HomeMy WebLinkAbout2006-018 SECTION 00800 - SUPPLEMENTARY CONDITIONS
TO THE GENERAL CONDITIONS
TABLE OF CONTENTS
Article Title Article Number
- Introduction SC - 1 . 00
Defined Terms SC — 1 . 01
Terminology SC — 1 . 02
Before Starting Construction SC —2 . 05
Pre- Construction Conference SC — 2 . 06
Coordination of Plans , Specifications , and Special Provisions SC — 3 . 06
Subsurface and Physical Conditions SC — 4 . 02
Differing Subsurface or Physical Conditions SC - 4 . 03
Hazardous Environmental Conditions at Site SC - 4 . 06
Performance , Payment and Other Bonds SC — 5 . 01
Certificates of Insurance SC — 5 . 03
CONTRACTOR ' S Liability Insurance SC — 5 . 04
OWNER ' S Liability Insurance SC — 5 . 05
Property Insurance SC — 5 . 06
Waiver of Rights SC — 5 . 07
Receipt and Application of Insurance Proceeds SC — 5 . 08
Labor ; Working Hours SC — 6 . 02
Substitutions and "Or- Equals" SC — 6 . 05
Concerning Subcontractors , Suppliers , and Others SC — 6 . 06
Permits SC — 6 . 08
Shop Drawings and Samples SC — 6 . 17
Indemnification SC - 6 . 20
Replacement of Engineer SC — 8 . 02
Decisions on Requirements of Contract Documents
00800 - Supplementary Conditions 2006041
00800 1
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
and Acceptability of Work SC - 9 . 09
Change of Contract Price SC — 12 . 01
Delay Damages SC — 12 . 06
Test and Inspections SC — 13 . 03
Owner May Stop the Work SC — 13 . 05
Progress Payments SC — 14 . 02
Uncovering Work SC — 13 . 04
Final Payment SC — 14 . 07
Waiver of Claims SC - 14 . 09
OWNER May Suspend Work SC — 15 . 01
OWNER May Terminate For Cause SC — 15 . 02
OWNER May Terminate For Convenience SC — 15 . 03
CONTRACTOR May Stop Work or Terminate SC - 15 . 04
DISPUTE RESOLUTION SC — 16
Controlling Law SC — 17 . 05
Liens SC — 17 . 06
Substantial Completion SC — 17 . 07
r,
00800 - Supplementary Conditions 2006041
« .
008002
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE
GENERAL CONDITIONS
SC- 1 . 00 Introduction
These Supplementary Conditions amend or supplement the Standard General Conditions of the
Construction Contract ( No . 1910- 8 , 1996 Edition ) and other provisions of the Contract
Documents as indicated below . All provisions , which are not so amended or supplemented ,
remain in full force and effect .
The terms used in these Supplementary Conditions will have the meanings indicated in the
General Conditions .
SC- 1 . 01 Defined Terms
SC - 1 . 01 . A . 20 . Add the following language at the end of GC- 1 . 01 . A . 20:
ENGINEER ' s Consultant : Name Kimley- Horn and Associates , Inc .
Address 601 21 sc Street , Suite 400
City , State , Zip Vero Beach , Florida 32960
Phone ( 772 ) 526-7981
Fax ( 772 ) 526- 9689
SC- 1 . 02 Terminology
SC - 1 . 02 . D . 1 , 2 , and 3 Delete paragraphs GC- 1 . 02. D. 1 , 2, and 3 in their entirety
and
insert the following paragraphs in their place:
D . Furnish, Install, Perform, Provide
1 . The word "furnish " shall mean to supply and deliver services , materials , or
equipment to the Site (or some other specified location ) ready for use or
installation and in usable or operable condition .
2 . The word " install" shall mean to put into use or place in final position services ,
materials , or equipment complete and ready for intended use .
3 . The words "perform" or "provide" shall mean to furnish and install services ,
materials , or equipment complete and ready for intended use .
SC - 1 . 02 . D . 4 Delete paragraph GC- 1 . 02. D. 4 in its entirety.
SC-2 . 05 Before Starting Construction
SC -2 . 05 . C . Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its
place:
C . Evidence of Insurance: CONTRACTOR shall not commence work under this
Contract until he has obtained all insurance required under Article 5 and such
insurance has been delivered to the OWNER and approved by the OWNER , nor
shall the CONTRACTOR allow any Subcontractor to commence work on his
subcontract until all similar insurance required of the Subcontractor has been so
obtained and approved . All such insurance shall remain in effect until final
payment and at all times thereafter when CONTRACTOR may be correcting ,
removing or replacing defective Work in accordance with Article 13 .
00800 - Supplementary Conditions 2006041
008003
"" FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
SC-2 . 06 Preconstruction Conference
SC-2 . 06 Delete paragraph GC-2. 06. A in its entirety and insert the following paragraph in its
place:
A . Immediately after awarding the contract , but before the CONTRACTOR begins
work , the Engineer will call a preconstruction conference at a place the
ENGINEER designates to establish an understanding among the parties as to
the Work and to discuss schedules referred to in paragraph 2 . 05 . 6 , procedures
for handling Shop Drawings and other submittals , and maintaining required
records . Utility companies and others as appropriate will be requested to attend
to discuss and coordinate work .
SC-3 . 06 Coordination of Plans , Specifications , and Special Provisions
SC- 3 . 06 Add the following new paragraphs immediately after paragraph GC-3. 05:
SC - 3 . 06 Coordination of Plans, Specifications, and Special Provisions
A . In case of discrepancy , the governing order of the documents shall be as follows :
1 . Written Interpretations
2 . Addenda
3 . Specifications
4 . Supplementary Conditions to the General Conditions
5 . General Conditions
6 . Approved Shop Drawings
7 . Drawings
8 , Referenced Standards .
B . Written/computed dimensions shall govern over scaled dimensions .
SC-4 . 02 Subsurface and Physical Conditions
SC -4 . 02 Add the following new paragraphs immediately after paragraph GC-4 . 02. 8:
C . In the preparation of Drawings and Specifications , ENGINEER or ENGINEER ' s
Consultants relied upon the following reports of explorations and tests of
subsurface conditions at the Site :
1 . Report dated July 31 , 2001 , prepared by Dunkelberger Engineering and
Testing , Inc . , entitled : Oslo Road Improvements 20th Avenue to Lateral `J '
Canal , consisting of 14 pages .
D . Reports and drawings itemized in SC -4 . 02 . 0 are not included with the Bidding
Documents . Copies may be examined at Indian River County Administration
Building , Capital Projects , 2nd Floor , 1840 25th Street , Vero Beach FL 32960 during
regular business hours . These reports and drawings are not part of the Contract
Documents .
SC-4 . 03 Differing Subsurface or Physical Conditions
SC-4 . 03 . C . 3 Delete the following text from the second sentence of paragraph GC-4. 03. C. 3:
00800 - Supplementary Conditions 2006041
008004
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
SC4. 06 Hazardous Environmental Conditions at Site
SC -4 . 06 . 13 Delete paragraph GC-4 . 06. G in its entirety.
SC-4 . 06 . H Delete paragraph GC-4 . 06. H in its entirety.
SC-5 . 01 Performance , Payment and Other Bonds
SC - 5 . 01 . A . Delete paragraph GC-5. 01 . A in its entirety and insert the following paragraph in its
place:
A . Within ten ( 10 ) days of receipt of the Contract Documents for execution , the
CONTRACTOR shall furnish a Performance Bond in an amount equal to 125 % of
the Contract Price and a Payment Bond in an amount equal to 100 % of the
Contract Price ,
1 . The CONTRACTOR shall provide two separate bonds . A combined
Payment and Performance Bond for 125 % of the Contract Price is not an
acceptable substitute .
2 . Such Bonds shall continue in effect for one ( 1 ) year after acceptance of
the Work by the OWNER .
3 , The CONTRACTOR shall record , the Payment Bond and the
Performance Bond with the Public Record Section of the Indian River
County Courthouse located at 2000 16th Avenue , Vero Beach , Florida
32960 . The recorded bonds shall be forwarded to the Indian River
County Purchasing Division on or before the seventh day after they are
recorded . The CONTRACTOR shall pay all costs .
This paragraph may be acceptable to some private developers , but it is NOT acceptable
to Indian River County :
4 . In lieu of the Performance and Payment Bonds , the CONTRACTOR may
furnish an alternative form of security in the form of cash , money order,
certified check , cashier' s check , irrevocable letter of credit or a security as
listed in Part II of F . S . Chapter 625 . Any such alternative form of security
shall be for the same purpose , and be for the same amount and subject
to the same conditions as those applicable to the bond otherwise
required . The determination of the value of an alternative form of security
shall be made by the OWNER .
SC-5 . 01 . B . Delete paragraph GC-5. 01 . 6 in its entirety and insert the following paragraph in its
place:
B . All Bonds shall be in the form prescribed by the Contract Documents except as
provided otherwise by Laws or Regulations , and shall be executed by such
sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring
Companies" as published in Circular 570 ( amended ) by the Financial Management
Service , Surety Bond Branch , U . S . Department of the Treasury . The sureties for
. all Bonds must be authorized to issue surety bonds in Florida . The
CONTRACTOR shall require the attorney- in -fact who executes any Bond , to affix
to each a current certified copy of their Power of Attorney , reflecting such
4 person ' s authority as Power of Attorney in the State of Florida . Further , at the
time of execution of the Contract , the CONTRACTOR shall for all Bonds , provide
a copy of the Surety' s current valid Certificate of Authority issued by the United
States Department of the Treasury under 31 United States Code sections 9304-
9308 .
00800 - Supplementary Conditions 2006041
00800 5
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
SC-5 . 03 Certificates of Insurance
SC - 5 . 03 Delete the second sentence of paragraph GC-5. 03 in its entirety.
SC-5 . 04 CONTRACTOR ' s Liability Insurance
SC - 5 . 04 Add the following new paragraphs immediately after paragraph GC-5. 04 . 6:
C . The limits of liability for the insurance required by paragraph 5 . 04 of the General
Conditions shall provide coverage for not less than the following amounts or
greater where required by Laws and Regulations :
1 . Worker' s Compensation : To meet statutory limits in compliance with the
Worker' s Compensation Law of Florida . This policy must include
Employer Liability with a limit $ 100 , 000 for each accident , $ 500 , 000
disease ( policy limit) and $ 100 , 000 disease ( each employee ) . Such
policy shall include a waiver of subrogation as against OWNER and
ENGINEER on account of injury sustained by an employee ( s ) of the
CONTRACTOR .
2 . Commercial General Liability : Coverage shall provide minimum limits of
liability of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily
Injury and Property Damage . This shall include coverage for :
a . Premises/Operations
b . Products/Completed Operations
C . Contractual Liability
d . Independent Contractors
e . Explosion
f . Collapse
g . Underground .
3 . Business Auto Liability : Coverage shall provide minimum limits of liability
of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and
Property Damage . This shall include coverage for :
a . Owner Autos
b . Hired Autos
C , Non -Owned Autos .
4 . CONTRACTOR ' s "All Risk" Insurance : CONTRACTOR shall secure
Builders ' Risk "All Risk" insurance at his expense and provide properly
completed and executed "Certificates of Insurance and Insurance
Endorsement" forms in the exact wording and format presented in these
Contract Documents before starting work .
5 . Special Requirements :
a . Ten ( 10 ) days prior to the commencement of any work under this
Contract , certificates of insurance and endorsement forms in the
exact wording and format as presented in these Contract
Documents will be provided to the OWNER ' s Risk Manager for
review and approval .
b . " Indian River County , a political subdivision of the state of Florida"
will be named as "Additional Insured" on both the General Liability ,
Auto Liability and Builder' s Risk "All Risk" Insurance .
C . The OWNER will be given thirty ( 30 ) days notice prior to
cancellation or modification of any stipulated insurance . Such
notification will be in writing by registered mail , return receipt
requested and addressed to the OWNER ' s Risk Manager .
00800 - Supplementary Conditions 2006041
008006
,,,, FAPublic Works\Capital Projects\Oslo Road Lateral J\eID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
d . An appropriate " Indemnification " clause shall be made a provision
of the Contract ( see paragraph 6 . 20 of the General Conditions ) .
e . It is the responsibility of the CONTRACTOR to insure that all
subcontractors comply with all insurance requirements .
f . It should be remembered that these are minimum requirements ,
which are subject to modification in response to high hazard
operation .
g . Insured must be authorized to do business and have an agent for
service of process in Florida and have an AAA policyholder' s
rating and financial rating of a least Class XI in accordance with
the most current Best ' s Rating .
D . Additional Insureds :
1 . In addition to " Indian River County , a political subdivision of the state of
Florida , " the following individuals or entities shall be listed as "additional
insureds" on the CONTRACTOR 7s liability insurance policies :
a . Indian River Farms Water Control District
SC-5 . 05 OWNER ' s Liability Insurance
SC -5 . 05 Delete paragraph GC-5. 05. A in its entirety.
SC-5 . 06 Property Insurance
SC-5 . 06 Delete paragraphs GC-5. 06.A, B, and C in their entirety and insert the following
paragraphs in their place:
A . CONTRACTOR shall purchase and maintain property insurance upon the Work at the
Site in the amount of the full replacement cost thereof . This insurance shall :
1 . include the interests of OWNER , CONTRACTOR , Subcontractors , ENGINEER ,
ENGINEER 's Consultants and any other individuals or entities identified in the
Supplementary Conditions , and the officers , directors , partners , employees , agents
and other consultants and subcontractors of any of them each of whom is deemed
to have an insurable interest and shall be listed as an insured or additional insured ;
2 , be written on a Builder' s Risk "All Risk" or open peril or special causes of loss
policy form that shall at least include insurance for physical loss and damage to the
Work , temporary buildings , falsework , and materials and equipment in transit and
shall insure against at least the following perils or causes of loss : fire , lightning ,
extended coverage , theft , vandalism and malicious mischief , earthquake , collapse ,
debris removal , demolition occasioned by enforcement of Laws and Regulations ,
water damage , and such other perils or causes of loss as may be specifically
required by the Supplementary Conditions .
3 . include expenses incurred in the repair or replacement of any insured property
( including but not limited to fees and charges of engineers and architects ) ;
4 . cover materials and equipment stored at the Site or at another location that was
agreed to in writing by OWNER prior to being incorporated in the Work , provided
that such materials and equipment have been included in an Application for
Payment recommended by ENGINEER ; and
00800 - Supplementary Conditions 2006041
008007
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
5 . allow for partial utilization of the Work by OWNER ;
6 . include testing and startup ; and
7 . be maintained in effect until final payment is made unless otherwise agreed to in
writing by OWNER , CONTRACTOR and ENGINEER with 30 days written notice to
each other additional insured to whom a certificate of insurance has been issued .
B . CONTRACTOR shall be responsible for any deductible or self- insured retention .
C . The policies of insurance required to be purchased and maintained by CONTRACTOR
in accordance with this paragraph SC-5 . 06 shall comply with the requirements of
paragraph 5 . 06 . 0 of the General Conditions .
SC-5 . 06 . E Delete paragraph GC-5. 06. E in its entirety and insert the following in its place:
E . Additional Insureds :
1 . In addition to " Indian River County , a political subdivision of the state of Florida , "
the following individuals or entities shall be listed as "additional insureds" on the
CONTRACTOR ' s property insurance policies :
a . Indian River County , Florida
SC-5 . 07 Waiver of Rights
SC-5 . 07 Delete GC-5. 07 (paragraphs A, 8, and C) in its entirety.
SC-5 . 08 Receipt and Application of Insurance Proceeds
SC-5 . 08 Delete GC-5. 08 (paragraphs A and 8) in its entirety.
SC-6 . 02 Labor ; Working Hours
SC- 6 . 02 . 13 . Add the following paragraphs immediately after paragraph GC- 6. 02. 8:
1 . Regular working hours are defined as Monday through Friday , excluding Indian
River County Holidays , from 7 a . m . to 5 p . m .
2 . Indian River County Holidays are : New Year' s Day , Good Friday , Memorial Day ,
Independence Day , Labor Day , Veterans Day , Thanksgiving Day , Friday after
Thanksgiving , Christmas Eve and Christmas Day . Working on these days will
not be permitted without prior written permission and approval from the Engineer.
3 . The CONTRACTOR shall receive no additional compensation for overtime work ,
i . e . , work in excess of eight hours in any one calendar day or 40 hours in any one
calendar week , even though such overtime work may be required under
emergency conditions and may be ordered by the ENGINEER in writing .
4 . All costs of inspection and testing performed during overtime work by the
CONTRACTOR , which is allowed solely for the convenience of the
CONTRACTOR , shall be borne by the CONTRACTOR , and a credit given to the
OWNER to deduct the costs of all such inspection and testing from any
payments otherwise due the CONTRACTOR .
5 . All costs of OWNER Is employees and costs of ENGINEER ' s Consultant resulting
from overtime work by the CONTRACTOR , which is allowed solely for the
convenience of the CONTRACTOR , shall be borne by the CONTRACTOR , and a
credit given to OWNER to deduct all such costs from any payments otherwise
due the CONTRACTOR .
00800 - Supplementary Conditions 2006041
008008
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
6 . No work shall commence before 7 a . m . or continue after 7 p . m . except in case of
emergency upon specific permission of the ENGINEER .
SC-6 . 05 Substitutes and " Or- Equals "
SC- 6 . 05 . A Delete paragraph GC-6. 05. A in its entirety and insert the following in its place:
A . Whenever an item of material or equipment is specified or described in the Con -
tract Documents by using the name of a proprietary item or the name of a
particular Supplier, that proprietary item or particular Supplier shall be used and no
other will be considered . If the specification or description contains or is followed
by words such as "equivalent" or "or- equal , " then the specification or description is
intended to establish the type , function , appearance , and quality required . In such
case , substitution of other items of material or equipment or material or equipment
of other Suppliers may be submitted to ENGINEER for review under the circum-
stances described below .
SC- 6 . 05 . A . 1 . a . ( ii ) Delete sentence GC-6. 05, A . 1 . a . (ii) in its entirety and insert the following in
its place:
( ii ) it will reliably perform at least equally well the function of the named item of
material or equipment, and ;
SC-6 . 06 Concerning Subcontractors , Suppliers , and Others
SC-6 . 06 . C . Add the following sentence at the end of paragraph GC-6. 06. C:
OWNER or ENGINEER may furnish to any such Subcontractor , Supplier , or other individual or
entity , to the extent practicable , information about amounts paid to CONTRACTOR on
w account of Work performed for CONTRACTOR by a particular Subcontractor , Supplier, or
other individual or entity.
SC- 6 . 08 Permits
SC- 6 . 08 Add the following paragraphs immediately after paragraph GC- 6. 08. A :
B . The OWNER has obtained the following permits ( copies of these permits are
contained in Appendix "A" ) :
1 . St . Johns River Water Management District
PERMIT NO . 400-061 - 97622 - 1
2 . Indian River Farms Water Control District
PERMIT NO . 05 - 81
C . The CONTRACTOR shall obtain and pay for all other required permits and
licenses . The CONTRACTOR shall provide copies of the permits to the
OWNER and ENGINEER and shall comply with all conditions contained in
the permits at no extra cost to the OWNER .
D . The CONTRACTOR shall be familiar with all permit requirements and shall be
responsible for complying with these requirements . The cost of this effort shall
be included in the pay item in which the work is most closely associated with .
00800 - Supplementary Conditions 2006041
d,
008009
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
SC-6 . 17 Shop Drawings and Samples
SC - 6 . 17 Add the following paragraph immediately after paragraph GC- 6. 17. F.-
G .
.G . Section 01340 — "Submittal of Shop Drawings , Product Data , and Samples"
shall
supplement Section 6 . 17 of the General Conditions . In the event of a conflict ,
Section 01340 shall govern .
SC- 6 . 20 Indemnification
SC- 6 . 20 Delete paragraph GC-6. 20. A in its entirety and insert the following in its place:
A . CONTRACTOR agrees to indemnify and hold harmless the OWNER , together
with its agents , employees , elected officers and representatives , from liabilities ,
damages , losses , and costs , including but not limited to , reasonable attorney's fees ,
to the extent caused by the negligence , recklessness or intentionally wrongful
conduct of the CONTRACTOR and persons employed or utilized by the
CONTRACTOR in the performance of this Work under this Agreement . This
indemnification and hold harmless provision shall survive the termination or
expiration of this Agreement .
SC-8 . 02 Replacement of Engineer
SC- 8 . 02 Delete the following text from paragraph GC-8. 02. A :
to whem CONTRACTOR makes no reasenable ebjeGt * GR ,
SC-9 . 09 Decisions on Requirements of Contract Documents and Acceptability of
Work
SC-9 . 09 Delete paragraph GC-9. 09. 6 in its entirety.
SC- 12 . 01 Change of Contract Price
SC - 12 . 01 . 6 . 2 Delete the following text from paragraph GC- 12. 01 . 8. 2 and add a "period" (. ) at
the end of the remaining text. :
with paFagraph 12 . 01 . G .-2
SC- 12 . 01 Delete paragraphs GC- 12. 01 . 8. 3 and GC- 12. 01 . 0 in their entirety.
SC- 12 . 06 Delay Damages
SC - 12 . 06 Delete paragraphs GC- 12. 06. A and GC- 12. 06. 8 in their entirety and insert the
following paragraph in their place:
A . In no event shall OWNER or ENGINEER be liable to CONTRACTOR , any
Subcontractor, any Supplier , or any other person or organization , or to any surety
for or employee or agent of any of them , for damages arising out of or resulting
from any delay whatsoever . The CONTRACTOR 's sole and exclusive remedy for
delays to the project are time extensions .
SC- 13 . 03 Test and Inspections
00800 - Supplementary Conditions 2006041
00800 10
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
Y SC- 13 . 03 . 13 . Delete paragraph GC- 13. 03. B in its entirety, and insert the following in its place:
B . OWNER shall employ and pay for the services of an independent testing
laboratory to perform all initial inspections , tests , or approvals required by the
Contract Documents except those inspections , tests , or approvals listed
immediately below . Subsequent inspections , tests , or approvals required after
initial failing inspections , tests , or approvals shall be paid for by the
CONTRACTOR by backcharge to subsequent applications for payment .
SC- 13 . 03 . 0 Delete GC- 13. 03. 0 in its entirety.
SC- 13 . 04 Uncovering Work
SC - 13 . 04 . 13 Delete portions of the last two sentences as follows:
If , however, such Work is not found to be defective , CONTRACTOR shall be allowed-an
lvgwp � +he rteE) RtFaGt PriGe OF
an extension of the Contract Times ( or Milestones ) ,-Er
beth-, directly attributable to such uncovering , exposure , observation , inspection , testing ,
replacement , and reconstruction . If the parties are unable to agree as to the alTleuRt er
extent thereof , CONTRACTOR may make a Claim therefor as provided in paragraph
10 . 05 .
SC- 13 . 05 OWNER May Stop the Work
SC- 13 . 05 . A . Delete paragraph GC- 13. 05. A in its entirety and insert the following paragraph in its
place:
A . If the Work is defective , or CONTRACTOR fails to supply sufficient skilled
workers or suitable materials or equipment , or fails to comply with permit
requirements , or fails to comply with the technical specifications , or fails to
perform the Work in such a way that the completed Work will conform to the
Contract Documents , OWNER may order CONTRACTOR to stop the Work , or any
portion thereof , until the cause for such order has been eliminated ; however , this
right of OWNER to stop the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of CONTRACTOR , any
Subcontractor, any Supplier , any other individual or entity , or any surety for , or
employee or agent of any of them .
SC- 14 . 02 Progress Payments
SC- 14 . 02 . 13 . 5 . Add the following paragraphs at the end of paragraph GC- 14. 02. 8. 5:
e . OWNER has been required to pay ENGINEER or ENGINEER ' s Consultant
additional compensation because of CONTRACTOR delays or rejection of
defective Work ; or
f . OWNER has been required to pay an independent testing laboratory for
subsequent inspections , tests , or approvals taken after initial failing inspections ,
tests , or approvals .
SC- 14 . 02 . C . 1 . Delete paragraph GC- 14 . 02. C. 1 in its entirety and insert the following
paragraph in its place:
00800 - Supplementary Conditions 2006041
All 0080011
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev . 05/01
C . Payment Becomes Due
1 . Payment shall be made by OWNER to CONTRACTOR according to the " Florida
Prompt Payment Act' ( F . S . Chapter 218 . 70 , et . seq . ) .
b SC- 14 . 02 . D . 1 . b Revise GC- 14. 02. D. 1 . b to read as follows:
b . Liens have been filed in connection with the Work .
SC- 14 . 02 . D . 1 Add the following paragraphs at the end of paragraph GC- 14. 02. D. 1 . d:
e . CONTRACTOR fails to make payment to Subcontractors for materials or labor in
accordance with the respective agreements between the CONTRACTOR and the
Subcontractors ;
f . the Work for which payment is requested cannot be verified ;
g . of persistent failure to carry out the Work in accordance with the Contract
Documents , or otherwise unsatisfactory prosecution of the Work ; or
h . of any other breach of , default under or violation of , or failure to comply with , the
provisions of the Contract Documents .
SC- 14 . 07 Final Payment
SC- 14 . 07 . C . 1 . Delete paragraph GC- 14. 07. C. 1 in its entirety and insert the following
paragraph in its place:
C . Payment Becomes Due
1 . Payment shall be made by OWNER to CONTRACTOR according to the " Florida
Prompt Payment Act' ( F . S . Chapter 218 . 70 , et . seq . ) .
SC- 14 . 09 Waiver of Claims
SC - 14 . 09 Delete paragraph GC- 14. 09. A in its entirety and insert the following paragraph in
its place:
A . Acceptance of Final Payment as Release . The acceptance by the
CONTRACTOR of final payment shall be and shall operate as a release to the
OWNER from all claims and all liability to the CONTRACTOR other than claims
in stated amounts as may be specifically excepted by the CONTRACTOR for all
things done or furnished in connection with this Work and for every act and
neglect of the OWNER and others relating to or arising out of this Work . Any
payment , however , final or otherwise , shall not release the CONTRACTOR or his
sureties from any obligations under the Contract Documents or the Payment and
Performance Bonds .
SC- 15 . 01 OWNER May Suspend Work
SC- 15 . 01 . A Delete the last sentence in paragraph GC- 15. 01 . A and insert the following in its
place:
CONTRACTOR shall be allowed an extension of the Contract Times , directly attributable
to any such suspension if CONTRACTOR makes a Claim for an extension as provided in
paragraph 10 . 05 . CONTRACTOR shall not be allowed an adjustment of the Contract
Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or
00800 - Supplementary Conditions 2006041
0080012
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 .doc Rev. 05/01
revenue or other economic loss arising out of or resulting from such Work suspension .
SC- 15 . 02 OWNER May Terminate For Cause
SC - 15 . 02 . A . 5 and SC - 15 . 02 . A . 6 Add the following new paragraphs immediately after
paragraph GC- 15. 02. A . 4 :
5 . CONTRACTOR ' s violation of Section 02225 — " Erosion Control and Treatment of
Dewatering Water From the Construction Site . "
6 . CONTRACTOR ' s failure to make payment to Subcontractors or Suppliers for
materials or labor in accordance with the respective agreements between the
CONTRACTOR and the Subcontractors or Suppliers .
SC - 15 . 02 . 6 Delete the third sentence in paragraph GC- 15. 02. 6 and insert the following in its
place:
.� If the unpaid balance of the Contract Price exceeds all claims , costs , losses , and damages
( including but not limited to all fees and charges of engineers , architects , attorneys , and
other professionals and dispute resolution or litigation costs) sustained by OWNER arising
out of or relating to completing the Work , CONTRACTOR will be paid for acceptable
earned Work that is fully completed or partially completed , and executed in accordance
with the Contract Documents , prior to the effective date of termination .
SC - 15 . 02 . D Add the following new paragraph immediately after paragraph GC- 15. 02. C:
D . CONTRACTOR shall not be paid on account of loss of anticipated profits or
revenue or other economic loss arising out of or resulting from such termination .
SC-15 . 03 OWNER May Terminate For Convenience
SC- 15 . 03 . A . 3 Delete paragraph GC- 15. 03.A . 3 in its entirety.
SC- 15 . 04 CONTRACTOR May Stop Work or Terminate
SC- 15 . 04 Delete the following text from the first sentence of paragraph GC- 15. 04. A :
er OWNER fails feF 30 days te pay CONTRACTOR aRY GUM finally deterMiRed te be due ,
SC- 15 . 04 Delete the following text from the second sentence of paragraph GC- 15. 04.A :
E) F QVVNF= R has failed fer 30 days to pay C. C.) NITRACTOR any sum finally determined to be
SC- 16 DISPUTE RESOLUTION
SC- 16 . 01 . A . Delete paragraph GC- 16. 01 . A in its entirety and insert the following paragraph in its
place:
. A . Dispute resolution and procedures : OWNER and CONTRACTOR agree that they
may submit any and all unsettled Claims or counterclaims , disputes , or other
matters in question between them arising out of or relating to the Contract Docu -
ments or the breach thereof , to mediation by a certified mediator of the 19th
Judicial Circuit in Indian River County . If mediation is unsuccessful , OWNER and
00800 - Supplementary Conditions 2006041
00800 13
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev. 05/01
CONTRACTOR may exercise such rights or remedies as either may otherwise
have under the Contract Documents or by Laws or Regulations in respect of any
dispute .
SC- 17 . 05 Controlling Law
SC- 17 . 05 . A . Delete paragraph GC- 17. 05. A in its entirety and insert the following paragraph in its
place:
A . This Agreement shall be governed by the laws of the State of Florida . Venue for
any lawsuit brought by either party against the other party or otherwise arising out
of this Contract shall be in Indian River County , Florida , or in the event of a federal
jurisdiction , in the United States District Court for the Southern District of Florida .
Add the following new paragraphs immediately after paragraph GC17. 05:
SC- 17 . 06 Liens
A . This project is a " Public Works" under Chapter 255 , Florida Statutes . No
merchant' s liens may be filed against the OWNER . Any claimant may apply to
the OWNER for a copy of this Contract . The claimant shall have a right of action
against the CONTRACTOR for the amount due him . Such action shall not
involve the OWNER in any expense . Claims against the CONTRACTOR are
subject to timely prior notice to the CONTRACTOR as specified in Florida
Statutes Section 255 . 05 . The CONTRACTOR shall insert the following
paragraph in all subcontracts hereunder :
" Notice : Claims for labor , materials and supplies are not assessable against
Indian River County and are subject to proper prior notice to ( CONTRACTOR ' S
Name) and to ( CONTRACTOR Surety Company Name ) , pursuant to Chapter
255 of the Florida Statutes . This paragraph shall be inserted in every sub -
subcontract hereunder. " The payment due under the Contract shall be paid by
the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished
the OWNER with an affidavit stating that all persons , firms or corporations who
are defined in Section 713 . 01 , Florida Statutes , who have furnished labor or
materials , employed directly or indirectly in the Work , have been paid in full . The
OWNER may rely on said affidavit at face value . The CONTRACTOR does
hereby release , remiss and quit- claim any and all rights he may enjoy perfecting
any lien or any other type of statutory common law or equitable lien against the
job .
++ END OF SUPPLEMENTARY CONDITIONS ++
00800 - Supplementary Conditions 2006041
0080014
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS 2006041 \00800 - Supplementary Conditions 2006041 . doc Rev . 05/01
DIVISION 1 GENERAL REQUIREMENTS
SECTION 01009 Special Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
SECTION 01050 Field Engineering and Layout . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . 2
SECTION 01091 Reference Standards . . , . . , . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . P . . . . . . . . . . . . . . . . . 4
SECTION 01215 General Quality Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . 5
SECTION 01220 Progress Meetings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
SECTION 01310 Construction Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . 8
SECTION 01520 Construction Facilities and Temporary Controls . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 9
SECTION 01541 Protection of the Work and Property . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . l 1
SECTION 01550 Access Roads , Parking Areas , and Use of Public Streets . . . . . . . . . . . . . . . . . . . . 15
SECTION 01610 Transportation and Handling of Materials and Equipment . . . . . . . . . . . . . . . . . . 16
SECTION 01611 Storage of Material and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . 17
SECTION 01630 Substitutions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
SECTION 01710 Site Cleanup and Restoration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0
. . . . . . . . . . . . . . . . . . 20
SECTION 01720 Record Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . 22
SECTION 01820 Post Final Inspection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . 24
GENERAL REQUIREMENTS
GR - 1
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
SECTION 01009 SPECIAL PROVISIONS
w 1 . 1 GENERAL
A . Visits to the construction site may be made by representatives of permitting
or governing bodies . Submit details of all instructions from the above to the
ENGINEER immediately . The Work will not be accepted by the OWNER
until final acceptance has been received from the various Regulatory
Agencies having jurisdiction .
B . Furnish sufficient labor , construction equipment and materials , and work
such hours , including night shifts and overtime operations , as may be
necessary to insure the prosecution of the work in accordance with the
approved progress schedule . If , in the opinion of the ENGINEER , the
CONTRACTOR falls behind the progress schedule , take such steps as may
be necessary to improve progress , all without additional cost to the
OWNER . The ENGINEER shall be compensated for his overtime services in
accordance with the Supplementary Conditions , SC- 6 . 02 ,
C . All salvageable material and equipment for which specific use , relocation or
other disposal is not specifically noted , shall remain the property of the
OWNER and shall be delivered to the OWNER at the following location :
4550 41 st Street , at the CONTRACTOR ' s expense . All material and
equipment not in salvageable condition , as determined by the ENGINEER
and the OWNER , shall be disposed of by the CONTRACTOR , at the
CONTRACTOR ' s expense .
D . In addition to these Specifications all work must comply with the
requirements of the local governing agency , St . Johns River Water
Management District , Department of Environmental Protection , Corps of
Engineers , Indian River Farms Water Control District , and all other
applicable State or Federal agencies ' specifications and permits . In the
event of a conflict , the more stringent specification or requirement shall
govern .
E . Before performing any work outside the designated limits of the work site ,
secure any necessary permits and authorization from the applicable owner ,
or verify in writing that such has been previously obtained . Follow all
requirements of any said permits or authorization . Give the ENGINEER and
appropriate owner ten ( 10) days minimum notice before commencing
construction operations outside the designated limits of the work site .
Adjacent property owners at time of bidding are listed below .
SECTION 01050 FIELD ENGINEERING AND LAYOUT
1 . 1 GENERAL
A . The CONTRACTOR will furnish all construction staking for the project . All
staking from control will be under the supervision of a Florida Registered Land
Surveyor ,
GENERAL REQUIREMENTS
GR -2
F :\Public Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
B . Develop and make all detail surveys and measurements needed for construction
including but not limited to , slope stakes , batter boards , piling layouts and all
other working lines , elevations and cut sheets .
C . Keep a transit and leveling instrument on the site at all times and a skilled
instrument man available whenever necessary for layout of the Work .
D . Provide all material required for benchmarks , control points , batter boards , grade
stakes , and other items .
, E . Be solely responsible for all locations , dimensions and levels . No data other than
written orders of the ENGINEER shall justify departure from the dimensions and
levels required by the Drawings .
F . Safeguard all points , stakes , grademarks , monuments and benchmarks made or
established on the Work , and reestablish same , if disturbed . Rectify all Work
improperly installed because of not maintaining , not protecting or removing
without authorization such established points , stakes , marks and monuments .
G . When requested by the ENGINEER , provide such facilities and assistance as
may be necessary for the ENGINEER to check line and grade points placed by
the CONTRACTOR . Do no excavation or embankment work until all
cross -sectioning necessary for determining pay quantities has been completed
and checked by the ENGINEER .
H . The cost of performing engineering and layout work described above shall be
included in the contract unit prices for the various items of work to which it is
incidental . No separate payment will be made for surveying or engineering .
1 . 2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR
A . Prior to commencing work , the CONTRACTOR shall satisfy himself as to the
accuracy of all survey and existing site information as indicated in the Contract
Documents . Immediately notify the ENGINEER upon discovery of any errors ,
inaccuracies or omissions in the survey data . The commencing of any of the work
by the CONTRACTOR shall be held as the CONTRACTOR ' s acceptance that all
survey or existing site information is correct and accurate , without any reasonably
inferable errors , inaccuracies or omissions .
B . The CONTRACTOR shall carefully preserve all control stakes , benchmarks ,
reference points and property corners and will be responsible for any mistake or
loss of time caused by their unnecessary loss or disturbance . If the loss or
disturbance of the stakes or marks cause a delay in the Work , the CONTRACTOR
shall have no claim for damages or extension of time . Control stakes ,
benchmarks , reference points and property corners disturbed by the
CONTRACTOR 's work shall be replaced by a Florida Registered Land Surveyor
and Mapper , at the CONTRACTOR 's expense . In the event the Owner must
provide the services of the Florida Registered Surveyor and Mapper to perform
this replacement work , the cost of the surveying services will be deducted from
any sums due the CONTRACTOR for the work performed under this Contract .
GENERAL REQUIREMENTS
GR - 3
FAPublic Works\Capital Projects\Oslo Road Lateral MID DOCUMENTS\DIVISION 1 - General Requirements . doc
a.
5/23/01
C . All survey work shall be performed under the guidance and direction of a Florida
Registered Surveyor and Mapper .
D . All survey work for Record Drawings shall be performed by a Florida Registered
Surveyor and Mapper .
1 . 3 STATION BOARDS
A . CONTRACTOR shall erect and maintain white/black standard FDOT station
markers every 100 feet .
1 . 4 LAYOUT OF STRIPING
Establish by instrument , and mark the finished surface , the points necessary for
striping finished roadway in conformance with Section 5 - 7 of FDOT Standard
Specifications .
~ SECTION 01091 REFERENCE STANDARDS
1 . 1 GENERAL
A . Whenever reference is made to the furnishing of materials or testing thereof
to conform to the standards of any technical society , organization or body , it
shall be construed to mean the latest standard , code , specification or
tentative specification adopted and published at the date of advertisement
for bids , unless noted otherwise in the Technical Specifications or on the
Drawings . When a reference standard is specified , comply with
requirements and recommendations stated in that standard , except when
they are modified by the Contract Documents , or when applicable laws ,
ordinances , rules , regulations or codes establish stricter standards . The list
of specifications presented in Paragraph B is hereby made a part of the
Contract , the same as if repeated herein in full .
B . Reference to a technical society , organization , or body may be made in the
Specifications by abbreviations , in accordance with the following list :
AASHTO The American Association of State Highway and
Transportation Officials
ACI American Concrete Institute
AGA American Gas Association
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Materials
` AWPA American Wood Preservers Association
AWWA American Water Works Association
GENERAL REQUIREMENTS
GR - 4
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
AWS American Welding Society
FED . SPEC . Federal Specifications
CRSI Concrete Reinforcing Steel Institute
FDEP/ DEP Florida Department of Environmental Protection
DNR Department of Natural Resources
NCPI National Clay Pipe Institute
NEMA National Electrical Manufacturers Association
NEC National Electric Code
NSPE National Society of Professional Engineers
OSHA Occupational Safety and Health Administration
PCI Prestressed Concrete Institute
FDOT/ DOT Florida Department of Transportation
U . L . , Inc . Underwriter's Laboratories , Inc .
SSPC Steel Structures Painting Council
SJRWMD St . Johns River Water Management District
C . When no reference is made to a code , standard or specification , the
standard specifications of ASTM , FDOT , or ANSI shall govern .
D . In the event of a conflict between the specifications prepared by the
ENGINEER and the above referenced specifications and standards , or any
other regulatory specification or standard , the more stringent requirement
prevails .
SECTION 01215 GENERAL QUALITY CONTROL
1 . 1 DESCRIPTION OF REQUIREMENTS
A . Definitions : Specific quality control requirements for the work are indicated
throughout the Contract Documents . The requirements of this section are
primarily related to the performance of the work beyond the furnishing of
manufactured products . The term " Quality Control " includes , but is not
necessarily limited to , inspection and testing and associated requirements . This
section does not specify or modify the OWNER and ENGINEER duties relating
. to quality review and Contract surveillance .
1 . 2 RESPONSIBILITY FOR INSPECTIONS AND TESTS
A . Residual OWNER Responsibility : The OWNER will employ and pay for the
services of independent testing laboratories to perform those required
inspections and tests .
B . CONTRACTORS General Responsibility : No failure of test agencies , whether
engaged by the OWNER or CONTRACTOR , to perform adequate inspections of
GENERAL REQUIREMENTS
GR - 5
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 1 - General Requirements . doc
«. 5/23/01
tests or to properly analyze or report results , shall relieve the CONTRACTOR of
responsibility for the fulfillment of the requirements of the Contract Documents . It
is recognized that the required inspection and testing program is intended to
assist the CONTRACTOR , OWNER , ENGINEER , and governing authorities in
the nominal determination of probable compliance with requirements for certain
crucial elements of work . The program is not intended to limit the
CONTRACTOR in his regular quality control program , as needed for general
assurance of compliance .
1 . 3 QUALITY ASSURANCE
A . General Workmanship Standards : It is a requirement that each category of
tradesman or installer performing the work be pre - qualified , to the extent of being
familiar with the applicable and recognized quality standards for his category of work ,
and being capable of workmanship complying with those standards .
1 . 4 PRODUCT DELIVERY- STORAGE - HANDLING
Handle , store and protect materials and products , including fabricated
components , by methods and means which will prevent damage , deterioration and
losses ( and resulting delays) , thereby ensuring highest quality results as the
performance of the work progresses . Control delivery schedules so as to minimize
unnecessary long -term storage at the project site prior to installation .
1 . 5 PROJECT PHOTOGRAPHS/VIDEOS
A . The CONTRACTOR shall make provisions , at his expense , for video tapes of all work
areas just prior to construction , and for unusual conditions during construction . The
videos shall show pertinent physical features along the line of construction . The
purpose of the videos is to determine any damage to private or public property during
construction .
B . Pre -Construction Video :
1 . Contractor shall provide the Owner with a video record and one copy of the
existing conditions prior to construction . This video shall be a standard VHS
cassette format , and shall be narrated .
2 . The video shall include , but not be limited to , the following items shown in a clear
manner :
1 ) All existing features within the right- of-way .
2 ) All existing features within the temporary construction easement .
3 ) All existing features within permanent easements .
4) All existing features adjacent to any construction .
3 . Detail of the video shall be such that the following examples shall be clear and
visible :
1 ) Cracks in walls .
2 ) Condition of fencing .
GENERAL REQUIREMENTS
GR - 6
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
3 ) Condition of planted areas and types of vegetation .
4) Condition of sodded areas .
5 ) Conditions of sprinkler systems and associated controls and wiring .
6 ) Condition of signs .
- 7 ) Conditions of lighting and associated wiring .
8 ) Significant detail of any pre - existing damages physical features shall be
shown . The coverage of the video should include the limits of effects of
the use of vibratory rollers .
9 ) This video record shall be presented to the Owner within 30 days of the
Notice to Proceed . A copy shall be kept in the Contractor' s field office .
10) Payment — No additional payment will be made for this work .
" SECTION 01220 PROGRESS MEETINGS
1 . 1 SCOPE
A . Date and Time :
1 . Regular Meetings : As mutually agreed upon by ENGINEER and
CONTRACTOR .
2 , Other Meetings : On call .
B . Place : CONTRACTOR ' S office at Project site or other mutually agreed upon
location .
C . ENGINEER shall prepare agenda , preside at meetings , and prepare and distribute
a transcript of proceedings to all parties .
D . CONTRACTOR shall provide data required and be prepared to discuss all items
on agenda .
1 . 2 MINIMUM ATTENDANCE
A . CONTRACTOR
B . SUBCONTRACTOR :
When needed for the discussion of a particular agenda item , CONTRACTOR shall
require representatives of Subcontractors or suppliers to attend a meeting .
r C . ENGINEER .
D . OWNER ' S representative , if required .
E . Utility Representatives
F . Others as appropriate .
G . Representatives present for each party shall be authorized to act on their behalf .
GENERAL REQUIREMENTS
GR - 7
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
" ` 5/23/01
1 . 3 AGENDA
Agenda will include , but will not necessarily be limited to , the following :
1 . Transcript of previous meeting .
2 . Progress since last meeting .
3 . Planned progress for next period .
4 . Problems , conflicts and observations .
5 . Change Orders ,
6 . Status of Shop Drawings ,
7 . Quality standards and control .
8 . Schedules , including off-site fabrication and delivery schedules . Corrective
measures , if required .
9 . Coordination between parties .
10 . Safety concerns .
11 . Other business .
SECTION 01310 CONSTRUCTION SCHEDULES
1 . 1 GENERAL REQUIREMENTS
A . No partial payments shall be approved by the ENGINEER until there is an
approved construction progress schedule on hand .
B . Designate an authorized representative who shall be responsible for
development and maintenance of the schedule and of all progress and
payment reports . This representative shall have direct project control and
complete authority to act on behalf of the CONTRACTOR in fulfilling the
commitments of the CONTRACTOR ' s schedules .
1 . 2 REVISIONS TO THE CONSTRUCTION SCHEDULES
When the ENGINEER requires the CONTRACTOR to submit revised ( updated )
progress schedules on a monthly basis the CONTRACTOR shall :
. A . Indicate the progress of each activity to the date of submission .
B . Show changes occurring since the previous submission listing :
1 . Major changes in scope .
2 . Activities modified since the previous submission .
3 . Revised projections of progress and completion .
4 . Other identifiable changes .
C . Provide a narrative report as needed to define :
1 . Problem areas , anticipated delays , and the impact on the schedule .
GENERAL REQUIREMENTS
GR - 8
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
2 . Corrective action recommended and its effect .
3 . The effect of changes on schedules of other prime contractors .
1 . 3 SUBMISSION OF THE CONSTRUCTION SCHEDULES
On or before the tenth day after the effective date of the Agreement , submit the
initial schedules to the ENGINEER . The ENGINEER will review the schedules and
return a review copy to the CONTRACTOR within 21 days after receipt . If required
by the ENGINEER , resubmit revised schedules on or before the seventh day after
receipt of the review copy . If required by the ENGINEER , submit revised monthly
progress schedules with that month ' s application for payment .
1 . 4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES
A . After receiving approval by the ENGINEER , distribute copies of the
approved initial schedule and all reviewed revisions ( updated ) to :
1 . Job site file .
2 . Subcontractors ,
3 . Other concerned parties .
4 . OWNER (two copies ) .
5 . ENGINEER
B . In the cover letter , instruct recipients to report promptly to the
CONTRACTOR , in writing , any problems anticipated by the projections
shown in the schedules .
SECTION 01520 CONSTRUCTION FACILITIES AND
TEMPORARY CONTROLS
1 . 1 SCOPE
A . Provide all construction equipment and facilities and temporary controls
required to satisfactorily complete the work represented on the Drawings
and described in the Specifications .
1 . 2 RESPONSIBILITY
A . All construction facilities and temporary controls remain the property of the
Contractor establishing them and shall be maintained in a safe and useful
condition until removed from the construction site .
B . All false work , scaffolding , ladders , hoistways , braces , pumps , roadways ,
sheeting , forms , barricades , drains , flumes , and the like , any of which may
be needed in construction of any part of the work and which are not herein
described or specified in detail , must be furnished , maintained and removed
by the CONTRACTOR , who is responsible for the safety and efficiency of
such work and for any damage that may result from their failure or from their
improper construction , maintenance or operation .
GENERAL REQUIREMENTS
GR - 9
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
C . In accepting the Contract , the CONTRACTOR assumes full responsibility for
the sufficiency and safety of all hoists , cranes , temporary structures or work
and for any damage which may result from their failure or their improper
construction , maintenance or operation and will indemnify and save
harmless the OWNER and ENGINEER from all claims , suits or actions and
damages or costs of every description arising by reason of failure to comply
with the above provision .
1 . 3 TEMPORARY UTILITIES AND SERVICES
A . TEMPORARY WATER
1 . Provide a temporary water service as required for all construction
purposes and pay for all water used .
2 . Furnish potable drinking water in suitable dispensers and with cups
for use of all employees at the job .
3 . Provide all temporary piping , hoses , etc . , required to transport water
to the point of usage by all trades .
4 . When temporary water service is no longer required , remove all
temporary water lines .
B . TEMPORARY SANITARY FACILITIES
1 . Provide temporary toilet facilities separate from the job office .
Maintain these during the entire period of construction under this
Contract for the use of all construction personnel on the job . Provide
enough chemical toilets to conveniently serve the needs of all
personnel . Properly seclude toilet facilities from public observation .
2 . Chemical toilets and their maintenance shall meet the requirements
of State and local health regulations and ordinances . Immediately
correct any facilities or maintenance methods failing to meet these
requirements . Upon completion of work , remove the facilities from
the premises .
1 . 4 SECURITY
Full time watchmen will not be specifically required as a part of the Contract , but the
CONTRACTOR shall provide inspection of work area daily and shall take whatever
measures are necessary to protect the safety of the public , workmen , and materials ,
and provide for the security of the site , both day and night .
1 . 5 TEMPORARY CONTROLS
Take all necessary precautions to control dust and mud associated with the work of
this Contract . In dry weather , spray dusty areas daily with water in order to control
dust . Take necessary steps to prevent the tracking of mud onto adjacent streets and
highways .
GENERAL REQUIREMENTS
GR - 10
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
"' 5/23/01
1 . 6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES
Remove the various temporary facilities , services , and controls and legally dispose of
them as soon as the work is complete . The areas of the site used for temporary
facilities shall be properly reconditioned and restored to a condition acceptable to the
OWNER .
w SECTION 01541 PROTECTION OF THE WORK AND
PROPERTY
1 . 1 GENERAL
A . CONTRACTOR shall be responsible for taking all precautions , providing all
programs , and taking all actions necessary to protect the Work and all public and
private property and facilities from damage as specified in the General Conditions
and herein .
. B . In order to prevent damage , injury or loss , CONTRACTOR ' S actions shall include ,
but not be limited to , the following :
1 . Store apparatus , materials , supplies , and equipment in an orderly , safe
manner that will not unduly interfere with the progress of the Work or the
Work of any other Contractor or utility service company .
2 . Provide suitable storage facilities for all materials , which are subject to injury by
exposure to weather , theft , breakage , or otherwise .
3 . Place upon the Work or any part thereof , only such loads as are consistent
with the safety of that portion of the Work .
4 . Clean up frequently all refuse , rubbish , scrap materials , and debris caused by
construction operations , so that at all times , the site of the Work presents a
safe , orderly , and workmanlike appearance .
5 . Provide barricades and guard rails around openings , for scaffolding , for
temporary stairs and ramps , around excavations , elevated walkways and
other hazardous areas .
C . Except after written consent from proper parties , do not enter or occupy
privately- owned land with men , tools , materials or equipment , except on
easements provided herein .
D . Assume full responsibility for the preservation of all public and private property or
facility on or adjacent to the site . If any direct or indirect damage is done by or on
account of any act , omission , neglect or misconduct in the execution of the Work
by the CONTRACTOR , it shall be restored by the CONTRACTOR , at its expense ,
to a condition equal to or better than that existing before the damage was done .
1 . 2 BARRICADES AND WARNING SIGNALS
Where Work is performed on or adjacent to any roadway , right- of-way , or public
place , provide barricades , fences , lights , warning signs , danger signals , and
watchmen , and take other precautionary measures for the protection of persons or
property and of the Work . Paint barricades so they are visible at night . From sunset
to sunrise , furnish and maintain at least one light at each barricade . Erect sufficient
barricades to keep vehicles from being driven on or into Work under construction .
Furnish watchmen in sufficient numbers to protect the Work . CONTRACTOR ' s
GENERAL REQUIREMENTS
GR - 11
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 1 - General Requirements . doc
y. 5/23/01
responsibility for the maintenance of barricades , signs , lights , and for providing
watchmen shall continue until OWNER accepts the Project .
1 . 3 TREE AND PLANT PROTECTION
A . Protect existing trees , shrubs and plants on or adjacent to the site that are shown
or designated to remain in place against unnecessary cutting , breaking or skinning
of trunk , branches , bark or roots .
B . Do not store or park materials or equipment within the drip line .
C . Install temporary fences or barricades to protect trees and plants in areas subject
to traffic .
D . Fires shall not be permitted under or adjacent to trees and plants .
E . Within the limits of the Work , water trees and plants that are to remain , in order to
maintain their health during construction operations .
F . Cover all exposed roots with burlap and keep it continuously wet . Cover all
exposed roots with earth as soon as possible . Protect root systems from
mechanical damage and damage by erosion , flooding , run - off or noxious materials
in solution .
G . If branches or trunks are damaged , prune branches immediately and protect the
cut or damaged areas with emulsified asphalt compounded specifically for
horticultural use .
H . Remove all damaged trees and plants that die or suffer permanent injury and
replace them with a specimen of equal or better quality .
I . Coordinate Work in this Section with requirements of other sections herein .
1 . 4 PROTECTION OF IRRIGATION
The CONTRACTOR shall be responsible for maintaining in good condition all
irrigation systems within the easements , which could be damaged by construction
activities . The CONTRACTOR shall repair any irrigation systems damaged by
construction activities within two (2 ) days . Irrigation systems partially within the right-
of-way of Kings Highway and all intersecting side streets within project limits may be
cut off and capped or connected to same system to maintain functionality . The
CONTRACTOR shall be responsible for maintaining the functionality of the remaining
portion of the system if it should fall outside of the right- of-way .
1 . 5 PROTECTION OF EXISTING STRUCTURES
A . Underground Structures :
1 . Underground structures are defined to include , but not be limited to , all sewer ,
water , gas , and other piping , and manholes , chambers , electrical conduits ,
tunnels and other existing subsurface work located within or adjacent to the
limits of the Work .
2 . All underground structures known to ENGINEER except service connections
for water , sewer , electric , and telephone are shown . This information is
GENERAL REQUIREMENTS
GR - 12
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
z 5/23/01
shown for the assistance of CONTRACTOR in accordance with the best
information available , but is not guaranteed to be correct or complete . The
existing utilities shown on the Contract Drawings are located according to the
information available to the ENGINEER at the time the Drawings were
prepared and have not been independently verified by the OWNER or the
ENGINEER . Guarantee is not made that all existing underground utilities are
shown or that the locations of those shown are accurate . The locations
shown are for bidding purposes only . Finding the actual location of any
existing utilities is the CONTRACTOR ' s responsibility and shall be done
before it commences any work in the vicinity . Furthermore , the
CONTRACTOR shall be fully responsible for any and all damages , which
might be occasioned by the CONTRACTOR 's failure to exactly locate and
preserve any and all underground utilities . The OWNER or ENGINEER will
assume no liability for any damages sustained or costs incurred because of
the CONTRACTOR 's operations in the vicinity of existing utilities or
structures , nor for temporary bracing and shoring of same . If it is necessary
to shore , brace , or swing a utility , contact the utility company or department
affected and obtain their permission regarding the method to use for such
work .
3 . Contact the various utility companies which may have buried or aerial utilities
within or near the construction area before commencing work . Provide 48
hours minimum notice to all utility companies prior to beginning construction .
4 . Schedule and execute all work involving existing utilities in order to minimize
necessary interruption of services . Whenever such interruption is necessary
for completion of the work , notify the ENGINEER and the appropriate utility at
least 48 hours in advance . Perform all work to repair/ restore utility service to
the satisfaction of the appropriate utility . Include all costs related to service
maintenance , interruption , and restoration in the appropriate line item in the
Contract .
5 . Where it is necessary to temporarily interrupt house or business services , the
CONTRACTOR shall notify the owner or occupant , both before the
.• interruption (24 - hour minimum ) , and again immediately before service is
resumed . Before disconnecting and pipes or cables , the CONTRACTOR
shall obtain permission from their owner , or shall make suitable arrangement
for their disconnection by their owner . 6 . Explore ahead of trenching and
excavation work and uncover all obstructing underground structures suffi -
ciently to determine their location , to prevent damage to them and to prevent
interruption of the services which such structures provide . If CONTRACTOR
damages an underground structure , restore it to original condition at
CONTRACTOR ' s expense .
7 . Necessary changes in the location of the Work may be made by ENGINEER ,
to avoid unanticipated underground structures .
8 . If permanent relocation of an underground structure or other subsurface
facility is required and is not otherwise provided for in the Contract
Documents , ENGINEER will direct CONTRACTOR in writing to perform the
GENERAL REQUIREMENTS
GR - 13
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
Work , which shall be paid for under the provisions of Article 11 of the General
Conditions .
B . Surface Structures :
1 . Surface structures are defined as structures or facilities above the ground
surface . Included with such structures are their foundations and any
. extension below the surface . Surface structures include , but are not limited
to , buildings , tanks , walls , bridges , roads , dams , channels , open drainage ,
piping , poles , wires , posts , signs , markers , curbs , walks and all other facilities
that are visible above the ground surface .
C . Protection of Underground and Surface Structures :
1 . Sustain in their places and protect from direct or indirect injury , all
underground and surface structures located within or adjacent to the limits of
the Work . Such sustaining and supporting shall be done carefully , and as
required by the party owning or controlling such structure . Before proceeding
with the work of sustaining and supporting such structure , satisfy the
ENGINEER that the methods and procedures to be used have been approved
by the party owning same .
2 . Assume all risks attending the presence or proximity of all underground and
surface structures within or adjacent to the limits of the Work .
CONTRACTOR shall be responsible for all damage and expense for direct or
indirect injury caused by its Work to any structure . CONTRACTOR shall
repair immediately all damage caused by his work , to the satisfaction of the
OWNER of the damaged structure .
D . All other existing surface facilities , including but not limited to , guard rails , posts ,
guard cables , signs , poles , markers , and curbs which are temporarily removed to
facilitate installation of the Work shall be replaced and restored to their original
condition at CONTRACTOR ' S expense .
1 . 6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES
A . The CONTRACTOR shall be responsible for and make good all damage to
pavement beyond the limits of this Contract , buildings , telephone or other cables ,
water pipes , sanitary pipes , or other structures which may e encountered , whether
or not shown on the Drawings .
B . Information shown on the Drawings as to the location of existing utilities has been
prepared from the most reliable data available to the Engineer . This information is
not guaranteed , however , and it shall be this CONTRACTOR ' s responsibility to
determine the location , character and depth of any existing utilities . He shall assist
the utility companies , by every means possible to determine said locations .
Extreme caution shall be exercised to eliminate any possibility of any damage to
utilities resulting from his activities .
1 . 7 ADJUSTMENTS OF UTILITY CASTINGS , COVERS AND BOXES
A . All existing utility castings , including valve boxes , junction boxes , manholes , pull
boxes , inlets and similar structures in the areas of construction that are to remain
GENERAL REQUIREMENTS
GR - 14
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
in service shall be adjusted by the CONTRACTOR to bring them flush with the
surface of the finished work .
B . The CONTRACTOR shall coordinate the utilities to ensure proper construction
sequencing . CONTRACTOR shall make available survey reference markers to
the various utility companies .
SECTION 01550 ACCESS ROADS PARKING AREAS , AND
USE OF PUBLIC STREETS
1 . 1 GENERAL
A . Provide all temporary construction roads , walks and parking areas required during
.. construction and for use of emergency vehicles . Design and maintain temporary
roads and parking areas so they are fully usable in all weather conditions .
B . Prevent interference with traffic and the OWNER 's operations on existing roads .
.. Indemnify and save harmless the OWNER from any expenses caused by
CONTRACTOR 's operations over these roads .
C . Roadways damaged by CONTRACTOR shall be restored to their original condition
by the CONTRACTOR subject to approval of the OWNER or ENGINEER .
D . Remove temporary roads , walks and parking areas prior to final acceptance and
return the ground to its original condition , unless otherwise required by the
Contract Documents ,
1 . 2 USE OF PUBLIC STREETS
The use of public streets and alleys shall be such as to provide a minimum of
inconvenience to the public and to other traffic . Any earth or other excavated material
spilled from trucks shall be removed immediately by the CONTRACTOR and the
streets cleaned to the satisfaction of the Owner .
1 . 3 USE OF PUBLIC STREETS FOR HAUL ROADS
A . Prior to construction , the CONTRACTOR shall designate all proposed haul
roads to be used during the life of the project . Any earth or other materials
spilled from trucks shall be removed by the CONTRACTOR and streets
cleaned to the satisfaction of the Owner . He further shall be responsible for
repairs to any damages caused by his operations , prior to final payment .
B . All trucks carrying earth shall be covered while moving with an appropriate
tarpaulin . Should trucks hauling earth fail to cover their loads , the
CONTRACTOR will be given two ( 2 ) written warnings , after which the
CONTRACTOR shall pay a fine of $ 50 per uncovered truck to the Owner
. when invoked by the Owner to Owner' s Engineer . All cleanup shall be the
responsibility of the CONTRACTOR .
C . All trucks/ moving equipment shall have backup warning horns in proper
` working order while on the job site .
GENERAL REQUIREMENTS
GR - 15
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
SECTION 01610 TRANSPORTATION AND HANDLING OF
MATERIALS AND EQUIPMENT
1 . 1 GENERAL
A . Make all arrangements for transportation , delivery and handling of equipment and
materials required for prosecution and completion of the Work .
B . Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to
the site only during regular working hours . Shipments shall be addressed and
consigned to the proper party giving name of Project , street number and city .
Shipments shall not be delivered to OWNER except where otherwise directed .
C . If necessary to move stored materials and equipment during construction ,
CONTRACTOR shall move or cause to be moved materials and equipment
without any additional compensation .
1 . 2 DELIVERY
A . Arrange deliveries of products in accord with construction schedules and in ample
® time to facilitate inspection prior to installation .
B . Coordinate deliveries to avoid conflict with Work and conditions at site and to
accommodate the following :
1 . Work of other contractors , or OWNER .
2 . Limitations of storage space .
3 . Availability of equipment and personnel for handling products .
4 . OWNER 'S use of premises .
C . Do not have products delivered to project site until related Shop Drawings have
been approved by the ENGINEER .
D . Do not have products delivered to site until required storage facilities have been
provided .
E . Have products delivered to site in manufacturer's original , unopened , labeled
containers . Keep ENGINEER informed of delivery of all equipment to be
incorporated in the Work .
F . Partial deliveries of component parts of equipment shall be clearly marked to
identify the equipment , to permit easy accumulation of parts , and to facilitate
assembly .
G . Immediately on delivery , inspect shipment to assure :
1 . Product complies with requirements of Contract Documents and reviewed
submittals .
2 . Quantities are correct .
3 . Containers and packages are intact , labels are legible .
4 . Products are properly protected and undamaged .
GENERAL REQUIREMENTS
GR - 16
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
1 . 3 PRODUCT HANDLING
A . Provide equipment and personnel necessary to handle products , including those
provided by OWNER , by methods to prevent soiling or damage to products or
packaging .
B . Provide additional protection during handling as necessary to prevent scraping ,
marring or otherwise damaging products or surrounding surfaces .
C . Handle products by methods to prevent bending or overstressing .
D . Lift heavy components only at designated lifting points .
E . Materials and equipment shall at all times be handled in a safe manner and as
recommended by manufacturer or supplier so that no damage will occur to them .
Do not drop , roll or skid products off delivery vehicles . Hand carry or use suitable
materials handling equipment .
SECTION 01611 STORAGE OF MATERIAL AND
EQUIPMENT
1 . 1 GENERAL
A . Store and protect materials and equipment in accordance with manufacturer' s
recommendations and requirements of Specifications .
B . Make all arrangements and provisions necessary for the storage of materials and
equipment . Place all excavated materials , construction equipment , and materials
and equipment to be incorporated into the Work , so as not to injure any part of
the Work or existing facilities , and so that free access can be had at all times to
all parts of the Work and to all public utility installations in the vicinity of the Work .
Keep materials and equipment neatly and compactly stored in locations that will
cause a minimum of inconvenience to other contractors , public travel , adjoining
., owners , tenants and occupants . Arrange storage in a manner to provide easy
access for inspection .
C . Areas available on the construction site for storage of material and equipment
shall be as shown or approved by the ENGINEER .
D . Store materials and equipment which are to become the property of the OWNER
to facilitate their inspection and insure preservation of the quality and fitness of
the Work , including proper protection against damage by extreme temperatures
and moisture .
E . Do not use lawns , grass plots or other private property for storage purposes
without written permission of the OWNER or other person in possession or
control of such premises .
F . CONTRACTOR shall be fully responsible for loss or damage to stored materials
and equipment .
G . Do not open manufacturers containers until time of installation unless
recommended by the manufacturer or otherwise specified .
GENERAL REQUIREMENTS
GR - 17
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
H . When appropriate store materials on wood blocking so there is no contact with
the ground .
.. SECTION 01630 SUBSTITUTIONS
1 . 1 GENERAL
A . Requests for review of a substitution shall conform to the requirements of
Article 6 . 05 , "Substitutes and Or- Equals , " of the General Conditions , and shall
contain complete data substantiating compliance of the proposed substitution with
the Contract Documents .
1 . 2 CONTRACTOR ' S OPTIONS
A . For materials or equipment ( hereinafter products) specified only by reference
standard , select product meeting that standard by any manufacturer , fabricator ,
supplier or distributor ( hereinafter manufacturer) . To the maximum extent
possible , provide products of the same generic kind from a single source .
B . For products specified by naming several products or manufacturers , select any
one of the products or manufacturers named which complies with Specifications .
C . For products specified by naming one or more products or manufacturers and
stating " or equivalent , " submit a request for a substitution for any product or
manufacturer which is not specifically named .
D . For products specified by naming only one product or manufacturer and followed
by words indicating that no substitution is permitted , there is no option and no sub -
stitution will be allowed .
E . Where more than one choice is available as a CONTRACTOR ' s option , select
product which is compatible with other products already selected or specified .
1 . 3 SUBSTITUTIONS
A . During a period of 15 days after date of commencement of Contract Time ,
ENGINEER will consider written requests from CONTRACTOR for substitution of
products or manufacturers , and construction methods ( if specified ) .
1 . After end of specified period , requests will be considered only in case of
unavailability of product or other conditions beyond control of
CONTRACTOR .
B . Submit 5 copies of Request for Substitution . Submit a separate request for each
substitution . In addition to requirements set forth in Article 6 . 7 of General Condi -
tions , include in the request the following :
1 . For products or manufacturers :
a . Product identification , including manufacturer' s name and address .
b . Manufacturer' s literature with product description , performance and
test data , and reference standards .
C , Samples , if appropriate .
GENERAL REQUIREMENTS
GR - 18
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
d . Name and address of similar projects on which product was used ,
and date of installation .
2 . For construction methods ( if specified ) :
a . Detailed description of proposed method .
b . Drawings illustrating method .
3 . Such other data as the ENGINEER may require to establish that the
proposed substitution is equal to the product , manufacturer or method
. specified .
C . In making Request for Substitution , CONTRACTOR represents that :
1 . CONTRACTOR has investigated proposed substitution , and determined
that it is equal to or superior in all respects to the product , manufacturer or
method specified .
2 . CONTRACTOR will provide the same or better guarantees or warranties
for proposed substitution as for product , manufacturer , or method
specified .
3 . CONTRACTOR waives all claims for additional costs or extension of time
related to a proposed substitution that subsequently may become
apparent .
D . A proposed substitution will not be accepted if :
1 . Acceptance will require changes in the design concept or a substantial
revision of the Contract Documents .
2 . It will delay completion of the Work , or the work of other contractors .
3 . It is indicated or implied on a Shop Drawing and is not accompanied by a
formal Request for Substitution from CONTRACTOR .
E . If the ENGINEER determines that a proposed substitute is not equal to that
specified , furnish the product , manufacturer , or method specified at no additional
cost to OWNER .
F . Approval of a substitution will not relieve CONTRACTOR from the requirement for
submission of Shop Drawings as set forth in the Contract Documents .
G . The procedure for review by Engineer will include the following :
1 . Requests for review of substitute items of material and equipment will
not be accepted by Engineer from anyone other than CONTRACTOR .
2 . Upon receipt of an application for review of a substitution , Engineer will
determine whether the review will be more extensive than a normal shop
drawing review for the specified item .
3 . If the substitution will not require a more extensive review , Engineer will
proceed with the review without additional cost to CONTRACTOR .
GENERAL REQUIREMENTS
GR - 19
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 1 - General Requirements . doc
. 5/23/01
4 . If the substitution requires a more extensive review , Engineer will proceed
with the review only after CONTRACTOR has agreed to reimburse Owner
for the review cost .
5 . Engineer may require CONTRACTOR to furnish at CONTRACTOR ' s
expense additional data about the proposed substitute .
H . Any redesign of structural members shall be performed by , and the plans signed
and sealed by , a Professional Engineer registered in the State of Florida . The
redesign shall be at the CONTRACTOR Is expense . Any redesign will require an
extensive review by the Engineer . The CONTRACTOR must agree to reimburse
the Owner for the review cost prior to the Owner' s Engineer proceeding with the
design review . The ENGINEER ' s hourly rate for review is $ 125 per hour. The
ENGINEER ' s estimated cost of review shall be provided to the CONTRACTOR
prior to proceeding with the review to allow the CONTRACTOR the opportunity to
rescind the request .
I . Engineer will be allowed a reasonable time within which to evaluate each proposed
substitution . Engineer will be the sole judge of acceptability and shall have the
right to deny use of any proposed substitution . The CONTRACTOR shall not
order , install , or utilize any substitution without either an executed Change Order or
Engineer' s notation on the reviewed shop drawing . Owner may require
CONTRACTOR to furnish at CONTRACTOR ' s expense a special manufacturer' s
performance guarantee (s ) or other surety with respect to any substitute and an
indemnification by the CONTRACTOR . ENGINEER will record time required by
Engineer and Engineer' s consultants in evaluating substitutions proposed by
CONTRACTOR and in making changes in the Contract Documents occasioned
thereby . Whether or not a proposed substitute is sued , CONTRACTOR shall
reimburse Owner for the charges of Engineer and Engineer' s consultants for
evaluating each proposed substitute .
J . Substitute materials or equipment may be proposed for acceptance in accordance
with this Section . In the event that substitute materials or equipment are used and
are less costly than the originally specified material or equipment , than the net
difference in cost shall benefit the Owner and CONTRACTOR in equal proportions .
This cost difference shall not be reduced by any failure of the CONTRACTOR to
base his bid on the named materials or equipment .
SECTION 01710 SITE CLEANUP AND RESTORATION
1 . 1 SCOPE
Furnish all labor , equipment , appliances , and materials required or necessary to
clean up and restore the site after the construction is completed .
1 . 2 REQUIREMENTS
A . During the progress of the project , keep the work and the adjacent areas
affected thereby in a neat and orderly condition . Remove all rubbish ,
surplus materials , and unused construction equipment . Repair all damage
GENERAL REQUIREMENTS
GR - 20
F :\Public Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
so that the public and property owners will be inconvenienced as little as
possible .
B . Provide onsite containers for the collection of waste materials , debris , and
rubbish and empty such containers in a legal manner when they become
full .
C . Where material or debris has been deposited in watercourses , ditches ,
gutters , drains , or catch - basins as a result of the CONTRACTOR ' s
operations , such material or debris shall be entirely removed and
satisfactorily disposed of during the progress of the work , and the ditches ,
channels , drains , etc . , shall be kept clean and open at all times .
D . Before the completion of the project , unless otherwise especially directed or
permitted in writing :
1 . Tear down and remove all temporary buildings and structures ;
2 . Remove all temporary works , tools , and machinery , or other
construction equipment furnished ;
3 . Remove all rubbish from any grounds occupied ; and
4 . Leave the roads , all parts of the premises , and adjacent property
affected by construction operations , in a neat and satisfactory
condition .
E . Restore or replace any public or private property damaged by construction
work , equipment , or employees , to a condition at least equal to that existing
immediately prior to the beginning of the operations . To this end , the
CONTRACTOR shall restore all highway , roadside , and landscaping work
within any right- of-way , platted or prescriptive . Acceptable materials ,
equipment , and methods shall be used for such restoration .
F . Thoroughly clean all materials and equipment installed and on completion of
the work , deliver the facilities undamaged and in fresh and new- appearing
condition .
G . It is the intent of the Specifications to place the responsibility on the
CONTRACTOR to restore to their original condition all items disturbed ,
destroyed , or damaged during construction . Particular attention will be
placed on restoration of canals to equal or better condition than prior to
construction .
H . When finished surfaces require cleaning with cleaning materials , use only
those cleaning materials which will not create hazards to health or property
and which will not damage the surfaces . Use cleaning materials only on
those surfaces recommended by the manufacturer . Follow the
manufacturer's directions and recommendations at all times .
I . Keep the amount of dust produced during construction activities to a
minimum . At CONTRACTOR ' s expense , spray water or other dust control
agents over the areas , which are producing the dust . Schedule construction
GENERAL REQUIREMENTS
GR -21
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
operations so that dust and other contaminants will not fall on wet or newly
coated surfaces .
1 . 3 SITE CLEANUP AND RESTORATION
Prior to final completion , the OWNER , ENGINEER , INDIAN RIVER FARMS
WATER CONTROL DISTRICT , and CONTRACTOR shall review the site with
regards to site cleanup and restoration . Clean and/or restore all items determined
to be unsatisfactory by the OWNER or ENGINEER , at no additional expense .
- SECTION 01720 RECORD DOCUMENTS
1 . 1 GENERAL
' A . Maintain and provide the ENGINEER with record documents as specified below ,
except where otherwise specified or modified in Divisions 2 - 16 or the
Supplementary Conditions ,
B . Maintenance of Documents :
1 . Maintain in CONTRACTOR ' s field office in clean , dry , legible condition
' complete sets of the following : Drawings , Specifications , Addenda , approved
Shop Drawings , samples , photographs , Change Orders , other modifications
of Contract Documents , test records , survey data , Field Orders , and all other
documents pertinent to CONTRACTOR ' S Work .
2 . Provide files and racks for proper storage and easy access .
3 . Make documents available at all times for inspection by ENGINEER and
OWNER .
4 . Do not use record documents for any other purpose and do not remove them
from the field office .
C . Recording :
1 . Label each document " PROJECT RECORD " in 2 - inch high printed letters .
2 . Keep record documents current .
3 . Do not permanently conceal any Work until required information has been
recorded .
1 . 2 RECORD DRAWINGS
During the entire construction operation , the CONTRACTOR shall maintain
records of all deviations from the Drawings and Specifications and shall prepare
therefrom " record " drawings showing correctly and accurately all changes and
deviations from the work , made during construction to reflect the work as it was
actually constructed . The following items are required to be shown on County
project record drawings :
1 . Right- of-way Swale/ Drainage — All culvert inverts ; inlet grate and bottom
+� elevations ; swale beginning and end bottom elevations ; and highs and lows
along top of bank . Size of swale .
GENERAL REQUIREMENTS
GR -22
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
2 . Pipe Culvert/ PVC Sleeves — All inverts , stations and offsets .
3 . Outfalls — All pipe inverts , weir box elevations , weir elevation , and sizes .
4 . Roadway/Off Site Drainage — All inverts ; manhole top elevation ; grate top
elevations .
5 . Retention Ponds — Perimeter elevations , grade breaks , depths , and calculate
pond area at control elevation and grade breaks above water surface .
6 . Roadway :
a . Elevations of PVI at Profile Grade Line ( PGL) .
b . Edge of pavement elevations at curb inlets .
c . Install new roadway alignment control points upon final roadway
completion . Include all intersections and side streets . Latitude ,
departure and elevations for all control points .
d . Stations and offsets , all structures .
7 . Lateral J . Canal :
Original and Final Cross Sections of the Lateral J Canal — The
CONTRACTOR shall have a Registered Surveyor take original cross
. section shots of the Lateral J Canal prior to disturbance of the canal banks .
The shots shall be taken at 100 -foot intervals . The Registered Surveyor will
take final cross -section shots at the same locations as the original shots .
The CONTRACTOR shall submit four (4 ) sets of before and after Lateral J
Canal cross -sections to the County that are certified by a Registered
Surveyor . Cost of before and after canal cross - sections shall be included in
the Lump Sum payment for Record Drawings . A partial payment will be
allowed for the before cross - sections not to exceed 10 % of the Lump Sum
bid amount for Record Drawings .
8 . Utilities :
Record Drawings for water and sewer utilities shall comply with Drawings
M - 15 , M16 , M1 6 (A) , M1 6 ( B ) of the Indian River County Department of Utility
Services Water and Wastewater Utility Standards dated September 1 , 2004 .
1 . 3 AS - BUILTS
A . CONTRACTOR shall submit marked up Record Drawings to
COUNTY . COUNTY will input As - Built information on Electronic
�. Drawing files .
B . COUNTY shall deliver to CONTRACTOR seven ( 7) sets of As - Builts
plotted from electronic files with the marked up Record Drawings .
C . CONTRACTOR ' s surveyor shall review , sign and seal As - Builts .
CONTRACTOR shall return marked up Record Drawings and six ( 6 )
sets of signed and sealed As - Builts to COUNTY .
GENERAL REQUIREMENTS
GR -23
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
w 5/23/01
D . Payment for Record Drawings , Review of Electronic As - Builts and
signing and sealing As - Builts shall be made under Pay Item No . 100-
99 — Record Drawings — Lump Sum .
1 . 4 ACCURACY
The CONTRACTOR will be held responsible for the accuracy of Record Drawings
and Electronic As - Builts and shall bear any costs incurred in finding utilities as a
result of incorrect data furnished by the CONTRACTOR .
1 . 5 SUBMITTAL
Upon Substantial Completion of the Work , deliver Record Drawings to ENGINEER .
Final payment will not be made until satisfactory record documents are received by
ENGINEER .
SECTION 01820 POST FINAL INSPECTION
1 . 1 GENERAL
A . Approximately one year after Substantial Completion , the OWNER will make
arrangements with the ENGINEER and the CONTRACTOR for a post final
inspection and will send a written notice to said parties to inform them of the date
and time of the inspection .
B . Corrections of defective work noted by OWNER and ENGINEER shall comply with
the applicable sections of Article 13 , General Conditions ,
C . After the inspection , the OWNER will inform the CONTRACTOR of any corrections
required to release the performance and payment bonds .
w
GENERAL REQUIREMENTS
GR -24
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 1 - General Requirements . doc
5/23/01
DIVISION 1 TECHNICAL PROVISIONS
SECTION 00001 Standard Specifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
SECTION 00004 Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
SECTION 00102 Maintenance of Traffic . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
SECTION 00104 Erosion and Water Pollution Control . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
SECTION 00110 Clearing and Grubbing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
SECTION 01310 Construction Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . 5
SECTION 00120 Excavation and Embankment . . , . . . . . 00 . . . . . . . . . . . . . . . . . 6
SECTION 00160 Stabilizing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
SECTION 00285 Optional Base Course . . , , . . . . . , . . . 0 . . . 4 . * . . . . 00 * 0 . . . . . . . . . 0 . . . . 0 . . . . . . . . .
. . . . 7
SECTION 00334 Superpave Asphaltic Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . 8
SECTION 00430 Pipe Culverts and Strom Sewers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . 8
SECTION00575 Sodding . . , . , . . . . . . . . . I . . . . . . . . . . . " I . . . . 11 . . . . . . I . . . . . . . . . . . . . 0 . . .
. . . 00 . . 10 . 0 . . . . . . . 011 . 1 . . . . . . . . . 0 . 9
SECTION 00700 Signing and Pavement Marking . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . 11
SECTION 01000 Water and Sewer Utilities . . 0 . . . . 0 . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . 0 . . . . . . 0
. . . . . o . . . . . . . . . . . . . . 12
SECTION 02441 Directional Boring of HDEP Pipe . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . 14
SECTION 02670 Flushing , Testing , and Disinfection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . 19
TECHNICAL PROVISIONS
TP - 1
�, F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
SECTION 00001 STANDARD SPECIFICATIONS
All work of this Contract shall conform to the applicable technical specifications of Florida
Department of Transportation Standard Specifications for Road and Bridge Construction ,
2004 , Special Provisions and addenda thereto , except as modified and supplemented
hereinafter . Reference to Article numbers herein - after apply to the FDOT Standard
Specifications , and reference in FDOT Standard Specifications to Department shall be
taken as the Owner or its appointed Representative . Wherever the Specifications ,
Supplementals , etc . may refer to the " Owner" , " Department " , " State of Florida Department
of Transportation " , or words relating to offices of State Government , such words shall be
taken as meaning Owner or Indian River County , Florida . Wherever the word " Owner' s
" " Engineer" , " Engineer" ,
En ineer , District En ineer " Project Engineer 11 , etc .
9J 9 � , it shall be taken to
mean the Registered Professional Project Engineer of the firm of Kimley- Horn and
Associates , Inc . , as an agent of Indian River County , Florida , acting directly or through
duly authorized representatives . Wherever the word Resident Engineer appears , it shall
be taken to mean an authorized representative of the Owner' s Engineer on the Project
( Resident Construction Inspector) who will act as an agent for Indian River County ,
assigned to observe the progress quantity and quality of the work .
SECTION 00004 SCOPE OF WORK
Section 4 -3 . 5 Value Engineering Incentive is deleted in its entirety .
SECTION 00102 MAINTENANCE OF TRAFFIC
A . General : Work under this section consists of maintaining traffic within the limits of
the project for the duration of construction in accordance with the U . S . Department
of Transportation 's Manual On Uniform Traffic Control Devices ( MUTCD ) 2003
Edition , FDOT Index 600 Series and FDOT Standard Specification Section 102 .
The purpose of the Traffic Control Plan , presented in the roadway construction
plans , is to depict the concept of feasible construction sequencing and
maintenance of traffic . The Contractor may submit to the Engineer an alternate
plan for review and approval , one week prior to the preconstruction conference .
The Traffic Control Plan indicates typical signing , marking and barricade locations
and types . Additional details are found in the MUTCD , FDOT Index ( 600 Series )
and Standard Specifications , The Contractor shall install only new TCP signs and
shall be Engineer quality .
B . Quantities : The Contractor is hereby notified that the Engineer' s estimate of
quantities , which appears on the summary of quantities sheet , is provided only for
the Contractor' s information . The Contractor is to determine the actual quantities
and items to be used for maintenance of traffic .
C . Off-duty police or sheriff deputies shall be used during various maintenance of
traffic operations including : signalization adjustments and installations and lane
closures of duration greater than 10 minutes .
D . Compensation : All compensation for maintenance of traffic , other than Traffic
Control Officer , Impact Attenuator Modules and Concrete Barrier delineated within
the plans , shall be lump sum . This shall include all items and services necessary
TECHNICAL PROVISIONS
TP-2
•� FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
for the safe maintenance of traffic within the project limits . This shall include , but
not be limited to , flaggers , construction and advisory signing , detours , temporary
retaining systems , embankment , base material , asphaltic concrete , striping ,
maintenance of pavement , asphaltic concrete curb , stormwater removal , temporary
drainage structures and pipe , pumps , commercial material for driveway
maintenance , flashing arrow boards , high intensity flashing lights , removable and
�. temporary pavement markings , and temporary reflective pavement markers ,
temporary pavement , for maintenance of traffic .
E . Non - Compliance : Should the Owner or Engineer determine that traffic within the
project is not being maintained in accordance with the approved traffic control plan
or presents a public safety concern , the contractor shall have until the end of the
working day , in which notification is given , to take action to modify the maintenance
of traffic . Should the contractor fail to make such modification the Owner shall
have the option to fine the Contractor $400 per day until remedied .
F . Contractor' s Maintenance of Traffic Plan shall maintain two -way vehicular traffic on
Oslo Road at all times . The Contractor shall maintain one lane of traffic at all times
during 60" RCP sub- lateral culvert construction . Owner shall have option to fine
the Contractor $ 1 , 000 . 00 per day for Maintenance of Traffic Plan non - compliance .
G . Payment shall be made under :
Item No . 102 - 1 - Maintenance of Traffic - Lump Sum
Item No . 102 - 1 — Traffic Control Officer — Man Hour
Item No . 102 - 70 - 11 — Barrier Wall ( Concrete) (Temporary) - Linear Foot
Item No . 102 -70- 11 A — Barrier Wall ( Concrete) - Linear Foot
Item No . 102 - 81 - 1 — Impact Attenuator Modules Vehicle ( Inertial ) (Temporary) -
Each
Item No . 102 -81 - 1A — Impact Attenuator Modules Vehicle ( Inertial ) — Each
SECTION 00104 EROSION AND WATER POLLUTION
CONTROL
1 . 1 The Contractor shall install erosion and water pollution control methods in
° accordance with FDOT Index 100 , 102 , 103 and 104 , Standard Specifications Section
104 , and all permit requirements . The Contractor is responsible for meeting appropriate
federal , state , and local regulations and water quality standards , such as turbidity . All
disturbed areas will be replanted with approved vegetation cover ( either final or
temporary) within 30 days of final grading .
A . Preconstruction Conference : At the preconstruction conference the Contractor
shall present , in written form , his plans and schedules for prevention , control , and
abatement of erosion and water pollution .
B . Canals : Floating turbidity barriers shall be installed in all permanent water course
in a manner so as not to act as a dam . Barriers shall be located at distance of no
greater than 25 feet downstream from the last point of construction .
TECHNICAL PROVISIONS
TP - 3
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
C . Silt Fences : Silt fences shall be installed to prevent silt and erosion from leaving
the project limits particularly adjacent to wetlands , roadside ditches or existing
bodies of water .
D . Storm Sewer System : The Contractor shall protect the storm sewer system from
erosion and sedimentation during construction . This may include the use of baled
hay , silt fences or any other method approved by the Engineer . All such costs
associated with this shall be included in the unit cost of storm sewer system .
Should any constructed item be damaged due to erosion or sedimentation , the
Contractor shall repair or replace the item with no additional compensation . All new
and existing (where called for) storm sewer pipes shall be clean and free from silt
prior to final acceptance .
E . Permits to be Obtained by Contractor :
1 . The OWNER has obtained certain permits for this project and they are listed
in paragraph SC - 6 . 08 of the Supplementary Conditions . Per paragraph SC -
6 . 08 . 0 of the Supplementary Conditions , the CONTRACTOR shall apply for ,
obtain , and pay for all other required permits and licenses . This may
include but not be limited to :
a . Long -term or short-term dewatering permit as required by the
St . Johns River Water Management District ( SJRWMD ) .
Contact SJRWMD at (321 ) 984 -4940 to determine which
permit is required and the associated statutory requirements ;
b . Florida Department of Environmental Protection ( FDEP )
" Notice of Intent to Use Generic Permit for Stormwater
Discharge From Construction Activities That Disturb Five or
More Acres of Land " permit application form . Contact FDEP
at (407) 894 - 7555 or ( 850 ) 921 - 9904 ; and
C , U . S . Environmental Protection Agency ( EPA) " Notice of Intent
( NOI ) for Storm Water Discharges Associated With
Construction Activity Under a NPDES General Permit . "
2 . Provide copies of all permits to the OWNER and ENGINEER and comply
with all conditions contained in all permits at no extra cost to the OWNER . If
there is a conflict between any permit requirement and these Specifications ,
the more stringent specification or requirement shall govern .
F . Non - Compliance : Should the Owner or Engineer determine that erosion control
within the project is not being maintained in accordance with the FDOT indexes
and specifications , the contractor shall have until the end of the working day in
which notification is given to take corrective action . Should the contractor fail to
make such modification the Owner shall have the option to fine the contractor $ 400
per day until remedied .
G . Compensation : All payment for the above items shall be made under Item
Item No . 104 -2 — Prevention , Control & Abatement of Erosion & Water Pollution —
Lump Sum
TECHNICAL PROVISIONS
TP -4
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
SECTION 00110 CLEARING AND GRUBBING
A . Payment for Clearing and Grubbing shall include compensation for : the removal
and disposal of asphaltic concrete and existing concrete pavement , concrete ,
sidewalks , curbing , abandoned utilities ( including pipes , cables , conduit and
structures) , existing walls , shade house , riprap , various types of fences , septic
tanks , drain fields , pump stations , motor boxes , pumps , irrigation apparatus , base
material , trimming of trees and shrubs , drainage structures , pipe , backfilling the
removal excavations , plus all other items necessary to be removed to construct the
project . All non -salvageable materials removed shall remain property of the
Contractor unless otherwise directed by the Engineer or Owner ( See Article
SC -W ) . All unwanted materials shall be removed and suitably disposed of by the
Contractor outside the project limits (see Article SC -W ) . Any salvage value
received from the removed materials shall be reflected in the Contractor' s
proposal .
B . Clear and grub within the entire limits of the right- of-way except in specific areas
designated by the Engineer to remain for aesthetic purposes .
C . Existing and temporary asphaltic pavement and excess subsoil shall be disposed
of outside the project by the Contractor , at a location and in a manner approved by
the Engineer .
D . Removal of existing pavement includes all removal and disposal of the asphalt
within the limit shown on the plans .
E . Payment shall be made under :
Item No . 110 - 1 - 1 - Clearing and Grubbing — Lump Sum
Item No . 110 -3 — Existing Bridge Demolition — Lump Sum
SECTION 01310 CONSTRUCTION SCHEDULES
1 . 1 GENERAL REQUIREMENTS
A . No partial payments shall be approved by the ENGINEER until there is an
approved construction progress schedule on hand .
B . Designate an authorized representative who shall be responsible for
development and maintenance of the schedule and of all progress and
payment reports . This representative shall have direct project control and
complete authority to act on behalf of the CONTRACTOR in fulfilling the
commitments of the CONTRACTOR ' s schedules .
1 . 2 REVISIONS TO THE CONSTRUCTION SCHEDULES
When the ENGINEER requires the CONTRACTOR to submit revised ( updated )
progress schedules on a monthly basis the CONTRACTOR shall :
A . Indicate the progress of each activity to the date of submission .
B . Show changes occurring since the previous submission listing :
TECHNICAL PROVISIONS
TP -5
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
1 . Major changes in scope .
2 . Activities modified since the previous submission .
3 . Revised projections of progress and completion .
4 . Other identifiable changes .
C . Provide a narrative report as needed to define :
1 . Problem areas , anticipated delays , and the impact on the schedule .
2 . Corrective action recommended and its effect .
3 . The effect of changes on schedules of other prime contractors .
1 . 3 SUBMISSION OF THE CONSTRUCTION SCHEDULES
On or before the tenth day after the effective date of the Agreement , submit the
initial schedules to the ENGINEER . The ENGINEER will review the schedules and
return a review copy to the CONTRACTOR within 21 days after receipt . If required
by the ENGINEER , resubmit revised schedules on or before the seventh day after
receipt of the review copy . If required by the ENGINEER , submit revised monthly
progress schedules with that month 's application for payment .
1 . 4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES
A . After receiving approval by the ENGINEER , distribute copies of the
approved initial schedule and all reviewed revisions ( updated ) to :
1 . Job site file .
2 . Subcontractors ,
3 . Other concerned parties .
4 . OWNER ( two copies ) .
5 . ENGINEER
B . In the cover letter , instruct recipients to report promptly to the
CONTRACTOR , in writing , any problems anticipated by the projections
shown in the schedules .
SECTION 00120 EXCAVATION AND EMBANKMENT
Earthwork , including earthwork for drives outside the right- of-way limits , shall be paid for
as embankment . Cost shall include all work specified in this section and Section
120 of the Standard Specifications . Such price and payment shall specifically
include all cost of any roadway , lateral ditch or canal , and final dressing operations
in accordance with Section 120 - 13 . 3 ,
B . Earthwork quantities shall be considered as in - place material with no shrinkage or
expansion factors .
C . Subsoil Excavation - Any excavation below the proposed bottom elevation of the
select fill , isolated swale bottom locations , isolated locations for pipe installations
and as approved by the engineer shall be paid for as subsoil excavation .
TECHNICAL PROVISIONS
TP -6
.� F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
Approximately 2 . 0 ft of subsoil excavation is required in sublateral canals . Cost of
replacement embankment shall be included in cost of subsoil excavation .
Contractor to coordinate with county representative prior to any subsoil excavation .
D . Embankment - General Requirements for Embankment Materials : The following is
added after the first paragraph of Subarticle 120 - 7 . 2 :
Roadway Design Standard Index No . 505 , Embankment Utilization Details is
modified by the addition of the following :
Any stratum or stockpile or soil which contains obvious pockets of highly organic
material may be designated as muck or unsuitable for construction of subgrade by
the Owner .
Backfill material containing more than 2 . 0% by weight of organic material , as
determined by FM 1 -T 267 and by averaging the test results for three randomly
selected samples from each stratum or stockpile of a particular material , shall not
be used in construction of the reinforced volume . If an individual test value of the
three samples exceeds 3 . 0 % , the stratum or stockpile will not be suitable for
construction of the reinforced volume .
No A- 8 material permitted in embankment .
F . Payment shall be made under :
Item No . 120 -3 — Lateral Ditch Excavation — Per Cubic Yard
Item No . 120-4 - Subsoil Excavation - Per Cubic Yard
" Item No . 120 - 6 - 1 - Embankment - Per Cubic Yard
SECTION 00160 STABILIZING
A . Sub Article 160 -5 . 1 ( Page 146 ) is modified by the addition of the following :
" The stabilization thickness indicated on plans shall be considered a minimum
thickness . Thickness will vary to conform to the lines , and grades shown in the
plans . " Minimum L . B . R . = 40 - No under-tolerance .
B . Payment shall be made under :
Item No . 160 -4 - Type B Stabilization ( 12 " ) - Per Square Yard
SECTION 00285 OPTIONAL BASE COURSE
A . Sub Article 285 -4 is modified by the addition of the following :
Base material , thickness and requirements are described in the construction plans .
Only one type of alternate base material shall be used No additional payment will
be made for base thickness in excess of the specified thickness
B . Payment shall be made under :
Item No . 285 - 701 - Base Group 1 - Per Square Yard
Item No . 285 - 706 - Base Group 6 - Per Square Yard
TECHNICAL PROVISIONS
TP - 7
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
SECTION 00334 SUPERPAVE ASPHALTIC CONCRETE
A . Subarticle 334 - 10 is modified by the addition of the following :
No additional payment will be made for tonage in excess of the specified in - place
density and tonnage .
B . Payment shall be made under :
Item No . 334 - 1 - 11 — Superpave Asphaltic Concrete — Ton .
SECTION 00430 PIPE CULVERTS AND STROM SEWERS
A . CONCRETE PIPE CULVERT ( CLASS III ) 60 " RCP : The concrete pipe culvert ,
Class III , shall be constructed in accordance with ASTM Designation C - 76 , Class
III , Wall B . Any select bedding needed to stabilize pipe to be #57 or #4 rock .
Select bedding will be included in the cost of the pipe . Minimum bedding depth to
be 18 " and minimum width to be diameter of pipe . Cost of removal of unsuitable
material beneath 18 " bedding shall be paid for as subsoil excavation item no . 120 -
4 ,
The work under this section shall include all materials , excavation , backfilling ,
tamping and disposal of surplus material . All required sheeting is to be included in
the cost of pipe . Such price and payment shall be full compensation for all work in
this section .
Payment shall be made under :
Item No . 430 - 11 -343 - Concrete Pipe Culvert ( Class III ) ( 60 " CD ) - Per Linear Foot
B . CONCRETE PIPE JOINTS : Subarticle 430 - 7 . 1 . 1 is modified by the addition of the
following : In addition to the rubber gaskets all round and elliptical concrete pipe
shall have wrapped filter fabric jacket joints . The joint between the pipe and the
structure shall also have a filter fabric jacket . These joints shall conform to INDEX
280 and have a minimum wrapping width of 1 foot on both sides of the exposed
joint . The fabric must be long enough to overlap the outer circumference of the
pipe joint by a minimum of 1 foot . Metal strapping will be used on both sides of the
circumference of the pipe joint to secure the fabric . Other methods which will
secure the fabric against the wall until the backfill is compacted will be considered
for approval by the Engineer . The filter fabric shall be in accordance with Section
985 , and/or as modified by these special provision , for subsurface drainage .
Payment shall be made under the unit price for concrete pipe .
C . PIPE CULVERTS AND STORM SEWERS : Subarticle 430 - 12 . 1 ( Page 389 ) . The
text is deleted and the following substituted :
" The quantities of pipe culvert to be paid for under this Section shall be the plan
quantity in feet of concrete Pipe Culvert and High Density Polyethylene Pipe
Culvert subject to the provisions of 9 -3 . 2 . Any additions or deletions thereto , as
authorized by the Engineer , shall be determined by plan dimensions , final
TECHNICAL PROVISIONS
TP -8
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
measurement , or any combination thereof , as measured along the centerline of the
completed and accepted pipe . "
Pipe that has been patched significantly prior to delivery shall be grounds for
rejection of pipe .
Lifting holes on pipe culverts shall be grounds for rejection of pipe . ASTM
Specification C - 76- 85A and AASTM Specification M170 - 89 are modified by the
following :
Significant patching of pipe prior to delivery shall be grounds for rejection of pipe .
The exposure of the ends of the longitudinal stirrups or spacers that have been
used to position the cages during the placement of the concrete may be a cause
. for rejection by the Project Engineer .
During construction , the Contractor is to maintain the storm sewer void of any
silting material . Prior to final acceptance the Contractor or Engineer shall inspect
and certify that the storm sewer is free of any construction material or debris and
operates in a functional manner . Contractor shall remove silt and other material
from sewer at no cost to Owner . Compensation shall be included in the
maintenance of traffic lump sum item .
SECTION 00575 SODDING
A . Description : Sod for the project shall be of the variety that is common to the area
and of a variety approved by the Engineer . This work shall also include mowing in
accordance with Section 104- 7 . 2 to be mowed at 6 " height with a mulching
mower .
B . Work Included : Scope of Work : The work specified in this section consists of the
establishing of a stand of grass , within the project , right-of-way , easements , and
other areas indicated on the Drawings , by furnishing and placing grass sod . Also
included are fertilizing , watering and maintenance as required to assure a healthy
stand of grass . Two applications of fertilizer will be required with the initial
application being fertilizer and the second application being "weed and feed " .
C . Guarantee : All sodded areas shall be guaranteed for three months after date of
final acceptance .
Replacement of Defective Sod : Any dead sod or sod showing ( less than 95 % of a
square) indication of probable non survival or lack of health and vigor , or which do
not exhibit the characteristics to meet specifications , shall be replaced within two
weeks of notice from Owner or Engineer . All replacement sod shall be
furnished/installed at no additional cost to the Owner and shall be guaranteed for
three months . All replacement shall meet original specifications .
. The Contractor shall notify the Owner and Engineer ten days prior to the end of the
guarantee period and such guarantee shall be extended until notification is
received .
At the end of the guarantee period , all sod that is dead or in unsatisfactory growth
shall be replaced within two weeks .
TECHNICAL PROVISIONS
TP -9
a- FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
D . Fertilizer : Commercial fertilizers shall comply with the state fertilizer laws .
The numerical designations for fertilizer indicate the minimum percentages
( respectively) of ( 1 ) total nitrogen , ( 2 ) available phosphoric acid and ( 3)
` water- soluble potash contained in the fertilizer .
The chemical designation of the fertilizer shall be 16 -4 -8 . Fertilizer shall include
�. iron , minor nutrients and trace elements . At least 50 percent of the nitrogen shall
be derived from organic sources . At least 50 percent of the phosphoric acid shall
be from normal super phosphate or an equivalent source which will provide a
minimum of two units of sulfur . The amount of sulfur shall be indicated on the
quantitative analysis card attached to each bag or other container .
Contractor shall ensure 1 pound of nitrogen per 1 , 000 square feet .
E . Water for Grassing : Contractor shall provide the water used in the sodding
operations as necessary to meet the requirements of Article 570 -5 and 2 . 34 . 8 .
` F . Preparation of Ground : The area over which the sod is to be placed shall be
scarified or loosened to a depth and then raked smooth and free from debris .
Where the soil is sufficiently loose and clean , the Owner , at his discretion , may
authorize the elimination of ground preparation .
G . Application of Fertilizer : Before applying fertilizer , the soil pH shall be brought to a
range of 6 . 0 - 7 . 0 .
Contractor shall apply two (2 ) applications . The initial shall be fertilizer and the
second application shall be "weed and feed " .
The fertilizer shall be spread uniformly over the sodded area at the rate of 436
pounds per acre , or 10 pounds per 1 , 000 square feet , by a spreading device
capable of uniformly distributing the material at the specified rate .
Contractor shall apply applications as per manufacturer' s specification . All tickets
from bags shall be handed over to the County Inspector .
On steep slopes , where the use of a machine for spreading or mixing is not
practicable , the fertilizer shall be spread by hand and raked in and thoroughly
- mixed with the soil to a depth of approximately 2 inches .
H . Placing Sod : The sod shall be placed on the prepared surface , with edges in close
contact and shall be firmly and smoothly embedded by light tamping with
appropriate tools .
Where sodding is used in drainage ditches , the setting of the pieces shall be
staggered so as to avoid a continuous seam along the line of flow . Along the edges
of such staggered areas , the offsets of individual strips shall not exceed 6 inches .
In order to prevent erosion caused by vertical edges at the outer limits , the outer
pieces of sod shall be tamped so as to produce a featheredge effect .
Where sodding is placed abutting paved shoulder , the contractor is to ensure that
the finished sod elevation is 11/2 " below paved shoulder .
TECHNICAL PROVISIONS
TP - 10
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
On slopes greater than 3 : 1 , the Contractor shall prevent the sod from sliding by
means of wooden pegs driven through the sod blocks into firm earth , at suitable
intervals .
Sodding shall not be performed when weather and soil conditions are , in the
Engineer's opinion , unsuitable for proper results .
Sod shall be placed around all structures , equipment pads , etc .
I . Watering : The areas on which the sod is to be placed shall contain sufficient
moisture , as determined by the Engineer , for optimum results . After being placed ,
the sod shall be kept in a moist condition to the full depth of the rooting zone for at
least 2 weeks . Thereafter , the Contractor shall apply water as needed until the sod
roots and starts to grow for a minimum of 60 days ( or until final acceptance ,
whichever is latest) .
J . Maintenance : The Contractor shall , at his expense , maintain the sodded areas in
a satisfactory condition until final acceptance of the project . Such maintenance
shall include repairing of any damaged areas and replacing areas in which the
establishment of the grass stand does not appear to be developing satisfactorily .
Replanting or repair necessary due to the Contractor's negligence , carelessness or
failure to provide routine maintenance shall be at the Contractor' s expense .
The Contractor shall maintain the sodded area up to the final acceptance date as
directed by the Engineer . Grass height shall not exceed 6 " without mowing .
Clippings shall be removed from sidewalk .
K . Article 575 -5 . The first two paragraphs under this Article are deleted and the
following substituted :
The contract unit price for sodding shall include the costs of sod , fertilizer ( 2
applications ) , sidewalk sweeping after mowing , mowing , pegging disposal of
clippings , water , tools , equipment , labor and all other incidentals necessary .
L . Payment shall be made under :
Item No . : 575 - 1 - 1 - Sodding ( Bahia) - Per Square Yard
w
SECTION 00700 SIGNING AND PAVEMENT MARKING
A . Signing and pavement marking for traffic control shall conform to the requirements
of the Standard Specifications ( 2004 ) , Manual on Uniform Traffic Control Devices ,
Supplemental Specifications , Roadway and Traffic Design Standards ,
manufacturers specifications .
B . Traffic Signs : All existing signs which are the property of the Owner shall be
transported to the Indian River County Road and Bridge Maintenance Yard by the
Contractor during construction if they are within the construction limits . Care shall
be exercised by the Contractor during removal , storage and relocation so as not to
damage the signs . If any damage occurs , as determined by the Owner' s Engineer
or Resident Construction Inspector , the sign shall be replaced by the Contractor
with no compensation .
TECHNICAL PROVISIONS
TP - 11
«. FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
C . All reflective pavement markers shall be 4 " x 4 "
SECTION 01000 WATER AND SEWER UTILITIES
A . Water Utilities
The water utilities for this project shall be constructed per the " Indian River County
Department of Utility Services Water & Wastewater Standards " , latest edition . This
document can be purchased from Indian River County Utilities .
Relocation of existing fire hydrants shall include the cost of all pipe , fittings , thrust
blocks , retaining rods , trenching grading , and incidental items associated with
relocation .
Pay Item No . 1644 - 800 - Fire Hydrant ( Relocation ) - Each
B . Sewer Utilities
The sewer utilities for this project shall be constructed per the " Indian River County
Technical Specifications " , latest edition . This document can be purchased from
Indian River County Utilities .
C . Earthwork and Backfill
Compaction - All fill must be compacted by hand tamping from under the pipe up to
the center line . Backfill shall be compacted in 6 " lifts up to the surface to achieve a
minimum compaction of 98 percent of maximum density in roadways and
shoulders and 95 percent in easements , in accordance with AASATO T- 180 and
D -2167 .
D . Ductile Iron Pipe and Fittings
' 1 . General :
All ductile iron pipe shall be manufactured in accordance with AWWA
Specifications C - 150 & C - 151 . All buried ductile iron pipe shall be
manufactured in accordance with AWWA Specification C - 151 and
shall be Class 52 minimum . All exposed ductile iron pipe shall be
Class 53 minimum .
2 . Fittings :
All underground fittings shall be either bell and spigot , or mechanical
joint . Mechanical joints shall conform to AWWA specification C110
(ANSI 21 . 10-87) , or latest revision . All exposed aboveground fittings
shall be flanged joint .
3 . Bell and Spigot Connections :
Joints in bell and spigot pipe shall be push - on , mechanical , or
restrained joints in accordance with AWWA Standard C - 111 (ANSI
21 . 11 - 85 ) , or latest revision . Mechanical joint pipe set-screw type
retainer glands will not be permitted .
4 . Flanged Connections :
TECHNICAL PROVISIONS
TP - 12
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
Flanged pipe with screwed - on flanges shall be furnished with long
hubs , and the flanges shall be screwed on the threaded end of the
pipe in the shop , and the face of the flange and end of pipe refaced
together . There shall be no leakage through the pipe threads and the
flanges shall be designed to prevent corrosion of the threads from
outside . The back of the hub shall be caulked where the hub threads
joint with the pipe .
5 . Valve Box Adjustments :
Cost of valve nut extenders shall be included in cost of valve box
adjustments where needed .
E . Disinfecting Potable Water Pipelines
Before being placed in service , all potable water pipelines shall be
chlorinated in accordance with the latest edition of AWWA C - 651 ,
Standard Procedure for Disinfecting Water Mains " , except that the use of
tablets is strictly prohibited . The procedure shall be approved by the
Engineer . The location of the chlorination and sampling points will be as
specified by the Florida Department of Environmental Protection , Water
Distribution System Permit . Taps for chlorination and sampling shall be
uncovered and backfilled by the Contractor , as required .
F . Aerial Crossing Painting Requirements
1 . The Contractor shall furnish all labor , materials , equipment and incidentals
required to paint all components as herein specified .
2 . The Work includes the painting and finishing of all exposed exterior surfaces .
3 . The term " paint " as used herein means all coating system materials , which
includes pretreatment , primers , emulsions , enamels , sealers and fillers , and
other applied materials whether used as prime , intermediate or finish coats .
4 . Flanged exposed piping shall have a paintable sealant placed between the
back of the flange and the threaded pipe end connection . The back of the
flange shall be prepared prior to the application of the sealant .
5 . Provide finish coats , which are compatible with the prime paints used .
Contractor shall be responsible for the compatibility of all shop primed and
field painted items . Furnish information on the characteristics of the finish
materials proposed for use to ensure that compatible prime coats are used .
Provide barrier coats over incompatible primers or remove and reprime as
required . Notify the Engineer in writing of anticipated problems using the
coating systems as specified with substrates primed by others .
6 . Surface Preparation :
a . Clean ferrous surfaces that have not been shop - coated of all oil ,
grease , dirt , loose mill scale and other foreign substances by near
white blast cleaning , complying with SSPC - SP 10 . 5 . Treat bare and
blasted or pickled clean metal with metal treatment wash coat , prior
to priming only if recommended by the paint manufacturer .
TECHNICAL PROVISIONS
TP - 13
.. FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
b . Touch - up shop - applied prime coats , which have damaged or bare
areas , with primer recommended by the coating manufacturer after
commercial blasting complying with SSPC - SP 6 .
7 . Paint Schedule , Product and Manufacturer : Provide one of the following :
a . Tnemec :
( 1 ) Shop Primer : 66 - 1211 Epoxy - 1 coats , 3 . 0 - 5 . 0 dry mils per
coat , 180 -300 square feet per gallon per coat .
( 2 ) Field Primer or Field Touch - Up : 66 - 1211 Epoxy - 1 coat ,
3 . 0 -5 . 0 dry miles per coat , 180 - 300 square feet per gallon .
(3) Finish : 66 H . B . Epoxoline - 2 coats , 3 . 0 -4 . 0 dry mils per
coat , 225 -300 square feet per gallon per coat .
b . KOP- COAT :
( 1 ) Primer : 340 Gold Epoxy - 1 coat , 1 . 5 -2 . 0 dry mils per coat ,
285 - 385 square feet per gallon per coat .
(2 ) Intermediate : Hi - Gard - 1 coat , 4 . 0- 5 . 0 dry mils , 230 square
feet per gallon .
( 3 ) Finish : 1122BRS Polyester Polyurethane - 1 coat , 1 . 5 -2 . 5
C , MAB Paint :
( 1 ) Shop Primer : Ply-Tile 520-W -45 - 1 coat , 2 . 0 -3 . 0 dry mils
per coat .
i . Field Primer / Filed Touch - up : Ply-Tile 520-W-45 - 1 coat ,
a 2 . 0 -3 . 0 dry mils per coat
ii . Finish : Series 031 Ply-Tile 520 HB Epoxy - 2 coats , 6 . 0 - 8 . 0
dry mils per coat ,
d . Or equal .
8 . Pipe Color Code : Submit color sample for approval
Pipe Line Color
Finished or Potable Blue
Sewer ( Sanitary or Other) Green
SECTION 02441 DIRECTIONAL BORING OF HDEP PIPE
PART 1 - GENERAL
1 . 01 DESCRIPTION
This section includes materials , performance and installation standards , and
execution for the installation of HDPE pipe for this project by the directional
�. bore . Directional bore may also be refered to as Horizontal Directional Drill
( HDD ) throughout this section .
TECHNICAL PROVISIONS
TP - 14
,. FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
The Contractor shall furnish of all labor , materials , equipment and , incidentals
required for the horizontal direction drill ( HDD ) installation of high density
polyethylene ( HDPE ) pressure pipe , as shown on the Drawings and as
specified herein .
1 . 02 SUBMITTALS
A . Submit shop drawings in accordance with the General Conditions , and the
following :
1 . Submit list and description of materials and equipment to be used .
2 . Prepare and submit project drilling plans for review by the Engineer . This project
drilling plans shall include equipment to be used , a description of each drill
entry and exit angles , depth of pilot hole at various points along the drill ,
bend radius of the pipe , pullback monitoring plan , drill fluid disposal plan ,
drill fluid containment plan , hurricane preparedness plan , safety provisions ,
and damage prevention provisions .
3 . Calculations signed and sealed by a professional engineer licensed in the state
of Florida demonstrating a factor of safety of 2 against buckling and pullback
stress for the proposed pipe materials considering the materials , bore hole
path , and equipment to be used for this installation .
4 . The project plan and calculations shall be submitted two weeks prior to the
commencement of the directional drilling operations .
5 . Submit proposed pressure testing locations for pipe before directional boring .
6 . Submit an accurate record of the crossing location in plan view and profile
depth . Record all changes on the contract drawings as work progresses .
7 . Submit affidavit from the pipe manufacture of compliance with referenced
standards listed in the latest Indian River County Utility Standards , as
applicable .
8 . Certification that the directional drilling Contractor ( or Subcontractor) is licensed
to perform the work specified including possession of a State of Florida
Underground Utility Contractor' s license , and a State of Florida General
Contractor's license .
9 . The Contractor shall submit and demonstrate expertise in trenchless methods
by providing a list of four utility references for which similar work has been
performed in the last two years . The references should include a name and
telephone number where contact can be made to verify the contractor' s
capability . The Contractor must provide documentation showing successful
completion of the projects used for reference . Conventional trenching
experience will not be considered applicable . All supervisory personnel
must be adequately trained and shall have at least four (4) years experience
in directional boring . The Contractor shall submit the names and resumes
of all supervisory field personnel prior to construction .
10 . Submit a list of all equipment to be operated at the site ( s ) and anticipated noise
emanation of each .
TECHNICAL PROVISIONS
TP - 15
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
11 . Submit a flushing and pigging plan for cleaning the pipes after installation ,
including the specifics of the proposed pig .
PART 2 — MATERIALS AND EQUIPMENT
2 . 01 PIPE
The pipe material for this installation shall be DIP size HDPE DR - 11 ( minimum ) , as
described in the Indian River County Utility Standards .
2 . 02 BOLTS AND NUTS FOR MECHANICAL JOINT CONNECTIONS
Refer to Indian River County Utility Standards .
2 . 03 DRILLING FLUID
Drilling fluid shall be bentonite and water or a combination of bentonite and
polymers and water formulated to move cuttings to the surface and lubricate
the pipe during pullback .
2 . 04 DRILL PIPE
Drill pipe shall be steel with sufficient strength to withstand the maximum
rated pullback and pushing load of the drilling equipment . Drill pipe , tool
joints shall be flush and capable of transmitting maximum rated torque
of the drilling equipment .
2 . 05 DRILLING EQUIPMENT
A . Drilling equipment shall be in good condition and designed and have sufficient
power to drill the required length hole , backream , and pull the pipe as
shown on the Drawings .
B . All equipment including drilling equipment shall be muffled to emanate a
maximum noise level of 72 dBA (as defined in ANSI S1 . 4) measured at 10
feet when operating within 100 feet of any residential unit . Measure noise
level in accordance with ISO 3740 and 3744 .
C . Mixing , pumping , recycling , and holding/separation tanks shall be capable of
delivering mixed drilling fluid to the cutting head . Drilling fluids recycling
equipment including baffle tanks , shaker screen , de -sanding and de - silting
hydro cyclones shall be utilized and designed to minimize spillage and
quanities of drilling fluids necessary for these installations .
2 . 06 DOWNHOLE TOOLS
A . Cutting heads , backreamers , and hole openers shall be suitable for the soil and
rock conditions anticipated by the Contractor .
B . Grips , pulling heads , and swivels shall be compatible with the pipe material .
Design these components to transmit without distortion the maximum rated
pullback force of the equipment used . Grips , pulling heads , and swivels
shall be specifically engineered for directional drilling applications .
C . Tracking equipment shall be capable of determining the location of the cutting
head at depth within ± 1 foot .
TECHNICAL PROVISIONS
TP- 16
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
2 . 07 BREAK- OUT TOOLS
Remote breakout wrenches may either be manual or hydraulic and shall be used
to connect or break tool joints forward of the drill rig . Drill rig rotational
power shal not be used with remote wrenches to make or break tool joints .
2 . 08 TRACKING SYSTEM
Tracking equipment shall be capable of determining the location of the cutting
head at +/- 1 % of the depth .
PART 3 - EXECUTION
3 . 01 PILOT BORE
Construct a pilot bore at the centerline alignment and grade as indicated on the
drawings . Circulate drilling fluids to maintain an open bore at all times . If the
path of the pilot bore is successfully completed , then proceed with the
reaming procedure , and pull the pipe from the end of the HDD path ( exit pit)
to the beginning location of the HDD path (entry pit) . If the pilot bore cannot
be successfully completed , then do not proceed with the reaming procedure
until the owner , Owner's Representative , Engineer , and Contractor have
met to discuss alternative options for the pipeline crossing . The pilot bore
and reaming procedure shall be controlled by a magnetic survey system
including accelerometers , magnetometers , connector wire , and survey
probe . The guidance system shall be capable of measuring depth , location ,
pitch , and roll of the bore and shall be able to indicate depth up to 100 feet .
3 . 02 DRILLING FLUIDS
Contain and dispose of the drilling mud in accordance with state and federal
regulations and permit conditions . Install erosion and sedimentation control
measures including straw bales to prevent drilling mud from spilling out of
the entrance/exit pit . Monitor drilling fluids at the surface to avoid excessive
downhole pressures . Limit pressures in order to not buckle the surface of
the pipe during installation . Clean - up and dispose of any and all fluids that
may be released or generated by this construction .
3 . 03 BORE HOLE REAMING AND PIPE INSTALLATION
Upon completing the pilot bore and before pulling the drill pipe back through the
bore , use oversized reamer as necessary to enlarge the bore to provide
sufficient clearance for the pipe pull back . Attach pulling head and swivel
and pull the pipe through the reamed hole with the end of the pipe closed to
the bore hole . Pull pipe back in one continuous operation to avoid closure of
the bore hole .
3 . 04 DELIVERY , TEMPORARY STORAGE , AND HANDLING OF PIPE AT SITE
A . Delivery , temporary storage , and handling of the pipe shall be in strict
accordance with the recommendations of the manufacturer .
B . Before installation , check pipe and fittings for cuts , gouges in excess of 10 % of
the wall thickness , buckling , kinking , or splitting . Remove any pipe section
TECHNICAL PROVISIONS
TP - 17
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
containing defects by cutting out the damaged section in a complete
cylinder .
3 . 05 PIPE FUSION
Join entire length of pipe to be pulled through bore prior to commencement of
pullback operation . If not feasible because of the length of the bore and the
size of the staging area , each pipe section or sections may be fused or
welded to the previous section during the pull back . Support weight of joined
pipe suspended on rollers to minimize pulling forces .
3 . 06 QUALIFICATION OF FUSION OPERATORS
A . Each operator performing fusion joining pipe shall be qualified in the use of the
manufacturer' s recommended fusion procedure (s) by appropriate training or
experience in the use of the fusion procedure , and making a sample joint
according to the procedure that passes the following inspections and tests :
1 . The joint shall be visually examined during and after joining and found to
have the same appearance as a photograph or sample of an
acceptable joint that was joined in accordance with the procedure .
2 . The joint shall be tested or examined by one of the following methods :
a . Pressure and tensile test as described in 49 CFR 192 . 283
b . Ultransonic inspection and found to be free of flaws that would
cause failure
c . Cut into at least three longitudinal straps , each of which is :
i . Visually examined and found to be free of voids or unbonded
areas on the cut surface of the joint
ii . Deformed by bending , torque , or impact and if failure
occurs , it must not initiate in the joint area .
3 . 07 PRESSURE TESTING
A . Prior to pulling the HDPE pipe through the directional bore hole , the pipe shall
be pressurized at 150 psi for two hours and visually inspected for any
leakage . The pipe must be fully restrained and shall be allowed to equalize
to a common temperature prior to pressure testing .
B . Refer to Section 02670 for the testing procedure required after completion of the
HDD installation of the HDPE pipe .
3 . 08 INSTALLATION
The pipe shall follow the line and grade shown in the drawings . The pipe
exit location shall be at the design location shown on the drawings
with a tolerance of ±3 feet on line and a tolerance of ±3 feet on
grade .
TECHNICAL PROVISIONS
TP- 18
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
Install the pipe in a manner that does not cause upheaval , settlement ,
cracking , movement , or distortion of the surface material including
retaining walls , and channel bottom .
The elevation of the carrier pipe at the location of the connection point of the
directional bore shall be 36 " below the natural grade or at the
elevation shown on the construction plans and shall be in a horizontal
location for ease of connection to continuing mains . Should this not
be possible due to the acute angle of the bore , the contractor shall
furnish and install appropriate fittings to provide for a horizontal
continuation .
Contractor shall coordinate with the applicable utility locator to determine
the presence , if any , of existing utility lines .
3 . 09 MECHANICAL JOINT ADAPTOR CONNECTIONS
All HDPE MJ Adapters ( DIPS ) shall be installed with Back- up Rings ,
Mechanical Restraint , and stainless steel stiffener that meets AWWA
C906 standards . Back- up Rings shall be manufactured of ductile -
iron conforming to ASTM A536 - 80 . The gland shall be such that it
can replace the standardized mechanical joint gland and can be used
with the standardized mechanical joint bell conforming to
ANSI/AWWA A21 . 11 /C111 and ANSI /AWWA A21 . 53/C110 of the
latest revision . Twist- off nuts , sized same as tee - head bolts , and
shall be used to insure proper actuating of restraining devices . The
restraint shall be Series 2000PV by EBAA Iron , Inc . or approved
equal .
3 . 10 FLUSHING , TESTING AND DISINFECTING
Flush and test the pipe in accordance with Section 02670 .
SECTION 02670 FLUSHING, TESTING, AND DISINFECTION
PART 1 - GENERAL
1 . 01 WORK INCLUDED
A . Flushing , Pressure Testing , and Disinfection of all piping systems .
B . Contractor shall furnish all necessary pumps , hoses , piping , fittings , meters ,
gauges , chemicals and labor to conduct specified testing .
C . Testing shall be repeated at the Contractor' s expense until satisfactory results
are achieved .
D . Refer the specific chemical system specification section for additional flushing
and testing procedures .
1 . 02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
A . Section 1000 — Water and Sewer Utilities
B . Section 02441 — Directional Boring of HDPE Pipe .
TECHNICAL PROVISIONS
TP - 19
F :\Public Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
1 . 03 REFERENCES
A . ANSI /AWWA C651 - Standard for Disinfecting Water Mains .
. 1 . 04 SUBMITTALS
A . Test Reports : Indicate results comparative to specified requirements .
Submit two ( 2 ) copies of test results to Engineer in accordance with
Submittal specifications .
B . Final approval of the bacterial samples shall be received from the Florida
Department of Environmental Protection prior to the time that the system is
placed into operation . Sampling procedures shall be done in accordance
with FDEP requirements .
C . Bacteriological sampling locations shall meet FDEP requirements and be
taken where shown on the drawings and as directed by the Engineer .
D . Flushing and pigging plan to be submitted as described in this section and
Section 02441 .
1 . 05 QUALITY ASSURANCE
A . Perform Work in accordance with ANSI/AWWA C651 .
1 . 06 REGULATORY REQUIREMENTS
A . Conform to applicable Florida DEP requirements for performing the work of
this Section .
B . Work shall conform to Indian River County Standards .
PART 2 - PRODUCTS
2 . 01 DISINFECTION CHEMICALS
A . Chemicals : The disinfecting agent shall be sodium hypochlorite solution
ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301 . Dry hypochlorite ,
similar to " HTH " or equal may also be used as the disinfecting agent .
Bleach or Clorox is not acceptable .
PART 3 - EXECUTION
3 . 01 EXAMINATION
A . Verify that piping systems have been cleaned , inspected , and tested .
'. B . Coordinate scheduling of flushing , pressure testing , and disinfection
activities with tie - ins , certifications , and sequence of construction .
r 3 . 02 FLUSHING AND PRESSURE TESTING - PIPING
A . The Contractor shall furnish and install suitable temporary testing plugs or
caps for the water lines , all necessary pressure pumps , hose , pipe
connections , meters , gauges and other similar equipment , and all labor
required , all without additional compensation for conducting pressure and
TECHNICAL PROVISIONS
TP-20
FAPublic Works\Capital Projects\Oslo Road Lateral J\BID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
leakage tests and flushing of the piping . Flushing and pressure testing shall
be conducted in the following order .
B . After all piping lines have been installed and before pressure testing and final
connections to existing equipment , each run of pipe shall be thoroughly
flushed so as to remove all debris and foreign matter from the piping and
equipment . Clean and flush all piping using potable water . Pigging of piping
systems shall be incorporated in to this flushing procedure . Non - abrasive
pigs shall be employed to clean the DHPE pipes . Sufficient flushing water
and pigging shall be introduced into the piping to produce a discharge that is
clear with no evidence of silt or foreign matter is visible . Contractor to
provide means of discharging and disposing of water at Contractor's
expense .
C . Pressure testing ductile iron piping systems :
1 . The test pressure for the water piping , irrigation quality water piping ,
and force main piping systems constructed of ductile iron shall be
150 psi and this pressure shall be maintained for a period of not less
than two hours . Tests shall be made between valves and as far as
practicable and as approved by the Engineer . Potable water from the
distribution system shall be used . Pressure shall not vary more than
five (5 ) psi for piping during the test periods or as approved by the
Engineer . Allowable leakage shall be computed on the basis of
AWWA C - 600 .
2 . All leaks evident at the surface shall be uncovered and repaired
regardless of the total leakage as indicated by the test , and all pipes ,
valves and fittings and other materials found defective under the test
shall be removed and replaced at the Contractor' s expense . Tests
shall be repeated until leakage has been reduced below the
allowable amount .
3 . In the judgment of the Engineer , should it not be practical to follow
the foregoing procedures exactly for any reason , modifications in the
procedure shall be made as approved by the Engineer . In any event ,
the Contractor shall be responsible for the ultimate water tightness of
the piping within the preceding requirements .
D . Pressure Testing HDPE Piping Systems
1 . The test pressure for all piping systems shall be 150 psi and this
pressure shall be maintained for a period of two hours . Testing
procedure shall be as follows .
a . Completely fill pipe with clean water and remove all air from pipe
to be tested .
b . Allow water in pipe to equalize with surrounding
ground/groundwater for 24 hours .
c . Bring pipe being tested to test pressure .
TECHNICAL PROVISIONS
TP -21
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
d . Add make - up liquid once per hour to bring pipe back to test
pressure over a 3 hour period .
e . Immediately following the end of the 3 hour period , begin test of
pipe section . Test period is 2 hours . Add make - up fluid at 1 hour
and 2 hours to return test section to test pressure . Measure all
fluid added . Make - up fluid may not exceed the following :
Nominal Pipe Size Allowance for Expansion
( in ) ( Gallons per 100 ft . )
12 2 . 3
14 2 . 8
16 3 . 3
18 4 . 3
20 5 . 5
22 7 . 0
24 8 . 9
f . All leaks shall be repaired regardless of the total leakage as
indicated by the test , and all pipes , valves and fittings and other
materials found defective under the test shall be removed and re
placed at the Contractor' s expense . Tests shall be repeated until
leakage has been reduced below the allowable amount .
g . All visible leaks shall be repaired regardless of the total leakage
as indicated by the test , and all pipes , valves and fittings and
other materials found defective under the test shall be removed
and replaced at the Contractor' s expense . Tests shall be
repeated until leakage has been reduced below the allowable
amount .
h . Should , in the judgment of the Engineer , it not be practical to
follow the foregoing procedures exactly for any reason ,
modifications in the procedure shall be made as approved by the
Engineer . In any event , the Contractor shall be responsible for
the ultimate tightness of the raw watermain within the preceding
requirements .
3 . 03 DISINFECTION
A . The Contractor shall furnish and install suitable temporary connections to the
piping , all necessary pressure pumps , hose , pipe connections , meters ,
gauges and other similar equipment , and all labor required , all without
additional compensation for the disinfection of all required piping systems .
Disinfection shall be conducted on the following systems :
TECHNICAL PROVISIONS
TP -22
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
1 . Water main piping and valves .
B . Conform to AWWA Standards and as modified herein .
C . Maintain disinfectant for a minimum of 8 hours in such a manner that the
entire system will be filled with water containing a minimum chlorine
concentration of 50 ppm at any point .
D . After the disinfecting agents have been permitted to remain for the specified
contact periods , the water lines , and valves shall be thoroughly flushed with
water until the residual chlorine tests are less than 2 PPM in each instance .
The determination of the amount of residual chlorine in the system shall be
made at such points and in accord with standard tests by means of a
standard orthotolodine test set .
3 . 04 BACTERIOLOGICAL SAMPLING
A . It shall be the responsibility of the Contractor under this contract to perform the
bacteriological testing required by the Florida Department of Environmental
Protection and Indian River County to obtain clearance of the water main
piping . The Contractor shall be responsible to disinfect and repeat testing
as needed until clearance is obtained for all required plant systems . The
Contractor shall be responsible to pay for additional water needed if the
bacteriological testing must be repeated for the clearance of the ground
storage tank .
B . The piping systems require two ( 2 ) consecutive daily samples taken from the
locations called out on the plans or as determined by the Engineer . The
samples shall be taken at all the respective sample point locations .
, C . Sampling must be coordinated with Engineer and other construction activities
so as to minimize re -sampling .
D . Contractor shall submit schedule for bacteriological testing and pressure tests .
E . The Contractor shall incur all costs needed to provide bacteriological
clearance of the piping systems .
3 . 11 QUALITY CONTROL
A . The laboratory and personnel collecting bacteriological samples shall be
Florida State certified in accordance with FDEP requirements .
+ + END OF SECTION + +
TECHNICAL PROVISIONS
TP -23
FAPublic Works\Capital Projects\Oslo Road Lateral ABID DOCUMENTS\DIVISION 2 - Technical Provisions . doc
Q
w
� � t � � t t � s � � � � � � a f
St . Johns River
Water Management District
Kirby B. Green III , Executive Director • David W. Fisk, Assistant Executive Director
4049 Reid Street • P. O . Box 1429 • Palatka , FL 32178- 1429 • ( 386) 329 -4500
On the Internet at www. sjrwmd. com.
March 23 , 2005
Indian River County
1840 20th St
Vero Beach , FL 32960
SUBJECT : Noticed General Permit 400 -061 - 97622 - 1
Dear Sir/Madam :
�. The District has received your notice to use a noticed general permit . Based on the submitted
information , the proposed activity qualifies for a Noticed General Environmental Resource
Permit pursuant to section 40C-400 . 443 , Florida Administrative Code , so long as it is
constructed and operated in accordance with that general permit and the general conditions set
forth in section 40C -400 . 215 , Florida Administrative Code ( attached) .
Please be advised that the District has not published a notice in the newspaper advising the
public that it is issuing a permit for this proposed project . Publication , using the District form ,
notifies members of the public (third parties) of their rights to challenge the issuance of the
general permit . If proper notice is given by publication , third parties have a 21 - day time limit on
the time they have to file a petition opposing the issuance of the permit . If you do not publish , a
party's right to challenge the issuance of the general permit extends for an indefinite period of
time . If you wish to have certainty that the period for filing such a challenge is closed , then you
may publish , at your own expense , such a notice in a newspaper of general circulation . A copy
of the form of the notice and a list of newspapers of general circulation is attached for your use .
If you do publish a notice , please submit a copy of the published notice to the District for our
records .
A copy of your application was transmitted to the U . S . Army Corps of Engineers for review. This
authorization to use a noticed general environmental resource permit does not obviate the need
for obtaining all necessary permits or approval from other agencies .
Sincerely ,
Gloria Lewis , Director
Permit Data Services Division
Enclosures : Notice of Rights
List of Newspapers for Publication
in
cc : District Permit File
nJ �rr,, a
ifJ "U -T�1 L,52)
GOVERNING BOARD
Ometrias D. Long, CHAIRMAN David G . Graham , VICE CHAIRMAN A. Clay Albright , SECRETARY Duane Ottenstroer, TREASURER
APOM , JACKSONVILLE OCALA JACV.> ONVILLE
W. Michael Branch John G . Sowinski William Kerr Ann T. Moore Susan N . Hughes
-- + FERNANDINA BEACH ORLANDO MELBOURNE BEACH BUNNELL JACKSONVILLE
Consultant : Kimley- Horn & Associates , Inc .
601 21 st Street Suite 400
Vero Beach , FL 32960
w
d,
K.
r
,W.
ST. JOHNS RIVER WATER MANAGEMENT DISTRICT
NOTICED GENERAL ENVIRONMENTAL RESOURCE PERMIT
PERMIT NO . 400 - 061 -97622 - 1 DATE ISSUED : March 23 , 2005
., PROJECT NAME : Oslo Road/Lateral 'J ' Canal Bridge Replacement Plans
A PERMIT AUTHORIZING :
Replacement of an existing two- lane bridge with a 28 ' x 10 ' pre - cast bridge culvert as per the
plans received by the District on February 21 , 2005 .
LOCATION :
Section ( s ) : 25 Township (s) : 33S Range ( s ) : 39E
Indian River County
Indian River County
1840 20th St
Vero Beach , FL 32960
The District received your notice to use a Noticed General Environmental Resource Permit
pursuant to Chapter 40C- 400 , F . A . C . on February 21 , 2005 .
Based on the forms , design plans , and other documents submitted with your notice , it appears
that the project meets the requirements for a Noticed General Environmental Resource Permit .
Any activities performed under a Noticed General Environmental Resource Permit are subject to
the general conditions as specified in Section 40C- 400 . 215 , F . A . C . (attached ) . Any deviations
from these conditions may subject you to enforcement action and possible penalties .
Please be advised that the Noticed General Environmental Resource Permit expires 5 years
from the date on which the notice of intent to use a Noticed General Environmental Resource
Permit was received by the District . If you wish to continue this noticed general permit beyond
the expiration date , you must notify the District at least 30 days prior to the permit expiration
date .
A copy of your notice also has been sent to the U . S . Army Corps of Engineers ( USACOE ) for
review . The USACOE may require a separate permit . Failure to obtain this authorization prior
to construction could subject you to enforcement action and possible penalties .
AUTHORIZED BY : St . Johns River Water Management District
Department of Resource Management
By :
( ervice Center Directo aim B
John Juilianna
" EXHIBIT A "
CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 400- 061 -97622- 1
INDIAN RIVER COUNTY
DATED MARCH 23 , 2005
1 . The terms , conditions , requirements , limitations , and restrictions set forth in this section are
general permit conditions and are binding upon the permittee for all noticed general permits
in this chapter . These conditions are enforceable under part 1V of chapter 373 , F . S .
2 , The general permit is valid only for the specific activity indicated , Any deviation from the
specified activity and the conditions for undertaking that activity shall constitute a violation of
the permit . A violation of the permit is a violation of part IV of chapter 373 , F . S . , and may
result in suspension or revocation of the permittee 's right to conduct such activity under the
general permit . The District may also begin legal proceedings seeking penalties or other
remedies as provided by law for any violation of these conditions .
3 . This general permit does not eliminate the necessity to obtain any required federal , state ,
local and special district authorizations prior to the start of any construction , alteration ,
operation , maintenance , removal or abandonment authorized by this permit.
4 . This general permit does not convey to the permittee or create in the permittee any property
,. right , or any interest in real property , nor does it authorize any entrance upon or activities on
property which is not owned or controlled by the permittee , or convey any rights or privileges
other than those specified in the general permit and this chapter .
5 . This general permit does not relieve the permittee from liability and penalties when the
permitted activity causes harm or injury to : human health or welfare ; animal , plant or aquatic
life ; or property . It does not allow the permittee to cause pollution in contravention of Florida
Statutes and District rules .
6 . The authorization to conduct activities pursuant to a general permit may be modified ,
suspended or revoked in accordance with chapter 120 , and section 373 . 429 , F . S .
7 . This permit shall not be transferred to a third party except pursuant to section 40C -4 . 351 ,
F . A . C . The permittee transferring the general permit shall remain liable for any corrective
actions that may be required as a result of any permit violations prior to sale , conveyance , or
other transfer of ownership or control of the permitted system or the real property at which
the permitted system is located .
8 . Upon reasonable notice to the permittee , District staff with proper identification shall have
permission to enter, inspect , sample and test the permitted system to insure conformity
w
with the plans and specifications approved by the permit .
9 . The permittee shall maintain any permitted system in accordance with the plans submitted
to the District and authorized by this general permit .
10 . A permittee 's right to conduct a specific noticed activity under this noticed general permit is
authorized for a duration of five years .
11 . Construction , alteration , operation , maintenance , removal and abandonment approved by
this general permit shall be conducted in a manner which does not cause violations of state
water quality standards , including any antidegradation provisions of sections 62 - 4 . 242 ( I ) ( a )
and ( b ) , 62 -4 . 242 (2 ) and ( 3) , and 62 - 302 . 300 , F . A . C . , and any special standards for
Outstanding Florida Waters and Outstanding National Resource Waters . The perrmittee
shall implement best management practices for erosion , turbidity , and other pollution control
to prevent violation of state water quality standards . Temporary erosion control measures
such as sodding , mulching , and seeding shall be implemented and shall be maintained on
all erodible
ground areas prior to and during construction . Permanent erosion control measures such
as sodding and planting of wetland species shall be completed within seven days of any
construction activity . Turbidity barriers shall be installed and maintained at all locations
where the possibility of transferring suspended solids into wetlands or other surface waters
exists due to the permitted activity . Turbidity barriers shall remain in place and shall be
maintained in a functional condition at all locations until construction is completed and soils
- are stabilized and vegetation has been established . Thereafter , the permittee shall be
responsible for the removal of the barriers . The permittee shall correct any erosion or
shoaling that causes adverse impacts to
the water resources .
12 . The permittee shall hold and save the District harmless from any and all damages , claims ,
or liabilities which may arise by reason of the construction , alteration , operation ,
maintenance , removal , abandonment or use of any system authorized by the general
permit .
13 . The permittee shall immediately notify the District in writing of any previously submitted
information that is later discovered to be inaccurate .
14 . In addition to compliance with the notice provisions of section 40C -400 . 211 , F . A . C . , within
90 days following completion of construction , the permittee will notify by letter the
appropriate District office of the date construction activities were completed .
15 . No dredging of access or work channels are authorized by this general permit .
16 . Temporary fill roads shall not be constructed waterward of mean high water or ordinary high
. water .
17 . All fill placed in wetlands , other than fill on which a bridge or approach described in
paragraph ( 1 ) (a ) is constructed , shall be regraded to the original wetland elevations and
these filled wetland areas revegetated with native wetland species endemic to adjoining ,
undisturbed wetlands , within seven days of completion of construction . Within " clear zones " ,
as described in Chapter 3 , Roadside Design Manual by American Association of State
Highway and Transportation Officials dated October 1988 , hereby incorporated by
reference , revegetation shall be with herbaceous species endemic to adjoining , undisturbed
wetlands _ These replanted wetland areas shall be maintained , and planted as necessary , to
ensure that satisfactory revegetation occurs . For the purposes of this general permit ,
" satisfactory revegetation " means that the herbaceous wetlands , and forested wetlands
within clear zones , that are disturbed by fill shall have achieved not less than 33 percent
cover of planted or naturally reestablished herbaceous wetland species within 18 months of
completion of construction , and forested wetlands , other than forested wetlands in clear
zones , that are disturbed by fill shall achieve a survival rate of not less than 400 wetland
trees per acre within 18 months of completion of construction . A maintenance plan must be
developed and implemented to ensure the survival of the planted or naturally reestablishing
wetland species . Within the revegetated wetland areas , non - native vegetation must be
controlled such that it does not constitute more than 10 percent of the areal cover in any
stratum at any time for the five year period following the initial planting or restoration of the
site .
18 . Hydraulic openings of bridges constructed under paragraph ( 1 ) ( a ) above shall be sufficient
to prevent downstream scour , increased downstream water velocities , and increased
backwater elevations .
19 . Minimum horizontal and vertical navigational clearances on bridges over navigable waters of
the United States shall be established in accordance with procedures outlined in the U . S .
Coast Guard Bridge Administration Manual , COMDTINST M16590 . 5 , May 7 , 1982 .
20 . Horizontal and vertical clearances for replacement bridge structures shall meet or exceed
those of the bridge being replaced .
21 . Temporary erosion controls for all exposed soils within wetlands and other surface waters
shall be completed within seven calendar days of the most recent construction activity .
22 . The fill areas and the banks of the water body shall be stabilized with vegetation or riprap
within seven days following completion of slope construction . This stabilization is
considered a construction priority and completed fill slopes in wetlands and other surface
waters shall not remain unstabilized while other construction continues .
23 . This general permit does not authorize the use of dredged material for roadway
construction .
24 . The permittee shall use erosion and sediment control best management practices , including
turbidity curtains or similar devices , in strict adherence to these practices as described in
Chapter 6 , The Florida Land Development Manual : A Guide to Sound Land and Water
Management ( Florida Department of Environmental Regulation , 1988 ) , hereby incorporated
by reference , to prevent violations of state water quality standards .
25 . This general permit authorizes dredging and filling for the replacement or modification of a
bridge and approaches for a specific crossing of a wetland or other surface water . Any
connecting road expansion or alteration associated with such replacement or modification
must be authorized by a separate general or individual permit under chapter 40C -4 , 40C -40 ,
40C -42 or 40C - 400 , F . A . C . , as applicable , before the start of construction .
26 . This general permit does not authorize replacement or modification of bridges or
- . approaches , which involve the construction of additional traffic lanes .
27 . This permit for construction will expire five years from the date of issuance .
28 . All wetland areas or water bodies that are outside the specific limits of construction
authorized by this permit must be protected from erosion , siltation , scouring or excess
turbidity , and dewatering .
29 . Prior to construction , the permittee must clearly designate the limits of construction on -site .
The permittee must advise the contractor that any work outside the limits of construction ,
including clearing , may be a violation of this permit .
The project must be constructed and operated in accordance with the plans and information
received by the District on February 21 , 2005 .
Notice Of Rights
1 . A person whose substantial interests are or may be determined has the right to request
an administrative hearing by filing a written petition with the St . Johns River Water
Management District ( District) , or may choose to pursue mediation as an alternative
remedy under Sections 120 . 569 and 120 . 573 , Florida Statutes , before the deadline for
filing a petition . Choosing mediation will not adversely affect the rights to a hearing if
mediation does not result in a settlement . The procedures for pursuing mediation are
set forth in Sections120 . 569 and 120 . 57 , Florida Statutes , and Rules 28 - 106 . 111 and
28 - 106 . 401 - . 405 , Florida Administrative Code . Pursuant to Chapter 28- 106 and Rule
40C - 1 . 1007 , Florida Administrative Code , the petition must be filed at the office of the
District Clerk at District Headquarters , P . O . Box 1429 , Palatka , Florida 32178 - 1429
( 4049 Reid St . , Palatka , FL 32177 ) within twenty- six (26 ) days of the District depositing
notice of District decision in the mail (for those persons to whom the District mails actual
notice ) or within twenty-one (21 ) days of newspaper publication of the notice of District
decision (for those persons to whom the District does not mail actual notice ) . A petition
must comply with Chapter 28- 106 , Florida Administrative Code .
2 . If the Governing Board takes action which substantially differs from the notice of District
decision , a person whose substantial interests are or may be determined has the right to
request an administrative hearing or may choose to pursue mediation as an alternative
remedy as described above . Pursuant to District Rule 40C- 1 . 1007 , Florida
Administrative Code , the petition must be filed at the office of the District Clerk at the
address described above , within twenty- six (26) days of the District depositing notice of
final District decision in the mail (for those persons to whom the District mails actual
notice) or within twenty-one ( 21 ) days of newspaper publication of the notice of its final
agency action (for those persons to whom the District does not mail actual notice ) . Such
a petition must comply with Rule Chapter 28 - 106 , Florida Administrative Code ,
3 . A substantially interested person has the right to a formal administrative hearing
pursuant to Section 120 . 569 and 120 . 57 ( 1 ) , Florida Statutes , where there is a dispute
between the District and the party regarding an issue of material fact . A petition for
formal must comply with the requirements set forth in Rule 28 - 106 . 201 , Florida
- Administrative Code .
4 . A substantially interested person has the right to an informal hearing pursuant to
Sections 120 . 569 and 120 . 57 (2 ) , Florida Statutes , where no material facts are in dispute .
A petition for an informal hearing must comply with the requirements set forth in Rule
28 - 106 . 301 , Florida Administrative Code .
5 . A petition for an administrative hearing is deemed filed upon delivery of the petition to
the District Clerk at the District headquarters in Palatka , Florida .
6 . Failure to file a petition for an administrative hearing , within the requisite time frame shall
constitute a waiver of the right to an administrative hearing (Section 28 - 106 . 111 , Florida
Administrative Code ) .
7 . The right to an administrative hearing and the relevant procedures to be followed are
governed by Chapter 120 , Florida Statutes , and Chapter 28- 106 , Florida Administrative
Code and Section 40C - 1 . 1007 , Florida Administrative Code .
Notice Of Rights
8 . An applicant with a legal or equitable interest in real property who believes that a District
permitting action is unreasonable or will unfairly burden the use of his property , has the
right to , within 30 days of receipt of notice of the District's written decision regarding a
permit application , apply for a special master proceeding under Section 70 . 51 , Florida
Statutes , by filing a written request for relief at the office of the District Clerk located at
District headquarters , P . O . Box 1429 , Palatka , FL 32178 - 1429 (4049 Reid St . , Palatka ,
Florida 32177 ) . A request for relief must contain the information listed in Subsection
70 . 51 ( 6 ) , Florida Statutes .
9 . A timely filed request for relief under Section 70 . 51 , Florida Statutes , tolls the time to
request an administrative hearing under paragraph no . 1 or 2 above ( Paragraph
70 . 51 ( 1 0 ) ( b) , Florida Statutes) . However , the filing of a request for an administrative
hearing under paragraph no . 1 or 2 above waives the right to a special master
proceeding ( Subsection 70 . 51 ( 1 0 ) ( b ) , Florida Statutes) .
10 . Failure to file a request for relief within the requisite time frame shall constitute a waiver
of the right to a special master proceeding ( Subsection 70 . 51 (3) , Florida Statutes ) .
11 . Any substantially affected person who claims that final action of the District constitutes
an unconstitutional taking of property without just compensation may seek review of the
action in circuit court pursuant to Section 373 . 617 , Florida Statutes , and the Florida
Rules of Civil Procedures , by filing an action in circuit court within 90 days of the
rendering of the final District action , ( Section 373 . 617 , Florida Statutes) .
12 . Pursuant to Section 120 . 68 , Florida Statutes , a person who is adversely affected by final
District action may seek review of the action in the District Court of Appeal by filing a
notice of appeal pursuant to the Florida Rules of Appellate Procedure within 30 days of
the rendering of the final District action .
13 . A party to the proceeding before the District who claims that a District order is
inconsistent with the provisions and purposes of Chapter 373 , Florida Statutes , may
seek review of the order pursuant to Section 373 . 114 , Florida Statutes , by the Florida
Land and Water Adjudicatory Commission , by filing a request for review with the
Commission and serving a copy on the Department of Environmental Protection and any
person named in the order within 20 days of adoption of a rule or the rendering of the
District order .
14 . For appeals to the District Court of Appeal , a District action is considered rendered after
it is signed on behalf of the District , and is filed by the District Clerk .
15 . Failure to observe the relevant time frames for filing a petition for judicial review
described in paragraphs 411 and # 12 , or for Commission review as described in
paragraph # 13 , will result in waiver of that right to review .
y Notice Of Rights
Certificate of Service
I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent by U . S .
Mail to :
Indian River County
- 1840 20th St
Vero Beach , FL 32960
At 4 : 00 p . m . this 23rd day of March 2005 .
Division of Permit D to S rvices
Gloria Lewis , DiLeLler
M
St . Johns River Water Management District
Post Office Box 1429
,. Palatka , FL 32178 - 1429
( 386) 329 -4152
Permit Number : 400- 061 - 97622 - 1
INDIAN RIVER FARMS WATER CONTROL DISTRICT
4400 20th Street
Vero Beach, Florida 32960
(772) 562m2141
APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES
�Date : 2 / 9 / 05 No .
A. Applicant Information : Name : Indian River county
Address : 1840 25th Street
Vero Beach , FL 32960- 3365
Authorized Agent and Title : Jim Davis , Public Works Director
Telephone Number : 567 - 8000
B . Proposed Connection or Use : (check appropriate box or boxes) NON-REFUNDABLE
❑ Culvert connection to District canal for irrigation or drainage $ 100 . 00
❑ Pump connection to District canal for irrigation or drainage $ 300 . 00
❑ Culvert and/or control structure in District canal for crossing
and/or water storage $ 200 . 00
® Other (specify) Bridge - Culvert $ 100 . 00
C . Location : Tract Section 13 Township 33S Range 39E Canal No .
Other appropriate description : Bridge replacement on Oslo Rd over Lateral J Canal
Property I . D . Parcel No . :
Attach drawing to show details ( include acreage to be served ) .
D. Details of proposed Construction : (Give diameter and length of culvert ; diameter and rated capacity
of pump ; height and width of riser or other details on water control structure . )
Replace existing vehicular bridge wite pre- cgst bridge culvert .
E. Special Conditie >for District use only)
F. Estimated Date of Construction Commencement : 5 / 1 / 05
Estimated Date of Construction Completion : 7 / 1 / 05
G. As the Applicant for permit, I do understand and agree that :
1 . The use of, or construction within , the right-of-way of the Indian River Farms Water Control District
will be in accordance with the details of the approved sketch and/or permit conditions shown hereon,
supporting this application ; and if any changes are required , same will be cleared with the District.
(Continued on Reverse hereof)
Signed : Date (� !I CSS
Ap cant
- - - - - - - - - - - - - - - - - - - - - - - - - -
(For District Use Only)
Application approved by :
for the Indian River Farms Water Control District
Application approved by :
for Carter Associates, Inc . , Engineer for District
Date of approval : -
Expiration Date of this approved application:
PERMISSION , WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS.
SET FORTH ON THE REVERSE HEREOF,
SPECIAL CONDITIONS FOR PERMIT NO. 0541
.� 1 . This permit applies to : (A) proposed replacement of existing Oslo Road (5th
Street S . W. — County Road No . 606) bridge over Lateral "J" Canal with a precast
"Conspan" bridge culvert structure" ; (B ) partial relocation and reconnection of
Sub-Lateral J-2 Canal through 60 " diameter R. C . P . culvert into above mentioned
bridge culvert structure, and (C) the removal and relocation by directional bore of
existing 20 " diameter water main below the new bridge culvert structure, all as
shown on plans signed and sealed by Brian Good, P . E . , dated August 13 , 2005 .
2 . All work on this project within the wetted perimeter and banks of District canal
involving dewatering activities, blocking or partially blocking of flows within the
canals , final grading, stabilization, armoring, etc . shall be performed and
completed during the dry season of the year (December through May) .
3 . Floor/invert elevation of bridge culvert structure to be constructed with upstream
(south) invert of 8 . 2 and downstream (north) invert of 8 . 3 ( 1929-NGVD) .
4 . In addition to proposed temporary 60" diameter flow through culvert, one or more
pumps with a minimum total capacity of 26 , 000 GPM shall be provided/installed
at construction site and maintained in fully operational mode (in case of an
unusual heavy storm event) to pump water around subject construction site
throughout dewatering stage of Phases I, II and III of the project .
5 . In addition to above, during Phase II and III of project, a pump shall be
provided/installed in Sub-Lateral J-2 Canal upstream of proposed temporary dam,
with minimum capacity of 9 , 000 GPM to pump stormwater discharge
around/downstream of subject construction site .
6 . The temporary culvert and sheeting shall be installed as shown in detail of Sheet
No . 10 of subject plans, with a maximum top elevation of 17 . 0 ' (NGVD) on
proposed sheeting, and maximum elevation of 14 . 0 ' (NGVD) on earthen berm
" over temporary 60 " diameter culvert .
7 . In the event of a storm event that exceeds the temporary pump and gravity by-
pass culvert conveyance capacity or is deemed a necessity for flood control by a
representative of Indian River Farms Water Control District (IRFWCD) , or the
County, the contractor shall be prepared to and shall remove the temporary
culvert and sheeting immediately following such notification .
8 . As set forth in Standard Proviso No . 1 of this permit, the permittee assumes full
responsibility for any construction and operations within the District ' s canal and
right-of-way associated with the issuance of this permit including increased
tailwater/flood stages upstream of project site, and shall save and hold harmless
,. the District from any expense, loss , damage or claim in regards thereto .
J :\IEC\IRF WCD\irfwcd-spec-cond-per# .doc
.a
9 . The existing 18 " sanitary force main aerial crossing, and related support
structures , of Lateral "J" Canal , located north of proposed new bridge culvert
shall be removed and relocated within the headwall structures of the new
bridge/culvert structure.
10 . Adequate legal access for passage of heavy canal maintenance equipment from
Oslo Road right-of-way to all four quadrants of Lateral "J" right-of-way shall be
provided.
11 . For that portion of Sub - Lateral J-2 Canal section to be realigned/relocated (during
Phase II bridge-culvert construction) adequate stabilization, including appropriate
armoring of newly filled bank section, shall be provided and shall be maintained
by the County for a minimum period of one year before acceptance and continued
future maintenance by the District .
All
12 . Future connection to or use of proposed 72 L . F . of 36" RCP culvert (S - 300),
connecting to and running east from proposed new bridge- culvert, will require an
additional permit and approval from the District .
All
J :\MEC\IRF WC D\irfwcd-spec-cond-per# .doc
A.
jtIVER
v z
��'LOR1�A
INDIAN RIVER COUNTY
PUBLIC WORKS DEPARTMENT
184025 1h Street — Vero Beach , Florida 32960
TELEPHONE : (772) 567 - 8000 FAX : (772) 778 - 1806
`viA : E-mail and Post
October 21 , 2005
Mr . David E . Gunter , Superintendent
Indian River Farms Water Control District
4400 20th St
Ft . Pierce , Florida 34966
RE : Oslo Road ( CR606)/Lateral "J" Canal Bridge Replacement
IRFWCD Permit No . 05 - 81
Dear Mr. Gunter:
Thank you for permitting the construction of the bridge replacement on Oslo Road over Lateral
"J" Canal . The plans submitted by Kimley-Horn and Associates , Inc . show a temporary
1111nimun-1 pumping capacity of 11 ,000 GPM along with a 60" HDPE_ gravity by-pass culvert .
As specified in the Special Conditions for Permit No . 05 - 81 , item no . 4 specifies a 26 , 000 GPM
temporary pumping system in addition to the 60" HDPEP gravity by-pass culvert .
Indian River County would like to request I
to use the 26 ,000 GPM temporary pumping system
but reduce the size of the 60" HDPEP gravity by-pass culvert to a 54 " HDPEP gravity by-pass
culvert in the hopes that the pipe can be reused .
With respect to item no . 9 , whereas IRFWCD would like to see the existing sanitary force main
aerial crossing located 130 feet north of the existing bridge , relocated onto the proposed new
bridge culvert , Indian River County Capital Projects can not comply with this condition . The
aerial crossing is the property of the Indian River County Utilities Department and they are the
permit holder for that facility .
Please call me at (772) 226- 1510 or Brian Good with Kimley -Horn and Associates at (772) 794-
4083 if you have any questions .
40
Sincerely ,
Janet B . Dunlap , P . E .
Project Engineer, Capital Projects
FAPublic Works\Capital Projects\Oslo Road Lateral J\Permits - Oslo Road Lat J\IRFWCD Permit No 05 - 81 Oslo Rd
Lateral J Bridge Replacement. doc
Indian River County
Oslo Road (CR606)/Lateral "J" Canal Bridge Replacement IRFWCD Permit No . 05 - 81
Page 2
October 2128 , 2005
JBD/
cc : Marvin E . Carter, PSM , Principal , Carter Associates , Inc .
James W . Davis , P . E . , Public Works Director, Indian River County
Eril W . Olson , P .E . , Utilities Director , Indian River County
William K . DeBraal , Assistant County Attorney , Indian River County �-
Terry B . Thompson , P . E . , Capital Project Manager, Indian River Count
Brian Good, P .E. , Project Manager, Kimley - Horn and Associates , Inc .
Office File
Field Office File
F: \Public Works\Capital Projects\Oslo Road Lateral J\Permits - Oslo Road Lat J\IRFWCD Permit No 05 - 81 Oslo Rd
Lateral J Bridge Replacement . doc
O' HAIRE, QUINN , CANDLER & CASALINO - Attorneys
CARTER ASSOCIATES - Surveyors & Engineers
INDIAN RIVER FARMS WATER CONTROL DISTRICT
4400 20th Street
VERO BEACH , FLORIDA 32966
Phone: (772) 562-2141
w Fax: (772) 562-2532
DAVID E. GUNTER Board of Supervisors
Secretary-Treasurer W C . GRAVES, IV
SCOTT W. LAMBETH
MARK TRIPSON
October 21 , 2005 d n n
OCT 2 a 2005
Indian River County
Public Works Department _
1840 251h Street CiA � 1TAL PROJEC ! S
Vero Beach, Fl 32960
Attn : Janet B . Dunlap , P . E .
Dear Ms . Dunlap :
This letter is in response to your letter dated October 21 , 2005 regarding the Oslo
Road/Lateral "J " Canal Bridge Replacement .
As discussed with Terry Thompson, the District will allow the use of a 54 " in place of the
60 " HDPE gravity bypass culvert since the pipe will be useable on the five lane section of
Oslo . This should represent a cost savings to Indian River County .
Sin rely,
David E . Gunter
Superintendent
DEG/dv