Generate random numbers based
on the two LOTs under consideration. When Quality
Control test frequency is reduced to one every two
LOTs, obtain Engineer's approval to place more than
one LOT over an untested LOT. Assure similar
compaction efforts for the untested LOTS. If the
Verification test fails, and Quality Control test data is not
upheld by Resolution testing, the Quality Control testing
will revert to the original frequency of one Quality
Control test per LOT. Do not apply reduced testing
Project No.
frequency in construction of shoulder -only areas,
b. Thickness and Surface Testing Requirements: The
bike/shared use paths and sidewalks.
Department will witness the base depth and surface
checks to ensure compliance with the Depth and
9. Quality Control Testing:
Surface Testing Requirements above. If the QC test
a. Modified Proctor Maximum Density Requirement:
results are not deficient as defined therein, the LOT or
Collect enough material to split and create three
500-foot section will be accepted. If the QC test results
separate samples and retain two for Engineer's
are deficient, resolve deficiencies in accordance with
Verification and Resolution testing until Engineer
the Depth and Surface Testing Requirements. Repeat
accepts the 16 LOTs represented by the samples.
acceptance testing. Provide traffic control,
b. Depth and Surface Testing Requirements:
coring/boring equipment, and an operator for the
coring/boring equipment.
1) Notify Engineer a minimum of 24 hours before
c. Verification Comparison Criteria and Resolution
checking base depths and surface checking.
Procedures:
Determine test locations including Stations and
Offsets, using the Random Number generator
1) Modified Proctor Maximum Density: Engineer will
approved by the Department. Do not perform
compare the Verification test results for Maximum
depth and surface checks until Engineer is present
Density to the corresponding Quality Control test
to witness. Perform thickness check on the
results. If the test result is within 4.5 Ib/ft3 of the
finished base or granular subbase component of a
QC test result, the LOTs will be verified.
composite base. Provide traffic control,
Otherwise, Engineer will collect the Resolution split
coring/boring equipment, and an operator for the
sample corresponding to the Verification sample
coringlboring equipment. Traffic control is to be
tested. The State Materials Office or an AASHTO
provided in accordance with the standard
accredited laboratory designated by the State
maintenance of traffic requirements of the
Materials Office will perform Resolution testing.
Contract.
The material will be sampled and tested in
accordance with FM 1-T 180, Method D.
2) The thickness is considered deficient, if the
measured depth is over 1/2 inch less than the
2) Engineer will compare the Resolution Test results
specified thickness. Correct all deficient areas of
with the Quality Control test results. If the
the completed base by scarifying and adding
Resolution Test result is within 4.5 Ib/ft3 of the
additional base material. As an exception, if
corresponding Quality Control test result, Engineer
authorized by the Department, such areas may be
will use the Quality Control test results for material
left in place without correction and with no
acceptance purposes for each corresponding set
payment.
of LOTs. If the Resolution test result is not within
4.5 Ib/ft3 of the corresponding Quality Control test,
3) Check the finished surface of the base course with
Engineer will collect the remaining Verification split
a template cut to the required crown and with a 15
sample for testing. Verification Test results will be
foot straightedge laid parallel to the centerline of
used for material acceptance purposes for the
the road. Correct all irregularities greater than 1/4
LOTs in question.
inch to the satisfaction of the Engineer by
scarifying and removing or adding rock as
3) Density: When a Verification or Independent
required, and recompact the entire area as
Verification density test does not meet the
specified hereinbefore.
requirements of the Acceptance Criteria, retest at
a site within a 5 feet radius of the Verification test
c. Surface & Thickness Reduced Testing Frequency:
location and observe the following:
When no Resolution testing is required for 12
consecutive verified LOTs, or if required, the QC test
a) If the Quality Control retest meets the
data was upheld, reduce the QC surface and/or
Acceptance Criteria and compares favorably
thickness checks to one half the minimum
with the Verification or Independent Verification
requirements as stated in the frequency requirements
test, Engineer will accept the LOTS in question.
above (e.g. Reduce frequency from ten per LOT to ten
b) If the Quality Control retest does not meet the
per two LOTs) by identifying the substantiating tests
Acceptance Criteria and compares favorably
and notifying Engineer in writing prior to starting
with the Verification or Independent Verification
reduced frequency of testing. If the Verification test
test, rework and retest the material in that LOT.
fails, and Quality Control test data is not upheld by
Engineer will re -verify the LOTs in question.
Resolution testing the Quality Control testing will
c) If the Quality Control retest and the Verification
revert to the original frequency required by the
or Independent Verification test do not compare
Acceptance Criteria above. The results of the
favorably, complete a new Equipment -
Independent Verification testing will not affect the
Comparison Analysis. Once acceptable
frequency of the Quality Control testing.
comparison is achieved, retest the LOTs.
10. Department Verification Tests:
Engineer will perform new verification testing.
Acceptance testing will not begin on a new LOT
a. Maximum Density: Engineer will randomly select one
until Contractor has a gauge that meets the
of the remaining two split samples and test in
comparison requirements.
accordance with FM 1-T 180, Method D.
Specifications Project No.
Page 29 of 60
90 of 167
4) Thickness and Surface Testing Requirements:
Resolve deficiencies in accordance with the Depth
and Surface Testing Requirements above.
H. Priming and Maintaining.
1. Priming: Apply the prime coat only when the base meets
the specified density requirements and when the
moisture content in the top half of the base does not
exceed the optimum moisture of the base material. At
the time of priming, ensure that the base is firm,
unyielding and in such condition that no undue distortion
will occur.
2. Maintaining: Maintain the true crown and template, with
no rutting or other distortion, while applying the surface
course.
1. Thickness of Base.
1. Engineer will determine, as follows, the average
thickness of the compacted limerock base for use in the
measurements specified in the Method of Measurement:
a. Average thickness will be calculated per typical cross-
section for the entire job as a unit.
b. Any measured thickness that is more than 1 /2 inch
greater than the design thickness shown on the typical
cross-section in the Plans or, when no plans exist, the
thickness specified in the description of the Contract
pay item, will be considered as the design or specified
thickness plus 1 /2 inch.
c. Any areas of existing base left in place will not be
included in the calculations.
J. Method of Measurement.
1. The quantity to be paid for will be the pay area in square
yards of limerock base constructed pursuant to these
specifications that is measured, adjusted as specified
below, and accepted by Engineer.
a. Normal Thickness Base: The surface area of specified
normal thickness base to be adjusted will be the
measured quantity as specified above, omitting any
areas not accepted for payment under Subarticle 200-
J.2 below, and omitting areas which are to be included
for payment under the Method of Measurement for
Variable Thickness Base Authorized by Engineer.
The pay area is determined by adjusting the
aforementioned surface area using the formula below
limited to a maximum for the final pay area of 105
percent of the surface area.
1) Pay Area = Surface Area x ((Calculated Average
Thickness per these Specifications)/(Plan or
Specified Thickness))
b. Variable Thickness Base Authorized by Engineer:
Where the base is constructed to an authorized
compacted thickness other than the normal thickness
as shown on the typical section in the Plans, as
specified on the Plans, the thickness specified in the
description of the Contract pay item, or ordered as by
Engineer for providing additional depths at culverts or
bridges, or for providing transitions to connecting
pavements; the volume of such authorized variable
thickness compacted base will be calculated from
authorized lines and grades, or by other methods
selected by Engineer, and converted to equivalent
square yards of normal thickness base for payment.
2. Additional areas that will not be included in the above
measurements for payment include:
a. Areas of existing base left in place;
b. Areas where under -thickness is in excess of the
allowable tolerance as specified in Subarticle 200-G.9;
and
c. Areas where the work under other Contract pay
item(s) includes the construction or restoration of a
limerock base.
K. Basis of Payment.
1. Price and payment will be full compensation for all the
work specified in this Article, including correcting all
defective surface and deficient thickness, removing
cracks and checks as provided above in Crack and
Checks, prime coat application meeting the
requirements of FDOT Section 300, and the additional
rock required for crack elimination.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 30 of 60
91 of 167
DIVISION 300 BITUMINOUS TREATMENTS SURFACE
COURSES AND CONCRETE PAVEMENT
334 HOT MIX ASPHALT (REV. 05-3-11)
A. Description.
1. General.
a. Construct plant mixed Hot Mix Asphalt (HMA)
pavements based on the type of mixture specified in
the Contract Documents and for the Asphalt Work
Categories defined below.
b. Meet all applicable requirements for plants, material,
equipment, and construction specified herein.
2. Asphalt Work Categories.
a. Asphalt Work Category 1: Includes the construction of
bike paths.
b. Asphalt Work Category 2: Includes the construction of
paved shoulders and other non -mainline pavement
locations.
c. Asphalt Work Category 3: Includes the construction of
new mainline and turn lanes HMA pavement, milling
and resurfacing.
3. Mix Types.
a. Use a HMA mix that meets the requirements of this
specification.
b. In the event a mix type is not identified in the Contract
Documents use, subject to Engineer's approval, the
appropriate HMA mix from Table 1 below.
c. Mixtures are based on the design traffic level of the
project, expressed in 18,000 pounds Equivalent Single
Axle Loads (ESAL's).
d. A Type SP or FC mix one traffic level higher than the
traffic level specified in the Contract may be
substituted, at no additional cost.
Table 1
HMA Fine Mix Types
Asphalt
Mix Types
Traffic
Work
Level(2)
Category
1
Type SP-9.50)
A
2
Structural Mixes: Types
B or C
SP-9.5 or SP-12.50)
Friction Mixes: Types FC-
9.5 or FC-12.50
3
Structural Mixes: Types
C
SP-9.5 or SP-12.5
Specifications
Page 31 of 60
92 of 167
Friction Mixes: Types FC-
9.5 or FC-12.5
Equivalent mixes may be approved as determined
by the Engineer.
(2) Traffic Level (1x106 ESAL's): A is <0.3; B is 0.3 to
<3; and C is 3 to <10
4. Gradation Classification.
a. Use only fine HMA mixes meeting the requirements of
subarticle C.2.b below. The equivalent AASHTO
nominal maximum aggregate size Superpave mixes
are as follows:
1) Type SP-9.5, FC-9.5 ............. 9.5 mm (3/8")
2) Type SPA2.5, FC-12.5 ......... 12.5 mm (1/2")
5. Total Pavement Thickness.
a. The total pavement thickness of the HMA Pavement
will be based on a specified spread rate or plan
thickness as shown in the Contract Documents.
Before paving, propose a spread rate or thickness for
each individual layer meeting the requirements of this
specification, which when combined with other layers
(as applicable) will equal the plan spread rate or
thickness.
b. When the total pavement thickness is specified as
plan thickness, the plan thickness and individual layer
thickness will be converted to spread rate using the
following equation:
1) Spread rate (Ibs/yd2) = t x Gm x 43.3 where:
a) t = Thickness (in.) (Plan thickness or individual
layer thickness)
b) Gmm = Maximum specific gravity from the mix
design
c) For target purposes only, spread rate
calculations shall be rounded to the nearest
whole number.
c. Plan quantities are based on a Gmm of 2.540,
corresponding to a spread rate of 110 Ibs. per square
yard per inch. Pay quantities will be based on the
actual maximum specific gravity of the mix being used.
6. Layer Thicknesses.
a. Structural Course Layer(s):
1) Unless otherwise called for in the Contract
Documents, the allowable layer thicknesses for
fine Type SP HMA mixes are as follows:
a) Type SP-9.5..................1 - 1 1/2 inches
b) Type SP-12.5............ 1 1/2 - 2 1/2 inches
2) Fine Type SP-9.5 mixes are limited to the top two
structural layers, two layers maximum.
b. Friction Course Layer (FC-12.5 and FC-9.5):
1) The thickness of the friction course layer will be
the plan thickness as shown in the Contract
Document or as directed in writing by the
Engineer. For construction purposes, the plan
Project No.
thickness will be converted to spread rate as
a. Provide certification from the aggregate supplier that
defined in Subanticle A.5 above.
the material meets all requirements for construction
7. Additional Requirements.
aggregates stipulated in the Contract Documents.
b. Aggregates and sources used must be identified in the
a. Type SP HMA fine mixtures:
FDOT "Approved Aggregate Products from Mines or
1) When construction includes the paving of adjacent
Terminals" current listings.
shoulders (:55 feet wide), the layer thickness for
c. For Type FC mixes:
the upper pavement layer and shoulder shall be
1) Use an aggregate blend that consists of crushed
the same and paved in a single pass, unless
granite, crushed Oolitic limestone, other crushed
otherwise called for in the Contract Documents.
materials (as approved by FDOT for friction
2) For overbuild layers, use the minimum and
courses per Rule 14-103.005, Florida
maximum layer thicknesses as specified above
Administrative Code), or a combination of the
unless called for differently in the Contract
above. Crushed limestone from the Oolitic
Documents. On variable thickness overbuild
formation may be used if it contains a minimum of
layers, the minimum allowable thickness may be
12% silica material as determined by FDOT Test
reduced by 1/2 inch, and the maximum allowable
Method FM 5-510 and FDOT grants approval of
thickness may be increased by 1 /2 inch, unless
the source prior to its use. As an exception, mixes
called for differently in the Contract Documents.
that contain a minimum of 60% crushed granite
may either contain:
8. Weight of Mixture.
'
a. The weight of the mixture shall be determined as
provided in FDOT 320-2.2 (Electronic Weigh
Systems).
B. Materials.
1. General Requirements: Meet the material requirements
specified in FDOT Division III (Materials). Specific
references as follows:
Superpave PG Asphalt Binder FDOT 916-1
Recycling Agents FDOT 916-2
Course Aggregate FDOT Section 901
Fine Aggregate FDOT Section 902
2. Asphalt Binder:
a. For Type SP Mixtures:
1) Unless specified elsewhere in the Contract
Documents, use a PG 67-22 asphalt binder from
the FDOT's Qualified Products List (QPL).
2) Meet the requirements of FDOT Section 916 and
Subarticle B.4 below.
b. For Type FC Mixtures:
1) Use an ARB-5 asphalt rubber binder meeting the
requirements of FDOT Section 336 and any
additional requirements or modifications specified
herein for the various mixtures.
2) If called for in the Contract Documents, use a PG
76-22 asphalt binder meeting the requirements of
FDOT 916-1.
3) For projects with a total quantity of FC-9.5 or FC-
12.5 less than 500 tons, the Contractor may elect
to substitute for the ARB-5, a PG 76-22 Asphalt
Binder that meets the requirements of FDOT 916-
1.
3. Aggregate:
Specifications
Page 32 of 60
93 of 167
a) Up to 40% fine aggregate from other sources,
or
b) A combination of up to 15% Reclaimed Asphalt
Pavement (RAP) Material and the remaining
fine aggregate from other sources.
c) A list of aggregates approved for use in friction
courses may be available on the FDOT's
website. The URL for obtaining this information,
if available, is:
ftp://ftp.dot.state.fl.us/fdot/smo/website/sources/f
rictioncourse.pdf.
4. Reclaimed Asphalt Pavement (RAP) use in Type SP
asphalt mixture:
a. General requirements: RAP may be used as a
component of the Type SP asphalt mixture, if
approved by the Engineer. Usage of RAP is subject to
the following requirements:
1) Limit the amount of RAP material used in the mix
to a maximum of 50 percent by weight of total
aggregate.
2) When using a PG 76-22 Asphalt Binder, limit the
amount of RAP material used in the mix to a
maximum of 15 percent by weight of total
aggregate.
3) Provide stockpiled RAP material that is reasonably
consistent in characteristics and contains no
aggregate particles which are soft or
conglomerates of fines.
4) Provide RAP material having a minimum average
asphalt content of 4.0 percent by weight of total
mix. The Engineer may sample the stockpile to
verify that this requirement is met.
5) Use a grizzly or grid over the RAP cold bin, in -line
roller crusher, screen, or other suitable means to
prevent oversized RAP material from showing up
in the completed recycle mixture. If oversized
RAP material appears in the completed recycle
mix, take the appropriate corrective action
immediately. If the appropriate corrective actions
are not immediately taken, stop plant operations.
Project No.
b. Material Characterization: Assume responsibility for
establishing the asphalt binder content, gradation,
viscosity and bulk specific gravity (Gsb) of the RAP
material based on a representative sampling of the
material.
c. Asphalt Binder for Mixes with RAP:
1) Select the appropriate asphalt binder grade based
on Table 2 below.
2) The Engineer reserves the right to change the
asphalt binder type and grade at design based on
the characteristics of the RAP asphalt binder, and
reserves the right to make changes during
production.
3) Maintain the viscosity of the recycled mixture
within the range of 5,000 to 15,000 poises.
Table 2
Asphalt Binder Grade for Mixes Containing RAP
Percent RAP
Asphalt Binder Grade
<20
PG 67-22
20 — 29
PG 64-22
2t 30
Recycling Agent
C. Composition of Mixture.
1. General: Compose the asphalt mixture using a
combination of aggregates, mineral filler, if required, and
asphalt binder material. Size, grade and combine the
aggregate fractions to meet the grading and physical
properties of the mix design. Aggregates from various
sources may be combined.
2. Mix Design:
a. General: Design the asphalt mixture in accordance
with AASHTO R35 04, except as noted herein.
Submit the proposed mix design with supporting test
data indicating compliance with all mix design criteria
to the Engineer. Prior to the production of any asphalt
mixture, obtain the Engineer's conditional approval of
the mix design. If required by the Engineer, send
representative samples of all component materials,
including asphalt binder to a laboratory designated by
the Engineer for verification. The Engineer will
consider any marked variations from original test data
for a mix design or any evidence of inadequate field
performance of a mix design as sufficient evidence
that the properties of the mix design have changed,
and at his discretion, the Engineer may no longer
allow the use of the mix design.
b. Mixture Gradation Requirements: Combine the
aggregates in proportions that will produce an asphalt
mixture meeting all of the requirements defined in this
specification and conform to the gradation
requirements at design as defined in AASHTO M323
04, Table 3. Aggregates from various sources may be
combined.
1) Mixture Gradation Classification: Plot the
combined mixture gradation on an FHWA 0.45
Power Gradation Chart. Include the Control Points
from AASHTO M323 04, Table 3, as well as the
Primary Control Sieve (PCS) Control Point from
Specifications
Page 33 of 60
94 of 167
AASHTO M323 04, Table 4. Fine mixes are
defined as having a gradation that passes above
or through the primary control sieve control point.
Use only fine mixes.
c. Gyratory Compaction: Compact the design mixture in
accordance with AASHTO T312 04. Use the number
of gyrations as defined in AASHTO R35 04, Table 1.
d. Design Criteria: Meet the requirements for nominal
maximum aggregate size as defined in AASHTO
M323 04, as well as for relative density, VMA, VFA,
and dust -to -binder ratio as specified in AASHTO M323
04, Table 6.
e. Moisture Susceptibility:
1) Test 4 inch specimens in accordance with FM 1 T
283. Provide a mixture having a retained tensile
strength ratio of at least 0.80 and a minimum
tensile strength (unconditioned) of 100 psi. If
necessary, add a liquid anti -stripping agent from
the FDOT's Qualified Products List, or hydrated
lime in order to meet these criteria.
2) In lieu of moisture susceptibility testing, add a
liquid anti -stripping agent from the FDOT's
Qualified Products List. Add 0.5% liquid anti -
stripping agent by weight of binder.
f. Additional Information: In addition to the requirements
listed above, provide the following information on each
mix design:
1) The design traffic level and the design number of
gyrations (Ndesign).
2) The source and description of the materials to be
used.
3) The FDOT source number and the FDOT product
code of the aggregate components furnished from
an FDOT approved source.
4) The gradation and proportions of the raw materials
as intended to be combined in the paving mixture.
The gradation of the component materials shall be
representative of the material at the time of use.
Compensate for any change in aggregate
gradation caused by handling and processing as
necessary.
5) A single percentage of the combined mineral
aggregate passing each specified sieve.
Degradation of the aggregate due to processing
(particularly material passing the No. 200 sieve)
should be accounted for and identified.
6) The bulk specific gravity (Gsb) value for each
individual aggregate and RAP component.
7) A single percentage of asphalt binder by weight of
total mix intended to be incorporated in the
completed mixture, shown to the nearest 0.1
percent.
8) A target temperature at which the mixture is to be
discharged from the plant and a target roadway
temperature. Do not exceed a target temperature
of 330°F for modified asphalts and 315°F for
unmodified asphalts.
Project No.
9) Provide the physical properties achieved at four
different asphalt binder contents. One shall be at
the optimum asphalt content, and must conform to
all specified physical requirements.
10)The name of the Mix Designer.
11) The ignition oven calibration factor.
D. Contractor Quality Control.
1. Assume full responsibility for controlling all operations
and processes such that the requirements of these
Specifications are met at all times. Perform any tests
necessary at the plant and Project site for quality control
purposes.
2. Acceptance of any automatic delivery ticket printout,
electronic weight delivery ticket, or other evidence of
weight of the materials or approval of any particular type
of materials or production methods will not constitute
agreement by the County that such matters are in
accordance with the Contract Documents and it shall be
the Contractor's responsibility to ensure that the
materials delivered to the project are in accordance with
the Contract Documents.
E. General Construction Requirements.
1. Weather Limitations: Do not transport asphalt mix from
the plant to the roadway unless all weather conditions
are suitable for the laying operations.
2. Limitations of Laying Operations:
a. General: Spread the mixture only when the surface
upon which it is to be placed has been previously
prepared, is intact, firm, and properly cured, and is
dry.
b. Air Temperature: Spread the mixture only when the
air temperature in the shade and away from artificial
heat is at least 40OF for layers greater than 1 inch (100
Ib/yd2) in thickness and at least 45°F for layers 1 inch
(100 Ib/yd2) or less in thickness (this includes leveling
courses). The minimum temperature requirement for
leveling courses with a spread rate of 50 Ib/yd2 or less
is 50°F.
3. Mix Temperature: Heat and combine the ingredients of
the mix in such a manner as to produce a mixture with a
temperature at the plant and at the roadway, within a
range of t30°F from the target temperature as shown on
the mix design. Reject all loads outside of this range.
Transportation of the Mixture: Transport the mixture in
vehicles previously cleaned of all foreign material. After
cleaning, thinly coat the inside surface of the truck
bodies with soapy water or an asphalt release agent as
needed to prevent the mixture from adhering to the
beds. Do not allow excess liquid to pond in the truck
body. Do not use diesel fuel or any other hazardous or
environmentally detrimental material as a coating for the
inside surface of the truck body. Cover each load at all
times.
5. Preparation of Surfaces Prior to Paving:
Specifications
Page 34 of 60
95 of 167
a. Cleaning: Clean the surface of all loose and
deleterious material by the use of power brooms or
blowers, supplemented by hand brooming where
necessary.
b. Patching and Leveling Courses: Where the HMA is to
be placed on an existing pavement which is irregular,
wherever the plans indicate, or if directed by the
Engineer, bring the existing surface to proper grade
and cross-section by the application of patching or
leveling courses.
c. Application over Surface Treatment: Where an
asphalt mix is to be placed over a surface treatment,
sweep and dispose of all loose material from the
paving area.
d. Tack Coat: Apply a tack coat on existing pavement
structures that are to be overlaid with an asphalt mix
and between successive layers of all asphalt mixes,
unless directed otherwise by the Engineer. Use a tack
coat product meeting FDOT Section 300 (Prime and
Tack Coats for Base Courses). Use an emulsified tack
coat spread rate of 0.02 to 0.08 gal/sy or as specified
by the Engineer.
6. Paving:
a. Alignment of Edges: With the exception of pavements
placed adjacent to curb and gutter or other true edges,
place all pavements by the stringline method to obtain
an accurate, uniform alignment of the pavement edge.
Control the unsupported pavement edge to ensure
that it will not deviate more than f 1.5 inches from the
stringline.
b. Rain and Surface Conditions: Immediately cease
transportation of asphalt mixtures from the plant when
rain begins at the roadway. Do not place asphalt
mixtures while rain is falling, or when there is water on
the surface to be covered. Once the rain has stopped
and water has been removed from the tacked surface
to the satisfaction of the Engineer and the temperature
of the mixture caught in transit still meets the
requirements as specified in subarticle E.3 above, the
Contractor may then place the mixture caught in
transit.
c. Checking Depth of Layer: Check the depth of each
layer at frequent intervals, and make adjustments
when the thickness exceeds the allowable tolerance of
1/4". Address any material outside of this tolerance
per the direction of the Engineer. When making an
adjustment, allow the paving machine to travel a
minimum distance of 32 feet to stabilize before the
second check is made to determine the effects of the
adjustment.
d. Hand Spreading: In limited areas where the use of the
spreader is impossible or impracticable, spread and
finish the mixture by hand.
e. Spreading and Finishing: Upon arrival, dump the
mixture in the approved paver, and immediately
spread and strike -off the mixture to the full width
required, and to such loose depth for each course
that, when the work is completed, the required weight
of mixture per square yard, or the specified thickness,
is secured. Carry a uniform amount of mixture ahead
of the screed at all times.
Project No.
f. Thickness of Layers: Construct each course of Type
loosened portions and free of segregation, bleeding,
SP mixtures in layers of thickness pursuant to
flushing, sand streaks, sand spots, or ripples. Correct
subarticle A.6.a above.
any area of the surface that does not meet the
foregoing requirements in accordance with the
7. Leveling Courses:
requirements below for Correcting Unacceptable
a. Patching Depressions: Before spreading any leveling
Pavement.
course, fill all depressions in the existing surface more
b. Cross Slope: Construct a pavement surface with
than 1 inch deep by spot patching with leveling course
cross slopes in compliance with the requirements of
mixture, and compact thoroughly.
the Contract Documents.
b. Spreading Leveling Courses: Place all courses of
c. Pavement Smoothness: Construct a smooth
leveling with an asphalt paver or by the use of two
pavement meeting the requirements of this
motor graders, one being equipped with a spreader
Specification. Furnish a 15 foot manual and a 15 foot
box. Other types of leveling devices may be used
rolling straightedge meeting the requirements of FM 5-
upon approval by the Engineer.
509. Make them available at the job site at all times
c. Rate of Application: When using Type SP-9.5 (fine
during paving operations for Asphalt Work Category 3
graded) for leveling, do not allow the average spread
and make them available upon request of the
of a layer to be less than 50 Ib/yd2 or more than 75
Engineer for Asphalt Work Categories 1 and 2.
lb/yd2. The quantity of mix for leveling shown in the
1) Asphalt Work Category 3:
plans represents the average for the entire project;
however, the Contractor may vary the rate of
a) Acceptance Testing: Using a rolling
application throughout the project as directed by the
straightedge, test the final Type SP structural
Engineer. When leveling in connection with base
layer and the Type FC layer, where a friction
widening, the Engineer may require placing all the
course is called for in the Contract Documents.
leveling mix prior to the widening operation.
Test all pavement lanes where the width is
constant using a rolling straightedge and
8. Compaction:
document all deficiencies on a form approved
a. For each paving or leveling train in operation, furnish a
by the Engineer. Notify the Engineer of the
separate set of rollers, with their operators.
location and time of all straightedge testing a
b. When density testing for acceptance is required
minimum of 48 hours before beginning testing.
(Asphalt Work Category 3), select equipment,
b) Rolling Straightedge Exceptions: Testing with
sequence, and coverage of rolling to meet the
the rolling straightedge will not be required in
specified density requirement. Regardless of the
the following areas: intersections, tapers,
rolling procedure used, complete the final rolling
crossovers, parking lots and similar areas. In
before the surface temperature of the pavement drops
addition, testing with the rolling straightedge will
to the extent that effective compaction may not be
not be performed on the following areas when
achieved or the rollers begin to damage the pavement.
they are less than 50 feet in length: turn lanes,
c. When density testing for acceptance is not required
acceleration/deceleration lanes and side
(Asphalt Work Categories 1 and 2), use a rolling
streets. However, correct any individual surface
pattern approved by the Engineer.
irregularity in these areas that deviates from the
plan grade in excess of 3/8 inch as determined
d. Use hand tamps or other satisfactory means to
by a 15 foot manual straightedge, and that the
compact areas which are inaccessible to a roller, such
Engineer deems to be objectionable, in
as areas adjacent to curbs, headers, gutters, bridges,
accordance with the requirement below for
manholes, etc.
Correcting Unacceptable Pavement. The
9. Joints.
Engineer may waive or modify straightedging
requirements if no milling, leveling, overbuild or
a. Transverse Joints: Construct smooth transverse
underlying structural layer was placed on the
joints, which are within 3/16 inch of a true longitudinal
project and the underlying layer was determined
profile when measured with a 15 foot manual
to be exceptionally irregular.
straightedge.
c) Final Type SP Structural Layer: Straightedge
b. Longitudinal Joints: For all layers of pavement except
the final Type SP structural layer with a rolling
the leveling course, place each layer so that
straightedge behind the final roller of the paving
longitudinal construction joints are offset 6 to 12
train or as a separate operation. Address all
inches laterally between successive layers. Do not
deficiencies in excess of 3/16 inch in
construct longitudinal joints in the wheelpaths. The
accordance with the requirements below for
Engineer may waive these requirement where
Correcting Unacceptable Pavement (structural
offsetting is not feasible due to the sequence of
layer). If the Type SP layer is to be the final
construction.
surface, corrections may be waived by the
10. Surface Requirements: Construct a smooth pavement
Engineer. Retest the corrected areas.
with good surface texture and the proper cross -slope.
d) Friction Course Layer: Where a friction course
is called for in the Contract, at the completion of
a. Texture of the Finished Surface of Paving Layers:
all paving operations, straightedge the friction
Produce a finished surface of uniform texture and
course either behind the final roller of the paving
compaction with no pulled, tom, raveled, crushed or
train or as a separate operation. Address all
Specifications Project No.
Page 35 of 60
96 of 167
deficiencies in excess of 3116 inch in
accordance with the requirements below for
Correcting Unacceptable Pavement (friction
course), unless waived by the Engineer. Retest
all corrected areas.
2) Asphalt Work Categories 1 and 2: If required by
the Engineer, straightedge the final structural layer
with a rolling straightedge, either behind the final
roller of the paving train or as a separate
operation. Correct all deficiencies in excess of
5116 inch in accordance with the requirements
below for Correcting Unacceptable Pavement
(structural layer). Retest all corrected areas. If the
Engineer determines that the deficiencies on a
bicycle path are due to field geometrical
conditions, the Engineer will waive corrections with
no deduction to the pay item quantity.
d. Correcting Unacceptable Pavement:
1) General: Correct all areas of unacceptable
pavement at no additional cost.
2) Structural Layers: Correct deficiencies in the Type
SP structural layer by one of the following
methods:
a) Remove and replace the full depth of the layer,
extending a minimum of 50 feet on both sides of
the defective area for the full width of the paving
lane.
b) Mill the pavement surface to a depth and width
that is adequate to remove the deficiency. (This
option only applies if the structural layer is not
the final surface layer.)
3) Friction Course: Correct deficiencies in the friction
course layer by removing and replacing the full
depth of the layer, extending a minimum of 50 feet
on both sides of the defective area for the full width
of the paving lane.
F. Acceptance of the Mixture.
1. General: The asphalt mixture will be accepted based on
the Asphalt Work Category as defined below:
a. Asphalt Work Category 1 — Certification by the
Contractor as defined below.
b. Asphalt Work Category 2 — Certification and quality
control testing by the Contractor as defined below.
c. Asphalt Work Category 3.— Quality control testing by
the Contractor and acceptance testing by the Engineer
as defined below.
:2. Certification by the Contractor: On Asphalt Work
Category 1 construction, the Engineer will accept the
mix on the basis of visual inspection. Submit a
Notarized Certification of Specification Compliance letter
on company letterhead to the Engineer stating that all
material produced and placed on the project was in
substantial compliance with the Specifications. The
Engineer may run independent tests to determine the
acceptability of the material.
3. Certification and Quality Control Testing by the
Contractor: On Asphalt Work Category 2 construction,
Specifications
Page 36 of 60
97 of 167
submit a Notarized Certification of Specification
Compliance letter on company letterhead to the
Engineer stating that all material produced and placed
on the project was in substantial compliance with the
Specifications, along with supporting test data
documenting all quality control testing as described in
the Quality Control Sampling and Testing Requirements
(subarticle F.3.a. below). If so required by the Contract,
utilize an Independent Laboratory as approved by the
Engineer for the quality control testing. The mix will also
require visual acceptance by the Engineer. In addition,
the Engineer may run independent tests to determine
the acceptability of the material.
a. Quality Control Sampling and Testing Requirements:
1) Perform quality control testing at a frequency of
once per day. Obtain the samples in accordance
with FDOT Method FM 1 T 168.
2) Test the mixture at the plant for gradation (P-8 and
P-200) and asphalt binder content (Pb).
3) Test the mixture on the roadway for density using
six-inch diameter roadway cores obtained at a
frequency of three cores per day.
4) Determine the asphalt content of the mixture in
accordance with FM 5 563.
5) Determine the gradation of the recovered
aggregate in accordance with FM 1 T 030.
6) Determine the roadway density in accordance with
FM 1 T 166. The minimum roadway density will be
based on the percent of the maximum specific
gravity (Gmm) from the approved mix design. If the
Contractor or Engineer suspects that the mix
design Gmm is no longer representative of the
asphalt mixture being produced, then a new Gmm
value will be determined from plant -produced mix
with the approval of the Engineer. Roadway
density testing will not be required in certain
situations as described in the Acceptance Testing
Exceptions (subarticle F.4.a below).
7) Assure that the asphalt content, gradation and
density test results meet the criteria in Table 3
below.
Table 3
Quality Control and Acceptance Values
Characteristic
Tolerance
Asphalt Binder Content (percent)
Target t 0.55
Passing No. 8 Sieve (percent)
Target t 6.00
Passing No. 200 Sieve (percent)
Target t 2.00
Roadway Density (average of three
cores)
91.5% Gmm
Roadway Density (any single core)
90.0 % Gmm
4. Quality Control Testing by the Contractor and
Acceptance Testing by the Engineer: On Asphalt Work
Category 3, perform quality control testing as described
in the Quality Control Sampling and Testing
Requirements (subarticle F.3.a above). In addition, the
Engineer will accept the mixture at the plant with respect
to gradation (P-8 and P-200) and asphalt binder content
Project No.
(Pb). The mixture will be accepted on the roadway with
respect to density. The Engineer will sample and test
the material as described in subarticle F.3.a above. The
Engineer will randomly obtain at least one set of
samples per day. Assure that the asphalt content,
gradation and density test results meet the criteria in
Table 3 above. Material failing to meet these
acceptance criteria will be addressed as directed by the
Engineer.
a. Acceptance Testing Exceptions:
1) When the total quantity of any mix type in the
Project is less than 500 tons, or on Asphalt Work
Category 1 construction, the Engineer will accept
the mix on the basis of visual inspection. The
Engineer may run independent tests to determine
the acceptability of the material.
2) Density testing for acceptance will not be
performed on widening strips or shoulders with a
width of 5 feet or less, variable thickness overbuild
courses, leveling courses, first lift of asphalt base
course placed on subgrade, miscellaneous asphalt
pavement, or any course with a specified thickness
less than 1 inch or a specified spread rate less
than 100 Ibslsy. In addition, density testing for
acceptance will not be performed on the following
areas when they are less than 1,000 feet in length:
crossovers, intersections, turning lanes,
acceleration lanes, deceleration lanes, or ramps.
Compact these courses in accordance with a
standard rolling procedure approved by the
Engineer. In the event that the rolling procedure
deviates from the approved procedure, placement
of the mix will be stopped.
G. Method of Measurement.
1. For the work specified under this Article, the quantity to
be paid for will be the weight of the mixture, in tons.
2. The bid price for the asphalt mix will include the cost of
the liquid asphalt or the asphalt recycling agent and the
tack coat application as specified herein. There will be
no separate payment or unit price adjustment for the
asphalt binder material in the asphalt mix.
H. Basis of Payment.
1. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
335 DRIVEWAY TRANSITIONS (REV. 06-23-11)
A. Description
1. General: Where required by the Contract Documents or
directed by the Engineer, transition the driveway to meet
the elevation of a newly constructed and abutting
sidewalk or roadway.
B. Materials
1. Meet the following requirements:
a. Limerock (FDOT Section 911)
b. Concrete (FDOT Section 347; minimum compressive
strength of 3,000 p.s.i. at 28 days)
c. Hot Mix Asphalt; refer to HMA Specifications in these
Contract Documents.
d. Expansion Joints (FDOT 932-1.1)
C. Preparation and Construction
1. Full -depth saw cut a neat line along the entire width of
the driveway where it abuts the new sidewalk or
roadway and remove existing concrete or asphalt to
provide for a maximum transition slope of 2" per foot.
2. Concrete Driveways:
a. Remove or add any additional subgrade material
necessary to meet final elevation requirements.
b. Add the necessary amount of limerock to rework the
rock base and compact to a minimum of 95% of
AASHTO T 99 density.
c. Construct a 6" thick concrete pavement.
d. Form a '/z inch expansion joint between the sidewalk
and the driveway or at fixed objects and driveway
intersections.
e. Finish surface of concrete to match existing driveway.
3. Asphalt Driveways:
a. Remove or add any additional subgrade necessary to
meet final elevation for a new 6" thick limerock base
and a 1" thick Hot Mix Asphalt (HMA) pavement layer.
b. Provide and compact new limerock base to obtain a
minimum density of 98% of modified Proctor maximum
density as determined by FM 1-T 180, Method D.
c. Construct a minimum 1" thick HMA pavement layer
(Type SP-9.5).
4. Dispose of all excess materials and debris properly.
D. Method of Measurement
1. The quantity to be paid for will be the area, in square
yards, of approved HMA or concrete pavement
transition, measured and accepted by the Engineer.
E. Basis of Payment
1. Price and payment will be full compensation for all work
and materials specified in this Article.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 37 of 60
98 of 167
337 MISCELLANEOUS ASPHALT PAVEMENT
( REV. 08-25-11)
A. Description.
1. Construct asphalt pavement in areas where vehicular
traffic does not travel, such as pavement under
guardrail, bicycle paths, median pavement, sidewalks,
etc.
2. Chemically treat the underlying soil to prevent plant
growth.
B. Materials.
1. Use a plant -mixed hot bituminous mixture, other than an
open -graded friction course (FC-5), meeting the
requirements of a mix design approved by Engineer.
For bicycle paths, use a mixture that produces a
finished pavement which will not distort or mar under
bicycle or commercial riding mower wheel loads.
C. Foundation.
1. Shape the soil in areas where pavement is to be
constructed to a surface true to the lines, grades and
typical cross -sections shown in the Plans.
2. Compact the soil to a firm unyielding state.
D. Soil Treatment.
1. Immediately before placing the pavement, uniformly
apply a pre -emergent herbicide to the foundation soil
meeting the following requirements:
a. Use only products approved by the Florida
Department of Agriculture for the State of Florida
found on www.flpesticide.us/ website.
b. Ensure that the herbicide carries an approved label for
use under paved surfaces, and that herbicide is
applied in accordance with directions on the label.
c. Do not use any products in the sulfonylurea family of
chemicals.
2. Herbicide application by broadcast spraying is not
allowed.
3. Prevent damage to any adjacent vegetation during
herbicide application. Replace, at no expense to the
Department, any plants damaged as the result of soil
treatment outside designated areas.
4. Ensure that all employees applying insecticides and
herbicides possess a current Florida Department of
Agriculture Commercial Applicator license with the
categories of licensure in Right -of -Way Pest Control and
Aquatic Pest Control. Ensure that employees who work
with herbicides comply with all applicable Federal,
State, and local regulations. If application of synthetic
organo-auxin herbicides is necessary, meet the
requirements of Chapter 5E-2, Florida Administrative
Code.
E. Placing Mixture.
1. Uniformly place the hot bituminous mixture by machine
or hand methods at the rate of spread or dimensions
indicated in the plans or as otherwise directed by
Engineer.
2. If posts are to be constructed within the pavement area,
the Contractor may cut holes for installation through the
completed pavement.
3. After completing installation of posts and compaction of
the backfill material, patch the area around each post
with fresh hot bituminous mixture.
4. If directed by the Engineer, place miscellaneous asphalt
pavement prior to placement of the final surface course.
F. Compacting Mixture.
1. Uniformly compact the hot bituminous mixture with
lightweight rollers or vibratory compactors as directed by
Engineer. The Contractor may use hand tamps for
compaction in areas which are inaccessible to other
compaction equipment.
G. Surface Requirements.
Specifications
Page 38 of 60
99 of 167
1. Provide a finished surface that is reasonably smooth, of
uniform texture, and shaped so as to drain without
ponding of water.
2. Upon completion of the pavement, shape the surface of
the adjacent earth to match the pavement edges.
H. Method of Measurement.
1. The quantity to be paid for will be the weight, in tons,
determined by an electronic weighing system as
described in FDOT 320-2.2. The pay quantity will be
based on the average spread rate of the area shown on
the Plans or authorized by the Engineer.
2. For calculation, a weight of 100 Ibs/yd2 per inch
thickness of asphalt will be used.
3. Prepare a Certification of Quantities for the
miscellaneous asphalt pavement pay item, based on the
quantity of asphalt accepted by the Engineer. The
certification must be provided monthly with each
payment request and include the Contract Number,
Certification Number, Certification Date, period
represented by Certification, and the tons of
miscellaneous asphalt pavement for the period.
I. Basis of Payment.
1. Price and payment will be full compensation for all work
specified in this Article, including shaping and
compacting the foundation, soil sterilization treatment,
furnishing of the bituminous material used in the
mixture, and shaping of adjacent earth surfaces.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Project No.
344 PORTLAND CEMENT CONCRETE (REV. 10-26-11)
A. Description.
1. Use concrete composed of a mixture of Portland
cement, aggregates, and water, with or without chemical
or mineral admixtures. Construct Concrete based on
the type of work as described in the Contract
Documents and the Concrete Work Categories below.
a. Concrete Work Category 1: Includes the construction
of sidewalks, curb and gutter, ditch and slope
pavement, or other non -reinforced cast -in- place or
precast elements.
b. Concrete Work Category 2: Includes the construction
of precast concrete including concrete barriers, traffic
railing barriers, parapets, sound barriers, inlets,
manholes, junction boxes, pipe culverts, storm
sewers, box culverts, prestressed concrete poles,
concrete bases for light poles, highway sign
foundations, retaining wall systems, traffic separators
or other structural precast elements.
c. Concrete Work Category 3: Includes the work
associated with the placement and/or construction of
structural cast -in -place concrete requiring a class of
concrete specified in FDOT Section 346.
B. Materials.
1. General: Certify that all materials used in concrete meet
the following requirements:
Portland Cement: FDOT Section 921 except
Portland cements meeting the
requirements of AASHTO M-85
or ASTM C-150 are allowed for
nonstructural concrete.
Coarse Aggregate: FDOT Section 901
Fine Aggregate:
FDOT Section 902
Water:
FDOT Section 923
Chemical
FDOT Section 924
Admixtures:
Pozzolans and Slag:
FDOT Section 929
2. Admixture Requirements: Chemical admixtures may be
added at the dosage rates recommended by the
manufacturer.
3. Material Storage: Use a concrete production facility that
meets the following requirements.
a. Cementitious Materials Storage: Provide a separate
and clearly labeled weatherproof facility to store each
brand or type of cementitious material without mixing
or contamination. Different brands of cement, cement
of the same brand from different facilities, or different
types of cement must be stored separately and must
not be mixed. Provide a suitable, safe and convenient
means of collecting cementitious material samples at
each storage facility.
b. Aggregate Storage: Provide suitable bins, stockpiles
or silos to store and identify aggregates without
mixing, segregating or contaminating different grades
Specifications
Page 39 of 60
100 of 167
or types of materials. Identify aggregate
type/gradation. Handle the aggregates in a manner to
minimize segregation and meet the specification
requirements when recovered from storage.
Continuously and uniformly sprinkle coarse aggregate
with water, for 24 hours preceding introduction into the
concrete mix. Timers may be used to facilitate the
sprinkling of aggregate stockpiles using an alternating
on/off method. However, in no event shall the top
surface of the stockpile be permitted to become dry
prior to batching of concrete. Moisture probes may be
used to determine the moisture content of the
aggregate. Ensure that the accuracy of the probe is
certified annually and verified weekly. Maintain stored
aggregates in a well -drained condition to minimize free
water content. Provide access for the Engineer to
sample the aggregates from the recovery side of the
storage facility.
C. Production, Mixing and Delivery of Concrete.
1. Concrete Production Requirements:
a. Use concrete production facilities certified by the
National Ready -Mixed Concrete Association (NRMCA)
and approved by the FDOT.
b. Produce concrete utilizing equipment that is in good
operating condition and operated in a manner to
ensure a consistent product. When moisture probes
are not used, ensure that the concrete production
facility determines the free moisture for the coarse and
fine aggregates within two hours prior to each day's
batching. On concrete placements expected to exceed
three hours, perform an additional moisture test
approximately half way through the batching
operations and adjust batch proportions accordingly.
c. Ensure that the calibration of the measuring devices of
the concrete production facilities meets the
requirements of Chapter 531 of the Florida Statutes,
and are in accordance with Chapter 9.2 of the FDOT
Materials Manual. At least quarterly, ensure that all
scales, meters and other weighing or measuring
devices are checked for accuracy by a qualified
representative of a scale company registered with the
Bureau of Weights and Measures of the Florida
Department of Agriculture. As an alternative, the
producer may have this frequency identified in an
FDOT approved QC plan. The accuracy of admixture
measuring dispensers will be certified annually by the
admixture supplier.
d. When Volumetric Mixers are used for Category I
applications, deliver concrete in accordance with the
requirements of Volumetric Mixer Manufacturers
Bureau (VMMB) and ensure that the vehicle has a
VMMB registered rating plate.
2. Classes of Concrete: Classes of concrete to be used on
the Project will be as specified in the Contract
Documents or FDOT Section 346 when applicable.
3. Contractors Quality Control: Provide Engineer for
approval a Quality Control (QC) plan to identity to the
Department how quality will be ensured at the project
site. During random inspections Engineer will use this
document to verify that the construction of the Project is
Project No.
in agreement with the QC plan and the Contract
Documents.
4. Concrete Mix Design:
a. Before producing any concrete, submit the proposed
mix design to Engineer on a form provided by the
Department. Otherwise, the Department may accept
applicable mix designs previously described in an
FDOT approved QC plan. In any event, use only
concrete mix designs having prior approval of the
Engineer.
b. Materials may be adjusted provided that the
theoretical yield requirement of the approved mix
design is met. Show all required original approved
design mix data and batch adjustments and
substituted material on a Department approved
concrete delivery ticket. Engineer may disqualify any
concrete production facility for non-compliance with
specification requirements.
5. Delivery:
a. For cast -in -place applications, the maximum allowable
mixing and agitation time of concrete is 90 minutes.
b. Furnish a delivery ticket on a form approved by the
Department with each batch of concrete before
unloading at the placement site. The delivery ticket
shall be printed. Record material quantities
incorporated into the mix on the delivery ticket. Ensure
that the Batcher responsible for producing the
concrete certifies that the batch was produced in
accordance with these Specifications and signs the
delivery ticket. Contractor must sign the delivery ticket
certifying that the concrete was batched, delivered and
placed in accordance with these Specifications.
c. The Contractor is responsible for rejecting loads of
concrete that do not meet the plastic properties of the
approved mix design or the minimum compressive
strength requirements.
d. At the sole option of the Department, the Engineer
may accept concrete at a reduced pay when it is
determined that the concrete will serve its intended
function.
6. Placing Concrete:
a. Concreting in Cold Weather:
1) Do not place concrete when the temperature of the
concrete at placement is below 45°F.
2) Meet the air temperature requirements for mixing
and placing concrete in cold weather as specified
in FDOT Section 346. During the curing period, if
NOAA predicts the ambient temperature to fall
below 35OF for 12 hours or more or to fall below
30OF for more than 4 hours, enclose the structure
in such a way that the concrete and air within the
enclosure can be kept above 60OF for a period of 3
days after placing the concrete or until the
concrete reaches a minimum compressive
strength of 1,500 psi.
3) Assume all risks connected with the placing and
curing of concrete. Although Engineer may give
permission to place concrete, Contractor is
responsible for satisfactory results. If the placed
Specifications
Page 40 of 60
101 of 167
concrete is determined to be unsatisfactory,
remove, dispose of, and replace the concrete at no
expense to the County.
b. Concreting in Hot Weather:
1) Meet the temperature requirements and special
measures for mixing and placing concrete in hot
weather as specified in FDOT Section 346.
2) When the temperature of the concrete as placed
exceeds 75°F, incorporate in the concrete mix a
water -reducing retarder or water reducer if allowed
by FDOT Section 346.
c. Spray reinforcing steel and metal forms with cool fresh
water just prior to placing the concrete in a method
approved by the Engineer.
d. Assume all risks connected with the placing and
curing of concrete. Although Engineer may give
permission to place concrete, Contractor is
responsible for satisfactory results. If the placed
concrete is determined to be unsatisfactory, remove,
dispose of, and replace the concrete at no expense to
the County.
7. Mixers: Ensure that mixers are capable of combining the
components of concrete into thoroughly mixed and
uniform mass, free from balls or lumps of cementitious
materials, and capable of discharging the concrete
uniformly. Operate concrete mixers at speeds per the
manufacturer's design. Do not exceed the
manufacturer's rated capacity for the volume of mixed
concrete in the mixer, mixing drum, or container.
8. Small Quantities of Concrete: With approval of the
Engineer, small quantities of concrete, less than 3 yd3
placed in one day and less than 0.5 yd3 placed in a
single placement may be accepted using a pre -bagged
mixture. The Department may verify that the pre -bagged
mixture is prepared in accordance with the
manufacturer's recommendations and will meet the
requirements of this Specification.
9. Sampling and Testing:
a. Category 1: Engineer may sample and test the
concrete at his discretion to verify its quality. The
minimum 28 day compressive strength requirement for
this concrete is 3,000 psi.
b. Category 2: Provide a statement of certification from
the manufacturer of the precast element that the
element meets the quality control and inspection
testing requirements of the Contract Documents.
c. Category 3: The Department will randomly select a
sample from each 200 yd3 or one day's production to
determine plastic properties and to make three 4 x 8
inch cylinders for testing by the Department at 28 days
to ensure that the design compressive strength has
been met. The Department may, at its discretion, test
additional concrete samples to ensure compliance
with the Specifications.
10. Records: Maintain the following records for review for at
least 3 years after final acceptance of the Project:
a. Approved concrete mix designs.
b. Materials source (delivery tickets, certifications,
certified mill test reports).
Project No.
c. A copy of the scale company or testing agency report
showing the observed deviations from quantities
checked during calibration of the scales and meters.
d. A copy of the documentation certifying the admixture
weighing/measuring devices.
e. For non structural concrete, the Department will
accept recent NRMCA, VMMB or FDOT inspection
records certifying the plant or truck can produce
concrete. In addition, documentation will be available
at the plant or in the truck showing that action has
been taken to correct deficiencies noted during the
inspections.
D. Acceptance of the Work.
1. Category 1 Work: Category 1 work will be accepted
based upon compliance with Production, Mixing and
Delivery Requirements specified in herein.
2. Category 2 Work: Precast elements will be accepted
based upon certification from the Contractor that the
elements were produced by a production facility on the
FDOT's current approved plant list. In addition, the
producers QC stamp will be displayed on the element.
3. Category 3 Work: Category 3 work shall be in full
compliance with this Specification, and with current
FDOT Specifications, FDOT Section 346 and
associated Contractor Quality Control (QC)
specifications governing cast -in -place concrete. In
addition, a Delivery Ticket as described in Subarticle
344-13.5 will be required for acceptance of the material
at the Project site.
E. Method of Measurement.
1. The quantities to be paid for will be the concrete items
having awarded Contract Prices that are completed and
accepted by Engineer.
F. Basis of Payment.
1. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
G. Basis of Payment.
1. When the item of Concrete is included in the Contract,
payment will be made at the Contract unit price per
cubic yard. Such price and payment will include all cost
of the mixture, in place and accepted, determined as
specified above. No measurement and payment will be
made for material placed outside the neat line limits or
outside the adjusted limits, or for unused or wasted
material.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 41 of 60
102 of 167
DIVISION 400 STRUCTURES
425 INLETS, MANHOLES AND JUNCTION BOXES
(SECTION 425)
A. Page 417, Subarticle 425-6.6 - Placing Pipe; The third
sentence of this sub -article is modified to read:
1. When catch basins are called for, the inlet and outlet
pipe may extend into the structure not to exceed 4
inches beyond the interior face of the wall.
B. Page 417, Subarticle 425-6.7 Backflling; is modified to
include the following:
1. Select material shall be used for backfill adjacent to
catch basins and riser inlets, as detailed in the Plans. It
shall consist of well -graded limerock or limerock and
sand fill. Sand or fill having a high proportion of sand
will not be accepted as select fill. All select fill shall be
approved by the Engineer prior to placing. No separate
payment will be made for select fill, but shall be included
in the unit bid price for each particular item as indicated
in the Bid Form of the Proposal.
C. Page 417, Subarticle 425-8.2 - Adjusted Structures; is
expanded to include the following:
1. Upon completion of the work, and prior to acceptance
and final payment, all such structures will be inspected
by the Engineer to ensure that they are free of all debris
and thoroughly cleaned. All drainage structures within
the project limits shall be cleaned thoroughly and made
free of all debris prior to final acceptance by the County.
The Contractor shall include within the scheduled items
listed on the Contract's Bid Form, the cost of all work
necessary for cleaning and debris removal.
D. Page 418, Subarticle 425-8.3 — Payment Items; is
expanded to include the following:
1. When a separate item is listed on the Bid Form for
cleaning of structures, said item shall only be used
when indicated on the Engineering Plans or as directed
by the Engineer, and only for the cleaning of drainage
structures that were not impacted by construction
activities.
42SAADJUSTMENT OR RELOCATION OF VALVE, METER
AND JUNCTION BOXES
t . The work under these pay items includes any
adjustments (raising or lowering) of existing boxes or
fire hydrants. When relocation of the box is required,
the Contractor shall make all necessary arrangements
with the utility companies, as the utility companies are
responsible to relocate the valves and meters and valve
and meter boxes.
?. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
430 PIPE CULVERTS (REV. 03-14-13)
A. Description.
1. Furnish and install drainage pipe and end sections at
the locations called for in the Plans or as directed by
Engineer. Furnish and construct joints and connections
to existing pipes, catch basins, inlets, manholes, walls,
etc., as may be required to complete the work.
2. Construct structural plate pipe culverts or underdrains in
accordance with FDOT Sections 435 and 440.
3. Obtain pipe culverts from a Producer currently on the
FDOT's list of Producers with Accepted Quality Control
Programs. Producers seeking inclusion on the list shall
meet the requirements of FDOT 105-3.
4. When the producer's FDOT Quality Control Program is
suspended, accept responsibility of either obtaining
drainage products from another producer with an
accepted FDOT Quality Control Program or await re -
approval of the producer's FDOT Quality Control
Program. Engineer will not allow changes in Contract
Time or completion dates as a result of the producer's
FDOT Quality Control Program suspension. Accept
responsibility for all delay costs or other costs
associated with the producers FDOT Quality Control
Program suspension.
B. Materials.
Specifications
Page 42 of 60
103 of 167
1. Pipe: Meet the following requirements:
Concrete Pipe.
FDOT Section 449
Round Rubber Gaskets
FDOT Section 942
Corrugated Steel Pipe and Pipe
FDOT Section 943
Arch
Corrugated Aluminum Pipe and
FDOT Section 945
Pipe Arch
Corrugated Polyethylene Pipe
FDOT Section 948
Polyvinyl Chloride (PVC) Pipe
FDOT Section 948
2. Joint Materials: Use joint materials specified in this
Article according to type of pipe and conditions of
usage.
3. Mortar: Use mortar composed of one part portland
cement and two parts of clean, sharp sand, to which
mixture Contractor may add hydrated lime in an amount
not to exceed 15% of the cement content. Use mortar
within 30 minutes after its preparation.
C. Type of Pipe to Be Used.
1. When the Plans designate a type (or types) of pipe, use
only the type (or choose from the types) designated.
Project No.
2. If the Plans do not designate a type (or types) of pipe,
Contractor, subject to Engineer's approval, may use
either a minimum Class I concrete pipe, corrugated
steel pipe, corrugated aluminum pipe, corrugated
polyethylene pipe or PVC pipe. If one of the metal types
is chosen, use the minimum gage specified in FDOT
Section 943 for steel pipe or FDOT Section 945 for
aluminum pipe.
3. Class I corrugated Polyethylene Pipe may be used on
local (non -arterial or non -collector) roads only.
D. Laying Pipe.
1. General:
a. Lay all pipe, true to the lines and grades given, with
hubs upgrade and tongue end fully entered into the
hub. When pipe with quadrant reinforcement or
circular pipe with elliptical reinforcement is used,
install the pipe in a position such that the
manufacturer's marks designating "top" and "bottom"
of the pipe are not more than five degrees from the
vertical plane through the longitudinal axis of the pipe.
Do not allow departure from and return to plan
alignment and grade to exceed 1/16 inch per foot of
nominal pipe length, with a total of not more than 1
inch departure from theoretical line and grade. Take
up and relay any pipe that is not in true alignment or
which shows any settlement after laying at no
additional expense to the Department.
b. Do not use concrete pipe with lift holes except round
pipe which has an inside diameter in excess of 54
inches or any elliptical pipe.
c. Repair lift holes, if present, by use of a hand -placed,
stiff, non -shrink, 1-to-1 mortar of cement and fine
sand, after first washing out the hole with water.
Completely fill the void created by the lift hole with
mortar. Cover the repaired area with a 24 by 24 inches
piece of filter fabric secured to the pipe. Use a Type D-
3 filter fabric meeting the requirements shown on
FDOT Design Standards, Index 199 and the Contract
Documents.
d. Secure the filter fabric to the pipe using a method that
holds the fabric in place until the backfill is placed and
compacted. Use a grout mixtures, mastics, or
strapping devices to secure the fabric to the pipe.
e. When installing pipes in structures, construct inlet and
outlet pipes of the same size and kind as the
connecting pipe shown in the Plans. Extend the pipes
through the walls for a distance beyond the outside
surface sufficient for the intended connections, and
construct the concrete around them neatly to prevent
leakage along their outer surface as shown on the
FDOT Design Standards, Index 201. Keep the inlet
and outlet pipes flush with the inside of the wall.
Resilient connectors as specified in FDOT 942-3 may
be used in lieu of a masonry seal.
f. Furnish and install a filter fabric jacket around all pipe
joints and the joint between the pipe and the structure
in accordance with FDOT Design Standards, Index
Nos. 201 and 280. Use fabric meeting the physical
requirements of Type D-3 specified on the FDOT
Design Standards, Index 199 and the Contract
Documents. The fabric shall extend a minimum of 12
Specifications
Page 43 of 60
104 of 167
inches beyond each side of the joint or both edges of
the coupling band, if a coupling band is used. The
fabric shall have a minimum width of 24 inches, and a
length sufficient to provide a minimum overlap of 24
inches. Secure the filter fabric jacket against the
outside of the pipe by metal or plastic strapping or by
other methods approved by Engineer.
g. Meet the following minimum joint standards:
Pipe Application
Minimum Standard
Storm and Cross Drains
Water -tight
Gutter Drain
Water -tight
Side Drains
Soil -tight
h. When rubber gaskets are to be installed in the pipe
joint, the gasket shall be the sole element relied on to
maintain a tight joint. Soil tight joints must be
watertight to 2 psi. Water -tight joints must be water-
tight to 5 psi unless a higher pressure rating is
required in the Plans.
2. Trench Excavation: Excavate the trench for storm and
cross drains, and side drains as specified in the
Contract Documents.
3. Foundation: Provide a suitable foundation, where the
foundation material is of inadequate supporting value,
as determined by Engineer. Remove the unsuitable
material and replace it with suitable material, as
specified in Article 120 (Earthwork and Related
Operations) of these Specifications. Where in
Engineer's opinion, the removal and replacement of
unsuitable material is not practicable, he may direct
alternates in the design of the pipe line, as required to
provide adequate support. Minor changes in the grade
or alignment will not be considered as an adequate
basis for extra compensation. Do not lay pipe on blocks
or timbers, or on other unyielding material, except where
the use of such devices is called for in the Plans.
4. Backfilling: Backfill around the pipe as specified in
Article 120 (Earthwork and Related Operations) of these
Specifications unless specific backfilling procedures are
described in the Contract Documents.
5. Plugging Pipe:
a. When existing pipe culverts are to be permanently
placed out of service, fill them with flowable fill that is
non-excavatable, contains a minimum 350 Ibs/cy of
cementious material and meets the requirements
Article 121 (Flowable Fill) and/or plug them with
masonry plugs as required by the Contract
Documents. Install masonry plugs that are a minimum
of 8 inches in thickness, in accordance with FDOT
Design Standards Index 280.
b. When proposed or existing pipe culverts are to be
temporarily placed out of service, plug them with
prefabricated plugs as shown in the Plans. Install
prefabricated plugs in accordance with the
manufacturer's recommendations. Do not fill, or
construct masonry plugs in, any pipe culverts intended
for current or future service.
6. End Treatment:
a. Place an end treatment at each storm and cross drain,
and side drain as shown in the Plans. Refer to the
Project No.
FDOT Design Standards for types of end treatment
details.
b. As an exception to the above, when concrete mitered
end sections are permitted, Contractor may use
reinforced concrete U-endwalls, if shop drawings are
submitted to Engineer for approval prior to use.
c. Provide end treatments for corrugated polyethylene
pipe and PVC pipe as specified in FDOT Section 948,
or as detailed in the Plans.
7. Metal Pipe Protection:
a. Apply a bituminous coating to the surface area of the
pipe within and 12 inches beyond the concrete or
mortar seal prior to sealing, to protect corrugated steel
or aluminum pipe embedded in a concrete structure,
such as an inlet, manhole, junction box, endwall, or
concrete jacket.
b. Ensure that the surface preparation, application
methods (dry film thickness and conditions during
application), and equipment used are in accordance
with the coating manufacturers' published
specifications.
c. Obtain Engineer's approval of the coating products
used.
8. Final Pipe Inspection:
a. Based on contract pavement type, 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
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.
b. For pipe 48 inches or less in -diameter, provide
Engineer a video DVD and report using low barrel
distortion video equipment with laser profile
technology, non -contact video micrometer and
associated software that provides:
1) Actual recorded length and width measurements of
all cracks within the pipe.
2) Actual recorded separation measurement of all
pipe joints.
3) Pipe ovality report.
4) Deflection measurements and graphical diameter
analysis report in terms of x and y axis.
5) Flat analysis report.
6) Representative diameter of pipe.
7) Pipe deformation measurements, leaks, debris, or
other damage or defects.
8) Deviation in pipe line and grade, joint gaps, and
joint misalignment.
c. Laser profiling and measurement technology must be
certified by the company performing the work to be in
compliance with the calibration criteria posted at:
http://www.dot.state.fl.us/construction/contractodssues
/laser.shtm. Reports may be submitted in electronic
media if approved by Engineer.
Specifications
Page 44 of 60
105 of 167
d. For video recorded, laser profiled pipe that indicates
deflection that appears to be in excess of that allowed
by Specification, Engineer may require further testing
of the pipe. If directed by Engineer, test pipe using a
mandrel. The mandrel shall be pulled by hand and be
approved by Engineer prior to use. If use of a mandrel
is selected as the means of further testing, the
mandrel's diameter, length, and other requirements
shall conform to Subarticle 430-D.8.g below. Remove,
replace, and retest pipe failing to meet the specific
deflection requirements for the type of pipe installed,
at no cost to the Department. Should the deflection
test prove that the pipe met specifications, the
Department will bear the cost of the deflection testing.
e. Engineer may waive this requirement for side drains
and cross drains which are short enough to inspect
from each end of the pipe.
f. Video Report:
1) Provide a high quality DVD in a MPEG2 format
video with a standard resolution of 720 x 480. Use
a camera with lighting suitable to allow a clear
picture of the entire periphery of the pipe. Center
the camera in the pipe both vertically and
horizontally and be able to pan and tilt to a 90
degree angle with the axis of the pipe and rotating
360 degrees. Use equipment to move the camera
through the pipe that will not obstruct the camera's
view or interfere with proper documentation of the
pipe's condition.
2) The video image shall be clear, focused, and
relatively free from roll, static, or other image
distortion qualities that would prevent the reviewer
from evaluating the condition of the pipe. The
video will include identification before each section
of pipe filmed. The identification will include the
project number, the structure number
corresponding to the structure number on the set
of plans for the project, size of pipe, the date and
time, and indicate which pipe is being filmed if
multiple pipes are connected to the structure.
Notes should be taken during the video recording
process. Provide Engineer with copies of these
notes along with the video.
3) Move the camera through the pipe at a speed not
greater than 30 feet per minute. Mark the video
with the distance down the pipe. The distance shall
have an accuracy of one foot per 100 feet. Film the
entire circumference at each joint. Stop the
camera and pan when necessary to document
defects.
Mandrels: Use mandrels which are rigid,
nonadjustable, odd -numbered legged (minimum 9
legs) having a length not less than its nominal
diameter. The diameter at any point shall not be less
than the allowed percent deflection of the certified
actual mean diameter of the pipe being tested. The
mandrel shall be fabricated of metal, fitted with pulling
rings at each end, stamped or engraved on some
segment other than a runner with the nominal pipe
size and mandrel outside diameter.
E. Removing Existing Pipe.
Project No.
1. If the Plans indicate that existing pipe is to remain the
property of the Department, collect and stack along the
right-of-way all existing pipe or pipe arch so indicated in
the Plans to be removed, or that does not conform to
the lines and grades of the proposed work and that is
not to be re-laid, as directed by Engineer. Take care to
prevent damage to salvageable pipe during removal and
stacking operations.
F. Specific Requirements for Concrete Pipe.
1. Sealing Joints: Seal the pipe joints with round rubber or
profile gaskets meeting the requirements of FDOT
Section 449. Ensure that the gasket and the surface of
the pipe joint, including the gasket recess, are clean and
free from grit, dirt and other foreign matter, at the time
the joints are made. In order to facilitate closure of the
joint, application of a vegetable soap lubricant
immediately before closing of the joint will be permitted.
Prelubricated gaskets may be used in lieu of a
vegetable soap lubricant when the lubricating material is
certified to be inert with respect to the rubber material.
2. Laying Requirements for Concrete Pipe with Rubber
Gasket Joints: Do not allow the gap between sections of
pipe to exceed 5/8 inch for pipe diameters of 12 inches
through 18 inches, 7/8 inch for pipe diameters of 24
through 66 inches, and 1 inch for pipe diameters 72
inches and larger. Where minor imperfections in the
manufacture of the pipe create an apparent gap in
excess of the tabulated gap, Engineer will accept the
joint provided that the imperfection does not exceed 1/3
the circumference of the pipe, and the rubber gasket is
1/4 inch or more past the pipe joint entrance taper.
Where concrete pipes are outside of these tolerances,
replace them at no expense to the Department. Do not
apply mortar, joint compound, or other filler to the gap
which would restrict the flexibility of the joint.
3. Field Joints for Elliptical Concrete Pipe: Use either a
preformed plastic gasket material or an approved rubber
gasket to make a field joint.
a. Plastic Gasket. For field joints that are made from
preformed plastic gasket material; install field joints in
accordance with the manufacturer's instructions and
the following:
1) Material: Meet the requirements of FDOT 942-2.
and the groove joint, in accordance with the detail
shown on the Design Standards, Index No. 280.
Do not remove the paper wrapper on the exterior
surface of the gasket material until immediately
prior to joining of sections. Apply plastic gasket
material only to surfaces which are dry. When the
atmospheric temperature is below 60°F, either
store plastic joint seal gaskets in an area above
70°F, or artificially warm the gaskets to 70OF in a
manner satisfactory to Engineer.
5) Installation of Pipe: Remove and reposition or
replace any displaced or contaminated gasket as
directed by Engineer. Install the pipe in a dry
trench. Carefully shape the bottom of the trench to
minimize the need for realignment of sections of
pipe after they are placed in the trench. Hold to a
minimum any realignment of a joint after the
gaskets come into contact. Prior to joining the
pipes, fill the entire joint with gasket material and
ensure that when the pipes are joined there is
evidence of squeeze -out of gasket material for the
entire internal and external circumference of the
joint. Trim excess material on the interior of the
pipe to provide a smooth interior surface. If a joint
is defective, remove the leading section of pipe
and reseal the joint.
b. Rubber Gasket. For field joints that are made with
profile rubber gaskets; install field joints in accordance
with the manufacturer's instructions and the following:
1) Material: Meet the requirements of FDOT 942-4.
2) Joint Design: Ensure that the pipe manufacturer
furnishes Engineer with details regarding
configuration of the joint and gasket required to
effect a satisfactory seal. Do not apply mortar, joint
compound, or other filler which would restrict the
flexibility of the gasket joint.
4. Requirements for Concrete Radius Pipe:
a. Design: Construct concrete radius pipe in segments
not longer than 4 feet (along the pipe centerline),
except where another length is called for in the
Contract Documents. Join each segment using round
rubber gaskets. Ensure that the pipe manufacturer
submits details of the proposed joint, segment length
and shape for approval by Engineer, prior to
manufacture.
2) Joint Design: Ensure that the pipe manufacturer
furnishes Engineer with details regarding b'
configuration of the joint and the amount of gasket
material required to affect a satisfactory seal. Do
not brush or wipe joint surfaces which are to be in
contact with the gasket material with a cement
slung. Fill minor voids with cement slurry.
3) Primer: Apply a primer of the type recommended
by the manufacturer of the gasket material to all
joint surfaces which are to be in contact with the
gasket material, prior to application of the gasket
material. Thoroughly clean and dry the surface to
be primed.
4) Application of Gasket: Apply gasket material to
form a continuous gasket around the entire
circumference of the leading edge of the tongue
Pre -Assembly: Ensure that the manufacturer pre -
assembles the entire radius section in his yard, in the
presence of Engineer, to ensure a proper fit for all
parts. At the option of the manufacturer, Contractor
may assemble the pipe without gaskets.
Consecutively number the joints on both the interior
and exterior surfaces of each joint, and make match
marks showing proper position of joints. Install the
pipe at the project site in the same order as pre -
assembly.
G. Specific Requirements for Corrugated Metal Pipe.
1. Field Joints:
a. General:
Specifications Project No.
Page 45 of 60
106 of 167
1) Make a field joint with locking bands, as specified
in Article 9 of AASHTO M 36 and AASHTO M
196M for aluminum pipe. For aluminum pipe,
fabricate bands from the same alloy as the culvert
sheeting.
2) When existing pipe to be extended is helically
fabricated, make a field joint between the existing
pipe and the new pipe using one of the following
methods:
a) Cut the new pipe to remove one of the re -rolled
annular end sections required in FDOT Sections
943 or 945, or fabricate the pipe so that the re -
rolled annular section is fabricated only on one
end. Use either a spiral (helical) band with a
gasket or a flat band with gaskets as required
by Subarticle 430-H.1.b.1) b) to join the pipe
sections.
b) Contractor may construct a concrete jacket as
shown on the FDOT Design Standards, Index
No. 280, provided that the minimum cover
required by the FDOT Design Standards, Index
No. 205 can be obtained.
b. Side Drain, Storm and Cross Drain, and Gutter Drains:
Where corrugated metal pipe is used as side drain,
storm and cross drain, or gutter drain, use a rubber or
neoprene gasket of a design shown to provide a joint
as specified in Subarticle 430-D.
1) Use a gasket of one of the following dimensions:
a) For annular joints with 1/2 inch depth
corrugation: either a single gasket a minimum of
7 inches by 3/8 inch or two gaskets a minimum
of 3 1/2 inches by 3/8 inch; and for annular
joints with 1 inch depth corrugations: either a
single gasket a minimum of 7 inches by 7/8 inch
or two gaskets a minimum of 3 1/2 inches by 7/8
inch.
b) For helical joints with 1/2 inch depth
corrugation: either a single gasket a minimum of
5 inches by 1 inch or two gaskets a minimum of
3 1/2 inches by 1 inch; and for helical joints with
1 inch depth corrugations: either a single gasket
a minimum of 5 inches by 1 1/2 inches or two
gaskets a minimum of 3 1/2 inches by 1 1/2
inches.
c) Such other gasket designs as may be approved
by Engineer.
2) If, in lieu of a single gasket spanning the joint, two
gaskets are used, place these individual gaskets
approximately 2 inches from each pipe end at the
joint. When two gaskets are used, seal the
overlapping area on the coupling band between
the gaskets consistent with the joint performance
specified. Contractor may tuck a strip of preformed
gasket material over the bottom lip of the band for
this purpose. Use coupling bands that provide a
minimum circumferential overlap of 3 inches. As
the end connections on the coupling band are
tightened, ensure that there is no local bending of
the band or the connection. Use precurved
coupling bands on pipe diameters of 24 inches or
less.
Specifications
Page 46 of 60
107 of 167
3) Use flat gaskets meeting the requirements of
ASTM D-1056, designation 2C2 or 283. In placing
flat gaskets on pipe prior to placing the coupling
band, do not stretch the gasket more than 15% of
its original circumference. Use circular gaskets
meeting the requirements of ASTM C-361. Do not
stretch the circular gasket more than 20% of its
original circumference in placing the gasket on
pipe. Use preformed plastic gasket material
meeting the composition requirements of FDOT
942-2.2.
4) Apply an approved vegetable soap lubricant, as
specified for concrete pipe in Subarticle 430-G.1.
c. Alternate Joint: In lieu of the above -specified
combination of locking bands and flat gaskets,
Contractor may make field joints for these pipe
installations by the following combinations:
1) Use the metal bands as specified in Article 9 of
AASHTO M 36M that are at least 10 1/2 inches
wide and consist of a flat central section with a
corrugated section near each end, designed to
match the annular corrugation in the pipe with
which they are to be used. Connect the bands in a
manner approved by Engineer, with a suitable
fastening device such as the use of two galvanized
1/2 inch diameter bolts through a galvanized bar
and galvanized strap, suitably welded to the band.
Use a strap that is the same gage as the band.
2) Where helically corrugated pipe is to be jointed by
this alternate combination, ensure that at least the
last two corrugations of each pipe section are
annular, and designed such that the band will
engage each pipe end with the next -to -outside
annular corrugation.
3) For these bands, use a rubber gasket with a
circular cross-section of the "O-ring" type
conforming to ASTM C-361. Use gaskets having
the following cross -sectional diameter for the given
size of pipe:
Pipe Size
Gasket
Diameter
12 inches through 36 inches
13/16 inch
(with 1/2 inch depth corrugations)
42 inches through 96 inches
7/8 inch
(with 1/2 inch depth corrugations)
36 inches through 120 inches
1 3/8 inches
(with 1 inch depth corrugations)
4) Use preformed gasket material to seal the
overlapping area on the coupling band between
gaskets.
5) Use channel band couplers in helical pipe with
ends which have been reformed and flanged
specifically to receive these bands. Use channel
band couplers that are of a two piece design, are
fabricated from galvanized steel stock conforming
to AASHTO M 36, have 2 by 2 by 3/16 inch angles
fastened to the band ends to allow for proper
tightening, and meet the following:
Band Thickness I Pipe Wall Thickness
Project No.
0.079 inch
0.109 inch or lighter
0.109 inch
0.138 inch or heavier
3/4 inch wide
0.109 inch or lighter
1 inch wide
0.138 inch or heavier
6) Furnish two 1/2-inch diameter connection bolts
with each band, that conform to ASTM A-307,
Grade A and are electroplated in accordance with
ASTM B-633.
7) Use a gasket with the joint that is a hydrocarbon
blend of butyl rubber meeting the chemical
composition and physical properties of FDOT 942-
2.2. Use a 318 by 3/4-inch gasket for pipe
fabricated from 0.109 inch or lighter material and a
3/8 by 1 inch gasket for pipe fabricated from 0.138
inch and heavier material.
8) Contractor may use a flange band coupler without
the gasket for all applications other than side drain,
storm and cross drain, and gutter drain.
9) Do not use the flange band coupler to join
dissimilar types of pipe.
10)Contractor may join reformed flanged helical pipe
to existing annular or reformed pipe having annular
ends. On non-gasketed installations, use either an
annular band or an alternate joint described in
Subarticle 430-H.1.c. On gasketed installations,
use an annular band, minimum of five corrugations
in width, in conjunction with two O-ring gaskets as
specified in Subarticle 430-H.1.c. Use mastic
material to seal the area of band overlap.
11)The minimum joint performance standards
specified in Subarticle 430-D.1 apply.
2. Laying and Shape Requirements for Corrugated Metal
Pipe: Install pipe using either a trench or open ditch
procedure.
a. Check pipe shape regularly during backfilling to verify
acceptability of the construction method used. Pipe
deflected 5% or more of the certified actual mean
diameter of the pipe at final inspection shall be
replaced at no cost to the Department. Deflection
measurements are taken at the point of smallest
diameter on the corrugations.
H. Specific Requirements for Corrugated Polyethylene Pipe
and Polyvinyl Chloride (PVC) Pipe.
1. Field Joints: Use gasketed joints to seal side drain, and
storm and cross drain. Use gaskets meeting the
requirements of FDOT Section 449. Ensure that the
pipe manufacturer provides a joint design approved by
Engineer before use.
2. Installation Requirements Including Trenching,
Foundation and Backfilling Operations: Check structure
shape regularly during backfilling to verify acceptability
of the construction method used.
3. Pipe deflected 5% or more of the certified actual mean
diameter of the pipe at final inspection shall be replaced
at no cost to the Department.
Specifications
Page 47 of 60
108 of 167
I. Desilting Pipe Culverts, Box Culverts, and Inlet
Structures.
1. Description. Completely remove and dispose of sill,
debris, vegetation, soil, rock, and any type of blockage
inside existing pipe culvert(s), box culvert(s) or inlet
structure(s) specified in the Contract Documents or
directed by Engineer.
2. General.
a. Access to the pipe or box culvert may require
temporary removal of fence, signs, guardrail, grates or
manhole covers.
b. Clean the existing pipe or box culvert by completely
removing all of the silt, debris, vegetation, soil, rock,
and any type of blockage to restore the hydraulic
conveyance design capacity of the pipe or box culvert.
c. Clean the existing inlet structure by completely
removing all of the silt, debris, vegetation, soil, rock,
and any type of blockage.
d. Perform desilting operations in a manner not to
damage the pipe culverts, box culverts, and inlet
structures or surrounding area.
e. Meet the requirements of Federal, State and local
environmental standards and laws when performing all
activities.
f. Meet the requirements of Article 104 of these
Specifications (Prevention, Control, and Abatement of
Erosion and Water Pollution).
g. Identify and report to Engineer necessary repairs to
the pipes or box culverts and structures exposed
during the desilting operation.
h. Pipe or Box Culverts:
1) Replace according to Department standards at the
completion of the desilting operation or each day,
as appropriate for safety.
2) Align infall and outfall ditches 50 feet from the pipe
or box culvert to meet the existing line and grade.
If the Right -of -Way line is less than 50 feet from
the pipe or box culvert, align infall and outfall
ditches to the Right -of -Way line. Grade and sod
any disturbed areas caused by the desilting
operation.
3) Dispose of all silt and debris removed in the
desilting operations in areas meeting Federal,
State and local rules and regulations.
4) Repair or replace damage to turf, pavement, signs
or structures, etc. due to negligence to the
satisfaction of Engineer at no additional cost to the
Department. Complete repairs prior to submission
of the invoice for work accomplished.
3. Inspection.
a. When directed by Engineer, de -water the pipe or box
culvert to facilitate inspection-
b. Re -clean culverts and structures determined to be
unacceptable by Engineer within the time directed at
no additional cost to the Department.
J. Method of Measurement.
Project No.
1. General:
a. The quantity to be paid for will be the number
completed pursuant to these specifications that is
measured and accepted by Engineer.
b. Only items of work required by this Article that have a
Contract Unit Price will be measured by Engineer for
payment. All other work described in this Article that
is required by the Contract Documents but does not
have a Contract Unit Price is considered incidental to
the Work and its costs are included among the various
scheduled items of the Contract.
2. New Pipe: The quantities of storm and cross drain pipe,
storm drain trench, side drain pipe and gutter drain pipe
to be paid for will be quantity, measured in place and
accepted by Engineer. The quantity of pipe will be
measured from the inside wall of the structure, along the
centerline of the pipe.
3. Mitered End Section: The quantity to be paid for will be
the number completed and accepted.
4. Desilting Pipe Culverts, Box Culverts, and Inlet
Structures:
a. General:
1) The cost of temporary removal and subsequent
replacement of fence, signs, guardrail, grates or
manhole covers will be included in the contract unit
price for the related item.
2) Infall and outfall ditch alignment, grading and
sodding will be included in the contract unit price of
the related item.
3) Pipes or structures that are impacted by the Work
must be cleaned at no cost to the County and will
not be measured for payment.
b. Desilting Pipe Culverts: The quantities for payment will
be the length in feet of existing pipe desilted and
accepted by Engineer.
c. Desilting Box Culverts: The quantities for payment will
be the volume in cubic yard of material removed from
the existing box culvert as measured and accepted by
Engineer.
d. Desilting Inlet Structures: The quantities for payment
will be the number of existing Inlet Structures desilted
and cleaned as counted and accepted by Engineer.
K. Basis of Payment.
1. General:
a. Prices and payments will be full compensation for all
work specified in this Article including:
1) All excavation except the volume included in the
items for the grading work on the Project, and
except for other items specified for separate
payment in Article 120 (Earthwork And Related
Operations) of these Specifications;
2) All backfilling material and compaction; disposal of
surplus material; and
3) All clearing and grubbing outside of the required
limits of clearing and grubbing as shown in the
Plans.
2. Removing Existing Pipe: When existing pipe is removed
and replaced with new pipe approximately at the same
location, the cost of excavating and removing the old
pipe and of its disposal will be included in the Contract
unit price for clearing and grubbing.
3. Site Restoration: The cost of completely restoring the
areas of the Project Site that is disturbed for the
purpose of constructing pipe culvert is included in the
Contract unit price for the pipe culvert, unless
designated specifically to be paid for under other items.
4. Plugging Pipes:
a. The cost of temporarily plugging a pipe culvert, either
proposed or existing, will be incidental to the contract
unit price for new pipe culvert.
b. The cost of filling and/or plugging an existing pipe
culvert that is to be permanently placed out of service
will be paid for at the contract unit price for filling and
plugging pipe, per cubic yard. Price and payment will
be full compensation for flowable fill, masonry,
concrete, mortar, and all labor and materials
necessary to complete the work.
5. Payment Items:
a. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having
awarded Contract Prices measured and approved for
payment.
443 FRENCH DRAINS
Specifications
Page 48 of 60
109 of 167
A. Description.
1. Construct french drains, utilizing one of the authorized
types of pipes listed below, with coarse aggregate, and
plastic filter fabric (geotextile). Construct in accordance
with FDOT Design Standards, Index No. 285 as
modified by or otherwise specified in the Contract
Documents.
B. Materials.
1. Pipe: Unless a particular type is specified in the
Contract Documents, pipe furnished may be any of the
following types:
a. Concrete Pipe (Bell & Spigot): Slotted or perforated
concrete pipe may be used.
1) Meet the requirements of FDOT 449 for concrete
pipe. Use the class of pipe specified on the FDOT
Design Standards, Index No. 205. Do not use
gaskets. Fully insert the spigot in the bell, and
bring home. Conform to FDOT Design Standards,
Index No. 285 for slotted pipe. Use perforated pipe
Project No.
having perforations equally located 360 degrees
around the pipe.
2) Furnish pipe having not less than 30 round
perforations, 3/8 inch each, per square foot of
inside pipe surface. Extend perforations to within 6
inches of the bell or spigot area. The Engineer will
permit other perforations not less than 5/16 inch
nor more than 3/8 inch in the least dimension if
they provide an opening area not less than 3.31
in2/ft2 of pipe surface.
b. Corrugated Aluminum Alloy Culvert Perforated Pipe:
1) Meet the requirements of FDOT 945. Use
perforated pipe having perforations equally located
360 degrees around the pipe. Locate perforations
either on the inside crests or on the neutral axis of
all corrugations except that perforations are not
required within 4 inches of each end of each length
of pipe or in a corrugation where seams are
located.
2) Furnish pipe having not less than 30 round
perforations, 3/8 inch each, per square foot of pipe
surface. The Engineer will permit other
perforations not less than 5/16 inch nor more than
3/8 inch in the least dimension if they provide an
opening area not less than 3.31 in2/ft2 of pipe
surface.
c. Corrugated Steel Perforated Pipe: Meet the
requirements of FDOT 943. Space the perforations
and meet the requirements as specified in b. 2) above.
d. Bituminous Coated Corrugated Steel Perforated Pipe:
Meet the requirements of FDOT 943. Space the
perforations and meet the requirements as specified in
b. 2) above. Place the perforations prior to the
bituminous coating. The Engineer will accept the
minimum opening of not less than 3.31 in2/ft2 of pipe
if 50% of the opening area is maintained after coating.
e. Corrugated Polyethylene Pipe:
1) Meet the requirements of FDOT 948-2.3 except
that Class I corrugated Polyethylene Pipe may
only be used on local roads (non -arterial or non -
collector).
2) Space the perforations and meet the requirements
as specified in b. 2) above.
f. Polyvinyl Chloride (PVC) Pipe: Meet the requirements
of FDOT 948-1.7. Space the perforations and meet
the requirements as specified in b. 2) above.
2. Coarse Aggregate: No. 4 limestone aggregate meeting
the requirements of FDOT 901. Aggregates must be an
approved product from an approved source listed on the
current FDOT Approved Aggregate Products from
Mines or Terminals Listings.
3. Select Fill: Use select fill meeting the requirements of
either FDOT 911, 913, 913A or 915.
C. Excavating Trench.
1. Excavate the trench in accordance with the Contract
specifications for Earthwork and Related Operations
(hereinafter referred to as Earthwork specifications)
Specifications
Page 49 of 60
110 of 167
unless specific trench excavation procedures are
described in the Plans.
2. Carefully excavate the trench to such depths as
required to permit the filter fabric, coarse aggregate and
the pipe to be placed in accordance with the details
shown on the Plans.
D. Laying Pipe.
1. Lay all pipe conforming with the lines and grades
specified in the plans and in accordance with these
Specifications. Unless otherwise specified in the Plans
or directed by the Engineer, set the pipe with a minimum
cover of 30 inches in paved areas (24 inches for non -
paved areas) and a maximum cover of 66 inches.
E. Placing Coarse Aggregate and Backfilling.
1. After placing the pipe and without disturbing the pipe,
carefully place the coarse aggregate around the pipe to
a depth shown in the plans. Fold the filter fabric over the
coarse aggregate. Backfill and compact as described
below.
a. French Drains Under Pavement: Fill the area above
the coarse aggregate with select fill material meeting
the requirements of this Section. Place and compact
the select fill according to the requirements for pipe as
specified in the Earthwork specifications. The
Department will allow use of additional coarse
aggregate over the top of the pipe instead of select fill
material. In this case, the filter fabric shall be extended
to wrap the additional course aggregate. The top of
the coarse aggregate shall not be higher than the
bottom of the base, unless shown in the plans. The
Department will not pay additional costs associated
with substituting coarse aggregate for select fill.
b. French Drains not Under Pavement: Fill and compact
the area above the coarse aggregate according to the
requirements for pipe in the Earthwork specifications,
unless specific procedures are described in the Plans
as specified in the Earthwork specifications.
F. Method of Measurement.
1. Quantity of french drains to be paid for under this Article
shall be the length in linear feet completed in
accordance with Plans and specifications; measured in
place and accepted by the Engineer subject to the
following conditions:
a. French drain lengths having a depth of trench less
than 10 feet below land surface (BLS) will not be
accepted for payment by the Engineer.
b. For french drains with specified depth of trench of 15
feet BLS or greater, any length not meeting the
specified depth for reasons approved by the Engineer
will have the payment quantity calculated as:
1) Quantity for Payment (LF) = Quantity Measured by
the Engineer (LF) x Engineer Approved Depth
Rounded to the Lowest Whole Foot (ft) / Specified
Depth (ft)
G. Basis of Payment.
Project No.
1. The quantities determined as provided above will be
paid for at the Contract unit price for french drains.
Such prices and payments will be full compensation for
all work, labor, equipment and material necessary for
construction of the french drains as specified in these
Contract Documents including excavation, sheeting or
shoring if required, the disposal of surplus material,
providing plastic filter fabric, pipe, course aggregate,
select backfill, tamping, and final dressing.
2. Price and payment shall also include all clearing and
grubbing; and pavement, sidewalk, curb, and gutter
restoration unless these items are specifically provided
for under separate payment items in this Contract.
3. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 50 of 60
111 of 167
DIVISION 500 MISCELLANEOUS CONSTRUCTION
519 DRIVEWAY PAVEMENT (REV. 08-23-12)
A. Description
1. Pursuant to the Contract Documents or as otherwise
directed by the Engineer:
a. Construct new asphalt concrete driveway approaches
on public right-of-way.
b. Restore existing asphalt or cement concrete
driveways and approaches that have been authorized
to be disturbed by the performance of the Work; and
provide all other required labor, material and
equipment necessary for complete restoration of the
disturbed area.
B. Materials
1. Meet the following requirements:
Limerock FDOT Section 911
Concrete FDOT Section 350; Class I
(Pavement)
Hot Mix Asphalt (HMA) Per Article 334 of these
Specifications
Joint Seal FDOT Section 932
C. Preparation and Construction
1. General:
a. Conform to applicable surface slope requirements of
FDOT Index No. 304.
b. Meet all applicable requirements of the Miami -Dade
County Public Works Manual.
c. Perform any required clearing and grubbing under
Article 110 of these Specifications.
d. Remove or add any additional subgrade material
necessary to meet final surface elevation
requirements after construction of a new limerock
base and pavement of the thicknesses specified
below.
e. Provide a new six inch limerock base; or greater if
needed to match existing. Build up in layers not to
exceed three inches and compact each layer to obtain
a minimum density of 98% of modified Proctor
maximum density as determined by FM 1-T 180,
Method D.
f. Maintain the area of excavation in a safe condition and
level with the surrounding pavement until work is
complete.
g. Furnish and place all materials; construct all forms,
joints, bracing, expansion joint materials, and
accessories; apply required surface finishes; and all
required clearing and grubbing, excavation and
backfilling.
h. Remove all remaining excess material, dirt, and other
debris from the roadways immediately after all
construction or restoration of pavement under this
Article has been completed.
2. Cement Concrete Pavement:
a. Concrete pavement for driveways, driveway aprons
and sidewalk across driveways must be a minimum
thickness of six inches. Materials and construction
must conform to the requirements of FDOT Section
350.
b. Form a '/2 inch expansion joint between the sidewalk
and the driveway or at fixed objects and driveway
intersections.
c. Finish surface of concrete to match existing pavement.
3. Asphalt Concrete Pavement:
a. Construct a minimum one inch thick HMA pavement
layer (Type SP-9.5) meeting the material and
construction requirements of Article 334 of these
Specifications.
4. Additional Requirements for Restoration of Pavement:
a. Full -depth saw cut a smooth, straight, neat and square
line along the entire width of damaged pavement that
is to be restored. Immediately dispose of all excess
debris properly.
b. Restore sidewalks across driveways, cut or damaged
by construction, in full sections concrete curb or gutter
to the existing height and cross section in full sections
or lengths between joints.
D. Method of Measurement
1. The quantity to be paid for will be the area, in square
yards, of approved driveway pavement constructed or
restored in accordance with this Article, as measured
and accepted by the Engineer.
E. Basis of Payment
1. Price and payment will be full compensation for all work
and materials specified in this Article.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
520 CONCRETE GUTTER, CURB ELEMENTS, AND
TRAFFIC SEPARATOR (SECTION 520)
A. Page 583, Article 520-1, Description: Is expanded to
include the following:
1. The work specified under this section includes any type
of curb and /or gutter in accordance with FDOT Design
Standards for Design, Construction, Maintenance and
Specifications Project No.
Page 51 of 60
112 of 167
Utility Operations on the State Highway System 2008
and the Public Works Manual of Metropolitan Dade
County (Standard Road Details R.14.1 and R.14.2) curb
with or without gutter, driveway curbs, Type "C" median
curb and Type "A" median curb, including the necessary
preparation and compaction of the subgrade in both cut
and fill areas, as well as backfilling, grading, excavation
and final dressing required as directed by the Engineer.
B. Page 583, Article 520-2, Materials: Is amended as
follows:
1. Class I Concrete shall have a minimum compressive
strength of 3,000 p.s.i. at 28 days.
C. Page 591 Article 520-12, Basis of Payment: Is deleted in
its entirety and replaced with the following:
1. The quantity of curb or curb and gutter, shall be paid for
at the Contract unit price for the quantities completed
and accepted by the Engineer and does not include
ramp and sidewalk curb. Such price and payment shall
be full compensation for all work specified under this
Section, including the necessary preparation and
compaction of the subgrade in both, cut and fill areas,
as well as backfilling, grading, excavation and final
dressing required as directed by the Engineer.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
5 75 SODDING
A. Description.
1. Establish a stand of grass within the specified areas, by
furnishing and placing sod, and rolling, watering, and
maintaining the sodded areas to ensure a healthy stand
of grass.
B. Materials. Meet the following requirements:
1. Sod FDOT 981-2
2. Water FDOT Section 983
C. Construction Methods.
1. Preparation of Ground: Scarify or loosen the areas
requiring sod to a depth of 6 inches. On areas where the
soil is sufficiently loose, particularly on shoulders and fill
slopes, the Engineer may authorize the elimination of
the ground preparation. Limit preparation to those areas
Specifications
Page 52 of 60
113 of 167
that can be sodded within 72 hours after preparation.
Prior to sodding, thoroughly water areas and allow water
to percolate into the soil. Allow surface moisture to dry
before sodding to prevent a muddy soil condition.
2. Placing Sod: Place sod immediately after ground
preparation. Do not use sod which has been cut for
more than 72 hours. Stack all sod that is not planted
within 24 hours after cutting and maintain proper moist
condition.
a. Do not sod when weather and soil conditions are
unsuitable for proper results. Pre -wet the area prior to
placing sod. Do not place sod on eroded or washed
out sites.
b. Place the sod on the prepared surface, with edges in
close contact, and embed it firmly and smoothly by
light tamping with appropriate tools.
c. Place the sod to the edge of all the paving and shrub
areas and 1 inch below adjoining pavement with an
even surface and edge. Place rolled sod parallel with
the roadway and cut any exposed netting even with
the sod edge.
d. Roll using a lightweight turf roller. Provide a true and
even surface without any displacement of the sod or
deformation.
e. Where sodding in drainage ditches, stagger the setting
of the sod pieces to avoid a continuous seam along
the line of flow. Ensure that the offsets of individual
strips do not exceed 6 inches. Tamp the outer pieces
of sod to produce a featheredge effect.
f. Peg sod at locations where the sod may slide. Drive
pegs through sod blocks into firm earth, at intervals
approved by the Engineer.
g. Remove any sod as directed by the Engineer.
3. Watering: Thoroughly water the sod immediately after
placing. Do not water in excess of 1 inch per week for
establishment. The contractor shall water and maintain
newly sodded areas as needed and adhere to the
following minimum frequencies until final acceptance of
the Project by the County unless otherwise approved by
the Engineer:
a. Minimum Watering Schedule (3/4" to 1" per watering)
1) Every day for the first 14 days after placement,
followed by
2) Three times per week for next 14 days, followed by
3) Two times per week until final acceptance of the
project.
b. Mowing Schedule
1) Minimum bi-weekly after established, and
2) Immediately prior to final acceptance.
D. Maintenance.
1. Maintain the sodded areas in a satisfactory condition
until final acceptance of the project. Include in such
maintenance the filling, leveling, and repairing of any
washed or eroded areas, as may be necessary. The
Department will pay for resodding necessary due to
Project No.
factors determined by the Engineer to be beyond the
control of the Contractor.
2. Monitor placed sod for growth of pest plants and
noxious weeds. If pest plants and/or noxious weeds
manifest themselves within 30 days of placement of the
sod, treat affected areas by means acceptable to the
Department at no expense to the Department. If pest
plants and/or noxious weeds manifest themselves after
30 days from date of placement of sod, the Engineer, at
his sole option, will determine if treatment is required
and whether or not the Contractor will be compensated
for such treatment. If compensation is provided,
payment approved by the Engineer will be made as
unforeseeable work.
3. Maintenance of sodded areas is required for no less
than thirty (30) days after placement or until the sodded
area is determined to be established and satisfactory by
the Engineer, whichever is greater.
E. Method of Measurement.
1. The quantities to be paid for will be the area of sodding
measured and accepted by the Engineer.
2. Measurement for payment shall include only areas of
sodding that have established a satisfactory root system
(i.e. leaf blades break before sod can be pulled from the
soil by hand).
F. Basis of Payment.
1. Prices and payments for Sodding will be full
compensation for all work, water, and materials required
to perform the work as specified in this Article, the
satisfactory disposal of excavated material, and the
furnishing and application of the water.
2. The costs for watering, mowing, and maintaining the
sod in a moist condition for a period of at least two
weeks, shall be included in the Contract unit price for
Sodding.
3. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 53 of 60
114 of 167
DIVISION 700 TRAFFIC CONTROL
706 RAISED RETRO-REFLECTIVE PAVEMENT MARKERS
AND BITUMINOUS ADHESIVE (REV. 05-02-12)
A. Description.
1. Place raised Retro-Reflective Pavement Markers
(RPMs) and adhesive, which upon installation produces
a positive guidance system to supplement other
reflective pavement markings.
B. Materials.
1. Use only Class B markers unless otherwise shown on
the Plans.
2. Meet the requirements of FOOT Section 970.
3. Product Acceptance on the Project.
a. Use only reflective pavement markers and bituminous
adhesive that are listed on the FDOT Qualified
Products List.
b. Provide Engineer a producer's certification,
conforming to the requirements of Article 1.04
(Controlling Materials) of the General Requirements to
these Specifications, which confirms that each product
meets the requirements of this Article.
C. Equipment.
Use equipment having either thermostatically controlled
double boiler type units utilizing heal transfer oil or
thermostatically controlled electric heating pots to install
hot applied bituminous adhesive. Do not use direct
flame melting units with flexible adhesives; however,
this type of unit may be used with standard adhesive in
accordance with manufacturer's recommendations. Use
a melter/applicator unit suited for both melting and
pumping the adhesive through heated applicator hoses.
2. Heat the adhesive to between 375 and 4250F and apply
directly to the bonding surface from the melter/applicator
by either pumping or pouring. Maintain the application
temperature between 375 and 4250F. The adhesive may
be reheated. Do not exceed the manufacturer's
recommendations for pot life at application
temperatures.
D. Application.
1. Apply RPMs to the bonding surface using bituminous
adhesives only. Engineer will conduct field testing in
accordance with Florida Method (FM) 5-566. Correct
RPMs not applied in accordance with these
requirements at no cost to the Department.
Specifications
Page 54 of 60
115 of 167
2. Prior to application of adhesive, clean the bonding
surface to remove any material that would adversely
affect the adhesive.
3. Apply the adhesive to the bonding surface, not the
RPMs, so that 100% of the bonding area of the RPMs
will be covered, in accordance with adhesive
manufacturer's recommendations. Apply sufficient
adhesive to ensure, that when the RPMs are pressed
downward into the adhesive, adhesive will be forced out
around the entire perimeter of each RPM.
4. Immediately remove excess adhesive from the bonding
surface and exposed surfaces of the RPMs. Soft rags
moistened with mineral spirits meeting Federal
Specifications TT-T-291 or kerosene may be used to
remove adhesive from exposed faces of the RPMs. Do
not use any other solvent. If any adhesive, pavement
marking materials or other foreign matter adheres to the
reflective face of the RPM, replace the RPM at no cost
to the Department.
5. Install RPMs with the reflective face of the RPM
perpendicular to a line parallel to the roadway
centerline. Do not install RPMs over longitudinal or
transverse joints of the bonding surface.
6. Ensure that all final RPMs are in place prior to opening
the road to traffic.
If more than 2 percent of the RPMs fail in adhesion or
alignment within the first 45 days under traffic, replace
all failed RPMs at no expense to the Department. If
more than 5 percent of the RPMs fail in adhesion and or
alignment during the initial 45 day period, Engineer will
extend the replacement period an additional 45 days
from the date that all replacement RPMs have been
installed. If, at the end of the additional 45 day period,
more than 2 percent of all RPMs (initial installation and
45 day replacements combined) fail in adhesion or
alignment, replace all failed RPMs at no expense to the
Department.
E. Contractor's Responsibility for Notification.
1. Notify Engineer prior to the placement of RPMs. At the
time of notification, indicate the manufacturer and the
LOT numbers of RPMs and bituminous adhesive that
are intended for use. Verify that the approved LOT
numbers appear on the material packages. Furnish a
test report to Engineer certifying that the materials meet
all requirements specified.
F. Method of Measurement.
1. Unless otherwise specified herein, the quantities to be
paid for will be the number of RPMs, fumished and
installed, completed and accepted.
G. Basis of Payment.
1. Lump Sum Payment: When the pay item for Painted
Pavement Markings (Final Surface) is included in the
Contract, price and payment for RPMs is as stipulated in
Article 710 of these Specifications. RPMs will not be
measured or paid for separately.
Project No.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
710 PAINTED PAVEMENT MARKINGS (REV. 05-02-12)
A. Description.
1. Apply Painted Traffic Stripes and Raised Retro-
Reflective Pavement Markers (RPMs), in accordance
with the Contract Documents.
B. Materials.
1. Use only materials listed
on the FDOT Qualified
Products List (QPL) meeting
the following requirements:
Raised Retro-reflective
FDOT Section 970
Pavement Markers and
Bituminous Adhesive
Standard Waterborne Fast
FDOT 971-1 and 971-3
Dry Traffic Paint
Fast Dry Solvent Paint
FDOT 971-1 and 9714
Glass Spheres
FDOT 971-1 and 971-2
C. Equipment.
1. Use equipment that will produce continuous uniform
dimensions of pavement markings of varying widths and
meet the following requirements:
a. Capable of traveling at a uniform, predetermined rate
of speed, both uphill and downhill, in order to produce
a uniform application of paint and capable of following
straight lines and making normal curves in a true arc.
b. Capable of applying glass spheres to the surface of
the completed stripe by an automatic sphere
dispenser attached to the striping machine such that
the glass spheres are dispensed closely behind the
installed line. Use a glass spheres dispenser equipped
with an automatic cut-off control that is synchronized
with the cut-off of the traffic paint and applies the glass
spheres in a manner such that the spheres appear
uniform on the entire pavement markings surface with
50 to 60 percent embedment.
c. Capable of spraying the paint to the required thickness
and width without thinning of the paint.
2. Paint tank must be equipped with nozzles having cut-off
valves, which will apply broken or skip lines
automatically.
D. Application:
1. General:
Specifications
Page 55 of 60
116 of 167
a. Remove, by a method approved by Engineer, existing
pavement markings such that scars or traces of
removed markings will not conflict with new stripes
and markings. Clean and dispose at an approved site
all resulting debris. Use of paint to cover conflicting
pavement markings is prohibited. Cost for removal of
pavement markings is incidental to the work specified
in this Article and will not be measured separately for
payment. Cost for removing conflicting pavement
markings during maintenance of traffic operations is
included in general costs for Maintenance of Traffic.
b. Before applying traffic stripes and markings, remove
any material that would adversely affect the bond of
the traffic stripes by a method approved by Engineer
and consistent with manufacturer's specifications.
c. Remove any vegetation, soil, and other materials
covering the pavement where the marking is to be
applied.
d. Apply traffic stripes and markings only to dry surfaces,
and when the ambient air and surface temperature is
at least 40OF and rising. Do not apply traffic stripes
and markings when winds are sufficient to cause
spray dust.
e. Apply traffic stripes and markings, having well defined
edges, over existing pavement markings such that not
more than 2 inches on either end and not more than 1
inch on either side is visible.
f. Mix the paint thoroughly prior to pouring into the
painting machine. Apply paint to the pavement by
spray or other means approved by Engineer.
g. Conduct field testing in accordance with Florida
Method (FM) 5-541. Remove and replace traffic
stripes and markings not meeting the requirements of
this Article at no additional cost to the Department.
h. Apply all pavement markings prior to opening the road
to traffic.
i. Apply all retro-reflective pavement markers per the
requirements of Article 706 (Raised Retro-Reflective
Pavement Markers and Bituminous Adhesive).
2. Painted Pavement Markings (Final Surface), when
included as a single lumps sum item in the Contract
having and awarded Contract price, will include two
applications of standard painted pavement markings
and one application of retro-reflective pavement
markers applied to the final surface. Wait at least 14
days after the first application to apply the second
application of Painted Pavement Markings (Final
Surface). Second application must be applied prior to
final acceptance of the project.
3. Thickness: Apply paint to attain a minimum wet film
thickness in accordance with the manufacturers
recommendations.
4. Retroreflectivity:
a. Apply white and yellow standard pavement markings
that will attain an initial retroreflectance of not less
than 300 mcd/Ix-m2 and not less than 250 mcd/lx•m2,
respectively. Measure, record and certify on a
Department approved form and submit to Engineer,
the retroreflectivity of white and yellow pavement
markings in accordance with FM 5-541.
Project No.
b. The Department reserves the right to test the
markings within 3 days of receipt of the Contractor's
certification. Failure to afford the Department
opportunity to test the markings will result in non-
payment. The test readings should be representative
of the Contractor's striping performance. If the
retroreflectivity values measure below values shown
above, reapply the pavement markings at no
additional cost to the Department.
c. For standard pavement markings, ensure that the
minimum retroreflectance of white and yellow
pavement markings are not less than 150 mcdAx m2. If
the retroreflectivity values fail below the 150 mcdAx m2
value within six months of initial application, the
striping will be reapplied at the Contractor's expense.
5. Color: Use paint material that meets the requirements of
FDOT 971-1.
6. Glass Spheres: Apply glass spheres on all pavement
markings immediately and uniformly following the paint
application. The rate of application shall be based on
the manufacturer's recommendation.
E. Tolerances in Dimensions and in Alignment.
1. Establish tack points at appropriate intervals for use in
aligning stripes, and set a stringline from such points to
achieve accuracy.
2. Dimensions:
a. Longitudinal Lines: Apply painted skip line segments
with no more than t12 inches variance, so that over -
tolerance and under -tolerance lengths between skip
line and the gap will approximately balance. Apply
longitudinal lines at least 2 inches from construction
joints of Portland cement concrete pavement.
b. Transverse Markings, Gore Markings, Arrows, and
Messages: Apply paint in multiple passes when the
marking cannot be completed in one pass, with an
overall line width allowable tolerance of t1 inch
c. Contrast Lines: Use black paint to provide contrast on
concrete or light asphalt pavement, when specified by
Engineer. Apply black paint in 10 foot segments
following each longitudinal skip line.
3. Alignment:
a. Apply painted stripes that will not deviate more than 1
inch from the stringline on tangents and curves one
degree or less.
b. Apply painted stripes that will not deviate more than 2
inches from the stringline on curves greater than one
degree.
c. Apply painted edge stripes uniformly, not less than 2
inches or more than 4 inches from the edge of
pavement, without noticeable breaks or deviations in
alignment or width.
d. Remove and replace at no additional cost to the
Department, traffic stripes that deviate more than the
above stated requirements.
4. Correction Rates: Make corrections of variations in
width at a maximum rate of 10 feet for each 0.5 inches
of correction. Make corrections of variations in
alignment at a maximum rate of 25 feet for each 1 inch
of correction, to return to the stringline.
F. Contractor's Responsibility for Notification.
1. Notify Engineer prior to the placement of the materials.
Furnish Engineer with the manufacturer's name and
batch numbers of the materials and glass spheres to be
used. Ensure that the approved batch numbers appear
on the materials and glass spheres packages.
G. Protection of Newly Painted Pavement Markings.
1. Do not allow traffic onto or permit vehicles to cross
newly applied pavement markings until they are
sufficiently dry.
2. Remove and replace any portion of the pavement
markings damaged by passing traffic or from any other
cause, at no additional cost to the Department.
H. Corrections for Deficiencies to Applied Painted
Pavement Markings.
1. Reapply a 1.0 mile section centered around any
deficiency, at no additional cost to the Department.
I. Submittals.
1. Submittal Instructions: Prepare a certification of
quantities, using the Department's current approved
form, for each project in the Contract. Submit the
certification of quantities and daily worksheets to
Engineer. The Department will not pay for any disputed
items until Engineer approves the certification of
quantities.
2. Contractor's Certification of Quantities: Request
payment by providing to Engineer a monthly certification
of quantities with each payment requisition or as
directed by Engineer, based on the amount of work
done or completed. Ensure the certification of quantities
include the following:
a. Contract Number, Certification Number, Certification
Date and the period that the certification represents.
b. The basis for arriving at the amount of the progress
certification, less payments previously made and less
any amount previously retained or withheld. The basis
will include a detailed breakdown provided on the
certification of items of payment.
J. Method of Measurement.
1. The quantities to be paid for under this Article will be as
follows:
a. Length, in net miles, of 6 inch Solid Traffic Stripe,
authorized and acceptably applied.
b. Total traversed distance in gross miles of 10-30 or 3-9
skip line. The actual applied line is 25 percent of the
traverse distance for a 1:3 ratio. This equates to 1,320
feet of marking per mile of single line.
c. Net length, in feet, of each of all other types of lines
and stripes, authorized and acceptably applied.
Specifications Project No.
Page 56 of 60
117 of 167
d. Number of pavement messages, symbols and
directional arrows, authorized and acceptably applied.
For bicycle marking, the bicycle symbol and the arrow
will be paid as one unit.
e. Lump Sum, as specified under Final Surface above,
when the item for Painted Pavement Markings (Final
Surface) is provided in the Contract with an awarded
Contract Unit Price.
2. The net length, in feet of dotted and skip stripes other
than 10-30 and 3-9 will be measured as the distance
from the beginning of the first painted stripe to the end
of the last painted stripe with proper deductions made
for unpainted intervals as determined by plan
dimensions or stations, subject to the requirements of
Subarticle 1.07 F.3 (Determination of Pay Areas) of the
General Requirements to these Specifications.
Unpainted intervals will not be included in pay quantity.
3. The gross -mile measurement of 10-30 and 3-9 Skip
Traffic Stripes will be taken as the distance from the
beginning of the first painted stripe to the end of the last
painted stripe, and will include the unpainted intervals. It
will not include any lengths of unpainted intervals which,
by design or by other intent of the Department, are
greater than 30 feet. Final measurement will be
determined by plan dimensions or stations, subject to
the requirements of Subarticle 1.07 F.3 of the General
Requirements to these Specifications.
K. Basis of Payment.
1. General:
a. Prices and payments will be full compensation for all
work specified in this Article, including all cleaning and
preparing of surfaces, furnishing of all materials,
application, curing and protection of all items,
protection of traffic, furnishing of all tools, machines
and equipment, and all incidentals necessary to
complete the work.
b. Final payment will be withheld until all deficiencies are
corrected.
2. Lump Sum Payment: When the item for Painted
Pavement Markings (Final Surface) is included in the
proposal, prices and payments will be full compensation
for two applications of all painted pavement markings
applied to the final surface, and one application of retro-
reflective pavement markers applied to the final surface
in accordance Article 706 of these Specifications.
3. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
711 THERMOPLASTIC TRAFFIC STRIPES AND
MARKINGS (REV. 05-02-12)
A. Description.
Specifications
Page 57 of 60
118 of 167
Apply new thermoplastic traffic stripes and markings, or
refurbish existing thermoplastic traffic stripes and
markings, in accordance with the Contract Documents.
B. Materials.
1. Thermoplastic: Use only thermoplastic materials listed
on the FDOT Qualified Products List (QPL). Engineer
may require random samples of all material. Use
materials meeting the following requirements:
Initial or Recapped Stripes FDOT 971-1 and 971-5
and Markings:
Refurbishing Existing Stripes FDOT 971-1 and 971-5
and Markings:
Preformed Stripes and FDOT 971-1 and 971-6
Markings:
2. Glass Spheres: Use only glass spheres listed on the
FDOT QPL, meeting the requirements of FDOT 971-1
and 971-2. Engineer may require random samples of all
glass spheres in accordance with ASTM D 1214.
3. Sand: Use materials meeting the requirements of
FDOT 971-5.4.
C. Equipment.
1. Use equipment capable of providing continuous uniform
heating of striping materials to temperatures exceeding
390°F, mixing and agitation of the material reservoir to
provide a homogeneous mixture without segregation.
Use equipment that will maintain the striping material in
a plastic state, in all mixing and conveying parts,
including the line dispensing device until applied.
2. Use equipment which can produce varying width traffic
stripes and which meets the following requirements:
a. Capable of traveling at a uniform, predetermined rate
of speed, both uphill and downhill, in order to produce
a uniform application of striping material and capable
of following straight lines and making normal curves in
a true arc.
b. Capable of applying glass spheres to the surface of
the completed stripe by a double drop application for
initial traffic striping and marking and a single drop
application for recapping and refurbishing. The bead
dispenser for the first bead drop shall be attached to
the striping machine in such a manner that the beads
are dispensed closely behind with the thermoplastic
material. The second bead dispenser bead shall be
attached to the striping machine in such a manner that
the beads are dispensed immediately after the first
bead drop application. Glass spheres dispensers
shall be equipped with an automatic cut-off control that
is synchronized with the cut-off of the thermoplastic
material and applies the glass spheres in a manner
such that the spheres appear uniform on the entire
traffic stripes and markings surface with, 50 to 60
percent embedment.
c. Equipped with a special kettle for uniformly heating
and melting the striping material. The kettle must be
equipped with an automatic temperature control
device and material thermometer for positive
Project No.
temperature control and to prevent overheating or
scorching of the thermoplastic material.
d. Meet the requirements of the National Fire Protection
Association, state, and local authorities.
D. Application.
1. General:
a. Remove, by a method approved by Engineer, existing
pavement markings such that scars or traces of
removed markings will not conflict with new stripes
and markings. Clean and dispose at an approved site
all resulting debris. Use of paint to cover conflicting
pavement markings is prohibited. Cost for removal of
pavement markings is incidental to the work specified
in this Article. Cost for removing conflicting pavement
markings during maintenance of traffic operations to
be included in Maintenance of Traffic.
b. Remove any vegetation, soil, and other materials
covering the pavement where the marking is to be
applied.
c. Before applying traffic stripes and markings remove,
by a method approved by Engineer and consistent
with manufacturer's specifications, any material that
would adversely affect the bond of the traffic stripes.
Before applying traffic stripes to any Portland cement
concrete surface, apply a primer, sealer or surface
preparation adhesive of the type recommended by the
manufacturer. Offset longitudinal lines at least 2
inches from any longitudinal joints of Portland cement
concrete pavement.
d. Apply traffic stripes or markings only to dry surfaces,
and when the ambient air and surface temperature is
at least 50OF and rising for asphalt surfaces and 60OF
and rising for concrete surfaces.
e. Apply striping to the same tolerances in dimensions
and in alignment specified under "Tolerances in
Dimension and in Alignment" below. When applying
traffic stripes and markings over existing markings,
ensure that not more than 2 inches on either end and
not more than 1 inch on either side of the existing line
is visible.
f. Apply thermoplastic material to the pavement either by
spray, extrusion or other means approved by
Engineer.
g. Conduct field tests in accordance with Florida Method
(FM) 5-541. Take test readings representative of the
striping performance. Remove and replace traffic
stripes and markings not meeting the requirements of
this Article at no additional cost to the Department.
h. Apply all final pavement markings prior to opening the
road to traffic.
i. Preformed Thermoplastic: Apply markings only to dry
surfaces and when ambient air temperature is at least
32°F. Prior to installation, follow the manufacturer's
recommendations for pre -heating.
2. Thickness:
a. Initial or Recapped Stripes and Markings:
1) Apply or recap traffic stripes or markings such that
all lane lines, center lines, transverse markings
Specifications
Page 58 of 60
119 of 167
and traffic stripes and markings within traffic
wearing areas, will have a thickness of 0.10 to
0.15 inch when measured above the pavement
surface.
2) Gore, island, and diagonal stripe markings, bike
lane symbols and messages, wherever located,
will have a thickness of 0.09 to 0.12 inch when
measured above the pavement surface.
3) Measure, record, certify and submit to Engineer,
the thickness of white and yellow pavement
markings in accordance with FM 5-541.
b. Refurbishing Existing Traffic Stripes and Markings:
Apply a minimum of 0.06 inch of thermoplastic
material. Ensure that the combination of the existing
stripe and the overlay after application of glass
spheres does not exceed the maximum thickness of
0.150 inch for all lines.
3. Retroreflectivity:
a. Apply white and yellow traffic stripes and markings
that will attain an initial retroreflectivity of not less than
450 mcd/Ix•m2 and not less than 350 mcd/lx-m2,
respectively for all longitudinal lines.
b. All transverse lines, messages and arrows will attain
an initial retroreflectivity of not less than 300 mcd/lx-m2
and 250 mcd/lx-m2 for white and yellow respectively.
c. All pedestrian crosswalks, bike lane symbols or
messages in a proposed bike lane shall attain an initial
retroreflectivity of not less than 275 mcd/Ix•m2.
d. Measure, record, certify, and submit to Engineer, the
retroreflectivity of white and yellow pavement
markings in accordance with FM 5-541.
4. Glass Spheres:
a. Longitudinal Lines:
1) For initial traffic striping and marking, apply the first
drop of Type 4 or larger glass spheres immediately
followed by the second drop of Type 1 glass
spheres.
2) For refurbishing, apply a single drop of Type 3
glass spheres.
3) Apply reflective glass spheres to all markings at
the rates determined by the manufacturer's
recommendations.
b. Transverse Stripes and Markings:
1) Apply a single drop of Type 1 glass spheres.
2) Apply reflective glass spheres to all markings at
the rates determined by the manufacturer's
recommendations.
3) Apply a mixture consisting of 50 percent glass
spheres and 50 percent sharp silica sand to all
thermoplastic pedestrian crosswalk lines and bike
lane symbols at the rates determined by the
manufacturer's recommendations.
c. Preformed Markings: These markings are factory
supplied with glass spheres and skid resistant
material. No additional glass spheres or skid resistant
material should be applied during installation.
Project No.
E. Tolerances in Dimensions and in Alignment.
1. Establish tack points at appropriate intervals for use in
aligning stripes, and set a stringline from such points to
achieve accuracy.
2. Dimensions:
a. Longitudinal Lines: Apply thermoplastic skip line
segments with no more than ±12 inches variance, so
that over -tolerance and under -tolerance lengths
between skip line and the gap will approximately
balance. Apply longitudinal lines at least 2 inches
from construction joints of Portland cement concrete
pavement.
b. Transverse Markings, Gore Markings, Arrows, and
Messages: Apply thermoplastic in multiple passes
when the marking cannot be completed in one pass,
with an overall line width allowable tolerance of ±1
inch
c. Contrast Lines: Use black paint to provide contrast on
concrete or light asphalt pavement, when specified by
Engineer. Apply black paint in 10 foot segments
following each longitudinal skip line.
3. Alignment:
a. Apply thermoplastic stripes that will not deviate more
than 1 inch from the stringline on tangents and curves
one degree or less.
b. Apply thermoplastic stripes that will not deviate more
than 2 inches from the stringline on curves greater
than one degree.
c. Apply thermoplastic edge stripes uniformly, not less
than 2 inches or more than 4 inches from the edge of
pavement, without noticeable breaks or deviations in
alignment or width.
d. Remove and replace at no additional cost to the
Department, traffic stripes that deviate more than the
above stated requirements.
4. Correction Rates:
a. Make corrections of variations in width at a maximum
rate of 10 feet for each 0.5 inches of correction. Make
corrections of variations in alignment at a maximum
rate of 25 feet for each 1 inch of correction, to return to
the stringline.
F. Contractor's Responsibility for Notification.
1. Notify Engineer prior to the placement of the
thermoplastic materials.
2. Furnish Engineer with the manufacturer's name and
batch numbers of the thermoplastic materials and glass
spheres to be used.
3. Ensure that the approved batch numbers appear on the
thermoplastic materials and glass spheres packages.
G. Protection of Newly Applied Traffic Stripes and Markings.
1. Do not allow traffic onto or permit vehicles to cross
newly applied pavement markings until they are
sufficiently dry.
Specifications
Page 59 of 60
120 of 167
2. Remove and replace any portion of the pavement
markings damaged by passing traffic or from any other
cause, at no additional cost to the Department.
H. Observation Period.
1. Pavement markings are subject to a 180 day
observation period under normal traffic. The
observation period shall begin with the satisfactory
completion and acceptance of the work.
2. The pavement markings shall show no signs of failure
due to blistering, excessive cracking, chipping,
discoloration, poor adhesion to the pavement, loss of
reflectivity. or vehicular damage. The retroreflectivity
must meet the initial requirements stipulated above.
The Department reserves the right to check the color
and retroreflectivity any time prior to the end of the
observation period.
3. Replace, at no additional expense to the Department,
any pavement markings that do not perform
satisfactorily under traffic during the 180 day
observation period.
I. Corrections for Deficiencies.
1. Recapping applies to conditions where additional
striping material is applied to new or refurbished traffic
stripes or markings to correct a deficiency. Recap a 1.0
mile section centered around the deficiency with
additional striping material or by complete removal and
reapplication at no additional cost to the Department.
2. If recapping will result in a thickness exceeding the
maximum allowed, the traffic stripes or markings must
be removed and reapplied.
J. Submittals.
1. Submittal Instructions: Prepare a certification of
quantities, for each project in the Contract. Submit the
certification of quantities and daily worksheets to
Engineer. The Department will not pay for any disputed
items until Engineer approves the certification of
quantities.
2. Contractor's Certification of Quantities: Request
payment by submitting a certification of quantities with
each payment requisition, based on the amount of work
done or completed. Ensure the certification of quantities
includes the following:
a. Contract Number, Certification Number, Certification
Date and the period that the certification represents.
b. The basis for arriving at the amount of the progress
certification, less payments previously made and less
any amount previously retained or withheld. The basis
will include a detailed breakdown provided on the
certification of items of payment.
K. Method of Measurement.
1. Quantities to be measured by Engineer for payment
under this Article will be as follows:
Project No.
a. The length, in net miles, of 6 inch Solid Traffic Stripe,
authorized and acceptably applied.
b. The total traversed distance in gross miles of 10-30 or
3-9 skip line. The actual applied line is 25 percent of
the traverse distance, for a 1:3 ratio. This equates to
1,320 feet of marking per mile of single line.
c. The net length, in feet, of all other types of lines and
stripes, authorized and acceptably applied.
d. The area, in square feet, of Removal of Existing
Pavement Markings, acceptably removed. Cost for
removing conflicting pavement markings during
maintenance of traffic operations is included in
Maintenance of Traffic.
e. The number of pavement messages, symbols and
directional arrows, authorized and acceptably applied.
L. Basis of Payment.
1. Prices and payments will be full compensation for all
work specified in this Article, including all cleaning and
preparing of surfaces, furnishing of all materials,
application, curing and protection of all items, protection
of traffic, furnishing of all tools, machines and
equipment, and all incidentals necessary to complete
the work. Final payment will be withheld until all
deficiencies are corrected.
2. Prices and payments will be full compensation for all
work and materials specified in this Article and the
Articles applicable to the items of work having awarded
Contract Prices measured and approved for payment.
Specifications Project No.
Page 60 of 60
121 of 167
EXHIBIT 1, SCOPE OF SERVCES
ATTACHMENT C
SCHEDULE OF VALUES FORM
CITY OF SOUTH MIAMI
DRAINAGE AND ROADWAY IMPROVEMENTS
SW 62nd PLACE BETWEEN SW 58th STREET AND SW 60th STREET
Pay Item
No.
Description
Unit
Measure
QTV
Unit Price
Total
101-1
MOBILIZATION
LS
16000
.00
102-1
MAINTENANCE OF TRAFFIC
LS/DA
15
bo 00
104-20-3
SEDIMENT BARRIER
LF
1127
1
I f 7, 1,
104-18
INLET PROTECTION SYSTEM
EA
14
50
_7OV . V
110-1-1
CLEARING AND GRUBBING
AC
1
WON -
110-4-10
REMOVAL OF EXISTING CONCRETE
SY
122
u
, O
120-1
REGULAR EXCAVATION
CY
411
/
(� • 0
160-4
TYPE B STABILIZATION
SY
445
( N 00.0
285-706
LIMEROCK BASE (8") (OPTIONAL BASE,BASE GROUP 06)
SY
445
✓ 0
I b .
334-1-13
SUPERPAVE ASPHALTIC CONC, TRAFFIC C (1")
TN
34
337-7-82
ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-9.5 (1")
TN
63
1 U 0
0
337-7-82
ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-9.5 (OVERLAY) (1")
TN
74
` O
0ej A.0
400-1-15
CLASS I CONCRETE (MISCELLANEOUS)
CY
3
1 !/V
425-1.541
INLETS, DT SOT, TYPE D, <10'
EA
14
R400.0
425-2-41
MANHOLES, P-7T, <10'
EA
4
00
12,000.0
425-2-71
MANHOLES, J-7T, <10'
EA
2
O
f 000.0
42S-6
VALVE BOXES, ADJUST
EA
7
00 • v
430-174-118
PIPE CULVERT, OPTIONAL MATERIAL, ROUND,18"SD
LF
334
o 0
040.
430-174-124
PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 24"SD
LF
13
O V
443-70-4
EXFiLTRATION DRAIN (24")
LF
334
i b o/
4?),4?A.
520-1-10
CONCRETE CURB AND GUTTER (TYPE "F")
LF
33
5
1 > J V
522-2-00
CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK
SY
122
4 ;
575-1-2
PERFORMANCE TURF, SOD
SY
1721
3 .
SWALE TRENCH (MIN.12" DEEP)
SY
377
SUBTOTAL ROADWAY
700-1-50
SINGLE POST SIGN, RELOCATE
AS
3
O
123 of 167
wc1
706-1.1
RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS(Y/Y)
EA
B.0
06
706-1-1
RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (BLUE)
EA
1.0
�I
o
710-11-125
PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24"
LF
50
rl
73041-201
PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6"
GM
0.03
1 2 -
711-11-125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 24"
LF
50
5
cc. //jj
ZSQ-00
711-16-203
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW, SOLID, 6"
GM
0.03
['
5 02000
I •+O{/•QO
SUBTOTAL SIGNALOATION{-
SUBTOTALGENERAL
CONTINGENCY FUND 10% OF SUBTOTAL GENERAL
LS
1.00
POLICE OFFICEER
HR
720.00
$62.00
$37,440.00
TOTAL CONSTRUCTION
2 1
05 .
124 of 167
EXHIBIT 2
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
Insurance & Indemnification Requirements
Insurance
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred
to as "FIRM" with regard to Insurance and Indemnification requirements) must procure and
maintain at its own expense during the life of the Contract, insurance of the types and in the
minimum amounts stated below as will protect the FIRM, from claims which may arise out of or
result from the contract or the performance of the contract with the City of South Miami,
whether such claim is against the FIRM or any sub-contractor/sub-consultant, or by anyone
directly or indirectly employed by any of them or by anyone for whose acts any of them may be
liable.
B. No insurance required by the CITY may be issued or written by a surplus lines carrier unless
authorized in writing by the CITY and such authorization is at the CITY's sole and absolute
discretion. The FIRM must purchase insurance from and must maintain the insurance with a
company or companies lawfully authorized to sell insurance in the State of Florida, on forms
approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set
forth below which may arise out of or result from the FIRM's operations under the Contract
and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a
Sub-contractor/sub-consultant or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable: (a) claims under workers' compensation,
disability benefit and other similar employee benefit acts which are applicable to the Work to be
performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or
death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or
disease, or death of any person other than the FIRM's employees; (d) claims for damages
insured by usual personal injury liability coverage; (e) claims for damages, other than to the
Work itself, because of injury to or destruction of tangible property, including loss of use
resulting there from; (f) claims for damages because of bodily injury, death of a person or
property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for
bodily injury or property damage arising out of completed operations; and (h) claims involving
contractual liability insurance applicable to the FIRM's obligations under the Contract.
Firm's Insurance Generally. The FIRM must provide and maintain in force and effect until all the
Work to be performed under this Contract has been completed and accepted by CITY (or for such
duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved
forms and as set forth below:
Workers' Compensation Insurance at the statutory amount as to all employees in compliance with
the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as
presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must
include: Employers' Liability at the statutory coverage amount. The FIRM must further ensure that all of
its Sub-contractor/sub-consultants maintain appropriate levels of Worker's Compensation Insurance.
Commercial Comprehensive General Liability insurance with broad form endorsement, as well
as automobile liability, completed operations and products liability, contractual liability, severability of
interest with cross liability provision, and personal injury and property damage liability with limits of
$1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including:
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
125 of 167
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General Liability insurance must be written on a Florida
approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000
per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive
than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements,
as filed by the Insurance Services Office, and must include:
• Premises and Operation
• Independent Contractors
• Products and/or Completed Operations Hazard
• Explosion, Collapse and Underground Hazard Coverage
• Broad Form Property Damage
• Broad Form Contractual Coverage applicable to this specific Contract, including any hold
harmless and/or indemnification agreement.
• Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum
limits of coverage equal to those required for Bodily Injury Liability and Property Damage
Liability.
Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an
additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily
Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more
restrictive than the latest edition of the Business Automobile Liability policy, without restrictive
endorsements, as filed by with the state of Florida, and must include:
• Owned Vehicles.
• Hired and Non -Owned Vehicles
• Employers' Non -Ownership
Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the
subcontract must contain the same insurance provision as set forth in these insurance and
indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the
word Sub-contractor/sub-consultant for the word FIRM where applicable.
Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE:
A. In the event that this contract involves the construction of a structure, FIRM must maintain,
with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All
Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage,
while in the course of construction, including foundations, additions, attachments and all
permanent fixtures belonging to and constituting a part of said buildings or structures. The
policy or policies must also cover machinery, if the cost of machinery is included in the
Contract, or if the machinery is located in a building that is being renovated by reason of this
contract. The amount of insurance must, at all times, be at least equal to the replacement and
actual cash value of the insured property. The policy must be in the name of the CITY and the
CONTRACTOR, as their interest may appear, and must also cover the interests of all Sub-
contractor/sub-consultants performing Work.
B. All of the provisions set forth in the Miscellaneous section below apply to this coverage unless it
would be clearly not applicable.
126 of 167
Miscellaneous:
A. If any notice of cancellation of insurance or change in coverage is issued by the insurance
company or should any insurance have an expiration date that will occur during the period of
this contract, the FIRM Is responsible for securing other acceptable insurance prior to such
cancellation, change, or expiration so as to provide continuous coverage as specified in this
section and so as to maintain coverage during the life of this Contract.
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the
option of the CITY, either the FIRM must eliminate or reduce such deductible or the FIRM
must procure a Bond, in a form satisfactory to the CITY covering the same.
C. The policies must contain waiver of subrogation against CITY where applicable, must expressly
provide that such policy or policies are primary over any other collectible insurance that CITY
may have. The CITY reserves the right at any time to request a copy of the required policies
for review. All policies must contain a "severability of interest" or "cross liability" clause
without obligation for premium payment of the CITY as well as contractual liability provision
covering FIRM's duty to indemnify the City as provided in this Agreement.
D. Before starting the Work, the FIRM must deliver to the CITY and CONSULTANT certificates
of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the
insurance policy, including the declaration page and all applicable endorsements and provide the
name, address and telephone number of the insurance agent or broker through whom the
policy was obtained. The insurer must be rated A.VII or better per A.M. Best's Key Rating
Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance
policies must be written on forms approved by the State of Florida and they must remain in full
force and effect for the duration of the contract period with the CITY. The FIRM may be
required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as
defined in Article I of this document) which must include the declaration page and all required
endorsements. In addition, the FIRM must deliver, at the time of delivery of the insurance
certificate, the following endorsements:
(1) a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer must pay all sums that
the City of South Miami becomes legally obligated to pay as damages because of `bodily
injury", `property damage', or "personal and advertising injury" and it will provide to the
City all of the coverage that is typically provided under the standard Florida approved
forms for commercial general liability coverage A and coverage B";
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy must not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10)
days advanced written notice of the intent to materially modify the policy or to cancel
or terminate the policy for any reason. The notification must be delivered to the City by
certified mail, with proof of delivery to the City."
€: If the FIRM is providing professional services, such as would be provided by an architect,
engineer, attorney, or accountant, to name a few, then in such event and in addition to the
above requirements, the FIRM must also provide Professional Liability Insurance on a Florida
approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5%
of the limit of liability providing for all sums which the FIRM becomes legally obligated to pay as
damages for claims arising out of the services or work performed by the FIRM its agents,
representatives, Sub Contractors or assigns, or by any person employed or retained by him in
connection with this Agreement. This insurance must be maintained for four years after
completion of the construction and acceptance of any Project covered by this Agreement.
However, the FIRM may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which is also acceptable. No insurance may be
127 of 167
issued by a surplus lines carrier unless authorized in writing by the city at the city's sole,
absolute and unfettered discretion.
Indemnification Requirement
A. FIRM accepts and voluntarily incurs all risks of any injuries, damages, or harm which might
arise during the work or event that is occurring on the CITY's property due to the negligence or other
fault of FIRM or anyone acting through or on behalf of FIRM.
B. FIRM must indemnify, defend, save and hold CITY, its officers, affiliates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits,
fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and
investigative costs incidental there to and incurred prior to, during or following any litigation, mediation,
arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or
recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by
reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of
any person or persons and for the loss or damage to any property arising out of a negligent error,
omission, misconduct, or any gross negligence, intentional act or harmful conduct of FIRM, its
contractor/sub-contractor/sub-consultant or any of their officers, directors, agents, representatives,
employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this
Agreement, incident to it, or resulting from the performance or non-performance of FIRM's obligations
under this AGREEMENT.
C. FIRM must pay all claims, losses and expenses of any kind or nature whatsoever, in
connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates,
employees, successors and assigns, including their attorney's fees, in the defense of any action in law or
equity brought against them and arising from the negligent error, omission, or act of FIRM, its Sub-
contractor/sub-consultant or any of their agents, representatives, employees, or assigns, and/or arising
out of, or incident to, this Agreement, or incident to or resulting from the performance or non-
performance of FIRM's obligations under this AGREEMENT.
D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees,
successors and assigns are to be held liable or responsible for any claims, including the costs and
expenses of defending such claims which may result from or arise out of actions or omissions of FIRM,
its contractor/sub-contractor/sub-consultant or any of their agents, representatives, employees, or
assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or
event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or
acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts or omissions of
FIRM, its contractor/sub-contractor/sub-consultant or any of their agents, representatives, employees,
or assigns, or anyone acting through or on behalf of them.
E. FIRM has the duty to provide a defense with an attorney or law firm approved by the City
of South Miami, which approval will not be unreasonably withheld.
F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida
Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph must
apply and this subparagraph must set forth the sole responsibility of the design professional concerning
indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to
its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and
costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence,
recklessness, or intentionally wrongful conduct of the design professional and other persons employed
or utilized by the design professional in the performance of the contract.
END OF SECTION
128 of 167
EXHIBIT 3
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
�t
RESPONDENTS
BID FORM
THIS PROPOSAL IS SUBMITTED TO:
Shari Karnali
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, including as set forth in Exhibit i (Scope of Services, Attachment A, B,
& C) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other
terms and conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents,
including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
,
this Solicitation, required insurance documents, and other documents required by the Solicitation,
a
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.) �j LkAddendum JA
No. I Dated: Iv 1 I
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that:
i. Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and
drawings of physical conditions.
ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations, investigations, explorations, tests and studies in addition to or to
supplement those referred to in this paragraph which pertain to the subsurface or physical conditions
at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no additional examinations,
investigations, explorations, tests, reports or similar information or data are, or will, be required by
�.
Respondent for any reason in connection with the Proposal. The failure of the Respondent to request
a pre -bid marking of the construction site by any or all utility companies will create an irrefutable
presumption that the Respondent's bid, or proposal price, has taken into consideration all possible
ai
underground conditions and Respondent, if awarded the contract, will not be entitled to a change order
for any such condition discovered thereafter.
iii. Respondent has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
129 of 167
iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation
Package or in the Contract Documents with respect to existing Underground Facilities or conditions
at or contiguous to the site and assumes responsibility for the accurate location of all Underground
Facilities and conditions that may affect the Work No additional examinations, investigations.
explorations, tests, reports or similar Information or data in respect to any Underground Facilities or
conditions are, or will be, required by Respondent in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and conditions of
the Contra" Documents unless the Proposal specifically states that the contract price Is subject to
adjustment for future discovery of underground facilities and/or conditions that affect the cost of the
Work and unless the respondent makes a written request to the City for additional information prior
to submitting the bid or proposal as required in subsection Ii above.
d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered
in the Contra" Documents and, if any conflicts, errors or discrepancies have been found and notice
given, the Respondent represents, by submitting its proposal to the City, that the Respondent has
received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted pursuant to any agreement or rules of any group, association,
organimtion, or corporation: Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a false or sham Proposal: Respondent has not solicited or induced any person, firm
or corporation to refrain from responding: and Respondent has not sought by collusion or otherwise to
obtain for Itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contra" Price is the amount that it needs to furnish and install
all the Work complete and In place. The Schedule of Values, if required, is provided for the purpose of
Proposal Evaluation and when initiated by the CITY, it will form the basis for calculating the pricing of change
orders. The Contra" Price may not be adjusted in any way to result in a deviation from the Schedule of
Values, except to the extent that the CITY changes the Scope of the Work after the Contract Date. As
such, the Respondent must furnish all labor, materials, equipment, tools, superintendence, and services
necessary to provide a complete. In place, Project for the Proposal Price. If this Solicitation requires the
completion of a Respondent Cost and Technical Proposal, as may be set forth in an exhibit to this
Solicitation, such proposal must be attached to this Bid Form and will take the place of the Lump Sum Price.
otherwise. the Contract Price for the completed work Is as follows:
LUMP SUM BASE PRICE: nq-4 O is dollars and 2 ...J cents
Alternates: # I #2 \c-&
A fee breakdown for each task included in the lump sum contra" price. if applicable, must be provided.
Failure to provide this information will render the proposal non-responsive-
S. The ENTIRE WORK for project in accordance with Exhibit 1, Scope of Services, Attachment A. B, 8
C shall be completed, in full, within 90 calendar days from the commencement date set forth in the
NOTICE TO PROCEED. Failure to complete the entire work during the described time will result in the
assessment of liquidated damages as may be set forth In the Contract
6. Insert the following Information for future communication with you concerning this Proposal:
RESPONDENT:
Address.
Telephone:
Facsimile:
Contact Person
7. The terms used in this Proposal which are defined in the Contract have the same meaning as is assigned to
them in the Contract Documents, unless specifically defined in this Solicitation Package.
130 of 167
8. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies that
all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit is
made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondents Bid
Form, and are made a part of this proposal, by reference.
By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal, or such information that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writing,
including e-mail confirmation, if any. I hereby certify under penalties of perjury that I am the lawful
representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the
information and representations contained herein are true and correct.
SUBMITTED THIS DAY OF V V I�•� 20
PROPc��AL SU MITTED Y: _ C-1 op 4 to �J
Company Tele hone Number
Name of Person Au oriz to ubmit Pr Fax Number
hamu(�foup Inc (�a
Signature Email Addre s
Title
END OF SECTION
131 of 167
EXHIBIT 4
CONSTRUCTION CONTRACT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
THIS CONTRACT was made and entered into on this V day of V V u , 201A,
by and between Vc - (hereafter referred to as
"Contractor"), and the tiof South Miami (here fter referred to as "Owner"), through its City Manager (hereafter
referred to as "City").
Contractor, for the consideration set forth herein, hereby agrees with Owner as follows:
1. Contractor must furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any
other items necessary to perform all of the work shown on and described in the Contract Documents and
must do everything required by this Contract and the other Contract Documents hereinafter referred to
as the Work. '
2. The Contract Documents must include this Contract, General Conditions to the Contract, if any, the
drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other
documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter
referred to as "Bid Documents") and any documents to which those documents refer which are used by
Owner as well as any attachments or exhibits that are made a part of any of the documents described
herein.
3. Contractor must commence the Work to be performed under this Contract on a date to be specified in a
Notice to Proceed and must complete all Work hereunder within the length of time set forth in the
Contract Documents.
4. Owner hereby agrees to pay to Contractor for the faithful performance of this Contract, subject to additions
and deductions as provided in the Contract Documents and any properly approved, written change orders,
in lawful money of the Vnited States, the Lump Sum amount of:
C'
} _t= Dollars ($ 2�l
(Spell Dollar Amount above) ("Contract Price").
S. The expenses of performing Work after regular working hours, and on Sunday and legal holidays must be
included in the Contract Price. The City may demand, at any point in time, that any part, or all, of the Work
be performed after regular working hours. In such event, the Respondent will have no right to additional
compensation for such work. However, nothing contained herein authorizes work on days and during hours
that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City.
6. If the Work is expected to require more than one month, Owner will make monthly partial payments to .•.,
Contractor on the basis of a dulycertified and approved schedule of values for the Work performed
PP P
during each calendar month by Contractor, less the retainage (all as provided for in the Contract =
Documents), which is to be withheld by Owner until completion and acceptance of the complete project in
accordance with this Contract and the other Contract Documents and until such Work has been accepted
by the City.
7. Upon submission by Contractor of evidence satisfactory to Owner that all labor, material, and other costs
incurred by Contractor in connection with the construction of the Work have been paid in full, and after
compliance with the terms for payment provided for in the Contract Documents, final payment on account
of this Contract must be made within sixty (60) calendar days after the completion by Contractor of all
Work covered by this Contract and the acceptance of such Work by Owner.
8. The Work must be completed in 90 calendar days. In the event that Contractor fails to complete the
Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upon,
in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated
damages must be paid by Contractor at the rate of $1.500.00 dollars per day,
9. It is further mutually agreed between the parties hereto that if a Payment and/or Performance Bond ("Bond")
is required and if, at any time after the execution of this Contract and the Bond for its faithful performance
and payment, the City deems the Surety or Sureties upon such bond(s) to be unsatisfactory, or if, for any
reason such bond ceases to be adequate to cover the performance of the Work or payment to
subcontractors and suppliers, Contractor must, at its expense within five (5) business days after the receipt
of notice from the City so to do, furnish an additional bond or bonds in such form and amount and with
such Surety or Sureties as are satisfactory to the City. In such event, no further payment to Contractor
132 of 167
will be deemed to be due under this Contract until such new or additional security for the faithful
performance of the Work is furnished in the manner and in the form satisfactory to the City.
10. No additional Work or extras may be done unless the same is duly authorized in writing, and in advance of
the work, by appropriate action by the City and in accordance with the Contract Documents.
I I.The date that this contract was "made and entered into" and its effective date is the date that the contract is the
signed by the City or, if the contract is required to be approved by resolution of the City Commission, then the
Effective Date is the date of the resolution approving the Contract whichever is the later date.
12.All provisions, conditions and restrictions contained in the bid document entitled Instructions to
Respondents are made a part of this agreement by reference. Any conflict between that document and this
contract or the exhibits to this contract are to be resolved by the City Manager in the managers sole and
absolute discretion.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set
forth next to their name below and may be signed in one or more counterparts, each of which will, without proof
or accounting for the other counterpart, be deemed an original Contract.
CONTRA
Signature:
Print Sigm
Title of Sii
ATTESTED:
Signature:
keng .Payne
City Clerk
Read and Approved as to Form, Language.
Legality, and Execution Thereof:
Signature:
Ci Attorney
OWNER: CITY OF SOJJTH MIAMI
Signature:
Shari amali
City anager
. �i
133 of 167
EXHIBIT S
CONSTRUCTION CONTRACT
GENERAL CONDITIONS
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW S8 TO 60 ST
RFP #PW2021-38
ARTIfLE 1 —DEFINITIONS
Whenever used in these General Conditions or in the other Contract Documents, the following terms have the
meaning indicated. These definitions always apply when the section of the Contract specifically refers to this Article
for the purpose of interpreting a word or group of words in that section of the Contract Document. However,
when the section of the Contract, where the word to be defined is used, does not specifically refers to this Article
to define the word or group of words, the definitions contained in this Article will not apply unless the word or
group of words, in the context of it or their use in the Contract Document in question, is/are ambiguous and open
for interpretation. In addition, these definitions do not apply to interpret terms in a specific provision of a Contract
Document if that specific provision contains a definition of the term in question:
Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract
Documents, Drawings and Specifications, by addition, deletions, clarifications, or correction.
Application for Payment: A form approved by the City's consultant (CONSULTANT), if any, or the City Manager
which is to be used by CONTRACTOR in requesting progress payments.
M- The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms
for the Work to be performed.
Bidder: Any person, firm or corporation submitting a response to OWNER's solicitation for proposals or bids for
Work.
Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the
instructions, form of documents and affidavits.
Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished by CONTRACTOR
and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida.
Change Order: A written order to CONTRACTOR signed by the City Manager authorizing an addition, deletion
or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the
Contract.
Work Order Proposals: Written proposals from CONTRACTOR in response to orders or request for work based
on the Scope of the Work provided by OWNER to CONTRACTOR. The proposal includes line item pricing, where
there are multiple locations, and the timeframe for completing the work.
The City Manager for the City of South Miami, 6130 Sunset Drive, South Miami, FL 33143, or manager's
designee, unless the context wherein the word is used should more appropriately mean the City of South Miami.
City Manager: Includes the City Manager's designee.
Construction Observer: An authorized representative of CONSULTANT, if any, or otherwise a representative of
OWNER assigned to observe the Work performed and materials furnished by CONTRACTOR. CONTRACTOR
will be notified in writing of the identity of this representative.
Contract Documents: The Contract Documents include the Contract between OWNER and CONTRACTOR,
other documents listed in the Contract and modifications issued after execution of the Contract as well as all Bid
Documents including but not limited to the solicitation for Bid, CONTRACTOR'S Bid, the Bonds, Insurance
endorsements, Insurance Certificates and policies, the Notice of Award, the Notice to Proceed, the General
Conditions, Special Conditions, if any, any Supplementary Conditions, the Technical Specifications, Drawings,
including any incorporated specifications, addenda to the drawings issued prior to execution of the Contract, Change
Orders, Construction Change Directives and any written order for a minor change in the Work, and written
modifications to any of the Contract Documents.
Contract Price: The total moneys payable to CONTRACTOR pursuant to the terms of the Contract Documents.
Contract Time: The number of calendar days stated in the Contract for the completion of the Work.
Contracting Officer: The individual who is authorized to sign the contract documents on behalf of OWNER.
CONTRACTOR: The person, firm or corporation with whom OWNER has executed the Contract.
CONSULTANT: The person identified as CONSULTANT in the Supplementary Conditions or, if none, then
OWNER's designated representative as identified in the Supplementary Conditions.
Day. A period of twenty-four hours measured from the beginning of the day at 12:01 a.m. and it will be presumed
to be a calendar day unless specifically designated as a business day.
Days: The number of twenty-four (24) hour periods following the event to which the word "days" refers
commencing at 12:01 a.m. at the start of the next day. Therefore, in computing any period of time prescribed or
134 of 167
allowed by the Contract Documents, the day of the act, event or default from which the designated period of time
begins to run will not be included. The last day of the period so computed will be included unless it is a Saturday,
Sunday or legal holiday, in which event the period will run until the end of the next business day that is not a Saturday,
Sunday or legal holiday.
Defective Work: Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of any applicable inspection, reference standard, test, or approval
referred to in the Contract Documents, or has been damaged prior to CONSULTANT'S recommendation of final
payment (unless responsibility for the protection thereof has been delegated to OWNER); substitutions that are not
properly approved and authorized, any deficiency in the Work, materials and equipment; materials and equipment
furnished under the Contract that are not good quality and new unless otherwise required or permitted by the
Contract Documents.
Drawings: The drawings which show the character and Scope of the Work to be performed and which have been
prepared or approved by CONSULTANT, or if none, then by an architect or engineer hired by City Manager and
are referred to in the Contract Documents.
Field Order: A written order issued by CONSULTANT which clarifies or interprets the Contract Documents in
accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2.
Modifc�atlon: (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order
signed by both parties, (c) a written clarification or interpretation if issued by CONSULTANT in accordance with
paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by CONSULTANT pursuant
to Paragraph 10.2. A modification may only be issued after execution of the Contract, it must be in writing and
signed by the party against whom the modification is sought to be enforced.
Non -conforming Work means work that does not conform to the Contract Documents and includes work that is
unsatisfactory, faulty, or deficient or that does not meet the requirements of any applicable inspection, reference
standard, test, or that does not meet any approval required by, or referred to in, the Contract Documents, or work
that has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for the
protection thereof has been assumed in writing by OWNER).
Notice of Award: The written notice by City Manager to the apparent successful Bidder stating that upon compliance
with the conditions precedent to be fulfilled by it within the time specified, City Manager will execute and deliver
the Contract to him.
Notice to Proceed: A written notice given by City Manager to CONTRACTOR (with copy to CONSULTANT)
fixing the date on which the Contract Time will commence to run and on which CONTRACTOR must start to
perform its obligations under the Contract Documents.
Owner. The City of South Miami.
Person: An individual or legal entity.
Project: The entire construction operation being performed as delineated in the Contract Documents.
Policy: The term "policy" as used in the Contract Documents means the insurance binder, if it is issued, the
declaration page of the policy and the body of the policy, including all endorsements.
RFP: Request for Proposal.
Scope of Services. This phrase refers to the scope of the services or work to be performed and it has the same
meaning as Scope of the Work unless the context in which the phase is used clearly means otherwise.
Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by
CONTRACTOR, a Subcontractor, manufacturer, supplier, or 'distributor, and which illustrate the equipment,
material or some portion of the work and as required by the Contract Documents.
Samples: Physical examples which illustrate materials, equipment or workmanship and establish standards by which
the Work will be judged.
Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials,
equipment, construction systems, standards and workmanship as applied to the Work.
Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
Subcontractor for the performance of a part of the Work at the construction site.
Substantial Completion: The date, as certified by CONSULTANT, when the construction of the Project or a
certified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project, or
a substantial part, can be utilized for the purposes for which it was intended without restriction or limitation to any
degree, other than for the repair of minor "punch list" items; or if there be no such certification, the date when final
payment is due in accordance with paragraph 14.9. However, in no event will the project or portion thereof, be
deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the
applicable governmental agency. A certificate of Substantial Completion, issued by CONSULTANT, will be null and
void if it is based on false, misleading or inaccurate information, from any source, or when it would not have been
issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that which
would normally to be considered by City Manager to be minor "punch list" work.
135 of 167
Su 'er: Any person or organization who supplies materials or equipment for the Work, including the fabrication
of an item, but who does not perform labor at the site of the Work.
Surety: The individual or entity who is an obligor on a Bond and who is bound with CONTRACTOR for the full
and faithful performance of the Contract and for the payment of all labor, services and materials used on the project.
Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion
of the Contract.
Notice: The term "Notice" as used herein means and includes all written notices, demands, instructions, claims,
approvals and disapprovals required to obtain compliance with Contract requirements. Written notice will be
deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or
corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise
stated in writing, any notice to or demand upon OWNER under this Contract must be delivered to City Manager
and CONSULTANT.
ARTICLE 2 — PRELIMINARY MATTERS
Award:
2.1 The City Manager reserves the right to reject any and all Bids, at its sole discretion. Bids will be
awarded by OWNER to the lowest responsive and responsible Bidder. No Notice of Award will be given
until the City Manager has concluded its investigation, as it deems necessary, to establish, to the satisfaction
of the City Manager, which Bidder is the most responsive and responsible of all the Bidders to complete
the Work within the time prescribed and in accordance with the Contract Documents. The City Manager
reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and
satisfaction of City Manager, to be sufficiently responsible, qualified and financial able to perform the work.
In analyzing a Bid, the City Manager may also take into consideration alternate and unit prices, if requested
by the Bid forms. If the Contract is awarded, the City Manager will issue the Notice of Award and give the
successful Bidder a Contract for execution within ninety (90) day after opening of Bids.
Execution of Contract:
2.2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of
Insurance, the Binder of Insurance if issued, the Insurance Declaration Page if not included in the Policy of
Insurance, the Policy of Insurance required by the Contract Documents, the written notice of designated
supervisor or superintendent as provided in Section 6.1 of the General Conditions and such other
Documents as required by the Contract Documents must be executed and delivered by CONTRACTOR
to the City Manager within ten (10) calendar days of receipt of the Notice of Award. A Contract Document
that requires the signature of a party may be executed in counterparts separately by each of the parties
and, in such event, each counterpart separately executed will, without proof or accounting for the other
counterpart be deemed an original Contract Document.
Forfeiture of Bid Security/_Performance and Payment Bond, if any are required by the applicable RFP:
2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR must furnish a Performance
Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond
attached.
2.3.1 Each Bond must be in the amount of one hundred percent (100%) of the Contract Price guaranteeing "
to OWNER the completion and performance of the Work covered in such Contract as well as full
payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this
Project. Each Bond must be with a Surety company whose qualifications meet the requirements of
Sections 2.3.4, 2.3.5, and 2.3.6.
2.3.2 Each Bond must continue in effect for five years after final completion and acceptance of the Work
with the liability equal to one hundred percent (100%) of the Contract Sum.
2.3.3 Pursuant to the requirements of Section 255.05(1), Florida Statutes, CONTRACTOR must ensure
that the Bond(s) referenced above are recorded in the public records of Miami -Dade County and
provide City Manager with evidence of such recording.
2.3.4 Each Bond must be executed by a surety company authorized to do business in the State of Florida
as a surety, having a resident agent in the State of Florida and having been in business with a record
of successful continuous operation for a least five (5) years.
2.3.5 The surety company must hold a current certificate of authority as acceptable surety on federal
bonds in accordance with the United States Department of Treasury Circular 570, current revisions.
2.3.6 OWNER will only be required to accept a surety bond from a company with a rating A. VII or better.
136 of 167
2.3.7 Failure of the successful Bidder to execute and deliver the Contract and deliver the required bonds
and Insurance documents will be cause for the City Manager to annul the Notice of Award and
declare the Bid and any security therefore forfeited.
Contractor's Pre -Start Representation:
2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having
familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local
conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect
performance of the Work, and represents that it has correlated its study and observations with the
requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys
and investigations, reports of subsurface and latent physical conditions referred to in the specifications and
made such additional surveys and investigations as it deems necessary for the performance of the Work
reflected in the Contract Documents and that he has correlated the results of all such data with the
requirements of the Contract Documents.
Commencement of Contract Time:
2.5 The Contract Time will commence to run on the date stated in the Notice to Proceed.
Starting the Project:
2.6 CONTRACTOR must start to perform its obligations under the Contract Documents on the date the
Contract Time commences to run. No Work may be done at the site (as defined in Article 1), prior to the
date on which the Contract Time commences to run, except with the written consent of the City Manager.
Before Starting Construction:
2.7 Before undertaking each part of the Work. CONTRACTOR must carefully study and compare the Contract
Documents and check and verify pertinent figures shown thereon and all applicable field measurements and
conditions. It must at once report in writing to CONSULTANT any conflict, error, or discrepancy which
it may discover. Neither OWNER nor CONSULTANT will be liable for any harm, damage or loss suffered
by CONTRACTOR as a result of its failure to discover any conflict, error, or discrepancy in the Drawings
or Specifications nor will CONTRACTOR be entitled to any compensation for any harm, damage or loss
suffered by CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents.
Schedule of Completion:
2.8 Within Five (5) business days after delivery of the Notice to Proceed by City Manager to CONTRACTOR,
CONTRACTOR must submit to CONSULTANT for approval, an estimated construction schedule
indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule
of Shop Drawing submissions. CONSULTANT will approve this schedule or require revisions thereto
within seven (7) calendar days of its submittal. If there is more than one CONTRACTOR involved in the
Project, the responsibility for coordinating the Work of all CONTRACTORS will be provided in the Special
Conditions.
2.9 Within five (5) business days after delivery of the executed Contract by City Manager to CONTRACTOR,
but before starting the Work at the site, a pre -construction conference will be held to review the above
schedules, to establish procedures for handling Shop Drawings and other submissions, and for processing
Applications for Payment, and to establish a working understanding between the parties as to the
Project. Present at the conference will be OWNER'S representative, CONSULTANT, Resident Project
Representatives, CONTRACTOR and its Superintendent.
Qualifications of Subcontractors. Material men and Suppliers:
2.10 Within five (5) business days after bid opening, the apparent lowest responsive and responsible Bidder must
submit to the City Manager and CONSULTANT for acceptance a list of the names of Subcontractors and
such other persons and organizations (including those who are to furnish principal items of materials or
equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other
persons and organizations must be submitted as specified in the Contract Documents. Within thirty (30) '
calendar days after receiving the list, CONSULTANT will notify CONTRACTOR in writing if either the = 3
City Manager or CONSULTANT has reasonable objection to any Subcontractor, person, or organization
on such list. The failure of the City Manager or CONSULTANT to make objection to any Subcontractor,
person, or organization on the list within thirty (30) calendar days of the receipt will constitute an
acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person
or organization will not constitute a waiver of any right of OWNER or CONSULTANT to reject defective
137 of 167
Work, material or equipment, or any Work, material or equipment not in conformance with the
requirements of the Contract Documents.
2.11 If, prior to the Notice of Award, the City Manager or CONSULTANT has reasonable objection to any
Subcontractor, person or organization listed, the apparent low Bidder may, prior to Notice of Award,
submit an acceptable substitute without an increase in its bid price.
2.12 The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of
a detailed description concerning any Work to be done and materials to be furnished, will be regarded as
meaning that only best practices are to prevail and only materials and workmanship of the best quality are
to be used in the performance of the Work.
ARTICLE 3—CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS
3.1
kpi
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in
accordance with the Contract Documents. The Contract Documents comprise the entire Contract
between OWNER and CONTRACTOR. They may be altered only by a modification as defined in Article
1.
The Contract Documents are complementary; what is called for by one is as binding as if called for by all
the documents. If CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, it
must, before proceeding with the Work affected thereby, immediately call it to CONSULTANT's attention
in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy,
the more stringent interpretation and requirement that will provide the maximum benefit to OWNER will
apply
The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning will be
interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready
for service".
Miscellaneous items and accessories which are not specifically mentioned, but which are essential to
produce a complete and properly operating installation, or usable structure, providing the indicated
functions, must be furnished and installed without change in the Contract Price. Such miscellaneous items
and accessories must be of the same quality standards, including material, style, finish, strength, class, weight
and other applicable characteristics, as specified for the major component of which the miscellaneous item
or accessory is an essential part, and will be approved by CONSULTANT before installation. The above
requirement is not intended to include major components not covered by or inferable from the Drawings
and Specifications.
The Work of all trades under this Contract must be coordinated by CONTRACTOR in such a manner as
obtain the best workmanship possible for the entire Project, and all components of the Work must be
installed or erected in accordance with the best practices of the particular trade.
CONTRACTOR will be responsible for making the construction of habitable structures under this Contract
rain proof, and for making equipment and utility installations properly perform the specified function. If
CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications,
CONTRACTOR must immediately notify CONSULTANT in writing of such limitations before proceeding
with construction in the area where the problem exists.
Manufacturer's literature, when referenced, must be dated and numbered and is intended to establish the
minimum requirements acceptable. Whenever reference is given to codes, or standard specifications or
other data published by regulating agencies or accepted organizations, including but not limited to National
Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM
Specifications, various institute specifications, and the like, it will be understood that such reference is to
the latest edition including addenda in effect on the date of the Bid.
Brand names where used in the technical specifications, are intended to denote the standard or quality
required for the particular material or product. The term "equal" or "equivalent", when used in connection
with brand names, will be interpreted to mean a material or product that is similar and equal in type, quality,
size, capacity, composition, finish, color and other applicable characteristics to the material or product
specified by trade name, and that is suitable for the same use capable of performing the same function, in
the opinion of CONSULTANT, as the material or product so specified. Proposed equivalent items must
be approved by CONSULTANT before they are purchased or incorporated in the Work. (When a brand
name, catalog number, model number, or other identification, is used without the phrase "or equal",
CONTRACTOR must use the brand, make and model specified).
Throughout this agreement the male pronoun may be substituted for female and neuter and vice versa and
the singular words substituted for plural and plural words substituted for singular wherever applicable.
All technical interpretations will be made by CONSULTANT as set forth in Section 9.3 below.
138 of 167
3.1 1 CONTRACTOR must advise CONSULTANT, prior to performing any work involving a conflict in the
Contract Documents and CONSULTANT will make the final decision as to which of the documents will
take precedence. If there is a conflict between or among the Contract Documents, only the latest version
will apply and the latest version of the Contract Documents. CONSULTANT must use the following list
of Contract Documents as a guide. These documents are set forth below in the order of their precedence
so that all the documents listed above a given document should have precedence over all the documents
listed below it.
(a) Change Orders
(b) Amendments/addenda to Contract
(c) Supplementary Conditions, if any
(d) Contract with all Exhibits thereto
(e) General Conditions
(f) Written or figured dimensions
(g) Scaled dimensions
(h) Drawings of a larger scale
(i) Drawings of a smaller scale
0) Drawings and Specifications are to be considered complementary to each other
ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS
Availability of lands:
4.1 OWNER will furnish, as indicated in the Contract Documents, the lands upon which the Work is to be
done, rights -of -way for access thereto, and such other lands which are designed for the use of
CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be
obtained and paid for by OWNER, unless otherwise specified in the Contract Documents. Other access
to such lands or rights -of -way for CONTRACTOR'S convenience will be the responsibility of
CONTRACTOR.
CONTRACTOR must provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of material and equipment.
4.2 The City Manager will, upon request, furnish to the Bidders, copies of all available boundary surveys and
subsurface tests at no cost.
Subsurface Conditions:
4.3 CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the
conditions affecting the Work, including but not limited to those bearing upon transportation, disposal,
handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of
weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and
conditions of the ground, the character of equipment and facilities needed preliminary to and during
prosecution of the Work. CONTRACTOR further acknowledges that he has satisfied himself as to the
character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar
as this information is reasonably ascertainable from an inspection of the site, including all exploratory work
done by OWNER/ CONSULTANT on the site or any contiguous site, as well as from information presented
by the Drawings and Specifications made part of this Contract, or any other information made available to
it prior to receipt of bids. Any failure by CONTRACTOR to acquaint itself with the available information
will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing
Work. OWNER assumes no responsibility for any conclusions or interpretations made by
CONTRACTOR on the basis of the information made available by OWNER/ CONSULTANT.
Differing Site Conditions:
4.4 CONTRACTOR must within forty-eight (48) hours of its discovery, and before such conditions are
disturbed, notify the City Manager in writing, of:
4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the
Contract Documents, and
4.4.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those
ordinarily encountered and generally inherent in Work of the character provided for in this
Contract. The City Manager will promptly investigate the conditions, and if it finds that such
conditions do materially differ to the extent as to cause an increase or decrease in CONTRACTOR'S
cost of, or the time required for, performance of any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
139 of 167
4.5 No claim of CONTRACTOR under this clause will be allowed unless CONTRACTOR has given the notice
required in 4.4 above; provided, however, the time prescribed therefore may be extended by the City
Manager, but only if done in writing signed by the City Manager or CONSULTANT.
ARTICLE S — INSURANCE Contractor must comply with the insurance requirements set forth in the
Supplementary Conditions to the Contract.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
Supervision and Superintendence:
6.1 CONTRACTOR must supervise and direct the Work. It will be solely responsible for the means, methods,
techniques, sequences and procedures of construction. CONTRACTOR must employ and maintain a
qualified supervisor or superintendent (hereinafter referred to as "Supervisor" at the Work site who must
be designated in writing by CONTRACTOR, before CONTRACTOR commences the Work and within
the time required by the Contract, as CONTRACTOR'S representative at the site. The Supervisor or the
person designated will have full authority to act on behalf of CONTRACTOR and all communications given
to the Supervisor will be as binding as if given to CONTRACTOR. The Supervisor(s) will always be present
at each site as required to perform adequate supervision and coordination of the Work. (Copies of written
communications given to the Supervisor will be mailed to CONTRACTOR'S home office).
6.1.1 CONTRACTOR must keep one record copy of all Specifications, Drawings, Addenda, Modifications
and Shop Drawings at the site at all times and in good order and annotated to show all changes
made during the construction process. These must be available to CONSULTANT and any
OWNER Representative at all reasonable times. A set of "As -Built" drawings, as well as the original
Specifications, Drawings, Addenda, Modifications and Shop Drawings with annotations, will be made
available to City Manager at all times and it must be delivered to the City Manager upon completion
of the Project.
Labor. Materials and Equipment:
6.2 CONTRACTOR must provide competent, suitably qualified personnel to lay out the Work and perform
construction as required by the Contract Documents. It must always maintain good discipline and order
at the site.
6.3 CONTRACTOR must furnish all materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, local telephone, water and sanitary facilities and all
other facilities and incidentals necessary for the execution, testing, initial operation and completion of the
Work.
6.4 All materials and equipment must be new, except as otherwise provided in the Contract Documents. When
special makes or grades of material which are normally packaged by the supplier or manufacturer are
specified or approved, such materials must be delivered to the site in their original packages or containers
with seals unbroken and labels intact.
6.5 All materials and equipment must be applied, installed, connected, erected, used, cleaned and conditioned
in accordance with the instructions of the applicable manufacturer, fabricator, or processors, except as
otherwise provided in the Contract Documents.
Work, Materials. Equipment Products and Substitutions:
6.6 Materials, equipment and products incorporated in the Work must be approved for use before being
purchased by CONTRACTOR. CONTRACTOR must submit to CONSULTANT a list of proposed
materials, equipment or products, together with such samples as may be necessary for them to determine
their acceptability and obtain their approval, within ninety (90) calendar days after award of Contract unless
otherwise stipulated in the Special Conditions. No request for payment for "or equal" equipment will be
approved until this list has been received and approved by CONSULTANT.
6.6.1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications
by reference to brand name or catalog number, it is understood that this is referenced for the
purpose of defining the performance or other salient requirements and that other products of equal
capacities, quality and function must be considered. CONTRACTOR may recommend the
substitution of a material, article, or piece of equipment of equal substance and function for those
referred to in the Contract Documents by reference to brand name or catalog number, and if, in
the opinion of CONSULTANT, such material, article, or piece of equipment is of equal substance
and function to that specified, CONSULTANT may approve its substitution and use by
CONTRACTOR. Incidental changes or extra component parts required to accommodate the
140 of 167
9,
substitute will be made by CONTRACTOR without a change in the Contract Price or the Contract
Time.
6.6.2 No substitute may be ordered or installed without the written approval of CONSULTANT who
will be the judge of quality.
6.6.3 Delay caused by obtaining approvals for substitute materials will not be considered justifiable
grounds for an extension of construction time.
6.6.4 Should any Work or materials, equipment or products not conform to requirements of the
Drawings and Specifications or become damaged during the progress of the Work, such Work or
materials must be removed and replaced, together with any Work disarranged by such alterations,
at any time before completion and acceptance of the Project. All such Work must be done at the
expense of CONTRACTOR.
6.6.5 No materials or supplies for the Work may be purchased by CONTRACTOR or any Subcontractor
that are subject to any chattel mortgage or under a conditional sale or other agreement by which
an interest is retained by the Seller. CONTRACTOR warrants that they have good title to all
materials and supplies used by them in the Work.
6.6.6 Non -conforming Work: The City of South Miami may withhold acceptance of, or reject items
which are found upon examination, not to meet the specification requirements or conform to the
plans and drawings. Upon written notification of rejection, items must be removed or uninstalled
within five (5) business days by CONTRACTOR at his own expense and redelivered and/or
reinstalled at his expense. Rejected goods left longer than thirty (30) calendar days will be regarded
as abandoned and OWNER will have the right to dispose of them as its own property and
CONTRACTOR thereby waives any claim to the good or to compensation of any kind for said
goods. Rejection for non-conformance or failure to meet delivery schedules may result in
CONTRACTOR being found in default.
6.6.7 In case of default by CONTRACTOR, the City of South Miami may procure the articles or services
from other sources and hold CONTRACTOR responsible for any excess costs occasioned or
incurred thereby.
6.6.8 OWNER reserves the right, in the event CONTRACTOR cannot provide an items) or service(s)
in a timely manner as requested, to obtain the good and/or services from other sources and
deducting the cost from the Contract Price without violating the intent of the Contract.
Concerning Subcontractors:
6.7 CONTRACTOR may not employ any Subcontractor, against whom the City Manager or CONSULTANT
may have reasonable objection, nor will CONTRACTOR b-e required to employ any Subcontractor who
has been accepted by the City Manager and CONSULTANT, unless CONSULTANT determines that there
is good cause for doing so.
6.8 CONTRACTOR is be fully responsible for all acts and omissions of its Subcontractors and of persons and
organizations directly or indirectly employed by it and of persons and organizations for whose acts any of
them may be liable to the same extent that they are responsible for the acts and omissions of persons
directly employed by them. Nothing in the Contract Documents create any contractual relationship
between OWNER or CONSULTANT and any Subcontractor or other person or organization having a
direct contract with CONTRACTOR, nor may it create any obligation on the part of OWNER or
CONSULTANT to pay or to see to payment of any subcontractor or other person or organization, except
as may otherwise be required by law. City Manager or CONSULTANT may furnish to any Subcontractor
or other person or organization, to the extent practicable, evidence of amounts paid to CONTRACTOR
on account of specified Work done in accordance with the schedule values.
6.9 The divisions and sections of the Specifications and the identifications of any Drawings does not control
CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by any
specific trade.
6.10 CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and conditions of
the Contract Documents for the benefit of OWNER.
6.11 All Work performed for CONTRACTOR by a Subcontractor must be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor.
6.12 CONTRACTOR is be responsible for the coordination of the trades, Subcontractors material and men
engaged upon their Work.
6.12.1 CONTRACTOR must inserted in all subcontracts relative to the Work appropriate provisions to
bind Subcontractors to CONTRACTOR by the terms of these General Conditions and other
Contract Documents insofar as applicable to the Work of Subcontractors, and give
141 of 167
CONTRACTOR the same power as regards to terminating any subcontract that City Manager may
exercise over CONTRACTOR under any provisions of the Contract Documents.
6.12.2 The City Manager or CONSULTANT will not undertake to settle any differences between
CONTRACTOR and their Subcontractors or between Subcontractors.
6.12.3 If in the opinion of CONSULTANT, any Subcontractor on the Project proves to be incompetent
or otherwise unsatisfactory, they must be promptly replaced by CONTRACTOR when directed by
CONSULTANT in writing.
6.12A Discrimination: No action may be taken by the any subcontractor with regard to the fulfilment of the terms
of the subcontract, including the hiring and retention of employees for the performance of Work that would
discriminate against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual
orientation, familial status or disability. This paragraph must be made a part of the subcontractor's contract
with CONTRACTOR.
Patent Fees and Royalties:
6.13 CONTRACTOR must pay all license fees and royalties and assume all costs incident to the use of any
invention, design, process or device which is the subject of patent rights or copyrights held by
others. CONTRACTOR must indemnify and hold harmless OWNER and CONSULTANT and anyone
directly or indirectly employed by either of them from against all claims, damages, losses and expenses
(including attorney's fees) arising out of any infringement of such rights during or after the completion of
the Work, and must defend all such claims in connection with any alleged infringement of such rights.
6.14 CONTRACTOR is responsible for determining the application of patent and/or royalty rights as to any
materials, appliances, articles or systems prior to bidding. However, he is not responsible for such
determination on systems which do not involve purchase by them of materials, appliances and articles.
Permits:
6.15 CONTRACTOR must secure and pay for all construction permits and licenses and must pay for all
governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable
at the time of his Bid. When such charges are normally made by OWNER and when so stated in the Special
Conditions, there will be no charges to CONTRACTOR. The City Manager will assist CONTRACTOR,
when necessary, in obtaining such permits and licenses. CONTRACTOR must also pay all public utility
charges.
Electrical Power and Lighting:
6.16 Electrical power required during construction must be provided by each prime CONTRACTOR as required
by it. This service must be installed by a qualified electrical Contractor approved by
CONSULTANT. Lighting must be provided by CONTRACTOR in all spaces at all times where necessary
for good and proper workmanship, for inspection or for safety. No temporary power may be used off
temporary lighting lines without specific approval of CONTRACTOR.
Laws and Regulations:
6.17 CONTRACTOR must comply with all notices, laws, ordinances, rules and regulations applicable to the
Work. If CONTRACTOR observes that the Specifications or Drawings are at variance therewith, it must
give CONSULTANT prompt written notice thereof, and any necessary changes must be adjusted by an
appropriate modification. If CONTRACTOR performs any Work knowing it to be contrary to such laws,
ordinances, rules and regulations, and without such notice to CONSULTANT, it must bear all costs arising
there from; however, it will not be its primary responsibility to make certain that the Drawings and
Specifications are in accordance with such laws, ordinances, rules and regulations.
Discrimination:
6.17A No action may be taken by CONTRACTOR with regard to the fulfilment of the terms of the Contract,
including the hiring and retention of employees for the performance of Work that would discriminate
against any person on the basis of race, color, creed, religion, national origin, sex, age, sexual orientation,
familial status or disability.
Taxes:
6.18 Cost of all applicable sales, consumer use, and other taxes for which CONTRACTOR is liable under the
Contract must be included in the Contract Price stated by CONTRACTOR.
Safety and Protection:
142 of 167
6.19 CONTRACTOR is be responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the Work. They must take all necessary precautions for the safety of, and
must provide the necessary protection to prevent damage, injury or loss to:
6.19.1 All employees and other persons, who may be affected thereby,
6.19.2 All the Work and all materials or equipment to be incorporated therein, whether in storage on or
off the site, and
6.19.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures and utilities not designated for removal, relocation or replacement in the
course of construction.
6.20 CONTRACTOR must designate a responsible member of their organization at the site whose duty must
be the prevention of accidents. This person must be CONTRACTOR'S Superintendent unless otherwise
designated in writing by CONTRACTOR to the City Manager.
Emergencies:
6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto.
CONTRACTOR, without special instruction or authorization from CONSULTANT or City Manager, is
obligated to act, at his discretion, to prevent threatened damage, injury or loss. He must give
CONSULTANT prompt written notice of any significant changes in the Work or deviations from the
Contract Documents caused thereby. If CONTRACTOR believes that additional Work done by him in an
emergency which arose from causes beyond his control entitles him to an increase in the Contract Price
or an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12.
The City Manager reserves the right, in the City Manager's sole and absolute discretion and when in the
best interest of the City, to suspend the work or services or cancel this contract in the event of an
emergency that effects the City of South Miami, its residents or businesses and that has been declared an
emergency by the Governor, Mayor of Miami -Dade County or by the City Manager pursuant to the City
Manager's Emergency Management powers set forth in Ch. 14 of the City's Code of Ordinances. In such
event, the CONTRACTOR is only be entitled to be paid for the reasonable value of the work performed
and any costs advanced that cannot be mitigated by CONTRACTOR.
Shop Drawings and Samples:
6.22 After checking and verifying all field measurements, CONTRACTOR must submit to CONSULTANT for
review, in accordance with the accepted schedule of shop drawing submissions, six (6) copies (or at
CONSULTANT option, one reproducible copy) of all Shop Drawings, which must have been checked by
and stamped with the approval of CONTRACTOR. The Shop Drawings must be numbered and identified
as CONSULTANT may require. The data shown on the Shop Drawings must be complete with respect to
dimensions, design criteria, materials of construction and the like to enable CONSULTANT to review the
information without any unnecessary investigation.
6.23 CONTRACTOR must also submit to CONSULTANT for review, with such promptness as to cause no
delay in Work, all samples required by the Contract Documents.
All samples must have been checked by and stamped with the approval of CONTRACTOR, identified clearly
as to material, manufacturer, any pertinent catalog numbers and the use for which intended.
6.24 At the time of each submission. CONTRACTOR must notify CONSULTANT, in writing, of any deviations
between the Shop Drawings or samples and the requirements of the Contract Documents.
6.25 CONSULTANT must review with responsible promptness Shop Drawings and Samples, but his review is
only for conformance with the design concept of the Project and for compliance with the information given
in the Contract Documents. The review of a separate item as such will not indicate review of the assembly
in which the items functions. CONTRACTOR must make any corrections required by CONSULTANT F,
and must return the required number of corrected copies of Shop Drawings and resubmit new samples'
until the review is satisfactory to CONSULTANT. CONTRACTOR must notify CONSULTANT, in writing,
of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re-
submission. CONTRACTOR'S stamp of approval on any Shop Drawings or sample will constitute
representation to OWNER and CONSULTANT that CONTRACTOR has either determined and/or
verified all quantities, dimension, field construction criteria, materials, catalog numbers and similar data or
they assume full responsibility for doing so, and that they have reviewed or coordinated each Shop Drawing
or sample with the requirements of the Work and the Contract Documents.
6.26 No Work requiring a submittal of a Shop Drawing or sample may be commenced until the submission has
been reviewed and approved in writing by CONSULTANT. A copy of each Shop Drawing and each
approved sample must be kept in good order, in a book or binder, in chronological order or in such other
143 of 167
order required by CONSULTANT in writing, by CONTRACTOR at the site and must be available to
CONSULTANT.
6.27 CONSULTANT's review of Shop Drawings or samples will not relieve CONTRACTOR from his
responsibility for any deviations from the requirements of the Contract Documents unless CONTRACTOR
has informed CONSULTANT, in writing, to each deviation at the time of submission and CONSULTANT
has given written approval to the specific deviation, nor may any review by CONSULTANT relieve
CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples.
6.27A CONTRACTOR is be liable to OWNER for any additional cost or delay that is caused by its failure to
notify CONSULTANT of any of said deviations or conflicts between Shop Drawings or due to errors in
the Shop Drawings or samples.
Cleaning UR
6.28 CONTRACTOR must clean up behind the Work as much as is reasonably possible as the Work
progresses. Upon completion of the Work, and before acceptance of final payment for the Project by
OWNER, CONTRACTOR must remove all his surplus and discarded materials, excavated material and
rubbish as well as all other material and equipment that does not form a part of the Work, from the
property, roadways, sidewalks, parking areas, lawn and all adjacent property. In addition, CONTRACTOR
must clean his portion of Work involved in any building under this Contract, so that no further cleaning by
OWNER is necessary prior to its occupancy and he must restore all property, both public and private,
which has been disturbed or damaged during the prosecution of the Work so as to leave the whole Work
and Work Site in a neat and presentable condition.
6.29 If CONTRACTOR does not clean the Work site, OWNER may clean the Work Site of the materials
referred to in paragraph 6.28 and charge the cost to CONTRACTOR.
Public Convenience and Safety:
6.30 CONTRACTOR must, at all times, conduct the Work in such a manner as to ensure the least practicable
obstruction to public travel. The convenience of the general public and of the residents along and adjacent
to the area of Work must be provided for in a satisfactory manner, consistent with the operation and local
conditions. "Street Closed" signs must be placed immediately adjacent to the Work, in a conspicuous
position, at such locations as traffic demands. At any time that streets are required to be closed,
CONTRACTOR must notify law enforcement agencies and in particular, the City of South Miami Police
Department, before the street is closed and again as soon as it is opened. Access to fire hydrants and other
fire extinguishing equipment must be provided and maintained at all times.
Sanitary Provisions:
6.31 CONTRACTOR must provide on -site office, and necessary toilet facilities, secluded from public
observation, for use of all personnel on the Work Site, whether or not in his employ. They must be kept-�
in a clean and sanitary condition and must comply with the requirements and regulations of the Public .. .;
Authorities having jurisdiction. They may not commit a public nuisance. Temporary field office and sanitary
facilities must be removed upon completion of the Work and the premises must be left clean.
Indemnification:
6.32 Contractor must comply with the indemnification requirements set forth in the RFP and in EXHIBIT 2 of
the Supplementary Conditions (Insurance and indemnification requirements).
6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of
any such claim or demand, CONTRACTOR, upon written notice from the City Manager, must defend such
action or proceeding by counsel satisfactory to the City Manager. The indemnification provided above
obligates CONTRACTOR to defend at its own expense or to provide for such defense, at OWNER'S
option, any and all claims of liability and all suits and actions of every name and description that may be
brought against OWNER or CONSULTANT, excluding only those claims that allege that the injuries arose
out of the sole negligence of OWNER or CONSULTANT.
6.34 The obligations of CONTRACTOR under paragraph 6.33 will not extend to the liability of CONSULTANT,
its agents or employees arising out of (a) the preparation or approval of maps, drawings, opinions, reports,
surveys, Change Orders, designs or specifications or (b) the giving of or the failure to give directions or
instructions by CONSULTANT, its agents or employees provided such act or omission is the primary cause
of injury or damage.
6.34A All of the forgoing indemnification provisions will survive the term of the Contract to which these General
Conditions are a part. Indemnification may not exceed an amount equal to the total value of all insurance
coverage required by Section S.I of this document. Indemnification is limited to damages caused in whole
144 of 167
or in part by any act, omission, or default of CONTRACTOR, CONTRACTOR's subcontractors, sub -
subcontractors, materialmen, or agents of any tier or their respective employees to the extent caused by
the negligence, recklessness, or intentional wrongful misconduct of the indemnifying party and persons
employed or utilized by the indemnifying party in the performance of the construction contract.
Responsibility for Connection to Existing Work:
6.35 CONTRACTOR must connect its Work to each part of the existing Work, existing building or structure
or Work previously installed as required by the Drawings and Specifications to provide a complete
installation.
6.36 Excavations, grading, fill, storm drainage, paving and any other construction or installations in rights -of -ways
of streets, highways, public carrier lines, utility lines, either aerial, surface or subsurface, etc., must be done
in accordance with requirements of the special conditions. OWNER will be responsible for obtaining all
permits necessary for the Work described in this paragraph 6.36. Upon completion of the Work,
CONTRACTOR must present to CONSULTANT certificates, in triplicate, from the proper authorities,
stating that the Work has been done in accordance with their requirements.
6.36.1 OWNER will cooperate with CONTRACTOR in obtaining action from any utilities or public
authorities involved in the above requirements.
6.36.2 CONSULTANT is responsible for obtaining elevations of curbs and gutters, pavement, storm
drainage structures, and other items which must be established by governmental departments as
soon as grading operations are begun on the site and, in any case, sufficiently early in the
construction period to prevent any adverse effect on the Project.
Cooperation with Governmental Departments, Public Utilities, Etc.:
6.37 CONTRACTOR is responsible for making all necessary arrangements with governmental departments,
public utilities, public carriers, service companies and corporations (hereinafter referred to as "third
parties") owning or controlling roadways, railways, water, sewer, gas, electrical conduits, telephone, and
telegraph facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc., including
incidental structures connected therewith, that are encountered in the Work in order that such items are
properly shored, supported and protected, that their location is identified and to obtain authority from
these third parties for relocation if CONTRACTOR desires to relocate the item. CONTRACTOR must
give all proper notices, must comply with all requirements of such third parties in the performance of his
Work, must permit entrance of such third parties on the Project in order that they may perform their
necessary work, and must pay all charges and fees made by such third parties for their work.
6.37.1 CONTRACTOR'S attention is called to the fact that there may be delays on the Project due to
work to be done by governmental departments, public utilities, and others in repairing or moving
poles, conduits, etc. CONTRACTOR must cooperate with the above parties in every way possible,
so that the construction can be completed in the least possible time.
6.37.2 CONTRACTOR must be familiar with all codes, laws, ordinances, and regulations which in any
manner affect those engaged or employed in the Work, or materials and equipment use in or upon
the Work, or in any way affect the conduct of the Work, and no plea of misunderstanding will be
considered on account of damage or delay caused by his ignorance thereof.
Use Premises:
6.38 CONTRACTOR must confine its apparatus, storage of materials, and operations of its workmen to the
limits indicated by law, ordinances, permits and directions of CONSULTANT and City Manager, and may
not unnecessarily encumber any part of the site or any areas off site.
6.38.1 CONTRACTOR nay not overload or permit any part of any structure to be loaded with such
weight as will endanger its safety, nor may it subject any work to stresses or pressures that will
endanger it.
6.38.2 CONTRACTOR must enforce the rules and regulation promulgated by CONSULTANT and
OWNER as well as their instructions with regard to signs, advertisements, fires and smoking.
6.38.3 CONTRACTOR must arrange and cooperate with the City Manager in routing and parking of
automobiles of its employees, subcontractors and other personnel, as well as that of the material
delivery trucks and other vehicles that come to the Project site.
6.38.4 The City Manager will designate specific areas on the site for storage, parking, etc. and the job site
must be fenced to protect the job site and the general public.
6.38.5 CONTRACTOR must furnish, install and maintain adequate construction office facilities for all
workers employed by it or by its Subcontractors. Temporary offices must be provided and located
where directed and approved by CONSULTANT. All such facilities must be furnished in strict
accordance with existing governing regulations. Field offices must include telephone facilities.
145 of 167
e
Protection of Existing ProVerty Improvements:
6.38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities,
footings, or structures (including portions thereof), trees and shrubbery, not indicated on the Drawings or noted
in the Specifications as being removed or altered must be protected from damage during construction of the
Project. Any such improvements damaged during construction of the Project must be restored at the expense
of CONTRACTOR to a condition equal to that existing at the time of award of Contract.
ARTICLE 7 - WORK BY OTHERS,
7.1 OWNER may perform additional Work related to the Project or may let other direct contracts therefor
which must contain General Conditions similar to these. CONTRACTOR must afford the other
contractors who are parties to such direct contracts (or OWNER, if it is performing the additional Work
itself), reasonable opportunity for the introduction and storage of materials and equipment and the
execution of Work, and must properly connect and coordinate its Work with theirs.
7.2 If any part of CONTRACTOR'S Work depends upon proper execution or results of the Work of any other
contractor or OWNER, CONTRACTOR must promptly report to CONSULTANT in writing any defects
or deficiencies in such Work that render it unsuitable for CONTRACTOR's Work.
7.3 CONTRACTOR must do all cutting, fitting and patching of the Work that may be required to make its
several parts come together properly and fit to receive or be received by such other
Work. CONTRACTOR may not endanger any Work of others by cutting, excavating or otherwise altering
their Work and may only cut or alter their Work with the written consent of CONSULTANT and of the
other contractor whose work will be affected.
7.4 If the performance of additional Work by other contractors or OWNER is not noted in the Contract
Documents prior to the execution of the Contract, written notice thereof will be given to CONTRACTOR
prior to starting any such additional Work. If CONTRACTOR believes that the performance of such
additional Work by OWNER or others will cause CONTRACTOR additional expense or entitles him to
an extension of the Contract Time, he may make a claim therefore as provided in Articles I I and 12.
7.5 Where practicable, CONTRACTOR must build around the work of other separate contractors or must
leave chases, slots and holes as required to receive and to conceal within the general construction Work
the work of such other separate contractors as directed by them. Where such chases, slots, etc., are
impracticable, the Work will require specific approval of CONSULTANT.
7.6 Necessary chases, slots, and holes not built or left by CONTRACTOR must be cut by the separate
contractor requiring such alterations after approval of CONTRACTOR. CONTRACTOR must do all
patching and finishing of the work of other contractors where it is cut by them and such patching and
finishing will be at the expense of CONTRACTOR
7.7 Cooperation is required in the use of site facilities and in the detailed execution of the Work. Each
contractor must coordinate their operation with those of the other Contractors for the best interest of
the Work in order to prevent delay in the execution thereof.
7.8 Each of several contractors working on the Project Site must keep themselves informed of the progress of
the work of other contractors. Should lack of progress or defective workmanship on the part of other
contractors interfere with CONTRACTOR's operations, CONTRACTOR must notify CONSULTANT
immediately and in writing. Lack of such notice to CONSULTANT will be construed as acceptance by
CONTRACTOR of the status of the work of other contractors as being satisfactory for proper
coordination of CONTRACTOR's own Work.
7.9 The cost of extra Work resulting from lack of notice, untimely notice, failure to respond to notice, Defective
Work or lack of coordination will be CONTRACTOR's cost.
7.10 The City Manager reserves the right in the event CONTRACTOR cannot provide an item(s) or service(s)
in a timely manner as requested, to obtain the good and/or services from other sources and deducting the
cost from the Contract Price without violating the intent of the Contract.
ARTICLE 8 — CITY'S RESPONSIBILITIES.
8.1 The City Manager will issue all communications to CONTRACTOR through CONSULTANT.
8.2 In cases of termination of employment of CONSULTANT, the City Manager will appoint a CONSULTANT
whose status under the Contract Documents will be that of the former CONSULTANT.
8.3 The City Manager will promptly furnish the data required of them under the Contract Documents.
8.4 OWNER'S duties in respect to providing lands and easements are set forth in Paragraphs 4.1 and 4.2.
8.5 OWNER will have the right to take possession of and use any completed or partially completed portions
of the Work, notwithstanding the fact that the time for completing the entire Work or any portion thereof
146 of 167
may not have expired; but such taking possession and use will not be deemed an acceptance of any Work
not completed in accordance with the Contract Documents.
•n
ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION.
City's Representative:
9.1 CONSULTANT will be OWNER'S representative during the construction period. The duties and
responsibilities and the limitations of authority of CONSULTANT as OWNER'S representative during
construction are set forth in Articles I through 16 of these General Conditions and will not be extended
without written consent of the City Manager and CONSULTANT.
9.1.1 CONSULTANT's decision, in matters relating to aesthetics, will be final, if within the terms of the
Contract Documents.
9.1.2 Except as may be otherwise provided in this contract, all claims, counterclaims, disputes and other
matters in question between OWNER and CONSULTANT arising out of or relating to this
Contract or the breach thereof, will be decided in a court of competent jurisdiction within the State
of Florida.
Visits to Site:
9.2 CONSULTANT must provide an inspector to make periodic visits to the site at each phase of construction
to observe the progress and quality of the executed Work and to determine if the Work is proceeding in
accordance with the Contract Documents. His efforts must be directed toward providing assurance for
OWNER and all applicable regulatory agencies that construction is in compliance with the Construction
Documents and applicable laws, rules and regulations. On the basis of these on site -observations as an
experienced and qualified design professional, he must keep the City Manager informed of the progress of
the Work and must guard OWNER against defects and deficiencies in the Work of CONTRACTOR.
Clarifications and Interpretations:
9.3 CONSULTANT will issue, with reasonable promptness, such written clarifications or interpretations of the
Contract Documents (in the form of Drawings or otherwise) as it may determine necessary, which will be
consistent with, or reasonably inferable from, the overall intent of the Contract Documents. If
CONTRACTOR seeks an increase in the Contract Price or extension of Contract Time based on a written
clarification and/or interpretation, it will be required to submit a timely claim as provided in Articles I I and
12.
Measurement of Ouantities:
9.4 All Work completed under the Contract will be measured by CONSULTANT according to the United
States Standard Measures. All linear surface measurements will be made horizontally or vertically as
required by the item measured.
Rejecting Defective Work:
9.5 CONSULTANT will have authority to disapprove or reject Work that is "Defective Work" as defined in
Article I. It will also have authority to require special inspection or testing of the Work including Work
fabricated on or off site, installed or completed as provided. If CONSULTANT requires testing of
completed Work, the cost of such inspections and/or testing must be approved in writing by the City
Manager. All consequential cost of such inspections and testing, including but not limited to the cost of
testing and inspection, the cost of repairing any of the Work, or the work of others, the cost to move
furniture and equipment and/or the cost to provide alternative facilities until the repair work can be
completed, must paid by CONTRACTOR if the Work is found to be Defective Work.
Shop Drawings, Change Orders and Payments:
9.6 In connection with CONSULTANT responsibility as to Shop Drawings and samples, see paragraphs 6.25
through 6.28, inclusive. -
9.7 In connection with CONSULTANT's responsibility for Change Orders see Articles 10, 11, and 12.
9.8 In connection with CONSULTANT responsibilities with respect to the Application for Payment, etc., see
Article 14.
Decisions on Disagreements:
9.10 CONSULTANT will be the initial interpreter of the Construction Documents.
Limitations on Consultant's Responsibilities:
147 of 167
9.1 1 CONSULTANT will not be responsible for the construction means, methods, techniques, sequences or
procedures, or the safety precautions and programs incident thereto.
9.12 CONSULTANT will not be responsible for the acts or omissions of CONTRACTOR, or any
Subcontractors, or any of their agent, servants or employees, or any other person performing any of the
Work under or through them.
ARTICLE 10 - CHANGES lb! THE WORK,
10.1 Without invalidating the Contract, the City Manager may, at any time or from time to time, order additions,
deletions or revisions in or to the Work which will only be authorized by a written Change Orders. Upon
receipt of a Change Order, CONTRACTOR must proceed with the Work involved. All such Work must
be performed under the applicable conditions of the Contract Documents. If any authorized written
Change Order causes an increase or decrease in the Contract Price or an extension or shortening of the
Contract Time, an equitable adjustment will be made as provided in Article I I or Article 12. A written
Change Order signed by the City Manager and CONTRACTOR indicates their agreement to the terms of
the Change Order. All Change Orders must be certified by CONSULTANT as to the appropriateness and
value of the change in the Work as well as to any change in the time to complete the Work under the
circumstances. The failure to include a time extension in the Change Order or in the request for a change
order will result in a waiver of any extension of time due to the change in the work as reflected in the
Change Order.
10.2 CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost and not
inconsistent with the overall intent of the Contract Documents without the need for a formal written
Change Order provided CONTRACTOR does not request additional time or additional
compensation. These may be accomplished by a written Field Order. If CONTRACTOR believes that any
change or alteration authorized by CONSULTANT's Field Order would entitles CONTRACTOR to an
increase in the Contract Price or extension of Contract Time, it must submit a written notice of intent to
demand a Change Order within twenty-four (24) hours of the issuance of the Field Order and submit a
written proposal for Change Order within four (4) days thereafter, otherwise CONTRACTOR will be
deemed to have waived such claim.
10.3 Additional Work performed by CONTRACTOR without authorization of a written Change Order will not
entitle it to an increase in the Contract Price or an extension of the Contract Time, except in the case of
an emergency as provided in paragraph 6.21 and except as provided in paragraph 10.2.
10.4 The City Manager will execute appropriate Change Orders prepared by CONSULTANT covering changes
in the Work, to be performed as provided in paragraph 4.4, and Work performed in an emergency as
provided in paragraph 6.21 and any other claim of CONTRACTOR for a change in the Contract Time or
the Contract Price which is approved by CONSULTANT.
10.5 It is CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of the
Work or change in the Contract Price or Contract Time and the amount of the applicable bonds will be
adjusted accordingly. CONTRACTOR must furnish proof of such an adjustment to the City Manager
before commencement of the Change Order Work. The Work will be stopped until CONTRACTOR
provides such proof of adjustment in the Bond amount and any such delay will be charged to
CONTRACTOR.
ARTICLE I I — CHANGE OF CONTRACT PRICE.
11.1 The Contract Price constitutes the total compensation payable to CONTRACTOR for Performing the
Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR will be at
its expense without changing the Contract Price.
11.2 The City Manager may, at any time, without written notice to the sureties, by written order designated or
indicated to be a Change Order, make any change in the Work within the general scope of the Contract,
including but not limited to changes to or in:
1 1.2.1 Specifications (including drawings and designs);
1 1.2.2 Method or manner of performance of the Work.
1 1.2.3 OWNER -furnished facilities, equipment, materials, services, or site; or
1 1.2.4 Acceleration in the performance of the Work.
11.3 Except as provided in this section, or sections referred to in this section, no order, statement, or conduct
of the City Manager will be treated as a Change Order or entitle CONTRACTOR to an equitable
adjustment unless and until the change in the Work is specifically and expressly provided for in a written
Change Order, or as otherwise provided in another section of the Contract Documents.
11.4 When a Change Order is issued by CONSULTANT and signed by the City Manager or issued by the City
Manager in writing, CONTRACTOR must perform the Work even if CONTRACTOR does not agree with
148 of 167
11.5
11.6
1 1.7
1 1.8
the dollar amount of the Change Order. If any Change Order causes an increase or decrease in
CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this
Contract, for which the City Manager and CONTRACTOR cannot reach a timely agreement, an equitable
adjustment based on the cost of the Work will be made and the Contract modified accordingly.
,
If CONTRACTOR intends to assert a claim for an equitable adjustment or contest the equitable adjustment
made by CONSULTANT, it must, within ten (10) calendar days after receipt of a written Change Order,
`'
submit to the City Manager and CONSULTANT a written notice including a statement setting forth the
general nature and monetary extent of such claim for equitable adjustment, time extension requested and
supporting data. In determining the cost of the Change Order, the costs will be limited to those listed in
section 11.7 and 11.8.
No claim by CONTRACTOR for an equitable adjustment hereunder will be allowed if not submitted in
accordance with this section or if asserted after final payment under this Contract.
The value of any Work covered by a Change Order or of any claim for an increase or decrease in the
Contract Price will be determined in one of the following ways:
1 1.7.1 By negotiated lump sum.
1 1.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a
mutually agreed upon fee to CONTRACTOR to cover overhead and profit not to exceed 15%. If
CONTRACTOR disagrees with CONSULTANT's determination of reasonable costs, the
CONTRACT must provide a list of all costs together with backup documentation
The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Change Order. Except as otherwise may be agreed to
in writing by City Manager, such costs must be in amounts no higher than those prevailing in Miami -Dade
County and may only include the following items:
1 1.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work described in the Change Order under schedules of job classifications agreed upon by City
Manager and CONTRACTOR. Payroll costs for employees not employed full time on the Work
must be apportioned on the basis of their time spent on the Work. Payroll costs must be limited
to: salaries and wages, plus the costs of fringe benefits which may include social security
contributions, unemployment, excise and payroll taxes, workers' compensation, health and
retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees may
include superintendents and foremen at the site. The expenses of performing Work after regular
working hours, on Sunday or legal holidays will be included in the above only if authorized by
OWNER and provided it was not in any way, whether in whole or in part the result of the fault of
CONTRACTOR due to negligence of CONTRACTOR or those acting by or through him or due
in whole or in part to Defective Work of CONTRACTOR.
11.8.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of
transportation and storage, and manufacturers' field services required in connection
therewith. CONTRACTOR must notify the City Manager of all cash discounts that are available
and offer OWNER the opportunity to deposit funds with CONTRACTOR for the payment for
items that offer a discount. Cash discounts will accrue to CONTRACTOR unless CONTRACTOR
fails to timely notify the City Manager of the discounts or if OWNER deposits funds with
CONTRACTOR with which to make payments in which cases the cash discounts will accrue to
OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials
and equipment will accrue to OWNER, and CONTRACTOR must make provisions so that they
may be obtained.
11.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by City Manager, CONTRACTOR must obtain competitive bids from
Subcontractors acceptable to him and must deliver such bids to City Manager who will then
determine, with the advice of CONSULTANT, which Bids will be accepted. No subcontract may
be a cost-plus contract unless approved in writing by the City Manager. If a Subcontract provides
,
that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the cost of the Work
will be determined in accordance this section 11.8 and in such case the word "Subcontractor" will
be substituted for the word "CONTRACTOR".
1 1.8.4 Rentals of all construction equipment and machinery, except hand tools, and the parts thereof
whether rented from CONTRACTOR or others in accordance with rental agreements approved
by City Manager with the advice of CONSULTANT, and the costs of transportation, loading,
unloading, installation, dismantling and removal thereof - all in accordance with terms of said rental
agreements. The rental of any such equipment, machinery or parts must cease when the use thereof
is no longer necessary for the Work.
149 of 167
1 1.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed
by any governmental authority.
1 1.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a
separate item.
1 1.8.7 The cost of utilities, fuel and sanitary facilities at the site.
1 1.8.8 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site,
expressage and similar petty cash items in connection with the Work.
1 1.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the
Work, not to exceed two percent (2%) of the increase in the Cost of the Work.
11.9 The term "Cost of the Work" does NOT include any of the following:
1 1.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers,
agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether
at the site or in its principal or a branch office for general administration of the Work and not
specifically included in the schedule referred to in Subparagraph 11.5.
1 1.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site.
1 1.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital
employed for the Work and charges against CONTRACTOR for delinquent payments.
1 1.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except as otherwise
provided in Subparagraph 11.8.9).
11.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective work, disposal of materials or equipment wrongly supplied
and making good any damage to property.
1 1.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and
expressly included in Paragraph 11.8.
11.10 CONTRACTOR'S fee which will be allowed to CONTRACTOR for its overhead and profit will be
determined as follows:
1 1.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon.
1 1.10.2 A mutually acceptable fixed percentage (not to exceed 15%).
1 1.1 1 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in
a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner
as provided in 1 1.8. When both additions and credits are involved in any one change, the net will be
computed to include overhead and profit, identified separately, for both additions and credit, provided
however, CONTRACTOR will not be entitled to claim lost profits for any Work not performed.
ARTICLE 12 - TIME FOR COMPLETION LIQUIDATED DAMAGES AND CHANGE OF THE
CONTRACT TIME,
12.1 Time is of the essence to this contract and the date of beginning and the time for completion of the Work
are essential conditions of the Contract. Therefore, the Work must be commenced on the date specified
in the Notice to Proceed and completed within the time specified for completion of the work.
12.2 CONTRACTOR must proceed with the Work at such rate of progress to ensure full completion within
the Contract Time. It is expressly understood and agreed, by and between CONTRACTOR and City
Manager, that the Contract Time for the completion of the Work described herein is a reasonable time,
taking into consideration the average climatic and economic conditions and other factors prevailing in the
locality of the Work. No extension of time will be granted due conditions that CONTRACTOR knew of
or should have known of before bidding on the project or due to inclement weather, except as provided in
section 12.7.
12.3 If CONTRACTOR fails to complete the Work within the Contract Time, or extension of time granted by
the City Manager, then CONTRACTOR must pay to OWNER the amount of liquidated damages as
specified in the Contract Documents for each calendar day after the scheduled date for completion as
adjusted by written Change Orders that extended the completion date.
12.3.1 These amounts are not penalties but are liquidated damages incurred by OWNER for its inability
to obtain full use of the Project. Liquidated damages are hereby fixed and agreed upon between
the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will
be sustained as a consequence of such delay, and both parties desiring to obviate any question or
dispute concerning the amount of said damages and the cost and effect of the failure of
150 of 167
CONTRACTOR to complete the Contract on time. The above -stated liquidated damages will apply
separately to each phase of the Project for which a time for completion is given.
12.3.2 City Manager is authorized to deduct the liquidated damages from monies due to CONTRACTOR
for the Work under this Contract.
12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the
CONTRACT TIME will be based on written notice delivered to the City Manager and CONSULTANT
within five (5) business days of the occurrence of the event giving rise to the claim and stating the general
nature of the claim including supporting data. All claims for adjustment in the Contract Time will be
evaluated and recommended by CONSULTANT, with final approval by the City Manager. Any change in
the Contract Time resulting from any such claim must be incorporated in a written Change Order.
12.5 All time limits stated in the Contract Documents are of the essence of the Contract.
12.6 No damage claim for delay is allowed and CONTRACTOR's sole remedy for delay caused by OWNER will
be an extension of time for the period of delay.
12.7 Extensions to the Contract Time for delays caused by the effects of inclement weather will not be granted
unless the weather was unusual for South Florida and could not have been anticipated, the abnormal
weather is documented by records from the national weather service and the abnormal weather is
documented to have had a substantial affected on the construction schedule.
12.8 No Damages for Delay: CONTRACTOR agrees that he will not have any claim for damages due to delay
unless the delay exceeds 6 months, whether individually or cumulatively, and then the damages will be
limited to increased cost of materials that were unanticipated and that would not have been incurred but
for the delay. Other than as set forth above, the only remedy for any delay will be limited to an extension
of time as provided for in Section 12.4 which will be the sole and exclusive remedy for such resulting
delay. Other than as set forth above, CONTRACTOR will not be entitled to an increase in the Contract
Price or payment or compensation of any kind from OWNER for direct, indirect, consequential, impact or
other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency,
overhead or lost profits, arising because of delay, disruption, interference or hindrance from any cause
whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable,
foreseeable or unforeseeable, or avoidable or unavoidable.
12.9 CONTRACTOR waives all claims that are not presented to City Manager in writing on or before the 21 st
day following the date of the event upon which the claim is based.
12.10 Dispute Resolution: If any dispute concerning a question of fact arises under the Contract, other than
termination for default or convenience, CONTRACTOR and the city department responsible for the
administration of the Contract will make a good faith effort to resolve the dispute. If the dispute cannot be
resolved by agreement, then the department with the advice of the City Attorney and CONSULTANT will
rule on the disputed issue and send a written copy of its decision to CONTRACTOR. CONTRACTOR
must comply with such decision and may not delay the project.
ARTICLE 13 — GUARANTEE.
13.1 CONTRACTOR guarantees and unconditionally warrants through either the manufacturer or
CONTRACTOR directly, all materials and equipment furnished and Work performed for patent Defective
Work for a period of one (1) year from the date of Final Acceptance as indicated in CONSULTANT Letter
of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the Certificate of
Completion, if issued by City Manager, whichever is applicable and if more than one is applicable, the one
that is issued last, for patent Defective Work,. CONTRACTOR guarantees and unconditionally warrants
through either the manufacturer or CONTRACTOR directly, all materials and equipment furnished and
Work performed for three (3) years from the date of Final Acceptance as indicated in CONSULTANT
Letter of Recommendation of Acceptance, if issued, the Certificate of Occupancy, if issued, or the
Certificate of Completion, if issued by City Manager, whichever is applicable and if more than one is
applicable, the one that is issued last, for latent Defective Work. The City Manager will give notice of
observed defects with reasonable promptness. In the event that CONTRACTOR should fail to commence
to correct such Defective Work within ten (10) calendar days after having received written notice of the
defect, or should CONTRACTOR commence the corrective work, but fail to prosecute the corrective
work continuously and diligently and in accordance with the Contract Documents, applicable law, rules and
regulations, the City Manager may declare an event of default, terminate the Contract in whole or in part
and cause the Defective Work to be removed or corrected and to complete the Work at
CONTRACTOR's expense, and the City Manager will charge CONTRACTOR the cost thereby
incurred. The Performance Bond will remain in full force and effect through the guarantee period.
151 of *I 67
Y
13.2 The specific warranty periods listed in the Contract Documents, if different from the period of time listed
in Section 13.1, will take precedence over Section 13.1.
13.3 CONTRACTOR must act as agent, on a limited basis for OWNER, at the City Manager's option, solely for
the follow-up concerning warranty compliance for all items under manufacturer's Warranty/Guarantee and
for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract.
13.4 In case of default by CONTRACTOR, the City of South Miami may procure the articles or services from
other sources and hold CONTRACTOR responsible for any excess costs occasioned or incurred thereby.
13.5 The City Manager may withhold acceptance of, or reject items which are found upon examination, not to
meet the specification requirements. Upon written notification of rejection, items must be removed within
five (5) business days by CONTRACTOR at his own expense and redelivered at his expense. Rejected
goods left longer than thirty (30) calendar days will be regarded as abandoned and City Manager will have
the right to dispose of them as its own property and CONTRACTOR thereby waives any claim to the good
or to compensation of any kind. Rejection for Non -Conforming Work or failure to meet delivery schedules
may result in the Contract being found in default.
ARTICLE 14. PAYMENTS AND COMPLETION.
Payments to Contractor
14.1 CONTRACTOR will not be entitled to any money for any work performed before the issuance of a Notice
to Proceed on the form described in the Contract Documents and the issuance by City Manager of a
"purchase order", or any other document, does not and will not authorize the commencement of the
Work. At least ten (10) calendar days before each progress payment falls due (but not more often than
once a month), CONTRACTOR must submit to CONSULTANT a partial payment estimate filled out and
signed by CONTRACTOR covering the Work performed during the period covered by the partial payment
estimate and supported by such data as CONSULTANT may reasonably require. All progress payment
applications after the first progress payment must be accompanied by partial releases of lien executed by all
persons, firms and corporations who have furnished labor, services or materials incorporated into the work
during the period of time for which the previous progress payment was made, releasing such claims and lien
rights, if any, of those persons. If payment is requested on the basis of materials and equipment not
incorporated in the Work but delivered and suitably stored at or near site, the partial payment estimate
must also be accompanied by such supporting data, satisfactory to the City Manager, which establishes
OWNER's title to the material and equipment as well as certificates of insurance providing coverage for
100% of the value of said material and equipment covering the material and equipment from all casualties
as well as theft, vandalism, fire and flood. CONTRACTOR must replace at its expense any stored materials
paid for which are either damaged or stolen before installation. CONSULTANT will within ten (10)
calendar days after receipt of each partial payment estimate, either certifying in writing its approval of
payment and present the partial payment estimate to the City Manager, or return the partial payment
estimate to CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the latter
case, CONTRACTOR may make the necessary corrections and resubmit the partial payment
estimate. OWNER, will within thirty (30) calendar days of presentation to it of any approved partial
payment estimate, pay CONTRACTOR a progress payment on the basis of the approved partial payment
estimate. City Manager may retain ten (10%) percent of the amount of each payment until Final Completion
and Acceptance of all Work covered by the Contract Documents. Any interest earned on the retainage
will accrue to the benefit of OWNER.
14.2 CONTRACTOR, before it receives final payment, must deliver to the City Manager a Contractor's Final
Payment Affidavit as set forth in the Florida Construction Lien Statute as well as final releases of lien
executed by all persons who have performed or furnished labor, services or materials, directly or indirectly,
which was incorporated into the Work. If any person refuses to provide such a release or provides a
conditional release, the City Manager will have the right to issue a joint check made payable to
CONTRACTOR and such person.
14.3 Punch list
City Manager and CONTRACTOR will develop a single list of items required to render complete,
satisfactory, and acceptable the construction services purchased by the local governmental entity. Within
30 calendar days after reaching substantial completion of the Project, City Manager will prepare a punch list
of items that need to be completed and, within 5 days after the list of items has been developed and
reviewed, the City Manager will deliver the punch list to CONTRACTOR. If the Project relates to more
than one building or structure, or involves a multiphase project, the City Manager will prepare a separate
punch list for each building and structure and if it is a multiphase project, for each phase, within 30 days of
substantial completion of such building, structure and phase. [See Sec. 255.07, Fla. Stat.]
(+ f
152 of 167
X7� �
1r..-
The final contract completion date may not be less than 30 days after the delivery of the list of items. If the
list is not timely delivered to CONTRACTOR, the contract time for completion must be extended by the
number of days OWNER exceeded the required delivery date.
Contractor's Warranty of Title
14.3 CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by an
Application for Payment whether the Work, material or equipment is incorporated in the Project or not,
will have passed to OWNER prior to the making of the Application for Payment, free and clear of all liens,
claims, security interest and encumbrances (hereafter in these General Conditions referred to as "Liens");
and that no Work, materials or equipment, covered by an Application for Payment, will have been acquired
by CONTRACTOR or by any other person performing the Work at the site or furnishing materials and
equipment for the Project, under or pursuant to an agreement under which an interest therein or
encumbrance thereon is retained by the seller or otherwise imposed by CONTRACTOR or such other
person.
Approval of Payment
14.4 CONSULTANT's approval of any payment requested in an Application for Payment will constitute a
representation by him to OWNER, based on CONSULTANT's on site observations of the Work in
progress as an experienced professional and on his review of the Application for Payment and supporting
data, that the Work has progressed to the point indicated in the Application for Payment; that, to the best
his knowledge, information and belief, the quality of the Work is in accordance with the Contract
Documents (subject to an evaluation of the Work as a functioning Project upon substantial completion as
defined in Article I, to the results of any subsequent tests called for in the Contract Documents and any
qualifications stated in his approval); and that CONTRACTOR is entitled to payment of the amount
approved. However, the approval of such payment does not mean and may not imply that CONSULTANT
made exhaustive or continuous on -site observations to check the quality or the quantity of the Work, or
that he has reviewed the means, methods, techniques, sequences and procedures of construction or that
he has made any examination to ascertain how or for what purpose CONTRACTOR has used the moneys
paid or to be paid to him, or that title to any Work, materials, or equipment has passed to OWNER free
and clear of any liens.
14.5 CONTRACTOR will not be entitled to be paid unless:
(a) the labor and materials listed on a payment application have been used in the construction of this Work
or, as to materials included in the request for payment that have not yet been incorporated into the
construction, such materials are on the site or stored at an approved location, and
(b) payment received from the last payment application has been used to fully pay for all the laborers,
subcontractors and materials reflected in that request, other than amounts that are in dispute and that are
listed in the payment application with reasonable clarity as to the reason for withholding payment with the
name, addresses and telephone number of the person whose request is being withheld. The payment
application must contain the forgoing statement and the statement must be certified by CONTRACTOR
as being true.
In the event that CONTRACTOR withholds payment from a Subcontractor or Supplier, the same amount
of money will be withheld from CONTRACTOR's payment until the issue is resolved by written agreement
between them and then a joint check will be made payable to the person in question and CONTRACTOR
in accordance with the settlement agreement, otherwise the money will be held by OWNER until a
judgment is entered in favor of CONTRACTOR or the person, in which case the money will be paid
according with said judgment. Nothing contained herein will indicate an intent to benefit any third persons
who are not signatories to the Contract.
14.6 CONSULTANT may refuse to approve the whole or any part of any payment if, in its opinion, it is unable
to make such representations to OWNER as required this Section 14. It may also refuse to approve any
payment, or it may void any prior payment application certification because of subsequently discovered
evidence or the results of subsequent inspection or tests to such extent as may be necessary in its opinion
to protect OWNER from loss because:
14.6.1 of Defective Work, or completed Work has been damaged requiring correction or replacement,
14.6.2 the Work for which payment is requested cannot be verified,
14.6.3 claims of Liens have been filed or received, or there is reasonable evidence indicating the probable
filing or receipt thereof,
14.6.4 the Contract Price has been reduced because of modifications,
153 of 167
�16j
Y
y r
`fir
14.6.5 OWNER has corrected Defective Work or completed the Work in accordance with Article 13.
14.6.6 of unsatisfactory prosecution of the Work, including failure to clean up as required by paragraphs
-6.29 and 6.30,
14.6.7 of persistent failure to cooperate with other contractors on the Project and persistent failure to
carry out the Work in accordance with the Contract Documents,
14.6.8 of liquidated damages payable by CONTRACTOR, or
14.6.9 of any other violation of, or failure to comply with provisions of the Contract Documents.
14.7 Prior to Final Acceptance, City Manager, with the approval of CONSULTANT, may use any completed or
substantially completed portions of the Work provided such use does not interfere with CONTRACTOR's
completion of the Work. Such use will not constitute an acceptance of such portions of the Work.
14.8 The City Manager has the right to enter the premises where the Work is being performed for the purpose
of doing Work not covered by the Contract Documents. This provision may not be construed as relieving
CONTRACTOR of the sole responsibility for the care and protection of the Work, or the restoration of
any damaged Work except such as may be caused by agents or employees of OWNER.
14.9 Upon completion and acceptance of the Work CONSULTANT will issue a Certificate attached to the Final
Application for Payment that the Work has been accepted by it under the conditions of the Contract
Documents. The entire balance found to be due CONTRACTOR, including the retained percentages, but
except such sums as may be lawfully retained by OWNER, will be paid to CONTRACTOR within thirty
(30) calendar days of completion and acceptance of the Work.
14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with
OWNER. The Bank of America ePayables Solution is an automated card payment process that shifts
accounts payable disbursements to corporate purchasing cards. ePayables, streamline the process of making
payments to your organization going forward, City Manager will provide CONTRACTOR with a credit
card account number to keep on file. This card has unique security features, with $0 of available funds until
an invoice is approved for payment. After an invoice has received proper and complete approval, an
electronic remittance advice will be sent via e-mail, or fax, which notifies CONTRACTOR that the funds
have been transferred in to the account linked to the card for the amount listed on the invoice and/or
remittance email. Please refer to the ePayables Questions & Answers Form contained in this RFP or contact
OWNER's Finance department at (305) 663-6343 with any questions.
Acceptance of Final Payment as Release
14.11 The Acceptance by CONTRACTOR of Final Payment will be and will operate as a release to OWNER and
a waiver of all claims and all liability to CONTRACTOR other than claims previously filed and unresolved.
The waiver includes all things done or furnished in connection with the Work and for every act and neglect
of OWNER and others relating to or arising out of this Work. Any payment, however, final or otherwise,
will not release CONTRACTOR or its sureties from any obligations under the Contract Documents or
the Performance Bond and Payment Bonds.
14.12 CONSULTANT may void any certification of Substantial Completion or Final Completion of the Work as
may be necessary in his opinion to protect OWNER from loss if he determines, because of subsequently
discovered evidence or the results of subsequent inspection or tests, that:
14.12.1 the Work is defective, or that the completed Work has been damaged due to the fault of
CONTRACTOR or any individual or entity operating under or through it requiring correction or
replacement to the extent that the project is no longer Substantially Completed, or in the case of
Final Completion certification, is no longer Finally Competed.
14.12.2 the Work necessary to be completed for the purpose of certifying the work as being Substantially
Completed or Finally Completed cannot be verified,
14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable
filing or receipt thereof that, if valid and paid, would reduce the amount owing to CONTRACTOR
BY 20% in the case of Substantial Completion and 5% in the case of Final Completion.
14.12.4 there is Defective Work the value of which, if deducted from the contract price would reduce the
amount owing to CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the
case of Final Completion.
14.13 If CONSULTANT de -certifies any portion of the Work that was certified ("Initial Certification") by
CONSULTANT, CONTRACTOR must repay to OWNER any money paid as a result of said Initial
Certification being issued which will be paid only when the decertified work is re -certified.
ARTICLE IS — SUSPENSION OF WORK AND TERMINATION.
IS. I The City Manager may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety (90) calendar days by notice in writing to CONTRACTOR and
154 of 167
CONSULTANT, which will fix the date on which Work will be resumed. Except for the City Manager's
exercising his right to suspend or terminate the contract pursuant to Article 6, Section 6.21 due to a state
of emergency, CONTRACTOR will be allowed an increase in the Contract Price or an extension of the
Contract Time, or both, directly attributable to any suspension and if a claim is timely made and if it is
allowed under the terms of Articles I I or Article 12.
City May Terminate
15.2 If CONTRACTOR is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of
its creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any its property, or if he
files a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, or
if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he
repeatedly fails to make prompt payments to Subcontractors or for labor, materials or equipment or he
disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if he
disregards the authority of CONSULTANT, or if he otherwise violates any provision of, the Contract
Documents, then the City Manager may, without prejudice to any other right or remedy and after giving
CONTRACTOR and the Surety seven (7) calendar days written notice, terminate the services of
CONTRACTOR and take possession of the Project and of all materials, equipment, tools, construction
equipment and machinery thereon owned by CONTRACTOR, and finish the Work by whatever method
it may deem expedient. In such case CONTRACTOR will not be entitled to receive any further payment
until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs
of completing the Project, including compensation for additional professional services, such excess will be
paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR or the Surety on the
Performance Bond must pay the difference to OWNER. Such costs incurred by OWNER will be
determined by CONSULTANT and incorporated in a Change Order.
If after termination of CONTRACTOR under this Section, it is determined by a court of competent
jurisdiction for any reason that CONTRACTOR was not in default, the rights and obligations of OWNER
and CONTRACTOR will be the same as if the termination had been issued pursuant to Section 15.5
15.3 Where CONTRACTOR'S services have been so terminated by the City Manager said termination will not
affect any rights of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any
retention or payment of moneys by OWNER due CONTRACTOR will not release CONTRACTOR from
liability.
15.4 Upon seven (7) calendar days' written notice to CONTRACTOR and CONSULTANT, the City Manager
may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract
for the convenience of OWNER. In such case, CONTRACTOR will be paid for all Work executed and
accepted by the City Manager as of the date of the termination, minus any deduction for damage or
Defective Work. No payment will be made for profit for Work which has not been performed.
1 SAA OWNER reserves the right in the event CONTRACTOR cannot provide an item(s) or service(s) in a timely
manner as requested, to obtain the good and/or services from other sources and deducting the cost from
the Contract Price without violating the intent of the Contract.
Removal of Equipment
15.5 In the case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if
notified to do so by the City Manager, must promptly remove any part or all of its equipment and supplies
from the property of OWNER. Should CONTRACTOR not remove such equipment and supplies, the
City Manager will have the right to remove them at the expense of CONTRACTOR and CONTRACTOR
agrees that OWNER will not be liable for loss or damage to such equipment or supplies. Equipment and
supplies will not be construed to include such items for which CONTRACTOR has been paid in whole or
in part.
Contractor May Stop Work or Terminate
15.6 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety
(90) calendar days by the City Manager or by order of other public authority, or under an order of court
or CONSULTANT fails to act on any Application for Payment within thirty (30) calendar days after it is
submitted, or OWNER fails to pay CONTRACTOR any sum approved by CONSULTANT, within thirty
(30) calendar days of its approval, and presentation, then CONTRACTOR may, upon twenty (20) calendar
days written notice to the City Manager and CONSULTANT, terminate the Contract. The City Manager
may remedy the delay or neglect within the twenty (20) calendar days. If timely remedied by OWNER, the
155 of 167
Contract will not be considered terminated. In lieu of terminating the Contract, if CONSULTANT has
failed to act on an Application for Payment or OWNER has failed to make any payment as afore said,
CONTRACTOR may upon ten (10) calendar days' notice to the City Manager and CONSULTANT stop
the Work until it has been paid all amounts then due.
Indemnification of Independent Consultant.
15.7 CONTRACTOR and the City Manager hereby acknowledges that if CONSULTANT is an independent
contractor of OWNER. CONSULTANT may be reluctant to rule on any disputes concerning the Contract
Documents or on the performance of CONTRACTOR or OWNER pursuant to the terms of the Contract
Documents. Therefore, OWNER, at CONSULTANT's request, agrees to provide CONSULTANT with a
written indemnification and hold harmless agreement to indemnify and hold CONSULTANT harmless as
to any decision in this regard before CONSULTANT makes an interpretation, de -certifies a payment
application, decertifies Substantial Completion, decertifies Final Completion, certifies an event of default, or
approves any action which requires the approval of CONSULTANT.
ARTICLE 16 — MISCELLANEOUS.
16.1 Whenever any provision of the Contract Documents requires the giving of written notice it will be deemed
to have been validly given if delivered in person to the individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage
prepaid, to the last known business address.
16.2 The Contract Documents are the property of OWNER. CONTRACTOR and CONSULTANT will have
the right to keep one record set of the Contract Documents upon completion of the Project.
16.3 The duties and obligations imposed by these General Conditions, Special Conditions and Supplementary
Conditions, if any, and the rights and remedies available hereunder, and, in particular but without limitation,
the warranties, guarantees and obligations imposed upon CONTRACTOR by the Contract Documents and
the rights and remedies available to OWNER and CONSULTANT thereunder, will be in addition to, and
will not be construed in any way as a limitation of, any rights and remedies available by law, by special
guarantee or by other provisions of the Contract Documents.
16.4 Should OWNER or CONTRACTOR suffer injury or damage to its person or property because of any
error, omission, or act of the other or of any of their employees or agents or others for whose acts they
are legally liable, claim must be made in writing to the other party within twenty-one (21) calendar days of
the first observance of such injury or damage.
ARTICLE 17 - WAIVER OF JURY TRIAL.
17.1 OWNER and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either
may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding,
lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work
thereunder.
ARTICLE 18 - ATTORNEYS FEES JURISDICTION 1 VENUE I GOVERNING LAW.
18.1 The Contract will be construed in accordance with and governed by the law of the State of Florida.
18.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim
or action arising out of or relating to the Contract or Contract Documents. The parties agree that venue
of any action to enforce the Contract is in Miami -Dade County, Florida.
18.3 Except as may be otherwise provided in the Contract Documents, all claims, counterclaims, disputes and
other matters in question between OWNER and CONTRACTOR arising out of or relating to this Contract
or the breach thereof, will be decided in a court of competent jurisdiction within the State of Florida.
ARTICLE 19 - PROJECT RECORDS.
19.1 The City Manager has the right to inspect and copy during regular business hours at OWNER'S expense,
the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any
claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and
accounting records of CONTRACTOR which relate to the Project. CONTRACTOR will retain and make
available to City Manager all such books and records and accounts, financial or otherwise, which relate to
the Project and to any claim for a period of three (3) years following final completion of the Project. During
the Project and the three (3) year period following final completion of the Project, CONTRACTOR must
provide City Manager access to its books and records upon five (5) business day's written notice.
156 of 167
19.2 CONTRACTOR and all of its subcontractors are required to comply with the public records law
(s.119.0701) while providing services on behalf of OWNER and CONTRACTOR, under such conditions,
must incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR and its
subcontractors are specifically required to: (a) Keep and maintain public records required by the public
agency to perform the service; (b) Upon request from the public agency's custodian of public records,
provide the public agency 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 this chapter or as
otherwise provided by law; (c) 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; and (d) Upon completion of the contract, transfer, at no cost, to.the public agency all
public records in possession of the contractor or keep and maintain public records required by the public
agency to perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor must 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 must meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public agency, upon
request from the public agency's custodian of public records, in a format that is compatible with the
information technology systems of the public agency.
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, CONTACT THE CUSTODIAN OF PUBLIC RECORDS
AT 305-663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive,
South Miami, FL 33143.
19.3 If CONTRACTOR or its subcontractor does not comply with a public records request, the City Manager
has the right to enforce this contract provision by specific performance and the person who violates this
provision is liable to OWNER for its costs of enforcing this provision, including attorney fees incurred in
all proceedings, whether administrative or civil court and in all appellate proceedings.
ARTICLE 20 — SEVERABILITY.
20.1 If any provision of the Contract or the application thereof to any person or situation is, to any extent, held
invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons
or situations other than those as to which it is held invalid or unenforceable will not be affected thereby,
and will continue in full force and effect, and be enforced to the fullest extent permitted by law.
ARTICLE 21 — INDEPENDENT CONTRACTOR.
21.1 CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by
CONTRACTOR must be by employees of CONTRACTOR and subject to supervision by CONTRACTOR,
and not as officers, employees, or agents of OWNER. Personnel policies, tax responsibilities, social security
and health insurance, employee benefits, purchasing policies and other similar administrative procedures,
applicable to services rendered under the Contract must be those of CONTRACTOR.
ARTICLE 22 — ASSIGNMENT,
22.1 CONTRACTOR may not transfer or assign any of its rights or duties, obligations and responsibilities arising
under the terms, conditions and provisions of this Contract without prior written consent of the City
Manager. The City Manager will not unreasonably withhold and/or delay OWNER'S consent to the
assignment of CONTRACTOR's rights. The City Manager may, in the manager's sole and absolute
discretion, refuse to allow CONTRACTOR to assign its duties, obligations and responsibilities. In any
event, OWNER is not obligated to consent to such assignment unless CONTRACTOR remains jointly and
severally liable for any breach of the Agreement by the assignee, the assignee meets all of OWNER's
requirements to the City Manager's sole satisfaction and the assignee executes all of the Contract
Documents that were required to be executed by CONTRACTOR.
ARTICLE 23 — FORCE MAIEURE.
23.1 Neither party may hold the other responsible for damages or for delays in performance caused by force
majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have
been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but
157 of 167
not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or
other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the
parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably
possible.
ARTICLE 24- E-VERIFY(448.09S(2)
24.1 As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Scat.,
Contractor and its subcontractors must register with and use the E-Verify system to verify work
authorization status of all employees hired after January I, 2021.
24.1.1 Contractor must require each of its subcontractors to provide Contractor with an affidavit stating
that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien.
Contractor must maintain a copy of the subcontractor's affidavit as part of and pursuant to the records
retention requirements of this Agreement
24.1.2 The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with
which it is contracting has knowingly violated Section 448.09(I), Fla. Stat. or the provisions of this
section must terminate the contract with the person or entity.
24.1.3 The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section,
but that the Contractor otherwise complied, must promptly notify Contractor and Contractor must
immediately terminate the contract with the subcontractor.
24.1.4 A contract terminated under the provisions of this Section is not a breach of contract and may not
be considered such.
24.1.5 Any contract termination under the provisions of this Section may be challenged no later than 20
calendar days after the date on which this Agreement is terminated pursuant to paragraph b. or c.
above.
24.1.6 Contractor acknowledges that upon termination of this Agreement by the City for a violation of this
Section by Contractor, Contractor may not be awarded a public contract for at least one (1) year.
Contractor further acknowledges that Contractor is liable for any additional costs incurred by the
City as a result of termination of any contract for a violation of this Section.
24.1.7 Subcontracts. Contractor or subcontractor must insert in any subcontracts the clauses set forth in
this Section, including this Subsection, requiring the subcontractors to include these clauses in any
lower tier subcontracts. Contractor is responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in this Section and Contractor's failure to enforce compliance
is a substantial and material breach of this Agreement.
IN WITNESS WHEREOF, the parties hereto ha a executed th General Conditions to acknowledge
their inclusion as part of the Contract Documents on this A day of \ .Q . 12021
ATTESTED:
CONTRACTOR: 1..,•
Signature: /-1—
Print Signatory's Name: c-��-1f � V to (��i����I .
Tide of Signatory:y 1 G2 T)� q, I cl`l I V Y
OWNER:
Signature: O Signature:
Nkeng4A. Payn
City Clerk
158 of 167
CITY OF SOUTH MIAMI
VSharimali
Read and Approved as to Form, Language,
Legality, and Execution Thereof*
Signature:
d'ity Attorney
At
END OF SECTION
159 of 167
EXHIBIT 6
Supplementary Conditions
CONSTRUCTION CONTRACT
ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL FROM SW 58 TO 60 ST
RFP #PW2021-38
A. Consultant: In accordance with ARTICLE I of the General Conditions the consultant (CONSULTANT) is
defined as the person identified as the consultant in the Supplementary Conditions or if none, then
OWNER'S designated representative as identified in the Supplementary Conditions. CONSULTANT's, if
any, and OWNER's Designated Representative's name, address, telephone number and facsimile number
are as follows:
Consultant: SRS ENGINEERING, INC.
5001 SW 74 Court
Suite 201
Miami, FL 33155
Ph: 3051662-8887
Fax: 305/662-8858
B. Termination or Substitution of Consultant: Nothing herein will prevent the City Manager from terminating
the services of CONSULTANT or from substituting another "person" to act as CONSULTANT.
C. Plans for Construction: The successful CONTRACTOR will be furnished sets of Contract
Documents without charge. Any additional copies required will be furnished to CONTRACTOR at a cost
to CONTRACTOR equal to the reproduction cost.
D. The Scope of Services, also referred to as the Work in the contract documents, is as set forth in the RFP
and in the attached EXHIBIT I, Attachments A. B. & C to the RFP and if there is a conflict the
attached Exhibit will take precedence.
E. Contractor must comply with the insurance and indemnification requirements is set forth in the RFP and in
the document set forth in the attached EXHIBIT 2 to the RFP and if there is a conflict the attached
Exhibit will take precedence.
F. The Work must be completed in 90 calendar dais unless a shorter time is set forth in the Contract and
in such event the Contract will take precedent notwithstanding any provision in the General Conditions to
the Contract that may be to the contrary.
G. CONTRACTOR has reviewed and checked all information and data with respect to existing Underground
Facilities or conditions at or contiguous to the site and assumes responsibility for the accurate location of
all Underground Facilities and conditions that may affect the Work. It is agreed by the parties that no
additional examinations, investigations, explorations, tests, reports or similar information or data in respect
to any Underground Facilities or conditions are, or will be, required by CONTRACTOR to perform and
furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms
and conditions of the Contract Documents.
H. CONTRACTOR has given the City Manager written notice of all conflicts, errors or discrepancies that it
has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found
and notice given, CONTRACTOR represents, by submitting its proposal to the City Manager, that
CONTRACTOR has received sufficient notice of the resolution thereof from the City Manager, that such
resolution is acceptable to CONTRACTOR and that CONTRACTOR waives any claim regarding the
conflicts, errors or discrepancies.
IN WITNESS WHEREOF, the parties hereto hav xecuted t31M
enta Condiiti��ns to
acknowledge their inclusion as part of the Contract on this re day of ry , 20 !/7,
CONTRACTOR: Hof Ili , 1Am V Q 1� 0 C
Signature: p
Print Signatory's Name:�� 1 Tt ly lcjy 11 L.
Title of Signatory: ` _Qjl 64 l=t--
160 of 167 w
ATTESTED: OWNER: CITY OF SOUTH J,+IIAMI
Signature: lovSignature: �—
Nken . pay n Shari
City CI k City
Read and Approved as to Form, Language,
Legality, and Execution Thereof:
Signature:
iry Attorney
END OF SECTION
161 of 167
Tabulation Sheet
Agency Name City of South Miami
Bid Number RFP-RFP #PW2021-38-0-2021/SK
Bid Name ROADWAY & DRAINAGE IMPROVEMENTS SW 62 Pl. FROM SW 58 TO 60 ST
Bid Due Date 06/08/2021 10:00:00
Bid Opening Closed
14375
SW 120
it •
RG Underground
06/08/2021
St Ste
104,
$309398.72
Bidding
Engineering, INC
Miami,
Document
FL,
33186
13831
SW 59
Street,
12 •
Rock Power
06/08/2021
Suite
$396338.10
Bidding
Paving, Inc.
204
Document
Miami,
FL,
33183
9312 NW
13th St,
13 •
Star Paving
06/OB/2021
Bay #7,
$442234.01
Bidding
Corporation
Donal,
Document
FL,
33172
13911
SW 42nd
Team
ST, Suite
14 .
Contracting, Inc.
06/08/2021
209,
$322203.09
Bidding
Miami,
Document
FL,
33175
10850
NW
138th
15 .
The Stout Group,
06/08/2021
Street,
Bay #3,
$329893.70
Bidding
LLC
Hialeah
Document
Gardens,
FL,
33018
490 NW
S River
16 .
Construction
06/08/2021
Drive,
Miami,
$560541.39
Bidding
IUAG
FL,
133128
Document
260
RFP PW 2021-38
NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER
PERFORMANCE BOND & INSURANCE REQURIED AS A CONDITION OF AWARD
Bidder
Bid Price
E- Bid
Package
Bid
Form
SOV
Bidder
Qualif.
Ref.
List of
Subs'
Non Coll.
Affidavit
Public
Entity
Crimes and
Conflicts
Drug free
Workplace
OSHA
Stds
State
Listings
Related
Party
Presen
Proof
of Ins
Signed
Contract
Sun
Biz
HARTEC
$279,705.23
X
X
X
X
X
X
X
X
X
X
X
X
X
N/A
X
RG
UNDERGRD
$309,398.72
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
MAGGOLC
$320,224.70
X
X
X
X
X
X
X
X
X
X
X
X
N/A
N/A
N/A
TEAM CONT.
$322,203.09
X
X
X
X
X
X
X
X
X
X
X
X
X
N/A
X
QUALITY
PAVING
$323,291.49
X
X
X
X
X
X
X
X
X
X
X
N/A
N/A
N/A
STOUT GRP
$329,893.70
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
ATC ENG
$332,774.60
X
X
X
X
X
X
X
X
X
X
X
X
X
N/A
N/A
BACO ENG
$338,103.70
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
PABON
$344,382.90
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
ADA ENG
$354,504.15
X
X
X
X
X
X
X
X
X
X
X
X
N/A
X
X
BC&E
$367,213.50
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
GPE ENG
$379,579.97
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
JVA ENG
$395,616.15
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
ROCK
POWER
$396,338.10
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
STAR
PAVING
$442,234.01
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
IUAG CONST
$560,541.39
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
261
Axv ALM
Discover. Connect. Compete. ALM Media, LLC
PO Box 936174
Please Remit To: Atlanta, GA 3119
CITY OF SOUTH MIAMI
Attention To: NKENGA "NIKKI" PAYNE
NKENGA A. PAYNE
6130 SUNSET DR
SOUTH MIAMI, FL 33143
WcElvED
J2
CLERK'S OFFICE I Daily Business Review
Miami Dade
Customer No: 900S479
Invoice or 10000629515-0512
Invoice Date: 05/12/2021
Due Date: Duo Upon Receipt
AMOUNT DUE: $118.90
Amount Remmed
PLEASE RETURN THIS SECTION IY1rH PAYMENT
Daily Business Review
Miami Dade
Invoice Date: 05/12/2021 Customer#. 9005479
Invoices Descapeon Amount
10000529515-0512 PlacementlPoaition: Bids/Heam9s/MeeUngs/Ordim nces/Bid Notices 8 RFPs S118.90
Run Dates: 05/12J2021
Ad Size: 2 x 6.68 Inches SDS118.90
Subtotal
CITY OF SOUTH MIAMI - RFP 11PVJ2021-38
Total Due 5118.90
Visit our online payment portal at https:/Iwww.almpavmentcenler.com to pay via credit card
For bill Ing questions, please email: ALMcollectiun@aim.com.
mew ALM
Discover. Connect. Compete.
263
/f
MIAMI DAILY BUSINESS REVIEW
Puahshed Daily except Salwday, Sunday and
Legal Holiday.
MUM. Miami Dade County, Flanda
STATE OF FLORIDA
COUNTY OF MIAMI-DADE:
Before the undersigned authority personally appeared
GUILLERMO GARCIA. who an oath says that he or she is the
DIRECTOR OF OPERATIONS, Legal Notices of the Miami Daily
Business Review flute Miami Review, a daily (except
Saturday, Sunday and Legal Holidays) newspaper,
published at Miami in Miami -Dade County, Florida; that the
attached copy of advertisement, being a Legal Advertisement
of Notice in the matter of
CITY OF SOUTH MIAMI - RFP 41PW2021-3e
in the XXXX Court,
was published in said newspaper in the issues of
051120021
Alfiant further says that the said Miami Daily Business
Review is a newspaper published at Miami, in said Miami -Dade
County, Florida and that the said newspaper has heretofore
been continuously published in said Miami -Dade County, Florida
each day (except Saturday, Sunday and Legal Holidays) and
has been entered as second class mail matter at the post
office in Miami in said Miami -Dade County, Florida. for a period
of one year next preceding the first publication of the attached
copy of advertisement; and affiant further says that he or she
has neither paid nor premised any person, firm or corporation
any discount, rebate, commission or refund for the purpose of
securing this advertisement for publication in the said
newspaper. _
C.r, J�J-�.ry-../bbIUIb 111b Y11!
12 y of Y, AD. 2021
(SEAL)
GUIULERMCfGARCIA personalty known to me
F'•"-- CHRISTINALYNN RAVIX
gp�, _ COMMISstomNG6277771
^'sue .:` Expires November 192022
eo BWy dTlw TnyFainlrm' naMS00.3e5.7019
SOti7yy
h �
C 3
nal 927
�t 0 it 0'
CITY OF SOUTH MIAMI
ROADWAYSW 62 PL FROM SW 58 TO 60NTS
ST
RFP #PW2021-3S
SUBMITTAL DUE DATE:
JUNE 8, 2021 AT 10 AM
The City is hereby requesting seated proposals in response to RFP
opW2o21-36, ROADWAY & DRAINAGE IMPROVEMENTS SW 62 PL
FROM SW 68 TO 60 ST. The purpose of this Solicitation is to contract for
the services necessary for the completion of the project in accordance with
the Scope of SerWces, (EXHIBIT 1, Attachments A B & C) and the
plans and/or specifications, if any, described in this Solicitation (hereinafter
refined to as'the Project' or 'Project').
Interested persons who wish to respond to this Solicitation can obtain the
complete Solicitation package by accessing the following webpage:
http.ilwww.southmiamifl.gov/ which is the City of South Miami's web
address for solicitation information.
The City will only receive submittals electronically through bthe -Dee 96tarr
Electronic Bid System (E-Bidding). register
o to
hips://nelwork.dem_andstar coml See directions for registering and signing
into your Demand5lar user amount on the next page following this Solicitation
Cover Letter.
proposa's must be receved elechonically though Demand5tar, no later than
10:00 &M. total time (the -Closing. Date_) on June B, 2021 and any
Proposal received by the City through DemandSfar after 10:00 a.m. local
time on said date will not be accepted under any circumstances. Hand
delivery will not be accepted.
E-BID OPENING VIA VIDEO CONFERENCING:
The opening of E-Bids for this solicitation will occur at 1tr.30 A.M. local time
on (the Closing Date, June B, 2021. The City Clerk will conduct the E-Bid Opening
through video conterencing using the Zoom platfor Members 6636339 oe
public may view the meeting via Zoom at htfp@Jlzpp y313 faa hY dialing 7-1003
listen to the must on a dedicated phone
Meeting ID: 3056636339.
Nkenga A- Payne. CMC
City Clerk,
City of South Miam21-3610000529515M
5112
264
6/8/2021 Detail by Entity Name
1 JJ j
org 1_;rJ�_rJ_�,
Oepanment of Slate / Division of Corporations / Search R=rds / •Search by entity Name /
Detail by Entity Name
Florida Profit Corporation
HARTEC GROUP, INC.
EW g Information
Document Number
P09000017199
FEUEIN Number
26-4325232
Date Filed
02/24/2009
Effective Date
02/24/2009
State
FL
Status
ACTIVE
Last Event
RESTATED ARTICLES
Event Date Filed
11108/2019
Event Effective Date NONE
ErladRal Address
8200 SW 187 TER
CUTLER BAY, FL 33157
Changed: 11/08/2019
Mailing Address
P.O. BOX 562312
MIAMI, FL 33176
Changed: 11 /08/2019
Registered Agent Name & Address
FLORIDA CORPORATE SERVICES LLC
3006 AVIATION AVENUE
STE. 2A
COCONUT GROVE, FL 33133
Name Changed: 02/03/2020
Address Changed: 02/03/2020
Officer/Director Detail
Name & Address
Title P
I HARDIE, MAURICE 1 265
search.sunbiz.org/inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder-HARTECGROU... 1 /2
61812021
Detail by Entity Name
8200 SW 187 TERR
CUTLER BAY, FL 33157
Title VP
4ARDIE, GARRETT
15840 SW 148 TERR
NIAMI, FL 33196
„4nnual Re ports
Report Year Filed Date
2019 05/01/2019
2020 02/03/2020
2021 02/23/2021
Document Images
02Q3/2021 — ANNUAL REPORT
View Image in PDF format
02N32020 — ANNUAL REPORT
View image in PDF format
11/082019— RBafaled Articles
View image in PDF formal
0510112019 —ANNUAL REPORT
View image In PDF format
0510112018— ANNUAL REPORT
View image in PDF format
051042017— ANNUAL REPORT
View image in PUF format
U0912016 —ANNUAL REPUR 1
View image In PDF format
91//112016 -- Amendment
View image in PDF format
111302015 •• Amendment
View image in PDF formal
04/292015 — ANNUAL REPORT
View image in PDF format
0412112014 — ANNUAL REPORT
View image in PDF formal
041)12013 — ANNUAL REPORT
View image in PDF format
030 812012 — ANNUAL REPORT
View image in PDF format
W032Oil— ANNUAL REPORT
View image In PDF format
MI 010—Reg_6genlChange
View image in PDF formal
041t12010—ANNUAL REPORT
View image In PDF format
0224.2009 — Domestic. Profit
View image in PDF formal
266
search sunbiz.org/Inquiry/CorpomtionSearch/SearchResultDetall?inquirytype=EntityNameBdirecUonType=lnitial&s archNameOrder—HARTECGROU... 212