Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 063-23-15996
RESOLUTION NO. 063-23-15996 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AW ARD ING A CONTRACT FOR CONTRACT TO MAGGOLC INC. FOR THE CONSTRUCTION OF ROADWAY AND DRAINAGE IMPROVEMENTS ALONG SW 59m A VENUE BETWEEN SW 64TH STREET AND SW 66TH STREET PURSUANT TO INVITATION TO BID (1TB) NO. PW2023-06; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THE SERVICES; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") is in need of roadway and drainage improvements along SW 59th Avenue between SW 64 th Street and SW 66th Street (the "Project"); and WHEREAS, the City has obtained design and construction documents dated January 16, 2023, for the Project developed by SRS Engineering, which design and construction documents have been approved by Miami-Dade County RER DERM and the City's Engineering & Construction Division; and WHEREAS, on April 4, 2023, the City issued Invitation to Bid (1TB) No. PW2023-06 for the Project; and WHEREAS, the City received nine (9) bids in response to the 1TB; and WHEREAS, after review and evaluation of the bids, City Staff determined that Maggolc Inc. (the "Contractor") was the lowest, most responsive and responsible bidder, with a bid in the amount of $172,828.10 (the "Bid") for construction of the Project; and WHEREAS, the City Commission desires to select and award the Contractor a contract for construction of the Project and authorize the City Manager to negotiate and execute a contract, in substantially the form attached hereto as Exhibit "A" (the "Contract"), with the Contractor for Page 1 of3 Res. No. 063-23-15996 the Project for a total amount not to exceed $180,000, inclusive of a 4% contingency in the amount of $7,171.90 to account for any unforeseen construction-related activity; and WHEREAS, the City Commission budgeted for the Project in the Capital Improvement Program 5-Year Plan; and WHEREAS, the expenses in the amount of $180,000 incurred for this Project shall be charged to the Storm Water Drain Trust Fund account number l l l-1730-541-6490, which has a balance of $360,000 prior to this request; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Selection of Contractor and Award of Contract. The City Commission hereby selects the Contractor's Bid for the Project and awards the Contractor a Contract for the Project. Section 3. Authorization to Negotiate and Execute Contract; Expenditure of Funds. The City Manager is authorized to negotiate and execute the Contract with the Contractor for the Project in an amount not to exceed $180,000 on behalf of the City, in substantially the form attached hereto as Exhibit "A," subject to the approval as to form and legal sufficiency by the City Manager and City Attorney. Page 2 of3 Res. No. 063-23-15996 Section 4. Implementation. That the City Manager is authorized to take any and all actions necessary to implement the Services, the agreement for the Services, and the purposes of this Resolution. Section 5. 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 6. Effective Date. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 6th day of June, 2023. ATTEST: c~~~ READ AND APPROVED AS TO FORM, COMMISSION VOTE: 5-0 LANGUAGE, LEGALITY AND Mayor Fernandez: Yea EXECUTION THEREOF Vice Mayor Bonich: Yea & BIERMAN, P.L. CITY ATTORNEY Commissioner Calle: Yea Commissioner Corey: Yea Commissioner Liebman: Yea LFMANCOLE Page 3 of3 Agenda Item No:3. City Commission Agenda Item Report Meeting Date: June 6, 2023 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND AWARDING A CONTRACT FOR CONTRACT TO MAGGOLC INC. FOR THE CONSTRUCTION OF ROADWAY AND DRAINAGE IMPROVEMENTS ALONG SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET PURSUANT TO INVITATION TO BID (ITB) NO. PW2023-06; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT FOR THE SERVICES; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING) Suggested Action: Attachments: Memo-Road_Drain_SW_59av_from_64-66st.docx Resolution Selecting & Awarding Contract to Maggolc for 59th Ave Roadway and Drainage Imp.DOC V2FINA~1.PDF Maggolc Bidding Document.PDF Bid Tabulation ITB PW2023-06 4.25.23.pdf Proposal Summary ITB PW2023-06 4.25.23.pdf Demand Star ITB PW2023-06 4.25.23.pdf SUN BIZ Maggolc Inc. 4.25.23.pdf Exhibit A - Sample Agreement ITB No. PW2023-06.PDF 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:Tuesday, June 6, 2023 SUBJECT:Roadway & Drainage Improvements Construction at SW 59th Ave from SW 64th ST to SW 66th ST RECOMMENDATION:Award contract to Maggolc, Inc. for construction of drainage improvements at SW 59th Avenue from SW 64th Street to SW 66th Street. BACKGROUND:The roadway segment of SW 59th Avenue between SW 64th Street and SW 66th Street is experiencing localized flooding during rainstorm events due to improper drainage in the area. To address the localized ponding, SRS Engineering Inc., designed and developed construction documents to provide a new drainage system, new curb and gutters, regrade grass swales,limited roadway reconstruction, roadway milling and resurfacing, and restriping within the project limits. Drainage Plans were submitted and approved by RER/DERM. PROCUREMENT PROCESS:Through the Procurement Division, the City’s Public Works & Engineering issued a solicitation on Tuesday, April 4, 2023 for Roadway and Drainage Improvements at SW 59th Avenue between SW 64th Street to SW 66th Street. The City received on April 25, 2023, a total of nine (9) proposals in response to a solicitation. Pursuant to review, it was determined that Maggolc, Inc., is the most cost effective and responsible bidder for this proposal. Below are the top three proposals received: VENDOR &EXPENSE:Maggolc, Inc. Proposal/contract amount shall not exceed $180,000 ($172,828.10 + $7,171.90 = $180,000). A 4% contingency in the amount of $7,171.90 will Contractor Bid Price Maggolc Inc.,$172,828.10 Gnecon $190,450.30 Star Paving $202,224.37 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM be added to the contract amount for any unforeseen construction-related activity. FUNDING:The expenditure shall be charged $180,000to the Storm Water Drain Trust Fund account number 111-1730-541-6490which has a balance of $360,000 prior to this request. ATTACHMENTS:Resolution ITB PW2023-06 Construction Documents with Exhibits Maggolc Inc., Bid Documents Bid Tabulation ITB PW2023-06 Proposal Summary ITB PW2023-06 Daily Business Review Advertisement Sun Biz 3 CITY OF SOUTH MIAMI INVITATION TO BID (ITB) No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET City of South Miami Commission Mayor Javier Fernández Commissioner Lisa Bonich Commissioner Steve Calle Commissioner Josh Liebman Commissioner Brian Corey City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: April 4, 2023 BID OPENING DATE: April 25, 2023 BID OPENING TIME: 10:30 A.M. 1 of 147 7 CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this "Contract") is made this!_ day of !UNE, 2023 (the "Effective Date") by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the "City"), and MAGGOLC, INC, a Contractor (the "Contractor"). WHEREAS, the City issued Invitation to Bid No. PW2023-06 (the "ITB") for construction of ROADWAY AND DRAINAGE IMPROVEMENTS at SW 59 th Avenue between SW 64 th and SW 66the Street, South Miami, FL 33143 (the "Project"), which 1TB is incorporated herein by reference and made a part hereof as Exhibit "A"; and WHEREAS, in response to the City's 1TB, the Contractor submitted a bid for the Project ("Bid"), which Bid is incorporated herein by reference and made a part hereof as Exhibit "B;" and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of $172,828.10 in response to the 1TB and was selected and awarded this Contract pursuant to Resolution No. TBD for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: I. SCOPE OF WORK 1.1. Scope of Work. Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the "Work" or the "Project") including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the "Project Consultant") attached hereto as Exhibit "A" (the "Plans") and any other documents incorporated herein by reference and made a part of this Contract for the following Project: ROADWAY AND DRAINAGE IMPROVEMENTS-SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET 1.2. Pre-Construction Conference. Within fourteen ( 14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten ( I 0) calendar days from the date this Contract is executed by both parties for the review and approval of the Project Consultant or City as applicable. This initial schedule shall establish the baseline schedule for the Project. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFls, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor's entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8" X IO" high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor's use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ ______________ for the performance of the Work in accordance with the line items and unit prices included in Exhibit "B" (the "Contract Price"). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten ( I 0) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor's submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated into the Contractor's payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor's Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the I 0th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City's Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the "Retainage") shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City's Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6. 7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3. 7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City 's rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term "subcontractor," as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor's work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor's negligence, recklessness, or intentional misconduct in the Contractor's performance or non-performance of this Contract, Contractor's obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party .. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker's compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten ( I 0) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer's Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the "Bonds"). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent ( I 00%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor's sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05( I )(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: □. 7. CONTRACTOR'S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7. I . I • Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the "technical data" and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7.3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the City or its designee, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay. No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8. 7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9. 1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes will be authorized only by a change order ("CO") approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2. For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order ("RCO") in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, with discovery, processing, management, hosting, and production of electronically stored information (ESI). I 0.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. I 0. 7. Examination and Retention of Contractor's Records. I 0.7.1. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section I 19.070 I, Florida Statutes. I 0. 7 .2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. I 0. 7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. I 0. 7 .4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter I 19, Florida Statutes. I 0.8. Authorized Representative. I 0.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative ("Authorized Representative") acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. I 0.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. I 0.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor I 0.17. Ownership and Access to Records and Audits. I 0.17. I. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract ("Work Product") belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). I 0.17.2. Contractor agrees to keep and maintain public records in Contractor's possession or control in connection with Contractor's performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.070 I, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. I 0.17.3. Upon request from the City's custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. I 0.17 .4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. I 0.17 .5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City's information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. I 0.17 .6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. I 0.17. 7. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. I 0.17.8. Notice Pursuant to Section 119.070 I (2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Mailing address: Nkenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33143 proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. I 1.4. Royalties and Patents. All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. I 1.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor's responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. I 1.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: □. I 1.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a "Grant"). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: □. Grant Title Grant Agreement Exhibit If the Work will be funded utilizing Grant funds, the City shall select this box:□. 11.9. DBE Contract Assurance. 11.9.1. The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAM By: ~~========~~:::::___::_____J_ __ Genaro "Chip" Iglesias City Manager Attest: Nkenga MC, FCRM City Cl Approved as to form and legal sufficiency: Addresses for Notice: Genaro "Chip" Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email} With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: MAGGOLC, INC: Name: ~ f/67}a&J Title: President Entity: Ma gg olc Inc. Addresses for Notice: Mario Gonzalez/ Maggolc Inc. 12060 SW 80 ST Miami FL 33183 __ 7_86_29----:-1 2---:9=-4_9-:---____ (telephone) __ m_a_,g~g~o_lc~@=y~a_h_o_o _.c_o _m __ (email) With a copy to: ___________ (telephone) ___________ (email) EXHIBIT A 1TB #PW2023-06 IHI ( II\' ()f l'I F,\S,\:-Sl I IVl"C PUBLIC NOTICE INVITATION TO BID (1TB) No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS-SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET NOTICE IS HEREBY GIVEN that the City of South Miami ("City") is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS -SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET. Interested companies, firms, and individuals ("Bidders") may obtain a copy of Invitation to Bid No. PW2023-06 (the "ITB") to be issued on April 4, 2023, at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143, on the City's website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The 1TB contains detailed information about the scope of work, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the 1TB will be made available on the City's website. It is the Bidder's sole responsibility to ensure receipt of any issued notice or addenda relating to this 1TB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked "Bid to City of South Miami, 1TB No. PW2023-06 for the "ROADWAY AND DRAINAGE IMPROVEMENTS -SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET." Bids must be received by the City by no later than April 25, 2023 at I 0:00 a.m. EST. E-BID OPENING VIA VIDEO CONFERENCING: 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/ Bids will be publicly opened through video conferencing using the Zoom platform. At I 0:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing+ 1-786-635-1003 Meeting ID: 3056636339. Any bid submission received after this time and date will be rejected and returned unopened. Bidders are responsible for ensuring that their bid is received in the City by the deadline. A pre-response conference will NOT be held for this project. The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. "Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for bid between a potential vendor, service provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any questions on the Cone of Silence. Date Issued: April 4, 2023 2 of 147 SECTION I. INFORMATION FOR BIDDERS I.I. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the "City") is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS -SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET (the "Project"}. The City hereby requests bids for the selection of one firm ("Contractor" or "Bidder") to provide the work for the Project as set forth in greater detail in Section 3 of this Invitation to Bid ("ITB"). The Contractor awarded a contract pursuant to this 1TB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this 1TB (the "Work" or the "Services") for the Project. The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid meets the requirements and criteria set forth in this 1TB for the Work described in this 1TB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this 1TB process, but is subject to change by the City, in its sole discretion, at any time during the 1TB procurement process. No. Event Date* Time* (EST) I Advertisement/ Distribution of 1TB April 4, 2023 1:00 PM Non-Mandatory/ Mandatory Pre-Bid Conference 2 and Site Visit NONE 61 30 Sunset Drive SCHEDULED South Miami, FL 33143 3 Deadline to Submit Questions / Requests for April 17, 2023 10:00AM Clarification 4 City Issues Addenda and Responds to Questions April 20, 2023 10:00AM 5 Deadline to Submit Sealed Bids -Submission April 25, 2023 10:00AM Deadline E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at 6 https://zoom.us/j/3056636339 ,or listen to the meeting on April 25, 2023 10:30 AM a dedicated phone line by dialing + 1-786-635-1003 Meeting ID: 3056636339. 7 City Manager issues recommendation to City Commission May 2, 2023 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission May 2, 2023 7:00 PM Meeting 4 of 147 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS 1TB WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE CONSIDERED. The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon the terms and at the prices stated by the Bidder. 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/ Bids will be publicly opened through video conferencing using the Zoom platform at I 0:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing+ 1-786-635-1003 Meeting ID: 3056636339. Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email will not be accepted. Only one (I) Bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Bidder has interest in more than one (I) Bid for Work contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid certifies that this Bid is made without previous understanding, contract, or connection with any person, firm or corporation making a Bid for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. BID REQUIREMENTS & FORMAT. Each Bidder must present its products, services, and applicable features in a clear and concise manner that demonstrates the Bidder's capabilities to satisfy the requirements of this 1TB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: I. 7. I . Bid Form Package. Bidder shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Bid Package: Form I. Form 2A. Form 2B. Form 3. Form 4. Form 5. Bid Form Package Acknowledgement. Bidder's Certification (if Company or Corporation) Bidder's Certification (if Partnership) Single Execution Affidavits Dispute Disclosure Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions 6 of 147 necessary organization, capital and equipment to carry out the Work in the specified timeframes. The responsible bidder shall be a person who has the capability in all respects to fully perform the contract requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities, equipment, financial resources and credit which will give a reasonable expectation of good faith performance, and a person who has submitted a bid which conforms in all material respects to the 1TB (the "Responsible Bidder"). In evaluating responsibility, the City may also consider previous contracts with the City, past performance and experience with other contracts, compatibility of the project team with City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may reject those bids that do not meet the minimum requirements of the 1TB. If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and responsive Bidder who meets the requirements of this 1TB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this 1TB, the City may, at the City's sole option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids or re-advertise the Work. Neither this 1TB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract, in substantially the form attached hereto as Attachment "C," has been executed by the City and the Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City Attorney. 1.9. CITY'S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid the entire solicitation, or enter into contracts with more than one Contractor. The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to cancel or discontinue this 1TB process, and to request new Bid on the required Work or services. The City Commission shall make the final determination and award of Bid(s). All materials submitted in response to this Invitation to Bid become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Bid or responses to the 1TB, whether amended or not, and selection or rejection of Bid does not affect this right. 1.10. CODE OF ETHICS PROVISIONS. I . I 0. I . Cone of Silence. The provisions of City's Cone of Silence are applicable to this 1TB. The City's Cone of Silence provisions can be found under Section SA-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga "Nikki" Payne, CMC, FCRM City Clerk City of South Miami 61 30 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter 8 of 147 The term "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 (I) 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. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose 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 Code of Ordinances and completing Attachment B to this 1TB. Any person 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. All Bidders are strongly encouraged to review Section SA-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: Nkenga "Nikki" Payne, CMC, FCRM City Clerk City of South Miami 61 30 Sunset Drive South Miami, Florida 33 143 Npayne@southmiamifl.gov END OF SECTION I 10 of 147 shall be in full force and effect on the date of performance of the Work and further represents that it holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Work with its Bid and during the term of the Agreement. Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent) or any person the Bidder has designated in the performance of the Work, as a result of the Bid. 2.7. INSURANCE. 2. 7. I. If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by AM. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor's actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Work. 2.7.1.1.Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.7.1.2.Workers Compensation and Employer's Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this 1TB who is not covered by Worker's Compensation insurance. 2.7.1.3.Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2. 7 .2. The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor's performance of the Work required by this 1TB. 12of 147 Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be returned after the Contract is awarded and executed. Bid Bonds shall be submitted to the City Clerk's Office no later than the Submittal Due Date: Nkenga "Nikki" Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this box:□. 2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Work required by this 1TB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this 1TB and the Agreement without the City's prior written consent. Any award issued pursuant to this 1TB and monies which may be payable by the City, are not assignable except with the City's prior written approval. 2.12. ATTORNEY'S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney's fees. 2.13. CONTRACTOR'S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This 1TB specifies the Work to be performed by the Contractor, but the method to be employed to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.14. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 2.15. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.16. INDEMNIFICATION. 14of 147 Custodian of Records: Mailing address: Telephone number: Email: Nkenga "Nikki" Payne, CMC, FCRM 6130 Sunset Drive South Miami, FL 33 143 305-663-6340 NPayne@southmiamifl.gov 2.21. AMERICAN RESCUE PLAN ACT PROVISIONS. Bidder acknowledges that the Work or Services may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act ("ARPA"). The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum to this solicitation. If compliance with this section is required, the City shall select this box: □. 2.22. GRANT FUNDING. By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully or partially funded utilizing funds from the grants listed below (the "Grant"). Accordingly, by submitting a response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work or Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:□. END OF SECTION 2 16of147 tree survey details. Respondents are required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). 3.3. SITE LOCATION. The Project will be held at SW 59th Avenue between SW 64th Steet and SW 66th Street, South Miami, FL, 33143. 3.4. DESIGN PLANS & SPECIFICATIONS. Design plans and specifications for the Project are attached to this solicitation as Attachment C, "Design Plan and Specifications, Roadway and Drainage Improvements for SW "59th Avenue between SW 64th Steet and SW 66th Street" prepared by SRS Engineering dated January 16, 2023. 3.5. PROIECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within ninety (90) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City's Project Manager. 3.6. WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1. 3.6.2. 3.6.3. 3.6.4. 3.6.5. 3.6.6. any conditions; and guaranteed response time for repair; and guaranteed replacement during the warranty period; and life expectancy under normal use; 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, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (I) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. 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 Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7. DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. SPECIAL NOTE A BID GUARANTEE BOND AND A PERFORMANCE AND PAYMENT BOND ARE REQUIRED FOR THIS PROJECT. END OF SECTION 3 IS of 147 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS hereby propose to furnish the goods and services specified in the Invitation to Bid, 1TB No. PW2023-06. I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the 1TB (Check the box next to each addendum received). Addendum I --- ___ Addendum 2 ___ Addendum 3 Addendum 4 --- Addendum 5 ---- ___ Addendum 6 ___ Addendum 7 ___ Addendum 8 ___ Addendum 9 ___ Addendum I 0 Attached hereto are the following forms/documents which form a part of this Bid: Form I. Form 2A. Form 2B. Form 3. Form 4. Form 5. Form 6. Form 7. Form 8. Form 9. Form 10. Bid Form Package Acknowledgement. Bidder's Certification (if Company or Corporation) Bidder's Certification (if Partnership) Single Execution Affidavits Dispute Disclosure Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Bidder's Qualifications Survey Bid Form Reference List Bid Guaranty/Bid Bond (if applicable) Payment and Performance Bonds (if applicable) 20 of 147 FORM 2A BIDDER'S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF ) ) ss COUNTY OF ___ _ HEREBY CERTIFY that a meeting of the Board of Directors of a corporation or company existing under the laws of the State of ___________ _ held on __________ , 2023, the following resolution was duly passed and adopted: (SEAL) RESOLVED, that, as ______ of the Corporation/Company, be and is hereby authorized to execute the Bid dated, _____ , 2023 to the City of South Miami for 1TB No. 2023-XX Marshall Williamson Monument Freestanding Display Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the ______ of _____ , 2023. Secretary 22 of 147 FORMJ SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: ____________________________ _ For (Name of Proposing or Bidding Entity): _________________ _ Whose business address is: _______________________ _ And (if applicable) its Federal Employer Identification Number (FEIN) is: _____ _ (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#-: ________________ __,_ Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. IO 1-336, I 04 Stat 327, 42 USC 1210 I 12213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title 111, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Trans it Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. Bidder Initials 24 of 147 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). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I 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. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer {including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-1 1.1, as applicable to City, or the provisions of Chapter I 12, part Ill, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. Bidder Initials Anti-Collusion Affidavit I. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 26 of 147 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. I) Give each employee engaged in providing commodities or contractual services under the 1TB a copy of the statement specified in subsection (I). 2) Notify employees that, as a condition of working on the commodities or contractual services under the 1TB, the employee must abide by the terms of the statement and will 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. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) D The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. D The entity submitting this sworn statement is not a drug-free workplace. Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Bidder Initials Acknowledgment, Warranty, and Acceptance I. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 28 of 147 In the presence of: Signed, sealed and delivered by: Witness #I Print Name: ______ _ Print Name: ___________ _ Title: _____________ _ Witness #2 Print Name: ______ _ ACKNOWLEDGMENT State of Florida County of _______ _ The foregoing instrument was acknowledged before me by means of_ physical presence or _ online notarization, this __ day of _________ , 20 __ , by ____________ _ (name of person) as ________________ (type of authority) for _____ _ ___ (name of party on behalf of whom instrument is executed). ___ Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: _______________ ) ___ Did take an oath; or ___ Did not take an oath 30 of 147 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211 ). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (I) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph ( I )(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: ___________________________ _ Date: ___________ _ By: __________ _ Signature of Authorized Representative Name and Title of Authorized Representative 32 of 147 Please identify the number of continuous years your Firm has performed its primary business: _ Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the fh h dh I fi name o t e entity t at issue t e icense or certi ,cation: License/Certification Name of Entity Issuing License No. License Issuance Date Type License or Certification Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Name of Entity Issuing License No. License Issuance Date Type License or Certification Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their . . h . signing aut onty: Authorized Signor's Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm's insurance company: Insurance Carrier Name Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: ________ _ FIRM OWNERSHIP Please identi all Firm owners or artners, their title, and ercent of owners · 34 of 147 FORM7 BID FORM/SCHEDULE OF VALUES 1TB No. PW2023-06 Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. Pay Item Unit No. Description Measure QTY Unit Price Total GENERAL CONDITIONS -BOND & 100-1 INSURANCE LS I $ $ 101-1 MOBILIZATION LS I $ $ 102-1 MAINTENANCE OF TRAFFIC LS I $ $ 102-14 TRAFFIC CONTROL OFFICER HR $52.00 $ 104-18 INLET PROTECTION SYSTEM EA 6 $ $ 110-1-1 CLEARING AND GRUBBING AC I $ $ 110-4-1 REMOVAL OF EXISTING CONCRETE SY 200 $ $ 120-1 REGULAR EXCAVATION CY 60 $ $ 160-4 TYPE B STABILIZATION SY 215 $ $ LIMEROCK BASE (8") (OPTIONAL 285-706 BASE.BASE GROUP 06} SY 215 $ $ MILLING EXISTING ASPHALT 327-70-01 PAVEMENT (I" AVG. DEPTH} SY 1135 $ $ ASPHALT CONCRETE FRICTION 337-7-82 COURSE.TRAFFIC C, FC-9.5 (I") TN 74 $ $ 425-1-541 INLETS, DT BOT, TYPE D, <IO' EA 3 $ $ 425-2-41 MANHOLES, P-7T, <IO' EA 2 $ $ 425-6 VALVE BOXES, ADIUST EA 2 $ $ 430-174-PIPE CULVERT, OPTIONAL MATERIAL, 118 ROUND, I 8"SD LF 61 $ $ 443-70-4 EXFILTRATION DRAIN (18"} LF 130 $ $ CONCRETE CURB AND GUTTER 520-1-10 (TYPE "F"} LF 41 $ $ 520-2-12 CONCRETE CURB TYPE "D" LF 4 $ $ 520-3-A CONCRETE VALLEY GUTTER LF 25 $ $ CONCRETE SIDEWALK AND 522-2-00 DRIVEWAYS, 6" THICK SY 150 $ $ PERFORMANCE TURF, SOD (SAINT 575-1-2 AUGUSTINE) SY 1021 $ $ 580-02A ROOT BARRIER LF 500 $ $ 36 of 147 SUBMITTED THIS ------ PROPOSAL SUBMITTED BY: Company Name of Person Authorized to Submit Proposal Signature Title DAY OF 20 __ . ---------- Telephone Number Fax Number Email Address 38 of 147 REFERENCE #2 Public Entity Name: __________________________ _ Reference Contact Person/Title/Department: ____________________ _ Contact Number & Email ___________________________ _ Public Entity Size/Number of Residents/Square Mileage: _________________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _________________________ _ Is the Contract still Active? Yes ___ No ___ _ 40 of 147 FORM9 BID GUARANTY/BID BOND 1TB #PW2023-06 KNOW ALL MEN BY THESE PRESENTS, that we, _____________ _ as Principal and Bidder, and ________________________ _ Hereinafter called Surety, are held and firmly bound unto the City of South Miami, a municipality within the State of Florida, and represented by its Ci t y Manager, in the sum of five percent of the proposed annual base bid amount of: $ ____________________ _ ___ (Written Dollar Amount) dollars ($ ___________ lawful money of the United States of America, for the payment of which w e ll and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, an d assigns, jointly and severally by these presents. WHEREAS, the Principal contemplates submitting or has submitted, a bid to the City of South Miami for the furnishing of all labor, materials (except those to be specifically furnished by the City), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the bid and solicitation, entitled: IN WITNESS WHEREOF, the said ____________ as Principal herein, has caused these presents to be signed in its name by its _______________ _ ________________ and attested by its ___________ _ ________________ under its corporate seal, and the said ____ _ ___________________ as Surety herein, has caused these presents to be signed in its name by its _______________________ _ ___________ and attested in its name by its ____________ _ _____________ under its corporate seal, this ________ day of ,20_ In the presence of: Signed, sealed and delivered by: Witness #I Print Name: _________ _ Print Name: ________ _ Title: _____________ _ Witness #2 Print Name: _________ _ Principal/Firm: _______ _ In the presence of: Signed, sealed and delivered by: Witness #I Print Name: _________ _ Attorney-In-Fact: ______ _ (Power of Attorney to be attached) Witness #2 Print Name: _________ _ Resident Agent 42 of 147 the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law; d. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. 5. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. 6. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " ____ " and Financial Category of "Class IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this _____ day of ___________ .2023, AD., the name and corporate seal of e ach corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation, Secretary Only will attest and affix seal. FOR THE CONTRACTOR: WITNESS: Secretary (Affix Corporate Seal) FOR THE SURETY: WITNESS: Name of Corporation By: ___________ _ Print Name: ___________ _ Title: _____________ _ Agent and Attorney-in-Fact Print Name: ___________ _ Title: _____________ _ Address: ____________ _ Telephone: ______ _ 44 of 147 ATTACHMENT A SAMPLE OF CONTRACT CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this "Contract"} is made this ___ day of_ -------~ 2023 (the "Effective Date") by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the "City"}, and [INSERT CONTRACTOR'S NAME], a [INSERT TYPE OF ENTITY] (the "Contractor"). WHEREAS, the City issued Invitation to Bid No. PW2023-06 (the "ITB") for construction of ROADWAY AND DRAINAGE IMPROVEMENTS at SW 59 th Avenue between SW 64th and SW 66the Street, South Miami, FL 33 143 (the "Project"}, which 1TB is incorporated herein by reference and made a part hereof as Exhibit "A"; and WHEREAS, in response to the City's 1TB, the Contractor submitted a bid for the Project ("Bid"), which Bid is incorporated herein by reference and made a part hereof as Exhibit "B"; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of [$ _______ in response to the 1TB and was selected and awarded this Contract pursuant to Resolution No. _ for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: I. SCOPE OF WORK 1.1. Scope of Work. Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the "Work" or the "Project") including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the "Project Consultant"} attached hereto as Exhibit "A" (the "Plans") and any other documents incorporated herein by reference and made a part of this Contract for the following Project: ROADWAY AND DRAINAGE IMPROVEMENTS-SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET 1.2. Pre-Construction Conference. Within fourteen ( 14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten ( I 0) calendar days from the date this Contract is 46 of 147 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital I (CAD and PDF) versions. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFls, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor's entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8" X IO" high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor's use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the 48 of 147 damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ ______________ for the performance of the Work in accordance with the line items and unit prices included in Exhibit "B" {the "Contract Price"). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten ( I 0) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor's submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Schedule of Values must be incorporated into the Contractor's payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor's Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the I 0th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City's Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the "Retainage") shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 50 of 147 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor's Work; 3.5.10 .. Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City's Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City 's rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors: Certification of Payment to Subcontractors. The term "subcontractor," as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to 52 of 147 4.4.5. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor's negligence, recklessness, or intentional misconduct in the Contractor's performance or non-performance of this Contract, Contractor's obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party .. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker's compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten ( I 0) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of 54 of 147 Contractor in performance of this Contract. The Contractor's insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor's insurance. The Contractor's insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the "Bonds"). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent ( I 00%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor's sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05( I )(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: □. 7. CONTRACTOR'S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7. I. I • Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the "technical data" and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the 56 of 147 that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7 .2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7 .3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7 .4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, 58 of 147 for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract. This Contract may be suspended for convenience by the City upon seven (7) calendar days' written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay. No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Ri11hts and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes 60 of 147 CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. I 0.5. Prevailing Party: Attorneys' Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs, expenses, paralegals' fees, experts' fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). I 0.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. I 0. 7. Examination and Retention of Contractor's Records. I 0. 7. I • The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.070 I, Florida Statutes. I 0. 7 .2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. I 0. 7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. I 0. 7 .4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. I 0.8. Authorized Representative. I 0.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative ("Authorized Representative") acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. I 0.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 62 of 147 employees, or agents of the City. 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 shall be those of the Contractor. I 0.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. I 0.17. Ownership and Access to Records and Audits. I 0.17.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract ("Work Product") belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership {including, without limitation, assignments, powers of attorney and other instruments). I 0.17.2. Contractor agrees to keep and maintain public records in Contractor's possession or control in connection with Contractor's performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section I 19.070 I, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. I 0.17.3. Upon request from the City's custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. I 0.17 .4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. I 0.17.5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City's information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. I 0.17 .6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. I 0.17. 7. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 64 of 147 Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic ("MOT") must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. I 1.4. Royalties and Patents. All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. I 1.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor's responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. I 1.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. I I. 7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: □. I 1.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a "Grant"). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: □. Grant Title Grant Agreement Exhibit 66 of 147 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: ____________ _ Gena ro "Chip" Iglesias City Manager Attest: By: ____________ _ Nkenga "Nikki" Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: ____________ _ Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro "Chip" Iglesias City of South Miami Attn: City Manager 61 30 Sunset Drive South Miami, FL 33143 305-668-25 IO (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov ( email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) 68 of 147 CONTRACTOR By: ____________ _ Name: _____________ _ Title: ______________ _ Entity: _____________ _ Addresses for Notice: ___________ (telephone) ___________ (email) With a copy to: ___________ (telephone) ___________ (email) NOTICE TO PROCEED Dated:--------~ 20 __ To: Project Name: ROADWAY AND DRAINAGE IMPROVEMENTS -SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET You are hereby notified that the Contract Times under the above Contract will commence to run on ______ ,, 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and completion and readiness for final payment are --------~ 2023 and _________ , 2023, __ / __ days respectively. Before you may start any Work at the site, Article 6 provides that you must deliver to the City ( __ _ check here if applicable, with copies to ______ and other identified additional insureds) Certificates of Insurance in accordance with the Contract Documents. In addition, before you may start any Work at the site, you must: (add any additional requirements) CITY OF SOUTH MIAMI By: ____________ _ Genaro "Chip" Iglesias City Manager ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTOR]. By: ____________ _ Name: ______________ _ Title: ______________ _ Date: ______________ _ 70 of 147 ATTACHMENT C "DESIGN PLANS AND CONSTRUCTION SPECIFICATIONS" Prepared by: SRS Engineering 5001 SW 74 Court Suite 201 Miami, Fl 33 155 Ph: 305/662-8887 Fax: 305/662-8858 72 of 147 :1 I ~ I I I ·r,w~ ll i s ; ' ; ;: • 0 0 0 C'> C C • ~ ''I ,!,: ~~n ;n, i": "' 0 )> ~ () ~:;! )> .. ~o ~ 3l "Tl I ~w zO !~~ :!ss::: ~► n\~ ,:: m ~ ~ z ~ z ~ en ~ ~I o••· s= z~•x ·t ;J },(! £-:J ~~s ,~g i~i •'·" i~; illi ,if&-: §!; '-~ •&• ij~-; i*i 9!!!9 ·§I ~Yi , ;;i~"'f ii~ii s~i~; ;i,!;:1£0.: 6i.u.'.if- !Jj;! !;~i~ _:.1!,u'i &~~~<: !~!i~ i,"" ,le;K .~~j} ijS'~ ~jf2~ §-~~i :,-.. 'iUI f•~; j~,i§ P ~ H~ i ii ip Hi~ii li~ ~; i~ ;;' •~ ~ f" , ·• ~•,i ,,6!,• ~i~ !, -~ 't~ : : ~u : ~; i9f :if .. ;! ;~5 ~~ s~ i.:~ i i l:!ia o -.1. .S:•~ ..ii~l..,,. ,..Jw jE s~ ,~'11 • I • !;& ~ ·H .. !!-= c..: .. "~-i-="' ,_SJ. ,:-11~J § IC ;:~ JS ~! ~~ ~ir;~ e~! l; !' :~; .! l ~d ~ ,; ~; :=?~~ !i! 2t gi p~ ~ ; 2h ; !l ~i ~ig!; !', ij i~ aei ~ !i ~ii ~ i-;; ij :.:!";1-:ii;: .: if ic~j;i ; i ~lg i ~~ ~j ~~;;~ 1H ~ @j ~~! ; ~ ~~= • ~~ ,s li;•~ h ~ a1 •~; ~ z ~!! l i! :: !nfi ,is l ;~ f~~ J. : U!: • :~ ·J ,-:;-:~ ;§~ & :~ :;:I!!~ ..._ ... gs ti A• :!:-; B.t""'~ a.i:.1 • ,.~ 'f':i., ":f ! a-' iS !;: 'iC 1aa:.: !S:i § ti~ t:;;i ~ & t; ~ ~ Ii ;~~U Aii ,? !; 6~~ ~ ~ ~~ i 6 ia ;~!i: :; ; ,i 8~~ ~ S ja S i d ~"A:"' !i ~ El 'S~ ! ,i -2 :~ ~;a:! :] e ~ :9~ ~ ;~ I !"',-"~u; 3; • ~ §i ' -, -· ~· :~m rill 'w fA~~ ~ I !. •!~~ i;is.: •i 'ill p ~ ~~ ·g ;; l! 2: ~ " ~ ' g • ' ! • ~ i § . ! i ••.rl ~-~,.6 uj!~l i~~; ill ,g., i !~~i gS§g ~ ~i!! 'gi~ "' ~;~; ~i~! ., ___ g•o• .1tl i~§; ~~ .t ru ~ !~? ~ ~ ••i ,,,_ tEi ~ hl Hi ■J ~ ~ d ~ ,, p q •• .. ·~ ~ ~ -it• '•!&e I f~c(' i.~~i ~c..ih iftai j!j!i ;!:~; ~.1,lli~ :ii~& .i::.c,;i& !i;;; t;A~t ;~:a '"·.~ ~~1-1 :l! . I~ ~ ~ ~ 6 m m ~ ~ ½ w ~ ~ h ~ :~ ~ i M ·, .. !i .~ i i a i~ ,m ~; ,5 ~i I i! ~ ~J I :; .ix ' s y~z ! -~ X ~-,>Ii ; §i~Xj{•. ,; ·~; .: ,; ,;I " !:•'•· , . ,--~•x, ,;; a§ ~, ., , , •.• • l,•j•i~• •~~ ~s :, j• i:jl; i s~!;;lti !~; i! i §I 5 s~~gi i ~!o~s~~! ~~~ 5~ i ~I i~-0111 "' ,.~.1~Bjp-' Q.,:11 ::!§ i. :;g ~ ;% ~i ~i ia . ~ii.~ l ;ji~j~j& ~~Zi _."' ~ ~.i !~:t~~ ; ir~i 1 : ~ jgf !.~ ! ~i s§•~~ a -~••lJ¼ .~, ~• s ~ ,::,s;_; l,j ~.i.!•11:~J:.;;1 :;:s~ :r: ~i ... ~~ ~ Qg;ii .. t&" 6) ;i i1 .1iJ ~~!!! • ~.ji~:~: ~-: "• ;§g•! ~ IJBg:J!i iS~ 9 agth ~ ;f!~!~;; ?!§ :r _;it= Q !:! .,.,. ,I~~ .J~~ ;;~:;!: L !s• H~i~ ~ § g;~;:~~ iP ./~~ ' ,.~~!••' . >! • :,i.1.11§~ i;;~~!;, ~~-~!ii~ ~;;is ~ ;i!~~j1! !fa ~}~~: ~ Xdr.l..:g• i.i:& !!;g9i ~ ~QJ!Q!!! :u ; ? a -:.: i s§a ~~ § •• 'I:: I:: I:: I:: :-: ~ :: :: '::l I , . ., a' 'P "'•• ·~ ,, ·• x• s• , ~E ii •·• ~Hl2 ~t ji ;, ~• ~. ~ :ii :;. B~ -:;~s~ ~! ~~ ~; i~ i~ J. ~2~ :;; -~~ ,;;i<,:9f ;,,' ~) ~~ W fl i ;rA ,,; il Ill"! !:; "i'"' §:ii 1 ~1 ~ j2: ~: .. ; •~~g ~~ ;~ ~l 6 §6 ~ .. ;: !~ ~i §§fi ;~ i~ a~ i ai J! ~"-:: 1:1X ,h ~s~-:-l,;i f31 .t ~ ,!i ~~ :: ~; r ~i :;I ~ ! ~i ; 6~• ., .i ,, § .. g• ' • ), ~ ... 1 i'~ :.~ .:;.!! ~ s;:i • l5 g ~Q; ; ~~;;: ~!; ~! ~~ ! !i fx g !: ~~ 0 1i~ .•I ... Av .:: 9! ;i 5 i;; x3 Ill .. ,.~ ~~ :.~ 'c-=: ,;i:3 .... ~ ~ F :,. !:jl, 911: v· ,. ~ Q; ~; iQ ~ :. 91 j •a§ ~ ~• d~ f ~6 6x , j •• a §~ u ~~ ~ t ,; c~ ~ ' :! •r ~ •~ • ij ! ·• , ! F :; ~ ~~ ] 1 i : ¢ i ; :i u §i ~ ~ : ~ !i 6 ~ u :.! ~ i g • lil s; ·• ~· , • a , a'~ ,. /; ... ~ ~: 2~; !U~ 2~; ; I i:l ~;~ ~;!~ ~ji ~ ,;"' 9,115: s:t'.J~ ':: li ti ~i ~l;. I~ ~ I~ ;~ ;. u~ijj ~; i b ~i ~!~ fi ~ i• §;. ;1::~ ;t: ~ ii s~ Pi ~i ~ :i i~ ii§ ~: e ~~ .,_/:: '=e~ 6.1 " wg -:.! ~ei f.: • t, ;i /:, a~ ~ i ,~ ~i• •i a .. -,, ., ' " .,~ ,· i •. ~.~ ,§ , 0~ .t,15 j-S i !ij ~~~ ~~ ~ gi 'I; 2~ i Q;1 ~-~ ~:. .. ::: -~ fi ;1~ &~ 1!; ,i~ .:i:t,..; 1~ u: ~p .. i":; .::J:il~ ~m :;;~ !~ lil Qf; ~.i: ~.ii&i 11 " •r~P~ :! !t~ii h o~9t'ij &: H$;I ~: ~~'!a~ ;5. ~~~;i ~iii ~. ,u • "! • ~:~~ I~ ~t g t ~ I '.l9W !.:; :;i ~ :;j• ;;: f~!:I !~ ijs, ~ ;~ ~ p p ~ j h ~ ~ d ig~~l 1; ii!•! I !;i!~ 5 !;~j o~g• ~=ei: i!;l q J H ~ ~ ~ u ;~i~ s!~i ~~~~ 2:~~ ggi~ n I~ ., .g ··~ ':f ~~, ii :,i Qi ~.ii I~ ~!! ~. ,,:. !~ :;f ;~ ~!~ ij 'Ji ::~ ii i~ ':,i ~ ;!!~ i;ifaJ..l .-i ii~~ 1,sS! q; ~ii~ '•'! :,1.i:~ ~i~~ ;:i •'~ !~-!!! :i, .· fu ~ dJ ~;, p ., ½ r d ~ h q b n ~ ~ " • ~; ~~h~ H !~i!~ :,, ~!g,2 ;d ! ... ,J g' :~.l~ .;I !;l!;j ll !i ns rw ;~ Q,;;jQJ ~o ?.t: ;i.t:i !~ iilj! ~ ~ijl~~ 5i;r;il'I !a~ -ai; oJ t~ ~ j 111 ~ ~~: ! i 6 .. ~ i~ ~ ti i :! ! i! a ~! i ~~a i; :"! a s~ " -ag ; i ~• I i~ g J.t; ~~ ~i : }~ ~ ?t~ §~ •• ::: :.:~ ! C/} ~~~ ~ g P1 ~ ~~· , ·~ ~ ~ ~ ;a~g~f:!! i~::. Q; ·~ ' a ~ &s; ~ 1• i £ d ~t• · l1 1 ~ : §l-1~ ! j .l 't ,I ,§, • I . • ' ; i!'!,.. » f' A ~ Q ,;! ~ ~~ • 1 • ! -'i ~ ! ! r •r ~ i! ~ " ~ ,; .s ~ l 1~,~! I i~,li; l!!ii I ;~~~ 1i2 :. ~m 5 ~:~; :~~~ ,0 §§u Qdt l:~11!: .:: .. ~~ ;iii •~t" !!:.:I im ~!3~ ~!~~ d-:::. .~11 ~·,, i .. ~;~~ 1~:-f ·~-· ··!~ !;! ':'1~ la! l;; ~~i ~ ,, ~ H ~ d ii h ~ ~ ~ ~ i ! -·•· ~~~i ~!~• ,i't :::~ 5.:f l§2! ,s~, ;: .. ~~!~ ,,i ~¥; ~~~ , ·~ !: Ii 1~ x, I .. ·• ., ~-~~ §• j~ ·~ • ....... ______ ., __ ----··-------·-·····... .. ... --··-· ....... _________ -___ ,..__ --··-·· ··--- Pay Item No. Description 104·18 INLET PROTECTION S'!'SHM 110·1·1 CUARmG ANO GRUBBING 110-4•1 REMOVAL Of EXISTING CONCRETE 120·1 REGULAR EXCAVATIO/l 160·4 TYPEBSTABIUZA.TION 285·706 LIMEROCK BASE (8"1 (OPTIONAL BASE.BASE GROUP 06) 327-70-01 MllllNG EXISTING ASPHALT PAVEMENT (I~ AVG. OEPTHJ ll7•H2 ASPHAlT CONCRETE FRICTION COURSE.TRAFFIC C, fC.9.S fn ,US·l-541 INLETS. OT BOT. TYPE 0, < 10' -US·2··H MANHOUS. P•7T,<10" -HS-6 VALVE 80X£S, AO/UST 430-174-118 PIP( CULVERT, OPTIOIIAl MAT(RIAl, ROUND, ts·so 443-70-4 EXFILTRATION DRAIN Cir) 520·1-10 CONCR(T[ CURB ANO GUTTER (TYPE "f"I 520-2-12 CONCRETE CURB TYPE "O" 520-3-A CONCRETE VAUEY GUTTER 522-2·00 CONCRETE SIDEWALi< ANO DRIVEWAYS, 6~ THICK 57!:,·1·2 PERfORMAtlCE TURF, SOD 580-02A ROOT BARRIER I ~l.ln'OJ"~ISl.ull>Ol"4:00o<SntUCl"OjOJ"ll0 ~•WCTtOO<usc1·n.cxu"'°"',m°"n..:c-on I ~~~IIJIOJ"lf-,:r~~~-Aat: 9Ua -01 K \ISCD 'Ill 1MC l ~~.: :,~.~ ... ~ ':._ ~':~llJl~W~ I ADOll'IOllAI.. OUAHTIT'tS AM eot""Q:o,if lO I[ U2'.D ■S DlltCIU) IT ......... UnhMeasure Quantity EA AC 0'3 " 100 CY 60 " m SY m " 1135 TN " EA EA EA lf 61 lf 130 lf 41 lf lf 25 " ISO SY lf 500 PAY ITEM NOTES 1\11"°'' w, ~ Of !•'$TN; C0,,:1\111( SU"• t•' w, t· NC•) ,,ell 1111t rn·,..•10 ~·:n w, "'' • -•~n ca :(~'3l," r,c r•••••.U• ,..,,.,. :rvl.::n,. r,c r,...., ll:llf• ca :,o.......;1: Jl•.r;l\-,: rtr.111 & v:1 M'.lv:11, .. r..-1...,_cv.,.,.eus,,ew,, .. 1...-o,.¥<S 11$ai ...... Cl.lJ (c,,t;O(Tf n>$S I 10(..;" '-"-' V'. COU . ..-S. -I\'.(;$. 1H) H( ((l<O(!f l«wl,("ll 11: 1--i, ,•1• <\ CCl<"..:1"1 Q<o ,c...,. ru, tc>O"o-1 W) "''. W:"l>1',. OfCOflJ.IQ ca {1 ..... 'lO r, f"f: (,c;.,,,(fO toil Of Wit[ m .... ., .... s. ..... -l«w ... ~~-... [1 ..., IIW<\l ''" ... "' "° IIJ.I. u.aoo I =•-CIC,. it-Ai.I !Ill W:11,1:(Q .. COSI Of s••.c....is ..-... ,.,, ... .,, o,r, ~f 1 1,\1 ""-'A'..:•is 10 • ~ ll "au,,,. !'"$ /!fu 4 ceo,•w.1,~ ,,_r.,,, ru, Cc,,,,;J'o:-4 WJ "'' • W:"l<K,. :(t"t.lJ.I,. ca 11-"'1'" ,...-'"°"''"' w:i.1.1:,u n« cos, 01 1,c,,,·<,. 10"""" ur-••CW<.. "'"~•·£, 191. l'f..:«• 91..tlS'I ll'X•. 1\.1,S'( ,,'1• 1....: WJ ~•u...: .-:~ siuc1 ru 1111 Clf'" Of r,,,,.,.o. oo»< 10 Clf'I"""' --1'1•0,,.,•1,..., ,,,..-mi w:, '<l -~, r1us "levot, ,, ~.,:1 1••11•,•,:,,, :,o.,,. '4lCCS ::,>:,,> c~-. •I ~ .. ,s WJ J n Of a.-t (>ON:; ll :,l'(('l'" , .. ,~11.. M'.11.f.:U 1,{ cos• Of 1..:~• 1,1.W 'II) Slit•- u, .... i, 0.,,,,,,Tf •oo ,..., .. .-s T0. (C1<1'TO-,.cti, ,1 IOC•'O.-S -o, l>C O\,WS W)/00 ll :,l'(t"IO r l>C !,c;.,,,((O M'.llCCS 50:i 10. ~11:) IO f,C "l\'C•••C>< C, l"""' WJ "'' ti OC"llll' 00 :(c,fll!O ll :,,ft"(O r, 1,{ {v,;t,((O ll(><S,t(Q.& t'" !O ... :c,. l•S•t,r, S0G. SIU.4ARY OF EARIHWOAK l .. "O(.o,•5'tn[~l(l,1,1 tl.lf.t>Jl~~, TOTAL ll'Tf SO,, I II'" _,n • .,,, INfl•LJ't\. IN R • i.U f'ft/ "flr» IN R • 0 iU IU "f c:::::::J ,V ,.'oOOt IIU'l!Jt,.UOL IUlll Ill !KIT ~,, ~ l'UOS[D 1° N0c co,,,x,I[ Oi'M'UY/SICUl,UC ! i i ' I I I I . l ' I I I I I i ' I I I . ! • I ! j ! i i ' ; I i i i i i I 1_ IUDIS'T.UIUIUIO•mD~ c:i::iJ ,v,•IMOlcoc:.1l0tUOC i l ~i~'::~:Os~AC.'~•-~ \~ ::uo, ! l ~.:.m,"':,EFIUJ~-=i ~ ~:::. ! ~DCN[...::=:-",...~IX1JII" ~oo -STIU:l\,IO I '=~,.,J:.o,~-;:'1~':,.""&st· ~ ,_on.._ i ~+==:+=i====::-===--_ -_ -_ -_t~t;;-;;--;.;;-. f"--"liiiiiiiiiii.i~iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiif----;c::;1:;:TY~O;F~S~O~UTH~~M;.IA;:;M~l~=-l-:p:AVl:NG~G~R~A:D:IN~G~A~ND;:D:RA=IN:A~G=E~P~LA~N~l .. :.,,~";'';_;_=.j! ·-_ ROADWAY AND DRAINAGE IMPROVEMENTS STA. 3+30 TO STA. 6+30 "''" "'',.,., l s.w 59th AVENUE ))-C-HI. C-4.1 : 01/21/201) 78ofl47 f'HOf' OM,AY MOEXBT Cl.ffl MATOfDET,Q. FEATHERNC; DETAl. AT BEGltNNG OR ~_QF_Q_~Y:- ~ CC,, .. C,. 5•"'-• .O,.lS \>'•LI K ~~;:~.:":'ii~~ "t( v.tu1• •lt-t•••t~I -c(Y.l(U•. •1 (~t•• 1 •• 'Cl' 10 ♦• •:( Y,;{U<• •t ,,,,.1 ~tl.••tS ,l,J',!Tll;lo< Co' £•,ST-.C: ,,,-..:• v.(•"l•S , tet:ir· ll) ct .. !(. c,,, •-•(~Ul••ltJTSCC,,,:,1('[ ·c· r,-~,~~•~t .. •s.,,,, , .. 1•• .,.,,.,•,,•.,ioG.ll"•"llOMII:$« ia...:::: 1,-.._s,e,,, J00,15 S,..lll ■ :TEi:~2~;\~~~~ ~~ttC,,, SOE aEVATION lAl(l-ls'-'7- LlTCHPN • Pt,._<;JS U(R E0l.t A-'J~l(S TO 9AS!I N•l. Nri <•l .~-., ( vr SS E~P.\'IISIC.S '"-CHOIIS ,+~"-'-''---'f-,ylRIA."",.__c"""'"'-1-"""'-- TOPVF/1 TOP VF11 SCfEMATlC liQ.!L ntt e,c~s O' s-<,vv:Rs utst co-rOAu ro nt( SltlP( or nt!: t .1.~-. U.ll'i Ct• ~l(H Tl<[! AP( Ul)J/jfTO St-ow._., M Pl#iN'i, Tl<[ IIA C,, RECt.TR!:O FC"'. (\ll;\'!:O-B•C"' s.-< VV[PS . .lPPL ES 10 90TH S,, uu•R rors ~ TYPE I SKJ,41,ER {Q7a, ... Dt.ENSION TA!l.E """"'"" A .. ,, . ,r .. ,, . ,,· -~JL. "' ,.. ,,· ANCl.E DETAL -"" 21· ,c llf/,1 '"' l~i". ·a· 05S 12,• P1[\ )I.I. PFE o• .1 c;:::~d:f:::x±d ~ --~ c ~ FL.l'/~ rtt====:;j ,fl•u-.J I ·-6· --_·1~~1 t-,o· FRONT a.EVATION PQ.l,UllON CCINll!C,(_ IWft.E caaw. ljl)Jl;S 1 ;.,r nmi HtllJ.l'Z S,.IVV[R S .I. HOOCEO co·,t.::. -.iOtJ,', "ED :\tP l'/ t,JllET IN A CAl(H!IASM, THAI PP['t::N"S Ol .U,") HCA,t.-.:; 0[8.(115 •i.cu [)l t.:,c th! B.\Si/1 US!: 11-1 ~ S,{IVUtR 1!,1 nm1CHORJ..'J (J.J(~,1,g1,15 ,.,,c :., OTHEP L:c .1.nc,;5 '""~II:£ M!RE 'i • MEO 10 PRE\UH Ol. OEB~IS O'< QIN[!; FLO.l.f'iC ccm.1.v,'<l'HS r11:u £(1n~1c , ... -c .. 9.i.s-.s n--=ouGM ounrr P1-ts. 2 PLl:E "-EcP1["-E CAS,,H UAT[Rlll BHNl.:W II-<[ $,1,vu:R ,I.',"') "I,( C•TCt<B•s.-. ,., llL P:~11s (ii CC,IUll l'IU 11•~ _,l'!,l<U .. t.lllf TO ~l llM: ,i 1-.:c~ B[Y.:Ml It<( JO.•H(fl ill SIO!'.S 3 S-UU(R :Jiff.[, C.[A,;l)Jt PIP( l•;') A',vl.OS 5H.&ll 8[ f'r{1.llRt Y CC,,STRUCT(0 O'" [IT¼1(R CillVl'i'E0 SttU. 'LLU/.ilJU. POtl\\'Ht CHLO,.ICL POl,.l£T¼11t[I,[. t 1E[F1 G.ASS 0P. A(ll,U::t,•,n;,ur IJ)Tlo-("-[ Sl•l'U•E Ill S!HL CCU l>CM~;JS OI HR H I..'/ s ·11.i;uss. SHALL lit HOl-)P .,,\l.\'l\l[W UC'l,.llTt.C H.&.i:;Ct,!ll[, 10;(,!5 11-.c, L.&.l;H;:5 SH"A.L lll a;: SU,.!ilESS SiEL LOSS PR['.{N l (:t-1 Ct,:(E SHA.LL 8( [lnl[i:! s·~!IL(SS SttE ttt.a.•, ::R 111','!:l[C 1;, c,; Sl~lP S UAT(>IIIJ. USE:O .'< .:0!1Sl'l!IJCllC.N Cf S-::W[R SOC•[S {e~HlES At;J a.tt..,l)JI P . .::t S~AJ.l CC U~l f 11,Ttl root STt..'/()lllO SF[:incAtl{f/ 9,3 ,c.:i ~1€£ ... ;,s ,:.:i •.U U!-.'\J U OR 948 "OR P.ASTICS 6 A.l COS IS f"(R f"UR-.:•S,.../.i'.; AH'.) i/;S"A1l•'OG A ffa:[IICHCFIA.!I ~IUU[II SH"•~L 5t .,etuCE 0 L'< Tt·E COST Of Hi[ 8!S:.\ :!i "'"!(1-1115 NSl!llEO ~El:i0-71 s, UV[RS SH•I 8[ Pl'O ·~ lS ·uoon P sr.,c Sl~UCTllli.f' 1 PLASTI C S<.UV[:j) '.;1-lAtl (QIU!/ A v-.u~u Y IS'; BY Y,{l()H Of (Ali6~ Bll:Xf:RU'/PR:ttcnet; 8 "tJf CC,HRl(l00: YU SU8U!T .u; llli:R/;1 n,E 0(501 f>R!f1$R(ll[O TRl'iCH)Rl'< v.uvt~ r~ APPPO\'ll 6• TH[ [tli;\HP '.) "f?[ I S:,,;UU[? OU!:liSIOP,S SJ,ll,ll EE 8ASEO C.-. I,,( OJTt[' "'H 0tiutl!R AS SHO,,.l JI lkt OU(~SICN TAB.! 10 -.-~[It~ \l\l(?S Al![ ro Bt IJS!:O "''-~ #rH O'Jn[T ~.Pt C 1u •rtRS Cf\!," tE". ,1,,024• TYPES I AND II POLLlJTION COl'-lTROL BAFFLE (SKIMMER) DETAILS "rs s--111.....nan11,1;1--.,~"'•01~,nct,N1ll-•l~, •• ,.1 ll1n1orm •'='lf]Ml;jH .... el1llne1...,1")ol-••Pl-~..aw,']IMIOI"""* roc,!1,Co,.,_ao,._,,..-cr,,2toot-Md:O'lolt..,tar:,,cpn11,111oonor,poi.r -•r•mat-•--,~cerllotN--o,a,poM<11-plKIJ.9ncl'IPH ;-.,"l'l(-""'1') ~Qf"-"'90'P"I-IWIQolNl'Od.,11.,.,01._."'u"..-..."'",_,...,c:o,_..o, U.l"l.t,k','/<lf\10..part- SIDEWALK~ I FILTER FABRIC~) \_ PEA GRAVEL \_ROOT , r-,,_/ f ii.l ' ;.:;.;i/;,;":°:'. ·" ~(~ ... -~ --,--, I .,;: .... .-.. • ,"ft_,,,_ • ., •• .,_ L.r:;:¼-~ -_-,,r----<'P----_-.t-t-+-:1 ! ;.~·. ','.-;;,·:'., T pt,A\' • ,.,,. "~• "'----Cl!.•·,. •• ,-.;., ••• •.: ;._-.,.S • ;\ ••~.a _..i t • • I ,,1-te.,,_,, ~ •<'"'•: ••"f•"'-•~•C••I'"-,-_,, .:$! ,._,,, .,-I Y"~• SI.._.,_,._ /•.••--"'--S •••-, ~ :, • .. _ _,.,_ .. , "·' ,.,. c.a;•-'•!< ROOT CONTROL DET AJI.S ~1 r-n ..... ~ g ~ • ! ~ I~ ~ ,ti , :i:', ;!1: t;. - "' 0 )> ~o ~:;! )> zo .. 0,, ; i8 I li ► >C -t !li1~ ~~ ~► ili~ ~ ~ - ~ i:!!~ )> ::e z )> )> nl z :0 g~ ~F gJ 3 )> 0 rz t5 ~ nl ~ (/)~ 0 z UJ ;;~ ; .~ 0 ~? "r> .• ch " Q_ MATCH LN: STA 4+50. SEE A80'IE FOR CONTNJAllON ••••••••••••••-,•f17~c •T••~~ •••••••••••••••• ~i':{ ~~-• n,1,, !"lg•( ~ M; t '\,j 1-, ~ 1!i =~ : '~ T f: I -------i ··1 I ~ I !'f {: i: I" '.:· I !1:,-lill!'!;I ~,,11,ic ~~r· I '::'----i :: 1' l!F.\ :i 1 I~ I ' ' =, '~ "~, - >. ' n, ;I ~ ,;, ~' ~I ,i;-·· i-' .. I I I ~Jf i I I i "I I A'M tt·1> ~ . ------I 1!"4-r·-·- , I i\ ! I...!!!........ li ,l ' -:8-1 =.'""= ---L : ~~~~~~ --.. ,.. •1"· i ' I 'I.OH:~!>c:.uGIIS ~ .... ~~- " 0 ' • • • • -·1 •~'"'"I• -.ose• 92< o" ~;ii;~;2! :~;di ~~x~~ ~u!-'-~"::!! o! ... .,;.;~~~B ,,~1:,;;, l~b§1;z;li :;;~~t;~i!~ ~ ...... ::; "'!::;~~ ~-:-,~~ ::.::.-= ;I !Ejri&~9 ~1:ji !!! i: ;;~~~!i !0 i ~ ix; i~ H ~;a~~ 1 0 :; ~~~ :.! f :~Iii ~:r~ ~:i~:s:;; ~ i ... : ! s; ;H !! 1 ~ 6i~f;Oj , l !!!!!!!! . ; ~ ;!g2i2~ r § ~~·~!:lt ! ~ ~: !'"i?~ ' i•, ,,;, i i3 ~ ~§ ~ ~ l~ij l. ·~ HI ,) \ li ~j l~ : ~~ I :"'i ·:::"';~rt· !ji !El ~ ~ \ SW 66th smEET ..._...,._ • "'r J..ii-;;;;\ -:i --·•/I §i-]f __ d.\. __ "4,•--~ -·•-·-y*--H: § r-~-----· . ,.------ a~ Win.~ J -,i! --er -•• ,.~ 1....--!---tfr/ -. .,. '~'L : 1•il -. -')I(,., -,,,,, -,, .• I ii' !I '' 2 I !•-• ' , ""11•!1,-ri·( c1'i.fl" -· -; l'j , • , -· I J ,,. ' -·-· ,; 1 (, ,1 °1 1 1 1 1 i ii '1 1 i~ ""°""' ' :m:i ':i :1(, b' 1 ---~---,...!~ 1~ ·.:1§ -1· j 1, j3:L :~ :!:l · =-r •" '1· ·' I i ~ ~ ii ~ I' l ~f.,. t •• , [. : .~ Im,,-: 1, _,l, __.:...,., l. I 1~ 'II l!il!!il ' ~ ~• !j ~I : ==Jr. I ;• I _ ~-~1 .i \,: !!;,! i. i•, '!. .~, =• . I I!••.•' IC:t;,i. 'q I , .. 11t11, 11;~" l,j ~ · I, '$ ■1:•" ' iiJ -~ I I' ~· II • -----------------______ ._ _____________ _ MATCH LN: STA 4+50. SEE BELOW FOR CONTlfJAllON I~ ., H H !! ~~ ,: ·~ H i: i! 9:: ~-~ t l !. l •"• · -•-•-• --· ,.-•••-•-• --•-•-••..,-•• "-•••-••-• ..,••-•-•-••-----non-• --••-•• 160 TYPE "B" STABILIZATION (SECTION 160) .................................................................................................................. 22 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." .............................................. 22 B. Page 189, Subarticle 160-4.1-Commercial and Local Materials -Add the following: ............................................ 22 C. Page 192, Subarticle 160-7.2.1.2-Undertolerances In ... ; is deleted in its entirety and replaced with the following:22 D. Page 195, Article 160-9-Basis of Payment; Is deleted in its entirety and replaced with the following: ................... 22 E. Basis of Payment. ................................................................................................................................................. 22 DIVISION 200 BASE COURSE 285 LIMEROCK BASE (REV. 08-23-12) .............................................................................................................................. 23 A . Description ........................................................... , ............................................................. ., ................................. 23 B. Materials .............................................................................................................................................................. 23 C . Equipment ........................................................................................................................................................... 23 D . Transporting Rock ................................................................................................................................................ 23 E . Spreading Rocl1. ................................................................................................................................................... 23 F. Compacting and Fi nishing Base ............................................................................................................................ 23 G . Acceptance Criteria : .............................................................................................................................................. 24 H . Priming and Ma intaining ....................................................................................................................................... 26 I. Thickness of Base ................................................................................................................................................ 26 J . Method of Measurement. ...................................................................................................................................... 26 K . Basis of Payment. ................................................................................................................................................. 27 DIVISION 300 BITUMINOUS TREATMENTS SURFACE COURSES AND CONCRETE PAVEMENT 327 MILLING OF EXISTING ASPHALT PAVEMENT (REV. 05-14-12) .......................................................................... 2830 A. Description ............................................................................................................................................................ 28 B . Equipment. ....................................................................................................................................................... 3028 C . Construction ..................................................................................................................................................... 3128 D . Milled Surface ................................................................................................................................................... 3228 E . General Construction Requirements ..................................................................................................................... 29 F. Basis of Payment. ................................................................................................................................................. 29 334 HOT MIX ASPHALT (REV. 05-3-11) ........................................................................................................................... 30 A . Description ............................................................................................................................................................ 30 B . Materials ............................................................................................................................................................... 30 C . Composition of Mixture ......................................................................................................................................... 31 0 . Contractor Quality Control ..................................................................................................................................... 32 E. General Construction Requirements ..................................................................................................................... 32 F. Acceptance of the Mixture ..................................................................................................................................... 34 G . Method of Measurement. ...................................................................................................................................... 35 H. Basis of Payment. ................................................................................................................................................. 35 335 DRIVEWAY TRANSITIONS (REV. 06-23-11) ............................................................................................................. 35 A. Description ............................................................................................................................................................ 35 B . Ma!erials ............................................................................................................................................................... 35 C . Preparation and Construction ............................................................................................................................... 35 D . Method of Measurement ....................................................................................................................................... 36 E . Basis of Payment... .............................................................................................................................................. 36 337 MISCELLANEOUS ASPHALT PAVEMENT (REV. 08-25-11) ...................................................................................... 36 A. Description ............................................................................................................................................................ 36 B. Materials ............................................................................................................................................................... 36 C. Foundation ............................................................................................................................................................ 36 D . Soll Treatment. ..................................................................................................................................................... 36 E . Placing Mixture ..................................................................................................................................................... 36 F. Compacting Mixture .............................................................................................................................................. 36 G . Surface Requirements ............................................................................ ., ............................................................ 36 H . Method of Measurement. ...................................................................................................................................... 36 I . Basis or Payment. ................................................................................................................................................. 37 Specificalions 88 ofd/972 Project No . D. 522-4 Foundation .................................................................................................................................................. 49 E. 522-5 Joints .......................................................................................................................................................... 49 F. 522-6 Placing Concrete ....................................................................................................................................... .49 G . 522-7 Finishing .................................................................................................................................................... .49 H . 522-8 Curing ......................................................................................................................................................... 49 I. 522-9 Opening SldeWalk To Pedestrian Traffic ..................................................................................................... 49 J . 522-10 Method of Measurement ........................................................................................................................... 49 K. 522-11 Basis of Payment ...................................................................................................................................... 49 575 SODDING ..................................................................................................................................................................... 49 A . Description ........................................................................................................................................................... .49 B . Materials . Meet the following requirements: ......................................................................................................... 49 C . Construction Methods ........................................................................................................................................... 49 D. Ma intenance ......................................................................................................................................................... 50 E . Method of Measurement. ..................................................................................................................................... 50 F . Basis of Payment. ................................................................................................................................................. 50 C . Method of Measurement: ...................................................................................................................................... 50 D. Basis of Payment: ................................................................................................................................................. 50 DIVISION 700 TRAFFIC CONTROL 706 RAISED RETRO-REFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE (REV. 05-02-12) ............... 51 A. Description .......................................................................................................................................................... 51 B. Materials .............................................................................................................................................................. 51 C . Equipment. .......................................................................................................................................................... 51 D. Apptication .......................................................................................................................................................... 51 E. Contractor's Responsibility for Notification ..................................................................................................... 51 F. Method of Measurement .................................................................................................................................... 51 G . Basis of Payment. .............................................................................................................................................. 51 710 PAINTED PAVEMENT MARKINGS (REV. 05-02-12) ................................................................................................... 51 A . Description .......................................................................................................................................................... 51 8 . Materials .............................................................................................................................................................. 52 C. Equipment ........................................................................................................................................................... 52 0. Appllcatl on: ......................................................................................................................................................... 52 E. Tolerances in Dimensions and In Alignment. ................................................................................................... 52 F. Contractor's Responsibility for Notification .................................................................................................... 53 G . Protection of Newly Painted Pavement Markings ............................................................................................. 53 H . Corrections for Deficiencies to Applied Painted Pavement Markings ............................................................. 53 I . Submittals ........................................................................................................................................................... 53 J. Method of Measurement. .................................................................................................................................... 53 K. Basis of Payment. ............................................................................................................................................... 53 711 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS (REV. 05-02-12) ................................................................ 54 A . Description .......................................................................................................................................................... 54 B. Materials .............................................................................................................................................................. 54 C. Equipment. .......................................................................................................................................................... 54 D. Application .......................................................................................................................................................... 54 E. Tolerances in Dimensions and in Alignment. ................................................................................................... 55 F. Contractor's Responsibility for Notification ..................................................................................................... 55 G. Protection of Newly Applied Traffic Stripes and Markings .............................................................................. 56 H . Observation Period ............................................................................................................................................. 56 I. Corrections for Deficiencies .............................................................................................................................. 56 J . Submittals. . ......................................................................................................................................... 56 K. Method of Measurement. ................................................................................................................................... 56 L. Basis of Payment. ............................................................................................................................................... 56 Specifications 90 ofda74 Project No. Glass Spheres Temporary Traffic Control Device Materials Retroreflective and Nonreflective Sheeting for Temporary Traffic Control Devices FOOT Section 971 FOOT Section 990 FOOT Section 994 2. Temporary Traffic Control Devices: Use only the materials meeting the requirements of FOOT Section 990, FOOT Section 994, FOOT 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 FOOT for roadway base construction, including reclaimed asphalt pavement material, and having stability and drainage properties that will provide a firm surface under wet conditions. E. Worksite Traffic Supervisor. 1. 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. F. 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 FOOT 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. 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 Specifications Page 2 of 60 92 of 147 Project No. 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. 10. No Waiver of Liability: Conduct operations in such a manner that no undue hazard results due to the requirements of this Article. The procedures and policies described herein in no way acts as a waiver of any terms of the liability of Contractor or his surety. H. Detours. 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 8--Specific Requirements§ 117.5. c. County's bridge operators are scheduled as follows: 1st Shift: 12am to 8am 2nd Shift: 3rd Shift: 8am to 4pm 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 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. I. 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 FOOT 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 FOOT Design Standards, Index No. 625 Temporary Road Closure 5 Minutes or Less is used. J. 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. K. Temporary Traffic Control Devices. 1. Installation and Maintenance: a. Install and maintain temporary traffic control devices as detailed in the Plans, Index 600 of the FOOT Design Specifications Page 4 of 60 94 of 147 Project No. 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 FOOT 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 FOOT 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 FOOT APL number will be permitted. 7) Glare Screen (Temporary): a) Use temporary glare screens listed on the FOOT APL that meet the requirements of FOOT 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 FOOT Design Standards. LCOs 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 (Redirective/Gating): a. Furnish, install, maintain and subsequently remove temporary crash cushions in accordance with the details and notes shown in the Plans, the FOOT Design Standards, and requirements of the pre-approved alternatives listed on the FOOT APL. 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 FOOT 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 FOOT Section 990 as required by the Plans and FOOT 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 FOOT Section 990 as required by the Plans and FOOT 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 FOOT Section 990 as required by the Plans and FOOT 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, 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 FOOT Design Standards. Specifications Page 6 of 60 96 of 147 Project No. 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 FOOT APL and meeting the requirements of FOOT 990-5. Apply all markers in accordance with the FOOT 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. M. Method of Measurement. 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. 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 FOOT 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. 6. Business Signs: a. 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 Ill, or direction indicator barricades, certified as installed/used on the project meeting the requirements of FOOT 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 FOOT 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. Specifications Page 8 of 60 98 of 147 Project No . 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. N. 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 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. 0. 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: 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 Specifications Page 10 of60 100 of 147 Project No. 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 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. 1) Removal Requirements: 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 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. The work under Removal of Existing Concrete Pavement does not include the removal of retaining walls, drainage structures and flexible asphalt pavement. c. 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 Specifications Page 12 of 60 102 of 147 Project No. 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 8.5 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 approximate horizontal plane. Where the removal of pavement areas is necessary only for the construction of box culverts, pipe culverts, storm sewers, trench 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 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: Specifications Page 14 of60 104 of 147 Project No. 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. 2. 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. 3. Disposal of Paving Materials: Unless otherwise noted, take ownership of paving materials, such as paving brick, asphalt block, concrete slab, sidewalk, curb and gutter, etc., excavated in the removal of existing pavements, and dispose of them outside the right-of-way. If the materials are to remain the property of the 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. 1. Materials for Embankment. 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) 2) In top 12 inches: 3 1/2 inches (in any dimension). 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. c. Spread all material so that the larger particles are separated from each other to minimize voids between them during compaction. Compact around these rocks in accordance with the requirements herein for Compaction of Embankments. d. When and where approved by the Engineer, larger rocks (not to exceed 18 inches in any dimension) may be placed outside the one to two slope and at least 4 feet or more below the bottom of the base. Compact around these rocks to a firmness equal to that of the supporting soil. Where constructing embankments adjacent to bridge end bents or abutments, do not place rock larger than 3 1/2 inches in diameter within 3 feet of the location of any end-bent piling. 2. Use of Materials Excavated From the Roadway and Appurtenances: Assume responsibility for determining the suitability of excavated material for use on the project in accordance with the applicable Contract Documents. Consider the sequence of work and maintenance of traffic phasing in the determination of the availability of this material. 3. Authorization for Use of Borrow: Use borrow only when sufficient quantities of suitable material are not available from roadway and drainage excavation, to properly construct the embankment, subgrade, and shoulders, and to complete the backfilling of structures and pipe. Do not use borrow material until authorized by the Engineer, and then only use material from approved borrow pits. a. Haul Routes for Borrow Pits: 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. 2. Dry Fill Method: a. General: 1) Construct embankments to meet the requirements of subarticle G (Compaction Requirements) and in accordance with the Acceptance Program requirements herein. Restrict the compacted thickness of the last embankment lift to 6 inches maximum. Specifications Page 16 of 60 106 of 147 Project No. 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 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. d. 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 in 2 . 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 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. Specifications Page 18 of60 108 of 147 Project No. J. 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. 2. 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. 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 trench 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: 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 FOOT Design Standard Index 307, as an Specifications Page 20 of60 110of147 Project No. 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. 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. 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 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 Page 22 of60 112 of 147 Project No. 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. c. Construct shoulder-only areas, bike/shared use paths, and sidewalks 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 1,000 feet or one Day's Production, whichever is greater. Shoulders compacted separately shall be considered separate LOTs. 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 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: 1. Density: Within the entire limits of the width and depth of the base, obtain a minimum density in any LOT of 98% of modified Proctor maximum density as determined by FM 1-T 180, Method D. For shoulder only areas and bike/shared use paths, obtain a minimum density of 95% of the modified Proctor maximum density as determined by FM 1-T 180, Method D. 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 consecutive consecutive Density LOTs LOTs Density One per LOT One per four LOTs Roadway Ten per LOT Witness Surface 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 LOTs LOTs Density Density One per LOT One per two LOTs Surface Five per 500 Witness feet 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 between the two computed dry densities does not exceed 2 lb/ft3 between gauges from the same manufacturer, and 3 lb/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 Specifications Page 24 of60 114 of 147 Project No. Engineer by scarifying and removing or adding rock as required, and recompact the entire area as specified hereinbefore. c. Surface & Thickness 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 surface and/or thickness checks to one half the minimum requirements as stated in the frequency requirements above (e.g. Reduce frequency from ten per LOT to ten per two LOTs) by identifying the substantiating tests and notifying Engineer in writing prior to starting reduced frequency of testing. 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 required by the Acceptance Criteria above. The results of the Independent Verification testing will not affect the frequency of the Quality Control testing. 10. Department Verification Tests: a. Maximum Density: Engineer will randomly select one of the remaining two split samples and test in accordance with FM 1-T 180, Method D. b. Thickness and Surface Testing Requirements: The Department will witness the base depth and surface checks to ensure compliance with the Depth and Surface Testing Requirements above. If the QC test results are not deficient as defined therein, the LOT or 500-foot section will be accepted. If the QC test results are deficient, resolve deficiencies in accordance with the Depth and Surface Testing Requirements. Repeat acceptance testing. Provide traffic control, coring/boring equipment, and an operator for the coring/boring equipment. c. Verification Comparison Criteria and Resolution Procedures: 1) Modified Proctor Maximum Density: Engineer will compare the Verification test results for Maximum Density to the corresponding Quality Control test results. If the test result is within 4.5 lb/ft3 of the QC test result, the LOTs will be verified. Otherwise, Engineer will collect the Resolution split sample corresponding to the Verification sample tested. The State Materials Office or an AASHTO accredited laboratory designated by the State Materials Office will perform Resolution testing. The material will be sampled and tested in accordance with FM 1-T 180, Method D. 2) Engineer will compare the Resolution Test results with the Quality Control test results. If the Resolution Test result is within 4.5 lb/ft3 of the corresponding Quality Control test result, Engineer will use the Quality Control test results for material acceptance purposes for each corresponding set of LOTs. If the Resolution test result is not within 4.5 lb/ft3 of the corresponding Quality Control test, Engineer will collect the remaining Verification split sample for testing. Verification Test results will be used for material acceptance purposes for the LOTs in question. 3) Density: When a Verification or Independent Verification density test does not meet the requirements of the Acceptance Criteria, retest at a site within a 5 feet radius of the Verification test location and observe the following: a) If the Quality Control retest meets the Acceptance Criteria and compares favorably with the Verification or Independent Verification test, Engineer will accept the LOTs in question. b) If the Quality Control retest does not meet the Acceptance Criteria and compares favorably with the Verification or Independent Verification test, rework and retest the material in that LOT. Engineer will re-verify the LOTs in question. c) If the Quality Control retest and the Verification or Independent Verification test do not compare favorably, complete a new Equipment- Comparison Analysis. Once acceptable comparison is achieved, retest the LOTs. Engineer will perform new verification testing. Acceptance testing will not begin on a new LOT until Contractor has a gauge that meets the comparison requirements. 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. I. 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. Specifications Page 26 of60 116of147 Project No. DIVISION 300 BITUMINOUS TREATMENTS SURFACE COURSES AND CONCRETE PAVEMENT 327 MILLING OF EXISTING ASPHALT PAVEMENT (REV. 05-14-12) A. Description. 1 . At the locations and to the average depth of cut specified by the Contract Documents or Work Order, remove existing asphalt concrete pavement by milling to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. 2. Take ownership of milled material. B. Equipment. 1. Provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the Contract Documents or Engineer. Use a machine with a minimum overall length (out to out measurement excluding the conveyor) of 18 feet and a minimum cutting width of 6 feet. 2. Equip the milling machine with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. 3. To start the project, Engineer will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, Engineer will reject the milling machine for further use. 4. Contractor may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. 5. Equip the milling machine with means to effectively limit the amount of dust escaping during the removal operation. 6. For complete pavement removal, Engineer may approve the use of alternate removal and crushing equipment in lieu of the equipment specified above. C. Construction. 1. General: a. Remove the existing raised reflective pavement markers prior to milling. Include the cost of removing existing pavement markers in the price for milling. b. When milling to improve rideability or cross slope, remove the existing pavement to the average depth specified by the Contract Documents or Work Order, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. Engineer may require the use of a stringline to ensure maintaining the proper alignment. c. Establish the longitudinal profile of the milled surface in accordance with the milling plans. Ensure that the final cross slope of the milled surface parallels the surface cross slope shown on the Plans or as directed by Engineer. Establish the cross slope of the milled surface by a second sensing device near the outside edge of the cut or by an automatic cross slope control mechanism. The Plans may waive the requirement of automatic grade or cross slope controls where the situation warrants such action. d. Operate the milling machine to minimize the amount of dust being emitted. Engineer may require prewetting of the pavement. e. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. Repave all milled surfaces no later than the day after the surface was milled unless otherwise stated in the plans. f. If traffic is to be maintained on the milled surface prior to the placement of the new asphalt concrete, provide suitable transitions between areas of varying thickness to create a smooth longitudinal riding surface. Produce a pattern of striations that will provide an acceptable riding surface. Engineer will require the control the traveling speed of the milling machine to produce a texture that will provide an acceptable riding surface. g. Prior to opening an area which has been milled to traffic, sweep the pavement with a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. Sweep in a manner that will minimize the potential for creation of a traffic hazard and to minimize air pollution. h. Sweep the milled surface with a power broom prior to placing asphalt concrete. i. In urban and other sensitive areas, use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. Obtain Engineer's approval of such equipment, contingent upon its demonstrated ability to do the work. j. Perform the sweeping operation immediately after the milling operations or as directed by Engineer. 2. Quality Control Requirements: a. Furnish an electronic level with a length of 4 feet and an accuracy of plus or minus 0.1 degree approved by Engineer for the control of cross slope. Make this electronic level available at the jobsite at all times during milling operations. Calibrate and compare electronic levels at a minimum frequency of once per day before any milling operation, and at any time as directed by Engineer. If the comparison between the QC and Verification levels is within the comparison tolerance of plus or minus 0.2%, the QC level is considered to compare favorably and can be used for measurement and acceptance of cross slopes. If the levels do not compare favorably, perform a second comparison using another calibrated electronic level (DTPW or Contractor) for resolution. If this resolution level compares favorably with the QC level, the QC level is considered to be verified. If the second level does not compare favorably with the QC level, discontinue the use of the QC electronic level and obtain another approved electronic level that meets the requirements of this specification. Regardless of the comparison analysis outcome, Contractor assumes all risk associated with placing the pavement at the correct cross slope. b. Multiple cuts may be made to achieve the required pavement configuration or depth of cut. Measure the cross slope of the milled surface by placing the level at the center location of a lane and perpendicular to the roadway centerline. Record all the measurements to the nearest 0.1 % on an approved form and submit to Engineer for documentation. Specifications Page 28 of60 118ofl47 Project No. 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). 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. a. Table 1 HMA Fine Mix Types Asphalt Mix Types Traffic Work Level!2l Category 1 Type SP-9.5!1l A 2 Structural Mixes: Types B orC SP-9.5 or SP-12.5!1l Friction Mixes: Types FC- 9.5 or FC-12.5(1) 3 Structural Mixes: Types C SP-9.5 or SP-12.5 Friction Mixes: Types FC- 9.5 or FC-12.5 11> Equivalent mixes may be approved as determined by the Engineer. (2 > Traffic Level (1x106 ESAL's): A is <0.3; Bis 0.3 to <3; and C is 3 to <10 2. 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) 2) Type SP-9.5, FC-9.5 ............. 9.5 mm (3/8") Type SP-12.5, FC-12.5 ......... 12.5 mm (1/2") 3. 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 (lbs/yd2) = t x Gmm 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 lbs. per square yard per inch. Pay quantities will be based on the actual maximum specific gravity of the mix being used. 4. 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 ............ 11/2 -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 thickness will be converted to spread rate as defined in Subarticle A.5 above. 5. Additional Requirements. a. Type SP HMA fine mixtures: 1) When construction includes the paving of adjacent shoulders (~5 feet wide), the layer thickness for the upper pavement layer and shoulder shall be the same and paved in a single pass, unless otherwise called for in the Contract Documents. 2) For overbuild layers, use the minimum and maximum layer thicknesses as specified above unless called for differently in the Contract Documents. On variable thickness overbuild layers, the minimum allowable thickness may be reduced by 1/2 inch, and the maximum allowable thickness may be increased by 1/2 inch, unless called for differently in the Contract Documents. 6. Weight of Mixture. a. The weight of the mixture shall be determined as provided in FOOT 320-2.2 (Electronic Weigh Systems). B. Materials. 1. General Requirements: Meet the material requirements specified in FOOT Division Ill (Materials). Specific references as follows: 2. Superpave PG Asphalt Binder FOOT 916-1 Recycling Agents FOOT 916-2 Course Aggregate FOOT Section 901 Fine Aggregate FOOT Section 902 Asphalt Binder: Specifications Page 30 of60 120 of 147 Project No. 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 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 FOOT source number and the FOOT product code of the aggregate components furnished from an FOOT 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. 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 40°F for layers greater than 1 inch (100 lb/yd2) in thickness and at least 45°F for layers 1 inch (100 lb/yd2) or less in thickness (this includes leveling courses). The minimum temperature requirement for leveling courses with a spread rate of 50 lb/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 ±30°F from the target temperature as shown on the mix design. Reject all loads outside of this range. 4. 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: 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. Specifications Page 32 of60 122 of 147 Project No. Test all pavement lanes where the width is constant using a rolling straightedge and document all deficiencies on a form approved by the Engineer. Notify the Engineer of the location and time of all straightedge testing a minimum of 48 hours before beginning testing. b) Rolling Straightedge Exceptions: Testing with the rolling straightedge will not be required in the following areas: intersections, tapers, crossovers, parking lots and similar areas. In addition, testing with the rolling straightedge will not be performed on the following areas when they are less than 50 feet in length: turn lanes, acceleration/deceleration lanes and side streets. However, correct any individual surface irregularity in these areas that deviates from the plan grade in excess of 3/8 inch as determined by a 15 foot manual straightedge, and that the Engineer deems to be objectionable, in accordance with the requirement below for Correcting Unacceptable Pavement. The Engineer may waive or modify straight edging requirements if no milling, leveling, overbuild or underlying structural layer was placed on the project and the underlying layer was determined to be exceptionally irregular. c) Final Type SP Structural Layer: Straightedge the final Type SP structural layer with a rolling straightedge behind the final roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch in accordance with the requirements below for Correcting Unacceptable Pavement (structural layer). If the Type SP layer is to be the final surface, corrections may be waived by the Engineer. Retest the corrected areas. d) Friction Course Layer: Where a friction course is called for in the Contract, at the completion of all paving operations, straightedge the friction course either behind the final roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch in accordance with 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 5/16 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, 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 T168. 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. Specifications Page 34 of60 124ofl47 Project No. 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. 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. 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 lbs/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 Specifications Page 36 of60 126 of 147 Project No. 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 FOOT 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 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 FOOT 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 lime 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 ii 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 FOOT Section 346. During the curing period, if NOAA predicts the ambient temperature to fall below 35°F for 12 hours or more or to fall below 30°F for more than 4 hours, enclose the structure in such a way that the concrete and air within the enclosure can be kept above 60°F 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 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 FOOT 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 FOOT 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). Specifications Page 38 of60 128 of 147 Project No. 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 Backfilling; 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. 425AADJUSTMENT OR RELOCATION OF VALVE, METER AND JUNCTION BOXES 1. 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. 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. 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 FOOT Sections 435 and 440. 3. Obtain pipe culverts from a Producer currently on the FOOT's list of Producers with Accepted Quality Control Programs. Producers seeking inclusion on the list shall meet the requirements of FOOT 105-3. 4. When the producer's FOOT Quality Control Program is suspended, accept responsibility of either obtaining drainage products from another producer with an accepted FOOT Quality Control Program or await re-approval of the producer's FOOT Quality Control Program. Engineer will not allow changes in Contract Time or completion dates as a result of the producer's FOOT Quality Control Program suspension. Accept responsibility for all delay costs or other costs associated with the producer's FOOT Quality Control Program suspension. B. Materials. 1. Pipe: Meet the following requirements: Concrete Pipe Round Rubber Gaskets Corrugated Steel Pipe and Pipe Arch Corrugated Aluminum Pipe and Pipe Arch Corrugated Polyethylene Pipe Polyvinyl Chloride (PVC) Pipe FOOT Section 449 FOOT Section 942 FOOT Section 943 FOOT Section 945 FOOT Section 948 FOOT 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. 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 FOOT Section 943 for steel pipe or FOOT Section 945 for aluminum pipe. 3. Class I corrugated Polyethylene Pipe may be used on local (non-arterial or non-collector) roads only. Specifications Page 40 of60 130of 147 Project No . 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 pipeline 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/contractorissues/laser.s htm. Reports may be submitted in electronic media if approved by Engineer. 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. g. 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. 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. Specifications Page 42 of60 132 of 147 Project No. 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. 3) Use flat gaskets meeting the requirements of ASTM D- 1056, designation 2C2 or 2B3. 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 Pipe Wall Thickness 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 3/8 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 offive 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. I. Desilting Pipe Culverts, Box Culverts, and Inlet Structures. Specifications Page 44 of60 134of 147 Project No . 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 A. Description. 1. Construct trench drains, utilizing one of the authorized types of pipes listed below, with coarse aggregate, and plastic filter fabric (geotextile). Construct in accordance with FOOT Design Standards, Index No. 285 as modified by or otherwise specified in the Contract Documents. 8. 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 FOOT 449 for concrete pipe. Use the class of pipe specified on the FOOT Design Standards, Index No. 205. Do not use gaskets. Fully insert the spigot in the bell, and bring home. Conform to FOOT Design Standards, Index No. 285 for slotted pipe. Use perforated pipe 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 FOOT 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 FOOT 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 FOOT 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 FOOT 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 FOOT 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 FOOT 901. Aggregates must be an approved product from an approved source listed on the current FOOT Approved Aggregate Products from Mines or Terminals Listings. 3. Select Fill: Use select fill meeting the requirements of either FOOT 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) 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 Specifications Page 46 of60 136 of 147 Project No. 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 Concrete Hot Mix Asphalt (HMA) Joint Seal FDOT Section 911 FDOT Section 350; Class I (Pavement) Per Article 334 of these Specifications FDOT Section 932 C. 1. Preparation and Construction 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 ½ 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) F. 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 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. G. 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. H. Page 591 Article 520-12, Basis of Payment: Is deleted in its entirety and replaced with the following: Specifications Page 48 of60 138of 147 Project No. 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. L. 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 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. M. 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). N. 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 Page 50 of60 140 of 147 Project No. 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 971-4 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: 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 40°F 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 manufacturer's recommendations. 4. Retroreflectivity: a. Apply white and yellow standard pavement markings that will attain an initial retroreflectance of not less than 300 mcd/lx•m 2 and not less than 250 mcd/lx•m 2 , 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 . 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 med/Ix m2 . If the retroreflectivity values fall below the 150 med/Ix 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. Specifications Page 52 of60 142 of 147 Project No. 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. 1. 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 FOOT Qualified Products List (QPL). Engineer may require random samples of all material. Use materials meeting the following requirements: Initial or Recapped Stripes and Markings: Refurbishing Existing Stripes and Markings: Preformed Stripes and Markings: FOOT 971-1 and 971-5 FOOT 971-1 and 971-5 FOOT 971-1 and 971-6 2. Glass Spheres: Use only glass spheres listed on the FOOT QPL, meeting the requirements of FOOT 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 FOOT 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 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. 1. Application. 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 50°F and rising for asphalt surfaces and 60°F 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 Specifications Page 54 of60 144 of 147 Project No . 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. 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: 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 Page 56 of60 146ofl47 Project No. EXHIBIT B PROPOSAL, MAGGOLC, INC FORM3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLI C OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: CESAR DE LUNA For (Name of Proposing or Bidding Entity): M&J CONSUL TING GROUP CORP Whose business address is: 300 PALERMO AVENUE, 2ND FLOOR, CORAL GABLES FL 33134 And (if applicable) its Federal Employer Identification Number (FEIN) is: 26-4622023 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ________________ --1- Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. IO 1-336, I 04 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title Ill, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. ~ Bidder Initials 24 of 147 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). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I 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. G-:::::= Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. ~ Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-1 I . I, as applicable to City, or the provisions of Chapter I 12, part Ill, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. ~ Bidder Initials Anti-Collusion Affidavit I . Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 26 of 147 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. I) Give each employee engaged in providing commodities or contractual services under the 1TB a copy of the statement specified in subsection (I). 2) Notify employees that, as a condition of working on the commodities or contractual services under the 1TB, the employee must abide by the terms of the statement and will 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. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section . Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) Dl('ihe entity submitting this sworn statement is a drug-free workplace and is in full compliance w ith the requirements set forth under F.S. § 287.087. D The entity submitting this sworn statement is not a drug-free workplace. C-- Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1. I of the Code of the City of South Miami, the City will not enter into or award a contract co an entity engaged in a boycott. Bidder understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1 .1 of the Code of the City of South Miami. c___ Bidder Initials Acknowledgment, Warranty, and Acceptance I. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations . 28 of 147 In the presence of: Signed, sealed and delivered by: c,_ Witness #I Print Name: ______ _ Print Nam Title: _ ___l,'--'~-----"-.-------- Witness #2 Print Name: ______ _ ACKNOWLEDGMENT State of Florid~ . ~ • County of \.\ \Q.fY\\ ~ The (ocego;ng ;nstrument wa, ack~ledied befoce me by means of ~~s;c,I pn,sence o, ~ onl;ne notarization, this ~ day ,Qf +¥n \ , 20~. by ~· e..sac f).e.. l AQ.9-.. (name of person) as -~'L~\/ _____________ (type of authority) for _____ _ ___ (name of party on behalf of whom instrument is executed). ~~~ ~ary Public (Print, Stamp, or Type as Commissioned) __ ....,,,... Personally known to me; or • 1 • .7 Produced identification (Type of Identification: ?L .Djyf,( 5 l.&Ceos-e... ___ Did take an oath; or ___ Did not take an oath ,.~• ""• Leslie Subia (--.;\'\'~ State of Florida ~ \Ji My Commission Expires 06/29/2024 ,.(' oq;. 0 "' Commission No. HH 15619 30 of 147 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211 ). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (I) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph ( I )(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: M&J CONSUL TING GROUP CORP Date: 4/25/23 CESAR DE LUNA, VP-CGC Name and Title of Authorized Representative 32 of 147 I ROADWAY AND DRAINAGE AS- BUILTS LS I $ 7,254.60 $ 7,254.60 SUBTOTAL ROADWAY ----------338,035.47 700-1-50 SINGLE POST SIGN, RELOCATE AS I $1,186.73 $1,186.73 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE $ 160.42 $ 1,283.36 706-1-1 MARKINGS (Y/Y} EA 8 710-11-PAINTED PAVEMENT MARKINGS, 11,365.48 $ 318.23 IOI STANDARD, WHITE, SOLID, 6" GM 0.028 $ 710-11-PAINTED PAVEMENT MARKINGS, 2.59 323.75 123 STANDARD, WHITE, SOLID, 12" LF 125 $ $ 710-11-PAINTED PAVEMENT MARKINGS, 2.72 48.96 124 STANDARD, WHITE, SOLID, 18" LF 18 $ $ 710-11-PAINTED PAVEMENT MARKINGS, 3.10 93.00 125 STANDARD, WHITE, SOLID, 24" LF 30 $ $ 710-11-PAINTED PAVEMENT MARKINGS, 16,750.01 318.25 201 STANDARD, YELLOW, SOLID, 6" GM 0.019 $ $ 711-11-THERMOPLASTIC, STANDARD, $ 5.17 $646.25 123 WHITE, SOLID, 12" LF 125 711-11-THERMOPLASTIC, STANDARD, 5.43 141.18 124 WHITE, SOLID, 18" LF 26 $ $ 711-11-THERMOPLASTIC, STANDARD, 178.50 125 WHITE, SOLID, 24" LF 30 $ 5.95 $ 711-15-THERMOPLASTIC, STANDARD, $16,171.71 $452.81 IOI WHITE, SOLID, 6" GM 0.028 711-15-THERMOPLASTIC, STANDARD, $ 27,235.75 517.48 201 YELLOW, SOLID, 6" GM 0.019 $ SUBTOTAL SIGNALIZATION ------------5,508.50 SUBTOTAL GENERAL 343,543.97 PERMIT FEES ALLOWANCE LS 1.00 $1,000.00 $1,000.00 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION LS 1.00 $ 2,500.00 $ 2,500.00 SAFETY ACT LS 1.00 $1,000.00 $1,000.00 CONTINGENCY FUND (10% OF $33,058.40 $ 33,058.40 SUBTOTAL GENERAL) LS 1.00 TOTAL LUMP SUM $ 382,398.37 37 of 147 MERCHANTS~ BONDING COMPANY,u POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING , INC ., bolh being corporations or lhe State or Iowa, d/b/a Merchants National Indemnity Company (m California only) (herein collectively called the ·compames") do hereby make , constitute and appoint, individually, Alexandra Machmk, Barbara A Leeper; Brian G Hartman; Jay Black; Josephine M Streyle; Natasha Kerr: Pamela M Anderson . Patti K Lindsey; Wendy A Bright; William M Chapman their true and lawful Attorney(s)-in-Fact, lo sign tis name as surcty(ies) and to execute, seal and acknowledge any and all bonds . undertakings. contracts and other written instruments in the nature thereof, on behalf of the Companies tn thetr business of guaranteeing lhc fidelity of persons, guaranteemg the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Altorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by lhe Board of Directors of Merchants Bonding Company (Mutual) on April 23 . 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNattonal Bonding . Inc .. on October 16. 2015. "The President , Secretary , Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority lo appoint Attorneys-in-Fact. and to authorize them lo execute on behalf of the Company . and attach the seal or the Company thereto. bonds and undertakings, recognizances, contracts of ,ndemnily and other writings obligatory in the nature thereof · 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond , undertaking, recognizance , or other suretyship obligations or the Company and such signature and seal when so used shall have the same force and effect as though manually fixed ." In connection with obligations in favor of the Florida Department of Transportation only. it is agreed that the power and authority hereby given to the Altorney-m-F acl includes any and all consents for lhe release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State orFlorida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not rel ieve this surety company of any of ,ts obhgat1ons under its bond. In connection with obligations in favor of the Kentucky Department of Highways only . ii is agreed that the power and authority hereby given lo the Attomey-m-F act cannot be modified or revoked unless prior wntten personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation . In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of April . 2023 .•···{,oN:;,······ •.. ;6· c·... MERCHANTS BONDING COMPANY (MUTUAL) ••• ~t, ......... J. ~••, • • ~~\ ..... P.f!,,,; • MERCHANTS NATIONAL BONDING, INC. lr,, _..0~P0!1-4·• .. o••• ."~.·~\l.PO,?_,·.~•• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 51,.;,.:c; ~·.'1-\ :~ ... ~ -~:•.~: ~ -~:-it' -o-c,:o-... ... , .. ~~\.-2003 fZE {;'.-.~ 1-9~; ~)~] By =:; ~~ ~-~~.... ./:.0., .-~-. .· :-v. yr ., •• ~·. .•·~C:::-. \~h:·• ......... ·;~ .. •• • ';;It·""··\"\ •• President STATE OF IOWA •#::,:, * ••••••' ••• • • .-t! • • ••• COUNTY OF DALLAS ss. .,,.,.,,• On this 19th day of April 2023 . before me appeared Larry Taylor, to me personally known, who being hy me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed 1n behalf of the Companies by authority of their respechve Boards of Directors. Kim lee CommiG&IOn Number 702737 My Comn11sc;on Expres ,Apnl 14 2024 (Exp1rat1on or notary's commission does not invalidate this instrument) ¥~ OJ_L, Notary Pub/le I, William Warner. Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is st i ll in full force and effect and has not been amended or revoked. April , 2023 . v~~fi- Secrelary POA 0018 (10/22) FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) M&J CONSUL TING GROUP CORP C ESAR DE LUNA, VP-CGC NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 300 PALERMO AVENUE, 2ND FLOOR, CORAL GABLES F L 33134 ~j319-7635 TELEPHONE NUMBER State of Florida , "txxi County of \-Ho.ra , e., The foregoing in stant was ack owle ged before me by means of _L_ physical presence or _ online notarization, thi s day o.f. ("\ , 20~. by Qf.$0. '( lX:.. Lv'<"'O-, (name of person) as V ~ (type of authority) for ____ _ (nam e of pmy on behalf of whom ;nmu:2>=)·~ ~ry Publip-(Print, Stamp, or Type as Commissioned) -~-Personally known to me; or . 1 / Produced identification (Type of Identification: fL. \)(\'/l{ $ L i Ce.(\½:: ___ D id take an oath; or ___ Did not take an oath ,,,. •• ,, leslle Subia l ~ '-Slate of Florlda ' \J; My Commission Expires 081291'Z024 ,,.,,.,..-Commission No. HH 15519 21 of 147 PUBLIC NOTICE INVITATION TO BID (ITB) No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET. Interested companies, firms, and individuals (“Bidders”) may obtain a copy of Invitation to Bid No. PW2023-06 (the “ITB”) to be issued on April 4, 2023, at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143, on the City’s website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The ITB contains detailed information about the scope of work, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the ITB will be made available on the City’s website. It is the Bidder’s sole responsibility to ensure receipt of any issued notice or addenda relating to this ITB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked “Bid to City of South Miami, ITB No. PW2023-06 for the “ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET.” Bids must be received by the City by no later than April 25, 2023 at 10:00 a.m. EST. E-BID OPENING VIA VIDEO CONFERENCING: 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/ Bids will be publicly opened through video conferencing using the Zoom platform. At 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Any bid submission received after this time and date will be rejected and returned unopened. Bidders are responsible for ensuring that their bid is received in the City by the deadline. A pre-response conference will NOT be held for this project. The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for bid b etween a potential vendor, service provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any qu estions on the Cone of Silence. Date Issued: April 4, 2023 2 of 147 8 TABLE OF CONTENTS Section Page Section 1: Information for Bidders 4 Section 2: Terms and Conditions 11 Section 3. Scope of Work 17 Section 4: Bid Submission Requirements and Evaluation & Forms and Attachments 20 Section 4: Bid Form – Form 7 36 Section 4: References – Form 8 39 3 of 147 9 SECTION 1. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET (the “Project”). The City hereby requests bids for the selection of one firm (“Contractor” or “Bidder”) to provide the work for the Project as set forth in greater detail in Section 3 of this Invitation to Bid (“ITB”). The Contractor awarded a contract pursuant to this ITB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this ITB (the “Work” or the “Services”) for the Project. The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid meets the requirements and criteria set forth in this ITB for the Work described in this ITB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this ITB process, but is subject to change by the City, in its sole discretion, at any time during the ITB procurement process. No. Event Date* Time* (EST) 1 Advertisement/ Distribution of ITB April 4, 2023 1:00 PM 2 Non-Mandatory / Mandatory Pre-Bid Conference and Site Visit 6130 Sunset Drive South Miami, FL 33143 NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification April 17, 2023 10:00 AM 4 City Issues Addenda and Responds to Questions April 20, 2023 10:00 AM 5 Deadline to Submit Sealed Bids – Submission Deadline April 25, 2023 10:00 AM 6 E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at https://zoom.us/j/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. April 25, 2023 10:30 AM 7 City Manager issues recommendation to City Commission May 2, 2023 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission Meeting May 2, 2023 7:00 PM 4 of 147 10 1.3. BID DUE DATE. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/. All sealed bids must be received by 10:00 a.m. E.S.T. on April 25, 2023 (the “Submission Deadline”). Sealed bids will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. 1.4. PRE-BID CONFERENCE AND SITE(S) VISIT. A pre-bid conference, will be NOT be scheduled for this project. Prior to submitting a Bid, each Bidder should visit the site and become familiar with the conditions that may, in any manner, affect the Work to be performed by the awarded contractor or the equipment, materials and labor required. The Bidder is also required to examine carefully the Scope of Work set forth in Section 3 of this ITB and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Work to be performed under the Agreement. No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID PROCESS. The City will not respond to oral inquiries or questions concerning this ITB. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than April 17, 2023 at 10:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this ITB issued by the City to all known and/or registered prospective Bidders. Each prospective Bidder shall acknowledge receipt of such Addenda by including it in the Bid Form. All Addenda shall be a part of this ITB and a part of the Agreement and each Bidder will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Bidder to verify that it has received all Addenda issued before Bid are submitted and opened. 1.6. SUBMISSION OF BID. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/ by the Submission Deadline and must be marked as “Bid to City of South Miami, ITB No. PW2023-06, ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET” and addressed to: 5 of 147 11 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS ITB WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE CONSIDERED. The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon the terms and at the prices stated by the Bidder. 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/ Bids will be publicly opened through video conferencing using the Zoom platform at 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email will not be accepted. Only one (1) Bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Bidder has interest in more than one (1) Bid for Work contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid certifies that this Bid is made without previous understanding, contract, or connection with any person, firm or corporation making a Bid for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. BID REQUIREMENTS & FORMAT. Each Bidder must present its products, services, and applicable features in a clear and concise manner that demonstrates the Bidder’s capabilities to satisfy the requirements of this ITB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: 1.7.1. Bid Form Package. Bidder shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Bid Package: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions 6 of 147 12 Form 6. Bidder’s Qualifications Survey Form 7. Bid Form Form 8. Reference List Form 9 Bid Guaranty/Bid Bond Form 10 Payment and Performance Bonds 1.7.2. Proof of Experience. Provide documentation evidencing the experience of the Bidder and demonstrating that the Bidder has successfully provided Work similar to those specified herein to other firms and/or agencies of similar size and needs as the City. The Bidder firm shall be currently engaged in Work on a full time basis and shall have been in existence and continuous operation providing the Work for a minimum of five (5) years. 1.7.3. Safety Record. Bidder shall provide documentation evidencing the safety and compliance record of the Bidder in performing similar Work, including information as to any safety or any noncompliance violations, assessments or citations issued by applicable governmental agencies in the past five (5) years. 1.7.4. Bidder's Qualifications. Include name, function, and qualifications of key personnel, including key subcontractors, in the organization who will be providing Work. The key person or contact assigned to the Work shall within the past three (3) years have conducted and been responsible for providing Work in a similar project or environment. Please note, to receive further consideration, all Bidders must provide the necessary documentation to demonstrate that they meet the following minimum qualifications: 1.7.4.1. Service and Incorporation. Contractor shall have been in business and continuous operation and service and incorporated in the State of Florida for a minimum of five (5) years. 1.7.4.2. Licenses. Contractor must be fully licensed with any and all applicable and required licenses, certifications and permits for Work, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, the City, and any other governing governmental regulatory authorities. 1.7.5. Insurance Certificates. Bidder shall provide certificates of insurance demonstrating compliance with the requirements set forth under Section 2 of this solicitation, including: 1.7.5.1. Commercial General Liability 1.7.5.2. Workers Compensation & Employer’s Liability 1.7.5.3. Business Automobile Liability THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 1.7.6. Bidder may provide any additional information that highlights experience or expertise, which is relevant and directly applicable to this ITB. 1.8. EVALUATION CRITERIA/AWARD OF CONTRACT. Award shall be made to the lowest responsible and responsive Bidder whose qualifications indicate the Award will be in the best interest of the City and whose Bid complies with the requirements of this ITB. In no case will the Award be made until all necessary investigations have been made into the responsibility of the Bidder and the City Manager is satisfied that the Bidder is qualified to do the Work and have the 7 of 147 13 necessary organization, capital and equipment to carry out the Work in the specified timeframes. The responsible bidder shall be a person who has the capability in all respects to fully perform the contract requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities, equipment, financial resources and credit which will give a reasonable expectation of good faith performance, and a person who has submitted a bid which conforms in all material respects to the ITB (the “Responsible Bidder”). In evaluating responsibility, the City may also consider previous contracts with the City, past performance and experience with other contracts, compatibility of the project team with City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may reject those bids that do not meet the minimum requirements of the ITB. If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and responsive Bidder who meets the requirements of this ITB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this ITB, the City may, at the City’s sole option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids or re-advertise the Work. Neither this ITB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract, in substantially the form attached hereto as Attachment “C,” has been executed by the City and the Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City Attorney. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid the entire solicitation, or enter into contracts with more than one Contractor. The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to cancel or discontinue this ITB process, and to request new Bid on the required Work or services. The City Commission shall make the final determination and award of Bid(s). All materials submitted in response to this Invitation to Bid become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Bid or responses to the ITB, whether amended or not, and selection or rejection of Bid does not affect this right. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this ITB. The City’s Cone of Silence provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter 8 of 147 14 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. The provisions of the Cone of Silence shall not apply to: (i) 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; (ii) 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 F.S. § 286.0113; (iii) 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; (iv) 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; (v) 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; (vi) Communications with the City attorney and his or her staff; (vii) 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; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) 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; (x) 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. 1.10.2. Lobbying Prohibited. All potential Bidders and their agents who intend to submit, or who submitted, a bid or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. 9 of 147 15 The term "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. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose 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 Code of Ordinances and completing Attachment B to this ITB. Any person 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. All Bidders are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov END OF SECTION 1 10 of 147 16 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET Project (the “Project”). The Work to be performed includes, but is not limited to, services related to production/fabrication, assembly, and installation of a new monument display sign as illustrated in the attached documents and, as further detailed in the Scope of Services provided in Section 3 herein (the “Work” or “Services”). The frequency, nature, scope and definition of the Work desired or required by the City may change from time to time, at the City’s discretion. The City intends to secure a source of supply(s) for the Work from a qualified contractor(s) that conform to the requirements of this ITB and is most advantageous to the City and in its best interest. The City reserves the right to award the Bid(s) considered to best serve the City’s interests. 2.2. DELIVERY. All equipment, materials, and goods in connection with the Work shall be delivered F.O.B. destination (i.e., at a specific City address), and delivery costs and charges (if any) will be included in the Bid pricing. Exceptions should be noted. 2.3. EQUIPMENT. Any equipment or products used by Contractor to provide Work pursuant to this ITB shall remain the property of the Contractor. In the event equipment or products used by the Contractor are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this ITB or the Specifications, the City reserves the right to reject the equipment or product(s), at the Contractor’s expense. 2.4. PRICING. The Bid form attached to this ITB under Section 4 and to be included with each Bid shall specify the Bidder’s pricing and/or fees for the equipment and Work requested herein. Bidder should include any and all applicable taxes in Bid prices. If the Bidder is awarded an Agreement pursuant to this ITB, the prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement. 2.5. BID COSTS. Bidders submitting Bid do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Bid, providing additional information when requested by the City, or for participating in any selection interviews. 2.6. LICENSES AND PERMITS. Bidder shall secure any and all necessary and required licenses, certifications and permits to conduct the Work, including, but not limited to, all Federal, State, County and City licenses and permits. All Bidders must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Bid in response to this ITB, Bidder represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to perform the Work. Bidder represents and warrants to the City that the Licenses 11 of 147 17 shall be in full force and effect on the date of performance of the Work and further represents that it holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Work with its Bid and during the term of the Agreement. Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent) or any person the Bidder has designated in the performance of the Work, as a result of the Bid. 2.7. INSURANCE. 2.7.1. If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Work. 2.7.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.7.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this ITB who is not covered by Worker’s Compensation insurance. 2.7.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2.7.2. The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor’s performance of the Work required by this ITB. 12 of 147 18 2.7.3. The Contractor shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. 2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 2.8. BONDS. The selected Contractor must, prior to performing any portion of the Work and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Bidder hereunder and the Construction Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to guaranty that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services/work, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be t he selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 2.8.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Contractor defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 2.8.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the work provided for in the contract between the selected Contractor and the City if the selected Contractor fails to make any required payments only. 2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited the requirements contained herein for payment or performance bonds upon such circumstances as are deemed in the best interest of the City. If the requirement for a payment bond is waived, the City shall select this box: ☐. If the requirement for a performance bond is waived, the City shall select this box: ☐. 2.9. BID GUARANTY/BID BOND. Each bid must be accompanied by a Bid Bond or Cashier’s Check, in the amount of five percent (5%) of the bid, in the form provided in Form 10. Bid Guaranty shall be made by certified or cashier's check or by a bid bond made payable to the City and provided by a surety company authorized to do business as a surety in the state. All Bid Bonds shall be valid for a period of at least 90 days from the bid submission date. The Bid Bonds for all unsuccessful bids shall be returned after the 90-day period. The purpose of the bid bond is to ensure that bids are honored and that they remain valid for the required period. Accordingly, bid bonds are subject to forfeiture any time Bidders refuse to honor their bids for at least 90 days after bid opening. The Bid Guaranty of the successful bidder will be retained until such bidder has executed a contract and furnished any payment and performance bonds, along with all insurance policies, licenses, or other documentation that may be required by the City. If the successful bidder fails to furnish the required payment and performance bonds, fails to execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or other documentation to the office of the purchasing agent within the time specified in the instructions to bidders, the City may annul the notice of award and the entire sum of the Bid 13 of 147 19 Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be returned after the Contract is awarded and executed. Bid Bonds shall be submitted to the City Clerk’s Office no later than the Submittal Due Date: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this box: ☐. 2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Work required by this ITB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this ITB and the Agreement without the City’s prior written consent. Any award issued pursuant to this ITB and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 2.12. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 2.13. CONTRACTOR’S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This ITB specifies the Work to be performed by the Contractor, but the method to be employed to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.14. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 2.15. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.16. INDEMNIFICATION. 14 of 147 20 The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Work pursuant to this ITB and/or from any procurement decision of the City including without limitation, awarding the Agreement to a Contractor. 2.17. MULTIPLE /OTHER VENDORS. The City reserves the right to select and award multiple Bidders to provide some or all of the Work. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Bidders are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a publi c building or public work, may not submit bids 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 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 from the date of being placed on the convicted vendor list.” 2.19. NO CONTINGENCY FEE. Bidder shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder, to solicit or secure the Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Bidder, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement, without liability, at its discretion. 2.20. PUBLIC RECORDS; CONFIDENTIALITY. Bidders are hereby notified that all information submitted as part of or in support of Bid submitted pursuant to this ITB are public records subject to public disclosure in accordance with Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this ITB, Florida Law will govern and prevail. All Bids submitted in response to this ITB shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Bid in its best interest. Acceptance or rejection of any Bid shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: 15 of 147 21 Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 2.21. AMERICAN RESCUE PLAN ACT PROVISIONS. Bidder acknowledges that the Work or Services may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum to this solicitation. If compliance with this section is required, the City shall select this box: . 2.22. GRANT FUNDING. By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work or Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 16 of 147 22 SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS 3.1. GENERAL REQUIREMENTS. The Work specified in this Invitation to Bid (ITB) 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 ITB (the “Work”). The Work is to be performed in accordance with specifications and the contract documents that are provided to the Contractor by the City herein, as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. The Work also includes but is not limited to keeping the Project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s) for cleanup and disposal; disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; 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. 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 member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, pipes, and cables on construction site. In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits), provide signed and seal footing and foundation specifications for permitting, as well as all laboratory tests, engineering and architectural specifications, 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. Permit fees charged by other government entities, if required, are the responsibility of the Bidder/Contractor; however, in all cases; it is the responsibility of Bidder/Contractor to secure any and all permits that may be required for this project. All work is to be completed in accordance with specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A and B, all federal, state and local requirements, guidelines and regulations included the Florida Building Code, the City Land Development Code, all applicable ordinances of Miami-Dade County and the City, and the Americans with Disabilities Act (ADA). If the Project involves a City park, the Contractor must comply with the City’s public playground safety standards, rules, and guidelines. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2. SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for roadway and drainage improvements. All work must be completed within 90 calendar days from the issuance of a purchase order and building construction permit as per the specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A, B, & C. Respondents shall review enclosed specifications, engineering construction plan documents, 17 of 147 23 tree survey details. Respondents are required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). 3.3. SITE LOCATION. The Project will be held at SW 59th Avenue between SW 64th Steet and SW 66th Street, South Miami, FL, 33143. 3.4. DESIGN PLANS & SPECIFICATIONS. Design plans and specifications for the Project are attached to this solicitation as Attachment C, “Design Plan and Specifications, Roadway and Drainage Improvements for SW “59th Avenue between SW 64th Steet and SW 66th Street” prepared by SRS Engineering dated January 16, 2023. 3.5. PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within ninety (90) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 3.6. WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1. any conditions; and 3.6.2. guaranteed response time for repair; and 3.6.3. guaranteed replacement during the warranty period; and 3.6.4. life expectancy under normal use; and 3.6.5. Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and 3.6.6. the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (1) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. 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 Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7. DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. SPECIAL NOTE A BID GUARANTEE BOND AND A PERFORMANCE AND PAYMENT BOND ARE REQUIRED FOR THIS PROJECT. END OF SECTION 3 18 of 147 24 SECTION 4. BID FORM PACKAGE As provided in the ITB, the following items must be attached to this Bid: FORMS STATUS Form 1 – Bid Form Package Acknowledgement √ Form 2A. Bidder’s Certification (if Company or Corporation) √ Form 2B. Bidder’s Certification (if Partnership) √ Form 3. Single Execution Affidavits √ Form 4. Dispute Disclosure √ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions √ Form 6. Bidder’s Qualifications Survey √ Form 7. Bid Form/Schedule of Values √ Form 8. Reference List √ Form 9. Bid Guaranty/Bid Bond √ Form 10. Payment and Performance Bonds √ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Sample Contract Attachment B: Declaration /Affidavit of Representation Attachment C: Design Plans & Specifications – Roadway & Drainage Improvements between 64th Street and SW 66 Street prepared by SRS Engineering, dated January 16, 2023 19 of 147 25 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No. PW2023-06. I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the ITB (Check the box next to each addendum received). ______ Addendum 1 Addendum 6 ______ Addendum 2 Addendum 7 ______ Addendum 3 Addendum 8 ______ Addendum 4 Addendum 9 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Bid: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7 . Bid Form Form 8. Reference List Form 9 . Bid Guaranty/Bid Bond (if applicable) Form 10. Payment and Performance Bonds (if applicable) 20 of 147 26 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) ___________________________________________ NAME OF BIDDER FIRM ____________________________________________ SIGNATURE OF BIDDER ____________________________________________ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS ____________________________________________ ____________________________________________ (____) ______________________________________ TELEPHONE NUMBER State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 21 of 147 27 FORM 2A BIDDER’S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF _____________ ) ) SS COUNTY OF ___________ ) I HEREBY CERTIFY that a meeting of the Board of Directors of ___________________________________________________________________ a corporation or company existing under the laws of the State of _________________________, held on ______________________, 2023, the following resolution was duly passed and adopted: RESOLVED, that, as _____________of the Corporation/Company, be and is hereby authorized to execute the Bid dated, __________, 2023 to the City of South Miami for ITB No. 2023-XX Marshall Williamson Monument Freestanding Display Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the _____________ of ___________, 2023. _______________________ Secretary (SEAL) 22 of 147 28 FORM 2B BIDDER’S CERTIFICATION (if Partnership) CERTIFICATE STATE OF ____________ ) ) SS COUNTY OF __________ ) I HEREBY CERTIFY that a meeting of the Partners of ____________________ _____________________________________________________________________, a partnership existing under the laws of the State of _________________________, held on ____________________, 2023, the following resolution was duly passed and adopted: “RESOLVED, that _____________________________________________, as_____________________________________________________________of the Partnership, be and is hereby authorized to execute the Bid dated ______________, 2023, to the City of South Miami for ITB No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET from this partnership and that his execution of thereof, attested by the shall be the official act and deed of this Partnership.” I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________, 2023. _______________________ Secretary (SEAL) 23 of 147 29 FORM 3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. Bidder Initials 24 of 147 30 Public Entity Crimes Affidavit I 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 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 misrepresentations. I 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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls 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 shall be considered an affiliate. 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 applies to bid 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, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations 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 ad convicted of a public entity crime subsequent to July 1, 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 1, 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 1, 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 25 of 147 31 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). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 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. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. Bidder Initials Anti-Collusion Affidavit 1. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 26 of 147 32 2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. __________ Bidder Initials Scrutinized Company Certification 1. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this ITB is for more than one million dollars, the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this ITB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder Initials Drug-Free Workplace Affidavit Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service. Bidder understands that in order to qualify as a drug-free workplace, Bidder must: a) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Bidder’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee 27 of 147 33 assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 1) Give each employee engaged in providing commodities or contractual services under the ITB a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the ITB, the employee must abide by the terms of the statement and will 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. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. The entity submitting this sworn statement is not a drug-free workplace. Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that “Boycott” as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Bidder Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 28 of 147 34 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of ITB No. PW2023-06 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Bid is true and accurate. Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 29 of 147 35 In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 30 of 147 36 FORM 4 DISPUTE DISCLOSURE Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”, please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES __________ NO __________ 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES __________ NO __________ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __________ NO __________ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 31 of 147 37 FORM 5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: _________________________________________________________ Date: _________________________ By: Signature of Authorized Representative Name and Title of Authorized Representative 32 of 147 38 FORM 6 BIDDER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the ITB, you certify that any and all information contained in the bid is true, that your response to the ITB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the ITB for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the ITB, and certify that you are authorized to sign for the Bidder’s firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert “N/A”. Firm Name Principal Business Address Telephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other Please identify the Firm’s primary business: 33 of 147 39 Please identify the number of continuous years your Firm has performed its primary business: Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: Insurance Carrier Name Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) 34 of 147 40 Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded By signing below, Bidder certifies that the information contained herein is complete and accurate to the best of Bidder’s knowledge. Firm: Authorized Signature: Date: Print or Type Name: Title: 35 of 147 41 FORM 7 BID FORM/SCHEDULE OF VALUES ITB No. PW2023-06 Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. Pay Item No. Description Unit Measure QTY Unit Price Total 100-1 GENERAL CONDITIONS - BOND & INSURANCE LS 1 $ $ 101-1 MOBILIZATION LS 1 $ $ 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $ 102-14 TRAFFIC CONTROL OFFICER HR $52.00 $ 104-18 INLET PROTECTION SYSTEM EA 6 $ $ 110-1-1 CLEARING AND GRUBBING AC 1 $ $ 110-4-1 REMOVAL OF EXISTING CONCRETE SY 200 $ $ 120-1 REGULAR EXCAVATION CY 60 $ $ 160-4 TYPE B STABILIZATION SY 215 $ $ 285-706 LIMEROCK BASE (8") (OPTIONAL BASE,BASE GROUP 06) SY 215 $ $ 327-70-01 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) SY 1135 $ $ 337-7-82 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-9.5 (1") TN 74 $ $ 425-1-541 INLETS, DT BOT, TYPE D, <10' EA 3 $ $ 425-2-41 MANHOLES, P-7T, <10' EA 2 $ $ 425-6 VALVE BOXES, ADJUST EA 2 $ $ 430-174- 118 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18"SD LF 61 $ $ 443-70-4 EXFILTRATION DRAIN (18") LF 130 $ $ 520-1-10 CONCRETE CURB AND GUTTER (TYPE ''F'') LF 41 $ $ 520-2-12 CONCRETE CURB TYPE "D" LF 4 $ $ 520-3-A CONCRETE VALLEY GUTTER LF 25 $ $ 522-2-00 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 150 $ $ 575-1-2 PERFORMANCE TURF, SOD (SAINT AUGUSTINE) SY 1021 $ $ 580-02A ROOT BARRIER LF 500 $ $ 36 of 147 42 ROADWAY AND DRAINAGE AS- BUILTS LS 1 $ $ SUBTOTAL ROADWAY 700-1-50 SINGLE POST SIGN, RELOCATE AS 1 $ $ 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (Y/Y) EA 8 $ $ 710-11- 101 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6" GM 0.028 $ $ 710-11- 123 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 12" LF 125 $ $ 710-11- 124 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 18" LF 18 $ $ 710-11- 125 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24" LF 30 $ $ 710-11- 201 PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6" GM 0.019 $ $ 711-11- 123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" LF 125 $ $ 711-11- 124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" LF 26 $ $ 711-11- 125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" LF 30 $ $ 711-15- 101 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" GM 0.028 $ $ 711-15- 201 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" GM 0.019 $ $ SUBTOTAL SIGNALIZATION SUBTOTAL GENERAL PERMIT FEES ALLOWANCE LS 1.00 $1,000.00 $1,000.00 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION LS 1.00 $ $ SAFETY ACT LS 1.00 $1,000.00 $1,000.00 CONTINGENCY FUND (10% OF SUBTOTAL GENERAL) LS 1.00 $ $ TOTAL LUMP SUM $ 37 of 147 43 SUBMITTED THIS DAY OF 20____. PROPOSAL SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title 38 of 147 44 FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #1 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 39 of 147 45 REFERENCE #2 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 40 of 147 46 REFERENCE #3 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 41 of 147 47 FORM 9 BID GUARANTY/BID BOND ITB #PW2023-06 KNOW ALL MEN BY THESE PRESENTS, that we, as Principal and Bidder, and Hereinafter called Surety, are held and firmly bound unto the City of South Miami, a municipality within the State of Florida, and represented by its City Manager, in the sum of five percent of the proposed annual base bid amount of: $ (Written Dollar Amount) dollars ($______________________) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Principal contemplates submitting or has submitted, a bid to the City of South Miami for the furnishing of all labor, materials (except those to be specifically furnished by the City), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the bid and solicitation, entitled: IN WITNESS WHEREOF, the said as Principal herein, has caused these presents to be signed in its name by its and attested by its under its corporate seal, and the said as Surety herein, has caused these presents to be signed in its name by its and attested in its name by its under its corporate seal, this day of , 20___. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Principal/Firm: In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Attorney-In-Fact: (Power of Attorney to be attached) Witness #2 Print Name: Resident Agent 42 of 147 48 FORM 10 FORM OF PAYMENT AND PERFORMANCE BONDS PAYMENT BOND BY THIS BOND, we, , as Principal, (the “Contractor”) and , as Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract pursuant to ITB No. PW2023-06, which was awarded on , 2023, pursuant to Resolution No. , with the City, which contract documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated and other damages, and for the purpose of this Bond are referred to as the “Contract.” NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND/OBLIGATION are that if Contractor shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255.05(1) of the Florida Statutes; and 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit; and 3. No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection; b. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore; c. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling 43 of 147 49 the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law; d. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. 5. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. 6. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's rating of " " and Financial Category of "Class ”. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 2023, A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation, Secretary Only will attest and affix seal. FOR THE CONTRACTOR: WITNESS: Secretary Name of Corporation By: (Affix Corporate Seal) Print Name: Title: FOR THE SURETY: WITNESS: Agent and Attorney-in-Fact Print Name: Title: Address: Telephone: 44 of 147 50 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within Bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his/her signature, and his/her signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. (Affix Corporate Seal) Corporate Secretary In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Firm: State of Florida County of Before me, a Notary Public, duly commissioned, qualified and acting, appeared by means of physical presence or online notarization who being by me first duly sworn upon oath, says that s/he is the Attorney-in-Fact, for the and that s/he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of South Miami, Florida Sworn and subscribed to before me this day of , 20 . Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath (Attach Power of Attorney) END OF SECTION 4 45 of 147 51 ATTACHMENT A SAMPLE OF CONTRACT CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made this day of , 2023 (the “Effective Date”) by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”), and [INSERT CONTRACTOR’S NAME], a [INSERT TYPE OF ENTITY] (the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PW2023-06 (the “ITB”) for construction of ROADWAY AND DRAINAGE IMPROVEMENTS at SW 59th Avenue between SW 64th and SW 66the Street, South Miami, FL 33143 (the “Project”), which ITB is incorporated herein by reference and made a part hereof as Exhibit “A”; and WHEREAS, in response to the City’s ITB, the Contractor submitted a bid for the Project (“Bid”), which Bid is incorporated herein by reference and made a part hereof as Exhibit “B”; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of [$_______________] in response to the ITB and was selected and awarded this Contract pursuant to Resolution No. for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: 1. SCOPE OF WORK 1.1. Scope of Work. Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the “Work” or the “Project”) including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the “Project Consultant”) attached hereto as Exhibit “A” (the “Plans”) and any other documents incorporated herein by reference and made a part of this Contract for the following Project: ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET 1.2. Pre-Construction Conference. Within fourteen (14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten (10) calendar days from the date this Contract is 46 of 147 52 executed by both parties for the review and approval of the Project Consultant or City as applicable. This initial schedule shall establish the baseline schedule for the Project. 1.3.2. All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application. An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time. Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3. All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format. 1.4. Records. 1.4.1. As-Built Drawings. During the Work, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify in writing that the As-Built Record Drawings are correct and accurate, including the actual location of all infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1. Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual installed pipe material, class, etc. 1.4.1.3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1.7. Equipment, conduit, electrical panel locations. 1.4.1.8. Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9. Specifications and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.10. Approved Shop Drawings: Provide record copies for each process, equipment, piping, electrical system and instrumentation system. 47 of 147 53 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital l (CAD and PDF) versions. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFIs, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8” X 10” high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the 48 of 147 54 use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. 1.6. Purchase and Delivery, Storage and Installation. All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on-site without the prior written approval of the City. 1.7. Approval of Subcontractors. For any scope of work that the Contractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. The Contractor shall provide at least fourteen (14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage. Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2. Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within ninety 90 calendar days from the date specified in the Notice to Proceed (“Contract Time”). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Work shall be fully completed in accordance with the Contract Documents within ninety 90 calendar days from the date specified in the Notice to Proceed (“Final Completion Time”). The Final Completion date is defined as the date determined by the City when all Work, including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $2,000.00 SUBSTANTIAL COMPLETION LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $2,000.00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated 49 of 147 55 damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ for the performance of the Work in accordance with the line items and unit prices included in Exhibit “B” (the “Contract Price”). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor’s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Sched ule of Values must be incorporated into the Contractor’s payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the “Retainage”) shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 50 of 147 56 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.4.2. Partial conditional releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3. Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the Cit y and any other governmental authorities required to inspect the Work; and 3.4.4. An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5. All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5. Final Payment. Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City’s Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1. An affidavit that payrolls, bills for materials, equipment, and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2. A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3. A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4. Documentation of any special warranties, including, but not limited to, any manufactures’ warranties or specific subcontractor warranties; 3.5.5. Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6. All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7. Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8. Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 51 of 147 57 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor’s Work; 3.5.10. .Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City’s Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term “subcontractor,” as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to 52 of 147 58 Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of Values, and (ii) the sum of the revised subcontractor costs, including any early payment or similar discounts (the “Cost Savings”), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2. Value Engineering. Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1. The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction (including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit “A” (the “Plans and Technical Specifications”), the ITB and any Bidding Documents or procurement documents for the Project, the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit “B”, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2. This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3. The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1. First Priority: Change Orders with later date taking precedence; 4.4.2. Second Priority: This Base Agreement; 4.4.3. Third Priority: Exhibit “A,” the Plans and Technical Specifications; 4.4.4. Fourth Priority: Exhibit “B,” the Bid; and 53 of 147 59 4.4.5. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor’s negligence, recklessness, or intentional misconduct in the Contractor’s performance or non-performance of this Contract, Contractor’s obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of 54 of 147 60 Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Brochures/Ke y-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder’s Risk insurance is not required for this Project, the City shall select this box: ☒. 6.1.1.5. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.1.2. Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 6.1.2.1. Additional Insured. The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the 55 of 147 61 Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent (100%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05(1)(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: ☐. 7. CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7.1.1. Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the “technical data” and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the 56 of 147 62 Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and 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. 7.1.1.5. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.1.7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2. No recovery for changed market conditions. 7.2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any and all inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the “Market Conditions”). Contractor further specifically represents and warrants that it has considered all impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (1) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the “Pandemics”) and (2) the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”). Contractor also represents and warrants 57 of 147 63 that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7.3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, 58 of 147 64 indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the City or its designee, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 7.4.3. The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION, AND SUSPENSION; REMEDIES 8.1. Termination for Cause. If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience. This Contract may be terminated by the City for convenience upon seven (7) calendar days’ written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated 59 of 147 65 for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract. This Contract may be suspended for convenience by the City upon seven (7) calendar days’ written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay. No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes 60 of 147 66 will be authorized only by a change order (“CO”) approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2. For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”) in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3. Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the City Council. 9.1.4. In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents. Where the City directs the Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Work. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10. MISCELLANEOUS 10.1. No Assignment. Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Manager. 10.2. Contractor’s Responsibility for Damages and Accidents. 10.2.1. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. 10.2.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City. 10.3. Governing Law. This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. 10.4. Waiver of Jury Trial. CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR 61 of 147 67 CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5. Prevailing Party; Attorneys’ Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs, expenses, paralegals’ fees, experts’ fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). 10.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor’s Records. 10.7.1. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor’s books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. 10.7.2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. 10.7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 10.7.4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. 10.8. Authorized Representative. 10.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”) acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 62 of 147 68 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. 10.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11. Safety. Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12. Cleaning Up. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by City at Contractor's expense. 10.13. Liens. Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City ’s reasonable attorneys' fees and costs incurred in connection therewith. 10.14. Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes, and (Public Entity Crimes Statute) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 10.15. Independent Contractor. The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, 63 of 147 69 employees, or agents of the City. 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 shall be those of the Contractor. 10.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17. Ownership and Access to Records and Audits. 10.17.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract (“Work Product”) belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 10.17.2. Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. 10.17.3. Upon request from the City’s custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 10.17.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 10.17.7. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 64 of 147 70 10.17.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 10.18. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 11. SPECIAL CONDITIONS The following provisions in this Section 10 supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: 11.1. Unsatisfactory Personnel. 11.1.1. Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. 11.1.2. The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the City within five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Work. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, the City 65 of 147 71 Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic (“MOT”) must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4. Royalties and Patents. All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 11.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: ☐. 11.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a “Grant”). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: ☐. Grant Title Grant Agreement Exhibit 66 of 147 72 If the Work will be funded utilizing Grant funds, the City shall select this box:. 11.9. DBE Contract Assurance. 11.9.1. The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.9.2. Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.10. Scrutinized Companies. 11.10.1. Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 11.10.2. If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 11.10.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 11.10.4. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above- stated contracting prohibitions then they shall become inoperative. 67 of 147 73 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 68 of 147 74 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E- Verify affidavits from subcontractors. ☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 69 of 147 75 NOTICE TO PROCEED Dated: , 20 To: ` Project Name: ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET You are hereby notified that the Contract Times under the above Contract will commence to run on ___________, 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and completion and readiness for final payment are , 2023 and __________________, 2023, ____/____ days respectively. Before you may start any Work at the site, Article 6 provides that you must deliver to the City ( check here if applicable, with copies to and other identified additional insureds) Certificates of Insurance in accordance with the Contract Documents. In addition, before you may start any Work at the site, you must: (add any additional requirements) CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTOR]. By: Name: Title: Date: 70 of 147 76 ATTACHMENT B DECLARATION/AFFIDAVIT OF REPRESENTATION 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 with the City Clerk's office at the time the a bid or proposal is submitted to the City. For the purpose of this solicitation only, the members listed for the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall 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 Affidavit 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 Section 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. NAME TITLE 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. 71 of 147 77 ATTACHMENT C “DESIGN PLANS AND CONSTRUCTION SPECIFICATIONS” Prepared by: SRS Engineering 5001 SW 74 Court Suite 201 Miami, Fl 33155 Ph: 305/662-8887 Fax: 305/662-8858 72 of 147 78 73 of 147 79 2 .,: " n n N ci n N 0 N ~ °" 0 0 D 0 7 z 0 0 ~ z 0: Q_ m i es > 0 u 0 I u I en N N ,;:, C D 0: l 0 1 l -" 0 m 0 C D 0 -0 C 0 2 i 0: L m en en N N / N N 0 N I 0: U) 0: '.;; PLANS FOR ROADWAY AND DRAINAGE IMPROVEMENTS SW 59th AVENUE BETWEEN SW 64th STREET AND SW 66th STREET SHEET NO. c-o S-1 TO S-3 C-1.0 C-2.0 C-3.0 C-4.0 C-4.1 C-4.2 C-5.0 C-5.1 C-6.0 C-7.0 C-7.1 C-9.0 NOlE= LIST OF DRAWINGS SHEET DESCRIPTION COv1ER SHEET MAP OF TOPOGRAPHIC SURv1EY GENERAL NOTES DEMOLITION PLAN AND NOTES ROADWAY QUANTITIES PAv1NG GRADING AND DRAINAGE PLAN STA. 1+37 TO STA. 3+30 PAv1NG GRADING AND DRAINAGE PLAN STA. 3+30 TO STA. 6+30 PAv1NG GRADING AND DRAINAGE PLAN STA. 6+30 TO STA. 7+19 PAv1NG DETAILS AND TYPICAL SECTION PAv1NG DETAILS DRAINAGE PROFILES DRAINAGE DETAILS DRAINAGE AND MISCELLANEOUS DETAILS STORM AWA TER POLLUTION PREv1ENTION PLAN AND GENERAL NOTES 1HESE PLANS HAVE BEEN PREPARED IN ACCORDANCE Wl1H MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT STANDARDS AND SPECIFICATIONS PARTS 1, 2 AND 3. 1HE CITY OF SOU1H MIAMI (C.0.S.M.) ENGINEERING STANDARDS, 1HE MANUAL OF UNIFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION AND MAINTENANCE FOR STREETS AND HIGHWAYS. 1HE FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY AND TRAFFIC DESIGN STANDARDS, AND THE FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS, AS AMENDED BY CONTRACT DOCUMENTS. ALL ELEVATIONS REFER TO 1HE NATIONAL GEODETIC VERTICAL DATUM OF 1929 (NGVD-29). CONTACT PERSON INFORMATION NAME= IGNACIO SEFFIAL TA, P .E. TELEPHONE NUMBER: 305-662-8887 FAX NUMBER= 305-662-8858 EMAIL ADDRESS= ignaciooare-corp.com ENGINEER'S CERTIFICATION 1HESE PLANS WERE PREPARED UNDER MY DIRECTION AND TO 1HE BEST OF MY KNOWLEDGE AND BELIEF COMPLIES Wl1H 1HE INTENT OF 1HE MANUAL OF UNIFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION AND MAINTENANCE FOR STREETS AND HIGHWAYS, AS ADOPTED BY 1HE STATE OF FLORIDA LEGISLATURE, CHAPTER72-328 F.S. "ALL WORK SHALL BE PERFORMED Wl1HIN 1HE LIMITS OF EXISTING STATE / LOCAL RIGHT OF WAY, AND ALL IMPROVEMENTS SHALL BE CONSTRUCTED AND INSTALLED WITHIN SAID LIMITS" s END PROJECT 7+19.3 Sv./ 62ND ST Sv./ 62ND ST ~ I-Sv./ 62ND TE > ~ Sv./ 62ND TE I- (=t z (\J '° 3 (/) <[ (=t I z Sv./ 63R (\J '° 3 Sv./ 63R (/) > > _j I-<[ <[ Q.. u <[ v./ 64TH T~ I I :r: :r: :r: I- I-I-I-I-r---I-I-CJ" CJ" CJ" (X) If) u 0 If) '° If) If) If) I-3 3 3 (/) 3 3 (/) .-I (/) (/) (/) '° (/) 66TH 3 Sv./ (/) 68TH ST Sv./ 69TH ST Sv./ 70T ST SECTION 25 -TOWNSHIP 54 SOUTH -RANGE 40 EAST LOCATION KEY MAP N.T.S. PREPARED FOR= THE CITY OF SOUTH MIAMI PREPARED BY= CONSULTING ENGINEERS EB-00007317 I-u :r: I-r--- If) 3 (/) I BEGIN PROJECT STA. 1+37.1 1100% SUBMITTAL I T H E C IT Y OF PLEASAN T LI V ING CITY OF SOUTH MIAMI MAYOR JAVIER FERNANDEZ VICE MAYOR USABONICH COMMISSIONERS STEVECALl.E JOSH LIEBMAN BRIAN COREY CITY MANAGER SHARI KAMAU, ICMA-cM "' i i THIS ITE M HAS BEEN DIG TALLY SIGNED i AND SEALED BY PEDRO GO NZALEZ , p E. I ON THE DATE ADJ ACENT TO THE SE AL. Ill PRINTED COPIES OF THIS DOCUMENT ARE !ii NOT CONSIDERED SIGNED AND SEALED j! AND THE SIGNATURE MUST BE VERIFIED ~ ON ANY ELECTRONIC COPIES. i,i I Sunshine® Ca ll 811 or visit sunshine811.com two fu ll b usiness days before digging to have buried faci lit ies locat ed and marked. Check positive response codes before you dig' ~ " i Ill ~ I ; ! ~ DATE: 1/27/2023 SHEET: c-c 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 74 of 147 80 GENERAL NOTES: 1. EXISTING TOPOGRAPHIC AND TREE LOCATION INFORMATION HAS BEEN OBTAINED FROM THE SURVEY PREPARED BY HADONNE CORP. DATED 6/21/2022. 2. ELEVATIONS SHOWN ON THE DRAWINGS ARE IN FEET BASED ON NATIONAL GEODETIC VERTICAL DATLM 1929 (N.G.V.D.). 3. FLOOD CRITERIA ELEVATION IS 6.47' N.G.V.D. 1929 BASED ON MIAMI-DADE COUNTY FLOOD CRITERIA MAPS. OCTOBER WATER LEVEL IS 2.92' N.G.V.D. 1929. 4. ANY BENCH MARK MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION IS TO BE PROTECTED AND PROPERLY REFERENCED BY A REGISTERED-LAND SURVEYOR IN ACCORDANCE WITH THE MINIMUM TECHNICAL STANDARDS OF THE FLORIDA BOARD OF PROFESSIONAL LAND SURVEYORS PRIOR TO BEGINNING WORK AT THE SITE. 5. ALL PUBLIC LAND CORNERS AND MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION ARE TO BE PROTECTED BY THE CONTRACTOR AS FOLLOWS; CORNERS AND MONUMENTS IN CONFLICT WITH THE WORK AND IN DANGER OF BEING DAMAGED, DESTROYED, OR COVERED SHALL BE PROPERLY REFERENCED BY A REGISTERED-LAND SURVEYOR IN ACCORDANCE WITH THE MINIMUM TECHNICAL STANDARDS OF THE FLORIDA BOARD OF PROFESSIONAL LAND SURVEYORS PRIOR TO BEGINNING WORK AT THE SITE THE CONTRACTOR SHALL RETAIN THE LAND SURVEYOR TO REFERENCE, AND RESTORE UPON COMPLETION OF THE WORK, ALL SUCH CORNERS AND MONUMENTS AND SHALL FURNISH TO THE CITY OF SOUTH MIAMI A SIGNED AND SEALED COPY OF THE LAND SURVEYOR'S REFERENCE DRAWING. COST OF WORK SHALL BE DEEMED INCIDENTAL TO THE PROJECT COST. 6. ALL PAVEMENT DIMENSIONS ARE TO THE EDGE OF PAVEMENT OR UP OF GUffiR UNLESS OTHERWISE STATED. 7. MIAMI-DADE WATER AND SEWER DEPARTMENT REQUIRES THAT ACCESS TO ALL WATER AND SEWER VALVES, SANITARY MANHOLES, AND OTHER CONTROL MECHANISMS BE MAINTAINED THROUGHOUT CONSTRUCTION IN THE EVENT OF AN EMERGENCY TO ENSURE THE PUBLIC HEALTH AND SAFETY. COVERING VALVE BOXES AND MANHOLES CAN SE CONSIDERED UNAUTHORIZED OBSTRUCTION OF AND TAMPERING WITH DEPARTMENT UTILITIES. ALL REQUESTS FOR UTILITY ADJUSTMENTS MUST BE MADE IN WRITING AT LEAST TWO (2) WEEKS IN ADVANCE. 8. THE LOCATION AND SIZE OF THE UTILITIES SHOWIN IN THE PLANS ARE APPROXIMATE ONLY. THE EXACT LOCATION SHALL BE DETERMINED BY THE CONTRACTOR DURING CONSTRUCTION. ADDITIONAL UTILITIES MAY EXIST WHICH ARE NOT SHOWIN ON PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE LOCATION OF ALL EXISTING UTILITIES. THE CONTRACTOR SHALL VERIFY ALL UTILITIES BY ELECTRONIC METHODS AND BY HAND EXCAVATION IN COORDINATION WITH ALL UTILITY COMPANIES, PRIOR TO BEGINNING ANY CONSTRUCTION OPERATION, ANY AND ALL CONFLICTS OF EXISTING UTILITIES WITH PROPOSED IMPROVEMENTS MUST BE RESOLVED BY THE ENGINEER AND THE OWINER. THIS WORK BY THE CONTRACTOR SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT AND NO ADDITIONAL COMPENSATION SHALL BE ALLOWED. KNOWN UTILITY COMPANIES IN THE PROJECT LIMITS INCLUDE, BUT ARE NOT LIMITED TO: ATLANTIC BROADBAND ..................................................... . FLORIDA CITY GAS ...... , .................... , .................... ,., ...... , .. CROWN CASTLE FLORIDA POWER & LIGHT.. .............................................. . M-DWASD AT&T MD-DTPW HOTWIRE COMMUNICATION MCI (305) 861-8069 x5208 (305) 835-3624 (800) 654-3110 (386) 586-6403 (786) 268-5273 (561) 683-2729 (305) 412-0891 (954) 699-0900 (800) 654-9675 EXT 2 9. THE CONTRACTOR SHALL REQUEST THE LOCATION OF ANY WATER, SEWER OR GAS LATERALS NOT SHOWN IN THE PLANS SERVICING PROPERTIES ADJACENT TO THE PROJECT BEFORE EXCAVATING, THE ADDITIONAL COST OF EXCAVATING AROUND THE LATERALS SERVICING SAID PROPERTIES SHALL BE INCLUDED IN HIS BID. 10. UNDERGROUND UTILITY INFORMATION SHOWIN HEREON WAS TAKEN FROM "AS-BUILT" DATA PROVIDED BY THE VARIOUS UTILITY COMPANIES AND SUPPLEMENTED BY FIELD MEASUREMENTS WHEN OBTAINABLE. 11. ANY FENCING DAMAGED BY CONTRACTOR AT ANY TIME DURING CONSTRUCTION SHALL BE REPLACED OR REPAIRED TO ORIGINAL CONDITION. 12. THE CONTRACTOR IS RESPONSIBLE FOR KEEPING EXISTING AND NEW INLETS CLEAN OF MILLING MATERIAL, UMEROCK, DEBRIS, ETC. DURING THE CONSTRUCTION AT NO ADDITIONAL COST TO THE OWINER. ALL LINES AND STRUCTLRES SHALL BE CLEANED PRIOR TO FINAL INSPECTION AND ACCEPTANCE. 13. CONTRACTOR SHALL ADJUST ALL EXISTING UTILITIES, INCLUDING BUT NOT LIMITED TO VALVE BOXES, CLEAN-OUTS, BLOW-OFF RISERS, METER BOXES, CATCH BASINS, GRATES, MANHOLE COVERS, ETC. TO MEET NEW GRADES WHERE APPLICABLE. ADJUSTMENTS SHALL BE COMPLETED TO MEET FINAL GRADE PRIOR TO COMMENCEMENT OF ASPHALT PAVING. CONTRACTOR SHALL ADJUST ALL MANHOLES AND VAL VE BOXES WITHIN PAVING LIMITS TO FINAL GRADE EVEN IF NOT SHOWN ON PLANS. COST SHALL BE INCLUDED IN PAVEMENT PAY ITEM. 14. ALL TREES NOT AFFECTED BY GRADING OPERATIONS ARE TO REMAIN, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CONTRACTOR MUST TAKE CARE NOT TO DAMAGE ANY TREE OR PALM THAT IS TO REMAIN WITHIN CONSTRUCTION AREA. 15. WHERE NEW PAVEMENT MEETS EXISTING, EXISTING PAVEMENT SHALL BE SAW CUT AND CONNECTION SHALL BE MADE IN A NEAT STRAIGHT LINE AND FLUSH WITH THE EXISTING PAVEMENT. 16. CONNECTIONS TO ALL SIDE STREETS MUST BE MADE AND SHALL BE INCLUDED IN PAVING COST. 17. ALL MATERIALS, CONSTRUCTION, WORKMANSHIP, AND TESTING SHALL COMPLY WITH THE LATEST EDITION OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARDS FOR DESIGN AND CONSTRUCTION" APPLICABLE TO PUBLIC RIGHTS-OF-WAY, EXCEPT OTHERWISE NOTED ON THE PLANS. 18. THE CONTRACTOR SHALL SECURE WORK SITE TO PROTECT THE PUBLIC HEALTH AND WELFARE. 19. THE CONTRACTOR WILL SECURE AND PAY FOR ALL PERMITS FOR THE WORK NECESSARY TO COMPLETE THIS PROJECT. 20. ANY EXISTING BUILDING, PAVEMENT OR OTHER EXISTING IMPROVEMENTS NOT SPECIFIED FOR REMOVAL WHICH IS TEMPORARILY DAMAGED, EXPOSED OR IN ANY WAY DISTLRBED BY CONSTRUCTION PERFORMED UNDER THIS CONTRACT, SHALL BE REPAIRED, PATCHED OR REPLACED AT NO ADDITIONAL COST TO THE CITY OF SOUTH MIAMI. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING APPROPRIATE SAFETY PRECAUTIONS DURING EXCAVATION AND TRENCHING OPERATIONS AS REQUIRED BY THE "TRENCH SAFETY ACT", GENERAL NOTES: (CONTINUED) 21. INLETS LOCATED NEAR CONSTRUCTION ACTIVITIES SHOULD BE PROTECTED BY APPROPRIATE MEASURES. 22. CONTRACTOR TO REPAIR ALL DAMAGES INCURRED AS A RESULT OF CONSTRUCTION ACTIVITIES SUCH AS BUT NOT LIMITED TO SIDEWALK, PAVEMENT, LANDSCAPING, FENCING, ETC, NO ADDITIONAL COMPENSATION WILL BE GIVEN. 23. 48 HOURS PRIOR TO DIGGING CONTRACTOR SHALL COORDINATE WITH ALL UNDERGROUND UTILITY SERVICE COMPANIES TO VERIFY LOCATION OF ALL UNDERGROUND UTILITIES, ADDITIONALLY, CONTRACTOR SHALL CONTACT SUNSHINE STATE ONE CALL OF FLORIDA, INC, (1-800-432-4770) TO ASSURE THAT ALL UTILITIES HAVE BEEN IDENTIFIED. 24. THE CONTRACTOR SHALL BE RESPONSIBLE TO SATISFY ALL REQUIREMENTS OF ANY REGULATORY AGENCY PERMITS IN REGARDS TO CONSTRUCTION ACTIVITIES AND RELATED CONDITIONS PRIOR TO THE START OF CONSTRUCTION. 25. ALL DRAINAGE CONSTRUCTION SHALL BE IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF MIAMI-DADE COUNTY DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT. 26. STOCKPILING OF MATERIAL IN ROADWAY IS NOT ALLOWED. 27. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF RECORD IN WRITING IMMEDIATELY OF ANY CONFLICT ARISING DURING CONSTRUCTION FOR ANY IMPROVEMENTS SHOWN ON THESE DRAWINGS. 28. THE CONTRACTOR SHALL NOTIFY THE CITY IN WRITING AT LEAST 48 HOURS PRIOR TO COMMENCEMENT OF CONSTRUCTION. 29. THE CONTRACTOR IS REQUIRED TO RESTORE ALL SODDED AREAS OF THE PROJECT WHICH ARE DISTLRBED DUE TO CONSTRUCTION ACTIVITIES. 30. ALL PROPOSED WORK SHALL BE PERFORMED WITHIN THE LIMITS OF THE EXISTING CITY RIGHT-OF-WAY, AND ALL IMPROVEMENTS SHALL BE CONSTRUCTED AND INSTALLED WITHIN SAID LIMITS. 31. CONTRACTOR SHALL HAVE A SET OF PLANS WITH CURRENT FIELD CHANGES MARKED THERE-ON AND SHALL DELIVER THESE PLANS TO THE ENGINEER UPON COMPLETION OF CONSTRUCTION. 32. BACKFILLING PAVEMENT CUTS AND EXCAVATION WITHIN 2 FEET OF PAVEMENT EDGE SHALL MEET THE FOLLOWING ADDITIONAL REQUIREMENTS: A. COMPACTED TO A DENSITY NOT LESS THAN 98% (ASTM D-1557-70) B. DENSITY TESTS SHALL BE CONDUCTED EVERY 12" OF UNCOMPACTED DEPTH OR AS DIRECTED BY THE ENGINEER. 31. THE CONTRACTOR SHALL REPLACE ALL PAVING, STABILIZED EARTH, CURBS, DRIVEWAYS, SIGNS, AND OTHER IMPROVEMENTS, WITH THE SAME TYPE OF MATERIAL THAT WAS REMOVED DURING CONSTRUCTION AS DIRECTED BY THE ENGINEER. 32. ALL UNSUITABLE MATERIAL UNDER THE NEW PAVEMENT SHALL BE REMOVED AND REPLACED WITH ACCEPTABLE MATERIALS BEFORE PROCEEDING WITH CONSTRUCTION. 33, ALL MUCK AND ORGANIC MATERIALS FOUND WITHIN THE CONSTRUCTION AREA SHALL BE REMOVED AND REPLACED WITH CLEAN FILL MATERIAL IN 6 INCH LIFTS COMPACTED TO NOT LESS THAN 95% MAXIMUM DENSITY AT OPTIMUM MOISTLRE IN ACCORDANCE WITH AASHTO T-180. 34. NON OF THE EXISTING ROCK BASE THAT IS REMOVED IT TO BE IN CORPORA TED INTO THE PROPOSED LIMEROCK DROP OFFS: 1 THE CONTRACTOR SHALL PROTECT THE WORK ZONE WITH DEVICES APPROVED BY THE CITY OF SOUTH MIAMI CONSTRUCTION MANAGER WHEN DROP OFFS EXCEED 3" ADJACENT TO TRAVEL WAYS. PEDESTRIAN, BICYCLES, AND WHEELCHAIRS: AT lliE END OF EACH WORK DAY OR WHENEVER lliE WORK ZONE BECOMES INACTIVE, ANY DROP OFF ADJACENT TO lliE PEDESTRIAN, 1 BICYCLE, AND WHEELCHAIR TRAva PAlliS SHAU. BE BACKALLED FLUSH l'lllli SAID PAlliS OR PROTECTED l'lllli BARRICADES, TEMPORARY CONCRETE BARRIER, OR APPROVED HANDRAIL COST OF BACKAWNG DROP OFF SHAU. BE INCLUDED IN MAINTENANCE OF TRAmc PAY ITEM. PEDESTRIAN, BICYCLE. AND WHEELCHAIR TRAFFIC SHALL BE MAINTAINED AND GUIDED USING APPROVED WARNING LIGHTS, SIGNING, ANO CHANNEUZA TION DEVICES ON AT LEAST ONE SIDE OF THE PROJECT AT ALL TIMES 2 THROUGHOUT THE PROJECT LIMITS. THE TRAVEL PATH SHALL BE A MINIMUM OF 4 FEET WIDE WITH A SMOOTH SURFACE THAT IS NOT SUCK AND IT SHOULD BE RAMPED AS NECESSARY FOR CONTINUITY. COST TO CONSTRUCT AND MAINTAIN THE TRAVEL PATH AS REQUIRED SHALL BE INCLUDED IN THE MAINTENANCE OF TRAFFIC PAY ITEM. APPLICABLE CODES: 1 THE CONTRACTOR SHALL BE RESPONSIBLE FOR ENSURING THAT ALL CONSTRUCTION SHALL BE DONE IN A SAFE MANNER AND IN STRICT COMPLIANCE WITH ALL REQUIREMENTS OF FEDERAL OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970, AND ALL STATE AND LOCAL SAFETY AND HEALTH REGULATIONS. PRE CONSTRUCCION RESPONSABILITIES: 1 PRIOR TO COMMENCEMENT OF THE CONSTRUCTION AND THE RECEIPT OF THE "NOTICE TO PROCEED': THE CONTRACTOR SHALL CONTACT THE CIP CONSTRUCTION MANAGER AND ARRANGE A PRE-CONSTRUCTION CONFERENCE TO INCLUDE THE ENGINEER OF RECORD. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION SCHEDULE AND BE PREPARED TO DISCUSS ANY CONCERNS OR COORDINATION EFFORTS AND REQUIREMENTS WITH THE PARTIES INVOLVED. 2 THE CONTRACTOR IS REQUIRED TO OBTAIN AND PAY FOR ALL APPLICABLE CONSTRUCTION PERMITS PRIOR TO START OF CONSTRUCTION, 3 THE CONTRACTOR SHALL PREPARE AND SUBMIT TO THE CITY ENGINEER A STORM WATER POLLUTION PREVENTION PLAN ACCORDING TO THE LATEST FOOT SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, SECTION 104-6. CONTRACTOR SHALL IMPLEMENT THE PLAN PRIOR AND DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. PROJECT RECORDS DOCUMENTS: 1 DURING THE DAILY PROGRESS OF THE JOB THE CONTRACTOR SHALL RECORD THE EXACT LOCATION, LENGTH, AND ELEVATION OF ALL PROPOSED IMPROVEMENTS ON THE SET OF CONSTRUCTION DRAWINGS. 2 UPON COMPLETION OF CONSTRUCTION AND PRIOR TO FINAL PAYMENT, THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER OF RECORD ONE COMPLETE SET OF ALL "AS-BUil T" CONSTRUCTION CHANGES AND DIMENSIONS, LOCATIONS AND ELEVATIONS OF ALL IMPROVEMENTS AND IN ACCORDANCE WITH THE "SURVEY WORK" SECTION OF THE "SPECIFICATION AND CONTRACT DOCUMENTS" FOR THIS PROJECT, IF APPLICABLE 3 AS-BUILTS SHALL UTILIZE TIHE CITY OF MIAMI DATUM, IF APPLICABLE. UTILITIES: 1 EXISTING UTILITIES SHALL BE MAINTAINED IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE APPROVED BY THE UTILITY OWNER. ALL EXISTING UTILITIES ARE TO REMAIN UNLESS OTHERWISE NOTED. 2 IT SHALL BE THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERTICALLY ANO HORIZONTALLY PROTECT ANY AND ALL EXISTING UTILITIES ON THIS PROJECT. ANY DAMAGE TO SUCH UTILITIES SHALL BE IMMEDIATELY REPORTED TO THE UTILITY OWINER. THE OWNER RESERVES THE RIGHT TO REMEDY SUCH DAMAGE BY ORDERING OUTSIDE PARTIES TO MAKE SUCH REPAIRS AT THE EXPENSE OF THE CONTRACTOR. SIGNING AND PAVEMENT MARKING NOTES: 1 ALL SIGNING AND PAVEMENT MARKINGS INSTALLED AS PART OF THESE PLANS SHALL CONFORM TO THE 2009 EDITION OF THE FEDERAL HIGH WA Y ADMINISTRATION (FHWA) MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AND FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN STANDARDS. ALL SIGN PANELS SHALL BE FABRICATERD TO COMPLY WITH THE MOST RECENT EDITION OF THE FEDERAL HIGHWAY AND ADMINISTRATION STANDARD HIGHWAY SIGNS. 2 THE CONTRACTOR SHALL MATCH EXISTING PAVEMENT MARKINGS AT THE BEGINNING AND THE END OF THE PROJECT AND AT ALL SIDE STREETS WITHOUT JOGS AND OFFSETS. 3 THE CONTRACTOR SHALL INSTALL RAISED BLUE PAVEMENT MARKERS FRONTING ALL FIRE HYDRANTS PER 2009 MUTCD STANDARDS. ENVIRONMENTAL NOTES: 1 NO IMPACTS TO EXISTING HISTORICAL AND CUL TLRAL RESOURCES ARE EXPECTED AS A RESULT OF THIS PROJECT 2 ANY MATERIAL TO BE STOCKPILED, OUTSIDE OF ROADWAY AREA, FOR PERIODS GREATER THAN 24 HOURS SHALL BE PROTECTED BY APPROPRIATE EROSION CONTROL DEVICES 3 NO STAGING OR OTHER ACTIVITIES FOR THIS PROJECT SHOULD OCCUR WITHIN THE ORIPUNE OF EXISTING TREES. 4 PREVENT DAMAGING TREES AND PLANTERS WITHIN OR IMMEDIATELY ADJACENT TO THE PROJEcrs RIGHT-OF-WAY, THE CONTRACTOR SHALL NOT REMOVE, RELOCATE OR PRUNE ANY TREES WITHOUT PRIOR APPROVAL FROM THE CITY. 5 THE CONTRACTOR SHALL OBTAIN ALL REQUIRED PERMITS FROM THE CITY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT PRIOR TO ANY TREE REMOVAL/RELOCATION. 6 CONTRACTOR SHALL KEEP NEW AND EXISTING INLETS CLEAN OF MILLING MATERIAL AND DEBRIS DURING THE CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. INLETS LOCATED NEAR CONSTRUCTION ACTIVITIES SHOULD BE PROTECTED BY APPROPRIATE EROSION CONTROL DEVICES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE OWNER. MAINTENANCE OF TRAFFIC GENERAL NOTES: 1 THE CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING, INSTALLING, AND MAINTAINING ALL TRAFFIC CONTROLS AND SAFETY DEVICES IN ACCORDANCE WITH THE CURRENT EDITION OF THE FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN STANDARDS INDEX 60D'S AND THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. THE CONTRACTOR SHALL SUBMIT A DETAILED TRAFFIC CONTROL PLAN (TCP) TO THE ENGINEER FOR HIS/HER REVIEW PRIOR TO IMPLEMENTATION. COST TO BE INCLUDED IN MAINTENANCE OF TRAFFIC PAY ITEM. 2 THE TRAFFIC AND TRAVEL WAYS SHALL NOT BE AL TERED BY THE CONTRACTOR TO CREATE A WORK ZONE UNTIL ALL LABOR AND MATERIAL ARE AVAILABLE FOR THE CONSTRUCTION IN THAT AREA. 3 REGULATORY SPEED ESTABLISHED WITHIN WORK ZONE TRAVEL WAYS SHALL BE THE EXISTING POSTED SPEED. 4 AS DETERMINED BY THE ENGINEER, THE CONTRACTOR SHALL COVER WORK ZONE SIGNS WHEN CONDITIONS NO LONGER WARRANT THEIR USE. COST OF COVERING AND UNCOVERING THE SIGNS SHALL BE INCLUDED IN MAINTENANCE OF TRAFFIC PAY ITEM. 5 CONTRACTOR SHALL REMOVE, RELOCATE OR COVER ANY EXISTING OR PROPOSED SIGNS THAT CONFLICT WITH THE TRAFFIC CONTROL PLANS. WHEN THE CONFLICT NO LONGER EXISTS, THE CONTRACTOR SHALL RESTORE THE SIGNS TO THEIR ORIGINAL POSITION. COST OF TEMPORARILY COVERING OR REMOVING/ RELOCATING AND RESTORING THE SIGNS SHALL BE INCLUDED IN MAINTENANCE OF TRAFFIC PAY ITEM. 6 CONTRACTOR SHALL BE RESPONSIBLE FOR THE IMMEDIATE REMOVAL OF STORM WATER FROM ROADWAYS UTILIZED FOR MAINTAINING TRAFFIC THRU THE WORK ZONE IN A MANNER APPROVED BY THE ENGINEER. COST FOR REMOVING THE WATER SHALL BE DEEMED INCIDENTAL TO THE PROJECT 7 LABOR SAFETY REGULATIONS SHALL CONFORM TO THE PROVISIONS SET FORTH BY OSHA IN THE FEDERAL REGISTER AND THE FLORIDA DEPARTMENT OF TRANSPORTATION REGULATIONS. I I :il I I i !l !' la I ~ " I '" i 1------------------------------~----------------------------~-------------------------------------------------------------------S-CA_L_E_: ______ _,§ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE GENERAL NOTES AS SHOWN - PROJECT NO.: !!i 2215 ~ ==~~-~==~----,; DWG. NO.: I SHEET: 2033-C-C-1.0_#I C-1J 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 75 of 147 81 STA.:1+37.1 'L SW 59th AV BEGIN RO.'Jl,\Y IMPROVEMENTS CONlRACTOR TO SAWCUT EXIST. PAVEMENT AND MAlCH EXIST. ELEVATIONS N~~ C°flN~~o? 1 ~ I ..c. lo co I ~ I ~ ~ 25.0' 25.0' I LOT 58 "FRANKLIN SUB~ PR01EClED IN PIM:E COl1R.ICTI>R TI> l~si~ I ElllST. PA\EI DRMWAY TI> REMAIN AND IE PR01ECTEDIN PIM:E 11) j ElGST. I LOT 53 "FRANKLIN SUB" EXIST. .6i CHA/Nrf;~1 -r--R/W "" 8 CQN1RACTOR TO h REIIO'IE DIIST. I v; cote. SlllEW.IU( El I OON1RAC1llR TI> REIIO'IE ElGST. ur SOIi) PIPE EXIST. sLJa COVERED TRENCH. REFER 7i G[N[fAL ~ EXIST. SIGN EXIST. F.H. C CHAIN-LINK FENCE r[X/5' l STA.:7+19.3 C SW 59th AV END RO.'Jl,\Y IMPROVEMENTS CONlRACTOR TO SAWCUT EXIST. PAVEMENT AND MAlCH EXIST. ELEVATIONS ~-=c t t I 35.0' I 35.0' I -+----N-O_T_cI-T1N-U-ED '-------7,L----- 0 40' 80' L-I I LEGEND= EXIST. ASPHALT PAVEMENT TO BE REMOVED EXIST. CONCRETE TO BE REMOVED I~~~ ~ EXIST. ASPHALT PAVEMENT TO BE MILLED & RESURFACED i !i! NOlE: DRIVEWAYS TO BE REMOVED SHALL BE 1. SAWCUT, IN SMOOTH AND STRAIGHT CUT, AT FRONT OF EXIST. SIDEWALK GENERAL DEMOLITION NOTES= 1. CONTRACTOR SHALL REMOVE AND DISPOSE OF HE ASPHALT IN ACCORDANCE 111TH APPLICABLE RULES AND REGULATIONS, 2, ALL DISPOSAL OF MATERIALS, RUBBISH AND DEBRIS SHALL BE MADE AT LEGAL DISPOSAL SITE. 3, MATERIAL CLEARED FROM THE SITE AND DEPOSITED ON ADJACENT OR NEARBY PROPERTY, PUBLIC OR PRIVATE, \\1LL NOT BE CONSIDERED AS HAVING BEEN DISPOSED OF SA TISF AC TORY, 4, ANY DAMAGE TO PUBLIC OR PRIVATE PROPERTY SHALL BE RESTORED BY THE CONTRACTOR AT NO COST TO THE CITY TO A CONDITION EQUAL OR BETTER THAN THAT WHICH EXISTED PRIOR TO START CONSTRUCTION, 5, ALL EXISTING TREES IN THE CONSTRUCTION AREA ARE TO REMAIN AND BE PROTECTED IN PLACE, EXCEPT OTHERWISE NOTED ON THE PLANS. 6. ANY EXISTING BUILDING, PAVEMENT OR OTHER EXISTING IMPROVEMENTS NOT SPECIFIED FOR REMOVAL WHICH IS TEMPORARY DAMAGED, EXPOSED OR IN ANY WAY DISTURBED BY CONSTRUCTION PERFORMED UNDER THIS CONTRACT, SHALL BE REPAIRED, PATCH OR REPLACED AT NO COST TO THE CITY OF SOUTH MIAMI. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING APPROPRIATE SAFETY PRECAUTIONS DURING EXCAVATION AND TRENCHING OPERATIONS AS REQUIRED BY THE "TRENCH SAFETY Acr. 7, CONTRACTOR TO REMOVED EXISTING SLAB COVERED TRENCH ONLY ON THOSE LOCATIONS WHERE A CONFLICT EXISTS BETWEEN THE EXISTING SLAB AND THE PROPOSED DRAINAGE FEATURES {I.E. MANHOLES, SOLID AND PERFORATED PIPES), OTHER\\1SE, EXISTING SLAB COVERED TRENCH IS TO BE ABANDONED IN PLACE. ~ ~ ~ I I !i! I = i i !' la I ~ " I '" i 1----------------------~-------~-------~--------------------~-----------------------------------------------------------------~-S-CA_L_E-,-------1~ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE DEMOLITION PLAN AND NOTES AS SHOWN - PROJECT NO.: ii! 2215 ~ tcD~W~G~.~N~O-.:-~S~H~E=E=T~: --1~ 033-C-C-2,0_ C-2, ” 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 Pay Item No.Description Unit Measure Quantity 104-18 INLET PROTECTION SYSTEM EA 6 110-1-1 CLEARING AND GRUBBING AC 0.53 110-4-1 REMOVAL OF EXISTING CONCRETE SY 200 120-1 REGULAR EXCAVATION CY 60 160-4 TYPE B STABILIZATION SY 215 285-706 LIMEROCK BASE (8") (OPTIONAL BASE,BASE GROUP 06)SY 215 327-70-01 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH)SY 1135 337-7-82 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-9.5 (1")TN 74 425-1-541 INLETS, DT BOT, TYPE D, <10'EA 3 425-2-41 MANHOLES, P-7T, <10'EA 2 425-6 VALVE BOXES, ADJUST EA 2 430-174-118 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18"SD LF 61 443-70-4 EXFILTRATION DRAIN (18")LF 130 520-1-10 CONCRETE CURB AND GUTTER (TYPE ''F'')LF 41 520-2-12 CONCRETE CURB TYPE "D"LF 4 520-3-A CONCRETE VALLEY GUTTER LF 25 522-2-00 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 150 575-1-2 PERFORMANCE TURF, SOD SY 1021 580-02A ROOT BARRIER LF 500 76 of 147 82 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 77 of 147 83 EXIST. C.B. RIM EL.= ID.BB !NV EL.= 5.53 (N) !NV EL.= 5.78 (5) OPEN (E) OPEN (W) BOT. EL.= 2.38 STA.:1 +37.1 ~ SW 59th AV BEGIN ROADAY IMPROVEMENTS CONTRACTOR TO SAWCUT_,____, EXIST. PAVEMENT AND MATCH EXIST. ELEVATIONS OF SW 66th STREET = STA. 1 +00 i OF SW 59th AVENUE NOT CONTINUED 25.0' 25.0' a l X//.50 1 ~EXIST. BURIED COMM I 11.}10.87 , I I I-' I x12.oo EXIST. C.B. TO REMAIN EL.= 10.42 . EL.= . EL. LOT 117 "UNIVERSfTY PARK' P.B. 18, PG. 46 FOi.JO: 09-4025-015-(}845 ADOR£SS: 6580 SW 59 Al£ OWNER: ERl/ffA NKXJt£ PARSON '(12.31 ~~w ~f~ EXIST. TREE TO REMAIN. I CQ,ITRACTOR TO PRO'IIDE I ROOT BARRIER. REFER I SHEET C-7.1 FOR DETAILS I EXIST CONC DRWY MAILBOX TO REM,AIN --.... 11711 ___ -- EXIST. -FX!ST. p' SIDEWALK EXIST. CQ,IC. DRIVEWAY TO REMAIN EXIST BURIED COMM. EXIST. WATfR METER EXIST 8' 0./. WM PER AS-BUILT E-10459-1 V' LOT UNKNOWN "UNMRSITY PARK" P.B. 18, PG. 46 FOUO: UNKNOWN ADOR£SS: 6560 SW 59 Al£ OWNER: IJNKN()WN ------z----- 3+00 20· I +01.66 EL:11.27 11.69~ 40' I s02·15'54" 655.97 w "o z ~ ::J "o I g () "o ~ ~ I II II w I EX!ST.SANSMH I I ~Ej RIM EL.= 11.16 I : I I w I !NV EL.= 4.46 (N) I I I !NV. EL.= 4.26 (E) I +37. / -,-s, I a: f !NV EL -436 (W) 1 15.1 EXIST. CB.S. WALL ~ 11.31 II I I-I BOT. EL.-= 4.36 I t::_::;:__i,i"'~~~~1~!f~~,=~=~~~~~~~=~!~A~i~~~,~l}~t;~tt(t~~~~~~~~=~=--=;==:;::=--:::;~~=z~~~~;,i}§JJf22)~~~t~~~=:==-=.0:::0_::-"'=_:::_::-"' _=_=:"'_=_=:~~\: :::i: ,, ~Ill~ II II CJ) ix[ 11.05 I ,,. ,,. ,,.71<;,lf' EX!ST.~I \ :: i <E I /;;;~(ol ~7 -x17.4o CHAIN-LINK FENCE :1 I J '(10.78 (0 I / / / I 11 121 t 11 I 1s ~ x 7 i--1 1/~ i :1 1 II II II > I / 10 ° ~I ~ \EXIST CHAIN-LINK ;::::,,, I 1.09 1//7· I.JO a FENCE I 10.l'iB f lOl75 CJ) l / / EXIST SIGN PROP. 5' CONC. SIDEWALK. CONTRACTOR TO SAWCUT EXIST. CQ,IC. AND MATCH EXIST. ELEVATION 'i~!i i l f // :, / ~~I xro \ \ ~, t1t7 l'"~/ i ¾J,.,a t• f ,d,l'' '"' i" M ~ t -0:::~I _. ---25._o·--~·k -=-~-25_.o_· ___ • ~' ~~ NOT CONTINUED I.OT 105 -UNMRSITY PARK" P.B. 18, PG. 46 FOi.JO: 09-f0.25-015-0720 AOORESS 5875 SW 66 Sf OWNER: IMALTZIN li'ollo!:1 ~ j ---==-E~ - EXIST. 5' SIDEWALK TO x7 1.20 REMAIN EXIST. TREE TO REMAIN. CONTRACTOR TO PRO'IIDE ROOT BARRIER. REFER SHEET C-7.1 FOR DETAILS LOT 106 "UNIVERSITY PARK" P.B. 18, PG. 46 FOi.JO: 09-f0.25-015-07:10 ADOR£SS: 65J1 SW 59 Al£ OWNER: IIYRTlE CHRIST/Ht I I" I" "" "" I I ---..i.,...,,.,.....,....::~1--....:.,.1 ,11.59 I I + ....,_ ---- -~I--~-~ 11 I I 11 I I I v-p~ 0 I I I G I I I cc I I EXIST. 18 1 I CONC. I I I DRW'f I I I 1 *12 14 LOT 107 -UNMRSITY PARK' P.B. 18, PG. 46 FOi.JO: 09-4025-015-0740 AOORESS: 6521 SW 59 Al£ OWNER: SARAH O NFAJ.. .t JONATHAN H 0/JMllfTT LEGEND x72 20 PROP. 5• CONC. SIDEWALK. CONTRACTOR TO SAWCUT EXIST. CONC. AND MATQi EXIST. v-p~ El.£VATION I.OT 108 "UNIVERSITY PARK' P.B. 18, PG. 46 FOi.JO: 09-f0.25-015-0750 AOORESS: 6511 SW 59 Al£ OWNER: HOWARD Bf.lTlER EST OF I I I I c=i 1.·J:,·•,1 PROP. 1• OF MIWNG AND RESURFACNG. ONE LIFT OF 1• FC-9.5 ASPHALTIC CONCRETE SURFACE NOTES= 1. ALL EXIST. UTILITIES TO BE FIELD VERIFY 2. ALL EXIST. TREES TO REMAIN AND BE PROTECTED, IN PLACE, AT ALL TIMES. CONSTRUCTION TO STAY AWAY FROM lHE DRIPLINE 3. CQ,llRACTOR TO PRUNE EXIST. TREES WHOSE ROOTS 'MU. BE CONTROLI.ED BY A ROOT BARRIER. WORK TO BE DONE IN ACCORDANCE 'MlH MIAMI-DADE COUNTY RUl£S AND REGULATIONS 4, DRIVEWAYS TO BE REMO\IED SHALL BE SAlltUT, IN SMOOlH AND STRAIGHT CUT, AT FRONT OF EXIST. SIDEWALK PROP. PAVEMENT RESTORATION. REFER TO SHEET C-5.1 i:s::s::sl PROPOSED 6' lHICK CONCRETE DRI\IEWAY /SIDEWALK ~ PROP. 4• lHla< CONC. SIDEWALK ~ PROP. SOD \_X 11.67 EXIST. ELEVATION [iTIQJ PROP. ELEVATION RUNOFF DIRECTION (~ m DRAINAGE STRUC'l\JRES E222J PROP. EXFlL. DRAIN I I ?l I = i i !' la I ~ " I '" i o-----~-~------------~-------~--------------------------~--------------------------------------------------------------~S_C_A_L_E_: --------1~ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE PAVING GRADING AND DRAINAGE PLAN ST A. 1+37 TO ST A. 3t30 AS SHOWN - PROJECT NO.: ii! 2215 ~ --=D~w=G-. ~N~O-.: -~SH~E=E=T,---t~ 033-C-C-4.0_ C-4. 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 78 of 147 84REV. b ,,; DATE BY: LOT 60 "F1WiKUNSUB" P.8. 18, PG. 46 FrJl./0: 09-4025-010-0620 ADOR£SS: 6501 SW 59 a- OWNER: IJAF .4SS£T 2 LLC DESIGNED BY: DRAWN BY: CHECKED BY: DATE: O.M. O.M. P.G. DESCRIPTION 01/27/2023 SEAL: EXIST SAN. S. M. H. RIM £L~ 11.97 /NV EL.~ 5.37 (N) /NV EL.~ 5.32 (S) /NV EL.~ 5.82 (E) BOc EL.~ 5.34 _lt;j LOT 59 "F/W{J(IJNSIJB" P.8. 18, PG. 46 FrJl./0: 09-4025-01()-()610 ADOR£SS: 6481 SW 59 a-OWNER: BONNIE II C/LlJS x12.oo LOT 58 "F/W{J(IJN SUB" P.8. 18, PG. 46 FOi.JO: 09-4025-01D-0600 ADDRESS: 6471 SW 59 a- OWNER: IIH.1JRED 11/TCHEJ.L s £141fS x1110 x /1 .40 NOTES= LOT 56 "FRANKLIN sue· P.8. 18, PG. 46 rouo: 09-4025-010-D580 ADDRESS: 6#5 SW 59 a- 0WNER: 11/LORED IIITCHEll x/1.40 1. ALL EXIST. UTILITIES TO BE FIELD 'IERIFY 2. ALL EXIST. TREES TO REMAIN AND BE PROlEClm, IN PLACE, AT AU. TIMES. CONSTRUCTION TO STAY AWAY FROM lHE DRIPLINE 3. CONTRACTOR TO PRUNE EXIST. TREES WHOSE ROOTS 'MLL BE CONTROLLED BY A ROOT BARRIER. WORK TO BE DONE IN ACCORDANCE 'MlH MIAMI-DADE COUNTY RUl£S AND REGULATIONS 4. DRl'IEWAYS TO BE REMO'IED SHALL BE SAWCUT, IN SMOOlH AND STRAIGHT CUT, AT FRONT Of EXIST. SIDEWALK '-------z------ LEGEND LOT 115 "IINIVERSITY -· P.8. 18, PG. 46 FOi.JO: 09-4025-015-0811 ADDRESS: UNKNOWN OWNER: IBltWIOI .t OERRICK L JHONSON XJ2.30 20' X/2.60 c=i 1 . .c:-·•,1 cs::s::sl PROP. 1" Of MIWNG AND RESURFAaNG. ONE LIFT Of 1" FC-9.5 ASPHAI.TIC CONCRElE SURFACE PROP. PAIIEMENT RESTORATION. REFER TO SHEET C-5.1 PROPOSED 6" lHla< CONCRE'TE DRl'IEWAY /SIDEWALK CT£l PROP. 4" lHla< CONC. SIDEWALK ~ PROP. SOD \_x 11.67 EXIST. ELEVATION [iTIQJ PROP. ELEVATION RUNOFF DIRECTION (~ m DRAINAGE STRUCTURES l:222l PROP. EXFlL. DRAIN +o· I I I ?l I = i i !' la I ~ " I '" i SCALE: ~ AS SHOWN -CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE PAVING GRADING AND DRAINAGE PLAN ST A. 3t30 TO ST A. 6t30 ~i;l ,_P_R_O_J_E_C_T_N_O ___ -_ --------< ii! 2215 ~ "D~W~G~. ~N~o~.-, ---=-s...,.HE"'EccT~,----, ~ 033-C-C-4.L# C-4 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 79 of 147 85 I.OT 5J "F1Wil<UNSUB" P.8. 18, PG. 46 rouo: 09-4()25-0I0-0550 ADDRESS: /UOt SW 59 CT OWNER: THERESA S4W>'& EXIST SIGN EXIST FH. 'W ' f/2109 I I I I I 35.0' 35.0' 35.0' /NV. tL.= b.J/ (t) BOT EL.~ 6.59 OF SW 64th STREET = STA. 7+56 Cf. OF SW 59th AVENUE 72.26 t240 I _j ~ 7L_---- 20' 40' I LEGEND c:::::::J PROP. 1• OF MIWNG AND RESURFACNG. ONE LIFT OF 1• FC-9.5 ASPHALTIC CONalElE SURFACE f:,c:,y:y;c:•:J PROP. PAVEMENT RESTORATION. REFER TO SHEET C-5.1 cs::s:sl PROPOSED 6" lHla< CONalElE DRl'IEWAY /SIDEWALK CT:D ~ \_X / /.67 ~ PROP. 4• 1Hla< CONC. SIDEWALK PROP. SOD EXIST. ELEVATION PROP. ELEVATION RUNOFF DIRECTION (!;' 00 DRAINAGE STRUcnJRES C22:2j PROP. EXFIL DRAIN NOTES: 1. ALL EXIST, UTILITIES TO BE FIELD 'IERIFY 2. ALL EXIST. lREES TO REMAIN AND BE PROlEClED. IN PLACE, AT ALL TIMES. CONSTRUCTION TO STAY AWAY FROM lHE DRIPLINE J. CONlRACTOR TO PRUNE EXIST. TREES WHOSE ROOlS V11LL BE CONlROLLED BY A ROOT BARRIER. WORK TO BE DONE IN ACCORDANCE Yl11H MIAMI-DADE COUNTY RULES AND REGULATIONS 4. DRl'IEWAYS TO BE REMO'IED SHALL BE SAWCUT, IN SMOOlH AND STRAIGHT CUT, AT FRONT OF EXIST. SIDEWALK ~ I I ?l I = i i !' la I ~ " I '" i L-....----,------,:;;:;:;;:;::~-~--T■•■~lll---11~--=--=--=..=..,.::r-1--c-1TY_O_F_SO-UT-H~M~IA~M~l--1-p_A_VI-NG_G_R_A_D_IN_G_A-ND---=-DR----A~IN~A~GE=-=PL~A~N71---:;cAL::-~~:c-~~\~~=~0-w:-N_=7---j! ROADWAY AND DRAINAGE IMPROVEMENTS STA. 6+30 TO STA. 7+19 '=Dw=G.--ccNcc-o.,-22---ic15s=HE=ET~, --~ DESIGNED BY: SEAL: _lt;j O.M. DRAWN BY: O.M. CHECKED BY: s.w. 59th AVENUE 033-C-C-4.2_ C-4. P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 80 of 147 86 EXIST. CONCRETE DRIVEWAY ---~ EXIST. STABILIZED SUB BASE ---~ ~---f EXPANSION JOINT 1" FC-9.5 ASPHALTIC CONCRETE SURFACE COURSE EXIST. 12" STABILIZED SUBBASE TYPICAL CONCRETE/ASPHALT PAVEMENT JOINT 2s·-o· 5' -o• EXIST. SIDEWALK 2·-0· a·-o· SWALE SHOULDER REMOVE ±4' -o• OF EXIST. PAVEMENT N.T.S. 1 a· -o· TRAVEL LANE 50•-o· R/W (<1. & Iii. SW 59th AVE EXIST BAS[ AND SUB-BAS[ 10'-0" TRAVEL LANE TYPICAL SEC1lON N.T.S. LEGEND= @ PROP. SOD 1" FC-9.5 ASPHALT EXIST. CURB l ½" MIN. CONCRETE COURSE. {OVERLAY) 2'-00" i--------~-i ~2.z2.z2.zz;zz:t-z;z.z;::znczn:z-27c.Z1__l_ ~ - - - - - - ------i...c-'------+---=~~= I ; ,..1 ___ R_;_~_O_~E_ED __ ---<1 ; SAWCUT 2' OF EXIST. PAVEMENT AND J INSTALL 1" (MIN) TYPE SP-9.5 ASPHALT ___ _J PROP. OVERLAY AND EXIST. CURB MATCH DETAIL 2s·-o· 2'-0" SHOULDER a·-o· SWALE REMOVE H' -o· or EXIST. PAVEMENT N.T.S. 5' -0" EXIST. SIDEWALK 1" FC-9.5 ASPHALT CONCRETE COURSE (•) ------1l _____ J!~1 EXIST. BASE & >->- PAVEMENT (TO REMAIN) ~ TO BE ~ REMOVED NOTE, ~THE BEGINNING AND END OF FRICTION COURSE, THE EXISTING PAVEMENT SHALL BE SAW CUT TO AN APPROXIMATE DEPTH OF 1" TO MAKE A CLEAN BUTT JOINT, AND REMOVE ENOUGH MATERIAL FOR A SMOOTH TIE-IN. THE COST SHALL BE INCLUDED IN THE FRICTION COURSE PAY ITEM. (•) FEATHERING RATIO : 0.3% RESURFACING, TOTAL LENGTH TO BE DETERMINED BY FIELD CONDITIONS AS DIRECTED BY THE ENGINEER. ~ (OPEN TYPE JOINTS) FEATHERING DETAIL AT BEGINNING OR ENDING OF OVERLAY ~ 1/8" j- , . TYPE "B" ~ CONTROL/SAWED JOINTS SHALL BE (WHERE APPLICABLE): N.T.S. 1 /2" PREM OLD ED EXPANSION JOINT ,m,~~[:: ,a,j," LJ □ TYPE "C" EXPANSION JOINTS SHALL BE (WHERE APPLICABLE): AT EVERY 20'-0" O.C. AND ¼" MAX AT EVERY s· FOR s· WIDE SIDEWALK AT EVERY 8' FOR 8' WIDE SIDEWALK, AT EVERY SIDEWALK CHANGING DIRECTION AT EVERY 9'-4" FOR 10'-6" WIDE SIDEWALK TABLE OF SIDEWALK JOINTS TYPE LOCATION P.C. AND P.T. OF CURVES. 'A' JUNCTION OF EXISTING AND NEW SIDEWALKS. TABLE OF SIDEWALK THICKNESS "T" 'B' 5' -0" CENTER TO CENTER ON SIDEWALKS LOCATION "T" • WHERE SIDEWALK ABUTS CONCRETE RESIDENTIAL AREAS 4" ·c· CURBS, DRIVEWAYS AND SIMILAR STRUCTURES AT DRIVEWAYS AND OTHER AREAS 6" *WITH 6"x6"-#10 GALVANIZED MESH CONCRETE SIDEWALK N.T.S. I I ?l I = i i !' la I ~ " I '" i 0----------------------------~--------------------------~--------------------------------------------------------------~S_C_A_L_E_: ---------1~ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE PAVING DETAILS AND TYPICAL SECTION AS SHOWN - PROJECT NO.: ii! 2215 ~ --=D~w=G-. ~N~O-.: -~SH~E=E=T,---t~ 033-C-C-5.0_ C-5. 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 81 of 147 87 EXIST, @ ® © ® NOT E; GRADING AND PREPARATION OF SUBGRADE SHALL BE APPROVED BY SOUTH M IAMI PUBLIC WORKS PR IOR TO APPLI CATION OF PAVING MATE RIALS. OF ROADWAY PAVEM ENT ◄ R/W UNE7 , ~E CTIQN El CLEAN AND COM PACT SUBGRADE . SAS E COURS E (6 " THI CK MIN .) ASP HALTIC CON CR ET E SUR f"ACE CO URSE: 1" HJIC K MIN, COMPACTED (RES IDE TIA L) I SAME ELEVATI ON AS CROWN GRADE OF STREET , MAY BE RAISED SUBJECT TO APPROVAL BY SOUTH M IAM I PUBLIC WORKS I 1/2" TH IC K MIN. COMPACTED (COMM ERCI AL & INDUSTR IAL ) 6" MIN. LIME RO CK BA SE COURSE FO R ASPHALT DRNE WAYS . 6" MIN. 3 ,000 PS I CONCR ET E RE INf"O RCE D WIT H 6 ",6" 10/10 WH DE:D WIRE ME SH FO R CONCR ETE DR N EVIAYS . CITY OF SOUTH MIAMI ENGINEERING STANDARD S SOUTH MIAMI, FLORIDA SCA LE N.T.S. REVISED Apri l 2014 STANDARD ROAD DETAIL DRIVEWAYS CONTINUOUS SWALE AREA R-1 SHEET 1 OF 4 f ~IN. HI GH CURB BET\\H N DRl"1:WA'!'S A DRl'iEWAY 6" Ml . THI CK ESS ------------,---------1 ---- FLOI'/ LI E OF GU TTER _/ L LI P Cf OU ITT R CITY OF SOU TH MIAMI ENGINEERING STANDARDS SOUTH MIAMI, FLORIDA VARIE S ( 4l' OR O~EA TER ) :r SCA LE N.T.S . REVISED Apr il 2014 2~ SLOP E I __1:--£ SECTION A-A STANDARD ROAD DETAIL DRIVEWAYS 7.5" OR GREATER R-1 SH EET 4 OF 4 N --'I. ----,-7 '~~--~~ -~---;~;;[~::~-: -_;-~R~:~z---r , ' -I : ---------------- TR ENCH <t OF ROAl)WA'( B , : B I I £>.!STING i i EXI STIN G PAVE MENT SHAl l BE TRIMM(:0 ' ' PIIVE MENT - ALONG A NF.AT, STRAIGHT LINF --' ' \ l --------------~ TACK COAT AL L SLl!FACES .&NO EDGE S TRENCH BACKFILLED IN s• COMPACTED LAYERS PIPE OR PLAN A$PHALTIC CON CR[T[ THJCl<NESS ANO TYPE TO llE 1 HE SA ME AS AOJAC~ NT ROAOWAY·. IT SHALL flf t THICK WtlE"' CONCRETE SLAB IS lJ"'.,(O FOR BASE (SEE NOTE 4) 7 i '-FOR BASE RESTORATION , ,) REFER TO SPECIFICATIONS •'l I . .,·- ',IIIRIES Cl E AN SANO <i: ' TRENCH' BACK FILLED TO ,. I -, j L EVEL ONE {II FOOT ABOVE h 6" PIPE OR STRUCTURE, IN 6' MIN_ COMPACTED LAYERS. -<SF.E NO T£ 31 NOTES ; RIES _ .J SECTION A-A a B-B DIRECT BURIAL CABLE OR CONDUIT 1. PAVEMENT RESTORATION FORLONGITUDINAL CUTS SHALL INCLUDE FULL LANE W IDTH RESURFACING FOR EACH LANE W ITHIN WH ICH THE CU T EXTENDS. 2. IN SOME CASES IT WILL BE NECESSARY TO OVERLAY MORE THAN ONE (1) LANE WITH ASPHALTIC CONCRETE TO SATISFY PAVEMENT SLOPE. 3. CONTRACTOR MAY ELECT TO BACKFILL W ITH 1:10 SAND CEMENT MIX 4. ROAD/PAVEMENT AREAS SHA LL BE RESTORED AT LEASTS ' FROM THE EDGES OF DISTURBED AREAS, SUBJECT TO APPROVAL BY SOUTH M IAMI I " i ~ ~ ~ " I I "' I I .; I iii i i 12 Is i ~ " I .. ~ t---,----,---,--------------,--------.-----------,--------------------r----------------------------------,-------------------------------"TS-:-C::-A"'L-=E-: -------t~ AS SHOWN i DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _at;, CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE PAVING DETAILS PROJECT NO.: ii! 2215 ~ >-----~-----1~ DWG. NO.: SHEET: 033-C-C-5,1_# C-5 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 82 of 147 88 NOTES= 1. EXISTING UTILITIES ARE PLOTTED FROM AVAILABLE RECORDS. lHE ENGINEER OF RECORD ASSUMES NO RESPONSIBILITIES FOR lHE ACCURACY OF THE DATA SHOWN. CONTRACTOR SHALL VERIFY ALL EXISTING WI ST~ /Et ST UTILITY LOCATION PRIOR TO CONSTRUCTION AND ANY R 'W /4_ SW 59th AVENUE R; w DISCREPANCIES SHALL BE BROUGHT TO THE ATTENTION OF lHE ENGINEER. 10 '/ 2. SPECIAL ATTENTION IS DIRECTED TO lHE FACT lHAT STA. 4 28 PORTIONS OF SOME DRAINAGE STRUCTURES EXTEND o:==== -----=:::, EXIST. I " SAN. SEWER LATERAL INTO lHE STABILIZED PORTION OF THE ROAD BED AND -----INV. EL. ± 5.87' (TO BE FIELD EXTREME CAUTION \\ILL BE NECESSARY IN STABILIZATION 5 I VERIFY) OPERATION AT lHOSE LOCATIONS. lnnr.n Lan I i:-nc / 18" H.D.P.E. E) FIL. 3. TOP EL. -DENOTES ELEVATION OF MANHOLE AT lHE CENTER OF BOX FRAME AND LID. re/ DRAIN AND ± 0 L.F. ~.D.P .E. SOLID PIPE 4. BOTTOM EL. -DENOTES ELEVATION AT BOTTOM OF 0 I t PROP. ± 7 L.F. (s=?) ~) STRUCTURE. oon ± n IF-v' lnF1R•uno OF 18" H.D.P.E. I SOLID PIPE STA.3+87 ( 14.5RT.) STA.3➔ 87 (7.lRT.) SOLID PIPE @ / EL.:1 .63 CONSTRUCT 'TYPE D-3 CONST M.H. 'TYPE P (4.0'x4.0') G: D § rEL.:11.00 ~EL.:11.00 W/ U.S.F. 700-6223 W/ U. ;,F. 310A ---------I ------------PER MD-D PW SD 2.2 PER M D-DTPW SD 2.0 --= I S A.3+87 (-14.: LT.) = ~ C = WITH S~M! -~·o' WITH ! UMP 3.5' 10 ..,,.,1,-1ll"T ..,.,..,,.. ' W/ U.S.F. 4700-f 223 -f_ ""'"" .......... nNu -~ \JJ f1 @ BOTT. EL.3.70 PEI MD-DTPW SD 2.2 .I_ WITH SUMP 2.0' BOTT. EL . . 46 \._EL.:7.60 ,I EL.: 7.50 _J r---_ 5 ._ ) ) EL.: 7.20-\ ~ -EL.:7.58 EXIST. I "SAN SEWER MAI N_./ \.._EL.: 7.50 !NV. EL. (± 115_5 7 (T.( BE FIELD VE, F!ED} STA.= 3+87 10 I 0 5 I 0 I I STA 1+88 o:=== I------==:::, EXI T. 6" SAN. ~ErR LATERAL I I------INV. EL.: ± 8.65 (TO BE FIELD VERI Y) ~ PROP ±50 L.F OF 18" @ H.D.P.E. EXFIL. DRAIN § re/ AND 10 L.F. 0 SOLID H.D.P.E. PIPE ST~ . 1+80 (7.3RT.) I STA.1+8( (14.SRT.) ~. NSl.-MJI---P'I'-~.O'x4.0'' Y' ~ PROP ± 7 L.F "eNSfc---1 ¥PE-lH' W/ U.S.F. 31 OA bF 18" H.D.P.E. W/ U.S.f . 4700-6223 Y 1TH SUMP 3.5' pOLID PIPE PER MD DTPW SD 2.2 A ID BAFFLE (N) @ EL.: 0.91 WITH SU P 2.0' 10 =~---- BOTT. EL.2.65 I I EL.: 10.::.,__ BOTT. EL 5.10 10 EXIST. 8 " WA WP;~ -I-§ ' EL.: ±}760 ff=~ (T.O B FJELD r, \ EL.:6.15~ 5 I V RIFIED} I STA.= 1+80 5 l X!ST. COMM MAIN~ ll.._____.lJ -- EXIST. I "SAN SEWER \_ EL.:6 75 ONDUIT. !NV cl .. ·(± 4.68 ~ NKNOWN ELEV T.!O N (T.C BE FIELD VER FIED) EL.:6.70 0 I 0 I SCALE= 1"=10' (VERT.) r=10· n ~ORI.) ~o ~o ~o 1p 1) 1p ~o ~o ~o DESIGNED BY: SEAL: SCALE: O.M. .I~ CITY OF SOUTH MIAMI AS SHOWN DRAWN BY: O.M. DRAINAGE PROFILES PROJECT NO.: CHECKED BY: ROADWAY AND DRAINAGE IMPROVEMENTS 2215 P.G. S.W. 59th AVENUE DWG. NO.: SHEET: DATE: C-6. REV. DATE BY: DESCRIPTION 01/27/2023 2033-C-C-6.0_ 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 83 of 147 89 1'!QIE__ .-+=:::...,=~==:=iall1.r'------,!l-~~:1~~ LONGITUDINAL SECTION BELOW PIPE OR 6" BELOW YEARLY LOWER WATER LEVEL (W.C.2.1) GROUTTOSEAL OPENING 1-AFTER n-tE CcwtSE .-GGREGATE HAS BEEN PL>CED TO TI-IE PROPER ELEVATION IT S1-W...L BE CAREFULLY WASHED DOWN WITH CLrAN WAlER, OR TAMPERED, TO AL.LOW FOR INffl,l,J_ SETTlEMENT 11-IAT MAY OCCUR. IF SETTLEMENT DOES TAKE PI.N::E, ADDITIONAL No.4 COARSE AGGREGATE SHAU. BE ADDED TO RESTORE THE PROPER ELEVATION SO TI-IAT THE EXflLTAATION TRENCH IS COMPLETED IN ACCORD,t,NCE WITH THE DETAILS. 2'-0" MINIMUM NON-ROADWAY SURFACE 3'-0" FOR TRENCHES UNDER ROADWAY 3'-0" FOR TRENCHES UNDER ROADWAY I VARIESI ALT T1lANB. 8EC11ClN! (SEE SCHEDULE OF DRAINAGE STRUCTURES) WOVEN PL.AS11C FILTER FABRIC S PROP. BOTTOM OF TRENCH 111 IMY BE USED IN AREAS WHERE lRENCH WALLS WILL NOT STAND VERTICAL, OR WHERE CAVE-IN BELOW lHE WATER TABLE IS LIKELY TO., OCCUR. TO BE USED AT THE ENGINEER's DISCREnoN. NOTES (CONTINllfP ON NEXT PAGE) 1. PL.ASTlC FlllER FABRIC SHAU. BE Wa.'EN MONOFlUMENT POLYPROPYLENE GEOlEXTll.E. PERMllTIIIITY SHAU. BE GRcAlER nWrl 0.50 SEC ANO FLOW Rr\TE GREATER OR EQUAL TO 50 gol/min. 2. MAXIMUM EXFILlRATKlN RATE WHICH CAN BE USED IN CALCULATING FRENCH DRAIN LENGTH IS 0.1 ef1/lf. MIAMI-DADE COUNTY DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS LEVELING COURSE (S EE SO 4 .5 & NOTE 4) M IAM I-DA D E COU NTY APPROVED 04/16/2015 REVISED 02/08/2011 09/26/2012 10/19/2012 STANDARD STORM DRAINAGE DETAIL EXFIL TRATION TRENCH (FRENCH DRAIN ) SD 1.1 ROU ND TOP SHEEt...1...OF....2.... -f"OOCEMDIT "5 f'Efl Tl<BLEONS1£I:T•OF"• REl~Ol!CO.IEHTASPER T"8UONSf!EEf40F4 ~ -~, BRl(J(l,NO MORlARSP..CE -~-=~ No.4 ~AGGRECIITE Mtl. 2·u')(2' SEC TI ON .liQl£..S.; 1.-CAST TOP SLAB TO ITT WAI.I. usm. 2.-PIPES MAY EXlENO INTO CATCH BASIN A. t.lAXJl.4UI.I OF 4". -,AASP..c£ 8(1'11[:[Mf'FC -- No.4COAAS.e:AGG~TE MIN.2"X::Z'la" 3 .-USE 4,000 psi CONCRETE. (M INIMUM), MAXIMUM W/C-0.5J, GRADE 60 STEEL FOR REBAR AN D GRADE 65 FOR WWF 4.-A. SMOOTH LINE Of" MORTAR 1/2• THICK INSIDE ANO OUTSIDE. 5.-WEEP HOLES ARE TO BE usm WHEN THE YEARLY LOWEST WATER ELEVATION IS ABOVE THE TOP Of THE BOTTOM SlA8 Of TI,E STRUCT\.JRE. REV IS E D 5/e/2018 S TAN DA RD ST O RM DRA INAGE DETA IL A P PROVE D MANHO L E AND INL ET (TY PE P ) SD 2.7 DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS NOTES CONIINllffi J . lHE MINIM UM PIPE DIAU ITER FOR DRAINAGE SYSTW wm-llN THE ROADWAY !IIGHT-OF-W,',Y SMALL BE 18 1-10-IES. 15 INCH PIPE IMY 8E USED I-I PRIVAT[R0,,.0WA,YS • 4 . NOTREESTOBEPl.>M"EOWfllilN5FEETOFTHEEDCEOFTHETREHC H 5 lYl"E "I>" S.O. V!I STR\ICTI.IRE IS RECOMMENDED FOR SMAl.l. DIWHAGE AAEAS LESS Tll,l,N 0.2 N:RE PER CATCH 8,0,S IN 6. TYPE "J" S.O. 2.6 STRUClURE IS RECOMMENDED f"OR Nl:(AS LARGER TH,t.,N 0.2 N:RE. ~: ~~N'J~SBf:OF~~rt,,.~o:l~E~O~ ~= ':~iFl~R o'Z~T~ ~.it'"'c%N;&TS OR IN ORDER TO PRO\o1DE THE II. =~i~ ~~ =Rfl) f"OR BIJ'"flES OH M.L COHTi'CT EDC£S MOUNTED ON WALL. 10. Oil AND CREASE IW'l'L£ IS REQUIRED FOR AU. DRAINAGE STRUCTURES PRECEDING Nol OUTFAU. OR EXflLTRATIOH TRENCHES, IN ll. ~f Jl~~~: :~:NSU~ ":::E::. MlH TRMFw= LM;HTS . ANO LAA~ PARKING LOTS WHC H M IAMI-DADE GENERA L NO TE S FOR PIP E CU LVERTS CONTRACTOR HAS TH E OPTION OF INSTAU.ING ANY PIPE MEETING THE REOUIREI.IENTS OF SECTION 443-2 OF TH E f'OOT STANDARD SP ECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AS LONG AS TH E MANUFACTURER IS LI STED, AT THE TIME OF PIPE INSTALLATION, IN f"OOT'S LI ST OF PRO DUC ERS Wffi--1 ACCEPTED OUALllY CO NTROL PROGRAMS. PIPES WITH LESS THAN A ,oo~YEAR CERTIFICATION CANNOT BE USED ON SECTION LINE, HALF SECTION LINE, COLLECTOR ROADWAYS, AND ARTERIALS. 50-YEAR PIPE CERTIFICATION REQUIRED FOR ALL OTHER MINOR/LOCAL ROADWAYS . MINI MUM NUMBER OF PERFORATI ON IN PIPE CU LVER TS OUTER SH ELL LI NER PIPE OIA I.IETE R (inches) No. of ¾" Dici . Holes No. o f ~-Dia. Holes (PER UN. FT. OF PIPE) (PER LIN FT. OF PIPE) 15 100 50 18 120 60 24 160 80 30 200 100 36 240 120 42 275 140 48 '15 150 ,. 355 180 60 395 200 72 470 235 84 550 275 PERFORATIONS SHALL BE UNIFORMLY SPACED AROUN D TH E FU LL PERIPHERY OF TH E PIPE TO WITH IN 4 • OF EACH END OF EACH L£NGTH OF PIPE. THE NUMBER OF PERFORATIONS PER LI NEAR FOOT OF' PIPE ANO THE DIAMETER OF TH E PERFORATIONS SHALL BE AS SHOWN ON THE ABOVE TABLE. APPROVED 04 /16(2015 REVISED 06-04-86 10-22-13 05-02-81 STAN DARD STORM DRAINAGE DETA IL EXFILTRAT ION TRENC H SD 1.1 COUNTY DEPARTMENT Of' TRANSPORTATION AND PUBLIC WO RKS ( PI PE CULV ERT NOT ES) SHa:T....2....0f..,.L Standard Width Detail 2.7 2.7 2.7 Standard (_ Detail 2.7 2.7 2.7 l~..i lAMI-DADE COUNTY (fl) 3.5 3.5 3.5 Di a 1ft) Min. 3.5 3.5 3.5 DEPARTMENT O F TRANSPORTATION AND PUBLIC WORKS SQUARE STRUCTURE Length WaU Top Slab Top Slab Boltom Slab Height (ft) Thickness Wall Steel Thickness Thickness (ft) (in) (in) Steel (in) 3.5 0.0 · 5.0 6.0 #4@10"H 8.0 ~ 8 .0 #4@10"V E.W. 3.5 S.1-10.0 6 .0 #4@9"H 8.0 ~ 80 #4@10"V E.W. 3.5 10.1-15.0 6.0 lt5@6"H #4@10"V 8.0 #4@6.S" E.W. 8,0 ROUND STRUCTURE Dia . Wall (ft) Height (ft) Thickness Wal l Steel Mall. (i n) 4.0 0 .0 -s.o 6.0 4.0 S.1 -10.0 6.0 4 .0 10.1 -15.0 6.0 REVISED APPROVED 8 )( 8 W20or 8 .0 .!t1.@L'. #4@1D"E .W E.W. 8 .0 8 ll 8 W20or 8 .0 !H..@E'. #4@10"E .W E.W. 8.0 8x8W20or 8 .0 #4@6.5" #4@10'TW E.W. 8.0 STAN DARD ST ORM DRAINAGE D ETA IL MANH O LE A ND IN LET (T Y PE P ) Bottom Slab Steel ~ E.W. #4@10" E.W. #4@10" E.W . #4@10" E.W. #4@10" E.W. 1#4@10" E.W SD 2 .7 1/4"GALVANZEDIWIOWAR£a.OTHEXTENDING4•BEYONOD.£ ~ 1.-CAST TOP SLAB TO F1T WAil. USED. 2.-USE 4,000 psi CONCRCTE. (MIN IMUM ), IM.XIMUM W/C-0.53. GRAOE 60 STEEL FOR REBAR AND GRADE 65 FOR WNF. 3.-PIPES ~y EXTEND INTO CATCH BAS IN A MAX IMUl.4 OF 4". 4.-APPLY A SUOOTH LINE Of" MORTAR 1/2" THI CK INSIOE ANO OUTSIDE. 5.-WEEP HOLES ARE TO BE US£0 WHEN THE '!'£ARLY LOWEST WATER ELEVATION IS A.BOVE THE TOP OF THE BOTTOM SLAB OF THE STRUCTUR£. MIAMI-DADE COUNTY APPROVED DEPARTMENT OF ~,te/20 1e T RANSPORTATION ANO PUBLIC WORKS REV ISED ST A NDA RD ST O R M DRA INAG E DETAI L 5/11/2!>1& ~ ~ 2/11/2011 ~ EXIST. SIDEWALK P RE CAST CATCH BASIN (D-3) <l SD 2 .2 SHEE.T10F2 2.2 2.2 2.2 Standard Deta il 2.2 2.2 0.0 -5.D 5.1 -10 .0 10.1-15.0 Wall SQUAR E STRU CTU RE #4@10"H #4@1Q ''V ~ #4@~0''V ~ ~ ROUND ST R UC TUR E Dia. {ft) Height (ft) Thickness Wall Steel (In ) 0.0 -5.0 5.1-15.0 8X8W20 U4@10"E.W. ~ E.W. !!1@a".. E.W. ~ E.W. #4@5 " E.W. #4@5 " E.W. M IAM I-DADE COUNT Y DEPARTMEfiT Of" TRANSPORTATION AND PUBLIC WORKS APPROVED REVISED ~ STANDARD STORM DRAINAGE DETAIL P RECAST CATH BAS IN (TYPE D-3 ) CATCH BASIN FRAME AND GRATE EDGE OF PAVEMENT 0 I "' f-z I [L -----+--+-Z in < ID 'i:, I "' NOTE• I f:e < {) CATCH BASIN PAVEMENT 1. FRAME ELEVATION SHALL BE AT LEAST 3" BELOW SWALE GRADE ELEVATION. s·-o· EXIST. SIDEWALK ASPHALTIC CONG. 1" THICK FRAME ELEVATION REFERS TO PLANS 10·-o· 5'-6" 4'-6" 2. FRAME ELEVATION SHALL BE AT LOW POINT OF CATCH BASIN PAVEMENT 6" BASE COURSE FOR CATCH BASIN PAVEMENT CATCH BASIN ASPHALT CONCRETE APRON (SD-2.5) N.T.S. #4 @10" E.W. #4@10" E.W. #4@ 10" E.W. ~ E.W. #4@10" E.W. SD 2 .2 "' I I .; I iii i i 12 Is i ~ " I .. ~ t---,----,---,---------------,--------.-----------.--------------------r----------------------------------.-------------------------------Ts=-c=-A"'L-=E-, -------t~ AS SHOWN i DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _at;, CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE DRAINAGE DETAILS PROJECT NO.: ii! 2215 ~ 0------~----I~ DWG. NO.: SHEET: 033-C-C-7.0_# C-7. 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 84 of 147 90 BASIN WALL BASIN FLOOR SIDE ELEVATION LATCH HINGE LATCH PIN 2A • I FRONT ELEVATION --... , \ 225" SEE ANGLE DETAIL CLEANOUT PIPE PLAN L ~INIMUM LI ~ LID DETAILS HINGE TOP VIEW NOTE: BOLT ANGLES TO BASIN WALL WITH (4) ½"0 X 2½" SS EXPANSION ANCHORS TOP VIEW SCHEMATIC THE BACKS OF SKIMMERS MUST CONFORM TO THE SHAPE OF THE BASIN WALLS ON WHICH THEY ARE MOUNTED. SHOW, IN THE PLANS, THE RADII REQUIRED FOR CURVED-BACK SKIMMERS. APPLIES TO BOTH SKIMMER TYPES. ~ 3•I~ ~ffi¾" U:G. ANGLE DETAIL NOTE: TYPE I SKIMMER DIMENSION TABLE OlJTl.ET PIPE A B 18' 12" 42" 24' 15" 48" 30' 18" 54" 36' 21" 60" ANGLES ON OTHER SIDE OF SKIMMER ARE MIRROR IMAGE. 10" ROUND ~ CLEANOUT PORT FLANGE W/NEOPRENE ,,.-:-GASKET -0, LOSS PREVENTION TEN ¼"0 X 2'' STUDS W/NUTS AND WASHERS ½" DIA. HOLE (TYP.) 15", 18" & 24" DIA. PIPE DEVIC7E~==t~~;;:::=t:~+:::1) 1'-0" 'o C TO C .:.:_ FLANGE (3" MIN.) 2'-6" 2'-10" 3'-o" FRONT ELEVATION NOTE: THE CLEANOUT PORT FOR THE TYPE II SKIMMER SIDE ELEVATION SHALL BE CASKETED, WITH EITHER A THREADED SCREW-IN LID OR A LID SECURED BY FOUR STAINLESS STEEL QUICK-RELEASE LATCHES. POLLUTION CONTROL BAFFLE GENERAL NOTES 1. THE FRENCHDRAIN SKIMMER IS A HOODED COVER, MOUNTED OVER AN OUTLET IN A CATCHBASIN, THAT PREVENTS OIL AND FLOATING DEBRIS FROM EXITING THE BASIN. USE THIS SKIMMER IN FRENCHDRAIN CATCHBASINS AND IN OTHER LOCATIONS WHERE THERE IS A NEED TO PREVENT OIL, DEBRIS OR OTHER FLOATING CONTAMINANTS FROM EXITING CATCHBASINS THROUGH OUTLET PIPES. 2. PLACE NEOPRENE GASKET MATERIAL BETWEEN THE SKIMMER AND THE CATCHBASIN AT ALL POINTS OF CONTACT. TRIM THE GASKET NEATLY TO EXTEND½ INCH BEYOND THE JOINT ON ALL SIDES. 3. SKIMMER BAFFLE, CLEANOUT PIPE AND ANGLES SHALL BE PRIMARILY CONSTRUCTED OF EITHER GALVANIZED STEEL, ALUMINUM, POLYVINYL CHLORIDE, POLYETHYLENE, FIBERGLASS OR ACRYLONITRITE BUTADIENE STYRENE. ALL STEEL COMPONENTS, OTHER THAN STAINLESS, SHALL BE HOT-DIP GALVANIZED. MOUNTING HARDWARE, HINGES AND LATCHES SHALL ALL BE STAINLESS STEEL. LOSS PREVENTION DEVICE SHALL BE EITHER STAINLESS STEEL CHAIN OR RIVETED NYLON STRAP. 5. MATERIAL USED IN CONSTRUCTION OF SKIMMER BODIES (BAFFLES) AND CLEANOUT PIPE SHALL COMPLY WITH FDOT STANDARD SPECIFICATION 943 FOR STEEL, 945 FOR ALUMINUM OR 948 FOR PLASTICS. 6. ALL COSTS FOR FURNISHING AND INSTALLING A FRENCHDRAIN SKIMMER SHALL BE INCLUDED IN THE COST OF THE BASIN IN WHICH IT IS INSTALLED. RETROFIT SKIMMERS SHALL BE PAID FOR AS 'MODIFY EXISTING STRUCTURE'. 7. PLASTIC SKIMMERS SHALL CONTAIN A MINIMUM OF 1.5% BY WEIGHT OF CARBON BLACK FOR UV PROTECTION. 8. THE CONTRACTOR MAY SUBMIT AN ALTERNATIVE DESIGN PREFABRICATED FRENCHDRAIN SKIMMER FOR APPROVAL BY THE ENGINEER. 9. TYPE I SKIMMER DIMENSIONS SHALL BE BASED ON THE OUTLET PIPE DIAMETER AS SHOWN IN THE DIMENSION TABLE. 10. TYPE II SKIMMERS ARE TO BE USED ONLY WITH OUTLET PIPE DIAMETERS OF 15", 18", AND 24". 11. ALL BAFFLES (SKIMMERS) SHALL COMPLY WITH FOOT STANDARD INDEX No. 443-002. TYPES I AND II POLLUTION CONTROL BAFFLE (SKIMMER) DETAILS N.T.S. Sidewa lk to maintain a sta ndard thickness of 4 inches (6 inches at driveways). Rei nforce with #3 we lded w ire fabric and avoid construction/expansion joints within 2 fee t of sha ll ow roots . Cover sha llo w roots with a 2 foot wide section of filter fabric prior to concrete pour. Sidewa lk cross slope is not to exceed 2% cross slope and 5% in the direction of tra ve l. Where fill material is necessary adjacent to shallow or expo sed roots place 3/8 inch pea gra ve l (rounded edge ). No c utting or pruning of the root system of street t ree without the re view and consent of the Public Works Department. SIDE W AL K ~ ROOT NATIVE SOIL BACKFILL (S EE NOTES) 20' (MINIMUM) BARRIER MAX. WIDTH B" CONCRETE SIDEWALK GRANULAR BASE ' ' SIDEWALK , ' l , ' ' -- >< >< -~ RETROFIT PLANTING r-SOD _j , t ► rh t ~ ► t ► t y ► PLAN CONCRETE CURB 20 ' (MINIMUM) BARRIER -.-.:.--.......,a----BRING TOP OF BIOBARRIER -~6~ffij5:lLTO SURFACE GRADE LEVEL ~ GRANULAR BASE ~~~~~NATIVE SOIL BACKFILL CURB AND GUTTE B ':3 ~ (SEE NOTES) X. -10' MIN. PLACE CONTINUOUS IF PLANTING ARE < 20 FT APART Y. -LIMITED ONLY WITH RETROFIT INSTALLATION ROOT TRIMMING (TREE STABILITY) /.-INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFAC TURER'S SPEC IFICA T IONS. 2.-DRAWING IS NOT TO SCALE. 3 . -ROOT PRUNING RECOMMENDATION SHALL BE PROVIDED BY AN /S A CERTIFIED ARBOR/ST. 4.-FOR MAXIMUM PROTECTION IN HIGH ORGANIC SOILS (>10%), WITH AGGRESSIVE ROOT SPECIES (ESPECIALLY A RETROFIT INS TALLATION ANO/OR IN CLOSE PROXIMITY TO OLEFIN PLASTICS, SPRAY STAURATE TRENCH WALLS WITH LIQUID TRIFLURALIN MIX OR FILL TRENCH WITH SANO OR GRAVEL. ROOT CONTROL DETAILS I " i ~ ~ ~ " I I "' I I .; I iii i i 12 Is i ~ " I .. ~ t----,-----,----,--------------,-------~----------.-------------------,,-------------------------------.------------------------------,,...,,S..,,.CA.,.,L-=E-, ------t~ AS SHOWN i DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _at;, CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE DRAINAGE AND MISCELLANEOUS DETAILS PROJECT NO.: ii! 2215 ~ l-------~------1~ DWG. NO.: SHEET: 033-C-C-7.L# C-7 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 85 of 147 91 EXIST. CHAIN-LINK FENCE NOTC 25.0' NUED 25.0' LOT 56 "FRANKLIN sue" , --------~ T ~ -~, : [ 1ST. 5' CONG. SIDEWALK ---r8 -- ,-C 8 LOT 53 "FRANKLIN SUB" EXIST. SIGN EXIST. F.H. ~ TINUED 35.0' t +34.09 0~(35.6) LT @ END PAVE ENT MARKINGS I =3·~BAR 7 56 PROP. I" lllllE -~t ! t I 35.0' I 35.0' I ~--N-OT~C~-TIN_U_E_D~~ EXIST. SIGN ~-z----- 0 40' 80' L-I I NOTES= 1. ALL SIGNING AND PAVEMENT MARKINGS SHALL CONFORM WITH THE CURRENT EDITION OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEi/iCES FOR STREETS AND HIGHWAYS AND THE FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN STANDARDS. 2. ALL EXISllNG SIGNS ARE TO REMAIN UNLESS OTHERWISE SPECIFIED. BEFORE STARTING THE PRO.ECT, THE CONTRACTOR WILL REVIEW EXISTING SIGNS SHOWN ON THE PLANS TO BE RELOCATED OR TO REMAIN. THE CONTRACTOR WILL NOTIFY IN WRITING TO THE PROJECT ENGINEER OF ANY MISSING SIGNS BEFORE CONSTRUCTION STARTS. SIGNS DAMAGED BY THE CONTRACTOR'S OPERATIONS 'MLL BE REPLACED AT NO COST TO THE DEPARTMENT. IF EXISllNG SIGNS TO BE RELOCATED HA VE A DAMAGED POLE OR A POLE NOT MEETING HEIGHT SPECIFICATION REQUIREMENTS, THE COST OF A NEW POLE 'MLL BE INCLUDED IN THE RELOCATION BID ITEM. 3. ALL FINAL PAVEMENT MARKINGS SHALL BE THERMOPLASTIC UNLESS OTHER'MSE NOTED. 4. EXTRUDED ALUMINUM SIGN SUPPORT CLAMPS ARE NOT ACCEPTABLE. ALL RELOCATED SIGNS MUST COMPLY 'MTH THE DESIGN STANDARDS AS IF THEY WERE NEW SIGNS. IF EXISTING CLAMPS, BRACKETS, POLES. ETC. NEED TO BE REPLACED THE COST SHALL BE INCLUDED IN THE RELOCATION PAY ITEM. PAVEMENT MARKING AND SIGNAGE QUANTITIES PAY ITEM DESCRIPTION UNIT QUANTITY 700-1-50 SINGLE POST SIGN, RELOCAlE AS 1 706-1-1 RAISED PAVEMENT MARKER, T'IPE B '111THOUT FINAL SURFACE MARKINGS (Y/Y) EA 8 710-11-101 PAINTED PAVEMENT MARKINGS, STANDARD, 'lll'ilTE, SOLID, 6" GM 0.028 710-11-123 PAINTED PA\IEMENT MARKINGS, \IJHITE, SOLID, 12" LF 125 710-11-124 PAINTED PAYEMENT MARKINGS, STANDARD, 'lll'illE, SOLID, 18" LF 26 710-11-125 PAINTED PAYEMENT MARKINGS, STANDARD, 'lll'ilTE, SOLID, 24" LF 30 710-11-201 PAINlED PAYEMENT MARKINGS, STANDARD, YEil.OW, SOLID, 6" GM 0.019 711-11-123 THERM<FLASTIC PAYEMENT MARKINGS, \IJHITE, SOLID, 12" LF 125 711-11-124 THERM<FLASTIC, STANDARD, 'lll'ilTE, SOLID, 18" LF 26 711-11-125 THERMOPLASTIC. STANDARD, 'lll'ilTE, SOLID, 24" LF 30 711-15-101 THERMOPLASTIC. STANDARD, 'lll'illE, SOLID, 6" GM 0.028 711-15-201 THERM<FLASTIC, STANDARD, YEil.OW, SOLID, 6" GM 0.019 ~ I I ?l I = i i !' la I ~ " I '" i 1----------------------~-------~-------~--------------------~-----------------------------------------------------------------~-S-CA_L_E-,-------1~ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE PAVEMENT MARKING AND SIGNAGE PLAN AND QUANTITIES AS SHOWN - PROJECT NO.: ii! 2215 ~ tcD~W~G~. ~N~O~.-, -~S~HE=E=T~:----, ~ 033-C-C-8,0_ C-8, 5001 Southwest 74th Court, Suite 201 Miami, Florida 33155-4453 TEL. 305-662-8887, FAX 305-662-8858 WWW.SRS-CORP.COM CONSULTING ENGINEERS EB-00007317 86 of 147 92 NOT NTINUED 25.0' 2s.o· ~ ~ '!' I I Wii ~I .cl ~ -<O ~ co a 3: ~I 001~1 8 1+f8-- j [[] 8 I I I I i I I ~ I ,,~L~EDi AVE SW 59th AVENUE 3+00 -----------------1-------- r-L ______________ _ E 1ST. 5' CONC. SIDEWALK ---r-- t I I I INUED 35.0' e ADDRESS: 648 l SW 59 CT OWNER: BONNIE M GILLIS €X/ST. SIGN EXIST. CHAIN-LINK FENCE --==1==========r====-====::L== I SW 59th AVENUE 6+00 -------------1--------~ :::c ~ rF\) tu Ii! r 65 .c ~ <O ~ i ~ I 35.0' 35.0' I ~--N-OT-C~~-NU_E_D~~ ~-z----- 0 L- LEGEND= ■ PROP. FILTER FABRIC FOR INLET PROTECTION (TEMP. EROSION CONTROL) PROP. ROCK BAG BALES FOR INLET PROTECTION (TEMP. EROSION CONTROL) SIDEWALK~ OR SOD 01 oo I oo /0 1 oo I oo I oo I oo I oo 1 ° ROCK BAG BALES COMPLETED INLET 40' I PROTECTION ALONG INLETS WITH ROCK BAG BALES OR APPROVED ALTERNATIVES GENERAL NOTES= ~P. INLET GRATE OVER FABRIC ~ N.T.S. PROP. ~-~;;iii~-=1----------~PROP. INLET FRAME FILTER FABRIC DETAIL 'A" 80' I CURB & GUTTER I li 1a I " i ~ 11! 1' ~~p~~:~xN~~~slg~N:gL TJ::~~l~S C~~_;f~LB:Ht5~Pr~T~ci~~~~TE1 t:~R O;o A~~D Cg~::~c;?~J~~~~~~: ~ 2. SYNTHETIC BALES AND SILT FENCES SHALL BE INSTALLED AND MANTAINED AT ALL LOCATIONS AS INDICATED " ON PLANS. SYNTHETIC BALES AND SILT FENCES SHALL REMAIN IN PLACE IN ALL LOCATIONS UNTIL I CONSTRUCTION IS COMPLETED AND SOILS ARE, STABILIZED AND VEGETATION HAS BEEN ESTABLISHED. ~ 3. SYNTHETIC BALES SHALL BE TRENCHED 3" TO 4" AND ANCHORED WITH 2 -1" X 2" (OR 1" DIAM.) X 4• WOOD I STAKES. STAKES OF OTHER MATERIAL OR SHAPE PROVIDING EQUIVALANT STRENGTH MAY BE USED IF APPROVED ~ 4. :~J:~N~N~~c::-SHALL BE BUTTED FIRMLY TOGETHER. UNAVOIDABLE GAPS SHALL BE PLUGGED WITH HAY OR , STRAW TO PREVENT SILT FROM PASSING. 5. SILT FENCES SHALL BE INSTALLED AS INDICATED ON PLANS. 6. SYNTHETIC BALES AND/OR FILTER FABRIC SHALL BE INSTALLED AT ALL NEW INLETS DURING CONSTRUCTION. 7. SYNTHETIC BALES AND/OR FILTER FABRIC SHALL BE INSTALLED AT EXISTING INLETS LOCATED IN SWALE AREA 8. SILT FENCES SHALL BE PROVIDED ON EXIST INLETS LOCATED IN C&G, OR VALLEY GUTTER 9. FOR ADDITIONAL STRENGTH FILTER FABRIC MATERIAL CAN BE ATTACHED TO A 6" (MAX.) MESH WIRE SCREEN WHICH HAS BEEN FASTENED TO THE POSTS. 10. THE FABRIC MATERIAL AND THE WIRE MESH SHALL NOT EXTEND MORE THAN 36" (90 CM) ABOVE THE ORIGINAL GROUND SURFACE. 11. SILT FENCES AND FILTER BARRIERS SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND REMOVE SEDIMENT WHEN NECESSARY. 12. REMOVE SEDIMENT SHALL BE DEPOSITED TO AN AREA THAT WILL NOT CONTRIBUTE SEDIMENT OFF-SITE AND CAN BE PERMANENTLY STABILIZED 13. SILT FENCE SHALL BE PLACED ON SLOPE CONTOURS TO MAXIMIZE PONDING EFFICIENCY I ?l I = i i !' la I ~ " I '" i ----------------------------~--------------------------~--------------------------------------------------------------~S_C_A_L_E_: --------1~ ~i;l DESIGNED BY: SEAL: O.M. DRAWN BY: O.M. CHECKED BY: P.G. DATE: REV. DATE BY: DESCRIPTION 01/27/2023 _lt;j CITY OF SOUTH MIAMI ROADWAY AND DRAINAGE IMPROVEMENTS S.W. 59th AVENUE STORMAWATER POLLUTION PREVENTION PLAN AND GENERAL NOTES AS SHOWN - PROJECT NO.: ii! 2215 ~ --=D~w=G-. ~N~O-.: -~SH~E=E=T,---t~ 033-C-C-9.0_ C-9, Specifications Project No. TOC-1 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. ................................................................................................................................................................ 1 C. Worksite Traffic Supervisor. .................................................................................................................................... 2 D. Submittals ............................................................................................................................................................... 2 E. Traffic Control. ........................................................................................................................................................ 3 F. Detours. .................................................................................................................................................................. 4 G. Traffic Control Officer. ............................................................................................................................................. 4 H. Driveway Maintenance. ........................................................................................................................................... 4 I. Temporary Traffic Control Devices. ......................................................................................................................... 4 J. Work Zone Pavement Marking. ............................................................................................................................... 7 K. Method of Measurement. ........................................................................................................................................ 8 L. Submittals. ............................................................................................................................................................ 10 M. Basis of Payment. ................................................................................................................................................. 10 110 CLEARING AND GRUBBING (REV. 05-16-11) ............................................................................................................ 11 A. General. ................................................................................................................................................................ 11 B. Clearing and Grubbing: ......................................................................................................................................... 11 C. Ownership of Materials. ........................................................................................................................................ 13 D. Disposal of Materials. ............................................................................................................................................ 13 E. Method of Measurement. ...................................................................................................................................... 13 F. Basis of Payment. ................................................................................................................................................. 14 120 EARTHWORK AND RELATED OPERATIONS ............................................................................................................. 15 A. Description. ........................................................................................................................................................... 15 B. Classes of Excavation. .......................................................................................................................................... 15 C. Excavation Requirements. .................................................................................................................................... 15 D. Disposal of Surplus and Unsuitable Material. ........................................................................................................ 16 E. Materials for Embankment. ................................................................................................................................... 16 F. Embankment Construction. ................................................................................................................................... 16 G. Compaction Requirements. ................................................................................................................................... 17 H. Backfilling Around Structures and Pipe. ................................................................................................................ 18 I. Acceptance Program. ........................................................................................................................................... 19 J. Maintenance and Protection of Work. ................................................................................................................... 20 K. Construction. ........................................................................................................................................................ 20 L. Method of Measurement. ...................................................................................................................................... 20 M. Basis of Payment. ................................................................................................................................................. 20 121 FLOWABLE FILL .......................................................................................................................................................... 20 A. Description. ........................................................................................................................................................... 20 B. Materials. .............................................................................................................................................................. 21 C. Mix Design. ........................................................................................................................................................... 21 D. Production and Placing. ........................................................................................................................................ 21 E. Construction Requirements. .................................................................................................................................. 21 F. Acceptance. .......................................................................................................................................................... 21 G. Method of Measurement ....................................................................................................................................... 21 H. Basis of Payment. ................................................................................................................................................. 22 87 of 147 93 Specifications Project No. TOC-2 160 TYPE “B” STABILIZATION (SECTION 160) .................................................................................................................. 22 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." .............................................. 22 B. Page 189, Subarticle 160-4.1- Commercial and Local Materials – Add the following: ............................................ 22 C. Page 192, Subarticle 160-7.2.1.2- Undertolerances In…; is deleted in its entirety and replaced with the following:22 D. Page 195, Article 160-9- Basis of Payment; Is deleted in its entirety and replaced with the following: ................... 22 E. Basis of Payment. ................................................................................................................................................. 22 DIVISION 200 BASE COURSE 285 LIMEROCK BASE (REV. 08-23-12) .............................................................................................................................. 23 A. Description. ........................................................................................................................................................... 23 B. Materials. .............................................................................................................................................................. 23 C. Equipment. ........................................................................................................................................................... 23 D. Transporting Rock. ............................................................................................................................................... 23 E. Spreading Rock. ................................................................................................................................................... 23 F. Compacting and Finishing Base. ........................................................................................................................... 23 G. Acceptance Criteria:.............................................................................................................................................. 24 H. Priming and Maintaining. ...................................................................................................................................... 26 I. Thickness of Base. ............................................................................................................................................... 26 J. Method of Measurement. ...................................................................................................................................... 26 K. Basis of Payment. ................................................................................................................................................. 27 DIVISION 300 BITUMINOUS TREATMENTS SURFACE COURSES AND CONCRETE PAVEMENT 327 MILLING OF EXISTING ASPHALT PAVEMENT (REV. 05-14-12) .......................................................................... 2830 A. Description. ........................................................................................................................................................... 28 B. Equipment. ....................................................................................................................................................... 3028 C. Construction. .................................................................................................................................................... 3128 D. Milled Surface. .................................................................................................................................................. 3228 E. General Construction Requirements. .................................................................................................................... 29 F. Basis of Payment. ................................................................................................................................................. 29 334 HOT MIX ASPHALT (REV. 05-3-11) ............................................................................................................................. 30 A. Description. ........................................................................................................................................................... 30 B. Materials. .............................................................................................................................................................. 30 C. Composition of Mixture. ........................................................................................................................................ 31 D. Contractor Quality Control. .................................................................................................................................... 32 E. General Construction Requirements. .................................................................................................................... 32 F. Acceptance of the Mixture. .................................................................................................................................... 34 G. Method of Measurement. ...................................................................................................................................... 35 H. Basis of Payment. ................................................................................................................................................. 35 335 DRIVEWAY TRANSITIONS (REV. 06-23-11) ............................................................................................................... 35 A. Description ............................................................................................................................................................ 35 B. Materials ............................................................................................................................................................... 35 C. Preparation and Construction ............................................................................................................................... 35 D. Method of Measurement ....................................................................................................................................... 36 E. Basis of Payment .................................................................................................................................................. 36 337 MISCELLANEOUS ASPHALT PAVEMENT (REV. 08-25-11) ....................................................................................... 36 A. Description. ........................................................................................................................................................... 36 B. Materials. .............................................................................................................................................................. 36 C. Foundation. ........................................................................................................................................................... 36 D. Soil Treatment. ..................................................................................................................................................... 36 E. Placing Mixture. .................................................................................................................................................... 36 F. Compacting Mixture. ............................................................................................................................................. 36 G. Surface Requirements. ......................................................................................................................................... 36 H. Method of Measurement. ...................................................................................................................................... 36 I. Basis of Payment. ................................................................................................................................................. 37 88 of 147 94 Specifications Project No. TOC-3 344 PORTLAND CEMENT CONCRETE (REV. 10-26-11) ................................................................................................... 37 A. Description. ........................................................................................................................................................... 37 B. Materials. .............................................................................................................................................................. 37 C. Production, Mixing and Delivery of Concrete. ........................................................................................................ 37 D. Acceptance of the Work. ....................................................................................................................................... 39 E. Method of Measurement. ...................................................................................................................................... 39 F. Basis of Payment. ................................................................................................................................................. 39 G. Basis of Payment. ................................................................................................................................................. 39 DIVISION 400 STRUCTURES 425 INLETS, MANHOLES AND JUNCTION BOXES (SECTION 425) ................................................................................. 40 A. Page 417, Subarticle 425-6.6 - Placing Pipe; The third sentence of this sub-article is modified to read: ................ 40 B. Page 417, Subarticle 425-6.7 Backfilling; is modified to include the following: ....................................................... 40 C. Page 417, Subarticle 425-8.2 - Adjusted Structures; is expanded to include the following: .................................... 40 D. Page 418, Subarticle 425-8.3 – Payment Items; is expanded to include the following: .......................................... 40 425A ADJUSTMENT OR RELOCATION OF VALVE, METER AND JUNCTION BOXES ....................................................... 40 430 PIPE CULVERTS (REV. 03-14-13) ............................................................................................................................... 40 A. Description. ........................................................................................................................................................... 40 B. Materials. .............................................................................................................................................................. 40 C. Type of Pipe to Be Used. ...................................................................................................................................... 40 D. Laying Pipe. .......................................................................................................................................................... 41 E. Removing Existing Pipe. ....................................................................................................................................... 42 F. Specific Requirements for Concrete Pipe. ............................................................................................................. 42 G. Specific Requirements for Corrugated Metal Pipe. ................................................................................................ 43 H. Specific Requirements for Corrugated Polyethylene Pipe and Polyvinyl Chloride (PVC) Pipe. .............................. 44 I. Desilting Pipe Culverts, Box Culverts, and Inlet Structures. ................................................................................... 44 J. Method of Measurement. ...................................................................................................................................... 45 K. Basis of Payment. ................................................................................................................................................. 45 443 FRENCH DRAINS ........................................................................................................................................................ 46 A. Description. ........................................................................................................................................................... 46 B. Materials. .............................................................................................................................................................. 46 C. Excavating Trench. ............................................................................................................................................... 46 D. Laying Pipe. .......................................................................................................................................................... 46 E. Placing Coarse Aggregate and Backfilling. ............................................................................................................ 46 F. Method of Measurement. ...................................................................................................................................... 47 G. Basis of Payment. ................................................................................................................................................. 47 DIVISION 500 MISCELLANEOUS CONSTRUCTION 519 DRIVEWAY PAVEMENT (REV. 08-23-12) ................................................................................................................... 48 A. Description ............................................................................................................................................................ 48 B. Materials ............................................................................................................................................................... 48 C. Preparation and Construction ............................................................................................................................... 48 D. Method of Measurement ....................................................................................................................................... 48 E. Basis of Payment .................................................................................................................................................. 48 520 CONCRETE GUTTER, CURB ELEMENTS, AND TRAFFIC SEPARATOR (SECTION 520) ......................................... 48 A. Page 583, Article 520-1, Description: Is expanded to include the following: ......................................................... 48 B. Page 583, Article 520-2, Materials: Is amended as follows: .................................................................................. 48 C. Page 591 Article 520-12, Basis of Payment: Is deleted in its entirety and replaced with the following: ................. 48 522 CONCRETE SIDEWALKS AND DRIVEWAYS (SECTION 522) .................................................................................... 49 A. 522-1 Description: ................................................................................................................................................. 49 B. 522-2 Materials ..................................................................................................................................................... 49 C. 522-3 Forms ......................................................................................................................................................... 49 89 of 147 95 Specifications Project No. TOC-4 D. 522-4 Foundation .................................................................................................................................................. 49 E. 522-5 Joints .......................................................................................................................................................... 49 F. 522-6 Placing Concrete ........................................................................................................................................ 49 G. 522-7 Finishing ..................................................................................................................................................... 49 H. 522-8 Curing ......................................................................................................................................................... 49 I. 522-9 Opening SideWalk To Pedestrian Traffic..................................................................................................... 49 J. 522-10 Method of Measurement ........................................................................................................................... 49 K. 522-11 Basis of Payment ...................................................................................................................................... 49 575 SODDING ..................................................................................................................................................................... 49 A. Description. ........................................................................................................................................................... 49 B. Materials. Meet the following requirements: ......................................................................................................... 49 C. Construction Methods. .......................................................................................................................................... 49 D. Maintenance. ........................................................................................................................................................ 50 E. Method of Measurement. ...................................................................................................................................... 50 F. Basis of Payment. ................................................................................................................................................. 50 C. Method of Measurement: ...................................................................................................................................... 50 D. Basis of Payment: ................................................................................................................................................. 50 DIVISION 700 TRAFFIC CONTROL 706 RAISED RETRO-REFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE (REV. 05-02-12) ............... 51 A. Description. ......................................................................................................................................................... 51 B. Materials. ............................................................................................................................................................. 51 C. Equipment. .......................................................................................................................................................... 51 D. Application. ......................................................................................................................................................... 51 E. Contractor’s Responsibility for Notification. .................................................................................................... 51 F. Method of Measurement. .................................................................................................................................... 51 G. Basis of Payment. ............................................................................................................................................... 51 710 PAINTED PAVEMENT MARKINGS (REV. 05-02-12)................................................................................................... 51 A. Description. ......................................................................................................................................................... 51 B. Materials. ............................................................................................................................................................. 52 C. Equipment. .......................................................................................................................................................... 52 D. Application: ......................................................................................................................................................... 52 E. Tolerances in Dimensions and in Alignment. ................................................................................................... 52 F. Contractor’s Responsibility for Notification. .................................................................................................... 53 G. Protection of Newly Painted Pavement Markings. ............................................................................................ 53 H. Corrections for Deficiencies to Applied Painted Pavement Markings. ............................................................ 53 I. Submittals. .......................................................................................................................................................... 53 J. Method of Measurement. .................................................................................................................................... 53 K. Basis of Payment. ............................................................................................................................................... 53 711 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS (REV. 05-02-12) ................................................................ 54 A. Description. ......................................................................................................................................................... 54 B. Materials. ............................................................................................................................................................. 54 C. Equipment. .......................................................................................................................................................... 54 D. Application. ......................................................................................................................................................... 54 E. Tolerances in Dimensions and in Alignment. ................................................................................................... 55 F. Contractor’s Responsibility for Notification. .................................................................................................... 55 G. Protection of Newly Applied Traffic Stripes and Markings. ............................................................................. 56 H. Observation Period. ............................................................................................................................................ 56 I. Corrections for Deficiencies. ............................................................................................................................. 56 J. Submittals. .......................................................................................................................................................... 56 K. Method of Measurement. .................................................................................................................................... 56 L. Basis of Payment. ............................................................................................................................................... 56 90 of 147 96 Specifications Project No. Page 1 of 60 DIVISION 100 GENERAL CONSTRUCTION OPERATIONS 101 MOBILIZATION (REV. 03-12-2013) 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) C. 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. D. Materials. 1. Meet the following requirements: Bituminous Adhesive FDOT Section 970 Temporary Retroreflective Pavement Markers FDOT Section 990 Paint FDOT Section 971 Removable Tape FDOT Section 990 91 of 147 97 Specifications Project No. Page 2 of 60 Glass Spheres FDOT Section 971 Temporary Traffic Control Device Materials FDOT Section 990 Retroreflective and Nonreflective Sheeting for Temporary Traffic Control Devices FDOT Section 994 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. E. Worksite Traffic Supervisor. 1. 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. F. 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. 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 92 of 147 98 Specifications Project No. Page 3 of 60 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. 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. G. Traffic Control. 1. 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. 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. 8. 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 93 of 147 99 Specifications Project No. Page 4 of 60 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. 10. No Waiver of Liability: Conduct operations in such a manner that no undue hazard results due to the requirements of this Article. The procedures and policies described herein in no way acts as a waiver of any terms of the liability of Contractor or his surety. H. Detours. 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: 1st 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 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. I. 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. J. 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. K. Temporary Traffic Control Devices. 1. Installation and Maintenance: a. Install and maintain temporary traffic control devices as detailed in the Plans, Index 600 of the FDOT Design 94 of 147 100 Specifications Project No. Page 5 of 60 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 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 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 retroreflective 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. Retroreflective 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 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 95 of 147 101 Specifications Project No. Page 6 of 60 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 (Redirective/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. 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, 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. 96 of 147 102 Specifications Project No. Page 7 of 60 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. 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. L. 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/lx m2. At the end of the six month service life, the retroreflectance of white and yellow removable tape shall not be less than 150 mcd/lx·m2. 97 of 147 103 Specifications Project No. Page 8 of 60 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 40ºF, 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. M. Method of Measurement. 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. 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. 6. Business Signs: a. 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. 98 of 147 104 Specifications Project No. Page 9 of 60 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 burn lights, mounted on barrier wall, certified as installed/used on the project, meeting the requirements of the Design Standards and have been properly maintained will be paid for at the Contract unit price for lights temporary, barrier wall mount. 12. Glare Screen (Temporary): 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 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 99 of 147 105 Specifications Project No. Page 10 of 60 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. N. 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 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. O. 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: 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. l. 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 100 of 147 106 Specifications Project No. Page 11 of 60 Engineer. 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. 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. 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. 101 of 147 107 Specifications Project No. Page 12 of 60 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 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 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. The work under Removal of Existing Concrete Pavement does not include the removal of retaining walls, drainage structures and flexible asphalt pavement. c. 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 102 of 147 108 Specifications Project No. Page 13 of 60 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. d. 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. e. 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: 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, 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. 103 of 147 109 Specifications Project No. Page 14 of 60 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 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 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: 104 of 147 110 Specifications Project No. Page 15 of 60 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. 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 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 ± 0.2 foot in depth and ± 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. 2) Foundation Piles: Where foundation piles are used, complete the excavation of each pit before driving the piles. After the driving is completed, remove all loose and displaced material, leaving a smooth, solid, and level bed to receive the masonry. 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. 105 of 147 111 Specifications Project No. Page 16 of 60 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. 2. 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. 3. Disposal of Paving Materials: Unless otherwise noted, take ownership of paving materials, such as paving brick, asphalt block, concrete slab, sidewalk, curb and gutter, etc., excavated in the removal of existing pavements, and dispose of them outside the right-of-way. If the materials are to remain the property of the 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. c. Spread all material so that the larger particles are separated from each other to minimize voids between them during compaction. Compact around these rocks in accordance with the requirements herein for Compaction of Embankments. d. When and where approved by the Engineer, larger rocks (not to exceed 18 inches in any dimension) may be placed outside the one to two slope and at least 4 feet or more below the bottom of the base. Compact around these rocks to a firmness equal to that of the supporting soil. Where constructing embankments adjacent to bridge end bents or abutments, do not place rock larger than 3 1/2 inches in diameter within 3 feet of the location of any end-bent piling. 2. Use of Materials Excavated From the Roadway and Appurtenances: Assume responsibility for determining the suitability of excavated material for use on the project in accordance with the applicable Contract Documents. Consider the sequence of work and maintenance of traffic phasing in the determination of the availability of this material. 3. Authorization for Use of Borrow: Use borrow only when sufficient quantities of suitable material are not available from roadway and drainage excavation, to properly construct the embankment, subgrade, and shoulders, and to complete the backfilling of structures and pipe. Do not use borrow material until authorized by the Engineer, and then only use material from approved borrow pits. a. Haul Routes for Borrow Pits: 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. 2. Dry Fill Method: a. General: 1) Construct embankments to meet the requirements of subarticle G (Compaction Requirements) and in accordance with the Acceptance Program requirements herein. Restrict the compacted thickness of the last embankment lift to 6 inches maximum. 106 of 147 112 Specifications Project No. Page 17 of 60 2) As far as practicable, distribute traffic over the work during the construction of embankments so as to cover the maximum area of the surface of each layer. 3) Construct embankment in the dry whenever normal dewatering equipment and methods can accomplish the needed dewatering. a) For A-3 and A-2-4 Materials with up to 15% fines: Construct the embankment in successive layers with lifts up to a maximum compacted thickness of 12 inches. Ensure the percentage of fines passing the No. 200 US Standard sieve in the A 2 4 material does not exceed 15%. b) For A-1 Plastic materials (As designated in FDOT Design Standard Index 505) and A-2-4 Materials with greater than 15% fines: Construct the embankment in successive layers with lifts up to a maximum compacted thickness of 6 inches. c) Equipment and Methods: Provide normal dewatering equipment including, but not limited to, surface pumps, sump pumps and 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. d. 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-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 107 of 147 113 Specifications Project No. Page 18 of 60 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 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. d. 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 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. 108 of 147 114 Specifications Project No. Page 19 of 60 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. 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 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 109 of 147 115 Specifications Project No. Page 20 of 60 J. 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. 2. 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. 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: 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 110 of 147 116 Specifications Project No. Page 21 of 60 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 Materials Section 929 *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 jobsite and mixed in accordance with manufacturer’s recommendation. C. Mix Design. 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 Type 1 75-100 lb/yd3 75-150 lb/yd3 Fly Ash None 150-600 lb/yd3 Water * * Air** 5-35% 5-15% 28 Day Compressive Strength** Maximum 100 psi Minimum 125 psi** Unit Weight (Wet)*** 90-110 lb/ft3 100-125 lb/ft3 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 ambient temperatures below 40ºF. 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. F. 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 50ºF. 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 C-403. 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. 111 of 147 117 Specifications Project No. Page 22 of 60 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. 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. 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 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. 112 of 147 118 Specifications Project No. Page 23 of 60 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. 1. 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. 1. 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. 1. 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. 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 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. 113 of 147 119 Specifications Project No. Page 24 of 60 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. c. Construct shoulder-only areas, bike/shared use paths, and sidewalks 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 1,000 feet or one Day’s Production, whichever is greater. Shoulders compacted separately shall be considered separate LOTs. 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 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: 1. Density: Within the entire limits of the width and depth of the base, obtain a minimum density in any LOT of 98% of modified Proctor maximum density as determined by FM 1-T 180, Method D. For shoulder only areas and bike/shared use paths, obtain a minimum density of 95% of the modified Proctor maximum density as determined by FM 1-T 180, Method D. 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 Maximum Density One per eight consecutive LOTs One per 16 consecutive LOTs Density One per LOT One per four LOTs Roadway Surface Ten per LOT Witness Roadway Thickness Three per LOT Witness Shoulder-Only, Bike/Shared Use Path and Sidewalk Construction Test Name Quality Control Verification Modified Proctor Maximum Density One per two LOTs One per four LOTs Density One per LOT One per two LOTs Surface Five per 500 feet Witness Thickness Three per 600 consecutive feet Witness 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 between the two computed dry densities does not exceed 2 lb/ft3 between gauges from the same manufacturer, and 3 lb/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 114 of 147 120 Specifications Project No. Page 25 of 60 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. 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 frequency in construction of shoulder-only areas, bike/shared use paths and sidewalks. 9. Quality Control Testing: a. Modified Proctor Maximum Density Requirement: Collect enough material to split and create three separate samples and retain two for Engineer’s Verification and Resolution testing until Engineer accepts the 16 LOTs represented by the samples. b. Depth and Surface Testing Requirements: 1) Notify Engineer a minimum of 24 hours before checking base depths and surface checking. Determine test locations including Stations and Offsets, using the Random Number generator approved by the Department. Do not perform depth and surface checks until Engineer is present to witness. Perform thickness check on the finished base or granular subbase component of a composite base. Provide traffic control, coring/boring equipment, and an operator for the coring/boring equipment. Traffic control is to be provided in accordance with the standard maintenance of traffic requirements of the Contract. 2) The thickness is considered deficient, if the measured depth is over 1/2 inch less than the specified thickness. Correct all deficient areas of the completed base by scarifying and adding additional base material. As an exception, if authorized by the Department, such areas may be left in place without correction and with no payment. 3) Check the finished surface of the base course with a template cut to the required crown and with a 15 foot straightedge laid parallel to the centerline of the road. Correct all irregularities greater than 1/4 inch to the satisfaction of the 115 of 147 121 Specifications Project No. Page 26 of 60 Engineer by scarifying and removing or adding rock as required, and recompact the entire area as specified hereinbefore. c. Surface & Thickness 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 surface and/or thickness checks to one half the minimum requirements as stated in the frequency requirements above (e.g. Reduce frequency from ten per LOT to ten per two LOTs) by identifying the substantiating tests and notifying Engineer in writing prior to starting reduced frequency of testing. 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 required by the Acceptance Criteria above. The results of the Independent Verification testing will not affect the frequency of the Quality Control testing. 10. Department Verification Tests: a. Maximum Density: Engineer will randomly select one of the remaining two split samples and test in accordance with FM 1-T 180, Method D. b. Thickness and Surface Testing Requirements: The Department will witness the base depth and surface checks to ensure compliance with the Depth and Surface Testing Requirements above. If the QC test results are not deficient as defined therein, the LOT or 500-foot section will be accepted. If the QC test results are deficient, resolve deficiencies in accordance with the Depth and Surface Testing Requirements. Repeat acceptance testing. Provide traffic control, coring/boring equipment, and an operator for the coring/boring equipment. c. Verification Comparison Criteria and Resolution Procedures: 1) Modified Proctor Maximum Density: Engineer will compare the Verification test results for Maximum Density to the corresponding Quality Control test results. If the test result is within 4.5 lb/ft3 of the QC test result, the LOTs will be verified. Otherwise, Engineer will collect the Resolution split sample corresponding to the Verification sample tested. The State Materials Office or an AASHTO accredited laboratory designated by the State Materials Office will perform Resolution testing. The material will be sampled and tested in accordance with FM 1-T 180, Method D. 2) Engineer will compare the Resolution Test results with the Quality Control test results. If the Resolution Test result is within 4.5 lb/ft3 of the corresponding Quality Control test result, Engineer will use the Quality Control test results for material acceptance purposes for each corresponding set of LOTs. If the Resolution test result is not within 4.5 lb/ft3 of the corresponding Quality Control test, Engineer will collect the remaining Verification split sample for testing. Verification Test results will be used for material acceptance purposes for the LOTs in question. 3) Density: When a Verification or Independent Verification density test does not meet the requirements of the Acceptance Criteria, retest at a site within a 5 feet radius of the Verification test location and observe the following: a) If the Quality Control retest meets the Acceptance Criteria and compares favorably with the Verification or Independent Verification test, Engineer will accept the LOTs in question. b) If the Quality Control retest does not meet the Acceptance Criteria and compares favorably with the Verification or Independent Verification test, rework and retest the material in that LOT. Engineer will re-verify the LOTs in question. c) If the Quality Control retest and the Verification or Independent Verification test do not compare favorably, complete a new Equipment- Comparison Analysis. Once acceptable comparison is achieved, retest the LOTs. Engineer will perform new verification testing. Acceptance testing will not begin on a new LOT until Contractor has a gauge that meets the comparison requirements. 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. I. 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. 116 of 147 122 Specifications Project No. Page 27 of 60 1) Pay Area = Surface Area × ((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. 117 of 147 123 Specifications Project No. Page 28 of 60 DIVISION 300 BITUMINOUS TREATMENTS SURFACE COURSES AND CONCRETE PAVEMENT 327 MILLING OF EXISTING ASPHALT PAVEMENT (REV. 05-14-12) A. Description. 1. At the locations and to the average depth of cut specified by the Contract Documents or Work Order, remove existing asphalt concrete pavement by milling to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. 2. Take ownership of milled material. B. Equipment. 1. Provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the Contract Documents or Engineer. Use a machine with a minimum overall length (out to out measurement excluding the conveyor) of 18 feet and a minimum cutting width of 6 feet. 2. Equip the milling machine with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. 3. To start the project, Engineer will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, Engineer will reject the milling machine for further use. 4. Contractor may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. 5. Equip the milling machine with means to effectively limit the amount of dust escaping during the removal operation. 6. For complete pavement removal, Engineer may approve the use of alternate removal and crushing equipment in lieu of the equipment specified above. C. Construction. 1. General: a. Remove the existing raised reflective pavement markers prior to milling. Include the cost of removing existing pavement markers in the price for milling. b. When milling to improve rideability or cross slope, remove the existing pavement to the average depth specified by the Contract Documents or Work Order, in a manner that will restore the pavement surface to a uniform cross-section and longitudinal profile. Engineer may require the use of a stringline to ensure maintaining the proper alignment. c. Establish the longitudinal profile of the milled surface in accordance with the milling plans. Ensure that the final cross slope of the milled surface parallels the surface cross slope shown on the Plans or as directed by Engineer. Establish the cross slope of the milled surface by a second sensing device near the outside edge of the cut or by an automatic cross slope control mechanism. The Plans may waive the requirement of automatic grade or cross slope controls where the situation warrants such action. d. Operate the milling machine to minimize the amount of dust being emitted. Engineer may require prewetting of the pavement. e. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. Repave all milled surfaces no later than the day after the surface was milled unless otherwise stated in the plans. f. If traffic is to be maintained on the milled surface prior to the placement of the new asphalt concrete, provide suitable transitions between areas of varying thickness to create a smooth longitudinal riding surface. Produce a pattern of striations that will provide an acceptable riding surface. Engineer will require the control the traveling speed of the milling machine to produce a texture that will provide an acceptable riding surface. g. Prior to opening an area which has been milled to traffic, sweep the pavement with a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. Sweep in a manner that will minimize the potential for creation of a traffic hazard and to minimize air pollution. h. Sweep the milled surface with a power broom prior to placing asphalt concrete. i. In urban and other sensitive areas, use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. Obtain Engineer’s approval of such equipment, contingent upon its demonstrated ability to do the work. j. Perform the sweeping operation immediately after the milling operations or as directed by Engineer. 2. Quality Control Requirements: a. Furnish an electronic level with a length of 4 feet and an accuracy of plus or minus 0.1 degree approved by Engineer for the control of cross slope. Make this electronic level available at the jobsite at all times during milling operations. Calibrate and compare electronic levels at a minimum frequency of once per day before any milling operation, and at any time as directed by Engineer. If the comparison between the QC and Verification levels is within the comparison tolerance of plus or minus 0.2%, the QC level is considered to compare favorably and can be used for measurement and acceptance of cross slopes. If the levels do not compare favorably, perform a second comparison using another calibrated electronic level (DTPW or Contractor) for resolution. If this resolution level compares favorably with the QC level, the QC level is considered to be verified. If the second level does not compare favorably with the QC level, discontinue the use of the QC electronic level and obtain another approved electronic level that meets the requirements of this specification. Regardless of the comparison analysis outcome, Contractor assumes all risk associated with placing the pavement at the correct cross slope. b. Multiple cuts may be made to achieve the required pavement configuration or depth of cut. Measure the cross slope of the milled surface by placing the level at the center location of a lane and perpendicular to the roadway centerline. Record all the measurements to the nearest 0.1% on an approved form and submit to Engineer for documentation. 118 of 147 124 Specifications Project No. Page 29 of 60 1) Tangent Sections: Measure the cross slope per lane at a minimum frequency of one measurement every 100 feet. Calculate the absolute deviation of cross slope at each measurement and then average the absolute deviation of ten consecutive cross slope measurements. The absolute deviation is the positive value of a deviation. When the average absolute deviation cross slope is consistently within the acceptance tolerance as shown in Table 327-1 and upon approval by Engineer, the frequency of the cross slope measurements can be reduced to one measurement every 200 feet during milling operations. 2) Superelevated Sections: Measure the cross slope every 100 feet per lane within the length of full superelevation. Calculate the absolute deviation of each measurement and then average the absolute deviation of ten consecutive cross slope measurements. For every transition section, measure the cross slope at control points identified in the plans or, if not shown in the plans, at a control point at a location of 0.0% cross slope. For curves where the length of the fully superelevated section is less than 250 feet, measure the cross slope at the beginning point, midpoint and ending point of the fully superelevated section, calculate the absolute deviation and average. When the number of measurements is less than ten and the length of full superelevation is greater than 250 feet, average the absolute deviation of all measurements. c. If the average absolute deviation of the cross slope measurements falls outside the acceptance tolerance shown in Table 327-1, stop the milling operations and make adjustments until the problem is resolved to the satisfaction of Engineer. If an individual cross slope deviation falls outside the acceptance tolerance as shown in Table 327-1, make corrections only in the deficient area to the satisfaction of Engineer at no cost to the Department. For pavement with multiple cuts, the deficient areas not caused by the final cut may be left in place upon approval of Engineer. All milling corrections shall be completed before placement of the asphalt course unless stated otherwise in the plans or as determined by Engineer. d. The limits of deficient areas requiring correction may be verified and adjusted with more accurate measurement methods, including survey instruments, upon approval by Engineer at no cost to the Department. Should Contractor wish to have any corrections waived, submit a request to Engineer for approval. Engineer may waive the corrections at no reduction in payment if an engineering determination indicates that the deficiencies are sufficiently separated so as not to significantly affect the final cross slope or project grade. e. For intersections, tapers, crossovers, transitions at the beginning and end of the project, bridge approaches and similar areas, adjust the cross slope to match the actual site conditions, or as directed by Engineer. TABLE 327-1 Cross Slope Milling Acceptance Tolerance Roadway Feature Individual Absolute Deviation Average Absolute Deviation Tangent section (including turn lanes) 0.4% 0.2% Superelevated curve 0.4% 0.2% Shoulder 0.5% 0.5% D. Milled Surface. 1. Provide a milled surface with a reasonably uniform texture, within 1/4 inch of a true profile grade, and with no deviation in excess of 1/4 inch from a straightedge applied to the pavement perpendicular to the centerline. Ensure that the variation of the longitudinal joint between multiple cut areas does not exceed 1/4 inch. Engineer may accept areas varying from a true surface in excess of the above stated tolerance without correction if Engineer determines that they were caused by a pre-existing condition which could not have reasonably been corrected by the milling operations. Correct any unsuitable texture or profile, as determined by Engineer, at no additional expense to the Department. 2. Engineer may require remilling of any area where a surface lamination causes a non-uniform texture to occur. E. Method of Measurement. 1. The quantity to be paid for will be the area, in square yards, over which milling is completed and accepted by Engineer. F. Basis of Payment. 1. Price and payment will be full compensation for all work specified in this Article, including hauling off and stockpiling or otherwise disposing of the milled 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. 334 HOT MIX ASPHALT (REV. 05-3-11) G. 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. 119 of 147 125 Specifications Project No. Page 30 of 60 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). 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. a. Table 1 HMA Fine Mix Types Asphalt Work Category Mix Types Traffic Level(2) 1 Type SP-9.5(1) A 2 Structural Mixes: Types SP-9.5 or SP-12.5(1) Friction Mixes: Types FC- 9.5 or FC-12.5(1) B or C 3 Structural Mixes: Types SP-9.5 or SP-12.5 Friction Mixes: Types FC- 9.5 or FC-12.5 C (1) 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 2. 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 SP-12.5, FC-12.5 ……... 12.5 mm (1/2”) 3. 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 (lbs/yd2) = t x Gmm 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 lbs. per square yard per inch. Pay quantities will be based on the actual maximum specific gravity of the mix being used. 4. 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 thickness will be converted to spread rate as defined in Subarticle A.5 above. 5. Additional Requirements. a. Type SP HMA fine mixtures: 1) When construction includes the paving of adjacent shoulders (≤5 feet wide), the layer thickness for the upper pavement layer and shoulder shall be the same and paved in a single pass, unless otherwise called for in the Contract Documents. 2) For overbuild layers, use the minimum and maximum layer thicknesses as specified above unless called for differently in the Contract Documents. On variable thickness overbuild layers, the minimum allowable thickness may be reduced by 1/2 inch, and the maximum allowable thickness may be increased by 1/2 inch, unless called for differently in the Contract Documents. 6. 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: 120 of 147 126 Specifications Project No. Page 31 of 60 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: a. Provide certification from the aggregate supplier that the material meets all requirements for construction aggregates stipulated in the Contract Documents. b. Aggregates and sources used must be identified in the FDOT “Approved Aggregate Products from Mines or Terminals” current listings. c. For Type FC mixes: 1) Use an aggregate blend that consists of crushed granite, crushed Oolitic limestone, other crushed materials (as approved by FDOT for friction courses per Rule 14-103.005, Florida Administrative Code), or a combination of the above. Crushed limestone from the Oolitic formation may be used if it contains a minimum of 12% silica material as determined by FDOT Test Method FM 5-510 and FDOT grants approval of the source prior to its use. As an exception, mixes that contain a minimum of 60% crushed granite may either contain: 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. 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 ≥ 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. 121 of 147 127 Specifications Project No. Page 32 of 60 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 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. 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 lb/yd2) in thickness and at least 45ºF for layers 1 inch (100 lb/yd2) or less in thickness (this includes leveling courses). The minimum temperature requirement for leveling courses with a spread rate of 50 lb/yd2 or less is 50ºF. 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 ±30ºF from the target temperature as shown on the mix design. Reject all loads outside of this range. 4. 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: 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. 122 of 147 128 Specifications Project No. Page 33 of 60 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 ± 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. f. Thickness of Layers: Construct each course of Type SP mixtures in layers of thickness pursuant to subarticle A.6.a above. 7. Leveling Courses: a. Patching Depressions: Before spreading any leveling course, fill all depressions in the existing surface more than 1 inch deep by spot patching with leveling course mixture, and compact thoroughly. b. Spreading Leveling Courses: Place all courses of leveling with an asphalt paver or by the use of two motor graders, one being equipped with a spreader box. Other types of leveling devices may be used upon approval by the Engineer. c. Rate of Application: When using Type SP-9.5 (fine graded) for leveling, do not allow the average spread of a layer to be less than 50 lb/yd2 or more than 75 lb/yd2. The quantity of mix for leveling shown in the plans represents the average for the entire project; however, the Contractor may vary the rate of application throughout the project as directed by the Engineer. When leveling in connection with base widening, the Engineer may require placing all the leveling mix prior to the widening operation. 8. Compaction: a. For each paving or leveling train in operation, furnish a separate set of rollers, with their operators. b. When density testing for acceptance is required (Asphalt Work Category 3), select equipment, sequence, and coverage of rolling to meet the specified density requirement. Regardless of the rolling procedure used, complete the final rolling before the surface temperature of the pavement drops to the extent that effective compaction may not be achieved or the rollers begin to damage the pavement. c. When density testing for acceptance is not required (Asphalt Work Categories 1 and 2), use a rolling pattern approved by the Engineer. d. Use hand tamps or other satisfactory means to compact areas which are inaccessible to a roller, such as areas adjacent to curbs, headers, gutters, bridges, manholes, etc. 9. Joints. a. Transverse Joints: Construct smooth transverse joints, which are within 3/16 inch of a true longitudinal profile when measured with a 15 foot manual straightedge. b. Longitudinal Joints: For all layers of pavement except the leveling course, place each layer so that longitudinal construction joints are offset 6 to 12 inches laterally between successive layers. Do not construct longitudinal joints in the wheelpaths. The Engineer may waive these requirement where offsetting is not feasible due to the sequence of construction. 10. Surface Requirements: Construct a smooth pavement with good surface texture and the proper cross-slope. a. Texture of the Finished Surface of Paving Layers: Produce a finished surface of uniform texture and compaction with no pulled, torn, raveled, crushed or loosened portions and free of segregation, bleeding, flushing, sand streaks, sand spots, or ripples. Correct any area of the surface that does not meet the foregoing requirements in accordance with the requirements below for Correcting Unacceptable Pavement. b. Cross Slope: Construct a pavement surface with cross slopes in compliance with the requirements of the Contract Documents. c. Pavement Smoothness: Construct a smooth pavement meeting the requirements of this Specification. Furnish a 15 foot manual and a 15 foot rolling straightedge meeting the requirements of FM 5-509. Make them available at the job site at all times during paving operations for Asphalt Work Category 3 and make them available upon request of the Engineer for Asphalt Work Categories 1 and 2. 1) Asphalt Work Category 3: a) Acceptance Testing: Using a rolling straightedge, test the final Type SP structural layer and the Type FC layer, where a friction course is called for in the Contract Documents. 123 of 147 129 Specifications Project No. Page 34 of 60 Test all pavement lanes where the width is constant using a rolling straightedge and document all deficiencies on a form approved by the Engineer. Notify the Engineer of the location and time of all straightedge testing a minimum of 48 hours before beginning testing. b) Rolling Straightedge Exceptions: Testing with the rolling straightedge will not be required in the following areas: intersections, tapers, crossovers, parking lots and similar areas. In addition, testing with the rolling straightedge will not be performed on the following areas when they are less than 50 feet in length: turn lanes, acceleration/deceleration lanes and side streets. However, correct any individual surface irregularity in these areas that deviates from the plan grade in excess of 3/8 inch as determined by a 15 foot manual straightedge, and that the Engineer deems to be objectionable, in accordance with the requirement below for Correcting Unacceptable Pavement. The Engineer may waive or modify straight edging requirements if no milling, leveling, overbuild or underlying structural layer was placed on the project and the underlying layer was determined to be exceptionally irregular. c) Final Type SP Structural Layer: Straightedge the final Type SP structural layer with a rolling straightedge behind the final roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch in accordance with the requirements below for Correcting Unacceptable Pavement (structural layer). If the Type SP layer is to be the final surface, corrections may be waived by the Engineer. Retest the corrected areas. d) Friction Course Layer: Where a friction course is called for in the Contract, at the completion of all paving operations, straightedge the friction course either behind the final roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch in accordance with 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 5/16 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, 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. 124 of 147 130 Specifications Project No. Page 35 of 60 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 ± 0.55 Passing No. 8 Sieve (percent) Target ± 6.00 Passing No. 200 Sieve (percent) Target ± 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 (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 lbs/sy. 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 ½ 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. 125 of 147 131 Specifications Project No. Page 36 of 60 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. 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. 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 lbs/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 126 of 147 132 Specifications Project No. Page 37 of 60 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. 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 Admixtures: FDOT Section 924 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 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 127 of 147 133 Specifications Project No. Page 38 of 60 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 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 35°F for 12 hours or more or to fall below 30°F for more than 4 hours, enclose the structure in such a way that the concrete and air within the enclosure can be kept above 60°F 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 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). 128 of 147 134 Specifications Project No. Page 39 of 60 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-B.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. 129 of 147 135 Specifications Project No. Page 40 of 60 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 Backfilling; 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. 425A ADJUSTMENT OR RELOCATION OF VALVE, METER AND JUNCTION BOXES 1. 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. 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. 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 producer’s FDOT Quality Control Program suspension. B. Materials. 1. Pipe: Meet the following requirements: Concrete Pipe FDOT Section 449 Round Rubber Gaskets FDOT Section 942 Corrugated Steel Pipe and Pipe Arch FDOT Section 943 Corrugated Aluminum Pipe and Pipe Arch FDOT Section 945 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. 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. 130 of 147 136 Specifications Project No. Page 41 of 60 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 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 lbs/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 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. 131 of 147 137 Specifications Project No. Page 42 of 60 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 pipeline 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/contractorissues/laser.s htm. Reports may be submitted in electronic media if approved by Engineer. 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. g. 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. 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. 132 of 147 138 Specifications Project No. Page 43 of 60 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. 2) Joint Design: Ensure that the pipe manufacturer furnishes Engineer with details regarding 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 slurry. 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 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 60ºF, either store plastic joint seal gaskets in an area above 70ºF, 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. b. 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: 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. 133 of 147 139 Specifications Project No. Page 44 of 60 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. 3) Use flat gaskets meeting the requirements of ASTM D- 1056, designation 2C2 or 2B3. 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 (with 1/2 inch depth corrugations) 13/16 inch 42 inches through 96 inches (with 1/2 inch depth corrugations) 7/8 inch 36 inches through 120 inches (with 1 inch depth corrugations) 1 3/8 inches 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 Pipe Wall Thickness 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 3/8 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. I. Desilting Pipe Culverts, Box Culverts, and Inlet Structures. 134 of 147 140 Specifications Project No. Page 45 of 60 1. Description. Completely remove and dispose of silt, 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. 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 135 of 147 141 Specifications Project No. Page 46 of 60 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 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 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) 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 136 of 147 142 Specifications Project No. Page 47 of 60 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. 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. 137 of 147 143 Specifications Project No. Page 48 of 60 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 ½ 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) F. 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 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. G. 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. H. Page 591 Article 520-12, Basis of Payment: Is deleted in its entirety and replaced with the following: 138 of 147 144 Specifications Project No. Page 49 of 60 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. 522 CONCRETE SIDEWALKS AND DRIVEWAYS 522-1 Description. Construct concrete sidewalks and driveways in accordance with the Plans and the Standard Plans. Sidewalk will include curb ramps, landings, transition slopes, sidewalk curb, and edge beams. 522-2 Materials. Meet the requirements specified in 520-2 and the embankment utilization requirements of Standard Plans Index 120-001. 522-3 Forms. Provide forms as specified in 520-3. 522-4 Foundation. Shape and compact the foundation materials with suitable equipment to a firm, even surface, true to grade and cross- slope. Meet the testing frequency and maximum lift thickness requirements of Section 120. Record density test results in the Earthwork Records System (ERS) section of the Department’s database. Compact cut-and-fill areas within 1 foot beyond each side of the sidewalk or driveway, when right-of-way conditions allow. Compact the foundation material below the bottom of concrete for a minimum depth of 1 foot for cut areas, 1 foot for fill areas less than 1 foot, and 2 feet for all other fill areas to a density not less than 95% of the maximum density as determined by FM 1-T099. Compact the material in the remaining fill areas to match the adjacent area density. 522-5 Joints. Install expansion and contraction joints in accordance with the Plans and the Standard Plans. 522-6 Placing Concrete. Place the concrete as specified in 520-5. 522-7 Finishing. 522-7.1 Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. 522-7.2 Surface Requirements: Imprint concrete as detailed in the Plans, otherwise provide a broom finish. Ensure that the surface variations are not more than 1/4 inch under a 10-foot straightedge or more than 1/8 inch on a 5-foot transverse section. Finish the outer edges of the concrete with an edging tool having a radius of 1/2 inch. 522-7.3 Sidewalk Cross Slope Requirements: Construct sidewalk with cross slope as shown in the Plans and Standard Plans. Sidewalks must have some cross slope, but no more than 2.0%, in either the positive or negative direction after construction. 522-8 Curing. Cure the concrete as specified in 520-8. 727 FY 2023-24 Return to Table of Contents 522-9 OPENING SIDEWALK TO PEDESTRIAN TRAFFIC. Install detectable warnings, when shown in the plans, in accordance with section 527 on completed sections of sidewalk before opening to pedestrian traffic. 522-10 METHOD OF MEASUREMENT. The quantity to be paid will be plan quantity, in square yards, completed and accepted. 522-11 BASIS OF PAYMENT. Price and payment will be full compensation for all work specified in this Section. Excavation for new installations will be paid for under the items for the grading work on the project. PAYMENT WILL BE MADE UNDER: Item No. 522- Concrete Sidewalks and Driveways - per square yard. 575 SODDING I. 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. J. Materials. Meet the following requirements: 1. Sod FDOT 981-2 2. Water FDOT Section 983 K. 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 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 139 of 147 145 Specifications Project No. Page 50 of 60 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. L. 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 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. M. 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). N. 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. 140 of 147 146 Specifications Project No. Page 51 of 60 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 FDOT 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. 1. Use equipment having either thermostatically controlled double boiler type units utilizing heat 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 425ºF and apply directly to the bonding surface from the melter/applicator by either pumping or pouring. Maintain the application temperature between 375 and 425ºF. 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. 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. 7. 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, furnished 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. 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. 141 of 147 147 Specifications Project No. Page 52 of 60 B. Materials. 1. Use only materials listed on the FDOT Qualified Products List (QPL) meeting the following requirements: Raised Retro-reflective Pavement Markers and Bituminous Adhesive FDOT Section 970 Standard Waterborne Fast Dry Traffic Paint FDOT 971-1 and 971-3 Fast Dry Solvent Paint FDOT 971-1 and 971-4 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: 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 manufacturer’s recommendations. 4. Retroreflectivity: a. Apply white and yellow standard pavement markings that will attain an initial retroreflectance of not less than 300 mcd/lx•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. 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 mcd/lx m2. If the retroreflectivity values fall below the 150 mcd/lx 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. 142 of 147 148 Specifications Project No. Page 53 of 60 2. Dimensions: a. Longitudinal Lines: Apply painted 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 paint 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 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. 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 143 of 147 149 Specifications Project No. Page 54 of 60 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. 1. 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 and Markings: FDOT 971-1 and 971-5 Refurbishing Existing Stripes and Markings: FDOT 971-1 and 971-5 Preformed Stripes and Markings: FDOT 971-1 and 971-6 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 390ºF, 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 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 60°F 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 144 of 147 150 Specifications Project No. Page 55 of 60 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 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/lx•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/lx•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. 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. 145 of 147 151 Specifications Project No. Page 56 of 60 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. 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: 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. 146 of 147 152 END OF DOCUMENT 147 of 147 153 CITY OF SOUTH MIAMI INVITATION TO BID (ITB) No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET City of South Miami Commission Mayor Javier Fernández Commissioner Lisa Bonich Commissioner Steve Calle Commissioner Josh Liebman Commissioner Brian Corey City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: April 4, 2023 BID OPENING DATE: April 25, 2023 BID OPENING TIME: 10:30 A.M. 1 of 147 154 PUBLIC NOTICE INVITATION TO BID (ITB) No. PW2023-06 ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET. Interested companies, firms, and individuals (“Bidders”) may obtain a copy of Invitation to Bid No. PW2023-06 (the “ITB”) to be issued on April 4, 2023, at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143, on the City’s website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The ITB contains detailed information about the scope of work, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the ITB will be made available on the City’s website. It is the Bidder’s sole responsibility to ensure receipt of any issued notice or addenda relating to this ITB once posted to the website. The bid submission shall be submitted electronically via DemandStar and marked “Bid to City of South Miami, ITB No. PW2023-06 for the “ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET.” Bids must be received by the City by no later than April 25, 2023 at 10:00 a.m. EST. E-BID OPENING VIA VIDEO CONFERENCING: 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/ Bids will be publicly opened through video conferencing using the Zoom platform. At 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Any bid submission received after this time and date will be rejected and returned unopened. Bidders are responsible for ensuring that their bid is received in the City by the deadline. A pre-response conference will NOT be held for this project. The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for bid between a potential vendor, service provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any questions on the Cone of Silence. Date Issued: April 4, 2023 2 of 147 155 TABLE OF CONTENTS Section Page Section 1: Information for Bidders 4 Section 2: Terms and Conditions 11 Section 3. Scope of Work 17 Section 4: Bid Submission Requirements and Evaluation & Forms and Attachments 20 Section 4: Bid Form – Form 7 36 Section 4: References – Form 8 39 3 of 147 156 SECTION 1. INFORMATION FOR BIDDERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting bids for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET (the “Project”). The City hereby requests bids for the selection of one firm (“Contractor” or “Bidder”) to provide the work for the Project as set forth in greater detail in Section 3 of this Invitation to Bid (“ITB”). The Contractor awarded a contract pursuant to this ITB shall provide the services, design, labor, materials, equipment, and all incidentals necessary, as further defined in Section 3 of this ITB (the “Work” or the “Services”) for the Project. The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid meets the requirements and criteria set forth in this ITB for the Work described in this ITB. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this ITB process, but is subject to change by the City, in its sole discretion, at any time during the ITB procurement process. No. Event Date* Time* (EST) 1 Advertisement/ Distribution of ITB April 4, 2023 1:00 PM 2 Non-Mandatory / Mandatory Pre-Bid Conference and Site Visit 6130 Sunset Drive South Miami, FL 33143 NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification April 17, 2023 10:00 AM 4 City Issues Addenda and Responds to Questions April 20, 2023 10:00 AM 5 Deadline to Submit Sealed Bids – Submission Deadline April 25, 2023 10:00 AM 6 E-BID OPENING VIA VIDEO CONFERENCING VIA THE ZOOM PLATFORM at https://zoom.us/j/3056636339 ,or listen to the meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. April 25, 2023 10:30 AM 7 City Manager issues recommendation to City Commission May 2, 2023 7:00 PM 8 Award Bid(s) and Agreement(s) at City Commission Meeting May 2, 2023 7:00 PM 4 of 147 157 1.3. BID DUE DATE. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/. All sealed bids must be received by 10:00 a.m. E.S.T. on April 25, 2023 (the “Submission Deadline”). Sealed bids will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. 1.4. PRE-BID CONFERENCE AND SITE(S) VISIT. A pre-bid conference, will be NOT be scheduled for this project. Prior to submitting a Bid, each Bidder should visit the site and become familiar with the conditions that may, in any manner, affect the Work to be performed by the awarded contractor or the equipment, materials and labor required. The Bidder is also required to examine carefully the Scope of Work set forth in Section 3 of this ITB and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Work to be performed under the Agreement. No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID PROCESS. The City will not respond to oral inquiries or questions concerning this ITB. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than April 17, 2023 at 10:00 a.m. All such interpretations or clarifications will be made in writing in the form of an Addendum to this ITB issued by the City to all known and/or registered prospective Bidders. Each prospective Bidder shall acknowledge receipt of such Addenda by including it in the Bid Form. All Addenda shall be a part of this ITB and a part of the Agreement and each Bidder will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Bidder to verify that it has received all Addenda issued before Bid are submitted and opened. 1.6. SUBMISSION OF BID. Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at https://network.demandstar.com/ by the Submission Deadline and must be marked as “Bid to City of South Miami, ITB No. PW2023-06, ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET” and addressed to: 5 of 147 158 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS ITB WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE CONSIDERED. The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon the terms and at the prices stated by the Bidder. 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/ Bids will be publicly opened through video conferencing using the Zoom platform at 10:30 AM, local time. Members of the public are invited to view the bid opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email will not be accepted. Only one (1) Bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Bidder has interest in more than one (1) Bid for Work contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid certifies that this Bid is made without previous understanding, contract, or connection with any person, firm or corporation making a Bid for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. BID REQUIREMENTS & FORMAT. Each Bidder must present its products, services, and applicable features in a clear and concise manner that demonstrates the Bidder’s capabilities to satisfy the requirements of this ITB. The emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the Work. Bids MUST include the following: 1.7.1. Bid Form Package. Bidder shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Bid Package: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions 6 of 147 159 Form 6. Bidder’s Qualifications Survey Form 7. Bid Form Form 8. Reference List Form 9 Bid Guaranty/Bid Bond Form 10 Payment and Performance Bonds 1.7.2. Proof of Experience. Provide documentation evidencing the experience of the Bidder and demonstrating that the Bidder has successfully provided Work similar to those specified herein to other firms and/or agencies of similar size and needs as the City. The Bidder firm shall be currently engaged in Work on a full time basis and shall have been in existence and continuous operation providing the Work for a minimum of five (5) years. 1.7.3. Safety Record. Bidder shall provide documentation evidencing the safety and compliance record of the Bidder in performing similar Work, including information as to any safety or any noncompliance violations, assessments or citations issued by applicable governmental agencies in the past five (5) years. 1.7.4. Bidder's Qualifications. Include name, function, and qualifications of key personnel, including key subcontractors, in the organization who will be providing Work. The key person or contact assigned to the Work shall within the past three (3) years have conducted and been responsible for providing Work in a similar project or environment. Please note, to receive further consideration, all Bidders must provide the necessary documentation to demonstrate that they meet the following minimum qualifications: 1.7.4.1.Service and Incorporation. Contractor shall have been in business and continuous operation and service and incorporated in the State of Florida for a minimum of five (5) years. 1.7.4.2.Licenses. Contractor must be fully licensed with any and all applicable and required licenses, certifications and permits for Work, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, the City, and any other governing governmental regulatory authorities. 1.7.5.Insurance Certificates. Bidder shall provide certificates of insurance demonstrating compliance with the requirements set forth under Section 2 of this solicitation, including: 1.7.5.1. Commercial General Liability 1.7.5.2. Workers Compensation & Employer’s Liability 1.7.5.3. Business Automobile Liability THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 1.7.6.Bidder may provide any additional information that highlights experience or expertise, which is relevant and directly applicable to this ITB. 1.8. EVALUATION CRITERIA/AWARD OF CONTRACT. Award shall be made to the lowest responsible and responsive Bidder whose qualifications indicate the Award will be in the best interest of the City and whose Bid complies with the requirements of this ITB. In no case will the Award be made until all necessary investigations have been made into the responsibility of the Bidder and the City Manager is satisfied that the Bidder is qualified to do the Work and have the 7 of 147 160 necessary organization, capital and equipment to carry out the Work in the specified timeframes. The responsible bidder shall be a person who has the capability in all respects to fully perform the contract requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities, equipment, financial resources and credit which will give a reasonable expectation of good faith performance, and a person who has submitted a bid which conforms in all material respects to the ITB (the “Responsible Bidder”). In evaluating responsibility, the City may also consider previous contracts with the City, past performance and experience with other contracts, compatibility of the project team with City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may reject those bids that do not meet the minimum requirements of the ITB. If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and responsive Bidder who meets the requirements of this ITB. If the successful bidder to whom the contract is awarded forfeits the award by failing to meet the conditions of this ITB, the City may, at the City’s sole option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids or re-advertise the Work. Neither this ITB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract, in substantially the form attached hereto as Attachment “C,” has been executed by the City and the Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City Attorney. 1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid the entire solicitation, or enter into contracts with more than one Contractor. The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to cancel or discontinue this ITB process, and to request new Bid on the required Work or services. The City Commission shall make the final determination and award of Bid(s). All materials submitted in response to this Invitation to Bid become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Bid or responses to the ITB, whether amended or not, and selection or rejection of Bid does not affect this right. 1.10. CODE OF ETHICS PROVISIONS. 1.10.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this ITB. The City’s Cone of Silence provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter 8 of 147 161 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. The provisions of the Cone of Silence shall not apply to: (i) 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; (ii) 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 F.S. § 286.0113; (iii) 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; (iv) 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; (v) 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; (vi) Communications with the City attorney and his or her staff; (vii)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; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) 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; (x) 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. 1.10.2. Lobbying Prohibited. All potential Bidders and their agents who intend to submit, or who submitted, a bid or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. 9 of 147 162 The term "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. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose 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 Code of Ordinances and completing Attachment B to this ITB. Any person 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. All Bidders are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov END OF SECTION 1 10 of 147 163 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF BID. The City requests Bids from qualified firms for the ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET Project (the “Project”). The Work to be performed includes, but is not limited to, services related to production/fabrication, assembly, and installation of a new monument display sign as illustrated in the attached documents and, as further detailed in the Scope of Services provided in Section 3 herein (the “Work” or “Services”). The frequency, nature, scope and definition of the Work desired or required by the City may change from time to time, at the City’s discretion. The City intends to secure a source of supply(s) for the Work from a qualified contractor(s) that conform to the requirements of this ITB and is most advantageous to the City and in its best interest. The City reserves the right to award the Bid(s) considered to best serve the City’s interests. 2.2. DELIVERY. All equipment, materials, and goods in connection with the Work shall be delivered F.O.B. destination (i.e., at a specific City address), and delivery costs and charges (if any) will be included in the Bid pricing. Exceptions should be noted. 2.3. EQUIPMENT. Any equipment or products used by Contractor to provide Work pursuant to this ITB shall remain the property of the Contractor. In the event equipment or products used by the Contractor are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this ITB or the Specifications, the City reserves the right to reject the equipment or product(s), at the Contractor’s expense. 2.4. PRICING. The Bid form attached to this ITB under Section 4 and to be included with each Bid shall specify the Bidder’s pricing and/or fees for the equipment and Work requested herein. Bidder should include any and all applicable taxes in Bid prices. If the Bidder is awarded an Agreement pursuant to this ITB, the prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement. 2.5. BID COSTS. Bidders submitting Bid do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Bid, providing additional information when requested by the City, or for participating in any selection interviews. 2.6. LICENSES AND PERMITS. Bidder shall secure any and all necessary and required licenses, certifications and permits to conduct the Work, including, but not limited to, all Federal, State, County and City licenses and permits. All Bidders must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Bid in response to this ITB, Bidder represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to perform the Work. Bidder represents and warrants to the City that the Licenses 11 of 147 164 shall be in full force and effect on the date of performance of the Work and further represents that it holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Work with its Bid and during the term of the Agreement. Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent) or any person the Bidder has designated in the performance of the Work, as a result of the Bid. 2.7. INSURANCE. 2.7.1.If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Work. 2.7.1.1.Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.7.1.2.Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this ITB who is not covered by Worker’s Compensation insurance. 2.7.1.3.Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2.7.2.The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor’s performance of the Work required by this ITB. 12 of 147 165 2.7.3.The Contractor shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. 2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 2.8. BONDS. The selected Contractor must, prior to performing any portion of the Work and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Bidder hereunder and the Construction Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to guaranty that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services/work, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be the selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 2.8.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Contractor defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 2.8.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the work provided for in the contract between the selected Contractor and the City if the selected Contractor fails to make any required payments only. 2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited the requirements contained herein for payment or performance bonds upon such circumstances as are deemed in the best interest of the City. If the requirement for a payment bond is waived, the City shall select this box: ܆܆. If the requirement for a performance bond is waived, the City shall select this box: ܆. 2.9. BID GUARANTY/BID BOND. Each bid must be accompanied by a Bid Bond or Cashier’s Check, in the amount of five percent (5%) of the bid, in the form provided in Form 10. Bid Guaranty shall be made by certified or cashier's check or by a bid bond made payable to the City and provided by a surety company authorized to do business as a surety in the state. All Bid Bonds shall be valid for a period of at least 90 days from the bid submission date. The Bid Bonds for all unsuccessful bids shall be returned after the 90-day period. The purpose of the bid bond is to ensure that bids are honored and that they remain valid for the required period. Accordingly, bid bonds are subject to forfeiture any time Bidders refuse to honor their bids for at least 90 days after bid opening. The Bid Guaranty of the successful bidder will be retained until such bidder has executed a contract and furnished any payment and performance bonds, along with all insurance policies, licenses, or other documentation that may be required by the City. If the successful bidder fails to furnish the required payment and performance bonds, fails to execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or other documentation to the office of the purchasing agent within the time specified in the instructions to bidders, the City may annul the notice of award and the entire sum of the Bid 13 of 147 166 Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be returned after the Contract is awarded and executed. Bid Bonds shall be submitted to the City Clerk’s Office no later than the Submittal Due Date: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this box: ܆܆. 2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Work required by this ITB. 2.11. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Work required by this ITB and the Agreement without the City’s prior written consent. Any award issued pursuant to this ITB and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 2.12. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 2.13. CONTRACTOR’S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This ITB specifies the Work to be performed by the Contractor, but the method to be employed to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.14. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 2.15. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.16. INDEMNIFICATION. 14 of 147 167 The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Work pursuant to this ITB and/or from any procurement decision of the City including without limitation, awarding the Agreement to a Contractor. 2.17. MULTIPLE /OTHER VENDORS. The City reserves the right to select and award multiple Bidders to provide some or all of the Work. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Bidders are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases 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 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 from the date of being placed on the convicted vendor list.” 2.19. NO CONTINGENCY FEE. Bidder shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder, to solicit or secure the Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Bidder, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement, without liability, at its discretion. 2.20. PUBLIC RECORDS; CONFIDENTIALITY. Bidders are hereby notified that all information submitted as part of or in support of Bid submitted pursuant to this ITB are public records subject to public disclosure in accordance with Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this ITB, Florida Law will govern and prevail. All Bids submitted in response to this ITB shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Bid in its best interest. Acceptance or rejection of any Bid shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: 15 of 147 168 Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 2.21. AMERICAN RESCUE PLAN ACT PROVISIONS. Bidder acknowledges that the Work or Services may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum to this solicitation. If compliance with this section is required, the City shall select this box: . 2.22. GRANT FUNDING. By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work or Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. If the Work or the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 16 of 147 169 SECTION 3. SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS 3.1. GENERAL REQUIREMENTS. The Work specified in this Invitation to Bid (ITB) 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 ITB (the “Work”). The Work is to be performed in accordance with specifications and the contract documents that are provided to the Contractor by the City herein, as well as in accordance with those plans, drawings and specifications that are required to be produced by the Contractor and that are approved by the City. The Work also includes but is not limited to keeping the Project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable subcontractors; providing dumpster(s) for cleanup and disposal; disposing of materials; providing all necessary engineering and architectural plans, drawings and technical specifications; 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. 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 member utilities in Florida so that the utilities can mark the approximate location of all their underground facilities, including power lines, telephone lines, pipes, and cables on construction site. In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits (including tree permits), provide signed and seal footing and foundation specifications for permitting, as well as all laboratory tests, engineering and architectural specifications, 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. Permit fees charged by other government entities, if required, are the responsibility of the Bidder/Contractor; however, in all cases; it is the responsibility of Bidder/Contractor to secure any and all permits that may be required for this project. All work is to be completed in accordance with specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A and B, all federal, state and local requirements, guidelines and regulations included the Florida Building Code, the City Land Development Code, all applicable ordinances of Miami-Dade County and the City, and the Americans with Disabilities Act (ADA). If the Project involves a City park, the Contractor must comply with the City’s public playground safety standards, rules, and guidelines. Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances. 3.2. SPECIFIC REQUIREMENTS. The City is soliciting proposals from highly qualified firms for roadway and drainage improvements. All work must be completed within 90 calendar days from the issuance of a purchase order and building construction permit as per the specifications, engineering construction drawings, and in accordance with the terms and conditions described in Attachments A, B, & C. Respondents shall review enclosed specifications, engineering construction plan documents, 17 of 147 170 tree survey details. Respondents are required to follow all federal, state and local codes as well as all rule compliance and guidelines with Americans with Disabilities Act (ADA). 3.3. SITE LOCATION. The Project will be held at SW 59th Avenue between SW 64th Steet and SW 66th Street, South Miami, FL, 33143. 3.4. DESIGN PLANS & SPECIFICATIONS. Design plans and specifications for the Project are attached to this solicitation as Attachment C, “Design Plan and Specifications, Roadway and Drainage Improvements for SW “59th Avenue between SW 64th Steet and SW 66th Street” prepared by SRS Engineering dated January 16, 2023. 3.5. PROJECT DURATION. After permit(s) have been secured/approved, the Bidder is responsible for completing this project within ninety (90) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from the City’s Project Manager. 3.6. WARRANTY. Bidder must include a warranty and/or guarantees of all material and labor that includes: 3.6.1.any conditions; and 3.6.2.guaranteed response time for repair; and 3.6.3.guaranteed replacement during the warranty period; and 3.6.4.life expectancy under normal use; and 3.6.5.Failures during the warranty period must be repaired or replaced to the satisfaction of the City; and 3.6.6.the term of the warranty. At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in workmanship and materials for a period of one (1) year and if General Conditions are made part of the contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in accordance with the warranty requirements found in the General Conditions to the Contract. 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 Bidder/contractor, Bidder/Contractor must assign it to the City. 3.7. DOCUMENTATION. A prerequisite to final payment is the execution and delivery to the City of all documents required by any governmental agency, including the City. Such documentation includes documentation for the conveyance of any property or facilities that are the subject of this Project. SPECIAL NOTE A BID GUARANTEE BOND AND A PERFORMANCE AND PAYMENT BOND ARE REQUIRED FOR THIS PROJECT. END OF SECTION 3 18 of 147 171 SECTION 4. BID FORM PACKAGE As provided in the ITB, the following items must be attached to this Bid: FORMS STATUS Form 1 – Bid Form Package Acknowledgement √ Form 2A. Bidder’s Certification (if Company or Corporation) √ Form 2B. Bidder’s Certification (if Partnership) √ Form 3. Single Execution Affidavits √ Form 4. Dispute Disclosure √ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions √ Form 6. Bidder’s Qualifications Survey √ Form 7. Bid Form/Schedule of Values √ Form 8. Reference List √ Form 9. Bid Guaranty/Bid Bond √ Form 10. Payment and Performance Bonds √ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Sample Contract Attachment B: Declaration /Affidavit of Representation Attachment C: Design Plans & Specifications – Roadway & Drainage Improvements between 64th Street and SW 66 Street prepared by SRS Engineering, dated January 16, 2023 19 of 147 172 FORM 1 BID FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No. PW2023-06. I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the ITB (Check the box next to each addendum received). Addendum 6 Addendum 7 Addendum 8 Addendum 9 ___;__ Addendum 1 ______ Addendum 2 ______ Addendum 3 ______ Addendum 4 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Bid: Form 1. Bid Form Package Acknowledgement. Form 2A. Bidder’s Certification (if Company or Corporation) Form 2B. Bidder’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Bidder’s Qualifications Survey Form 7 . Bid Form Form 8. Reference List Form 9 . Bid Guaranty/Bid Bond (if applicable) Form 10. Payment and Performance Bonds (if applicable) 20 of 147 173 174 FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) Maggolc Inc . NAME OF 8100 Mario Gonzalez NAME & TITLE. TYPED OR PRINTED MAILING ADDRESS I I 020 SW 55 ST Miami Fl 33165 lzB6.) 291 29 ◄9 ___________ _ TELEPHONE NUMBER State of Florida County of Mjamj Dade The foregoing instrument was acknowledged before me by means X p~ysical presence or_ online ~tariz:ation, this __l5_ day o~ April , 20....2.L by Mario Gonzalez (name of person) as President (type of authority) for Maggolc Inc. ___ (name of party on behalf of whom instrume No blic {Print, Stamp, or Type as _L Commissioned) Personally known to me; or I Produced identification (Type of ldentification: ____ ,:.;:;.;:;.:::;;ii,;;;;ii.;:.w~;;;.a;~;;;a.)-._,, J Did take an oath; or ___ Did not take an oath 21 of 1 ◄ 7 I .. •·,~•-•~··,.. ROBERTO CAS.\l'I OVA • 1 (f~\ Notary Pub li c · St.ite of Flonaa • \"'OO~J Comm 1rnon /I HH 276424 • "1.o, r-'•fY My Comm . Expires Ju l 18 , 2026 t I Bonded throu~h Nauonal Notary Assn . • 175 (if Company or Corporation) CERTIFICATE STATE OF Florida COUNTY OF Miami Dade FORM lA BIDDER'S CERTIFICATION ) ) ss HEREBY CERTIFY that a meeting of the Board of Directors of Maggolc Inc. a corporation or company existing under the laws of the State of __ F_lo_r_id_a _______ _, held on April 25 , 2023, the following resolution was duly passed and adopted: (SEAL) Mario Gonzalez RESOLVED, that. as President of the Corporation/Company, be and is hereby authorized to execute the Bid dated, April 25 , 2023 to the City of South Miami for 1TB No. 2023-XX Marshall Williamson Monument Freestanding Display Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. hereunto set my hand and I of 25 of April Secretary 22 of 1 ◄7 176 FORMl SINGLE EXECUTION AFFIDAVITS THIS FORM M UST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC O R OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. ------ THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: B~ __ M_a_n~·o~G------'-o~n=za~le~z~------------------------- For (Name of Proposing or Bidding Entity): __ M-'agg=-o_lc_l_n_c. ___________ _ Whose business address is: __ I _I 0_l_0_S_W __ 5S_S_T_M_i_a_m_i _F_l_3_3_1 _65 _________ _ And (if applicable) its Federal Employer Identification Number (FEIN) ls: 20-3345775 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: _______________ _ Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization Is in compliance with and agrees to continue to comply with , and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below Including, but not limited to, those provisions pertaining to employment. provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L IO 1-336, I 04 Stat 327, ◄2 USC 121 O 112213 and ◄7 USC Sections 225 and 661 induding Tide I, Employment Tide II, Public Services; Title Ill. Public Accommodations and SeNices Operated by Private entities; Title IV , Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553 .501-553.513, Florida Starutes: • The Rehabilitation kt of 1973, 229 USC Section 79 ◄; • The Federal Transit Act. as amended ◄ 9 USC Section 1612: • The Fair Housing Act as amended ◄2 USC Section 3601-3631 . /A6 Bidder Initials 2 ◄ofl ◄ 7 177 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133( I )(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, includ ing but not limited to , any bid 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 misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133( I )(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. I 989, as a result of a jury verdict. non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate " as defined in Paragraph 287.133( I )(a), Florida Statutes. means: I. A predecessor or successor of a person convicted of a publ ic entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement. shall be a prima facie case that one person controls 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 shall be considered an affiliate . I understand that a "person" as defined in Paragraph 287 .133( I )(e ), Flor ida Statutes, means any natural person or entity organized under the laws of any sute or of the Un ited States with the legal power to enter into a binding contract and which bids or appl ies co bid on concraru for the provision of goods or services let by a public entity , or which otherwise transaru or appl ies to transact business with a public entity. The term "person" includes those officers . d irectors. executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement. wh ich I have marked below, is true in relations to the entity submining this sworn statement. (INDICATE WHICH STATEMENT APPLIES .) l):j Neither the entity submitting this sworn statement. nor any of its officers, directors, executives, partners. shareholders. employees.. members. or agents who are aaive in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a pub li c entity crime subsequent to July I . 1989. O The entity submitting this sworn statement. or one or more of its officers , directors, executives, partners. shareholders. employees. members. or agents who are aaive in the management of the entity. or an affiliate of the entity has been charged with and convicted of a pub li c entity aime subsequent to July I. 1989. 0 The entity submitting this sworn statement. or one or more of its officers. d irect.Ors , executives. partners, shareholders. employees. members. or agents who are aaive in the management of the entity, or an affiliate of the entity has been charged with and convicted of a pub li c entity aime subsequent to July I, 1989. However. there has been a subsequent proceed ing before a He:2l'ing Officer of the State of Florid.i . D i"is ion of Adm in istrativ e Hearings and the fi naJ Order entered by the He.a.ring Officer determined that 25 crl 1.;7 178 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). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I 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 . µ5 Bidder Initials No Conflict of Interest or ContinEent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent. representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent. representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. µG Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-1 1.1, as applicable to City, or the provisions of Chapter 112, part Ill, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any fuwre bids or Bid for goods or services to City. µ~ Bidder Initials Anti-Collusion Affidavit I. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid ; 26 of 1 ◄ 7 179 2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest. including Affiant. has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. 14G Bidder Initials Scrutinized Company Certification I . Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135 , F.S., the City may immediately terminate the Agreement that may result from this 1TB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from th is 1TB is for more than one mill ion dollars, the Bidder certifies that it and its subcontractors arc also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. or engaged with business operations In Cuba or Syria as Identified in Section 287.135 , F.S. pursuant to Section 287.135, F.S., the City may immediately termina te the Ag reement that may result from this 1TB at its sole option if the Bidder, its affiliates , or its subcontractors arc found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List. or Scrutinized Comp4nies with Activities in the Iran Petroleum Energy Sector List. or engaged with business operations in Cuba or Syria during the term of the Agreement. 3 . The Bidder agrees to observe the above requ irements for app li cable subcontracts entered into for the performance of work under the Agreement that nuy result from th is 1TB . As provided in Subsection 287.135(8), F.S., if federa l law ceases to authoriz.e the above-stated contracting prohibitions then they shall become in operative. Bidder Initials Drue-Free Wori<place Affidavit Bidder hereby recognizes that. pursuant to F.S. § 287.087. preference sh2.1 1 be given to businesses with drug-free workplace programs when two b ids/B id 2.re eql.12.1 with respect to price. qual ity, and service. Bidder understands that in order to qua lify as a drug-free workplace. Bidder muse a) Publish a statement notifying employees that the unlawfu l manubcwre. d istribution, d ispensing. possess ion, or use o f a controll ed substance is prohib ited in the wor',cpbc.e and specifying the actions that will be taken against employees for viobtio n s of ruch prohibition. b) Inform employees about the dangers of drug a.buse in the wor',cp½ac.e.. the Bidder's policy of maintaining a drug-free workplace. any availab le drug counseling, rehabilitation. and empkrjee 27d 1-<7 180 assistance programs. and the penalties that may be imposed upon employees for drug abuse violat ions. I) Give each employee engaged in providing commodities or contractual services under the 1TB a copy of the statement specified in subsection (I). 2) Notify employees that, as a condition of working on the commodities or contractual services under the 1TB, the employee must abide by the terms of the statement and will notify the employe r of any conviction of, or plea of guilty or nolo contendere co, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in th e workplace no later than five (5) days after such conviction . 3) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance o r r ehab ilitation program if such is available in the employee's community, by any employee who is so convicted . 4) Make a good faith effort to continue to maintain a drug-free workplace through the im plementation of this section. Bas ed on information and belief, the statement, which I have marked below, is true in relations to the en ti ty subm itting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) [X The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S . § 287.087. 0 The entity submitting this sworn statement is not a drug-free workplace. µG Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1 .1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that "Boycott" as defined under Section 3-1 .1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions , or divestments that are specifically authorized or required by federal law or state law . Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. }{(r Bidder Initials Acknowledgment, Warranty, and Acceptance I. Contracto~ warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations . 28 of 1 ◄7 181 2. Contractor warrants that it has r ead, understands, and Is willing to comply w ith all requirements of 1TB No. PW2023-06 and any addendum/addenda related thereto. 3 . Contractor warrants that it will not delegate or subcontract its responsibilit ies under an agreement without the prior written permission of the City Commission or City Manager, as applicable . 4. Contractor warrants that all information provided by it In connection w ith this Bid is true and accurate. J.dG Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 29 of 147 182 ACKNOWLEDGMENT State of Florida County of Miami Dade Notary mp, or Type as J Personally known to me; or Commissioned) __ /_Produced identification (Type of Identification : _______________ _ .J Did take an oath; or ___ Did not take an oath /~~~;; .. , ROBERTO CASANOVA 1 • ,.--~~ • 1 Noury Public -State of Florida t.j~~j Commirnon_ ~ HH 276424 ·-'!_o, "'~---My Comm . EJ ,ll res Jul 18, 2026 ····-···aonded throu~h National Notary Assn. 30 of 147 183 FORM ◄ DISPUTE DISCLOSURE "Y ,, Answer the following questions by placing an "X" after "Yes" or "No". If you answer es • please explain in the space provided, or on a separate sheet attached to this form. I. Has your firm o r any of its officers, rece iv ed a reprimand of any nature or been suspended by the Department of Profess ional Regulat ions or any other regulatory agency or profess ional associations within the last five (5) years? YES _____ NO __ X __ _ 2. Has your firm , or any member of your firm, been declared in default, term inated or removed from a contract or job related to the services your firm provides in the regular course of business wichin the last frve (5) years? Y~ _____ NO __ X __ _ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests. or litigation in the past five (5) years that is related to the services your firm provides in the regular course of bus iness? X YES ____ NO ___ _ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved . I hereby certify that all statements made are true and agree and understand that any misstateme,q, An 1,,,, misrepresentation of falsification of facts shall be cause for forfeiture of rights for furth nsid~~~ 0/ 11,, this Bid or Bid for the City of South Miami. ..... ,'~·f/:ii.Po·• .. 0 ',, :: ... s ~-...,,,..-:. ACKNOWLEDGMENT = { <, ~/~\-Z~ -:..,, o0 ~, :n- -=-··< \,) :· = :.. \0 ... : ... , ·• .. R10 i>-;.•· ...... '~, ..,,,;_·•······· ,,' ,, "T'" ,, State of Florida County of Miami Dade ~''''"'''''' The forego ing instrument was acknowledged before me by means of ~ physical p nee or D onlme notarization, this ---1.L day of April • 20-1J, by Mario Gonzalez (name of person) as President (type of authority) for Ma~~olc Inc. ___ (name of party on behalf of whom instrument is executed). N Public (Print, Stamp, or Type as J Personally known to me; or Commissioned) ---+-'_Produced identification (Type of ldentification: __ 1_ ... -~~~-~~~-~-.,.-.,-... -•-~-~-... -.-... -.-... -.-... -•-=•) .,..-1 V Did take an oath; or ---. ...-;;.;; ·-.. Did not take an oath /~~~' ROBERTO CAS-l . ov" ---i~r ~1 ~} Notuy Public· Stdle of Fiondd '{?,'-e/... .. ~i Comm11 11o n; HH 27 6 •24 ·, Or f\.o/ My ( c • '· •· omm . <ADtre1 Jul 16 202 6 Bo no ed throu~h Nd t!On dl Notary A11n . 31ofl ◄ 7 184 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS Th is cerofication is r equ ired by the regulat ions implem e nt ing Exe cuti ve Order 125 ◄9 , D etnrmen an d Suspens ion. 13 CFR Part I ◄5 . The regulat ions were publ ished as Part VII of the May 26 . 1988 f e/1'!.ra l Reg;ste r (pages 19160-19211 ). Copies of the regulations arc available from loal offices of the U.S. Sma ll Business Adm in ist ration . (I ) The prospective primary participant certifies to the best of its knowledge ,ind be li ef that it and its principals : (a) Are not presently debarred, suspended, proposed for disbarment. dedared ineligible. or voluntarily excluded from covered transactions by any Federal department or agency: (b) Have not within a three-year period preceding this application been conviaed of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal. State. or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement. theft. forgery. bribery. falsification or destruction of records, making false statements, or receiving stolen property: (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph ( I )(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Enciry Name: Maggolc Inc. Date: __ A_p_p_r_il_2_S_, _20_2_3 ____ _ Authorized Representative Mario Gonzalez/ President Name and Title of Authorized Representative 32 or 1 ◄ 7 FORM 6 BIDDER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the ITB, you certify that any and all information contained in the bid is true, that your response to the ITB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the ITB for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the ITB, and certify that you are authorized to sign for the Bidder’s firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert “N/A”. Firm Name Principal Business Address Telephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □Individual □ Partnership □ Corporation □ LLC □ LLP □ Other Please identify the Firm’s primary business: 33 of 147 Maggolc Inc 11020 SW 55 ST Miami FL 33165 786 291 2949 maggolc@yahoo.com 20-3345775 5684064 18 P05000085356 06/14/2005 Underground Utility Contractor CUC1224888 10/25/2010 X General Engineering Contractor 185 Please identify the number of continuous years your Firm has performed its primary business: Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: Insurance Carrier Name Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) 34 of 147 18 State of Florida CUC1224888Underg. Utility Contrac.2010 General Contractor State of Florida CGC1531207 2020 General Engineer Miami Dade County E251302 2005 N/A Mario Gonzalez President All 12 3 Drainage 3Concrete & Asphalt 6 Blueprint Insurance Inc. Jessica Moran 11401 SW 40 ST #205 Miami, FL 33165 786-464-5510 jm@blueprintins.com X Damage to wrong marked utility Truck Driver Accident Maggolc Inc.President 100 186 187 Please ident ify whether any of the owners/panners identified above are owners/partners in another entity: O<No □ Yes If yes, please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) N/A RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: 'j,U.,_,.<L.>j=.!J..LLJ.1Jllll.L4-~c!,!u~re~l~i o~C~a rc..!..!.!:~!..!:.S..:~~.:..=..:::.::.::..:....::..~~~=~~~~~=!..!!!!~:.!..-~ 0 6/20 23 1::::-:--''----=--=...;:..c._;;~::..:..:...;_;~='----'--"c:.:.,:e_---+--"~~~L...l,_-___µ.====~..:..:....;:;===c.c,.....~o 10312020 F.:..:.1~-=-=:..:...=.:.---1--JWw..i~l.e.ll.a._-1-.....l.!J..212~l!W.------+~~~~~~~~~.!..!,_~o 11412021 'µ.LIIJ..l..ll..~~...i.u.~~.s..i....~,I.IS,L.!,8l...---4........!..l,~!...,,U,.2:I..§il__-----l...1J.l..!io.l.,.U~.5.!...Y~~IUill.YJ:Llo~l,ll'._~0 I /0S/202I ~-'-'-'-"-'---'"'-='-=-==+"--'-'-:..:..a....:==-..:s..,:.:..:..=::..:..=.L......=...;;.;;;_;=-.;.....:.=.;;c.=....__....L-,;;;=c..:..:..::..;....:;....,,=c....:::....::..;....;;;.L......;..;.;a,.::....'-----L-1 / I9/202I By signing below, Bidder certifies th information contained herein is complete and accurate to the best o( Bidder's knowledge. Date: _0_4_/2_5_/2_0_2_3 ___ _ Title: President 35 of 1 ◄7 FORM 7 BID FORM/SCHEDULE OF VALUES ITB No. PW2023-06 Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. Pay Item No. Description Unit Measure QTY Unit Price Total 100-1 GENERAL CONDITIONS - BOND & INSURANCE LS 1 $ $ 101-1 MOBILIZATION LS 1 $ $ 102-1 MAINTENANCE OF TRAFFIC LS 1 $ $ 102-14 TRAFFIC CONTROL OFFICER HR $52.00 $ 104-18 INLET PROTECTION SYSTEM EA 6 $ $ 110-1-1 CLEARING AND GRUBBING AC 1 $ $ 110-4-1 REMOVAL OF EXISTING CONCRETE SY 200 $ $ 120-1 REGULAR EXCAVATION CY 60 $ $ 160-4 TYPE B STABILIZATION SY 215 $ $ 285-706 LIMEROCK BASE (8") (OPTIONAL BASE,BASE GROUP 06) SY 215 $ $ 327-70-01 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) SY 1135 $ $ 337-7-82 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-9.5 (1") TN 74 $ $ 425-1-541 INLETS, DT BOT, TYPE D, <10' EA 3 $ $ 425-2-41 MANHOLES, P-7T, <10' EA 2 $ $ 425-6 VALVE BOXES, ADJUST EA 2 $ $ 430-174- 118 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 18"SD LF 61 $ $ 443-70-4 EXFILTRATION DRAIN (18") LF 130 $ $ 520-1-10 CONCRETE CURB AND GUTTER (TYPE ''F'') LF 41 $ $ 520-2-12 CONCRETE CURB TYPE "D" LF 4 $ $ 520-3-A CONCRETE VALLEY GUTTER LF 25 $ $ 522-2-00 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 150 $ $ 575-1-2 PERFORMANCE TURF, SOD (SAINT AUGUSTINE) SY 1021 $ $ 580-02A ROOT BARRIER LF 500 $ $ 36 of 147 4,000.00 4,000.00 20,000.00 20,000.00 3,000.00 3,000.00 16 832.00 40.00 240.00 13,000.00 13,000.00 10.00 2,000.00 20.00 1,200.00 10.00 2,150.00 40.00 8,600.00 7.00 7,945.00 220.00 16,280.00 4,800.00 14,400.00 4,800.00 9,600.00 300.00 600.00 90.00 5,490.00 130.00 16,900.00 40.00 1,640.00 35.00 140.00 40.00 1,000.00 70.00 10,500.00 7.00 7,147.00 5.00 2,500.00 188 ROADWAY AND DRAINAGE AS- BUILTS LS 1 $ $ SUBTOTAL ROADWAY 700-1-50 SINGLE POST SIGN, RELOCATE AS 1 $ $ 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (Y/Y) EA 8 $ $ 710-11- 101 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6" GM 0.028 $ $ 710-11- 123 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 12" LF 125 $ $ 710-11- 124 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 18" LF 18 $ $ 710-11- 125 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24" LF 30 $ $ 710-11- 201 PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6" GM 0.019 $ $ 711-11- 123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" LF 125 $ $ 711-11- 124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" LF 26 $ $ 711-11- 125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" LF 30 $ $ 711-15- 101 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" GM 0.028 $ $ 711-15- 201 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" GM 0.019 $ $ SUBTOTAL SIGNALIZATION SUBTOTAL GENERAL PERMIT FEES ALLOWANCE LS 1.00 $1,000.00 $1,000.00 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLORATION LS 1.00 $ $ SAFETY ACT LS 1.00 $1,000.00 $1,000.00 CONTINGENCY FUND (10% OF SUBTOTAL GENERAL) LS 1.00 $ $ TOTAL LUMP SUM $ 37 of 147 3,000.00 3,000.00 100.00 100.00 15.00 120.00 5,000.00 140.00 4.00 500.00 5.00 90.00 6.00 180.00 5,000.00 95.00 7.00 875.00 8.00 208.00 9.00 270.00 7,000.00 196.00 7,000.00 133.00 $152,164.00 $ 2,907.00 250.00 250.00 $ 155,071.00 15,507.10 15,507.10 172,828.10 189 190 SUBMITTED THIS 25 ------ PROPOSAL SUBMITTED BY : Maggolc Inc . Company Signature DAY OF 38 of 1 ◄7 April 20~. ---------- 786-291-2949 Telephone Number Fax Number maggolc@yahoo.com Email Address FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #1 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 39 of 147 Town of Cutler Bay Alfredo Quintero, EI/ Director of Public Works 305-234-4262 aquintero@cutlerbay-fl.gov X Residents: 45,425 Square Miles: 10.29 Saga Bay 1.7 Sub-Basin Water Quality Improvement Project Started: 4/25/2022, Completion: 9/30/2022. Contract Value: $860,257.42, Scope: New Drainage Installation, Roadway Restoration, Milling existing asphalt, resurfacing, striping and sod restoration. Concrete works, etc. 191 REFERENCE #2 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 40 of 147 City of South Miami Aurelio Carmenates, PE. Capital Imp. Program Project Manager Pubic Works and Engineering Division 305-403-2072 acarmenates@southmiamifl.gov X Drainage Improvement SW 81 ST East of SW 62 Ave Start 2/24/2023, Completion 03/31/2023. Scope: Installed new drainage system, roadway restoration, milling and asphalt resurfacing. Concrete works, Swale and sod restoration, striping Contract value: $98,202.72 192 REFERENCE #3 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 41 of 147 City of West Miami Juan Pena, Director of Public Work Department 305-266-4214 juanpena@citywestmiami.org X Citywide Drainage Improvements, Started: 2/05/2023, Size of the Project: $368,120.00, Scope: Installation of new Drainage Systems, Roadway restoration, Concrete works, Milling and resurfacing, swale restoration, sodding, striping 193 194 FORM 9 BID GUARANTY/BID BOND 1TB #PW2023-06 KNOW ALL MEN BY THESE PRESENTS, that we, ..1.Mllil.Ja~_..i~~o~lcu..,~lnll.!,c.._, _________ _ as Principal and Bidder, and Berkley Insurance Company Hereinafter called Surety, are held and firmly bound unto the City of South Miami, a municipality within the State of Florida, and represented by its City Manager, in the sum of five percent of the proposed annual base bid amount of: $..!.F..!.iv:!..:.e~P~er~c~e:.!..!n.Ll ~o!...f.L!A~m!.!..:oe!.!u~n.!..!.l....!aBa!..!i~d __________ _ ___ (Written Dollar Amount) dollars ($ ***5%*** ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Principal contemplates submitting or has submitted, a bid to the City of South Miami for the furnishing of all labor, materials (except those to be specifically furnished by the City), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the bid and solicitation, entitled: Roadway and Drainage Improvements-SW 59th A venue between SW 64th St and SW 66th St IN WITNESS WHEREOF, the said .....o.::M=aao.i:g"""g""o_,_,lc...,.-'-'In=c=·------as Principal herein, has caused these presents to be signed in its name by its _______________ _ _________________ and attested by its ___________ _ _________________ under its corporate seal, and the said ____ _ ------=B:..::e::..:.r.:.:akJ:.,:eCJ,.y_,ls:.on=su-=-r:.::a,.,_,nc:::cc=-e_,,Cc<..:o...,m:a:.pie.:a...,n.!.Jy'------as Surety herein, has caused these presents to be signed in its name by its _____ A_t_to_m_e.._y_-l_n_-F_a_c_t _____________ _ \ -"' .. "t.- Title: -P-r-tin'-c-ip_a_l/_Fi_r_m_: ~==~===~=~=:::~: J:1-C In the presence of: Witness #2 Print Name: Genesis Ferrian '12 or 1'17 195 No . Hl -10071 ~1 POWER or-ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE : The warning found elsewhere in this Power of Atlorney o!Tects the validity thereof. Please re view carefully. KNOW ALL MEN BY THESE PRESENTS, that DERK LEY INSURANCE COMPANY (the "Company"), 3 corporat ion _ duly 0 · d d · · · d . . · · l ffi · G · h CT has made c.ons t.Jtutcd rgamze an existing un er the laws of the State ofDcloworc having 11s pnnc1po o 1cc 111 rccnwic , • ' and appointed , and docs by these prc.c;ents make, constitute o~d appoint: Roy I~ Fabry or Michael A. Bonet of RSC lnsuranu Brokerage, Inc. of Miami, FL its true and lawful Allorney-in-r-act, to sign its name as surety onl~ as d_clineated below and to execute, seal, acknowledge and deliver any ond all bonds ond undertakings , with the exception of Financial Guaranty Jnswance, providing that no single obligation shall exceed Fifty l\tillion and 00/100 U.S. Dollars (U.S.SS0,000,000.00), ~o th~ ~e ~tent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its pnncipal O fice in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaw~e , without giving effect to the principles of conflicts of Jaws thereof. This Power of Attorney is granted pursuant to the followmg resolutions which were duly and v.ilidly adopted at .i meeting of the Board of Directors of the Company held on January 25, 20IO : RESOLVED, that, with respect to the Surety bus iness written by Berkley Surety, the Chairman of the Board, ~hief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Ass1s~t Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therem to execute bonds, undertakings, recognizances, or other surctyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such anomey-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other surctyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of anomey or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other surctyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile s ignature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at Lhc time when such instruments shall be issued . IN WITNESS WHEREOF, the Company hz.s caused these presents to .l>c signe.d and ancst.ed by its appropriate officas and its corporate seal hereunto affixed this~ day of_........,_.......,U-:::::=---=--' _ ....... ....__ ({ ~-~J. '°} ~-~--@~erman_· ___ _ 4 1A Exc~vc Vice President & Scaetary -~ STATE OF CONJ\ECTICUT) ) ss: COl.11\T\' OF FAIRFIELD } Sworn to bdore me, a Notary Public in the State of Connecticut, this 20th day of_-+-'==..___, .....cc.c~~· by L-a s. Lcdaman and Jc:ffr.:y M llifta who are sworn to me to be the Exeative Vice Presido • Seruor Vice Prcsidan, ~vcly, of Bakley Insurance Company. w.R~~~..?- Co-.N:CTICUT MY COIJUISSION £X1'IREl N'HLX>,2'24 CTRTIFJCATE I, the und~:gn:d, As.si.mmt Secma.-y of BERKLEY INSURA.:.~CE CO.M'.PM'Y, DO HEREBY CERTIFY that th: foregoing is a troe, correct od complcu copy of tbe orig.in.al P ower of Attorn ey; dw said Power of AII.omey l-.as not ~ revoked or rescinded md Om -~Uibority of th: Anorn:y-in -Fact set forth tb:rein. who exerul.ed the bond o, und~ to whlcb this Power o( . u•'ff cl,,d, is in full fa= and clf,a a, of !his d.,t,. 241 h A ril ~ I ~ ;;;~I'., dct ID)' hand and seal of th: Company, this __ da y of ~ 2023 . 4r.r:,,.:r,---Y-mccm P. Fo~ 196 Please verify the authenticity of th e in strum e nt atta ch e d to th is p ower by : Toll -Free Telephone: (866) 768 -3534; or Electronic Mail: BSGlnquiry@berkleysurety.com Any w r itten notices , inquir i es, claims or demands to the Surety on the bond attached to this power should be directed to : Berkley Surety Group 412 Mount Kemble Ave. Suite 310N Morristown, NJ 07960 Attention: Surety Claims Department Or Email : BSGClaim@berkleysurety .com Please include with all communications the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis of the claim . In the case of a payment or performance bond please also identify the project to which the bond pertains. Berkley Surety Group is an operating unit of W. R. Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Company and Berkley Regional Insurance Company Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGONZALEZ, MARIO HDo not alter this document in any form.MAGGOLC INCLICENSE NUMBER: CUC1224888EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.11020 SW 55TH STREETMIAMI FL 33165Always verify licenses online at MyFloridaLicense.com197 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGONZALEZ, MARIO HDo not alter this document in any form.MAGGOLC, INC.LICENSE NUMBER: CGC1531207EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.11020 SW 55TH STREETMIAMI FL 33165Always verify licenses online at MyFloridaLicense.com198 199 Local Business Tax Receipt LBT Miami-Dade County, State of Florida -THISIS NOT A BILL-DO NOT PAY 5684064 BUSINESS NAMfJI.OCATION MAGGOLCINC 11020 SW 55TH ST MIAMI Fl 33165 OWNER MAGGOLCINC Worker(s) RECEIPT NO. RENEWAL 5928487 EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter SA -Art. 9 & 10 SEC. TYPE Of BUSINESS 196'SPECIAL TY ENGINEERING CONTRACT :~~:~~~~tr~~o E25130Z $75.00 08/11/2022 INT-22-386056 This Local Busin.ess Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder· s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles -Miami-Dade Code Sec Ba-276. for more information, visit www mjamidada qovltaxcollactor - 200 201 Tabulation Sheet Agency Name City of South Miami Bid Number ITB-(ITB) No. PW2023-06-0-2023/SK Bid Name ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET Bid Due Date 04/25/2023 10:00:00 Eastern Bid Opening Closed 9 responses found.online, offline, not submitting, not received Company Responded Address Bid Amount Alt Bid Amount Declared Attributes Documents Sent Complete 1 .ATC Engineering Inc 04/24/2023 15:08:52 Eastern 2222 NW 14 Street, Miami, FL, 33125 $287214.0000 0.0000 Bidding Document Bid Bond 2 .Basile USA LLC 04/24/2023 16:43:15 Eastern 3830 SW 30 Avenue, Fort Lauderdale, FL, 33312 $329954.5100 0.0000 Bidding Document Bid Bond 3 .Gencon Partners Inc. 04/25/2023 09:43:55 Eastern 12940 SW 128TH ST, Suite 104B, MIAMI, FL, 33186 $190450.3000 0.0000 Bidding Document Bid Bond 4 .Homestead Concrete & Drainage 04/25/2023 09:54:03 Eastern 221 SW 4th Ave, Homestead, FL, 33030 $274277.8600 0.0000 Bidding Document Bid Bond 5 .M&J GENERAL CONTRACTORS 04/25/2023 07:45:56 Eastern 300 PALERMO AVENUE, 2 FLOOR, Miami, FL, 33134 $382398.3700 0.0000 Hispanic Owned, Small Business, Woman Owned Bidding Document Bid Bond 6 .Maggolc Inc. 04/25/2023 09:36:22 Eastern 11020 SW 55 ST, Miami, FL, 33165 $172828.1000 0.0000 Bidding Document Bid Bond 7 .Metro Express Inc. 04/25/2023 09:34:46 Eastern 9390 NW 109TH ST, Miami, FL, 33178- 1223 $273735.7000 0.0000 Bidding Document Bid Bond 8 .qualitypavingcorp 04/25/2023 09:43:32 Eastern 7875 SW 40TH AVE, SUITE 229, Miami, FL, 33155 $242921.6000 0.0000 Bidding Document Bid Bond 9 .Star Paving Corporation 04/25/2023 07:31:11 Eastern 9312 NW 13th St, Bay #7, Doral, FL, 33172 $202224.3700 0.0000 Bidding Document Bid Bond 202 Bidder Bid Price Bid CERT Bid Bond SOV Bidder Qualif.Ref.ADA Public Entity Crimes and Conflicts Non Coll. Affidavit BUS ENTITY ANTI COLUSION SCRUTINIZED COMPANY Drug free Workplace NON- DISCRIMINA TION WARRANTY ACCEPT DISPUTE DISCOLSURE DEBAR MAGGOLC $172,828.10 X X X X X X X X X X X X X X X X GNECON $190,450.30 X X X X X X X X X X X X X X X X STAR PAVING $202,224.37 X X X X X X X X X X X X X X X X QUALITY PAVING $242,921.60 X X X X X X X X X X X X X X X X HOMESTEAD CONCRETE $274,277.86 X X X X X X X X X X X X X X X X ATC ENG.$287,214.00 X X X X X X X X X X X X X X X BASILE USA $329,954.51 X X X X X X X X X X X X X X X X M & J CONT.$382,398.37 N/A X X N/A N/A X X X X X X X X X X X ITB PW 2023-06 PROOF OF INSURANCE IS A CONDITION OF AWARD NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER 203 Member Name City of South Miami Bid Number ITB-(ITB) No. PW2023-06-0-2023/SK Bid Name ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE 27 Planholder(s) found NOTIFIED 754 SupplierName FullName Address1 City State Code DeclaredAttributes American Builders Masters Corp.Jose Benitez9470 SW Miami FL 33174 American Design Engineering Construction, Inc Joel Espinal 2853 Executive Park Drive Suite 202-E Weston FL 33331 Hispanic Owned, Small Business, Basile USA LLC Luigi Basile3830 SW 30 Avenue Fort Lauderdale FL 33312 BC&E Christopher Bacallao14361 SW 192nd ST MiamiMia mi FL 33177 Bergeron Land Development, Inc.Jason Ottilige19612 SW 69 Place Ft. Lauderdale FL 33332 Bob's Barricades John Baldwin921 Shotgun Rd Sunrise FL 33326 Bosch Engineering Solutions Patricia Bosch7257 SW 113th Court Cir Miami FL 33173 C. Slagter Construction, Inc.Valerie NeavesPO Box 1154 Palm City FL 34991 Small Business, Woman Owned Coreland Construction Corp.Nestor Hernandez13611 South Dixie Highway Miami FL 33176 Crosshair Construction LLC Gabriel Martinez2019 Parson St Naples FL 34120 Dekora LLC Javier Rodriguez12011 SW 129TH CT miami FL 33186 Dodge Data Bonny Mangold 4300 Beltway Place, Ste 150 Arlington TX 76018 Environmental Consulting & Technology, Inc.Request Proposal7027 SW 24th Ave Gainesville FL 32607 Hartec Group INC Garrett Hardie8200 SW 187th Ter Cutler Bay FL 33157 Homestead Concrete & Drainage Nelson Apolinario221 SW 4 Ave Homestead FL 33030 Logica Construction Company, LLC Jose Gomez8180 NW 36th Street Doral FL 33166 M&J GENERAL CONTRACTORS CESAR DE LUNA300 Palermo Avenue CORAL GABLES FL 33134 Hispanic Owned, Small Business, Metro Express Inc. Delio Trasobares9390 NW 109 ST Medley FL 33178 Onvia, Inc. - Content Department Content Source Management509 Olive Way, Suite 400 Seattle WA 98101 PIMENTEL CONSTRUCTION GROUP JONATHAN PIMENTEL4490 SW 154TH AVENUE MIAMI FL 33185 qualitypavingcorp Richard Gonzalez7875 s.w. 40 st suite 229 miami FL 33155 2 Document(s) found for this bid 204 SupplierName FullName Address1 City State Code DeclaredAttributes RG Underground Engineering, INC Ricardo Gonzalez14375 SW 120 ST Miami FL 33186 Roadway Construction, LLC Silvio Rubi12391 SW 130 Street Miami FL 33186 Hispanic Owned, Small Business Southern Underground Industries Mike Sweeney1454 SW 13th Ct Pompano Beach FL 33069 Sunshine landscaping and lawn care service Christian Somarriba5193 nw 1 st Miami FL 33126 Terra Hyle Contractors, Inc Miguel Ocana2140 South Dixie Hwy Miami FL 33133 Hispanic Owned, Woman Owned The Stout Group, LLC Joey Sanchez10850 NW 138th Street Hialeah Gardens FL 33018 205 206 4/25/23, 2:36 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=MAGGOL…1/2 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation MAGGOLC, INC. Filing Information P05000085356 20-3345775 06/14/2005 FL ACTIVE NAME CHANGE AMENDMENT 10/13/2005 NONE Principal Address 12060 SW 80 ST MIAMI, FL 33183 Changed: 01/31/2023 Mailing Address 12060 SW 80 ST MIAMI, FL 33183 Changed: 01/31/2023 Registered Agent Name & Address GONZALEZ, MARIO H 12060 SW 80 ST MIAMI, FL 33183 Address Changed: 01/31/2023 Officer/Director Detail Name & Address Title D GONZALEZ, MARIO H 12060 SW 80 ST MIAMI, FL 33183 D C Florida Department of State 207 4/25/23, 2:36 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=MAGGOL…2/2 Annual Reports Report Year Filed Date 2021 02/01/2021 2022 02/05/2022 2023 01/31/2023 Document Images 01/31/2023 -- ANNUAL REPORT View image in PDF format 02/05/2022 -- ANNUAL REPORT View image in PDF format 02/01/2021 -- ANNUAL REPORT View image in PDF format 01/19/2020 -- ANNUAL REPORT View image in PDF format 02/10/2019 -- ANNUAL REPORT View image in PDF format 01/15/2018 -- ANNUAL REPORT View image in PDF format 02/11/2017 -- ANNUAL REPORT View image in PDF format 01/23/2016 -- ANNUAL REPORT View image in PDF format 01/10/2015 -- ANNUAL REPORT View image in PDF format 01/12/2014 -- ANNUAL REPORT View image in PDF format 01/26/2013 -- ANNUAL REPORT View image in PDF format 01/06/2012 -- ANNUAL REPORT View image in PDF format 01/07/2011 -- ANNUAL REPORT View image in PDF format 01/07/2010 -- ANNUAL REPORT View image in PDF format 01/17/2009 -- ANNUAL REPORT View image in PDF format 02/26/2008 -- ANNUAL REPORT View image in PDF format 06/12/2007 -- ANNUAL REPORT View image in PDF format 03/21/2006 -- ANNUAL REPORT View image in PDF format 10/13/2005 -- Name Change View image in PDF format 06/14/2005 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 208 12060 SW 80 ST MIAMI, FL 33183 Current Principal Place of Business: Current Mailing Address: 12060 SW 80 ST MIAMI, FL 33183 US Entity Name: MAGGOLC, INC. DOCUMENT# P05000085356 FEI Number: 20-3345775 Certificate of Status Desired: Name and Address of Current Registered Agent: GONZALEZ, MARIO H 12060 SW 80 ST MIAMI, FL 33183 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 31, 2023 Secretary of State 9560260501CC MARIO H GONZALEZ PRESIDENT 01/31/2023 2023 FLORIDA PROFIT CORPORATION ANNUAL REPORT No Title D Name GONZALEZ, MARIO H Address 12060 SW 80 ST City-State-Zip:MIAMI FL 33183 209 ATTACHMENT A SAMPLE OF CONTRACT CONTRACT FOR CONSTRUCTION THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made this day of , 2023 (the “Effective Date”) by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation, (the “City”), and [INSERT CONTRACTOR’S NAME], a [INSERT TYPE OF ENTITY] (the “Contractor”). WHEREAS, the City issued Invitation to Bid No. PW2023-06 (the “ITB”) for construction of ROADWAY AND DRAINAGE IMPROVEMENTS at SW 59th Avenue between SW 64th and SW 66the Street, South Miami, FL 33143 (the “Project”), which ITB is incorporated herein by reference and made a part hereof as Exhibit “A”; and WHEREAS, in response to the City’s ITB, the Contractor submitted a bid for the Project (“Bid”), which Bid is incorporated herein by reference and made a part hereof as Exhibit “B”; and WHEREAS, Contractor submitted the lowest, responsive and responsible bid in the amount of [$_______________] in response to the ITB and was selected and awarded this Contract pursuant to Resolution No. for performance of the Work (as hereinafter defined); and WHEREAS, Contractor has represented to the City that it possesses the necessary qualifications, experience and abilities to perform the Work or the Project, and has agreed to provide the Work on the terms and conditions set forth in this Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Contractor and the City agree as follows: 1. SCOPE OF WORK 1.1. Scope of Work. Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the work described in the Contract Documents (the “Work” or the “Project”) including, without limitation as described in the approved plans, drawings and/or specifications prepared by SRS Engineering (the “Project Consultant”) attached hereto as Exhibit “A” (the “Plans”) and any other documents incorporated herein by reference and made a part of this Contract for the following Project: ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET 1.2. Pre-Construction Conference. Within fourteen (14) calendar days after this Contract is executed by both parties, and before any Work has commenced, a pre-construction conference will be held between the City, the Contractor, and the Project Consultant. The Contractor must submit its project schedule and schedule of values, if applicable, prior to this conference. 1.3. Project Schedule. Contractor must submit a proposed Project Schedule as follows: 1.3.1. Schedule must identify the schedule for each location comprising the Project. The proposed Project schedule must be submitted within ten (10) calendar days from the date this Contract is 46 of 147 210 executed by both parties for the review and approval of the Project Consultant or City as applicable. This initial schedule shall establish the baseline schedule for the Project. 1.3.2. All updates of schedules must be tracked against the baseline schedule and must be at a minimum submitted with each pay application. An updated schedule tracked against the baseline must also be submitted upon execution of each Change Order that impacts the Contract Time. Failure to submit such schedules will result in the rejection of any submitted payment application. 1.3.3. All Project Schedules must be prepared in Microsoft Project or approved equal by the City. At the time of submission of schedules, Contractor must submit a hard copy as well as an electronic version. Electronic versions must not be submitted in a .pdf format. 1.4. Records. 1.4.1. As-Built Drawings. During the Work, Contractor must maintain records of all deviations from the Drawings as approved by the Project Consultant and prepare two copies of As-Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Drawings for errors and omissions prior to submittal to the City and to certify in writing that the As-Built Record Drawings are correct and accurate, including the actual location of all infrastructure, internal piping, and electrical/signal conduits in or below the concrete floor (indicating the size, depth, and voltage in each conduit). To record actual construction, Contractor must legibly mark on-site structures and site Work as follows: 1.4.1.1. Depths of various elements of foundation in relation to finish first floor datum. 1.4.1.2. All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. Actual installed pipe material, class, etc. 1.4.1.3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. 1.4.1.4. Field changes in dimensions and details. 1.4.1.5. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.6. Details not on original Contract Drawings. 1.4.1.7. Equipment, conduit, electrical panel locations. 1.4.1.8. Project Consultant’s schedule changes according to Contractor’s records and shop drawings. 1.4.1.9. Specifications and Addenda: Legibly mark each section to record: 1.4.1.9.1. Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. 1.4.1.9.2. Changes made by Project Consultant’s written instructions or by Change Order. 1.4.1.10. Approved Shop Drawings: Provide record copies for each process, equipment, piping, electrical system and instrumentation system. 47 of 147 211 1.4.1.10.1. As-built documents must be updated monthly as a condition precedent to payment. A final survey signed and sealed by a surveyor must be provided to the City at no additional cost, including digital l (CAD and PDF) versions. 1.4.1.10.2. For construction of new building, or building additions, field improvements, and or roadway improvements, as-built drawings must be signed and sealed by a Florida Licensed Registered Land Surveyor. 1.4.2. Record Set. Contractor must maintain in a safe place one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, amendments, COs, RFIs, and field directives, as well as all written interpretations and clarifications issued by the Project Consultant, in good order and annotated to show all changes made during construction. The record documents must be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from COs and/or field directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor must certify the accuracy of the updated record documents. The record documents must be clean, and all changes, corrections and dimensions must be given in a neat and legible manner in red. Upon Final Completion and as a condition precedent to Contractor’s entitlement to final payment, the Record Set must be delivered to the Project Consultant by the Contractor. The Record Set of Drawing must be submitted in both hard copy and as electronic plot files. 1.4.3. Construction Photographs. Prior to commencement of the Work the Contractor must take digital photographs and color audio-video recording to document existing conditions and submit copies in an acceptable format to the City. Contractor must submit with each application for payment photographs that accurately reflect the progress of all aspects of the Work. The number of photographs to be taken will be based on the magnitude of the Work being performed. Contractor must submit one copy of each photograph in print and digitally. The photographs must be printed on 8” X 10” high resolution glossy commercial grade and weight color photographic print paper or in a format acceptable to the City. Each photograph must be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs must be taken using .jpeg format and will be submitted through a file-sharing site (such as Dropbox) or on a CD-ROM or flash drive clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three-ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three-ring binder must be of such size to be able to hold all print pictures. 1.5. Staging Site. 1.5.1. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the Work and the Contractor is responsible for all site security, including any fencing of the site, and any loss, damage or theft to its equipment and materials. Any fencing of the Staging Site is subject to the prior written approval of the City. 1.5.2. The City at its sole discretion may make a staging site available for use by the Contractor. If such site is made available by the City, the City assumes no responsibility or liability for the equipment or materials stored on the site, and the Contractor will be solely responsible for any loss, damage or theft to its equipment and materials. The Contractor must restore the site to its pre-existing condition prior to the Contractor’s use of the site. 1.5.3. The Contractor may be required to provide or may choose to use an office trailer for the duration of the Project. The Contractor must have the prior written approval of the City as to the 48 of 147 212 use of any office trailer and the placement location for the office trailer. The Contractor must obtain all required permits from the appropriate regulatory agencies. 1.5.4. No parking is permitted at a City provided staging site without the prior written approval of the City. 1.6. Purchase and Delivery, Storage and Installation. All materials must be F.O.B. delivered and included in the cost of the Work. The Contractor is solely responsible for the purchase, delivery, off-loading and installation of all equipment and material(s). Contractor must make all arrangement for delivery. Contractor is liable for replacing any damaged equipment or material(s) and filing any and all claims with suppliers. All transportation must comply with all federal, state (including FDOT), Miami-Dade County, and local laws, rules and regulations. No materials will be stored on-site without the prior written approval of the City. 1.7. Approval of Subcontractors. For any scope of work that the Contractor will utilize a subcontractor, the Contractor may only retain or utilize the services of the particular subcontractor with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. The Contractor shall provide at least fourteen (14) days notice to the City Manager and the Project Consultant of its intent to retain or utilize a subcontractor. 1.8. Project Signage. Contractor must furnish and install two (2) Project signs at the Project Site in accordance with the requirements provided by the Project Consultant or the City as applicable. 2. CONTRACT TIME 2.1. Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed providing a commencement date and issued by the City Manager or designee. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents and after execution of this Contract. 2.2. Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with faithfulness and diligence and the Work shall be substantially completed within ninety 90 calendar days from the date specified in the Notice to Proceed (“Contract Time”). Substantial Completion shall be defined for this purpose as the date on which City receives beneficial use of the Project. The Work shall be fully completed in accordance with the Contract Documents within ninety 90 calendar days from the date specified in the Notice to Proceed (“Final Completion Time”). The Final Completion date is defined as the date determined by the City when all Work, including punch list items, has been completed in accordance with the Contract Documents and Contractor has delivered to City all documentation required herein. 2.3. Upon failure of Contractor to substantially complete the Work as defined in this Agreement within the Contract Time, Contractor shall pay to City the sum of $2,000.00 SUBSTANTIAL COMPLETION LIQUIDATED DAMAGES for each calendar day after the expiration of the Contract Time that the Contractor fails to achieve Substantial Completion up until the date that the Contractor achieves Substantial Completion. Upon failure of Contractor to fully complete the Work and achieve Final Completion within the Final Completion Time, Contractor shall pay to City the sum of $2,000.00 FINAL COMPLETION LIQUIDATED DAMAGES for each calendar day after expiration of the Final Completion Time that the Contractor fails to achieve Final Completion up until the date that the Contractor achieves Final Completion. These amounts are not penalties but are liquidated damages payable by Contractor to City for the failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of determining the amount of damages that will be sustained by City as a consequence of Contractor’s delay and failure of Contractor to complete the Work on time. The above-stated liquidated 49 of 147 213 damages shall apply separately to each phase of the Project for which a time for completion is given. 2.4. City is authorized to deduct the liquidated damages from monies due to Contractor for the Work under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay to City the amount of said excess. 3. CONTRACT PRICE AND PAYMENT PROCEDURES 3.1. Guaranteed Maximum Price. The City shall pay the Contractor an amount not to exceed $ for the performance of the Work in accordance with the line items and unit prices included in Exhibit “B” (the “Contract Price”). The Contract Price shall be full compensation for all services, labor, materials, equipment, and costs, including overhead and profit, associated with completion of all the Work in full conformity with the Contract Documents and adjusted only by written change orders signed by both parties and approved as required by local law. The Contract Price shall include all applicable sales taxes as required by law. 3.2. Schedule of Values. The Contractor must submit two copies of schedule of values within ten (10) calendar days from the date this Contract is executed by both parties. The schedule of values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor’s overhead and profit must be listed as separate line items. Each line item must be identified with the number and title of the major specification section or major components of the items. The Project Consultant or City as applicable may require further breakdown after review of the Contractor’s submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the schedule of values. The combined total value for mobilization under the Schedule of Values shall not exceed 5% of the value of the Contract. The accepted Sched ule of Values must be incorporated into the Contractor’s payment application form. The Contractor guarantees that each individual line item contained in the schedule of values submitted as part of a competitive solicitation shall not be increased without written approval by the City Manager. 3.3. Payment Application Procedures. City shall make progress payments, deducting the amount from the Contract Price above on the basis of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective action. Any undisputed portion shall be paid as specified above. All such payments will be made in accordance with the Schedule of Values established in the Contract Documents or, in the event there is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the Contract Documents do not provide a Schedule of Values or other payment schedule, Applications for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the prior month to the Project Consultant. Progress payments shall be made in an amount equal to the percentage of Work completed as determined by the City or City’s Project Consultant, but, in each case, less the aggregate of payments previously made and less such amounts as City shall determine or City may withhold taking into account the aggregate of payments made and the percentage of Project completion in accordance with the Contract Documents and Schedule of Values, if any. The Contractor agrees that five percent (5%) of the amount due for each progress payment or Pay Application (the “Retainage”) shall be retained by City until final completion and acceptance of the Work by City. In the event there is a dispute between Contractor and City concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if applicable. 50 of 147 214 3.4. Progress Payment Applications. Each progress payment application submitted to the City must include: 3.4.1. A sworn and certified progress payment affidavit indicating that all laborers, material suppliers, and subcontractors dealing with the Contractor were paid in full as it relates to all Work performed up to the time of the request for payment; 3.4.2. Partial conditional releases or waivers of lien by the Contractor, material suppliers, subcontractors, and any lienors serving a Notice to the City and evidence of proof of payment of any indebtedness incurred with respect to the Work of the Contractor as may be required by the City; 3.4.3. Evidence that all Work was fully performed as required by the Contract Documents up to the time of the request for payment and that the Work was inspected and accepted by the Cit y and any other governmental authorities required to inspect the Work; and 3.4.4. An updated Project schedule, including a two-week look-ahead schedule, as approved in writing by the City Manager. 3.4.5. All Buy-Out Savings, including supporting documentation relating to the calculation of the Buy-Out Savings. 3.5. Final Payment. Upon Final Completion of the Work by Contractor in accordance with the Contract Documents and acceptance by the City, and upon receipt of consent by any surety, City shall pay the remainder of the Contract Price (including Retainage) as recommended by the City’s Project Consultant and Building Official. Final payment is contingent upon receipt by City from Contractor of: 3.5.1. An affidavit that payrolls, bills for materials, equipment, and other indebtedness were paid in full as it relates to all Work performed under this Contract; 3.5.2. A certificate evidencing that insurance required by the Contract Documents shall remain in effect after final payment is made; 3.5.3. A written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents; 3.5.4. Documentation of any special warranties, including, but not limited to, any manufactures’ warranties or specific subcontractor warranties; 3.5.5. Evidence that all Punch List items have been fully completed to the satisfaction of the City; 3.5.6. All previously undelivered manufacturer and subcontractor guarantees, warranties, and manuals and documents required by the Contract Documents; 3.5.7. Final releases of lien, waivers of claim, satisfactions of liens or claims, and such other affidavits as may be reasonably required by the City to assure a lien-free and claim-free completion of the Work; 3.5.8. Evidence that the Contractor has fully cleaned and restored the site, including removal of all rubbish and debris; 51 of 147 215 3.5.9. At least one complete set of as-built plans, reflecting an accurate depiction of Contractor’s Work; 3.5.10. .Such other documents necessary to show that the Contractor has complied with all other requirements of the Contract Documents; and 3.5.11. Cost Savings, including supporting documentation used to calculate the Cost Savings. 3.6. Payment Withholding. The City may withhold any payment, including a final payment, for application to such extent as may be necessary, as determined by the City’s Project Consultant, to protect the City from loss for which the Contractor is responsible in the event that: 3.6.1. The Contractor performs defective Work and such Work has not been corrected, provided that the amount withheld shall be limited to the amount sufficient to cover such defective Work; 3.6.2. A third-party files a claim or lien in connection with the Work or this Contract; 3.6.3. The Contractor fails to make payments properly to subcontractors or suppliers for labor, materials, or equipment which has been paid by the City, provided that the amount withheld shall be limited to the amount sufficient to cover such payments to subcontractors or suppliers for labor, materials, or equipment; 3.6.4. The City has reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; 3.6.5. The Contractor, its employees, subcontractors, or agents have damaged the City; 3.6.6. The City has reasonable evidence that the Work will not be completed within the Contract Time and that the unpaid balance would not be adequate to cover liquidated damages for the anticipated delay; 3.6.7. The Contractor has failed to progress the Work satisfactorily and/or according to the Contract Schedule; 3.6.8. The Contractor has failed to carry out the Work in accordance with the Contract Documents; 3.6.9. The Contractor has failed to provide requisite releases of lien for each payment application in accordance with the Contract Documents; and/or 3.6.10. Any other failure to perform a material obligation contained in the Contract Documents. 3.7. No Waiver of City Rights. The payment of any Application for Payment by the City, including the final request for payment, does not constitute approval or acceptance by the City of any item of the Work reflected in such Application for Payment, nor shall it be construed as a waiver of any of the City ’s rights hereunder or at law or in equity. 3.8. Payment to Sub-Contractors; Certification of Payment to Subcontractors. The term “subcontractor,” as used herein, includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated into the Work or Project. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts as a condition precedent to payment to 52 of 147 216 Contractor by the City. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor’s work is satisfactorily complete and accepted by the City. 3.9. Cost Savings and Value Engineering. 3.9.1. Cost Savings. In the event the Contractor rebids or renegotiates with any subcontractor to reduce subcontractor costs for the performance of the Work, then the difference between (i) the sum of the subcontractor costs used to establish the Contract Price, as set forth in the Schedule of Values, and (ii) the sum of the revised subcontractor costs, including any early payment or similar discounts (the “Cost Savings”), shall revert to the City. The Contract Price shall be adjusted in accordance with any Cost Savings through a Change and the Schedule of Values shall also be revised to reflect the new Contract Price. 3.9.2. Value Engineering. Contractor shall participate in Value Engineering the Contract Documents with the City and the Architect with the goal of finding acceptable means for reducing the cost of the Work. Upon acceptance by the City of recommendation for Value Engineering, the Contract Documents shall be modified to reflect such changes. All savings in connection with Value Engineering of the Work shall revert to City. 4. CONTRACT DOCUMENTS 4.1. The Contract Documents, which comprise the entire agreement between the City and the Contractor concerning the Work, consist of this Contract for Construction (including any change orders and amendments thereto), the Plans and Specifications attached hereto as Exhibit “A” (the “Plans and Technical Specifications”), the ITB and any Bidding Documents or procurement documents for the Project, the Contractor’s Bid for the Project (including the Schedule of Bid Items-Pricing) attached hereto as Exhibit “B”, the Bonds (defined herein), Insurance Certificates, the Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made a part of this Contract by this reference and govern this Project. 4.2. This Contract incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.3. The Contract Documents shall remain the property of the City. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; however in no circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. 4.4. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Work shall apply: 4.4.1. First Priority: Change Orders with later date taking precedence; 4.4.2. Second Priority: This Base Agreement; 4.4.3. Third Priority: Exhibit “A,” the Plans and Technical Specifications; 4.4.4. Fourth Priority: Exhibit “B,” the Bid; and 53 of 147 217 4.4.5. Fifth Priority: Contract Documents, excluding this Base Agreement and Exhibits listed in this Section. 5. INDEMNIFICATION 5.1. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Contractor’s negligence, recklessness, or intentional misconduct in the Contractor’s performance or non-performance of this Contract, Contractor’s obligations, or the Work related to the Contract, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Contractor shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Contract, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. 5.2. The provisions of this section shall survive termination of this Contract. 6. INSURANCE AND BONDS 6.1. Insurance. 6.1.1. Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts not less than those specified below as satisfactory to the City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by City and prior to commencing any Work. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section 6.1. 6.1.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of 54 of 147 218 Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000. 6.1.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. In order for this requirement to be waived, Contractor must provide proof of exemption from such laws. Information regarding eligibility for an exemption from the State of Florida Workers’ Compensation Law is available at: https://www.myfloridacfo.com/Division/wc/PublicationsFormsManualsReports/Brochures/Ke y-Coverage-and-Eligibility.pdf. Exemptions may be applied for online through the Florida Department of Financial Services, Division of Workers’ Compensation at: https://www.myfloridacfo.com/Division/wc/Employer/Exemptions/default.htm. 6.1.1.3. Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles. 6.1.1.4. Builder’s Risk property insurance upon the entire Work to the full replacement cost value thereof. This insurance shall include the interest of City and Contractor and shall provide All-Risk coverage against loss by physical damage including, but not limited to, Fire, Extended Coverage, Theft, Vandalism and Malicious Mischief. If Builder’s Risk insurance is not required for this Project, the City shall select this box: ☒. 6.1.1.5. Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents. 6.1.2. Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the City with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 6.1.2.1. Additional Insured. The City is to be specifically included as an Additional Insured for the liability of the City resulting from Work performed by or on behalf of the 55 of 147 219 Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 6.1.2.2. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 6.1.3. The provisions of this section shall survive termination of this Contract. 6.2. Bonds. Prior to performing any portion of the Work the Contractor shall deliver to City the Bonds required to be provided by Contractor hereunder (the bonds referenced in this Section are collectively referred to herein as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the Contractor shall obtain and thereafter at all times during the performance of the Work maintain a separate performance bond and labor and material payment bond for the Work, each in an amount equal to one hundred percent (100%) of the Contract Price and each in the form provided in the Contract Documents or in other form satisfactory to and approved in writing by City and executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any of the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City. As authorized by Section 255.05(1)(a), Florida Statutes, if this Project is exempt from posting of a payment and performance bond, the City shall select this box: ☐. 7. CONTRACTOR’S REPRESENTATIONS AND WARRANTIES 7.1. In order to induce the City to enter into this Contract, the Contractor makes the following representations and warranties: 7.1.1. Contractor represents the following: 7.1.1.1. Contractor has examined and carefully studied the Contract Documents and the other data identified in the bidding documents, including, without limitation, the “technical data” and plans and specifications and the Plans. 7.1.1.2. Contractor has visited the Project site and become familiar with and is satisfied as to the general and local conditions and site conditions that may affect cost, progress, performance or furnishing of the Work. 7.1.1.3. Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the 56 of 147 220 Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.1.1.4. Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the site. Contractor acknowledges that the City does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground or ground facilities at, contiguous or near the site or for existing improvements at or near the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities and improvements) at, contiguous or near to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and 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. 7.1.1.5. Contractor is aware of the general nature of Work to be performed by the City and others at the site that relates to the Work as indicated in the Contract Documents. 7.1.1.6. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.1.1.7. Contractor has given City written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.1.1.8. The Contractor agrees and represents that it possesses the requisite qualifications and skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to City, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Project. 7.2. No recovery for changed market conditions. 7.2.1. In entering into the Contract, Contractor represents and warrants that it has accounted for any and all inflation-related events, recession, labor or material shortages, supply chain disruptions, delivery lead time, or price increases that may be caused by local and or national conditions, whether known or unknown at the time of entering into the Contract (the “Market Conditions”). Contractor further specifically represents and warrants that it has considered all impacts and potential impacts, including any current and future supply chain disruptions and labor shortages, associated with the following events: (1) worldwide pandemics including, but not limited to, COVID-19 and Monkey Pox (the “Pandemics”) and (2) the current military conflict involving Russia and the Ukraine (the “Ukraine Military Conflict”). Contractor also represents and warrants 57 of 147 221 that in determining time requirements for procurement, installation, and construction completion, Contractor has taken into account the impacts of Market Conditions, the Pandemics, and the Ukraine Military Conflict, and has included all of those factors in the Construction Schedule and Contract Sum. 7.2.2. Contractor shall not seek any price increases or time extensions relating to or arising from the impacts of any Market Conditions, the Pandemics or Ukraine Military Conflict. 7.2.3. The City shall not make any adjustment in the Contract Sum or grant an extension to the Contract Time in connection with any failure by the Contractor to comply with the requirements of this Section. 7.3. Contractor warrants the following: 7.3.1. Anti-Discrimination. Contractor agrees that it will not discriminate against any employees or applicants for employment or against persons for any other benefit or service under this Contract because of race, color, religion, sex, national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment, and agrees to abide by all federal and state laws regarding non-discrimination. 7.3.2. Anti-Kickback. Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, and that no employee or officer of the City has any interest, financially or otherwise, in the Project. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract Price or consideration, the full amount of such commission, percentage, brokerage or contingent fee. 7.3.3. Licensing. Contractor represents that it is a properly qualified and licensed contractor in good standing within the jurisdiction within which the Project is located. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required licenses from the federal, state, Miami-Dade County, City, or other governmental or regulatory entity. Contractor acknowledges that it is the obligation of Contractor to obtain all licenses required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required licenses. 7.3.4. Permits. Contractor warrants that it shall have, prior to commencement of Work under this Contract and at all times during said Work, all required permits from the federal, state, Miami- Dade County, City, or other governmental or regulatory entity with jurisdiction over the site that are necessary to perform the Work. Contractor acknowledges that it is the obligation of Contractor to obtain all permits required for this Project, including City building permits. Prior to commencement of the Work, the Contractor shall provide the City with copies of all required permits. City building permit fees may be waived for this Project. If permits are required by any other governing body or agency, the Contractor shall be obligated to pay the fees. 7.4. Defective Work; Warranty and Guarantee. 7.4.1. City shall have the authority to reject or disapprove Work which the City finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non-defective Work. Contractor shall bear all direct, 58 of 147 222 indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 7.4.2. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the City or its designee, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 7.4.3. The Contractor shall unconditionally warrant and guarantee all labor, materials and equipment furnished and Work performed for a period of three (3) years from the date of Substantial Completion. If, within three (3) years after the date of substantial completion, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City. Should the manufacturer of any materials and equipment furnished provide for a longer warranty, then the Contractor shall transfer such warranty to the City prior to Final Completion. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Contractor shall provide and assign to City all material and equipment warranties upon completion of the Work hereunder. 7.4.4. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 8. DEFAULT, TERMINATION, AND SUSPENSION; REMEDIES 8.1. Termination for Cause. If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to ensure the prompt completion of the Work within the Contract Time or Final Completion Time as specified in Section 2, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon seven (7) days after sending Contractor a written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable, and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated that City was not entitled to terminate the Contract as described hereunder for default, the Contract shall automatically be deemed terminated by City for convenience as described below. 8.2. Termination for Convenience. This Contract may be terminated by the City for convenience upon seven (7) calendar days’ written notice to the Contractor. In the event of such a termination, the Contractor shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subcontractor obligations. The Contractor shall be compensated 59 of 147 223 for all services performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to the City its Application for Payment for final payment which shall comply with the provisions of the Contract Documents. 8.3. Suspension of Contract. This Contract may be suspended for convenience by the City upon seven (7) calendar days’ written notice to the Contractor or immediately if suspended in connection with a local or state declaration of emergency. Suspension of the Work will entitle the Contractor to additional Contract Time as a non-compensable, excusable delay. 8.4. Termination Due to Lack of Funding. This Contract is subject to the conditions precedent that: (i) City funds are available, appropriated, and budgeted for the Work, the Project, and/or Contract Price; (ii) the City secures and obtains any necessary proceeds, grants, and/or loans for the accomplishment of the Work and/or the Project pursuant to any borrowing legislation adopted by the City Council relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the execution of this Contract if such is required. 8.5. No Damages for Delay. No claim for damages or any claim, other than for an extension of time shall be made or asserted against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, 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 or whether or not caused by City. Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay. 8.6. Waiver of Consequential Damages. Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor’s Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 8.7. Litigation of Claims. Mediation shall not be required before either party may proceed to litigation. 8.8. Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder and in accordance with this Contract shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 9. CHANGES IN THE WORK 9.1. Change Orders. 9.1.1. Without invalidating the Contract Documents, and without notice to any Surety, the City reserves the right to make increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete the Work in a manner satisfactory to the City. The City reserves the right to order changes, which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract, and which are within the general scope of the Contract Documents, and all such changes 60 of 147 224 will be authorized only by a change order (“CO”) approved in advance, and issued in accordance with provisions of the Contract Documents. 9.1.2. For Contractor initiated change orders, the Contractor is required to provide the Project Consultant with a detailed Request for Change Order (“RCO”) in a form approved by the City, which must include the requested revisions to the Contract, including, but not limited to, adjustments in the Contract Price and/or Contract Time. The Contractor must provide sufficient supporting documentation to demonstrate the reasonableness of the RCO. The City may require Contractor to provide additional data including, but not limited to, a cost breakdown of material costs, labor costs, labor rates by trade, work classifications, and overhead rates to support the RCO. If applicable, the RCO must include any schedule revisions accompanied by an explanation of the cost impact of the proposed change. Failure to include schedule revisions in an RCO will be deemed as the Contractor’s acknowledgement that the changes included in an RCO will not affect the project schedule. 9.1.3. Any modifications to the Contract Work, Contract Time, or Contract Price, must be effectuated through a written CO executed by both parties and, if required by the City Code of Ordinances, approved by the City Council. 9.1.4. In the event a satisfactory adjustment cannot be reached, and a CO has not been issued, given that time is of the essence, the City reserves the right, at its sole option, to direct the Contractor to proceed on a time and materials basis or make such arrangements as may be deemed necessary to complete the proposed additional Work at the unit prices provided in the Contract Documents. Where the City directs the Contractor to proceed on a time and materials basis, the City shall impose a maximum not-to-exceed amount and the Contractor must maintain detailed records of all labor and material costs including but not limited to payroll records and material receipts. Contractor must demonstrate its costs with sufficient evidence to be entitled to compensation from the City. 9.2. Continuing the Work. Contractor must continue to perform all Work under the Contract Documents during all disputes or disagreements with City, including disputes or disagreements concerning an RCO. Contractor shall not delay any Work pending resolution of any disputes or disagreements. 10. MISCELLANEOUS 10.1. No Assignment. Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Manager. 10.2. Contractor’s Responsibility for Damages and Accidents. 10.2.1. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by City and shall promptly repair any damage done from any cause. 10.2.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City. 10.3. Governing Law. This Contract shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida. 10.4. Waiver of Jury Trial. CITY AND CONTRACTOR KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN STATE AND OR FEDERAL COURT PROCEEDINGS IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT FOR 61 of 147 225 CONSTRUCTION, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS OR ACTIONS OR INACTIONS OF ANY PARTY. 10.5. Prevailing Party; Attorneys’ Fees. In the event of any controversy, claim, dispute or litigation between the parties arising from or relating to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs, expenses, paralegals’ fees, experts’ fees and attorneys' fees including, but not limited to, court costs and other expenses through all trial and appellate levels. In addition, the prevailing party shall be entitled to recover from the non-prevailing party all litigation costs associated with discovery, processing, management, hosting, and production of electronically stored information (ESI). 10.6. Compliance with Laws. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. Any mandatory clauses which are required by applicable law shall be deemed to be incorporated herein. 10.7. Examination and Retention of Contractor’s Records. 10.7.1. The City or any of its duly authorized representatives shall, for five (5) years after final payment under this Contract, have access to and the right to examine any of the Contractor’s books, ledgers, documents, papers, or other records involving transactions related to this Contract for the purpose of making audit, examination, excerpts, and transcriptions. In addition, the Contractor agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. 10.7.2. The Contractor agrees to include in any subcontractor contracts for this Project corresponding provisions for the benefit of City providing for retention and audit of records. 10.7.3. The right to access and examination of records stated herein and in any subcontracts shall survive termination or expiration of this Contract and continue until disposition of any mediation, claims, litigation or appeals related to this Project. 10.7.4. The City may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the City Manager or designees to any Records pertaining to work performed under this Contact that are subject to the provisions of Chapter 119, Florida Statutes. 10.8. Authorized Representative. 10.8.1. Before commencing the Work, Contractor shall designate a skilled and competent authorized supervisor and representative (“Authorized Representative”) acceptable to City to represent and act for Contractor and shall inform City, in writing, of the name and address of such representative together with a clear definition of the scope of his authority to represent and act for Contractor. Contractor shall keep City informed of any subsequent changes in the foregoing. Such representative shall be present or duly represented at the Project site at all times when Work is actually in progress. All notices, determinations, instructions and other communications given to the authorized representatives of Contractor shall be binding upon the Contractor. 10.8.2. The Authorized Representative, project managers, superintendents and supervisors for the Project are all subject to prior and continuous approval of the City. If, at any time during the term of this Contract, any of the personnel either functionally or nominally performing any of the positions named above, are, for any reasonable cause whatsoever, unacceptable to the City, Contractor shall replace the unacceptable personnel with personnel acceptable to the City. 62 of 147 226 10.9. Taxes. Contractor shall pay all taxes, levies, duties and assessments of every nature which may be applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll deductions required by law. Contractor herein indemnifies and holds the City harmless from any liability on account of any and all such taxes, levies, duties and assessments. 10.10. Utilities. Contractor shall, at its expense, arrange for, develop and maintain all utilities at the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the requirements of this Contract. 10.11. Safety. Contractor shall be fully and solely responsible for safety and conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property and in full compliance with Occupational Safety and Health Act requirements and all other similar applicable safety laws or codes. Contractor shall continually and diligently inspect all Work, materials and equipment to discover any conditions which might involve such risks and shall be solely responsible for discovery and correction of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City shall not be responsible for supervising the implementation of Contractor's safety program, and shall not have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times. Contractor shall assure that subcontractors performing Work comply with the foregoing safety requirements. 10.12. Cleaning Up. Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition. Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment, construction materials, temporary structures and surplus materials not to be used at or near the same location during later stages of Work. Upon completion of the Work and before final payment is made, Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment and materials belonging to it or used in the performance of the Work and Contractor shall leave the Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the foregoing, the same may be accomplished by City at Contractor's expense. 10.13. Liens. Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to have been supplied to the Project. In the event such a lien is found or claimed against the Project, Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City ’s reasonable attorneys' fees and costs incurred in connection therewith. 10.14. Public Entity Crimes Affidavit. Contractor shall comply with Section 287.133, Florida Statutes, and (Public Entity Crimes Statute) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 10.15. Independent Contractor. The Contractor is an independent contractor under the Contract. This Contract does not create any partnership nor joint venture. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, 63 of 147 227 employees, or agents of the City. 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 shall be those of the Contractor. 10.16. Notices/Authorized Representatives. Any notices required by this Contract shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Contract or such other address as the party may have designated by proper notice. 10.17. Ownership and Access to Records and Audits. 10.17.1. Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Contractor during the term of this Contract (“Work Product”) belong to the City. Contractor shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 10.17.2. Contractor agrees to keep and maintain public records in Contractor’s possession or control in connection with Contractor’s performance under this Contract. The City Manager or her designee shall, during the term of this Contract and for a period of five (5) years from the date of termination of this Contract, have access to and the right to examine and audit any records of the Contractor involving transactions related to this Contract. Contractor additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Contractor shall 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, and following completion of the Contract until the records are transferred to the City. 10.17.3. Upon request from the City’s custodian of public records, Contractor shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 10.17.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Contract are and shall remain the property of the City. 10.17.5. Upon completion of this Contract or in the event of termination by either party, any and all public records relating to the Contract in the possession of the Contractor shall be delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Contractor shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Contract, the Contractor shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 10.17.6. Any compensation due to Contractor shall be withheld until all records are received as provided herein. 10.17.7. Contractor’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Contract by the City. 64 of 147 228 10.17.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 10.18. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 11. SPECIAL CONDITIONS The following provisions in this Section 10 supersede any other provisions contained in this Contract only to the extent of any conflict with same. These provisions are particular to a given transaction and are transaction specific: 11.1. Unsatisfactory Personnel. 11.1.1. Contractor must at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and must not employ on any Work any unfit person or anyone not skilled in the Work to which they are assigned. 11.1.2. The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor must respond to the City within five (5) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City will make the final determination as to the removal of unsatisfactory personnel from the Work. The Contractor agrees that the removal of any of such individual(s) does not require the termination or demotion of said individual(s). 11.2. Hours of Work. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any thoroughfare, without the written consent of the City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in accordance with the requirements and limitations of applicable law including, without limitation, the City 65 of 147 229 Code of Ordinances. The Contractor shall not perform Work beyond the time and days provided above without the prior written approval of the City. 11.3. Maintenance of Traffic. Whenever required by the scope of Work, by federal, state, or local law, or requested by the City to protect the public health, safety, and welfare, a Maintenance of Traffic (“MOT”) must be performed in accordance with the applicable FDOT Index Numbers (600 Series) and as further stated herein. The manual on Uniform Traffic Control Devises for Streets and Highways (U.S. Department of Transportation, FHWA), must be followed in the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers necessary to protect the public and workmen from hazards with the Project limits. Pedestrian and vehicular traffic must be maintained and protected at all times. Prior to commencement of the Work, Contractor must provide the City with a proposed MOT plan for review. The City may require revisions to the proposed MOT plan. The MOT plan must be updated by the Contractor every two weeks. Failure to provide an MOT plan may result in the issuance of a stop work order. The Contractor will not be entitled to additional Contract Time for delays resulting from its failure to provide the required MOT plan. 11.4. Royalties and Patents. All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 11.5. Substitutions. Substitution of any specified material or equipment requires the prior written acceptance of the Project Consultant. It is the sole responsibility of the Contractor to provide sufficient information and documentation to the Project Consultant to allow for a thorough review and determination on the acceptability of the substitution. Approval of a substitution does not waive or mitigate the Contractor’s responsibility to meet the requirements of the Contract Documents. The City may require an adjustment in price based on any proposed substitution. 11.6. Severe Weather Preparedness. During such periods of time as are designated by the United States Weather Bureau or Miami-Dade County as being a severe weather event, including a hurricane watch or warning, the Contractor, at no cost to the City, must take all precautions necessary to secure any Work in response to all threatened storm events, regardless of whether the Contractor has been given notice of same, in accordance with the Miami-Dade County Code. Compliance with any specific severe weather event or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as non-compensable, excusable delay. 11.7. American Rescue Plan Act Contract Conditions. The Contractor acknowledges that the Work may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Contract Conditions. If compliance with the ARPA Addendum is required, the City shall select this box: ☐. 11.8. Grant Funding. The Contractor acknowledges that the Work may be fully or partially funded utilizing funds from the grants listed below (each a “Grant”). Accordingly, the Contractor warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Work in accordance with the terms and conditions of the Grant. If the Work will be funded utilizing Grant funds, the City shall select this box: ☐. Grant Title Grant Agreement Exhibit 66 of 147 230 If the Work will be funded utilizing Grant funds, the City shall select this box:. 11.9. DBE Contract Assurance. 11.9.1. The City affirms it has encouraged women-owned, minority-owned, and disadvantaged businesses of the Project and be responsive to the opportunity of the award of this Contract. 11.9.2. Contractor, or any subcontractor performing Work under this Contract, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFE Part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the City deems appropriate. 11.10. Scrutinized Companies. 11.10.1. Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 11.10.2. If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 11.10.3. The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 11.10.4. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above- stated contracting prohibitions then they shall become inoperative. 67 of 147 231 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 68 of 147 232 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E- Verify affidavits from subcontractors. ☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 69 of 147 233 NOTICE TO PROCEED Dated: , 20 To: ` Project Name: ROADWAY AND DRAINAGE IMPROVEMENTS - SW 59TH AVENUE BETWEEN SW 64TH STREET AND SW 66TH STREET You are hereby notified that the Contract Times under the above Contract will commence to run on ___________, 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and completion and readiness for final payment are , 2023 and __________________, 2023, ____/____ days respectively. Before you may start any Work at the site, Article 6 provides that you must deliver to the City ( check here if applicable, with copies to and other identified additional insureds) Certificates of Insurance in accordance with the Contract Documents. In addition, before you may start any Work at the site, you must: (add any additional requirements) CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager ACCEPTANCE OF NOTICE TO PROCEED [INSERT NAME OF CONTRACTOR]. By: Name: Title: Date: 70 of 147 234