Loading...
HomeMy WebLinkAbout2003-265 01 - � ) o s p LL Q:Tr u N L kIc A � LpRI� 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OSLO ROAD & 43rd AVENUE INTERSECTION IMPROVEMENTS ' PROJECT NO, 9327 - BID NO . 5066 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA KENNETH R . MACHT , CHAIRMAN CAROLINE D . GINN , VICE CHAIRMAN FRAN B . ADAMS , COMMISSIONER THOMAS S . LOWTHER , COMMISSIONER ARTHUR R . NEUBERGER, COMMISSIONER JAMES E . CHANDLER, COUNTY ADMINISTRATOR JEFFREY K. BARTON , CLERK OF COURT WILLIAM G . COLLINS II , ESQ . , COUNTY ATTORNEY ' TERRY B . THOMPSON , P . E . , CAPITAL PROJECTS MANAGER KIMLEY-HORN ASSOCIATES , INC . ' 6012 1 " STREET, SLTITi 400 VERO BEACH, FLORIDA 32960 Project Title Page . 00001 - 1 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Project Title Page.doc Rev. 05/01 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT •�� �oG CAPITAL PROJECTS DIVISION z y 1840 25TH STREET VERO BEACH , FLORIDA 32960 -3365 �LOR1�4' ' Phone : (772 ) 567 =8000 , ext. 1282 Fax : (772 ) 978 =1806 LETTER OF TRANSMITTAL TO : PROSPECTIVE BIDDERS FROM : Terry B . Thompson , P . E . Manager, Capital Projects DATE : May 29 , 2003 ' RE : Oslo and 43rd Avenue Intersection Improvements Project No . 9327 — Bid No . 5066 ITEM NO , QUANTITY DESCRIPTION 1 , 1 Addendum No . 1 2 . 1 Pre-Bid Meeting Minutes COMMENTS : The attached Addendum No . 1 . moves the bid opening to July 16 , 2003 . The bid opening is being moved to provide sufficient time for existing utilities to be relocated . ' Addendum No . 2 with drawing sheet revisions and revised bid form will be issued next week . All questions prior to the bid o� ening should be sent in writing to Brian Good , Kimley- ' Horn Associates , Inc . 601 21S Street, Vero Beach , Florida 32960 ; FAX ( 772 ) 562 -9689 ; Telephone (772 ) 7944083 . The cut off date for questions is seven (7 ) days prior to the bid opening . cc: John Blum , P . E . , Carter & Associates , Inc . Brian Good , P . E . , Kimley- Horn Associates , Inc . Fran Boynton Powell , Purchasing Division Manager ' Field Office Office File FAPublic Works\Capital Projects\Oslo - 43rd Avenue\Bid\transmittal addendum l .doc 1 BOARD OF COUNTY COMMISSIONERS Public Works Department 1 Capital Projects Division 1840 25TH Street, Vero Beach, Florida 32960 Telephone : (772) 5674000 FAX: (772) 9784806 g1VER 1 R ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OSLO ROAD & 43RD AVENUE INTERSECTION IMPROVEMENTS INDIAN RIVER COUNTY PROJECT NO. 9327 INDIAN RIVER COUNTY BID NO. 5066 May 29, 2003 TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM sets forth change and/or information as referenced and are hereby made a part of and should be attached . to the subject Contract Documents . Note: All Addenda shall be acknowledged on page 00310= 1 of the Bid Form. CONTRACT DOCUMENTS AND SPECIFICATIONS Advertisement for Bids , Page 00100 =1 Delete the first sentence of the Advertisement for Bids and replace with the ' following: "Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday, July 16 , 2003 . ADDENDUM NO . 1 Page 1 of 1 ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No. l .doc 43rd AVENUE / OSLO ROAD IMPROVEMENTS PRE-BID MEETING ' TUESDAY, MAY 209 2003 ATTENDEES : ' Terry Thompson IRC Capital Projects Rick Mathis IRC Capital Projects ' Teresa Allen IRC Capital Projects Brian Good Kimley-Horn & Associates , Inc . Ron LaRowe Sheltra & Son ' Dick Destein Sheltra & Son A. Eric Kishel Johnson Brothers Corporation Jake Sedmack North American Properties Southeast, Inc . (NAPSE) ' Mike Bullock Community Asphalt John Blum Carter Associates Bill Yoder Ranger Construction Tim Rose Timothy Rose Contracting, Inc . Terry opened the meeting and described the project as replacement of the two (2) lane bridge with a five (5 ) lane bridge, widening the intersection and putting in turn lanes and signalization. Terry stated the bid opening is scheduled for June 4, 2003 and the anticipated Notice to Proceed is August 1 , 2003 . Terry stated there are utility lines that need to be relocated before the Notice to Proceed is issued. The right-of--way on Oslo north of the bridge will change and will increase to one-hundred thirty ( 130) feet . Terry stated the changes would be issued in the addendum. Terry explained that if the Contractor would like to have the notice to proceed earlier, with the understanding that the utilities have not been relocated and the County will not pay for any remobilization, the County will consider issuing it earlier. If the Notice to Proceed is issued earlier the County would extend the Contract time . The time would be increased the same number of calendar days between Notice to Proceed and when the overhead lines are relocated. Terry went over the items in the plans that she has found. She stated the items will be included in the first addendum . The minutes to the meeting will be attached to the first addendum also . Any questions after the Pre-Bid Meeting should be addressed in writing to Brian Good at ' Kimley-Hom. Terry stated the answers to the questions will be sent back to everyone who has picked up a set of plans . In the Instruction to Bidders there are three (3 ) pages missing, pages five (5) through eight (8) . Terry stated on the Structural Plans on quantity sheet A-2 , the ' approach slabs were left out and the bridge removal will be changed to a lump sum instead of square foot . Also on the quantities, the pile lengths will be increased. Terry stated on sheet AS - 1 finish elevations will be put on the approach slab . Terry stated along with all the quantity ' changes a new bid form will be issued. Terry stated the note regarding removal of the culvert pipe on sheet eight (8) of the drawings will be eliminated. The Publix Developer is scheduled to remove this culvert from the sub-lateral canal . Terry stated there is a Publix under construction at the southeast corner of the intersection. Terry stated Publix anticipates opening Thursday, November 6 , 2003 . ' F:\Public Works\Capital Projects\Oslo - 43rd Avenue\Meetings\PreBid5-20-03 .doc PAGE TWO Terry stated that for this project she is the Project Manager, Brian Good with Kimley-Horn is the Project Engineer and Rick Mathis with the County is the Senior Inspector for the project. ' Terry asked if there were any questions or problems . Dick Destein asked when the last date for questions was . Brian stated the cut off is seven (7) days prior to the bid opening . Bill Yoder asked if there was a fax number. Brian ' s fax number is (772) 562-9689 and his phone number is ' (772) 794-4083 . Brian stated if sending a fax please follow up with a phone call to verify that he received the fax . Dick Destein asked the length of the project. Terry stated the length of the project is one- hundred eighty ( 180) days . Dick Destein asked the estimated value of the construction. Terry stated 2 . 2 million. Brian stated there is a minor amount of utility work on the project. Brian stated no matter if the ' contractor is doing the utility work or subbing the work out, the contractor doing the utility must have a copy of the Indian River County Utility Specifications . Brian stated the IRC Utility Specifications are included by reference in the Contract. Eric Kishel asked what time the bid was due on June 4, 2003 . Terry stated by 2 : OOPM . Terry stated the bid packets. go to the Purchasing Department and the packets must be sealed. The bid packets will be stamped in. No bid packets will be received after 2 : OOPM. In closing, Terry requested that all questions prior to the bid opening be sent in writing to Brian Good. The questions with responses will be sent to all plan holders . 1 ' F:\Public Works\Capital Projects\Oslo - 43rd Avenue\Meetings\PreBid5-20-03 .doc PRE-BID MEETING ' SIGN-IN SHEET INDIAN RIVER COUNTY ' PROJECT NO : 9327 PROJECT BID NO : 5066 DATE : May X. 2003 PROJECT NAME : OSLO & 43r AVENUE INTERSECTION IMPROVEMENTS Ent' Remember Safety First NAME COMPANY PHONE NOJFAX NO EMAIL ADDRESS iOOL74A YVY- i oo (o ail, e,09 . zpl- rerz)/ d *1'7 ' l� . (LIQ �lSkE�i_ Vo`�r15o ,� �jQ.oS . VoS2A . x!03 X33 G161- 3 EKi'l +I � L C� 7L1WScN . G 'y • 6 533 Cls &W c > Mw-f � s G � . w . to 13 - 'rc � M �•I1>Ps� vii • Z7gut! of • T '2 5517 3 i 490 J t Ck de 5 'Le . i A C De5 "iE- i +-1 s C`i �cl � � 1 -1 5,q1 " 4it3 ane r � :� : nem ( ItGc. yt o ==( Fri I 1 vAgoe soc. • 2 Z— l ' ah0% 6aO I 77� 4r6 c io e! 6 d sn %2der t rte _ ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\Meetings\SIGN-IN.SHEET.doc ARTICLE 8 - BID SECURITY 8 . 01 A Bid must be accompanied by Bid security made payable to OWNER in the amount ' specified in the Bid Form and in the form of a certified or bank check or a Bid Bond [on the form attached except as provided otherwise by Laws or Regulations] . All Bonds 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 Surety must be authorized to issue surety bonds in Florida . ' The Bidder 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 person 's authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract, the Successful Bidder ' 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 . The Surety shall also meet the requirements of paragraphs 5 . 01 and 5 . 02 of the General ' Conditions . 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has ' executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited . The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid ' opening , whereupon Bid security furnished by such Bidders will be returned . 8 . 03 Bid security of other Bidders whom OWNER believes do not have a reasonable ' chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) ' Substantially Completed and (b ) also completed and ready for final payment are set forth in the Agreement. tARTICLE 10 - LIQUIDATED DAMAGES ' 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement. ' ARTICLE 11 - SUBSTITUTE AND "OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" ' items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Instructions to Bidders 00200 - 5 FAPublic Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 Effective Date of the Agreement. The procedure for submission of any such application by ' CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements . ' ARTICLE 12 = SUBCONTRACTORS , SUPPLIERS , AND OTHERS ' e the identity of certain Subcontractors Suppliers , 12. 01 If the Supplementary Conditions require ty pP individuals , or entities to be submitted to OWNER in advance of a specified date prior to the ' Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for ' which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER. If OWNER or ' ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . ' 12. 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute tgrounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . ' 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ' ARTICLE 13 - PREPARATION OF BID 13 . 01 The Bid form is included with the Bidding Documents . Additional copies may be obtained from the Issuing Office . 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the ' Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not ' Applicable" entered . 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate ' seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature . ' 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . Instructions to Bidders 00200 - 6 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member ' and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . ' 13 . 06 A Bid by an individual shall show the Bidder's name and official address . 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated ' on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . ' 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . ' 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . ' 13 . 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . 13 . 12 All supporting information requested In the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price ' A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price . Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . ' 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions . ' 14 . 03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate ' of quantities or of the character, location of the work , or other conditions pertaining thereto . ' Instructions to Bidders 00200 - 7 F:1Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS1lnstructions to Bidders.doc Rev. 05/01 ' ARTICLE 15 - SUBMITTAL OF BID ' 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : A. Statement of Public Entity Crimes . ' B . Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships . ' C . Sworn Statement under the Florida Trench Safety Act. D . General Information Required of Bidders . ' E . List of Subcontractors . ' 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable , the designated portion of the ' Project for which the Bid is submitted ) , the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be ' addressed to Indian River County, Purchasing Division , 2625 19th Avenue , Vero Beach , Florida , 32960 . ' ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ' 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted ' prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with ' OWNER and promptly thereafter demonstrates . to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid ' and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates , if any, will be made available to Bidders after the opening of Bids . ' Instructions to Bidders 00200 - 8 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSVnstructions to Bidders.doc Rev. 05/01 1 BOARD OF COUNTY COMMISSIONERS Public Works Department Capital Projects Division 1840 25TH Street, Vero Beach, Florida 32960 Telephone: (772) 567=8000 FAX: (772) 978= 1806 ' O R11 ' ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ' OSLO ROAD & 43RD AVENUE INTERSECTION IMPROVEMENTS INDIAN RIVER COUNTY PROJECT NO. 9327 INDIAN RIVER COUNTY B/D NO. 5066 July 8, 2003 TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM sets forth change and/or information as referenced and are hereby made a part ' of and should be attached to the subject Contract Documents . Note : All Addenda shall be acknowledged on page 00310= 1 of the Bid ' Form. ' CONTRACT DOCUMENTS AND SPECIFICATIONS ' Advertisement for Bids , Page 001004 Delete the first sentence of the Advertisement for Bids and replace with the ' following: " Sealed bids will be received by Indian River County until 2 : 00 PM on ' Wednesday , August 13 , 2003 t ' ADDENDUM NO , 2 Page 1 of 2 ' F :\Public Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No. 2. doc ' PAGE TWO ADDENDUM NO . 2 ' DRAWINGS Replace Drawing Sheet Numbers S1 and S2 with Attached Drawing Sheets S1 and S2 marked with Revision Date July 2 , 2003 . ' Replace Drawing Sheet Numbers A-2 , AS - 1 and B -2 with attached Drawing Sheets A-2 , AS - 1 and B -2 marked with Revision Date May 23 , 2003 . ' RESPONSES TO QUESTIONS ON BIDDING DOCUMENTS 1 . Letter to Ronnie LaRowe , Sheltra & Son Construction Company , Inc . , from Brian Good , P . E . , Kimley- Horn and Associates , dated May 29 , 2003 ' (copy attached ) ' 2 . Letter to Bill Yoder, Ranger Construction Industries , Inc. from Brian Good , P . E . , Kimley- Horn & Associates dated May 29 , 2003 (copy attached ) ' 3 . Letter to Clyde Ellis , VSL , from Brian Good , P . E . , Kimley- Horn & Associates dated July 1 , 2003 ( copy attached ) ' 4 . Letter to Ron Ecker, PAH Constructors , Inc . , from Brian Good , P . E . , Kimley- Horn & Associates , Inc . dated July 2 , 2003 (copy attached ) ' ADDENDUM NO . 2 Page 2 of 2 ' F :\Public Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No. 2.doc ® ® ® Kimley- Horn and Associates , Inc . ' May 29 , 2003 047035008 ■ Suite 400 60121 st Street ' Vero Beach, Florida 32960 Mr. Ronnie LaRowe Sheltra & Son Construction Co . , Inc . ' P . O . Box 336 Indiantown, FL 34956 ' RE : Pre-Bid Questions Oslo Road / 43 `d Avenue Intersection Improvement Plans Indian River County ' Dear Mr. LaRowe : ' The following are responses to your pre-bid questions dated May 28 , 2003 . Question # 1 Temporary roadway on east side of bridge, is there one? ' Response #1 There is no temporary roadway east of the bridge replacement. The intent is for the contractor to maintain traff c on the existing roadway while constructing the westbound travel lane and ' shoulder. Upon completion of the westbound travel lane and Phase I bridge construction the contractor will shift traffic to the newly constructed lanes and commence construction of the ' eastbound lane and center turn lane. To assist in this task the County will increase the westbound travel lanes ' paved shoulder from 5 feet to 8 feet. The plan revisions will be included in ' Addendum 2. ' Question #2 What are the diameters of the wells? Response #2 The size and location the wells are unknown. For the purpose of ' bidding Pay Item No. 110-5, estimate that the well is five inches in diameter and 800 feet deep. For the purpose of bidding Pay Item No. 110- 6, estimate that the well is five inches in diameter ■ ' TEL 772 562 7981 FAX 772 562 9689 Mr. Ronnie LaRowe, May 29 , 2003 , Page 2 ® ❑ Kimley- Horn and Associates , Inc . Please contact me with any additional questions you may have . Sincerely, KIMLEY-HORN AND ASSOCIATES , INC . ' Brian Good, P .E . cc : Terry B . Thompson, P . E . ' Bidders list ' G:\47035008\Construction Phase\Wp\She1tra01 .doc ' ® — ❑ KimleyHorn and Associates , Inc . ' May 29 , 2003 047035008 ■ Suite 400 60121 st Street ' Vero Beach, Florida Mr. Bill Yoder 32960 Ranger Construction Industries, Inc . 4510 Glades Cut-Off Road ' Ft . Pierce , FL 34979 RE : Pre-Bid Questions ' Oslo Road / 43rd Avenue Intersection Improvement Plans Indian River County ' Dear Mr. Yoder : The following are responses to your pre-bid questions dated May 29 , 2003 . ' Question # 1 On the summary of roadway pay items Type S Leveling Course (0 . 5 " f Ave . ) where is that on the plans? ' Response #1 The asphaltic leveling course is required to remove the prestressed slab unit camber. The quantity of the leveling ' course is estimated using a maximum camber of 0. 8 inches. The leveling course is called out and shown graphically on Sheet B- 15 of the structure plans. ' Question #2 On the summary of roadway pay items Type S Asphaltic Concrete 2 ; where is that on the plans ? ' Response #2 The two inches of .Type S Asphaltic Concrete is the wearing course for the bridge, it is shown within the structure plans on Sheets B- 13, B- 14 and B- 15. ' Question #3 Why is there no pay item for excavation or removal of existing roadway? Response #3 Comparison of the total excavation and embankment volumes, indicated on the Sheet 2 summary table, shows that the project is ' a fill project. Following the Florida Department of Transportation (FDOT) convention, a bid item is indicated for the greater ' volume of the two. The cost associated excavation should be included in the unit cost for Pay Item 120- 6- 1 . The cost associated with removal of the existing roadway shall be ■ ' TEL 772 562 7981 FAX 772 562 9689 Mr. Bill Yoder, May 29, 2003 , Page 2 ' � ® ❑ Kimley- Horn and Associates , Inc . included in the unit cost for Pay Item 110- 1 - 1 , as defined by the FDOT Standard Specification Section 110. Question #4 In the pay item footnotes for temporary pavement it states that ' embankment is to be included in the cost. There are no purposed grades shown on the plans for the temporary pavement . How much embankment is need? ' Response #4 Based upon the proposed profile grade line for 43'd Avenue the eastern tie- in elevation for the Temporary Roadway is ' approximately 24. 1 NGVD. Based upon the existing centerline elevations for Oslo Road, the western tie- in elevation for the Temporary Roadway is approximately 21 . 9 NGVD. The ' longitudinal grades for the Temporary Roadway is expected to be a linear interpolation between these two fixed points. It is recommended that the Contractor utilize the existing ground ' lines shown within the Oslo Road cross sections to assist in determining the quantity of embankment required. ' Please contact me with any additional questions you may have . Sincerely, ' KIMLEY-HO AND ASSOCIATES , INC . Brian Good, P . E . ' cc : Terry B . Thompson, P .E . Bidders list ' G :\47035008\Construction Phase\Wp\Ranger0l .doc r ' ® ® ❑ Kimley- Horn and Associates, Inc . r r July 1 , 2003 047035008 ■ Suite 400 60121st Street ' Vero Beach, Florida Mr. Clyde Ellis 32960 VSL 3000 SW 10th Street rPompano Beach, FL 33069 Re : Pre -Bid Questions r Oslo and 43rd Avenue Intersection Improvements Indian River County ' Dear Mr. Ellis , We have reviewed the faxed questions regarding post-tensioning criteria for the above referenced project and offer the following responses : rQuestion # 1 The Technical Provisions make reference to the MOT Standard Specifications for Road and Bridge Construction, 1991 and r Supplemental Specifications ( 1994) as the applicable specifications ( 1994) as the applicable specifications for the project. What post-tensioning specification will be required for ' this project since the Section B460 in the Supplemental Specifications has completely changed over the last year? ' Response # 1 The original plans were designed in accordance with MOT Standard Specifications for Road and Bridge Construction ( 1991 ) with 1994 Supplemental Specifications . Since that time , the MOT has discovered that many post-tensioned bridges are rexperiencing corrosion of the post-tension strands resulting from a combination of water intrusion and incomplete grouting of post-tensioning ducts . The latest MOT specifications incorporate various shop drawing, fabrication and construction requirements to help alleviate this problem. Therefore, the following sections of the latest MOT post-tensioning ' specifications would be recommended to supplement the design specifications indicated in the plans : r 462 -2 Certification of Post-tensioning Systems : Standard tendon sizes are 40 . 611 , 7x0 . 6 " , 12x0 . 6" , 19x0 . 6 " and 27x0 . 6 " . t r ■ ' TEL 772 562 7981 FAX 772 562 9689 Mr. Clyde Ellis , July 1 , 2003 , Page 2 ' ® ® ® Kimley- Horn and Associates , Inc . • 462 -4 . 2 . 1 Post-Tensioning Anchorages : Galvanize the ' body of the anchorage . • 462 -4 .2 . 4 Permanent Grout Caps : Seal the grout cap ' with " O " ring seals placed directly against the bearing plate . ' • 462-4 . 2 . 5 . 1 General : Use corrugated plastic duct in all post-tensioning systems for all internal tendons . • 462 .4 .2 . 5 . 1 General : Ensure that all connectors , connections and components of the PT system hardware are air and water tight. ' • 462 -4 . 2 . 5 . 5 . 3 Corrugated Duct Connections and Fittings : Make all splices, joints and coupling connections with mechanical couplers or plastic sleeves in conjunction with a shrink sleeve . • 462-4 . 3 Grout : Fill ducts using prebagged grout material . (Ref: Specification 938 PT Grout) ' . 462-7 .4 Location of Grout Inlets and Outlets : Place grout inlets and outlets at the top of the tendon anchorage and at the top of the grout cap . ' • 462-7 . 6 Internal Duct Pressure Test: Pressure test all internal ducts . • 462- 11 . 1 Grouting Operations Plan : Submit a grouting operation plan for approval . • 462 - 11 .4 Equipment (General) : Provide grouting equipment using a high-speed shear colloidal mixer. • 462 . 11 .4 . 4 Vacuum Grouting Equipment : Provide vacuum grouting equipment at the job site concurrently with all pressure grouting operations . ' • 462 - 11 .4 . 5 Stand-by Equipment : During grouting operations, provide a stand-by grout mixer and pump . ' • 462- 11 . 5 . 7 Post-Grouting Operations and Inspection : After grout has cured, drill and inspect for grout voids behind the bearing plate . ' G:W7035008Tonstruction Phase\Wp\VSLO Ldoc tMr. Clyde Ellis , July 1 , 2003 , Page 3 ' � a ❑ KimleyHorn and Associates , Inc . • 462 - 13 Protection of Post-Tensioning Anchorages : Fill anchorage pourbacks using epoxy grout and seal with an elastomeric coating . ' Question #2 Sheets A- 10 and A- 11 call for a 3 " diameter PVC sleeve for transverse post-tensioning cables . Should this be changed to galvanized corrugated metal duct or plastic corrugated duct for ' better corrosion resistance? Response #2 The PVC sleeves for post-tensioning as shown in the plans were designed in accordance with FDOT Standard Specifications for Road and Bridge Construction ( 1991 ) with 1994 Supplemental Specifications , and the 1987 FDOT Structures Design Guidelines ' (through Revision "H") . Section 450 of the 1994 Supplemental Specifications (as well as the current version of the Standard Specifications) allows for the use of alternative materials if they meet a list of specified requirements . Based on current FDOT policy, it would appear that plastic corrugated duct would be an acceptable alternative to the PVC ducts shown in the plans . Galvanized corrugated metal duct would not be acceptable . Question #3 Sheet A- 10 describes the pourback material for the post-tension anchors to be non-shrink metallic grout. Should this material be epoxy grout? Response #3 The non-shrink non-metallic grout for filling of post-tensioning blockouts as indicated in the plans was specified in accordance with FDOT Standard Specifications for Road and Bridge Construction ( 1991 ) with 1994 Supplemental Specifications . Based on current FDOT policy, an epoxy grout product listed in the FDOT Qualified Products List (QPL) would be an acceptable alternative to the non-shrink non-metallic grout specified in the plans . Question #4 Sheet A-3 (post-tension cables) describes each tendon to have 3 strands with 0 . 6" diameter prestressing steel , Grade 270 . The plans call for 9 tendons across the deck. Will 7 tendons with 4 strands be allowed as long as the stress across the deck is 150 psi after losses? ' Response #4 The slab unit details in the plans are based on 9 post-tensioning ducts at 3 ' -0" on center with 3 strands per duct (27 strands total) . ' The proposed alternative to use 7 post-tensioning ducts with 4 strands per duct (28 strands total) would be an acceptable ' GA47035008Tonstruction Phase\Wp\VSLOI .doc Mr. Clyde Ellis , July 1 , 2003 , Page 4 ' � ® ❑ Kimley-Horn and Associates , Inc . ' alternative provided that the final stress across the bridge deck meets the 150 psi FDOT design requirement. The slab unit details would need to be revised in the shop drawings to show a total of 7 uniformly spaced post-tensioning ducts per slab unit . ' The shop drawing submittal would need to include 7 sets of drawings and structural calculations signed and sealed by a professional engineer registered in the State of Florida . ' Please contact me with any additional questions you may have . ' Sincerely, ED4LEY-HORN AND ASSOCIATES, INC. Brian Good, P . E . Project Manager copy: Terry B . Thompson, P .E . Bidders List File 047035008 ' GA47035008\Construction Phase\Wp\VSLOI .doc ' ® � ® Kimley- Horn and Associates , Inc . ' July 2 , 2003 047035008 ' Suite 400 60121 st Street Mr . Ron Ecker Vero Beach, Florida 32960 PAH Constructors, Inc . P . O . Box 33356 Indianlantic , FL 32903 -0356 Re : Pre-Bid Questions ' Oslo and 43rd Avenue Intersection Improvements Indian River County Dear Mr. Ecker, We have reviewed the faxed questions , dated 6/26/03 , regarding the signalization plans for the above referenced project and offer the following responses : Question # 1 715 -5 - 11 , Luminaire and Bracket Arm. • What is the length of the bracket arm? ' • What is the wattage of the luminaire? • What is the voltage of the luminaire? Response # 1 Sheet SI , Note #9 has been revised to include the requested information regarding the luminaire and bracket arm. In short, the luminaire is to be a 6ft extension, 120V , 400W , High Pressure Sodium, standard cobra head. Question #2 650- 1 - 131 & 650 -9 - 151 , Traffic Signals ' • Are any LED ' s required? Response #2 Both sheets S1 and S2 have been revised to indicate that all traffic signal heads and pedestrian heads be LED type . Question #3 670- 113 -054 , Controller • What type of controller do you want, a system controller or a TBC controller? A TBC controller will cost less . Response #3 The pay item for the controller has been updated to the latest ' MOT controller pay item number(670-5 - 110) . It will be a system controller that is to be compatible with Indian River County closed loop traffic signal system. ■ ' TEL 772 562 7981 FAX 772 562 9689 1 Mr. Ron Ecker, July 3 , 2003 , Page 2 ® � ❑ Kimley- Horn ® and Associates , Inc . Please contact me with any additional questions you may have . ' Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Brian Good P .E . Project Manager copy: Terry B . Thompson, P . E . Bidders List ' File 047035008 GA47035008\Construction Phase\Wp\PAH01 .doc NOTES : DETAIL OF SIGNAL HEADS TABULATION OF QUANTITIES 1 . MAJOR STREET IS OSLO ROAD. MINOR STREET IS 43RD AVENUE. ITEM NO. fi INTER A 65}_ 182 8 3 7 4 SHALL USE ( LAYS PONAL ` UNIT QUANTITY Z SPEED OMITS: srE18oL DISPLAY$. 1 ITEM N0, ITEM OSLO ROAD - 45 MPH ` 5 2 i 6 2 2R a 1 620- 1 - 1 GROUNDING ELECTRODE LF 190 43RD AVENUE - 45 MPH P2 P8 P2 P8 630- 1 -12 CONDUIT (UNDERGROUND) LF 793 3. CONTROLLER ASSEMBLY SHALL BE 8-PHASE, SOP 10 WITH PROTECTED/PERMITTED630- 1 - 13 CONDUIT (UNDER PAVEMENT) LF 2g1 LEFT- TURN PHASING ON EACH APPROACH. THE CONTROLLER SHALL BE HOUSED / © ®IN A TYPE "V" CABINET. ALL CONTROLLER EOUIPMENT SHALL BE COMPATIBLE 'NTH iN O ® . 630- 1 -15 CONDUIT (BRIDGE MOUNTED) (FAL) LF 90 S THE INDIAN RIVER COUNTY TRAFFIC SIGNAL SYSTEM. n 632 - 7- 1 CABLE (SIGNAL) P1 1 4ALL SIGNAL TIMING SHALL BE PROVIDED BY INDIAN RIVER COUNTY TRAFFIC ENGINEERING. PHONE (772) 567- 8000 EXT_ 1547_ 1 634-4- 114 SPAN WIRE ASSEMBLY (MOD. BOX) PI 1 5. FLASHING OPERATION SHALL BE RED FOR ALL DIRECTIONS. ) I - WAY 2- WAY 635- 1 - I1 PULL BOX EA 24 SSS 5- SECT. /1 - WAY 5- SECT. /I - WAY 3- SECT./1 - WAY 639-1 - 22 ELECTRICAL POWER SERVICE (UNDERGROUND) AS 1 6. LOOPS TO BE WIRED AS NOTED IN LOOP DETECTOR CHART SHOWN. ALL LOOP 653- 181 (2 REO'D) 653- 182 (1 REO'D) DETECTORS SHALL BE LED INTO THE CABINET AND TERMINATED AT THEIR ` 650- 51 - 511 (4 AS) 650- 51 - SII ( 1 AS) 650- 51 - 311 (3 AS) 639-2- 1 ELECTRICAL SERVICE 'VIRE LF 20 APPROPRIATE TERMINAL. �YJ.J��' �/�/JJ✓`-�`l�l �l 641 - 15- 144 CONCRETE STRAIN Pql-�UYPE N- VI (44' LONG) EA 7. ELECTRICAL SERVICE ASSEMBLY SHALL BE MOUNTED ON POLE A 8' ABOVE ITEM NO. 665- 11 650- 51 - 311 TRAFFIC SIGNAL 12- STD (3-SECT., 1 - WAY)(LED) AS 3 GROUND LEVEL (MINIMUM). DETAIL OF PROPOSED PEDESTRIAN DETECTOR SHALL INCLUDE SIGNS PEDESTRIAN SIGNS FTP- 47 650- 5I - 511 TRAFFIC SIGNAL, 12" STD (5-SECT., 1 - WAY)(LED) AS 5 8. CONTRACTOR SHALL COORDINATE WITH FLORIDA POWER & LIGHT FOR ELECTRICAL SERVICE 653- 181 PEDESTRIAN SIGNALS, LED, INTERNATIONAL ( i -WAY) AS 2 - Q Q 653- 182 PEDESTRIAN SIGNALS, LED, INTERNATIONAL (2- WAY) AS 1 PAY ITEM 715- 5- 11 SHALL INCLUDE ALL MATERIALS AND LABOR FOR A N91 PUSH COMPLETE AND OPERATIONAL INSTALLATION IN ACCORDANCE WITH Il b.D' � BUTTON BOLTON 659- 108 N L HEAD AU%1UARIE$ (STE L PEDE TA EA 3 INDIAN RIVER COUNTY STANDARD SPECIFICATIONS. LUMINAIRE TO BE 6FT 1 5u. '� SMS CROS 660- 1 - 105 INDUCTIVE LOOP DETECTOR ( TYPE 5) EA 13 XTENSION, 120V, 400W, HIGH PRESSURE SODIUM, STANDARD COBRA HEAD. Q510 Road le- 43rd Avenue OSLO RD. 4}RO AYE 660- 1 - 106 INDUCTIVE LOOP DETECTOR (TYPE 6) EA 5 10. CATENARY CABLE TO BE 3/8" THICK. MESSENGER CABLE TO BE 1 /Y THICK_ 2 REO'D 2 REGO 660-2- 102 LOOP ASSEMBLY (TYPE B) AS 8 FTP 47 FTP 47 11 . CONTRACT WORK TO BE PERFORMED BY THE INDIAN RIVER COUNTY ANNUAL 8 SERIES EMOD WHITE LETTERS 660-2- 106 LOOP ASSEMBLY (TYPE F) AS 13 CONTRACTOR AND ALL WORK AND MATERIALS SHALL CONFORM TO FLORIDA DEPT. ON GREEN BACKGROUND W/ 6 - ��^ EA 1 OF TRANSPORTATION (FOOT) STANDARDS AND SPECIFICATIONS, FDOT ROADWAY AND 1 1 /4" BORDER WIDTH AND Q Imo,- PEDESTRIAN DETECTOR TRAFFIC DESIGN STANDARDS, FOOT MINIMUM SPECIFICATIONS FOR TRAFFIC CONTROL 2 1 /4- CORNER RADII 670-5- 110 ACTUATED SOLID STATE CONTROLLER ASSEMBLY AS 1 SIGNALS AND DEVICES, AND THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. x x x .e x x x 690-10 REMOVE TRAFFIC SIGNAL.N[AD A "-� EA 2 12. THE EXISTING STOP SIGNS ON ALL FOUR (4) APPOACHES SHALL REMAIN 690-30 REMOVE POLES Eq 2 IN PLACE UNTIL THE TRAFFIC SIGNAL IS FULLY OPERATIONAL- 690- 80 REMOVE SPAN HIRE ASSEMBLY EA 1 xx � XX 690-90 REMOVE CABLING AND CONDUIT PI i CONCRETE POLE TABULATION XX -3 E- xx 700-48- I8 SIGN PANELS (FM) EA 4 XX I XX DISTANCE OF DISTANCE OF 715-5- 11 LUMINAIRE AND BRACKET ARM (FM) EA 4 POLE UPPER FEIN LOWER TE-IN LENGTH BURIAL CLASS SPAN GROUND LINE NO. HOLE FROM HOLE FROM OF DEP POLE (LONGEST) TO TOP OF POLE OF LOOP DETECTOR CHART TOP OF POLE TOP OF POLE POLE x x x . DETECTOR DETECTOR CONNECTED CONNECTED TO DELAY I 1 .0' 6.5 44' 13 6' VI I03' 30.4' x x UNIT NO, OPERATION TO LOOP TIMING FUNCTION TIME (SEC. ) 2 1 .0 6.0' 44 13.6' N toz, 30.4 FUTURE PM PEAK 1 , 2 NORMAL L2A k LM 72 HOUR TRAFFIC 3 LO' 6.0' 44' I4.6' N 98' 29.4' (COUNTY TO PROVIDE) 3 DELAY L2 72 4 1 .0' 6.5' 44' 13.3' VI 95' 30.7 4 DELAY/NORMAL Ln 172 5 DELAY'/NORMAL L2R TF2 NOTES: 1 . HANDHOLE SHALL BE 4"X6- WITH COVER AND SHALL BE IN THE LOAD FACE OF EACH POLE, 3. 0' ABOVE GROUND. 6 DELAY/NORMAL L5 TF5 2. CONDUIT ENTRY HOLES SHALL BE 4_(6- AND SHALL BE IN BOTH FACES ADJACENT TO THE ` 7. B NORMAL L4A s L48 74 LOAD FACE OF EACH POLE. 2.5 BELOW GROUND. 9 OELAY L4 TF4 10 DELAY/NORMAL LN. W4 11 DELAY/NORMALML6AWG 12. 13 NORMAL 14 DELAY ASSOCIATED PHASE TF1 D51s DELAY/NORMAL MOVEMENTS ( SOP 10) 16 DELAY/11011MAL17. 18 NORMAL TF2 ® TF6 O.$) 1L o•sl LL 1.a) -_-~- T 403 P2 JL LBl IF8 mrtF j1t. _�173 TT n TT1T �i TT �t 1 TF3 ® TF7 OR OR ll TF4 © TF8 1 � 14 F Tr � 1 TT -% - REVISION S APPROVID FOR SOgIE OAIE BY DESOIW8p1 DALE BY DESCRIPTION AMr CoaMry KNNEY-HOPoi BY: SHEET 7 03 JDP KHA MOdFlCA KM am«a .Ni of ^A* A4erAs OSLO ROAD/43RD AVE . No. A+mos r. PeNA v.G M.FAr DRAWNG No. SIGNALIZATION PLAN 4MMp4r t A4An4 iX. r«,,,r 7rvH4+ n�vl.+. """�7-' ^^" . " 03508SIG GENERAL NOTES/TABULATION OF QUANTITIES S1 O w.T-Ilsw N ASYy we 1aW DATE 15 630-1 -1} 66 2 102 635-1 -i1 (STA 1 +77) m S I 40 m 100 LF :630,1- 12 � 1 < 1 AVI 660-2-102 m M 15 LF 630-1 -13 6'X6 (STA 316+77) J 635-1-11 is 240 LF 630-1 -12 3; II 635-1-.11 n STA 713+90.41 i J 6 ~ 2_106 1 AS 59.93LT. SE 2 AS 660-24706 '.. 6'%26' BAE1EV.m 24.00 t -- }2+.E9 STA.213+00.92 j 6j0-1-13 75 LF 641 -15-148 49.16 LT. 21CONOUTS 620-1-1 20 LF ASE ELEV.-23.50 ASE ELEV.- 30-' 715-5-11 70-5-11048s—ltn — ; 50 LF 20-1-1 20-1-/ $ 97 LF 630-/-15 12 EA 60-1-105 635-1-11 _ it, 2 EA 635-1 -11 0 659-108 5 EA 0-1-to6 30-1-,2 30 J =M d. 620-1-1 20 LF j 3 AS 635-1-1/ 639-1-22 m m 635-1-11 39-2-1 J J 630-1-13 8 Up 15-5-11 , 'i 630-1-12 200 LF Uvi 630 1- 635-1-it 635-1-11 y 6XW 60-2-102 1 AS 100 22 - (STA 216+65) 3 CONDUITS 630-1-1 24 LF 630-1-1 it 20 LF 620-1 -1 RAn-i inI 210+00 63$71-11 (STA 217+65 659-108 217+00 18+00 660-2-102 1 . A P. _ B 6 %6 _____-- 630-1-1 6 L a P.P. ® - LZ_..__..__ - L-29 PP _... _.. _.. - ---L-.2A_..--- J J ----- - --- - 660-2-102 - ---- — - -- (S7A 210+50)x6 L1 L6L OS L2L 5 630-1-13 22 LF 1 635-1-11 - 6 L-613 L-6A I AS 660-2-106 L6 o I 660-2-106 660-2-106 100 LF 630-1-12 6x26' 6 3 AS 1 AS 63o-1-13 15 LF 15 LF 630-1-13 2 AS 635-1-11 660-2-106 635-1-1/ 67(46' 247 LF 63(0-1-12 630-1-13 STA x_84.33 - 49 c. 42.76713RT. BASE ELEV.- 24.00 635-1-11 . 2 AS 5-1-11 41-15-144 30-1-1 12 LF 20-1-1 20 LF 620-1-1 20 LF 641-15-146 0-7-12 100 LF I I a J o-z—los z As STA- ?1.3+05.00 j - 6•X46• BASE EIEV.- 25.0 ! 630-7-13 15 LF NOTE : 1 .) CONTRACTOR TO FIELD VERIFY LOCATION OF EXISTING m j UTIUTIES PRIOR TO INSTALLATION OF STRAIN POLES. I s 2-1 �* 2.) ALL TRAFFIC SIGNALS AND PEDESTRAIN SIGNALS 1 J � ARE TO 8E LED. 10 6 X26' I kk I 630-1-12 100 LF 66 2-10 (SIA 11+691 630-1-13 /5 LF AS j 635-1-11 1 ' I 630-1-12 100 LF ' 66 '2-10 I (STA + 1 6 p I,X6 m 1 630-1-13 15 LF I 635-1 -11 i J ! i /ndian Ri«� County APPPOWD F NHURAWNG V I I N AiEBY DESCPIP110N _ pepoAman/ o/ Public Wwtr ® N�NlE1'-N o" BY: OSLO ROAD/43RD AVE. N0. DARE BY OESORIPfl ! il' ® ® SHEET 7=12/0341 XNA u mcAn SIGNAUZATION PLAN yvW. AHr, P.(., CKmle Horn and A sociates Inc.,;..roR.n« R. Awa rc. c.P„ry ne rnsi«. y- S2 OSLO ROAD IMPROVEMENTS INDEX OF STRUCTURES PLANS OSLO ROAD OSLO ROAD OVER APPROACH SLABS GENERAL SHEETS THE LATERAL C CANAL AS- 1 APPROACH SLAB DETAILS A- 1 COVER SHEET B- 1 PLAN AND ELEVATION A-2 INDEX OF SHEETS/KEY SHEET/SUMMARY OF QUANTITIES 8- 2 FOUNDATION LAYOUT A- 3 GENERAL NOTES B- 3 END BENT NO. 1 (PHASE I ) A-4 12". 14", 18", 20", 24", AND 30" PRESTRESSED CONCRETE PILES B- 4 END BENT NO. 1 PHASE JE ) (INDEX No_ 600) 1 OF 2 B - 5 END BENT NO. 3 PHASE I ) A-5 12 , 14". 18 20 24", AND 30" PRESTRESSED CONCRETE PILES 8 -6 END BEM NO. 3 PHASE IL ) (INDEX NO. 600) 2 OF 2 B-7 END BENT & WINGWALL DETAILS 1 OF 3 A-6 TRAFFIC RAILING BARRIER (INDEX NO. 700) B- 8 END BENT & WINGWALL DETAILS 2 OF 3 A-7 TRAFFIC RAILING (SIDEWALK TYPE AND BICYCLE TYPE) (INDEX NO. 710) B-9 END BENT & WINGWALL DETAILS 3 OF 3 A-8 APPROACH SLABS (INDEX NO. 900) B- 10 INTERIOR BENT NO. 2 (PHASE I ) A-9 STANDARD BAR BENDING DETAILS (INDEX NO. 1300) B- 11 INTERIOR BENT NO. 2 (PHASE a ) A- 10 TYPICAL PRESTRESED SLAB DETAILS ( 1 OF 3) 8- 12 INTERIOR BENT DETAILS A- 11 TYPICAL PRESTRESED SLAB DETAILS 2 OF 3 B- 13 FINISH GRADE ELEVATIONS A- 12 TYPICAL PRESTRESED SLAB DETAILS 3 OF 3 B- 14 SUPERSTRUCTURE PLAN & SECTION _ A- 13 UTIUTY DETAILS B- 15 SUPERSTRUCTURE DETAILS A- 14 SLOPE PROTECTION DETAILS B- 16 REINFORCING BAR LIST (PHASE I ) A- 15 LOG OF SOIL BORINGS B- 17 REINFORCING BAR UST (PHASE 11 ) B- 18 SEQUENCE OF CONSTRUCTION DETAILS LEGEND: THE ABBREVIATIONS AND SYMBOLS LISTED BELOW ARE USED THROUGHOUT THESE PLANS TO DENOTE COMMONLY USED PHRASES OR WORDS AS FOLLOWS: SUMMARY OF BRIDGE PAY ITEMS BRIDGE No. i Btwn. - Between PAY ITEM NO . DESCRIPTION UNIT TOTAL = Bowline QUANTITY Solt = Bottom = Centerline 110-3 REMOVAL OF EXISTING STRUCTURES LS. 1 1 C & G = Curb & Gutty 120-5 CHANNEL C.- = Clear EXCAVATION 6 4 61 C Y. = Cubic Yards 331 -2 TYPE S LEVELING COURSE (0.5"d: AVG.) TN. 6. 1 6. 1 D.H.W. = Design High Water E.453 ve EA Each r400-3-4 60- 1 CONCRETE APPROACH SLABS EA 2 2 _ Ef. = Each Face 00-2- 0 I1 P C R SID ZC 16,9 .9 y y EL = Elevation EW. = Each Way CONCRETE CLASS III (SUPERSTRUCTURE CLOSURE POURS) C.Y. 24.9 24.9 n S Exp. = Expansion 00-4-5 CONCRETE CUSS N (SUBSTRUCTURE) C.Y. 115.1 1151 F, Flied • F&I = Furnish & Install 00- 147 COMPOSITE NEOPRENE PADS C.F. 7.4 7.4 orM F.F. = Far Face 00- 148- 1 TRAFFIC RAILING (F & 1) (BARRIER) LF 99 99 raRor "s n' EF.B.W. = Front Face of Bock Wall uxc FFFeet 400- 148-2 TRAFFIC RAILING (F & 1) (SIDEWALK TYPE) LF 99 99 sww wrra MALInt- Interior 415- 1 -4 REINFORCING STEEL (SUPERSTRUCTURE) LB. 2430 2430zr sR $n Lbs. = Pounds LF = Linear Feet 415- 1 -5 1 REINFORCING STEEL (SUBSTRUCTURE) LB. 12970 12970 LS. = Lump Sum Gil 450-88- 18 PRESTRESSED SLAB UNITS TRANSVERSELY POSTTENSIONED ( 187 S.F. 4 B L T. = Left Max. = Maximum 455-3-2 PRIEST CONIC PILING FURNISHED (18-SO) LF. 1995 1995 © O54a Raw M .H.W. = Mean High Water 455-4-2 PRIEST CONIC PILING DRIVEN ( 18-SQ) L.F. 1797 1797 Min. = Minimum WF. Near Face 455- 17-2 PILE SPLICES (187 EA No. Number 455- 133- 1 STEEL SHEET PILING (TEMPORARY) S.F. 2500 2500 O.C. = On Curler P.C. Point of Curve 455- 137 TEST LOAD (DYNAMIC) Ek- BEGIN BRIDGE No. 1 END BRIDGE No. 1 P.T. = Point of Tangency 455- 140- 12 TEST PILES FURNISHED (18') LF. 125 125Q STA 214 + 13,41 STA 214 + 73.41 Q RT. = Right 455- 141 - 12 TEST PILES DRIVEN (187 LF. 111 121 � ��� � Shm.r = Slur lShoum r 530-3-4 RIPRAP (RUBBLE)(OITCH LINING) TN. 3 Spa. = Spaces 530-74 BEDDING STONE TN. 240 240 Y' OACM SLABS ARE SHOWN ON SHEETS A-8. AND AS- 1 . S0. = Square �E TOTAL PUN AREA OF APPROACH SLAB REQUIRED 1 0 SH ET=AS— THE' Sta. = Station BID ITEM PAY NOTES: Q RARY AND FINAL ASPHALT TOPPING. CURB AND GLITTER TRANSRIONS, SID Substr. = Substructure WITHIN THE APPROACH SLAB LIMITS SWILL BE INCLUDED IN THE CONTRACT UNIT PRICE FOR APPROACH SLABS. T.T.C. = Tangent To Curve 1 . FOR SUMMARY OF BRIDGE PAY ITEMS SEE TABLE ABOVE. Typ. Typical 2. PAYMENT FOR INCIDENTAL ITEMS NOT SPECIFICALLY COVERED IN THE INDIVIDUAL BID ITEMS SHALL 8. THE COST OF FURNISHING AND INSTALLING TEMPORARY AND FINAL ASPHALT TOPPING WITHIN THE BRIDGE LIMITS SHALL BE U.O.N. = Unless Otherwise Noted Yr. Year BE INCLUDED IN THE CONTRACT UNIT PRICE FOR THE BID ITEMS. INCLUDED IN THE CONTRACT UNIT PRICE FOR TYPE S ASPHALTIC CONCRETE, BID ITEM No. 331 -72-20, AND TYPE S = = Diameter 3. THE COST FOR FURNISHING COMPOSITE NEOPRENE BEARING PADS SHALL BE INCLUDED IN THE LEVELING COURSE, BID ITEM No. 331 -2. CONTRACT UNIT PRICE FOR COMPOSITE NEOPRENE PADS, 810 ITEM 400- 147. 9. THE COST FOR MISCELLANEOUS CANAL EXCAVATION, AND EXCAVATION AND FILL AROUND THE BRIDGES SHALL BE INCLUDED = Soil Boring Location 4. THE COST FOR SALVAGE AND DELIVERY OF PILE CUT-OFFS AND EXISTING STEEL SHEET PILING SHALL IN THE CONTRACT UNIT PRICE FOR SUCH ITEMS AS INDICATED IN THE ROADWAY PLANS. BE INCLUDED IN THE CONTRACT UNIT PRICE FOR PRESTRESSED CONCRETE PILING DRIVEN ( 18" SO.) 10. THE COST FOR HOT DIP GALVANIZING MISCELLANEOUS DOWEL BARS AS NOTED ON THE BAR LIST SHEETS SHALL BE S. THE COST FOR FURNISHING AND INSTALLING CONDUITS, COUPLINGS, AND MISCELLANEOUS HARDWARE REQUIRED FOR THE INSTALLATION OF SIDEWALK DUCTS SHALL BE INCLUDED IN THE CONTRACT UNIT INCLUDED IN THE CONTRACT UNIT PRICE FOR REINFORCING STEEL (SUBSTRUCTURE), BIO ITEM 415- 1 -5. PRICE FOR CLASS II CONCRETE. ll . QUANTITY SHOWN FOR STEEL SHEET PILING (TEMPORARY), BID ITEM 455- 133- 1 , IS APPROXIMATE AND IS TO BE USED 6. THE COST FOR FURNISHING AND INSTALLING CONCRETE UTILITY SADDLES OR ALTERNATE METHOD OF FOR ESTIMATING PURPOSES ONLY. PAYMENT SHALL BE BASED ON ACTUAL INSTALLED QUANTITY PAID AT CONTRACT UNIT UTILITY ATTACHMENT/SUPPORT SHALL BE INCLUDED IN THE CONTRACT UNIT PRICE FOR CONCRETE PRICE PER SQUARE FOOT. ALL COSTS ASSOCIATED WITH THE DESIGN, INSTALLATION AND REMOVAL OF THE SHEETPILING CLASS 11, BID ITEM 400-2-4. SHALL BE INCLUDED IN THE CONTRACT UNIT PRICE FOR TEMPORARY STEEL SHEETPIUNG. R E v I s I o N s A6wr ,BFB Cxwl* APPROIm FIXi sv4[ : SHEET MTE RY 9EsanRTaN DALE eY pEsaaRnaN Ay,a,,,,=M ,� IuAR• wa.4'x Mites, 1p1`�r-H0"" er. NTS INDEX OF SHEETS/KEY SHEET No. AGF pRAWNa No. SUMMARY OF QUANTITIES A ,,� , ,L ,� • IGmiey Nom irx, a „oEx OSLO ROAD A-2 G MirMr-ww, N •evY„t k EW] DAM a,yw DIRECTION OF STATIONING SEE "SIDEWALK DETAIL " ON . SUPERSTRUCTURE DETAILS < > SHEET DIRECTION OF STATIONING SEE "SIDEWALK DETAIL " ON \ SUPERSTRUCTURE DETAILS SHEET F f LJ LJ I 1 I I I I 1 ir11 r , ILJI 1 '_ 6 - I Ir11 1 ._ Irl L MIN BARRIER I LJ L J r 6 " ` 1 4 ' CL MIN. I I I BARRIER 4 " CL J _ _ _ _ _ _ _ _ _ _ _ _ TO PROA04 _ _ _ _ _ _ .1 _1_ = = - _ _ (SEE ROADWAY PLANS I I I I _ I - = ' _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ FOR LOCA PONS) I I / I AMID CONFLICT 1 r I I r I I / - - - - - - _ - - - I I i TO PULLBOX WITH GUARDRAIL L 1 2-2-0 PVC DUCTS I J I r I r J POST LAYOUT I I L J c-1 "a PbC' DUCTS ILJI (SEE ROADWAY PLANS I FOR LOCA nUms) I i I � r -II � r , � LJi IL I IJLJI 1 BEGIN BRIDGE i ENO BRIDGE I BEGIN APPROACH SLAB I I I ENO BENT NO I I o � I r , 1 r , I 1 END BENT NO J i ILJI ILJI I LJ Ir111 1 I IL I ILJI I I I 1 ' cONSTRUCRON 1 I 1 1 1 AND P.G.L. CONSTRUCTION AND PGL _ _ — _ _ - - PVC PVC DETAIL AT END BENT NO 1 1 PVC DETAIL AT ENO BENT NO. J END APPROACH SLAB 24. 15 N 14 '-8 I/4 �t DIRfL RC4V OF STA RONING R ,\ P i. 24. 08 TJ 78 2168 1 1 0Q G 20 '- O" / 204-00l TEMPORARY S C H FTP/ /NG m I. TEMPORARY STEEL SHEETPILE LIMITS SHOWN IN THESE PLANS ARE APPROXIMATE. CONTRACTOR SHALL FIELD OEIERMINE TEMPORARY m �' ACTUAL SHEYDRILE LIMITS AS NECESSARY TO ACCOMMOVA TE CONSTRUCRON PHA9N6 OPERA TIGYJS _C fee ¢ TEMPORARY STEEL (S Ef]PILING y SIEETPICING (SEE NOTES M15 SHEET) 2. DESIGN OF TEMPORARY STEEL SHEETP/LING SHALL BE BY CONTRACTOR. RHE CONTRACTOR SHALL SUBMIT SEVEN (]) Sf TS OF SHOP ORAWNCS AND DESIGN CALCULA DONS. SIGNED AND SEALED BY A PROFESSIONAL ENGINEER REGISTERED W THE STATE OF FLORIDA. m 9000"00" p J. SEE PRO„ffCT GENERAL 5PECIFICA77ON5 SECTION A455- 10. 5 FOR AODIDONAL INFORMARON (TYP.) V m 14. 03 23 9J BEGIN APPROACH SCAB 2°' 40 24.JJ Q $ CONSTRUCROw7 N OSLO ROAD AND <)) P. G.L END APPROACH SLAB BEGIN BRIDGE 4 END BENT N0. 1 � END BRIDGE I END BENT NO.J IO'-J 1/2 1 lC (()) EL \ NX -CONCRETE GRADE P. r 14. 18 TJBB 2J ]BJ 2e.23 N OSLO ROAD OVER THE LATERAL C CANAL APPROACH SLAB GEOMETRY TOTAL APPROACH SLAB AREA - 15JJ SF PHASE I AND 1619 SF (PHASE IQ N E V I S 1 O H S ❑_❑ „o�£o rw SC4E - ] SHEET DAM BY oescmvnw o„Tc By ocscelvnw A' 'W”` '�' APPROACH SLAB DETAILS NO s os ,er pIA Anw L'rovrhrrn/ eY ruAAV W'wes .Writ Y. (brr; I.(., ykM 1Gi -J ` DR„xwG H0. „„Asol OSLO ROAD O „�+•rw.. .w � tI k mm OA7 / ' Y I {L` I Direction of Stationing ` 55._0• I 45' II BEGIN t , I BRIDGE J •7 J ENO BRIDGE - -f P2£s i O 2 F TITLES 15' ` \ SHELL ROCK DRIVE 7�- 1 O iri -`• • i iI '� 1 AVO � d W ' o O i i p e I I 80 G.F. 15_ C_M. Q ' \�\ II I t1 ', P I \ m I h I ENP BRIDGE' Q ' f I I 'I !' O7 r \ DE. TO BE � � I � BENT N0. J IOVERHEAD ELECTRIC I \ REL OCA TED o O 15 14+73. 41 PHASE CONSTRUCRQV LINE ! i TO BE RE IED BY O / ! I I it 0 I F INT BENT NO 2 (SEE UDC. _ POLE OTHERS 1 " STA. 214+ 4341 6 \PLANS) _ B OAO ROA. - _ O _� i SWAGE D /� ZZ _-_______-__.._..._.________ .__ __ _ ___._-�_AND_PR _ ______________________. - _ ____._-__. ___ .1._____-___r_i.. DET- _ __ -__._..__ _ -L1___ __- � _ _____ ____ 13 + OO GRADE LINE ' 214 Of 90,0000 �_____- _ _____ P Y__________________.--_ W. V. . I I 'I LTM 4_r WlZ3)-- • O P.P. SJ _ 0 i a•`6. _ _ _ __ 58931'55 E T Lu 1 -0 •B..._-.______ g- - - - - - -- - - OSLO ROAD � �'� o .� y 1 � d _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ - - - - - - - STA. 2/3+44 // 1191 = I on n 'o - - 4 0 __� _ _ y W _ -1 � _ _ - _ _ _ _ _ _ _ _ _ _ _ - _ _ - _ _ - _ _ _ _ _ _ _ _ B 43x8 AVErd AVE U VENUE W I p I O hCION SIA. 3/3+79. 19 p 3 I \ LIryry 0 2 BEGIN O O I \ ENO BENTNT NO NO. i v O i © RAISED WM. OSLO ROAD po I 57A. 2/4+ 11. 41 2 CROSSING = I \\ I 11 � F BENT 8 1 TO AD7E0 PILES L. PLANS -- •• I .o'' I Q.' e . ... ... .�.......o.... 9 .. p. .. a .. o ....e.......4..."e.6.....I.m..... ...... 1 . . . . Q - - - - - - - - - - - - - - - - - - - - - - - - NO '� p DEBRIS - -Y . I. PLAN LOCATION (1F PILES IS GIVEN AT BOTTOM OF CAPS. y PILE 2. ALL PKMG TO BE 18• SO. PRESTRESSED CONCRETE. Y�'V FOUNDATION LAYOUT J PILES SHOW u1: /2 /NDlCAMS BATTERED PILES WITH THE ARROW INDICATING N4 DIREC RON OF BA TIER 4. ALL ENO BENT PILES SHALL BE DRIVEN PRIOR 70 THE INSTALLA PON OF CONCRETE SHEET PANELS 5. TEST PHLS SHALL BE DRIVEN IN THE PONRON OF A PERMANENT PILE. TABLE OF PILE CUTOFF TEST PILE LENGTHS ARE AS !NO'CATED IN THE `PILE INSTALLATION TABLE" � / TION$ AND SHALL BE LOCATED AS FOLLOWS C ML BENT NO. 2, PILE NO. 5 ELEVATIONS END BENT NO. J PILE NO. 4 END BENT INT. BENT END BENT OR AS DIRECTED BY THE ENGINEER. PILE NO. NO. 1 NO. 2 NO. 3 6. PILES SHALL BE DRIVEN TO THE MIN/MUM TIP ELEVATION AND EXTENDED 1 20,5 20.J 20.2 AS REQUIRED M77L THE DRIVING CRITERIA FOR THE DESIGN LOADS HAS BEEN MEL DRIVING CR17MA SHALL BE BASED ON 7Hf ENO OF DRIVING (EDO) 2 10.5 20.J 20.2 CAPACITY CIOMPU/ED AS FOLLOWS J 205 20.J 20. 2 EOD CAPACITY = (DE9GN LOAD r FS) + OONMVRAC 4 20. 5 20.J 20.2 FACTOR OF SAFETY (FS) SHALL BE PER SEC17CW 455-.1122 OF THE SUPPLE- 5 20.5 10.1 10.2 PILE INSTALLATION TABLE - MENIAL SPECIRCAAONS "DOWNORAG l5 THE ULTIMATE SKIN MC77ON LOSS VALUE SEE `PILE MS7AUA77CW TABLE, MIS SHEET. 6 70.5 ZO.J 20.1 7. WHEN A REOVIRED .ET77NG ELEVATION IS SHOWN, THE XT SHALL BE LOWERED TO 7 z0.5 2D.J 2o.z PILE DESIGN TOTAL SCOUR MINIMUM SCOUR REOD. REOD. NET SCOUR TEST PILE BENT DOWNDRAG THE NG IS OM AND COIF XI7 TO OPERATE AT INNS ELEVATION DIFFER THE TIKE SIZE LOAD RESISTANCE ** TIP ELI * EL. PREFORM EL. JET £L. RESISTANCE* * * LENGTH DRIVING /S COAMPC£IEO. IN ..E7T/NG QP PREFORMING ELENA DONS DIFFER FROM B 20.5 20.1 10.2 > (Tons) (Ft.) F . THOSE SHOWN ON THE TABLE THE ENGINEER SHALL BE RESPONSIBLE FOR 9 205 203 102 NO. (In.) (Tons) (TOr15� (Ff.) (Ft.) (Tons) IN ORDER DOW OF THE REQUIRED DRIVING RESISTANCE. 10 20.5 70.3 20.2 1 18 55 -- NEGLIGIBLE - 10.0 -20 N/A N/A -- 60 B. M ORDER TO ACHIEVE THE HIGHS D MINIMUM TIP ELEVA DON IT /S ESTIMATED 2 18 75 - - NEGLIGIBLE - ISO -25 N/A N/A -- 65 MAY A ENCOUNTERED RESISTANCE E LOC THAN . THAT REOU/REO FCA7 LOAD CAPACITY 11 20.5 20.1 10.1 MAY BE ENCWN7ERED /N SOME LOCATIONS /1 10. 5 20.1 20.1 J IB 55 -- NEGLIGIBLE - 10.0 -10 N/A N/A - - 60 9. PILE GOAD RESTS SHALL BE CONDUCTED TH AS DYNAMIC LOAD TESTS UTILIZING 13 20.5 22-J 20.2 THE UC DRIVING AANAL CCORDANCE (POA). THE DYNAMIC LOAD TESTS SHALL BE A CONDUCTED M ACCORDANCE NI7H FOOT SUPPLEMENTAL SPEGF7G TION A-455. 20.2 # MINIMUM TIP ELEVATION IS REOVIREO FOR LATERAL STABILITY. 20.2 #'4` TOTAL SIDE FRICTION RESISTANCE FROM GROUND LME TO THE SCOUR ELEVATION. I6 20.5 20.2 NET SIDE FRICTION RESISTANCE FROM INE REQUIRED PREFORMED OR JETTING w=��s w. Nhosr.00Wc ## # - ELEVARON TO THE SCOUR ELEVATION. iMwan R/w Own APPBO�EO N SCILE : SHEET DAZE BY pERRV110N B DALE S ' BY 5 OFSCNWINMI N 'KYIEI'-BpBI BY: a�wwnw,, e, RUGWk ww>: FFAVtes, Mg OSLO ROAD OVER THE LATERAL C CANAL Ho.DNAWNGI NO. FOUNDATION LAYOUT IGmley- Inc.®r� osLo ROAD a-z O K.M.rw.. r •e..:.�.. nc wm VATS : QIM BOARD OF COUNTY COMMISSIONERS Public Works Department ' Capital Projects Division 1840 25TH Street, Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 978= 1806 ' gtVE� Q� �G z 1' ' ADDENDUM NO. 4 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OSLO ROAD & 43RD AVENUE INTERSECTION IMPROVEMENTS ' INDIAN RIVER COUNTY PROJECT NO. 9327 INDIAN RIVER COUNTY BID NO. 5066 ' AUGUST 11 , 2003 ' TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM sets forth change and /or information as referenced and is hereby made a part of and should be attached to the subject Contract Documents . ' Note : All Addenda shall be acknowledged on page 003104 of the Bid Form. ' CONTRACT DOCUMENTS AND SPECIFICATIONS Section 00310 — Bid Form , Pages 00310 -3 through 00310 -10 ' Replace Bid Form Pages "00310-3 through 00310- 10 with attached Bid Form Pages "00310-3 through 00310- 10" marked Addendum No . 4 ' Technical Provisions Section 102 — Maintenance of Traffic ' Delete Paragraph G in its entirety and replace with the attached paragraphs G and H marked ADDENDUM NO. 4 attached to this Addendum. ' ADDENDUM NO . 4 Page 1 of 2 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No. 4. doc Technical Provisions , Section 110 — Clearing and Grubbing ' Add the following sentence to the end of Paragraph A : All trees , branches , stumps and other vegetation cleared or trimmed for relocation of utilities and left in or adjacent to the right-of-way , shall be ' removed and disposed of as part of the Clearing and Grubbing . The cost of this work shall be included in the per acre price for Clearing and ' Grubbing ' DRAWINGS Oslo Road and 43rd Avenue Intersection Improvement Plans ' Replace the drawings listed below with the attached drawings that have the same sheet number: Sheet No , 2 , 3 , 6 , 71 89 91 229 231 24 , 25 , 35 , 41 , and 44 ' Plan and Profile Sheets 6 and 7 The 72 " RCP installed by others shall have 8 ' long, 18 " diameter RCP stub-out connections at STA 212 + 15. 00, 215+30. 00, 216+ 74. 00 and 222+42. 71 . At STA 221 +00, an 8 ' long, . 24 " diameter RCP stub-out connection shall be installed by others . At STA 218 + 69. 69, Structure S- 15 shall be installed by others. The north ' opening of S45 will be blocked up; a stub out will not be provided on the north side of S- 15. The cost to tie into existing structures and pipe shall be included in the LF cost of RCP storm sewer. Bid quantities do not include any reduction in ' pipe length or structures for the above described work. Pipe and structure quantities will be adjusted by Change Order after the Contract Award, Southpoint Shopping Center Temporary Access Improvements The attached Sheet C-3A of the proposed access improvements on 43rd Avenue ' in to the new Publix Shopping Center is being provided for informational purposes. The quantity estimate of reusable materials is 244 CY of fill and 132 ' CY of Coquina . This material shall be utilized as embankment on the Oslo Road and 43rd Avenue Intersection Improvement Project. The Embankment quantity on the Oslo Road and 43rd Avenue Intersection Improvement Project will be reduced an equivalent amount of available reusable materials . Any reduction in ' embankment quantities, will be done by Change Order after the Contract Award. t ADDENDUM NO , 4 Page 2 of 2 F :\Public Works\Capital Projects\Oslo - 43rd AvenueWddendums\Addendum No . 4. doc Bid Proposal Oslo Rd . and 43rd Ave . Roadway Improvement Plans BID SUMMARY OF ROADWAY Pqy ITEM NO , DESCRIPTION ITEMS 101 - 1 Mobilization UNIT QUANTITY LS UNIT PRICE (WORDS) 102- 1 Maintenance of Traffic 1 UNIT TOTAL PRICE PRICE 102- 1 - 1 LS 1 Tem ora Pavement 102- 10Off Du Y 3189.0 law Enforcement Officer SS 102-70- 11 Concrete Barrier Tem ora MH 40. 0 102-74- 1LF 290. 0 Barricade Tem ora T ell 102- 74-2ED 19467. 0 Barricade Tem ora 7 e III 102-99ED 2160 :0 Variable Messa a Si n 102-99A ED 45. 0 Variable Messa a Si n 104- 10- 1 LS 1 . 0 Baled Ha or Straw 104- 11FlEA 486: 0 oatin Turbidi Barrier 104- 13- 1LF 200. 0 Silt Fence T e III 108- 1 LF 9500 . 0 As-Builts 110- 1 - 1ClLS 1 . 0 earin & Grubbin 110-5 AC 10 . 5 W Wells , Plu in Water Artesian 110-6 PW 1 . 0 ells , Plu in Water Non-Artesian PW 110-7- 1 Mailbox Furnish $ Install 1 . 0 120-4 EA 6.0 Subsoil Excavation CY 556. 0 F: PublicWorkslC _ tectsl03310-3 M �BidP� i r _ BID SUMMARY OF ROADWAY pqy NEMS ITEM NO. DESCRIPTION 120-6- 1UNIT QUANTITY Embankment UNIT PRICE Cy 9245 . 0 (WORDS) UNIT 160-4 T e B Stabilization 12" PRICE TOTAL 285- 707 27131 . 0 PRICE O tional Base Base Grou 7 Sy Sy 25114. 0 286- 1 - 1 Turnout Construction As halt Sy 107. 0 286- 1 '2 Turnout Construction Concrete 331 -2 Sy 371 . 0 T e S Levelin Course 0. 5" + AVG TN 331 -72.20 T 6. 1 e S As haltic Concrete 2" Sy 453 . 0 331 -72-24 T e S As haltic Concrete 2 112" Sy 339- 124107. 0 Miscellaneous As halt Pavement TN 58 . 7 425- 1 -90 Inlet Miami < 10 - n ets ur e - < EA 3. 0 n ets ur e - < n ets Itc ottom e < 430- 11 -325 Conc. Pi e Culv. 18 " Storm Sewer LF 430- 11 -329429. 0 Conc. Pi e Culv. 24" Storm Sewer LF 430- 12-344 106 . 0 Conc. Pi e Culv. 66" Cross Drain LF 430-81 -225Corr247. 0 . Aluminum Pi a Culvert ( 18 " Storm Sewer) LF 196. 0 430- 144- 102 Elli tical Concrete Pi e Culvert ( 14" x 23 " Storm Sewer) LF 576.0 430-200-44 Flared End Section 66" EA 2. 0 430-620-38 CMP Flashboard Riser 36" EA 1 . 0 430-982-225 Mitered End Section ( 18" Cross Drain) EA 1 . 0 03310-4 F: Pub"cworkslCaPitalProjectsloslo431BIdProposal M END r 001 WIN 001 ON, 001 r END ON1 001 SUMMARY OF ROADWAY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL ITEM NO . PRICE PRICE 430-982-402 Mitered End Section EA 2 .0 ( 14" x 23" ERCP Cross Drain ) 430-984-225 Mitered End Section EA 1 .0 ( 18" RCP Side Drain ) 520- 1 - 10 Conc. Curb & Gutter (Type F LF 1266 . 0 520-2-4 Conc. Curb (Type D LF 107 .0 520-4 Special Concrete Gutter Miami LF 1285 .0 522- 1 Concrete Sidewalk 4" thick SY 209 .0 530-3-4 Ri ra Rubble ( Roadway) TN 102 .4 ( Ditch Lining ) 536- 1 - 1 Guardrail ( Roadway) LF 1592 . 0 536-2 Guardrail (Shop- Bent . PanelsLF 170 . 0 536-6 End Anchorage Assemblies , EA 5.0 Type II 536-7 Special Guardrail Post EA 15 . 0 536-85 End Anchorage Assemblies , EA 3 . 0 Type Melt 536-86 End Anchorage Assemblies , EA 6 .0 (Type ER-2000 ) 575- 1 - 1 Sodding Bahia SY 31050 .0 630- 1 - 12 Underground Conduit 2" LF 220 .0 635- 1 - 11 Pull and Junction Boxes EA 2 .0 700-40-01 Sign Single Post EA 14 . 0 700-46- 11 Sign Existing Remove EA 40 .0 706-3 Reflective Pavement Markers EA 400 .0 7114 Directional Arrows EA 25 .0 (Thermoplastic) 711 -33 6" Traffic Skip White LF 1455 .0 (Thermoplastic} 711 -34 6" Traffic Skip Yellow LF 458 . 0 (Thermoplastic) F: PublicWorks\Ca dalProjects\Oslo-43\BidProposal 03310-5 AIULNUUM 04 SUMMARY OF ROADWAY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL ITEM NO , PRICE PRICE 711 -35-61 6" White (Thermoplastic) LF 10 ,628 .0 711 -35- 121 12" White (Thermoplastic) LF 283 .0 711 -35- 181 18" White (Thermoplastic) LF 378 .0 711 -35-241 24" White (Thermoplastic) LF 164 . 0 711 -36-61 6"Yellow (Thermoplastic) LF 11 ,703 .0 711 -36- 181 18" Yellow (Thermoplastic) LF 640 .0 730-88 ITemporary Pumping System I EA 1 .0 ROADWAY SUB -TOTAL COST = SUMMARY OF UTILITY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL ITEM NO . PRICE PRICE 1500-900 Forcemain Removal 20" or less LF 200 .0 1511 - 120 Sewer Dip Fitting Standard TN 1 .00 1513- 120-3 10" DIP F . M . LF 199 . 0 1513- 120-313 4" DIP F . M . LF 80 1513- 160-316 6" PVC F . M . LF 1553 .0 1542- 116 10" Gate Valve EA 1 .0 1543- 11 - 109 Tapping Sleeve & Valve ( 10"x8") EA 1 .0 1 ,544-110- 16 Air Release Assembly EA 1 .0 (6" below ground) 1600-900 Watermain Removal 20" or Less LF 175 . 0 i �Wodk Proj4�43\ sal ! 0� MWDEUM #4 _ SUMMARY OF UTILITY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL ITEM NO. PRICE PRICE 1611 - 140 Water DIP Fittings Standard TN 1 .80 1613- 140- 118 8" DIP W . M . LF 30 .0 1613- 140- 126 20" DIP W . M . LF 202 .0 1619- 1 Sample Points EA 3 .0 1621 - 140- 126 20" DIP W . M . (Flanged Joint) LF 80 .0 1635-141 -344 Taping Sleeve amd Valve EA 2 . 0 (20" x 18") 1642- 111 -8 8" Gate Valve EA 1 .0 1643-700 Valve Box Adjust & Modify) EA 16 .0 1644-800 Fire Hydrant Relocate EA 2 . 0 1644-900 Fire Hydrant Removal EA 2 . 0 1647- 1 -216 Air Release Assembly 20" EA 1 .0 1648- 100 20" Line Stop EA 1 .0 1649-800 Water Meter (relocate) EA 2 . 0 1692- 1 -20 Mechanical Joint Restraints EA 5 .0 ( 10" FM ) 1692- 1 -26 Mechanical Joint Restraints EA 9 .0 (20" WM) UTILITY SUBTOTAL COST = 03310-7 _ qW. IicWo#0ta1Prolo-43\"osal �DDF/l #4 _ SUMMARY OF BRIDGE PAY ITEMS PAY ITEM NO . DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT PRICE TOTAL PRICE 110-3 Removal of Existing Structures LS 1350 . 1 120-5 Channel Excavation CY 614 .0 360- 1 Concrete approach slabs EA 2 .0 400-2-4 Concrete Class II (Superstructure CY 16 .9 Sidewalk ) 400-3-4 Concrete Class III (Superstructure CY 24 . 9 Closure Pours) 400-4-5 Concrete Class IV Substructure CY 115 . 1 400- 147 Composite Neoprene Pads CF 7 .4 400- 148- 1 Traffic Railing F & I Barrier LF 99 .0 400- 148-2 Traffic Railing F & I LF 99 .0 (Sidewalk Type) 415- 1 -4 Reinforcing Steel (Superstructure ) LB 2430 .0 415- 1 -5 Reinforcing Steel Substructure LB 12970 .0 450-88- 18 Prestressed Slab Units Traversely SF 4988 . 0 Post tensioned ( 19") 455-3-2 Prest Conc Piling Furnished 18" SQ LF 1995 .0 455-4-2 Prest Conc Piling Driven 18" SQ) LF 1797 .0 455- 17-2 Pile Splices 18" EA 5.0 455- 133- 1 Steel Sheet Pilin (Temporary) . SF 2500 .0 455- 137 Test Load ( Dynamic) EA 2 .0 455- 140- 12 Test Piles Furnished 18" LF 125 .0 455- 141 - 12 Test Piles Driven 18" LF 111 .0 530-3-4 Ri ra Rubble (Roadway) TN 335 . 0 ( Ditch Lining ) 530-74 Bedding Stone TN 240 .0 BRIDGE SUB -TOTAL COST _ �Wori Proj�o43\=sal DEW #4 _ SUMMARY OF SIGNAL PAY ITEMS PAY ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT PRICE TOTAL 620- 1 - 1 Grounding Electrode LF 190 . 0 630- 1 - 12 Conduit ( Underground ) LF 793 . 0 630- 1 - 13 Conduit Under Pavement LF 281 .0 630- 1 - 15 Conduit ( Bridge Mounted ) (F& I LF 90 . 0 632-7- 1 Cable (Signal ) PL 1 . 0 634-4- 114 San Wire Assembly Mod . Box PL 1 . 0 635- 1 - 11 Pull Box EA 24 .0 639- 1 -22 Electrical Power Service AS 1 . 0 (Underground) 639-2- 1 Electrical Service Wire LF 20 . 0 641 - 15- 144 Concrete Strain Poles (Type N-VI EA 4 .0 (44' Long ) 650-51 -311 Traffic signal 12" STD 3 Sect. , AS 3 .0 1 -way) (LED) 650-51 -511 Traffic signal 12" STD 5 Sect. , AS 5 .0 1 -way) ( LED) 653- 181 Pedestrian signals , Neon , AS 2 .0 International ( 1 -way) 653- 182 Pedestrian signals , Neon , AS 1 .0 International (2-way) 659- 108 Signal Head Auxiliaries EA 3 . 0 (Steel Pedestal ) 660- 1 - 105 Inductive Loop Detector (Type 5 EA 13 . 0 660- 1 - 106 Inductive Loop Detector (Type 6 EA 5 .0 660-2- 102 Loop Assembly (Type B AS 8 . 0 660-2- 106 Loop Assembly (Type F AS 13 .0 03310-9 _ i WoVWIP oj�-431JWsal DDE JO #4 _ SUMMARY OF SIGNAL PAY ITEMS PAY DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT PRICE TOTAL ITEM NO . PRICE 665- 11 Pedestrian Detector EA 4 .0 670-5- 110 Actuated Solid State Controller AS 1 . 0 Assembly 690- 10 Remove Traffic Signal Head EA 2 .0 Assembly 690-30 Remove Poles EA 2 .0 690-80 Remove Span Wire Assembly EA 1 .0 690-90 Remove Cabling and Conduit PL 1 .0 700-48- 18 Sign Panels (F& I ) EA 4.0 715-5- 11 Luminaire and Bracket Arm ( F& I ) EA 4.0 SIGNAL SUBTOTAL COST = ROADWAY SUB -TOTAL COST = BRIDGE SUB -TOTAL COST FORCE ACCOUNT= $ 40 ,000 .00 TOTAL = 00310- 10 =icWojjW1Proj� 43\jMsa1 _ MrDDE� #4 _ ' G . Variable Message Sign : 1 . Message System : a . Message shall be provided by 3 lines of 8 individually changeable alpha- numeric characters per line . b . Each character shall be a minimum of 18 " high and be composed by 35 ' pixels , 5 horizontal by 7 vertical . c . The message display shall be protected by a transparent screen . d . The characters shall be automatically illuminated for low light and nighttime operation . ' e . The minimum legibility distance of the displayed symbols shall be 900 ' under all light conditions . ' 2 . Sign Panel : a . The overall dimensions of the message matrix panel shall be a MAXIMUM height of 7 ' feet by a width of 10 ' feet. ' b . The sign panel shall be constructed of aluminum and painted flat black. c . Access panels shall be provided to service the interior of the sign panel . d . The sign panel shall pivot 360 degrees about its vertical axis and be capable ' of being locked into position at any of these points . e . The sign panel shall be raised and lowered by an electro- hydraulic system or other approved means . ' 3 . Power Supply: a . The unit shall be powered by a photovoltaic array and bank of storage batteries with a power output sufficient to maintain operation continuously ' with minimal maintenance on -site . b . The solar panel shall generate power in the travel or operating position . c. The battery bank provided shall be sufficient in size to allow normal operation t of the unit for 21 days (24 hours a day) on a full charge with no solar assist . d . The batteries shall be protected from excess discharge and overcharging by an internal regulator. e . The batteries shall be housed in a ventilated , weatherproof enclosure . The enclosure shall be lockable to prevent vandalism or theft . 4 . Control System : ' a . The controller shall be a microprocessor based unit with capability to control all functions including storage of up to a minimum of 50 pre- programmed messages . ' b . A keyboard and display shall be provided to allow the operatorto program the unit and produce the desired sequence of messages . c. The control station shall be located in a ventilated , weatherproof enclosure . ' The enclosure shall be lockable to prevent unauthorized access : d . A batter bank level of charge indicator shall be provided . e . A current level indicator shall be provided to monitor the solar panel output . f. The flash rate of the messages displayed shall be adjustable between 1 to 10 • seconds . g . Wiring harnesses shall be enclosed in weatherproof conduit and shall be ' routed around pinch points and any moving parts . Connectors shall be corrosion resistant and waterproof. ' TECHNICAL PROVISIONS ADDENDUM NO , 4 TP-2 , Page 1 of 2 ' F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWariable Message Sign.doc ' 5 . Trailer: a . The frame and tongue shall be all -welded steel construction with protective ' fenders over the wheels . ' b . A 2 " ball type hitch and heavy-duty rust resistant safety chains shall be provided . c . The trailer axle shall be rated to safely support the sprung weight of the unit ' while being transported as 65 mph . The trailer shall come equipped with leaf springs , roller bearings and grease hubs . d . Two (2 ) 15 inch , minimum load rated " B " tries mounted on one- piece steel ' wheels shall be provided . e . The trailer shall be equipped with four adjustable jackstands , one mounted at ' each corner of the unit . f. Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards . ' g . A trailer light " pigtail " consisting of a 7-pin male connector per SAE J560b shall be provided . 6 . Training and Manuals : a . Two (2 ) manufacturer' s operator manuals and two (2) each lubrication instructions and maintenance instructions to be delivered with each unit b . The supplier will provide a checklist for periodic preventive maintenance suitable for reproduction on 8 '/2 by 11 paper. c . The suppliershall ensure that all service bulletins , recall notices , and/orother service or maintenance information for the reasonable life of the machines ' supplied are sent to the County. d . The services of a factory technician , thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than one ( 1 ) ' day, to instruct personnel in the use , operation and maintenance of the unit after delivery . This is to be done at the delivery location . 7 . Warranty: The manufacturer shall warrant all components , including those not of ' his manufacture , for a minimum of one year, rust-through for two years . H . Payment shall be made under: ' Item No . 102- 1 - Maintenance of Traffic - Lump Sum Item No . 102- 1 - 1 - Temporary Pavement - Per Square Yard ' Item No . 102 - 10 - Off Duty Law Enforcement Officer - Man Hour Item No . 102-70- 11 - Concrete Barrier (Temporary) with Flashing Lights - Linear Foot Item No . 102-74- 1 - Barricade (Temporary Type ll ) - Each Day ' Item No . 102-74-2 - Barricade (Temporary Type III ) - Each Day Item No . 102-99 - Variable Message Sign - Each Day Item No . 102-99A — Variable Message Sign — Lump Sum ' TECHNICAL PROVISIONS ADDENDUM N0 . 4 TP-2 , Page 2 of 2 ' F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWariable Message. Sign.doc SUMMARY OF PAY ITEMS EARTHWORK PAY ITEM FOOTNOTES : BID DESCRIPTION ITEM NO, UNIT QUANTITY OSLO ROAD : 1 - B Z LS I RDW Y EXC FILL STATION q 102- 70- 11 ALL TEMPORARY BARRIER WALL THAT THE CONTRACTOR DEEMS NECESSARY TO IMPLEMENT A / 102- t VIDE' AI TE ANCE OF TRAFFI 5 V A s V A MAINTENANCE OF TRAFFIC PLAN SHALL BE INCLUDED IN PAY ITEM NO, 102- I . TEMPORARY CONCRETE ` 102- 1 - 1 TEMPORARY PAVEMENT SY 3189 -77795- 5.16 8, 66 1 4 2,35 BARRIER WALL ASSOCIATED WITH PAY ITEM 102- 70- 11 IS TO BE USED IN CONJUNCTION WITH THE OSLO LJWhE#FORGEAfENYBFFKBRJ�Jw .qB- + 5. 16 183 22 1 .41 45.54 ROAD BRIDGE CONSTRUCTION. THE COST OF TYPE "C' LIGHTS SPACED AT 50-FOOT CENTERS AND 102- 70- 11 CONCRETE BARRIER TEMPORARY0 LF 290 + 160. 28 1 81 52. 26 IMPACT ATTENUATORS AT EACH TERMINUS OF CONCRETE BARRIER SHALL BE INCLUDED IN THE LINEAR 02-74- 1 BARRICADE TEMPORARY TYPE II ED 19467 2100+00 1 6 72-2;6.33 4. 51 9 ' 9 02-99 INCLUDES OVD GE,SSETTING UP AND RELOCATING B D AS DIRECTED COUNTY. Y^ 2 4 A I D P A 111 VARIABLE MESSAGE SIGN 4 102-99 BLE ESS GE SG ED 5 212+00 1 , 31 43.52 1 ' 9 262.44 q� PAYMENT IS PER EACH DAY WITH A MINIMUM OF ] DAYS IN ANY ONE LOCATION. -6992 102- 99A VARIABLE MESSAGE SIGN LS t 1 }+ 0.00 2176 .4 819.11 I ` 102- 99A COST INCLUDES THE PURCHASE OF A NEW MESSAGE BOARD MEETING THE REQUIREMENTS OF THE INDIAN Y W �-/�i EA 6 RIVER COUNTY SPECIFICATIONS. ALSO INCLUDES THE SETTING UP AND RELOCATION Or THE BOARD AS 104_11 - FL T T G TVR IDITY BAR R LF 9500 21 +93 0.00 0'0 1 .80 711 ' 41 DIRECTED BY THE COUNTY. THE NEW MESSAGE BOARD SHALL BE TRANSFERRED TO INDIAN RIVER COUNTY 8-1 AS- B T e m ride OWNERSHIP IMMEDIATELY AFTER IT IS NO LONGER NEEDED TO SUPPORT CONSTRUCTION WORK. COST OF THE 110- 1 - 1 CLEARING k GRUBBING AC 10.5 End rid a MESSAGE SIGN TO INCLUDE UP TO 4 RELOCATIONS OF THE MESSAGE SIGN. ✓J��� laB� 214+9 0.00 39. �i`"i�i. -„J 21 + 00 0.0 16.83 110- 1 -1 COST OF CLEARING k GRUBBING TO INCLUDE THE COST OF REYiOVAL OF EXISTING IRRIGATOR 110-6 WELLS PLUGGING WATER NON- ARTESIAN PW 1 0.00 50.00 16+ 00 0.00 16. 1 PUMP STATIONS k MOTOR BOXES. S'DEWALKS, CURBING, ABANDONED UTILITIES, (INCLUDING CABLES 110-7-1 MAILBOX F RN T L EA 6 21 + 00 0. 3'78 22 356. 48 METER VAULTS k OTHER STRUCTURES), EXISTING WALKS, RIP RAP VARIOUS TYPES OF FENCES. SEPTIC 5 CA ATIUN I 21 + 00 5. 77 99'86 a_28 158.33 TANKS, DRAIN FIELDS, BASE MATERIAL, VEGETATION, ROOTS DRAINAGE STRUCTURES, PIPE. ANY / 120-6- 1 EMBANKMENT Y 9, 4 2119 144.44 REWIRES SAW CUTTING. BACKFILLING THE REMOVED EXCAVATIONS SALVAGING k TRANSPORTATION Of l 160-4 TYPE B STABILIZATION 12 SY _ 27,131_ _ 219+ 0 8'91 293.99 4'39 76. 85 SHEET PILING k SIGNS, PLUS ALL OTHER ITEMS NECESSARY TO BE REMOVED TO CONST. PROJECT. 2 0+ 00 10. 3 0.22 285- 707 OPTIONAL BANE BASE GROUP 7 NY 25,114 221 +00 11 22 }65.83 37.04 110_ 5 COST TO INCLUDE. BUT NOT UNITED T0, ALL MATERIAL AND LABOR NECESSARY TO PLUG EXISTING 286-1 -1 TURNOUT CONSTRUCTION ASPHALT SY 107 331.78 53.70 WELLS AS PER FOOT SPEC n0-10.1 . 2 + 0 8.68 1 . n0-6 286- 1 - 2 TURNOUT CONSTRUCTION CONCRETE SY 371 209.55 2.2 331 - 72-24 TYPE 5 ASPHALTIC CONCRETE 2 1 2 SY 41 7 22 + 00 89 191 .59 1 .55 IS E 224+00 5+00 .60 191ei 59 '4 ,05 110- 7- 1 MAILBOXES TO BE REPLACED IN LIKE KIND. COST TO INCLUDE ALL PHASING REALLOCATIONS 120- 4 APPROX. 2.0 FT OF SUBSOIL EXCAVATION IS REWIRED IN SUBLATERAL CANALS k DITCHES LOCATED 425-1 -90 IN ET MIAMI <10 EA 22 }� 9. 9 325. 12 0.00 090 UNDER PROP. ROADWAY k DRAINAGE CULVERT IMPROVEMENTS. WHEN UNSUITABLE MATERIALS ARE 425-1 - 351 INLETS CURB TYPE P-5 <10 EA 5 227+00 --777- 294'91 0.00 A840 ENCOUNTERED N PIPE TRENCHING. THE CONTRACTOR SHALL REMOVE THE UNSUITABLE MATERIAL 425-1 -361 INLETS CURB TYPE P-6 <10 EA 2 217.62 425- 1 -521 INLETS DITCH BOTTOM TYPE C' <IO EA 11 28+00 29 17587 --u-4-g-0.62 BELOW TRENCH BOTTCM AS DIRECTED. COST OF REPLACEMENT EMBANKMENT TO 8E INCLUDED. CONTRACTOR 229+00 526TO COORDINATE w/ COUNTY REPRESENTATIVE PRIOR i0 EXCAVATING. 430-11 -325 CONT. PIPE CULV.HBO 18 STORM $EWER LF 411 230+00 6 19713 0 9 1 04 430-11 - 329 CONC. PIPE CULV. 24 STORM $EWER LF 106 1 +00 6.36 215'47 D22 120-6-1 ALL GRADING INCLUDING FIRM GRADING TO BE INCLUDED IN THE COSI OF EXLAVATpJ k. 4 - - 44 P S N Lf 247 19].47 30-81 -22 C R. ALUMINUM PIPE C LV. 1 $ OR $ /�p{v� 23202 .49 150.24 EMBANKMENT. COST OF ANY ROCK REMOVAL TO BE INCLUDED IN THIS ITEM. 430- 144- 102 ELLIPTICAL CONCRE PIPE CULVERT 14 X 23 STORM SEWER LF 576 285-707 THE LOST OF THE PRIME COAT SHALL BE INCLUDED IN THE PRICE OF THE BASE. 286-1 - 1 THE COST OF ASPHALTIC TURNOUT CONSTRUCTION SHALL INCLUDE 2' TYPE S ASPHALTIC 4}0-620- 38 CMP FLASHBOARD RISER 36 EA 1 SUBTOTAL CONCRETE. i BASE MATERIAL, EARTHWORK. GRADING. k ALL INCIDENTAL WORK NECESSARY 430-982-225 MITERED END SECTION 18 CROSS DRAIN EA 1 4420 3931 430-982-402 MITERED END SECTION 14 x 23 ERCP CROSS GRAIN EA 2 VOLUMES (CY) FOR CONSTRUCTION. 430-984- 225 MITERED END SECTION 18RCP SIDE DRAIN EA 1 43RD AVENUE : 286-1 -2 THE COST OF CONCRETE TURNOUT CONSTRUCTION SHALL INCLUDE 6" CONCRETE. EARTHWORK, NC. 520- 1 -10 COCURB k GUTTER TYPE F LF 1 ,266 GRADING, AND ALL INCIDENTAL WORK NECESSARY FOR CONSTRUCTION. 520- 2- 4 CONC. CURB TYPED LF 107 520- 4 SPECIAL CONCRETE GUTTER MISTATION As Vc As VcAMI LF 1 ,285 ROW E%C FILL 331 -72-24 THE TACK COAT SHALL BE INCLUDED IN THE COST Of TYPE S ASPHALTIC CONCRETE. 522- 1 CONCRETE SIDEWALK 4 THICK SY 209 + 4,}726 6 522-1 PEDESTRIAN RAMPS TO BE INCLUDED IN PRICE OF SIDEWALK. 530-3- 4 RIPRAP RUBBLE ROADWAY DITCH LINING TN 102.4 + 327 IOU ALL SIDEWALK JOINTS ARE TO BE SAWCUT AS PER FOOT SPECIFICATION. TOOLED JOINTS 536- 1 - 1 - GUARDRAIL ROADWAY LF 1 ,592 + 1 89 - 228 5].8 WILL NOT BE PERMITTED. 536-2 GUARDRAIL SHOP - BENT PANELS LF 170 + 45. 7 6 146.8 530-3_4 COST OF RUBBLE TO INCLUDE COST AND PLACEMENT OF MIRAFI FABRIC UNOERLAYMENT. 536-6 1 END ANCHORAGE ASSEMBLIES TYPE It EA 5 + 19.8 373.8 5.90 536- 7 SPECIAL GUARDRAIL POST EA 15 5.6 575- 1-1 THE COST CI SODDING SHALL INCLUDE 500, FERTILIZER, MOWING, WATER, TOOLS EQUIPMENT, LABOR, 09+ 00 6 26. 75 AND ALL INCIDENTAL ITEMS NECESSARY. 536- 85 END ANCHORAGE ASSEMBLIES TYPE MELT EA 3 0.1 694. - 310+ 0.01 14.94 536- 86 EN ANCHORAGE ASSEMBLIES TYPE ET-2000 EA 6 11 + 0.53 SIA 11 7 436-9--, - 700-46-n ALL DEPARTMENT AGNS REMOVED SHALL BE TURNED OVER TO INDIAN RIVER COUNTY ROADS k BRIDGE 575-1 -1 SODDING BAHIA SY 31 .050 1 + 0. 9 23'8 11.13 1 . DEPARTMENT. /� 530- 1 -12 UNDERGROUND CONDUIT 2 LF 220 ---TT+-00 O 28. 2 I I 505.7 / 730- B8 COST TO INCLUDE, BUT NOT UNITED TO^ALL A P IE MINCES NE ES AR TO RAE ANO MAINTA� IN 635- 40- PULL AND JUNCTION BOXES EA 2 7.77 253.1 `` ]00- 40-Ot SIGN SINGLE POST EA 14 1 +40 0. 6 1 p TEMPORARY PUMPING SYSTEM AS WELL AS NECESSARY MATERIALS, LABOR AND EQUIPMENT FOR 7DO-46-11 SIGN EXISTING REMOVE INTE NSTALLATON. PUMPING SYSTEM SMALL HAVE A MINIMUM CAPACITY OF 11,000 GPM. EA 403-14430- 0. 16.53 706-3 REFLECTIVE PAVEMENT MARKERS EA 400 I +00 0'0 17.60 98' 1511-120 IME WANTTV OF DUCTILE IRON FITTINGS TO BE MEASURED FOR PAYMENT UNDER THIS ITEM SHALL BE 711 -4 DIRECTIONAL ARROWS THERMOPLASTIC EA 25 1 + 9 4'9 1048 468.0 1611 -140 ACTUAL WEIGHT OF PITTINGS INSTALLED, THE WEIGHT OF GLANDS. CASKETS, NUTS, WASHERS, BOLTS, AND 711 -33 6 TRAFFIC $KIP WHITE THERMOPLASTIC LF 1 455 1 + --o-7-4 17,3 662 285.0 OTHER ACCESSORIES WILL NOT BE MEASURED FOR PAYMENT AND SHALL BE INCLUDED IN THE COST OF 711 -34 5" TRAFFIC SKIP YELLOW THERMOPLASTIC LF 458 18+ 1 . 39.0 2.54 T52-7-- THE FITTING THE WEIGHT OF DUCTILE IRON FITTINGS SHALL BE AS PUBLISHED IN ANSI/AWWA C11O/A21 .10 711 -35_61 6 WHITE THERMOPLASTIC LF 10,628 19+00 1 44 21.5 90248 ///rte^ FOR STANDARD FITTINGS. 370-+00 0.86 802 65.0 J 1513-120-3 1 COST OF PIPE TO INCLUDE. BUT NOT UNTIED T0, RESTRAINTS. uEGALUCS, ACCESSORIES / 711 -}5-181 18 WHITE THERMOPLASTIC LF 378 - 3T1765- 4. 1 . 10 1/ 1 711 -35-241 24 WHITE THERMOPLASTIC LF 164 + 2 9 119.3 089 33.1 1513-120-313 \TO TIE INTO EXISTING PIPE. TESTING, TEMP. JUMPER AND ALL LABOR INCIDENTAL TO INSTALLATION. (j 711 -36-61 6- YELLOW THERMOPLASTIC 110.4 24.9 1513- 160-316 / LF 11 703 +00 4. 42.} 60 4. 161}-140-118 711 -36-181 TE YELLOW PUMPING LP 640 1 + 0 4, 1 ( 1613- 140-126 7}0-Bg TEMPORARY PUMPING SYSTEM SUBTOTAL ` 1621-140-126 1500-900 FORCE MAIN REMOVAL 20 OR LESS LF 200 VOLUMES (CY) 892 5221 - 1511 -120 $EWER DIP FITTING STANDARD TN 1 1542-116 COST OF VALVE BOX M!0 VALVE NUT RISERS TO BE INCLUDED IN C05i OF VALVE. 1513-120-3 10 DIP F.M. LF 199 TOTAL 5312 9152 642-11 11 _8 151 -120-313 4 DIP F.M. LF 80 VOLUMES (CV) 1500-900 COST TO INCLUDE REMOVAL AND PROPER DISPOSAL OF ALL ITEMS REMOVED. 1513-160-316 1 PVC P.M. LF 1 553 16aD-9an-.. 1542- 116 TA CA SLEEVALVE A 1 e_ � 1543- 111 - 109 TAPPING SLEEVE ANO VALVE lO X B EA 1 ` 1543-111 -109 ) INCLUDES COST OF TAP, SLEEVE, VALVE. VALVE BOX, MATERIALS INCIDENTAL TO WORK AND ALL LABOR. 16DO-900 WATERMAIN REMOVAL 20 OR LESS LF 175 rNf���� 1635-141-344 1611-140 WATER IP FITTING STANDARD TN 1 .8 Nv�iV1 16 1613-140-118 8 DIP W.M. LF 30 102-1 COST OF MAINTENANCE OF TRAFFIC SHALL INCLUDE BUT NOT BE LIMITED TO TEMP. BARRIER COST TO INCLUDE VALVE NUT RISERS WHERE NEEDED. 1613- 140-126 20 DIP W.M. LF 202 WALL ( EXCLUDING BRIDGE PHASING), CONSTRUCTION SIGNS. TEMPORARY REFLECTIVE 1644-800 COST TO INCLUDE REMOVAL OF EXISTING HYDRANT k ASSOCIATED PIPE. ALL LABOR, MATERIAL. 1619- 1 SAMPLE PANTS EA 3 PAVEMENT MARKERS. TEMPORARY PAVEMENT MARKINGS, INCIDENTAL TEMPORARY k INCIDENTAL ITEMS NECESSARY TO REMOVE k CAP AND RETAINING RODS SECURED 1621 - 140-126 20 DIP W.M. FLANGED JOINT LF 80 PAVEMENT (EXCLUDING THAT NEEDED FOR OSLO RD. BY-PASS ROAD), DUST CONTROL AND FOR RELOCATION. 1635-141 -}H TAPPING AEEVE AND VALVE 20 X 18 EA 2 "� ALL ITEMS NECESSARY TO MEET THE MAINTENANCE OF TRAFFIC REQUIREMENTS IF THE 1642-111 -8 8 GATE VALVE EA 1 FLORIDA DEPARTMENT OF TRANSPORTATION AS PRESCRIBED IN SECTION 600 OF THE 1644-900 COST TO INCLUDE ALL LABOR, MATERIAL, k INCIDENTAL ITEMS NECESSARY TO REMOVE k CAP - 00 VALVE: B D T Y E FOOT STANDARD INDEXES. ALSO INCLUDES PROVIDING FOR ADEQUATE AND PROPER EXISTING HYDRANT BACK TO VALVE. 1644-8 RA T ELOCATE A 2 DRAINAGE DURRINC THE PROCESS OF ME WORK. 1647-1 -215 COST TO INCLUDE VALVE, UTILITY BOX AND ALL INCIDENTAL ITEMS REWIRED FOR INSTALLATION. 1644-900 FIRE HYDRANELEASET REMOVAL EA 2 102-t-1 COST OF TEMPORARY PAVEMENT ALOIN OAO OA STALL INCLUDE 1' TYPE S ASPHALTIC 1648-100 COST OF ALL LABOR MATERIALS NECESSARY FOR LINE STOP INSTALLATION. 1647-1 - 216 AIR RELEASE ASSEMBLY 6 BELOW GR ND CONCRETE . B' C000INA BASE MATERIAL. EARTHWORK GRADING k REMOVAL OF ASPHALT, 1648- 100 20 LINE STOP EA 1 �' 1649- 800 LOST TO INCLUDE COST OF BOX. ALL PIPE. ALL CONNECTIONS, AND ANY 1649- 800 WATER METER RELOCATE BASE. EMBANKMENT AND INCIDENTAL WORK NECESSARY FOR CONSTRUCTION. EA I INCIDENTAL MATERIALS NECESSARY TO RELOCATE MID BRING INTO OPERATION. 1592- 1 -26 MECHANICAL JOINT RESiRMNTS 10 PM EA 5 102-I0 TO BE UTILIZED RE WRING REPRESENTATIVE. MAINTENANCE OF TRAFFIC UPON DIRECTION OF COUNTY 1692-1 -20 COST TO INCLUDE. BUT NOT LIMITED TO, ALL MATERIAL AND LABOR NECESSARY TO INSTALL 1692- 1 -26 MECHANICAL JOINT RESTRMNT$ 20 WIN EA 9 OR COUNTY REPRESENTATIVE. 1692-1 -26 MECHANICAL RESTRAINTS. • R E V I S I ONS 2M/aW RAN: Cn to APPROVED FOR 50u c. ��T DATE BY DESCRIPTION DATE BY DESCRWTION KIMIEY-HORNBYo OSLO ROAD 43RD AVENUE sns/^J .BP Mmltsn uTurr AT gRIQQ, Ao.Ms1E0 PAYED SHLgt. WIDTH OMpwWnanJ o/ h(WF Wwb ❑_ ❑ N.T.S. NO. AND Amro TOW. Rowr AT EAST FHo a Dao. .Mn... M. tM»s, ic, aY�tl r r SM e�„�;, ,� quwNG No. SUMMARY OF PAY ITEMS /T ryt DNrnpwA a4 AWInV A4�+aDW „�"�"�M77 �, ^�^^�"� L 494DODOUANT 2 O RSNn-Ilan �M Awdaty we laoy DATE TYPICAL SECTION EXIST R,W OS L 0 ROD EXIST R,W R W VARIES STANDARD CLEARING AND GRUBBING VARIES CONST. VARIES VARIES 8 " SHLDR 72 " 0 '_ 12 ' 14 ' VAR. 3 ' VAR. VAR. j SOD SOD [0 - 3 5 '- 8 " SOD 1 3 * PGP TYP. 2 "' M/SC REFER TO ON- SITE ASPHALT VAR ** GRADING PLAN VAR. 06 . 02 . 02 02_ i MAX \ 4: 6 ' EXISTING GROUND TIC TO 1 72 ` TYPE B STABILIZATION \ CANAL I MIN. LER 40 \ CURB AND GUTTER � VARIES (VARIES) VARIES - O '- 72 ' O '_ 72 ' � ■ REFER ON- SITE� CA, �GRADING PLAN 02 . 02 VAR *# *GUARDRAIL ALONG OSLO ROAD 6 " SHALL TYPICALL Y SE POSITIONED 72 '" TYPE B STABILIZATION 72 " TYPE B STABILIZATION 3 ' NORTH OF TOP OF CANAL MIN LHR 40 MIN. LBR 40J BANK, EXCEPT BETWEEN STA (STA. 214193. 41 TO STA. 220159. 09) (ARB�S)D GUTTER 205+ 9552 TO STA 207175. NOTES (STA. 215136. 93 TO STA. 216177, 11) **REFER TO CROSS SECTION 1. ASPHAL T CONCRETE SHALL BE APPLIED IN TWO LIFTS. (STA. 219110. 05 TO STA. 222149. 95) SHEETS FIRST LIFT SHALL CONSIST OF 1 1/2 ' OF S-1. SECOND LIFT SHALL CONSIST OF 1 " S-11/ 2 REFER TO OSLO ROAD PLAN AND PROFILE SHEETS FOR PA DEMENT DESIGN SELECT CURB AND GUTTER LIMITS NEW CONSTRUCTION• STA TION 205 + 95. 52 TO STA TION 232 + 82. > 3 TYPE S ASPHALTIC CONCRETE (2 112 ) DESIGN SPEED = 50 MPH OPTIONAL BASE GROUP 7 POSTED SPEED = 45 MPH PAVED SHOULDER SAME AS NEW CONSTRUCTION PAVEMENT DESIGN R E V I S I DMS /nd'on RYk Coun/y ® ® � APPROVED fdi SCALL N O. ©Pon vee woA, ® s TYPICAL SECTION OAIE BY DESCAIPIIOR DALE N DESCRIPnON KWLEYvw BY: S S A M P Jm�r W. Pons, P.C.. 0/ M Kimley-Hom and Associates Inc. DRA�D,c NO. OSLO ROAD 3 r.[ rv..a uo„oyv 03508TYP 0 Kc ,• W� and Am" to, nc lm] DALE 0 N N W � O 20. 8 N O N O U O N23 5 2I � I T _ t o " voOO � N xi c A ,I • 'Z-INO W tiR ZD O Off . m -+(M1 HI W DO � p0 � N p Z mZ N Act A AZ Ymzl ._...... . . _. m .. _ .�.. _ _ _ ..._...._. .. . .. ...... mA GOZ + I � C D W mti W ;yND mm 0 _. . _. GOI O -10 e r A , I I ; U1 N WO '- ± N ONjQO 'I I m L . Cyy CyIiO A Nm0 % " I J Lilt! Zm I W R1 I.1'' ZWI "O I I A 20.8 I� m W 23 77 s I o r° O m I® m W r y -N1 I I n m -r IrI m _......_..._ .. . ........ 11 o n'l r� ' m � O i < tiAN ? ) ZA II� . . _......_. ..... ..... ...... z _... . . _ I ._....._. o NOS y + I I N m . �. . �... . N oom R�n rr II 5: 1 5: 1 NI m p F M w t 20 8-24 02 _....._. ._. ..._.. .. .. ..� _ m N A Z O P STA w 212+ 12.00 + 12 ^' Pl I ELEV = 24.08 A W w o I mZn� vl m SIA y r w : 0 .' 1 I N _ . . u ZyANo I , . I � nIo I � Na � I mND �YZIP < + o > mom � ; Woo AI I mJ � N _ f0 OJm -1 !" m1- " 0 L� Zn A_ m � m N I -IIF D OM Ami ; Jmm O O �-� (p�1 )ti < N r E _ 21 . 12426 OD U < uN _ M .0 2 II ° y Uk OI I z ON Z Of� m � D W \ m N O � O � v K Y. ; m T1, 1 xI -1jY�7 yY� r^ 0 N O + N A z O I I D n D 0 Q I ZNOZ . .._.. _....... . . . ............. ..... ....... . .I _ oo p __. ......... . . ......... . .. m ,-Wi 2 ti O ymi n. . y U -1 W ,--I I nn 51 mid N II li + + VI . cO A --11 r 2 mm .0c IIF. S I N i I + . 78 tO W W U1 m yl m -� r -1 2 tltl yy Ni A m N Z 0 Ay i d II � O � N I V I S o r> z + _ 21 ..3 n ...• _ P ' D II .� . .. ._. _ _ _ _ m_ a m 2449 ..._...._ _. �....__ ............_. . _........,. . O I�,Q r,m PNSA m21319.91 vm _. .._... __._ PVl._E V_. . 24 5 ....L_...1...... ..... ..... .._.._ . . ..,_ To.. P.. ' . coo N A o 0 b H I � ym0 II �i14t0 0 Or li � DWi tt z 24 68 PVI TA 21 S+ 45.91 -- - "` n Y " N !„ 3 PN LEV 2470 - . st ♦ � + AN / m g FI A w $ A rn� m �= 43RD AVE. A nP ` I m• C � i Q � a , O N ti S i 43RD AVE ; C _.. w :... n ram 00I Y OIP Wm _ bS y • I 22. 2 .._.._... ....... .............. .. _,� .. _ r ' 11 ., _ +07.0 a Y +02.7 _ N O $( a' VI STA 214+ 13. 4 0 o T m y z O m ° a' r4 '� In O II, °t y A Vl ELEV a 2 0� I^ � N and i N ;o ° A r 00 z 0 _ . . ......... _ � __.,.. ........ ....... ... _ _ _ O tl L' , 4 Ail 'I 1l O m f om0 O � 9n !� �� � ; I . ...•4 0 - 0 ti� ' � _ 00 a m F Z o �n oL `" -1 cn I� c A m _ n Z D m V�nImIN J II O~ ~ (', � p � ZO 22. 1 y m0 O OZ O 2432 � � m AD mo (n 07 D 0 , ... v Dti m z -+ m ❑ ` _ NZ O W N Z t ~D - __ _.. _ ly II. mCO ..... .. ...._ - - 0- 0 m 1 .N ._R .. m...... 7. ... A a7 W .. ............ . . ... .. ... _ +' " A '�' tiA nI I ' _ ...'. O �r FO OZtim Z t. AZf WO wry' m N m m LIM2 D O Z ? m y _. nz O 'I ' . . . D Y,f � y + j I 1 SHELL .... O -"yl • Y�io O r +98.35 µ ...._ 220 ._ . �.. .... .... � Jmti . I , OO 24 07 I I C o O r9i J m w l ; 17, VU il� �N I m . D I > _._._.__ m ._. .. . . . .. . _. ........ . . ....... . .. ........ mvlmZ� m r Z +78.93LiI O I N F tlS 990 m D r O < m xZ.N. ... � a 1 27.UORT vi i m {' ml _.._21 .8 111 Fj Oz ' � m< S R; S N XN I u1 vn n O - w o G> A A 2382 a $ 1 W m, +34 > I "'• !. DD $ Q 50 D j r O 00 Nr~+ of . . .__..._ _ .. .I _. .. ... ___ . . ........ ... _ ..... .._. .GO � Nmu00 -i m W + r o I ti W m 0 . rnP _. _ ._... __.._ . .... _ .__ D a rP � V o0 9 '.. .......... . 115 mOm DUyN WoJ Z � it l = 9.ORT 07 N m min < ADA � nApm2 � ....._. 212 .. O I ➢ 9O l�1CNA � A..m.. m q O1 Di O .. yW t 23 57 _ .._. ' -II ___ ....._.. 7.... . _ . .......... .. p_o . a m + o m + F ^ n ~ m y O 9 F I N n W y A A O VOi A.. 1 nIIm n m `" I -0 M'm z O m Nk O o 44 O p A \ 0 o r n o y m Ay NO m n n +, _ A rrJ g m cm m Z _..... .. . ._ ..__ . _............_ .{ OOD Z � DD D (AlV CI p36' �� 24t A ➢ m F .. .191 .. < Z A Z JOQ 1 + 25 D ~ r1WOZy �"O-� 9N mI y D� + 20 m � m mcm -A'� A VI ITS � Z m tn0 _ -IpNA I 7,p I I y i I4� � mn 1y D $I O D o .. ...... -C 10 -1 ` ADA Z OZ 1 I Sy �I , om Ap frlV W `) \ mm -Ni y N Fm _ > �1 r m O . m vO 023.07 N Cs00 � n Ip o IOD o Yn o u ozs rr A m (5 y2 monm .l_YVI D DJJ M -1 � g � v � � z 51 > q o -....._._..._......_.. .__------- —......._._........ ..:._...--------.__ _..._.._............ ...--.. . ... .. _ ..._{.. _.App...A. ZOnN Dp CZlnOr07 om opm mm mm < A yz � 3 00nI Mmm mm A TPA yyA om ea. AID l0 21 .5 23 32 c I mrbg • . r I I I o .. __.. . ..... . ..... ! I _. II MO Ill zo 00 C N ( IRT 00 ! -. DmZD V _ _ 21 . 5 U mVIZ90pl� N . . .... -9Z�O r 0 I O < r� XyN O _. .- - -- - - -'„- -- ---- - TD h � m Oyu cArA ZI my S � IIm2 m m N I I O Z ritim i _ _ I I u < m A 3! - . 23107 m o..- . -.._.. {. m � u xNN mN u , 1 + R6 yIIII V ,. II � irNno S y O mJ10NN A NN pp A B u �' Pis II_ ) u a o O n II � Illlmz IIyWVI 0 1 1 < Oa ZJ Ln / a mA _...._.. _ - ,'<ONOp OrA N r p + A d N _. 19 NEIL 0 . 8 . . .._._. .._ O y O + N II -I (m 1 N U DflIV D + ' C O V II OZ m 8 l� ml ... .... .I- ...._ ...1._. _ _. . . _ I . . -I O g P� � m J m II N O p0 n 9 (7 Al N m IA m u my r v DZ eJm + A Z ��x! I 8 y L____ (� I y N O t) IIA y Il / t}?l" _ 0 y O A In �( ' o ^ 22182 a I p y c m z m Ij 11 a A Z r m 17r � O In ^m O ti 4 O I SZ A � NSA X Z O Z 9 ... ~ I d ;l O ffffff���lllff�111 m A N mx h � � D +]1 .BB v l O ) OOO y . . ....._ ... ....._..._. . 1 ._. 26.00'RT � � m A D � z :E z _ m N I I CONM "oU s II 26' , I ' 1 4,:.� x y � m ) co 20.9 PN STA 218+0 I Oil + .. 111 0 22 57 PVI ELE 22. 57 I I I 2 1 8 O rrt 70 Vp I'M ral . . .. ....-.... z l N m � � ti . -..- .._._-. ............. vl \\ O Od _ ... ....__ . . .. . - _ ._._._.. n mn N .NA No O) � N Z OG <m yN A I OI y0 \\\ � (( I O U -1 ; 11umZ9w D.:. ! m p.. __ FS .J Z J — m < O + to m I 4 N Oi 21 . 1 ��III._ -.�. p m N N II N ul °' r^ m I 1 2T41 I xl O < N NN-. pOZm b y I m 11 m - r0 � n 16 J W r A IN) M " UI pa <P lij m ...-.. ... AAA _, m cn J a \ ... . _ .. ....._... . 1 ._.._..._ . ..--.-.. L... 76 ., p X u N N P I � p N h mN2O 21� 1/i I + 0 II A ONAZZD N Og N A K U 21 2 °' a p1 � j Ni 1 II z ' � 2224 �. .. . .. � . I ........... _ .._. rpm 1 I I I, m m $ IrlOym 'n om m � / a " � 0.0$ I . N OIro < ume m0 (\ a OI II A .. ..-... m A O 2 1 28.00 flT N Ln 0 O . ' a D 0 r II I m l mN _._-_.__ I mfm2A 20In R, y 1 4 m } < .< n< a ? m EO ^' -AM •ii fl�_` .�'..... , e 07 — . } II 1leemmo � O J .00'(iT D r [Jn AM I O ZA I it rNA _ I $ p `f A ` mpo N �'1 b - m N � M tn 1yn II m `I 1 ,1 10rF N O 0 ... 21221191— f 1 F y 1 aI0 � 4 N I ym Oln O I I • In II, a 5 0 y 1 r „ O J ,� mz ! O ! Izml C7 ' L oA 11 } gp m o z m Z O UI N f Iq / I \ A OZ1 .. } OIA x In ,� ll } f yN f 1 y . ❑ - u u mZ - loo An it m m x F _ ... . _.....- . mJA < p � 0 z M An m36 m 111 C A 321174_. 1 ...- . -. .. ...- J ...-..._4_ _ .. 1 y _ m o m p A i i; � p z N 8 < OO NO y . A- ... 1 O N nr K c � vc011 �i 1 al O - :12ZZA — nN IS LL N L l O < G <m XON „ 9 SAID m Z D DRIVE 11 II II m Z N m N n A n N PVI STA m21 +00 I -_.. .. mA � o< o $ m i+ - -' _ _ � znr"iN > a 21 . 58-P ELEV - _ 21 . 5✓3 ..1 < m :O 'N00 i O O < A .TIyN V O 11 Oy1 Q O = AAll OP 1 1 N O-Zp O 'd •. I : 222 D mW � x k( 0 � =R. N rn 10 mZ < pE5 < tN/i22 . � iJ O y 1= I' O(� I,I NII O m p p j!" '�, _ I '! AV'1 li 1 y D (NP pI 4D j N II i � � o IIi I Ii pMcAAw �) m All o m 1F I I - ...._... __ ..-I I .-[-il A V �I ^ r Z SUI l c rW 0 i S it 1 O ' _ __.- 21 73 ......_.-. -. _ :t> A ..,1 rn9N II mm0 [' r C D O m D 1 I I o ONi fSp } I + AN ti A Zr O .._-_ � .._.._._ .. .. ... p.. .- ...-I .. ..... I _ t �I�I n� NW v '1 v '� '� 'mr° I P j � O D ......... .. I. Ln NZI/1 ($' � CY O _ V O C P � I z m I S D p II NA O ._...._ X21 ,88 - .. .�......_.._ m- ❑❑❑<7 -I + - J O0 > NO 21 . I _. . _ _. .- .._ _._ i,. 0 . .. _ ._ ; MINA N0 + 4IN I + n• I . ~ N o zD I 1 o _1- a N — O O O ! mmll NA O M I + 1 .-.-1 No A I U11� I NI! N 8 18N mi EL i w u � I * K O N O 3 . . ..22 03__.. . _. __. . . . �.J._..__ $ I rCO IF 9 ; O W 2 21 . 5 —_ f•1 —_ D r � lw mo OPVI STA ;: 223+ 1785 o I m m g r INf9 may.J W - . N m II�, ➢ n m A - PN ELEV 22.23 _ m o �a.....{ S -A ��n I' +�g_'_� A vpi 0 ' gm m O x j i + d of a; A D m � � m � rrlo I 1{I I _... p o o l R1 m m ._....... . _____—_ �po _ I c� i mm , ... A _ N yam= + I ' V A 9 Jj II ......... .Z7 .1 ~ < N .. ............... _ �.._........._ ` . L.. 2. 22 .....1_.I. ...._..... . _ ...._ .. I T = N I 0U ' .UA O 1 r yZ 'jvZ r o > zo D N +91.9{ C`m rm- O O Z P. 21 . 9 I .SORT yp A � t 21 98 _......._.._. . .. i' J pnp ._.._... A b Z O 1 20 In 0 2 zm g ➢ N N SN` _ 0 I � II ] 5 ' zK p < II 112 -1 -AIN N . { 19. .+.. 26 12 m ZZCIN 10 VrNp IJ I HN W � O A W OD 30N < O M + N m� T Im '(A3 NVIm az L Im 11 11 u 0 . .. .21 7 ... ..1. _ ._. .. m n VI . .., n mA. v . o u 21 i83 _ _ ___ _. _ .. ..�..{ . . __. ..._......._ i ......._... ... _._..... g p I ' n a mr- o ' IlJ iD_ ODf o A y (/ 9 r Oy 6 I 1 L. y / r * 0mAON > I O mgD o n m m II a 7 , ... ......... .� n mVl O — OIA M :012 >m m 2 > N mOrc NSU I IW OH ZG < mK -INOA N < o o � m — O I . . L... lIV y II II MZ N N II Omt'oA 1 - N Im— : 5; O26 + (n 21 . 8 - icy f , �! 11 mi mNo < Nmm + __ -- _- y ' 2168 _.�_ - ._..._L.. o url / ti .:rte t ... _ .' I . An < WOII ti � P p 1 �N 7 O m al L. . _ . . ... LA A N 1 . ..J...�...._ .... -. . _ � o� j I > IIII >3 0 h � V 0 'np. 10...1DZm iN tm _ y a 21 . 3 � I z o 1 !o i2. I m c S P STA 25+50 I 800041 P ELEV 1 . 53W II - I. N iA o j II �o� o gn .. I J r � ._.. II I f Z m O 21 . 5 68 t I ' ❑ 1 � z m . . I m � I..� mz I , o I r Ooo N n ��.. z N m n __ 21 6 21183.-_ __.............. . . ... ... ... I1_._.. I . o Z K I [ A ZOO -I N r ➢ ON Xm � p� !T M f N A r I I I . I I 1 x2• a l + 21 -02198 � o A 1 y. -11 :. c�� p _-- _ In w �A a I r " n Z g �4 ' a �, r N N IO 1 I O G A U I O y a � . Z Ali e• ..._. .... ------ . I _........ m r m o H'"I �. . A N m - a ........_._ ... 77. ........_._... r .. _ _ ...... . x m > m Vl O o_o I ( � I m . ...,..._. g A A o o y i D O .r-..- > ➢0 -E A P > `- L,.. I f�'1 + -t1 om ^� tir m y N A A O r ON \ (� m 1 1 mNA1( N m I M (Z] 0> + r m � A U ( m m m N 3\1 rZ __.. ...._. I .... ! ........... . m ii y m A mO ' 1 No I ~ ` o' f i,J o m I n o O I'!, - Z > O . ... . . .. _..... .. A N A lD \ In O I \ N N VI Ileo 1._...... C I N r I I I A � oOm NO N N00 0 il 0 11 ,,.. m l/ o ym ` O V .Z7 00 _21 . 5 O O + 22; 28 I S A m �o o m I l i s m mZ A m '- t.. �`�, +N IK ° n Noy . ' t y n _ o k. o i 38 S ! �) I I . ......L.o__ _ a � dt _...2-. Al .. .._-.... .. . �J._....-_ .-...L . .. __ � . � / z I � � I N (ND I D C i J O N g 21 .3_ t 22 28 . ... _...__..._ ... . . _ . -..._.-- 4 nv .... .__- . .-.._ t1 - w ) y m ' :)' D Z � m $ p . .. �._1 . _ , ) p r 01 , .... 0:.� 0 _N o =.y o _..... � omygz N " l . _.._....... ...... . . .- .. ..- .__.. - y _ .; 2 2 MZ tl l�1 . o m / < iNwO ._- _. __ . __ _ - I �f- II I —1, NO rf 'z�A�� -LIIIIIb„S•.. mro 21 .6 n ` S7\11 22 13 Di rmzm . n m y z m m m ` z 00 O 21 . 7w � O 21 f +Oi > O n o 6�� S =+ I r 21 . 7 I v I � I m ' I � G mim MM .. G . .. o21 ,8 x I Z � U �A J UO + _q N?-y Ill W n + �� O ... PVI STACL 21622 .07 - ,.. __ . ............... I ; Nzmm g + III vR �' , f poi ;az Ill' ozD `� * O < :< x o v `/ ) �r`1oo�A 11 NDN S -�'... , O > < o -� �= o n ' . ' ' ' �✓•io v � o m II my -9 t o ij% mm n g I c iI r n � IG ! J � I 1 l h �i 45 Fn 0 4 2 21 . 9 .... . . I I A d I I 0 Zr� /t I < n 0 I \[\1 1 ll i 0 I mQ 1 /•IA V: y�j r IIII C S n + 80.00 I— Cv� N I /\)` N N 220 MN M W N o Ci.... . ❑ O -0 m O _ I rrmM 0 N > � o II I r � A U � CAI � � :9 I "I < � IF A G O mvI- < + n . . T_ . ......-_. ._ .._. 5D o mLm I I r Ulm D m + 0 021 _ 5 + 82. 1 } I mK (Ni: n o + . z 2 zI I i g Q,,Q p 0 + CCD) CD o pSg ; ...._ ....._ ! ...._. .�. n � � Z I T ...� .) V) n m p . .............._ zj 2 Lo Z 0 y D O-1 OD 0 IcoD O n O � _---_ _.._—__ N O N z w + off r . ;..... -. I { � oTA I I co cNa w ... _ . .-........._ _ ...-....._- 1 . .. ............- 1 ...-......1... __;........ .p v II O o D - + -- _ ... . __ _ _ ..._......... t . War Om N t ! I I I I 1 , I $a��3h���to€�h#g�❑❑oNU�oNJo � CD . ._f-t(I I II mx mX�II I�III'ItiII �I !III!II)III ��NooNoow �I LI� I�IlIt II '�iI II I III'iIII NJ O 22 . 22 . 1 . m� I lII. r , II w22 8 218 �Op ----. . V NL i II. II _ : ....._I _. ... .....0 ! ...._. . _..- . _. _�... 1.- , ' I I , I y , FOR 0 ! I O I i I Cl) I : I I _ I ! I I i I I I I i I I I I I i I I I I I I I I I -r' I I I I I I I I I I o I i 122 . 122 01121 . 68 i I I i t I I I I I I1 rQ I I I I • I i I / iJ I IX _ I CD I I _ V L- c i I I I I I o I _ I z I I 1 1 D _ I 1 I ,z _ 0 1 ! I O 4 j ' I I I I I j i i I I i {_ I I , I ..CI1....-. I ._-. . ._...I I Oi ._ � } . . . -L. . _ _ f'ol ➢ i I _ . Z I I OR f I I I I RIO RID In m I CA) - } N o I I - I Irl I I , r y ; fTI _ _ I Ic Un � II 0 Io I xl U I 0r I 1210 j21j � I I o I 21 18 2z 28 21 . � � � I j \ j _I o I L .. I i 3 2 � 28 . - I I , _ ..L. . _. .._ _.._. I .. . . X X I❑ m o c5 - _ L ' I I o K � I IPi ....... �__. .-...... _._ Z - . . A _.. __.... Z _L... .M I A ' \ D I I I I i j D o I I I I 0 N ... .... . N N � I N NA cy) o N o I_0 CAN m j N I N co zo 1 - ......._ I -F _ -._ I ..._. .. 1... _. . I -}-- I ..- O AA I N I IO I Q O I l i I I I N o MI 1 o I I u I ' Q41, i x b I rfl A A m Cn �.. . o� I I Io C) D o o1m cn G• _ o � I o �o ( � {01 0 anal mD -. . . .. D _ (/ m D_. ,, Ln D �Z i rl 2 A ' .p 0CD 2I� (r• . . . . gym S i + J , 1 C) I rn I I I 10 D ,} = I rQ Ln r I � I I I 1 � I 21 . t I 121 . 220 o- � - y� li - 21 86 reo 21 ,� 8 0 , it reo - o i I - 21 . 68 _ _ ' N I I O I I I I , I I o I I I i I I I I _ � f I � lx S ' ❑ I F I I I � , Z IIN III I I I I o ON Q I 07 d A m I I I I O I . I I CD �.._ . � . .-_I I LL .. . . _ I I I 0 40' 706-3 — PAVEMENT MARKING ARE TO CONSIST OF 90 ^� 90 mil ALKYOA — REFLECTIVE PAVEMENT MARKERS —� ARE i0 BE: ✓1 Cl MONO—DIRECTIONAL COLORLESS "l1 6 WHIT P BI—DIRECTIONAL AMBER 18" YELLOW W/RPM � — PRMs SHALL BE POSITIONED TlIS LA 19 MITE WITH FARE INDEX #1TO BE 7352 AND THIS PLAN. (TYP ) ( (TYP ) NDIANRPMs AFVER COUNTY STANDARD LLED ACCORDING THF STRIPP ~ Y 229+00 3D, V) ( 2 +00W 232+00 233+00 6" DBL. W/RPM 234+00 — — — \ — — — — — — — - — — — — — — 30 ( TW) OSLO RD. 6" WHITE TE i0 EXIST, S RIPING LLJ ~ \1 J Z = O U Q Q co REVISIONS DALE BY OFSC1tIPllcxl DALE BY OESOI W)N Mtlhn M/N( Cumlr ❑_ ❑ APPROV :AO3508SM ScM s BAc RE`ASED TRANSITION p, PM , i Pr naao wax, XIMLEY- sao' OSLO ROAD SNOTA °'E®r� V11W .� wd W D MNG No. SIGNING AND MARKING PLAN DATE : STATION 28 + 50 — 233 +00 35 j� i G � N U O m Q 20.8 ' ® I I- .._._IRAI �i O p P I STA - 12+ 12.00 I + 12 _ - ! P I ELEV - 4.08 I I I .. 1 u .I .. Ln g y 21 . 1 v I II I mml > 2425 � ml 1j I 1 Z VO Z Oy rti I y I > m n ,1,v m I I „ I �_... + 21 . 32449 _ n I I II i..1 Not O N VI S A 213 19.91 Mono omits Pza m NOINC y ' I I ,: t3141'QNJ i I V Gn + n o r t N \ Dew " m 68 PVI TA . . 21 .6 24 - 21 + 5.9 _. ._ L- „r., PVI LEV 2470 1 .....- . _. ..'. I In qt -. . . v II v O I I I D ~ - I n _. ^_ ,:Q ykA 4� 22. 2 - O 24 SS z j �� 00 M O A STA 214+ 13. 4 o In n II I I o rmAN 2.n.,aI IN !rl .y N 1znVELEV 24!' 0� O yNmn_ _LZ Nor) m 0tp2l� ti' 4 ZL -IND N rO m ON up . . D O ` m , y �22. 1 a p0 y 24 ! iDql 1 IO aO IND Om -+ INN, A o iIN z I LLL Cn 22. 0 I I I 7 Q II I Ifio �_ _ o O za o7 ZK o mqOZ i )) pm0 INN. 5� m m N z A P, rq A r ; ~ < N ~ 7\ n 1 - I I 21 . 8 ! r ! o } C 2382 Nij u = I LLL LLL j 1S( r NZ m o �1 � oov, .. o N m _ f .'}(y z a 2 • O �' in mu )O Z Q y,.. Im II I I ) > + >I +1 Zyoi o ) + 2 57 0 -0 )r I `II ' ))`l O + zI o N z y Ql 21 . 2 v }OZ � ®` I 1 r:1 < ym Ar O . .an -1y ZA Oo, OZ ti 1 O O II O Z Z1 —I I j ..4 < O O N A Z Z � u l 14 I I N X `J) 0 0 NIn I!^^ ' 1 > I C S Z v O rn o i ; J D "D f7 2"LL i�„ II i ` m0 xp o � m mz ' 10 m o o m + 25 Z o > I Z t/i 8 N ' m m 1 ®'1 1 I A. z � m m I i � > o o IND p $ „ � m cam ) Y `yI OSS O O ( O v -+ v mr On .-r Oti � I �1I I � n 0000 ® r ! Imp r m ann A mm 21 . 1 O '�' c. O Z A O Z 23 32 O cZn m z 00 n 0 IN, 1 c oq O I u 'l7 m I N ) II i � � N I .......- 1 \ � i % I I I < n , � � _ a l m 21 . 5 73 + x t 23 07 A nTt �l O ,.,r C' i _o_. _.... \( p ..... . .. N I II N Q ZJ((``�D A p f0�1. ! I £ S Z 2 D O K I OQ I II � D ODD D 4 m ) Z r o Nrr m co 51 ,x / � O 2 � O � Oy I O 21 . 1 I m 7 m O Q � 0O 2282 o I � ) ! f Ie ..._.. V * o r 9 p z a N Z Q I fp i Z Fl ti y + m N N O ti CO Q O V N r2 C11 '< x m 'Ng . < I O In A ) N I z NI I m C 00 20. 9 PVI STA - 218+0 �� I ; 0 23.07 cn - y N N W ? p � r y LL �-- - - - - - - - _ _ D I I OURINo-'' 43RD AVENUE ROAD I CLOSU/k�E• SOUTHBOUND 43rd EXIS -R. J`W-tlN ( AVENUE TRAFFIC TO BE I I I DETOURED WEST AT 5th ST SW _ EXIST R/W LINE�l I AND EAST AT IST STREET SW PORTION OF BRIDE COMPLETED I IN PHASE I CONST I II � 1 m � — O m + I p o —► U �4 100 ; 15+06 216 +00 2? '+ 0 — �_ ; Z - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . . . . . . - - - - - - - J * - - - - - - - - - - - - - - - CONST -TEMP. - - -.CONST_-TEMP. CRASI LCUSHION -ARR qiy <i. _ - - O T— C CO ST. TEMP. RRIER 63+ 00 RING 43RD AVENUE ROAD — — — — — — — — — — — !CLOSURE NORTHBOUND 43rd PHASE 11 BRIDGE CONST. EXIST. R/W C/NE� SURVEY k ';AVENUE TRAFFIC TO BE rill _ T ED- ATT c411R4zrqT.— .� EXIST CANAL R/W� _ NOTES 7. THIS SHEET PROVIDES THE LAYOUT GEOMETRICS FOR THE CONST OF TEMPORARY MAINTENANCE OF TRAFFIC ROADWAY. MAINTENANCE OF TRAFFIC °o -I EXIST. R/W LINE PLAN IMPLEMENTED FOR BRIDGE CONST SHALL COMPLY WITH FOOT 600 SERIES, MUTCO AND 0 d a 8 " STABILIZED SHLDR. TO BE RELOCATED BY OTHERS (TYP) THESE PLANS. r2. COST. OF TEMPORARY ROADWAY SHALL BE PAID Y. �MP' RDWYFOR UNDER # 702- 1 - 1. COST OF TEMPORARY v p DRAINAGE MODIFICATIONS TO BE INCLUDED IN o ^i COST OF TEMPORARY ROADWAY. 820' R T I r_ - - _ _ - _ _ OE - - - - - - - - - - - - - - - - - - _ _ _ - - - _ - av J. MAINTENANCE OF TRAFFIC SIGNAGE SHALL FOLLOW a o DE `+ - OE _ - - - - �P - - - - - - FOOT INDEX NO 640. WORK ZONE SPEEDLIMITF00 233+00 -G0 23 - 236+00 236+59 SHALL BE POSTED AT 35 MPH. - - - - - - - - - - - - - - - o — _ _ _ _ _ _ _ _ _ PC + 60. 80 ` 4. CONTRACTORS MAINTENANCE OF TRAFFIC PLAN 0. 0 RT / SHALL ONLY ALLOW FOR A 30 DAY MAXIMUM I- 00 83 + 00 820 ' R o I �► CLOSURE OF 43RD AVENUE. � C � — 84 + 00 I '— — — — 86 + 00 — — — — — — k:: EXIST. R/W LIN EXIST CANAL R1W J ` I gp I REVISIONS DALE BY DESCFWTI N DALE BY DESCfU WN GMbn .fl1w Coun/y APPaO�ED rm $CALL SHEET 5 S/nS EA< ADDED IEN4 ROWT laAN911CN 0.pmhnml o/ iW//� kypilx ❑ bM�EY�IORN BY: _ NDalz: + =40 OSLO ROAD NO. lw 01nid' °F• °prw ' nnle. _• � T Ass, c;�. hr DRAw�c No. CONSTRUCTION PHASING ®r� a 'n."v.." ♦.4 + Al�w r`*"^"a`°� 4940MOT 44 O wM�y-x.. wa A�en.w w� 1ow DALE BOARD OF COUNTY COMMISSIONERS Public Works Department Capital Projects Division 1840 25TH Street, Vero Beach, Florida 32960 Telephone: (772) 567=8000 FAX: (772) 978- 1806 A 'C ORL�P ADDENDUM NO. 5 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ' OSLO ROAD & 43RD AVENUE INTERSECTION IMPROVEMENTS INDIAN RIVER COUNTY PROJECT NO. 9327 INDIAN RIVER COUNTY BID NO. 5066 August 26, 2003 ' TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM sets forth change and/or information as referenced and are hereby made a part of and should be attached to the subject Contract Documents . Note : All Addenda shall be acknowledged on page 00310- 1 of the Bid Form. ' CONTRACT DOCUMENTS AND SPECIFICATIONS Section 00310 — Bid Form , Page 003104 , Bid Item 110 -3 , Removal of ' Existing Structures Revise the quantity from "1350. 1 " to "I " The pay item on the Bid Proposal should read as follows: ' Item No . Description Unit Quantity 110 -3 Removal of Existing Structures 1 LS DRAWINGS Replace "Summary of Pay Items Table " on Drawing Sheet Number 2 with the ' Attached "Summary of Pay Items Table ' The Air Release Assembly Pay Items that were added to the Bid Proposal Form issued with Addendum No . 4, have been added to the attached "Summary of Pay Items Table ' RESPONSES TO QUESTIONS ON BIDDING DOCUMENTS Letter to Dick Destein, Sheltra & Son Construction Company, Inc. , from Brian ' Good, P. E. , Kimley-Horn and Associates, dated August 25, 2003. (copy attached) ADDENDUM NO . 5 Page 1 of 1 ' F: \Public Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No. 5 . doc . SECTION 100 - ADVERTISEMENT FOR BIDS BOARD OF COUNTY COMMISSIONERS ' 1840 25TH Street, Vero Beach, Florida 32960 �-OR1 Telephone (772) 567-8000 FAX: (772) 978=1806 : ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday , June 4 , f 2003 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " Oslo Road & 43'd Avenue Intersection Improvements" All bids , either mailed or walked in , will be received by the Purchasing Division , 2625 19th Avenue , Vero Beach , Florida , where they will be opened publicly and read aloud at 2 : 00 PM . All bids received after 2 : 00 P . M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO . 9327 INDIAN RIVER COUNTY BID NO . 5066 ' PROJECT DESCRIPTION : Replacement of bridge and construction of intersection wideninq and signalization . ' All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may . be obtained from Capital Projects Division 2nd Floor County Administration Building 1840 25 th ' Street Vero Beach Florida 32960 (772) 567-8000 extension 1384 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $75 . 00 for each set , which ' represents cost of printing , handling , and mailing and which is non refundable . All bibs shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . A BID BOND must accompany each Bid , and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida , in the sum of not less than Five Percent (50/6) of the total ' amount bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond . If he fails to do so , he shall forfeit the said bid Bond as liquidated damages . Please note that the questionnaire must be filled out completely including the financial statement . Advertisement for Bids 00100 - 1 F.\Public Works\Capital Projects\Oslo 43rd Avenue\CONTRACT DOCUMENTS\Advertisement for Bids.doc Rev. 05(01 The County reserves the right to delay awarding of the Contract for a period of sixty 60 days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in partwith or without cause/or to accept the bid that, in its judgement , will serve the best interest of Indian River County , Florida . The County will not reimburse any Bidder for bid preparation costs . A Pre- Bid Conference will be held on May 20 , 2003 at 2 : 00 PM , in the first floor conference room A of the Indian River County Administration Building located at 1840 25"' Street , Vero Beach , Florida , 32960 . ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED , INDIAN RIVER COUN'T'Y By: Fran Boynton Powell Purchasing Manager For Publication in the Vero Beach Press Journal Date (s ) : April 30 , 2003 May 7 . 2003 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to : INDIAN RIVER COUNTY PURCHASING DIVISION 2526 19th Avenue Vero Beach , FL 32960 * * END OF SECTION i 1 1 Advertisement for Bids 00100 - 2 F.\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSAdvertisement for Bids.doc Rev. 05101 SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No . an Title Page ARTICLE1 an DEFINED TERMS , , . . * 0 9 9 0 0 5 0 0 0 v 0 0 a sea as 0 9 0 as a * a 0 me 9 a a a a 9 a a sea a as as a 0 me me No me me a a * as ad a am me 0 * a & 0 a 9 sea a a a a , w a a a I ' ARTICLE 2 an COPIES OF BIDDING DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 3 an QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 as PRE—BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ' ARTICLE 6 an SITE AND OTHER AREAS . . , . , . , , . . . a oposeassoes seems smosommewevy * * assesses mesa or v 5 01 , 09040 wee 6 * 8 a ' * mesas 4 ARTICLE 7 — INTERPRETATIONS AND ADDENDA . . . . . . . , be loovews 0 * ARTICLE8 an BID SECURITY . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Seaga . . . . . . . . . . . . . . . . . . 5 ARTICLE9 - CONTRACT TIMES . . . . . . . . . . . " . seems 00066 ad & Damages * * * & , also & * & $ as go poop , b a d 9 W 0 a a a 0 a a a a a 6 a a a a a a 9 a a 9 a a 0 0 6 a a 0 8 5 ARTICLE 10 — LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 11 — SUBSTITUTE AND -"OR—EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 12 an SUBCONTRACTORS , SUPPLIERS , AND OTHERS•. . . . . . . . . . . . : . . . . . . . . . . . . . . . . . .. . . . . . . . 6 ARTICLE 13 - PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 14 an BASIS OF BID ; EVALUATION OF BIDS . . . . . . . . . . . . . : . . . . . . . . . . . . 7 ' ARTICLE 15 an SUBMITTAL OF BID . . . . . . . . . . . . . . . . : . ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE17 an OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 rARTICLE 18 an BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 an AWARD OF CONTRACT , . . . " . go * 6volow asset me 6 0 0 a a 0 p , a a a a 0 a a 0 9 9 0 . . . a a a a v a a a 0 6 0 0 a a 0 , 6 a a a 0 8 8 , a , a 0 a a a 0 a 8 a 9 ARTICLE 20 anCONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 21 an SIGNING OF AGREEMENT . . . . I mass 0 8 9 * a $ go a a 0 sea goo a a mesas a a a as * * , , me a a@ * me a bee a a a a a me a I I a 9 1 1 mesa 000 0 10 Instructions to Bidders 00200 - I F.Vublic WorkslCapital ProjectsXOslo - 43rd Avenue\CONTRACT DOCUMENTS\lnstructlons to Ndders.doc Rev. 05/16/01 SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof Contract . . . . 9111011 log Damp@ * be Penn & too ' * , gas 00 gem now 1 0 1 1 1 1 1 1 1 1 0 1 1 9 a I I I 1 0 1 1 1 0 1 9 1 6 1 0 a 6 0 0 a 0 0 0 0 0 0 9 0 0 6 a 0 0 6 0 a a a 8 a 0 a 19 Basis of Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 ' Bid Security . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 ContractTimes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Copiesof Bidding Documents . . . " , . . . . . . . . . . . . . , . . . . . . . a " , PIP I ' llegoom sonseseavea 0 # 000 . . . . . 06 , 00809pow . . . . . 911111 . . . . 2 DefinedTerms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretations and Addenda . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . .. . . . . . . . . 7 LiquidatedDamages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modificationand Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Opening of Bids Pre- Bid Conference . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . . 5 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualificationsof Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Signing of Agreement . . . . , . " . , . . . . . . . . . . , . . . . . . . . . . . . . . . 11601 , 11 , 011 , 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . : . . . . . . . . . . . . . . . . . . . . . . 6 ' Subcontractors , Suppliers and Others : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Submittal. of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . 15 ' Substitute or " Or-Equal " Items Instructions to Bidders ioozoo _ ii F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\InslrucGons to Bidders.doc Rev. 05/16/01 SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder—The individual or entity who submits a Bid directly to OWNER. B . Issuing Office—The office from which the Bidding Documents are to be issued and where ' the bidding procedures are to be administered . C . Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided ) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office . 2 . 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents , 2003 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use . - S ARTICLE 3 QUALIFICATIONS OF BIDDER ' 3 . 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request, Bidder shall submit written evidence such as financial data , previous ' experience , present commitments , and such other data as may be called for below . A. Bidder must have at least five years ' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. C . Bidder must have good recommendations from at least three clients similar to the ' OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories . rE . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . ' 3 . 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. Instructions to Bidders 00200 - 1 F:U'ublic Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTSUnstructions to Bidders.doc Rev. 05101 ' 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet any of the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4 . 01 Subsurface and Physical Conditions ' A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to ' the Site that Engineer has used in preparing the Bidding Documents . 2 . Those drawings of physical conditions in or relating to existing surface and subsurface ' structures at - or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 01 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 02 of the General Conditions has been identified and established in paragraph 4 . 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations , opinions or information contained in such reports or shown or indicated in such drawings . 4 . 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER, or others . 4 . 03 Hazardous Environmental Condition ' A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site , if any , that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the " iaclhnical data " contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 06 of the General Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data " or any other data , interpretations , opinions , or information contained in such reports or shown or indicated in such drawings . 4 . 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 . 02 , 4 . 03 , and 4 . 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in Instructions to Bidders 00200 - 2 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSUnstructions to Bidders.doc Rev. 05/01 the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4 . 06 of the General Conditions , 4 : 05 Upon a request directed to the ENGINEER (Terry B . Thompson , P . E . 567-8000 ext. 1282) , OWNER will provide Bidder access to the Site to conduct such examinations , investigations , explorations , tests , and studies as Bidder deems necessary for submission of a ' Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations , tests , and studies . ' 4 . 06 " [This paragraph has been deleted intentionally]"] 4 . 07 It is the responsibility of each Bidder before submitting a Bid to : A. examine and carefully study the Bidding Documents , including any Addenda and the other related data identified in the Bidding Documents ; ' B . VISIT THE SITE AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS , AND ' PERFORMANCE OF THE WORK, C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and ' Regulations that may affect cost, progtess , or performance of the Work; D . carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions ; E . obtain and carefully study (or assume responsibility for doing so ) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (overhead , surface , subsurface , and Underground Facilities ) at or contiguous to the ' Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods , techniques , sequences , and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto ; F . agree at the time of submitting its Bid that no further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; G . become aware of the9 eneral nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents ; ' H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional ' examinations , investigations , explorations , tests , studies , and data with the Bidding Documents ; Instructions to Bidders 00200 - 3 F:Tublic Works\Capital Projects\Oslo - 43rd AvenueZONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05101 1 I : promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4 . 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4 , that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means , methods , techniques , sequences , and procedures of construction r that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5 . 01 The date , time , and location for a Pre-Bid conference , if any, are specified in the Advertisement for Bids . Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference . ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective . ARTICLE 6 - SITE AND OTHER AREAS 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents . ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be ' submitted to ENGINEER in wi4iting . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 7 . 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER . 1 Instructions to Bidders 00200 - 4 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05101 ARTICLE 8 - BID SECURITY 8 . 01 A Bid must be accompanied by Bid security made payable to OWNER in the amount ' specified in the Bid Form and in the form of a certified or bank check or a Bid Bond Ion the form attached except as provided otherwise by Laws or Regulations] . All Bonds 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 Surety must be authorized to issue surety bonds in Florida . ' The Bidder 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 person 's authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract, the Successful Bidder 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 . The Surety shall also meet the requirements of paragraphs 5 . 01 and 5 . 02 of the General Conditions . 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited . The Bid security of other Bidders whom OWNER ' believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . ' 8 . 03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) Substantially Completed and (b ) also completed and ready for final payment are set forth in the Agreement. ' ARTICLE 10 - LIQUIDATED DAMAGES ' 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL" ITEMS 11 . 01 The Contract , if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal " items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal " item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Instructions to Bidders 00200 - 5 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSMnstructions to Bidders.doc Rev. 05101 r Effective Date of the Agreement. The procedure for submission of any such application by r CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements . rARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS r12 . 01 If the Supplementary Conditions require the identity of certain Subcontractors , Suppliers , individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, ' Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . ' 12. 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to ' revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . 12. 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or ' entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID 1 13 . 01 The Bid form is included with the Bidding Documents . Additional copies may be obtained ' from the Issuing Office . 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the ' Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . ' 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate r address and state of incorporation shall be shown below the signature . 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature ) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . r ' Instructions to Bidders 00200 - 6 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 1 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member ' and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . ' 13 . 06 A Bid by an individual shall show the Bidder's name and official address . 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated ' on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . ' 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . ' 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . 13 . 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . ' 13 . 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . ' B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price . Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . ' C . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of ' figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . ' 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions . ' 14 . 03 The Bidder' s attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto . Instructions to Bidders 00200 - 7 17APublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 ARTICLE 15 - SUBMITTAL OF BID 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : A. Statement of Public Entity Crimes . ' B . Sworn Statement under Section 105 . 08 , Indian River County Code, on Disclosure of Relationships . C . Sworn Statement under the Florida Trench Safety Act. D . General Information Required of Bidders . ' E . List of Subcontractors . 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable , the designated portion of the Project for which the Bid is submitted ) , the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be ' addressed to Indian River County, Purchasing Division , 2625 19t�' Avenue , Vero Beach , Florida , 32960 , ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ' 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . ' 16 . 02 If within 24 hours after Bids are an opened Bidder files a duly signed written notice with P Y OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work . ARTICLE 17 - OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates , if any, will be made available to Bidders after the opening of Bids . 1 Instructions to Bidders 00200 - 8 F1Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSUnstructions to Bidders.doc Rev. 05/01 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18 . 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may, in its sole discretion , release any Bid and return the Bid security prior to the end of this period . ' ARTICLE 19 - AWARD OF CONTRACT 19 . 01 OWNER reserves the right to reject any or all Bids , including without limitation , nonconforming , nonresponsive , unbalanced , or conditional Bids . OWNER further reserves the right to reject the Bid of any Bidder whom it finds , after reasonable inquiry and evaluation , to be non-responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price , time , or changes in the Work and to negotiate contract terms with "the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . The OWNER reserves the right to select, from among the various Bid alternatives , those alternatives to be included in the final Contract as well as the right and ' option to award or re-bid altematives in any sequence or at any time deemed to be in the best interest of the OWNER. ' 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be a cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ' 19 . 03 In evaluatingBids OWNER will consider whether or not the Bids comply with the PY prescribed requirements , and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . It is the OWNER's intent to accept alternates (if any are accepted ) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination. ' 19 . 04 In evaluating Bidders , OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers , and other individuals or ' entities proposed for those portions of the Work for which the identity of Subcontractors , Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19 . 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications , and financial ability of Bidders , proposed Subcontractors , Suppliers , ' individuals , or entities to perform the Work in accordance with the Contract Documents . 19 . 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid ' is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20 . 01 Article 5 of the General Conditions , as may be modified by the Supplementary Conditions , sets forth OWNER's requirements as to performance and payment Bonds and insurance . When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by Instructions to Bidders ' 00200 - 9 F:\Public Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 such . Bonds , unless the Bonds have been waived due to the total contract being less than ' $50 , 000 . 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 attomey-in-fact who executes any Bond , to affix to each a current certified ' copy of their Power of Attorney , reflecting such 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 . ' ARTICLE 21 - SIGNING OF AGREEMENT 21 . 01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompafiied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto . Within fifteen ( 15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21 . 02 OWNER shall return one fully signed counterpart to Successful Bidder, 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly ' complete the documents will be deducted , in equal amount, from the Contract time . Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires . * * END OF SECTION Instructions to Bidders 00200 - 10 F:\Public WorkslCapital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\tnstrudions to Bidders .doc Rev. 05/01 ' BID PACKAGE THIS PACKAGE CONTAINS . ' SECTION TITLE SECTION NUMBER Bid Form 00310 ' Bid Bond 00430 ' Public Entity Crimes Affidavit 00450 Sworn Statement on Disclosure of Relationships 00452 ' Sworn Statement Under the Florida Trench Safety Act 00454 General Information Required of Bidders 00456 ' List of Subcontractors 00458 ' SUMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID 00300 - Bid Package Contents F:\Public Works\Capital Projects\Oslo . 43rd Avenue\CONTRACT DOCUMENTS\00300 - Bid Package Contents.doc SECTION 00310 - BID FORM t PROJECT IDENTIFICATION : Project Name : Oslo Road and 43rd Avenue Intersection Improvements County Project Number 9327 Project Address : Intersection of Oslo Road and 43rd Avenue Project Description : Replacement of bridge and construction of intersection widening and signalization ' THIS BID IS SUBMITTED TO : INDIAN RIVER COUNTY 2625 19T" AVENUE VERO BEACH , FLORIDA 32960 1 . 01 The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with all other terms and conditions of the Bidding Documents . 2 . 01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders , including without limitation those dealing with the disposition of Bid ' security . The Bid will remain subject to acceptance for 60 days after the Bid opening , or for such longer period of time that Bidder may agree to in writing upon request of OWNER . ' 3 . 01 In submitting this Bid , Bidder represents , as set forth in the Agreement , that : A. Bidder has examined and carefully studied the Bidding Documents , the other related data identified in the Bidding Documents , and the following Addenda , receipt of all , which is ' hereby acknowledged . Addendum Date Addendum Number # � 3 #03 B . Bidd rThas visited the Site a-nd become familiar with and is satisfied as to the general , local and Site conditions that may affect cost , progress , and performance of the Work . C . Bidder is fami iar with and is satisfied as to all federal , state and local Laws and Regulations that may affect cost, progress and performance of the Work . D . Bidder has carefully studied all : ( 1 ) reports of explorations and tests of subsuIace conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site ( except Underground Facilities ) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and ( 2 ) reports and drawings of a Hazardous Environmental Condition , if any , which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . ' 00310- 1 00310- Bid Form � �..� e ,.e... .e�rnurnnr7 nnri inecuT.c�a�.� ❑„rm ,+tee E . Bidder has obtained and carefully studied ( or assumes responsibility for having done so ) ' all additional or supplementary examinations , investigations , explorations , tests , studies and data concerning conditions (surface , subsurface and Underground Facilities ) at or contiguous to the Site which may affect cost , progress , or performance of the Work or ' which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including applying the specific means , methods , techniques , sequences , and procedures of construction expressly ' required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto . ' F . Bidder does not consider that any further examinations , investigations , explorations , tests , studies, or data are necessary for the determination of this Bid for performance of the Work at the price (s ) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents , H . Bidder has correlated the information known to Bidder; information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , iand all additional examinations , investigations , explorations , tests , studies , and data with the Bidding Documents , 1 . Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted . 4 . 01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not .submitted in conformity with any agreement or rules of any group , association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding ; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] i 00310-2 00310-Bid Form FAPuhllc Works\Capital Proiecls\Osln • 43rd AVP.nuP.\r:ONTRAr.T DOCUMENTS\Bid Form.doc Bid Proposal Oslo Rd . and 43rd Ave , Roadway Improvement Plans SUMMARY OF ROADWAY PAY ITEMS BID ITEM NO , DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL PRICE PRICE 101 - 1 Mobilization LS 1 ou QW D6U.dtt/ 121100 (a ( 00 6 0 a 102- 1 Maintenance of Traffic LS 1 7 l' 4► a T d o S 4 V 0 42 600 42o ay ., 102- 1 - 1 Temporary Pavement SY 3189 .0 1 TY V T µ vvSD x-10 Wr &o ej E14Z,102- 10 Off Du law Enforcement OfficerMH 40 . 0CSL 4S _ 102-70- 11 Concrete Barrier (Temporary) LF 290 . 00 CS t' z S 102-74- 1 Barricade (Temporary) Type II ED 19467 . 0 102-74-2 Barricade (Temporary) .Type III ED 2160 .0 102-99 Variable Message Sin ED 45 . 0 102-99A Variable Messa a Sin LSE486 .0 01 101 Goo O 000 104- 10- 1 Baled Ha or Straw EA 10 46GO 104- 11 Floating Turbidity Barrier LF 200 . 0 to 2, a 00 104- 13- 1 Silt Fence (Type III LF 9500 .0 1 40 13 300 ' 108- 1 As-Builts _ LS 1 .0 CL � '� CyOD1 2 � D00 110- 1 - 1 Clearing & GrubbingAC 10 . 5 s � Sir C11 161 110-5 Wells , Plugging Water (Artesian ) PW 1 . 0 31 O V �. 3 7 O t7 y 110-6 Wells , Plugging Water Non-Artesian PW 1 .0 31 o a 3 C) 4D 110-7- 1 Mailbox Furnish & Install ) EA 6 . 0 lZS _ `1 sn 120-4 Subsoil Excavation CY 556 . 0 0 - 1 411 v 03310-3 F: PublicWorkslCapitalProjects\Oslo-43\BidProposal ADDENDUM #4 r� r� �r r� rr rr rr r rr rr rr r r rr rl� I. r� SUMMARY OF ROADWAY PAY ITEMS BID ITEM NO . DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT TOTAL PRICE PRICE 120-6- 1 Embankment CY 9245 . 0 160-4 Type B Stabilization 12" SY 27131 .0 201 a Ind4 = ( 22, b82r 285-707 Optional Base Base Group 7 SY 25114 .0ca rr ^/ ob 286- 1 -1 Turnout Construction (Asphalt) SY 107 .0 4o — 4, 2B6 _ 286- 1 -2 Turnout Construction Concrete SY 371 .0 no I 41 - is III — 331 -2 Type S Leveling Course (0 . 5" ± AVG TN 6 . 1 rS *L sot) t sZ V� � 331 -72-20 Type S Asphaltic Concrete 2 " SY 453 .0 n 331 -72-24 Type S Asphaltic Concrete 2 1 /2 " SY 24107 . 0 � U _ 24 / o ,, � _ 339- 1 Miscellaneous Asphalt Pavement TN 58. 7 425-1 -90Inlet Miami < 10 EA 3 . 0 425- 1 -351 —7 Z -- Inlets ( Curbe - <�l LASOL 24 o v o u 425- 1 -361 nets ur e - < ZL *7mr% — l3 31 .� J nes Ic otom e < Zclir T%lSftu 425- 1 -521 L S2f ' lc. 430-11 -325 . Conc. Pipe Culv . 18" Storm Sewer LF 429.0 430- 11 -329 Conc . Pi e Culv . 24 " Storm Sewer 4` LF 106 .0 _ S 3 ZSG l 8 - 430- 12-344 Conc. Pipe Culv. 66" Cross Drain . LF 247 .0 Z � q, 40 a 430-81 -225 Corr. Aluminum Pipe Culvert LF 196 . 0 ( 18" Storm Sewer) Mo 2. o -- 430- 144-102 . Elliptical Concrete Pipe Culvert LF 576 . 0 (� ( 14" x 23" Storm Sewer) 2 $ 2 Z 40 430-200-44 Flared End Section 66" EA 2 . 0 ` 00 � C) 0 r � ZbOff J 430-620-38 CMP Flashboard Riser 36" EA 1 .0 5 UQ 2425 24Zs 430-982-225 Mitered End Section EA 1 .0 ` ( 18" Cross Drarn ) o d r gj o d r 03310-4 F : PublicWorks\CapitalProjects\Oslo-43\BidProposal ADDENDUM #4 SUMMARY OF ROADWAY PAY ITEMS BID ITEM NO . DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL PRICE PRICE 430-982-402 Mitered End Section EA 2 . 0 ` ( 14" x 23" ERCP Cross Drain ) n© CE p p 'f 1900 --� 430-984-225 Mitered End Section EA 1 .0 ( 18" RCP Side Drain ) Kvq $ p V $ o G 520-1 - 10 Conc. Curb & Gutter (Type F LF 1266 . 0 ' 1S6 S o l q G 23 520-2-4 Conc. Curb Type D LF 107 .0 -4 1 S . ra [ cod $ . S � 520-4 Special Concrete Gutter Miami LF 1285 . 0 522- 1 Concrete Sidewalk 4" thick SY 209 .0 ` � � ` � I Z q 530-3-4 Ri _rap ( Rubble ) ( Roadway) TN 102 .4 IN ( Ditch Lining ) 01 .11. n10 Coe 536- 1 - 1 Guardrail ( Roadway) LF 1592 .0 go I rcA 23 3 ` c, L 536-2 Guardrail ( Shop-Bent Panels LF 170 .0 a 2 4pe 536-6 End Anchorage Assemblies , EA 5 .009 T Type 11 10 zt� �- v Z I Ira ._.-- 536-7 Special Guardrail Post EA 15 .0 01 I ( ,. U Z 4o d J 536-85 End Anchorage Assemblies, EA 3 .0 Type Melt ( (. 6 U4, p U 536-86 . End Anchora a Assemblies, EA 6 . 0 T (Type ER-2000 ) 3 3 c o 1 g g D v 575- 1 -1 Sodding Bahia SY 31050 . 0 S, � S 4- 331 630- 1 - 12 Underground Conduit 2" LF 220 . 0 Cl 1980 _' 635-1 - 11 Pull and Junction Boxes EA 2 . 0P L4 + 23 700-40-01 Sign Single Post EA 14 .0yh + 46o 700-46-11 Sign Existing Removel EA 40 . 0 Sd � Zpots � 706-3 ' Reflective Pavement Markers EA 400 . 0 . 2. 40 6 711 -4 Directional Arrows EA 25 .0 t (Thermoplastic) 711 -33 6" Traffic Skip White LF 1455 . 0 ,) (Thermoplastic) jil q o 711 -3k. mumoropoLF 458 . 0 1 b A DENDyy." .7 T MIFIRnopIPA" M 03310-5 SUMMARY OF ROADWAY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS) UNIT TOTAL ITEM NO, PRICE PRICE 711 -35-61 6" White (Thermoplastic) LF 10 , 628 . 0 711 -35-121 12" White (Thermoplastic) LF 283 . 0 711 -35- 181 18" White (Thermoplastic) LF 378 . 0 Z . cl 711 -35-241 24" White (Thermoplastic) LF 164 .0 3 • � ,� ` 2 Q 711 -36-61 6"Yellow (Thermoplastic) LF 11 ;703 .0 . go L O 2 711 -36-181 18" Yellow (Thermoplastic) LF 640 .0 00 730-88 Temporary Pumping System EA 1 . 0 ` q To o u — vU r ROADWAY SUB-TOTAL COST = I p 2 Z�- SUMMARY OF UTILITY PAY ITEMS BID DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT TOTAL ITEM NO , PRICE PRICE 1500-900 Forcemain Removal 20" or less LF 200 . 0 (' Lau 1511 - 120 Sewer Dip Fitting Standard TN 1 .00 ► Z, ` oov 12 000 1513- 120-3 10" DIP F . M . LF 199 . 0 5W �L to 1513- 120-313 4" DIP F . M . LF 80 1513- 160-316 6" PVC F . M . LF 1553 .0 1542- 116 10 " Gate Valve EA 1 .0 1543- 11 - 109 Tapping Sleeve & Valve ( 10 "x8" ) EA 1 .0 `� 11 u1 �7Od 1544- 110- 16 Air Release Assembly EA 1 .0 e. ( 6" below ground ) E S ( S' V t Su 1600-900 Watermain Removal 20" or�Lessj LF 1 175 .0 ' �Af W� _ F: PublicWorks\CapitalProjects\Oslo-43\BidProposal 03310-6 SUMMARY OF UTILITY PAY ITEMS BID ITEM NO . DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT TOTAL PRICE PRICE 1611 - 140 Water DIP Fittings Standard TN 1 . 80 TW LA LV 'C G V j D tl o 0 U C h 11. E 121 Do () 1613- 140- 118 8" DIP W . M . LF 30 .0 1613- 140- 126 20" DIP W . M . LF 202 .0 I o K = F .+ vi 0 V (.o& it r � 4 � OZ. O 4 C u !- E ') N C C P 4 r t0 3 20 abs . 1619-.1 Sample Points EA 3 .0 I V r u o b e b Db (. L Sov � � So � 1621 - 140- 126 20 " DIP W. M . ( Flanged Joint) LF 80 . 0 o u IZ u n tf Q y Q l Q tL.r _ 4- oo 32 600 1635- 141 -344 Ta in Sleeve amd Valve EA 2 . 0 (,uu 'ty 71jCjoS4tjp (20 " x18" ) PU keO 0oLLpxLr to S'ov 4 ) 000 1642- 111 -8 8" Gate Valve EA 1 .0 C u l-j o R t a F t F ry 09 fe v u cruor jL 1643-700 Valve Box Adjust & Modify) EA 16 . 0 T C @e u 0 d /1 t• 0 Tw e u If I UC 0L 4 /L. r 32 SZa u 1644-800 Fire Hydrant Relocate EA 2 .0 l,. a " 17144 v u Is u oforze!bo 0ouilk . Z260 44ov 1644-900 Fire Hydrant Removal EA 2 . 0 Iia t F u T 14m v P d it e�sn F [ F t VbLt�An r 8 So ' L7 1647- 1 -216 Air Release Assembly 20" EA 1 .0 6 % [L p u S Flo Flue u &h7r2 & v cro [Jry FwLL nous. 1648- 100 20" Line Stop EA 1 .0w LI Ty Gu u IJ p Qv LL AKr 221 po cy 2Z1 sots 1649-800 Water Meter ( relocate ) EA 2 . 0 tCjp v 0 D 12 o LAW ►42t C1Su L9b0 �' 1692- 1-20 Mechanical Joint Restraints EA 5 . 0 `ruj u P U 0 0 a EI► J= 1 — T ( 10 " FM ) Q pll 14ILr Z. $ CJ ZS` D 1692- 1 -26 Mechanical Joint Restraints EA 9 .0 ut-I 0 � 0 Se' U@NT r ( 20" WM ) v z n ec. t, d /Lt 37 S 3 3 -1 S UTILITY SUB-TOTAL COST = �? '7 ` (o a , F : PublicWorks\CapdalProjects\Oslo-43\BidProposal ADDENDUM #4 SUMMARY OF BRIDGE PAY ITEMS PAY DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT PRICE TOTAL ITEM NO . PRICE 110-3 Removal of Existing Structures LS 1 Q 120-5 Channel Excavation CY 614 .0 .;NE 360- 1 Concrete approach slats EA 2 .0 n �. � , , i p-x) , 400-2-4 Concrete Class II (Superstructure CY 16. 9 Sidewalk) In 00 �>o 400-3-4 Concrete Class III (Superstructure CY 24 . 9 St X 6 ir Closure Pours) 600 , OD 400-4-5 Concrete Class IV Substructure CY 115 . 1 ' 6J� r 400- 147 Composite Neoprene Pads CF 7.4 J7600 bO 400- 148- 1 Traffic Railing F & I Barrier LF 99 .0 l7 , 00 S j 400- 148-2 Traffic Railing F & I LF 99 . 0 ie0 z, ' 3 , (Sidewalk Type ) 415- 1 -4 Reinforcing Steel ( Superstructure) LB 2430 .0 0 t y , 12J 415-1 -5 Reinforcin Steel Substructure LB 12970 .0 e 450-88- 18 Prestressed Slab Units Traversely SF 4988 .0 Io J7 Post tensioned ( 19") a � z1 qb (� � (gib 455-3-2 Prest Conc Piling Furnished 18" SQ LF 1995.0 9 455-4-2 Prest Conc Piling Driven 18" SQ ) LF 1797 .0 455- 17-2 Pile Splices 18 " EA 5 .0 ir✓ DD J7 Sib l D 455- 133- 1 Steel Sheet Pilin (Temporary) SF 2500 . 0 66 455- 137 Test Load ( Dynamic ) EA 2 . 0 S bvc) . t)p 455- 140- 12 Test Piles Furnished 18" LF 125 .0 s, vol � oo 455- 141 - 12 Test Piles Driven 18" LF 111 .0A C v, l . 120 4 530-3-4 Ri ra Rubble ( Roadway ) TN 335 . 0 S ' P� 0 4 b ( Ditch Lining ) 530-74 Bedding Stone ' TN 240 .0 F : PublicWorks\CapitalProjecls\Oslo-43\BidProposal BRIDGE SUB-TOTAL COST = S $S (o q IL o 0 ADDENDUM #4 SUMMARY OF SIGNAL PAY ITEMS PAY DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT PRICE TOTAL ITEM NO . PRICE 620- 1 - 1 Grounding Electrode LF 190 .0 Ou D o &LQ Q. 1 CE* TI 4 gD1 630- 1 - 12 Conduit ( Underground ) LF 793 .0 % V #Z 1D Ol. L1L1l2 SV C <L7 yl 111 c, 1 , i S , T 45 9 � . 630- 1 - 13 Conduit Under Pavement LF 281 . 0 U L A fLf f Tc4j r P T 7 630-1 - 15 Conduit ( Bridge Mounted ) ( F& I LF 90 .0 Eo u 14. ID 6 (, dit t Cr " TS 4 ° 3 (Oq .,- 632-7- 1 Cable (Signal ) PL 1 .0 lu o o V S 1-1 E U b P IJQ00tZeP DOLLA s 2 "1ad 21cv 634-4- 114 San Wire Assembly Mod . Box PL 1 .0 F1 U C V 00aep D o ( . CLIttr Z 'S � V r 2 'sOU 635-1 - 11 Pull Box EA 24 .0 aLt ►� � s 2Sv (oo o u 639- 1 -22 Electrical Power Service AS 1 .0 1 Cr L! T u 0 0 ( Underground ) S e U L+ Ty 1 V L S r 639-2- 1 Electrical Service Wire LF 20 .0 0 " e Q O CS A R F 1 0 c e tl Tf 2S" 641 - 15- 144 Concrete Strain Poles (Type N-VI EA 4 .0 1 IJ rt e Fe T14 o v p 00 Fa Zr (44' Long ) v IJ D It e b 0 u twL 4 L s -3 4� O � 13 too V 650-51 -311 Trallic signal 12 " STD 3 Sect. , AS 3 .0 b tj e 744 0 So t.1 0 0 eL 1 -way) ( LED ) Uut.19fleo S & ve UZ FIV4? PoUAINEl 650-51 -511 Traffic signal 12 " STD 5 Sect. , AS 5 .0 O " & ( v u 1 p 610 � 1' V a I 1 -way ) ( LED ) 40 p A D o Lt Q2 r 11 o U $ $� ° ° J 653- 181 Pedestrian signals, Neon , AS 2. 0 & e V v o e pOLL d � International ( 1 -way) l 653- 182 Pedestrian signals, Neon , AS 1 . 0 D t1 e T40 " 000 v v International (2-way) U P 0 Z�VO a OLL A Xf + Do 659-108 Signal Head Auxiliaries EA 3 . 0 0aw mr 0 o U IIJO 0 0 LCILAI f (Steel Pedestal ) I c p o p d v 660- 1 - 105 Inductive Loop Detecto - (Type y EA 13 .0 !N v O LLO A e v S e V C li T I U e DOL1. dkf 660- 1 - 106 Inductive Loop Detector ( Type 6 EA 5 . 0 "W p 14000 eery S � u C (� 0 UGtDd 660-2-102 Loop Assembly (Type B AS 8 . 0 F 1 V (; u I.i d is ` r (00i a I,.J 't y _ 111 a D 01 Ld1L. ( 660-2-106 lLoop Assembly (Type F AS 13 . 0 rw I Cr IJ T u IJ0 Lev is / IVC T 6LajtS � C► o ll � 8 p 03310-9 F: PublicWorks\CapitalProjectslOsloA3\BidProposal ADDENDUM #4 SUMMARY OF : SIGNAL PAY ITEMS PAY DESCRIPTION UNIT QUANTITY UNIT PRICE (WORDS ) UNIT PRICE TOTAL ITEM NO, PRICE 665- 11 Pedestrian Detector EA 4.0 ch d U c,� lIIL t 670-5-110 Actuated Solid State Controller AS 1 .0 F ( Te U " a w S p Up p ou 4 f I � o U O � Assembly D 690- 10 Remove Traffic Signal head EA 2 .0 OIC tom/ vuLt A it t Assembly 40 816 690-30 Remove Poles EA 2 .0 0 0 14 0p Firuto 1 &30 tj k10 OOLI 42 S Sa 3 0 o b 690-80 Remove Span Wire Assembly EA 1 .0 � u S ti4 it e p pticarl 690-90 Remove Cabling and Conduit PL 1 .0 To if C u v p 0 rz e d F f ic T sQ i. 5 700-48- 18 Sign Panels ( F& I ) EA 4 .0 T 4 4 a u� 4 u h kep D dt . L L L r 3DB - � 2au � 715-5- 11 Luminaire and Bracket Arm ( F& I ) EA 4 .0 0 1 Li L v p 9 w G s p 3 O d Five O LLA LS 1 SIGNAL SUB-TOTAL COST = R (• (' q . yu ROADWAY SUB-TOTAL COST 4034 127 . Z BRIDGE SUB-TOTAL COST = s'oo VqL . FORCE ACCOUNT= $40, 000 . 00 TOTAL osoa4oe4rL Y � 'T v � oT AL � . 0TtL `� 07f J � 00310- 10 F: PublicWorks\CapitalProjects\Oslo-43\BidProposal ADDENDUM #4 5. 01 - - Bidder shall complete the Work in accordance with the Contract Documents for the ' price (s ) contained in the Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any ' column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . ' B . The OWNER- -reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans . Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract ' without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . ' C . Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids , and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract ' and work may be lessor more than so estimated ; and , if so , no action for damages or for loss of profits shall accrue to the CONTRACTOR by reason thereof. D . Unit Prices have been computed in accordance with paragraph 11 . 03 . 8 of the General Conditions (and Supplementary Conditions if applicable ) . E . If Bidder believes that the cost of any item of the Work has not been established by the ' Bid Form , then Bidder shall include that cost in some other applicable bid item , so that Bidder' s proposal for the project reflects Bidder' s total price for completing the Work in ' its entirety. 6 . 01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14 . 07 . 13 of the General Conditions (and Supplementary ' Conditions if applicable ) on or before the dates or within the number of calendar days indicated in the Agreement. ' 6 . 02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the Agreement. ' 7 . 01 The following documents are attached to and made a condition of this Bid : A. Required Bid security in the form of , '� r, :I ? _(Z ,rlo ' B . Section 00450 - Sworn Statement Under Section 287 . 133 Florida Statutes , on Public Entity Crimes ; ' C . Section 00452 - Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships ; D . Section 00454 - Sworn Statement Under the Florida Trench Safety Act ; ' E . Section 00456 - General Information Required of Bidders ; F . Section 00458 - List of Subcontractors; and 00310- 11 ' 00310- Bid Form ra o. A.11n 1w L.A..A!`�-H..I 0...:.... .\/1.,. I9 ..1 e . .��. ..elH1..ITp M1nT ,111tH ILAC RITC\ G1.1 Fn•... rinn G . ( List other documents as pertinent) . ' 8 . 01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders , the General Conditions , and the Supplementary Conditions . 9 . 01 By signing this form , Bidder acknowledges that it has read and understood all information Contained herein . ' SUBMITTED on S 3 " �J20 State Contractor License No . ��- 0� Oo:27 02. (o If Bidder is : ' An Individual : Name (typed or printed ) : ' By: ( SEAL ) (Individual 's signature) Doing business as : Business address : Phone No . : FAX No . : A Partnership : Partnership Name : ( SEAL ) By: ' (Signature of general partner — attach evidence of authority to sign) Name (typed or printed ) : Business address : ' Phone No . : FAX No . : [The remainder of this page was left blank intentia ally] 00310- 12 00310- Bid Form A Corporation : Corporation Name: P, C� ( SEAL ) State of Incorporation : f�jorj% 01a Type ( Ge I B i ss , Pr fes ' na ice , Limited Liability) : Ca/4rAC4--oz By: (Signature — attach evidence of authority to sign) ' Name ed or printed ) : S r 1 (typed P ) 1 �' e.,J 4y-6u Title : 1 ( CORPORATE SEAL ) Attest (Signature o Corporate Secretary) Business address : P. C2 ,A3wrs 33 G . Y q I 1 0 lluz2le) At.JC, Phone No . 1124!s� q 31 g (D FAX No . : Date of Qualification to do business is 4el)D 1 9 1 G A Joint Venture : Joint Venture Name : ( SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) ' Name (typed or printed ) : Title : Business address : Phone No . : FAX No . : ' Joint Venture Name : ( SEAL) By: ' (Signature — attach evidence of authority to sign) Name (typed or printed ) : Title : Business address : ' Phone No . : FAX No . .- 00310-13 o . :00310-13 ' 00310- Bid Form can. .r.u- w....-.�.. .n-i o«.:..-._rr _i - • ter . .--. ._ .rn.rr.. crr rrria r. rrorou ' Phone and FAX Number, and Address for receipt of official communications : ! ' ( Each joint venturor must sign. The manner of signing for each individual , partnership , and corporation that is a party to the joint venture should be in the manner indicated above . ) ! * END OF SECTION i ! 1 i i 1 ' 00310- 14 00310- Bid Form a i SECTION 00430 BID BOND KNOW ALL MEN BY THESE PRESENTS , that we ( S10DER'S NAME) SHELTRA & SON CONSTRUCTION CO . , INC . as Principal , and GREAT AMERICAN INSURANCE COMPANY (SURETY'S NAME) a corporation duly organized under the Laws of the State of Florida as a Surety with its principal offices in. the City of - C . I NC I NNAT I , OH 10 . and authorized to do business in the State of Florida , are held and firmly bound unto INDIAN RIVER COUNTY (hereinafter called the OWNER) in the penal sum of F I VE PERCENT OF AMOUNT OF THE B I D Dollars ($ 5 % OF B I D ) , lawful money of the United States , amounting to 5 % of the total bid price , for the payment of which sum well and truly be made , we bind ourselves , our heirs , executors , administrators , and successors , jointly and severally, firmly by these presents . Whereas said Principal is herewith submitting a Bid dated JUNE 4 120 03 , for the construction of: Project Name : Oslo Road and 43 `d Avenue Intersection Improvements County Project Number 9327 Project Address , The project is located at the Intersection of Oslo Road & 43d Avenue Project Description : Replacement of bridge and construction of widening &signalization NOW THEREFORE , the condition of the above obiigaf on is such that if the Principal does not withdraw said Bid within the period of time set forth in the Bid Documents , and on or before the fifteenth day after the Notice of Award , the Principle enters into a written contract with the OWNER in accordance with the Bid as accepted , and if the Principal gives the required bonds with good and sufficient sureties for the faithful performance and proper fulfillment of such Contract and for the protection of laborers and suppliers , then this obligation shall be null and void . Otherwise , the Principal and Surety, jointly and severally, shall on or before the sixtieth day after request by the OWNER , pay to the OWNER in money, the difference between the amount specified in said Bid and the amount for which the OWNER may procure the required work if the latter amount is greater than the former, together with any expense and reasonable attorney fees , including appellate proceedings , incurred by the OWNER if suit is brought hereon , but in no event shall Surety's liability exceed the penal sum hereof plus such expenses and attorney's fees . IN WITNESS WHEREOF , the above-bound parties have executed this instrument under their several seals this 4TH day of JUNE , 24 03 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by s undersigned representative pursuant to authority of its governing body 5104101 BID BOND D43D - 1 ' F:lPubtic Works\Capltal Pralects10s10 - 43rd Avenua=NTRACT DOCUMENTS1Bid Bond.doc 1 r tx-xxsr�" 'xrrrrefr.Y•r. rror.xrrr Yrrrrrrw xrrssxsxlrrrrsrsrYxsxx*s1F** *1eW*rrrf } 4Y'1' ** . axelhxfxrxarxr.woxsxsxxYetrx*M 'Iwxr.r WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: r - Witness Name of Partnership r BY: Address Partner i Printed Name of Partner Witness (SEAL) Address rrrrrrsxrss:sssx-rrrsssssssryrssysrssrs*frr * r •wrssssxs**1rf Irrrrrsrrrssrrrxsrx:tx:xxssrx:rx.rx*� 1rM. 4i•irrrrxrsxytxssxs+r+rxF WHEN THE PRINCIPAL IS A CORPORATION : Atte SHELTRA & SON CONSTRUCTION CO . INC . r " Secretary Name o _ o ra ' n - , BY: r (Affix Corporate SEAL) 101 fl Shed +r6i�-- r Printed Name Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL I t � � ` certify at I am the Secretary of the corporation named as Principal in the within bond ; th �-�r�+- who signed the said bond on behalf of the ' Principal was then of said corporation : that I know his signature , and his signature thereto is genuine ; and that said Bond was duly signed , sealed and attested forand on behalf of Said corporation by auth ty of Its go eming body. 1 Secretary ( SEAL) ' 5104/01 BID BOND 0430 -: F :\Public WorksACapital Projeoisloslo - 43rd AvenuelCONTRACT DOCUMENTSTld Bond. doc i 1 TO BE EXECUTED BY CORPORATE SURETY: AL t? t GREAT AMERICAN INSURANCE COMPANY S cretary nda D i l Ion Corporate Surety 580 WALNUT STREET CINCINNATI , OHIO 45202 Business Address AOP rant ; , T . Rear on , Attorney - in - Fact (Affix Corporate SEAL ) DML Attorney-In-Fact & 7 Res ! dent Florida Agent Francis T . O ' Reardon JOHNSON & COMPANY Name of Local Agency 839 N . MAGNOLIA AVENUE , ORLANDO , FL 32803 Business Address STATE OF FLORIDA COUNTY OF "MWRNER ORANGE Before me , a Notary Public, duly commissioned , qualified and acting , personally appeared Francis T . O ' Reardon , to me well kn �wn , who being by me first duly swam upon oath , says reat merican Murance he i the . attorney-in -fact for the � „ � Ilra � � P rmmpaa�, and that he has been authorized by '� r � ompany olo" to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and swom to before me this 4TH day of JUNE , 20 0 ' Notary Public, State of Florl a Pamela P . Smith My Commission Expires : JULY 21 , 2005 - Pamela P. Smith e. M= Y COMMISSION # DD010949 EXPIRES : 0a July 11 , 2005 rPf� � '`` BONDED THRU TROY FAIN INSURA+C& W6C ' rrzzrzrr** *z***7MkWYyM'r.Y ► Yrr.►rrzrrrrzzz* * * hwyrrrzzzrrr** rrdoor rrrzzrzrzrrrzr* *******Yrr * r�•rrr.rrrrzrrz**#WWYrrrrzrrr 5104109 BID BOND 0430 -4 ' FAPublic WorkslCaplial Prole =lOslo - 43rd AvenuelCONTRACT DOCUMENTSIBId Bond. doc I ' Any clams under this bond shall be addressed to : Name and address of Surety: GREAT AMERICAN INSURANCE COMPANY 58o WALNUT STREET CINCINNATI , OHIO 45202 Name and address of agent or representative in Florida if different from above : JOHNSON & COMPANY 839 N . MAGNOLIA AVENUE ' ORLANDO , FL 32803 Telephone number of Surety and ' agent or representative in Florida ; 40( 7 ) 843 _ 1120 * * END OF SECTION 5/04/ 01 BID BOND 00430- 5 . F :\Publlc WorfcslGapital Projectsl0slo - 43rd Avonuc\CONTRACT DOCUMENTSZid 5ond .doc GREAT AMERICAN INSURANCE COMPAN " Administrative Office : 580 WALNUT STREET • CINCINNATI , OHIO 45202 • 513-389-5000 • FAX 513-723-2740 The number of persons authorized by ' this power of attorney is not more than FOUR No. O 17617 — 126 POWER OF ATTORNEY KNOW ALL HIEN BY THESE PRESENTS : That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under ' and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney all -in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any-arid bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TODD L. JOHNSON ALL OF ALL FRANCIS T. O'REARDON ORLANDO , FLORIDA UNLIMITED JOANN H. BEBOUT PAMELA P. SMITH This Power of Attorney revokes all previous powers issued in behalf of the attomey(s )-in-fact famed above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 4TH day of OCTOBER q 2002 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 4TH day of OCTOBER, 2002 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company. and that he signed his name thereto by like authority. This Power of Attornev is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I , 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Oce Presidents, or any one of them, be and hereby is ' authorized, from time to time. to appoint one or more Attornevs4n -Fact to crecute on behalf of the Company, as surerx any and all bonds. undertakings grid contracts of surenyship, or other written obligations in the nature thereof: to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secreta7y of the Company may be mired by facsimile to any power of attorney or certificate of either givm for the execution of any bond rniderraking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being her,, ' v adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed ' CERTIFICATION 1, RONALD C. HAYES , Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the ' Resolutions of the Board of Directors of March 1 , 1993 have not been revoked and are now in full force and effect. Signed and sealed this 4TH day of JUNE 2003 S 1029T ( 11/01 ) SECTION 00450 — PUBLIC ENTITY CRIMES AFFIDAVIT SWORN STATEMENT UNDER SECTION 287 . 133 , FLORIDA STATUTES , ON PUBLIC ENTITY CRIMES ' THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . I . This sworn statement is submitted with Project No . 9327 for Oslo Road and 43rd Avenue Intersection Improvements , 2 . This sworn statement is submitted by he, *d ' whose business address is �q�e and ( if applicable ) its Federa Identification No . ( FE IN ) is c59 . If entity has no FEIN , include the Social Security Number of the individual signing this sworn statement : 3 . My name ise,�R & L) kq9L , and my relationship to the entity named above is 4 . 1 understand that a " public entity crime" as defined in Paragraph 287 . 133 ( 1 ) ( g ) , Florida Statutes , means a violation of any state or federal law by a person with respect to , and directly related to , the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States , including , but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust , fraud , theft , bribery , collusion , racketeering , conspiracy or material misrepresentations . 5 . 1 understand that " convicted " or " conviction " as defined in Paragraph 287 . 133 ( I ) ( b ) , Florida Statutes , means a finding of guilt or a conviction of a public entity crime , with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I , 1989 , as a result of a jury verdict , non -jury trial , or entry of ' a plea of guilty or nolo contendere . 6 . 1 understand that an " affiliate " as defined in Paragraph 287 ..1.33 ( I ) ( a ) , Florida Statutes , means : a . A predecessor or successor of a person convicted of a public entity crime ; or b . An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime . The term " affiliate " includes those officers , directors , executives , partners , shareholders , employees , members and agents who are active in the management of an affiliate . The .Ownership by one person of shares constituting a controlling interest in another person , or a pooling of equipment or income among persons when not for fair market value under an arm ' s length agreement, shall be a prima facie case that one person controls another person . A person who knowingly enters into a joint venture vvi h a pel :toon who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate . 7 . 1 understand that a " person " as defined in Paragraph 287 . 133 ( I ) ( e ) , Florida Statutes , means any natural person or entity organized under the laws of any state of the United States with the ' legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity . The term " person " includes those officers , directors , executives , partners , shareholders , employees , members and agents who are active in management of an entity . Public Entity Crimes Affidavit 00450 - 1 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Public Entity Crimes Affidevit.doc Rev. 05101 8 . Based on information and belief, the statement which I have marked below is true in relation to, he the entity submitting this sworn statement . ( Please indicate which statement applies ) `� Neither the entity submitting this sworn statement , nor any officers , directors , executives , partners , shareholders , employees , members or agents who are active in management of the entity , nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July I , 1989 . The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members or agents who are active in management of the entity , or an affiliate of the entity has been charged with , and convicted of, ' a public entity crime subsequent to July I , 1989 , and ( Please indicate which additional statement applies ) ' There has been a proceeding concerning the conviction before a hearing officer of the State of Florida , Division of Administrative Hearings . The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list . ( Please attach a copy of the final order) ' The person or affiliate was placed on the convicted vendor list . There has been a subsequent proceeding before a hearing officer of the State of Florida , Division of Administrative Hearings . The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list . ( Please attach a copy of the final order) ' The person or affiliate has not been placed on the convicted vendor list . ( Please describe any ac ion t en by , or pe ing ith , the Department of General Services ) c Signature : Date : STATE OF �- Q COUNTY OF ' n Personally appeared before me , the undersigned authority , R i CII kSh�l who after first being sworn by m , affixed his/her signature in the space provided above on this ►' CA day of , 20� ' ,`2 :1 :w'too, Alyso P. Comfort MY COMMISSION # CC909615 EXPIRES Notary ublic , State at large May ss, NINE ' %'iopf �� BONDED THRU TROY FAIN INSURANCE INC My Commission Expires : ' ' * END OF SECTION 00450 - 2 Public Entity Crimes Affidavit FAPublic Works\Capital ProjeclslOslo • 43rd Avenue\CONTRACT DOCUMENTS1Public Entity Crimes Affidavit. doc Rev. 05/01 SECTION 00452 — SWORN STATEMENT UNDER SECTION 105 . 08 , INDIAN RIVER COUNTY CODE , ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . This sworn statement is submitted with Bid , Proposal or Contract No . 9327 for Oslo Road and 43 `d Avenue Intersection Improvements This sworn statement is submitted by: S,hP. I nct4� aa �'oTnC (Name of entity submittin-g wom statement) VW whose business address is i r1 34qS1, and ( if applicable ) its Federal Employer Identification Number ( FEIN ) is . -- I ( g q 2 °l89 ( If the entity has no FEIN , include the Social Security Number of the individual signing this sworn statement ) ' 2 . My name is 1 ( Please print name dividualsig ing ) and my relationship to the entity named above is i 3 . 1 understand that an "affiliate " as defined in Section 105 . 08 , Indian River County Code , ' means : The term "affiliate " includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active inthe management of the entity. 1 4 . 1 understand that the relationship with a County Commissioner or County employee that must be disclosed is as follows: ' Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in - law, daughter-in-law, son-in-law, brother-in -law, sister-in -law, ' stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent or grandchild. 5 . Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Please indicate which statement appliess j V Neither the entity submitting this sworn statement , nor any officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity, have any relationships as defined in Section 105 . 08 , Indian River County Code , with any County Commisoloner or County employee . The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee : Disclosure of Relationships ' 00452 - 1 FAPublic Works\Capital Projects\0slo . 43rd Avenue\CONTRACT DOCUMENTS\Disdosure of Relalionships.doc Rev . 05/01 Name of Affiliate Name of County Relationship or Entity Commissioner or employee 2 . 3 . 1 4 5 . 6 . 1 8 . 1 ( signature ) ( date ) 1 STATE OF 'f'! 0 ri pla COUNTY OF 1 Personally appeared before me , the undersigned authority , P� � C w o a er first beina sworn by me , ffixed his/her si nature in the space provided above on this day of 120 � " Alysa C. Comfort MY COMMISSION # CC909615 EXPIRES May 26, 2004 1 'p IF BONDED THRU TROY FAIN INSURANCZ INC Notary Public , State at large , My Commission Expires : 1 * * END OF SECTION 1 1 1 1 1 Disclosure of Relationships 00452 - 2 FAIDuhlic Works\Capital Projects\Oslo • 43rd Avenue\CONTRACT DOCUMENTS\Disclosure of Relationships.doc Rev. 05/01 SECTION 00454 - SWORN STATEMENT UNDER THE FLORIDA TRENCH SAFETY ACT THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE i FOR THE EXCAVATION WORK ( " BIDDER ") , OR ITS AUTHORIZED REPRESENTATIVE , IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ' ADMINISTER OATHS . 1 . This Sworn Statement is submitted with Project No . 9327 for Oslo Road and 43rd Avenue Intersection Improvements 2 . This Sworn Statement is submitted by . (Legal Name of Entity Submitting Sworn Statement) he einafter " BIDDER . The BIDDER ' s address is � BIDDER ' s Federal Employer Identification Number ( FEIN ) is 3 . My oame is . C ( � 4Ta7 and my relationship to the BIDDER (Print Na a of Individual Signing ) ' IS (Position or Title ) I certify , through my signature at the end of this Sworn Statement , that I am an authorized representative of the BIDDER . 4 . The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act , Section 553 . 60 et . seg . Florida Statutes and ' refer to the applicable Florida Statue ( s ) and /or OSHA Regulation ( s ) and include the " effective date " in the citation (s ) . Reference to and compliance with the applicable Florida Statute(s ) and OSHA Regulation ( s ) is the complete and sole responsibility of the BIDDER . Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER ' s compliance with the Trench Safety Standards , 5 , The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards and agrees to indemnify , defend and hold harmless the OWNER and ENGINEER, and any of their agents or employees , from any claims arising from the ' failure of the BIDDER to identify applicable standards or to comply with said standards . As specific consideration for the indemnification above , the OWNER agrees to give the BIDDER twenty-five dollars ( $ 25 . 00 ) , which the OWNER agrees is paid on behalf of all ' parties indemnified hereinabove . 6 . The BIDDER has allocated and included in its bid the total amount of $ 4 0660,06" based on the linear feet of trench to be excavated over five ( 5 ) feet deep , for compliance with the applicable Trench Safety Standards , and intends to comply with said standards by instituting the following specific method ( s ) of compliance on this Project : The determination of the appropriate method ( s ) of compliance is the complete and sole ' responsibility of the BIDDER . Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness , or any other purpose . The OWNER and Florida Trench Safety Act 00454 - 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Florida Trench Safety Act. doc Rev. 05/01 ENGINEER shall have no responsibility to review or check the BIDDER ' s compliance ' with the Trench Safety Standards . 7 . The BIDDER has allocated and included in its bid the total amount of $ l Ague ' based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method ( s ) of compliance on this Project : The determination of the appropriate method ( s ) of compliance is the complete and sole ' responsibility of the BIDDER , Such methods will not be checked by the OWNER or ENGINEER for accuracy , completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER ' s compliance ' with the Trench Safety Standards . 8 , The BIDDER , In submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that , ' based on such information and the BIDDER ' s own information , the BIDDER has sufficient knowledge of the Project' s surface and subsurface site conditions and characteristics to assure BIDDER Is compliance with the applicable Trench Safety ' Standards in designing the trench safety system ( s ) for the Project . BIDDER : %S By : ' Position or Title P 1 r -2/Yi .Date : STATE OF COUNTY OF Personally appeared before me , the undersigned authority , .\) -J,\�4 aezjinew,I-i who af er first bein sworn by e , affixed his/her si nature in the space provided above on this day of , 20 . Alyso A Comfort cif`/ t `�Y• Pue ' MY COMMISSION # CC909615 EXPIRES ' May 26, 2004 Nota blic , State at large _ � ,'�` Notary g Pfn �df' BONDED THRU TROY FAIN INSURANCE. INC My Commission Expires : ' * * END OF SECTION ' Florida Trench Safety Act 00454 - 2 FAPublic Works\Capital Projects\Oslo • 43rd Avenue\CONTRACT DOCUMENTS\Florida Trench Safely Act.doc Rev . 05101 SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS , UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy ' of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder . Attach additional sheets as req ui red . ' Documentation Submitted with Project No : 9327 ' Project Name : Oslo Road and 43 `d Avenue Intersection Improvements 1 . E dder' s Name [ Address : 1 2 . Bidder's Telephone & FAX Numbers : '� 02 - 3 A[ oo a - � z ' 3 . Licensing P and Corporate Status : a . Is Contractor License current? ' b . Bidder' s Contractor License No : C=-s5 Attach a copy of Contractor' s License to the bid] c . Attach documentation from the State of Florida Division of Corporations that 1 indicates the business entity' s status is active and that lists the names and titles of all officers ., . ' 4 . Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract : 5 . What is the last project OF THIS NATURE that the firm has completed ? ' 6 . Has the firm ever failed to complete work awarded to you ? . (Z [ If your answer is "yes , then attach a separate page to this questionnaire that explains ' the circumstances and list the project name , Owner , and the Owner' s telephone number for each project in which the firm failed to complete the work . ] ' T Has the firm ever been assessed li l ! ic+ ated damages ? [If your answer is "yes , then attach a separate page to this questionnaire that explains ' the circumstances and list the project name , Owner , and the Owner' s telephone number for each project in which liquidated damages have been assessed . ] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations ? [ If your answer is "yes , then attach a separate page to this questionnaire that explains ' the circumstances and list the project name , , Owner, and the Owner' s telephone number for each project in which OSHA violations were alleged . ] ' Qualifications Questionnaire 00456 - 7 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Qualifications Questionnaire .doc Rev. 05/01 9 . Has, the firm ever been charged with noncompliance of any public policy or rules ? ' [ If your answer is " yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner , and the Owner' s telephone number for each project . ] ' 10 . Attach to this questionnaire , a notarized financial statemnt an otArnformation thatdocuments the firm ' s financial strength and history . :1 � � iC.19 i j �f , 11 . Has the firm ever defaulted on any of its projects ? �0 _ [ If your answer is "yes , then attach a separate page to this questionnaire that explains ' the circumstances and list the project name , Owner , and the Owner ' s telephone number for each project in which a default occurred . ] ' 12 . Attach a separate page to this questionnaire that summarizes the firm ' s current workload and that demonstrates its ability to meet the project schedule . 13 . Name of person who inspected the site of the proposed work for the firm : Name . Dl \r -k 0i eifn Date of Inspections : ' 14 . Name of on -site Project Foreman . ' Number of years of experience with similar projects as a Project Foreman : 15 . Name of Project Manager: ' Number of years of experience with similar projects as a Project Manager : 16 . What is the firm ' s bonding capacity?mayC) C , Con r C ' [The remainder of this page was left blank intentionally] ' Qualifications Questionnaire 00456 - z FAPublic WorkslCapital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Qualificalions Questionnaire .doc Rev. 05/01 Sheltra & Son Construction Co . , Inc . January 31 , 2003 Item 4 - Accounts Receivable from Uncompleted Contracts Amount of Amount Amount Retainage Exclusive of ' Designation of Contract Contract Earned Received Amount Retainage ' City of Pon St . Lllc : c 121 SE Port St . Lucie Blvd . Port St. Lucie , FL 34984 - 5099 S 41928 , 645 $ 4 , 470 , 491 S41410 , 219 S 571121 S 31131 tDickerson , Florida , Inc . P , O . Drawer 719 Stuart , FL 34995 S 622 , 303 S 309 , 546 S 118 , 980 S 301955 S 1591602 The Morganti Group ' 1800 Austrailian Ave . , Ste 302 West Palm Beach , FL 33409 S 216392484 S 11017 , 700 S - S 92 , 370 S 9251330 Smith & Co . 2400 S . E . Federal Hwy , Suite 220 Stuart , FL 34994 S 3 , 744 , 077 S 23522 , 863 S 11983 , 570 S 252 . 286 S 257 ; 007 ' St . Lucie County 2300 Virginia Ave . Fort Pierce , FL 34982 S 2361335 S 148 , 353 S - 5 141745 S 133 , 603 ' Loxahatchee River District 2500 Jupiter Park Drive Jupiter , FL 33458 - 8964 S 11491 , 789 S 2447817 S 119 , 995 S 24 , 482 S 100 . 340 Suntree Partners ' 7640 N . Wickham Road Melbourne , FL 32940 S 6361295 S 577 , 820 S 346 , 179 S 573782 S 1731859 . S 14 , 298 , 928 3 91291 , 590 $ 619783972 $ 5291741 S 11752 , 877 [NOTE : If requested by the County, the Bidder shall famish references , and other information , ' sufficiently comprehensive to permit an appraisal of its abilities as a co for By, ( Signature ) Q ` ( Position or Title ) ' ( Date ) * * END OF SECTION ' Qualifications Questionnaire 00456 -4 F;\Public Works\Capital Projects\Oslo • 43rd Avenue\CONTRACT OOCUMENTS\Qualifications Questionnaire .doc Rev. 05/01 SECTION 00458 - LIST OF SUBCONTRACTORS The Bidder SHALL list below the name and address of each Subcontractor who will perform ' work under this Contract in excess of one- half percent of the total --bid price , and shall also list the portion of the work which will be done by such Subcontractor . After the opening of Bids , changes or substitutions will not be allowed unless approved by the OWNER after a request for such a change has been submitted in writing by the CONTRACTOR , which shall include reasons for such request . Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No . 9327 for Oslo Road and 43rd Avenue Intersection Improvement: Work to be Performed Subcontractor' s Name/Address 1 . Asphalt Community Asphalt Corporation ' 5100 29thCourt , Vero Beach , Florida 32960 2 . Signalization Signal Group , Inc. , 33 Commerce Way Jupiter, Florida 33458 3 , Guardrail Florida Guardrail Inc. 1200 Skees Road West Palm Beach , Florida 33411 ' 4 . Striping United Rentals , 208 Commerce Way Jupiter, Florida 33458 ' 5 . 61 7 . 8 • 9 10 . ' 11 . 12 . ' 13 . ' 14 . Note : Attach additional sheets if required . * * END OF SECTION List of Subcontractors 00458 - 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\List of Subcontractors.doc Rev. 05101 # 'v 4 5 9 1 9 5 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ# L020617011 ! The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS . date : AUG 31 , 2004 , . Expiration 1 TAYLOR , MATTHEW BELLOWS SHELTRA & SON CONST CO INC 14911 SW VAN BURAN AVE P 0 BOX 336 INDIANTOWN FL 34956 ! JEB BUSH KIM BINKLEY - SEYER GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY i 1 1 1 i 1 1 1 1 1 CONTRACT FORMS SECTION 00520 - AGREEMENT . . . . . . . . . . . . 1 . . . . . .4. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . ARTICLE 1 - WORK . 1 ARTICLE 2 m THE PROJECT1 " , 110 , 11 , 1111111111011110101 . . . . . . . . . . . . . . . . . . . . . . . . . : . 1 ' ARTICLE 3 — ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - CONTRACT TIMES 1 ARTICLE 5 w CONTRACT PRICE . . . . . . : . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' ARTICLE 6 = PAYMENT PROCEDURES . . . . . . . , . , . . " , . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 7 - INDEMNIFICATION : . . . . . . . . . . . . . . . : . . . . . . . . . . . 3 ARTICLE 8 an CONTRACTOR' S REPRESENTATIONS ' . . . 11114111119161 ploollowelooll 3 ARTICLE 9 - CONTRACT DOCUMENTStoo. . . : . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . • 4 ARTICLE 10 - MISCELLANEOUS ' . . . , , . . . , ' , , , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : 5 R SECTION 00610 — PERFORMANCE BOND SECTION 00612 — PAYMENT BOND SECTION 00620 - SAMPLE CERTIFICATE OF INSURANCE [T]M REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] S i 00520 - Agreement ' 00520 - i FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00520 - Agreement. doc SECTION 00520 - AGREEMENT ' TABLE OF CONTENTS Title Page ARTICLE1 - WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE2 — THE PROJECT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 i ARTICLE 3 — ENGINEER . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 ARTICLE 4 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 — CONTRACT PRICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 6 — PAYMENT PROCEDURES . . . . . . , I ' s 3 ARTICLE 7 — INDEMNIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ' ARTICLE 8 — CONTRACTOR' S REPRESENTATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 9 — CONTRACT DOCUMENTS . . . . . . " . , ' , , . . . . . . . . . . . . . . . . 5 ARTICLE 10 — MISCELLANEOUS . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . 7 ]THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] Agreement (Public_ Works) ' 00520 - 1 F:\Public Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTS\Agreement (Public Works).doc Rev. 05/01 r SECTION 00520 - AGREEMENT 1 THIS AGREEMENT is by and between INDIAN RIVER COUNTY , a Political Subdivision of the r State of Florida organized and existing under the Laws of the State of Florida , ( hereinafter called OWNER) and Sheltra & Son Construction Company, Inc . , 14911 SW VanBuren Ave . , Indiantown , FL 34956 (hereinafter called CONTRACTOR) . ' OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth., agree as follows : ' ARTICLE 1 = WORK 1 . 01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents . The Work is generally described as follows : Replacement of brid a and construction of widening and si nalization ARTICLE 2 = THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : Oslo Road and 43`d Avenue Intersection Improvements County Project Number: 9327 Project Address : Intersection of Oslo Road and 43 `d Avenue ARTICLE 3 — ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative , assume all duties and responsibilities , and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents . ' ARTICLE 4 = CONTRACT TIMES 4 . 01 Time of the Essence ' A. All time limits for Milestones , if any , Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract . 1 1 1 Agreement (Public Works ) ' 00520 - 2 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWgreement (Public Works).doc Rev. 05101 4 . 02 Days to Achieve Substantial Completion and Final Payment ' A . The Work will be substantially completed on or before the 180th day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions (and Supplementary Conditions if applicable ) , and completed and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions (and Supplementary Conditions if applicable ) on or before the 210th day after the date when the Contract Times commence to run . 4 .03 Liquidation Damages q 9 A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with ' Article 12 of the General Conditions (and Supplementary Conditions if applicable ) . The parties also recognize the delays , expense , and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay ( but not as a penalty) , CONTRACTOR shall pay OWNER $500 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantially complete . After Substantial Completion , if CONTRACTOR shall neglect, refuse , or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER , ' CONTRACTOR shall pay OWNER $300 . 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 = CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 .A and summarized in paragraph 5 . 01 . 13 , below: A. For all Work , at the prices stated in CONTRACTOR's Bid , attached hereto as an exhibit. B . THE CONTRACT SUM subject to additions and deductions provided in the Contract: : Numerical Amount: $2 , 347 , 748 . 75 ' Written Amount: Two Million , Three Hundred Forty-Seven Thousand , Seven Hundred Forty Eight Dollars and Seventy- Five Cents ' ARTICLE 6 - PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments ' A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions (and Supplementary Conditions if applicable ) . Applications for Payment will be processed by ENGINEER as provided in the General Conditions (and ' Supplementary Conditions if applicable ) . Agreement (Public Works ) 00520 - 3 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Agreement (Public Works).doc Rev. 05101 6 . 02 Progress Payments; Retainage ' A. OWNER shall make progress payments on account of the Contract Price on the basis_ of CONTRACTOR's Applications for Payment at intervals not less than once each month during performance of the Work as provided in paragraph 6 . 02 .A. 1 below. All such payments will be measured by the schedule of values established in paragraph 2. 07 .A of the General Conditions (and Supplementary Conditions if applicable ) (and in the case of ' Unit Price Work based on the number of units completed ) or, in the event there is no schedule of values , as provided in the General Requirements : r 1 . Progress payments will be made in an amount equal to the percentage indicated below but, in each case , less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold , in accordance with paragraph 14 . 02 of the General Conditions (and Supplementary Conditions if ' applicable ) : a . Ninety percent (90% ) of Work completed (with the balance being retainage) ; and rb . Eighty percent (80% ) of cost of materials and equipment not incorporated in the Work but stored on the Project site (with the balance being retainage ) . ' 6 . 03 Final Payment A. Upon final completion and acceptance of the Work in accordance with _paragraph 14 . 07 of ' the General Conditions (and Supplementary Conditions if applicable ) , OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said ' paragraph 14 . 07. ARTICLE - INDEMNIFICATION ' 7 . 01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6. 20 (Indemnification) of the General Conditions (and Supplementary Conditions if applicable ) to the Construction Contract, ARTICLE 8 = CONTRACTOR' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . r B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost, progress , and performance of the Work. rC . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost, progress , and performance of the Work. 1 r - Agreement (Public_ Works) r 00520 - 4 FAPublic Works\Capital Projects\Oslo - 43rd Avenue%CONTRACT DOCUMENTS\Agreement (Public Works).doc Rev. 05101 D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities ) which have been identified in the Supplementary ' Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . ' E . CONTRACTOR has obtained and careful ) studied or assumes responsibility for having Y ( P tY 9 done so) all examinations , investigations , explorations , tests , studies , and data concerning ' conditions (surface , subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR, including applying the speck means , methods , techniques , sequences , and procedures of construction , if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and ' programs incident thereto F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents . G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . ' H . CONTRACTOR has correlated the information known to CONTRACTOR, information and observations . obtained from visits to the Site , reports and drawings identified in the Contract Documents , and all additional examinations , investigations , explorations , tests , ' studies , and data with the Contract Documents , I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or ' discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ' J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 = CONTRACT DOCUMENTS 9 . 01 Contents A. The Contract Documents consist of the follcv-::ng : 1 . This Agreement (pages 00520- 1 to 00520-9 , inclusive ) ; 2 . Section 00610 - Performance Bond (pages 00610- 1 to 00610-5 , inclusive) ; ' 3 . Section 00612 - Payment Bond (pages 00612- 1 to 00612-5 , inclusive ) ; 4 . Section 00700 - General Conditions (pages 00700- 1 to 0070045 , inclusive ) ; 5 . Section 00800 - Supplementary Conditions (pages 00800- 1 to 00800- 13 inclusive ) ; Agreement (Public Works) 00520 - 5 F:1Public Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTSWgreemenl (Public Works).doc Rev. 05101 6 . Specifications as listed in the Table of Contents of the Project Manual ; ' 7 . Drawings : a . Drawings titled Oslo Road and 43`d Avenue Intersection Improvement Plans ' consisting of sheets numbered 1 through 44, and S- 1 through S-2 , inclusive . b . Drawings titled Structures Plans of Proposed Oslo Road and 43`d Avenue ' Improvement Plans consisting of Sheets numbered A- 1 through A- 15 , 13- 1 through B- 18 and AS- 1 , inclusive ' 8 . Addenda ( numbers 1 to 5 ., inclusive ) ; 9 . Exhibits to this Agreement (enumerated as follows ) : ' a . Section 00550 - Notice to Proceed (page 00500- 1 ) ; ' b . Section 00310 - Bid Form (CONTRACTOR's Bid ) ( pages 00310- 1 to 00310- 13 , inclusive ) ; c. Section 00450 — Sworn Statement Under Section 287 . 133 , Florida Statutes , on Public Entity Crimes (pages 00450- 1 to 00450-2 , inclusive ) ; ' d . Section 00452 - Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships (pages 00452- 1 to 00452-2 , inclusive ) ; e . Section 00454 - Sworn Statement Under the Florida Trench Safety Act (pages ' 00454- 1 to 00454-2 , inclusive) ; f. Section 00456 — Qualifications Questionnaire (page 00456- 1 to 00456-4 , inclusive . ' g . Section 00458 — List of Subcontractors (page 00458- 1 ) ; ' h . Section 00632 — Contractor's Final Certification of the Work (pages 00632) . i . Section 00634 — Professional Surveyor and Mapper's Certification as to Elevations ' and Locations of the Work ( page 00634- 1 ) ; 10 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a . Written Amendments ; ' b . Work Change Directives ; ' c. Change Order(s ) . Agreement (Public Works) ' 00520 - 6 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Agreement (Public Works).doc Rev. 05101 B . The documents listed in paragraph 9 . 01 .A are attached to this Agreement (except as ' expressly noted otherwise above) . C . There are no Contract Documents other than those listed above in this Article 9 . ' D . The Contract Documents may only be amended , modified , or supplemented as provided in paragraph 3 . 04 of the General Conditions (and Supplementary Conditions if applicable ) . ' ARTICLE 10 - MISCELLANEOUS 10 . 01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions (and Supplementary Conditions if applicable ) . 10 . 02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys ' that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents , 10 . 03 Successors and Assigns ' A. OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other party hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the ' Contract Documents , 10 . 04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall ' continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the ' intention of the stricken provision . 10 . 05 Venue ' A. This Contract shall be governed by the laws of the State o;` 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 . Agreement (Public Works) ' 00520 - 7 F:\Public Works\Capital Projects\Oslo • 43rd Avenue\CONTRACT DOCUMENTSWgreement (Public Works).doc Rev. 05/01 IN WITNESS WHEREOF , OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered to OWNER and CONTRACTOR. All portions ' of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective onZ 2003 (the date the Contract is approved by the Indian River County Board of County Commissioners , which is the Effective Date of the Agreement) . OWNER: CONTRACTOR, INDIAN RIVRR COUNTY S ht - i Ira, on Las By. By. Kenneth . Ma t, Chairman (Contractor) B (CORPORAT SEAL) James E . ChanaeooF, County Administrator Attest . ' APPROVED AS TO FORM 1441P 1.& G By: 4Gollins ,4, William I , sq . , County Attorney A d essr giving notices : ' Jeffrey K. Barton , Clerk of Court I C1 n g , .3 Aft t: License No . Deputy C e k (Where applicable ) (SEAL) ' Agent for service of process : Designated Representative : ' Name : Terry B . Thompson , P. E. Designate Representative , Title : Capital Manager Name : 1840 25th Street Title : ' Vero Beach , Florida 32960 Add xess : (772 ) 567-8000 , ext. 1282 & Facsimile : (772 ) 978- 1806 Q Phone : ( �S Z:)' Indian River cnunty Approvod © te Facsimile : ) I 0�1 _ - — Ll 01. Administration ( If CONTRACTOR is a corporation or a Budget I partnership , attach evidence of authority to sign . ) Co . Attorney * * END OF SECTION Risk Management io o5 ' Department Divi o Agreement (Public_ Works) ' 00520 - 8 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWgreement (Public Works).doc Rev. 05/01 1 SECTION 00610 = PERFORMANCE BOND 1 KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we SHELTRA SON CONSTRUCTION CO . INC . 1 911 SW VAN BUREN AVENUE ' ND I ANTOWN , FL 34956 772 597 - 3180 , as Principal (Contractor) , (Insert name principal business address , and telephone number of Principal/Contractor) and GREAT AMERICAN INSURANCE COMPANY —580 WALNUT REST ' CINCINNATI , OHIO 45202 ( 513 ) 369w5000 , a corporation , as Surety , (insert name, principal business address: and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street , Vero Beach , ' Florida 32950 , 1�y5y��6�1 =56 -800 1 . { R in the sum of •tIL1NDM I' �� y FI D94 /� OQ �_ 0 UR TliousArm sxx Dollars ($ 2 ; 9347685 . 94 ) amounting to 1256/6 of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated time day of , 20_ , entered into between the Principal and the County of Indian River, for: Bond Number, 4075158 Project Name : Oslo Road and 43ro Avenue Intersection Improvements County Project Number 9327 Project Address : The proiect is located at the intersection of Oslo Road and 43 `d Avenue Project Description . Replacement of bridge and construction of intersection widening ' and simalization . A copy of said Contract is Incorporated herein by reference and is made a part hereof as if fully copied herein . Florida Statutes Section 255 . 05 (2002 ) , as amended from .time to time , together with all notice -and time provisions contained therein , is incorporated herein in its entirety by this reference .. NOW, THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations ' thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and save harmless the County of Indian R^:e • against and from all ' expenses , damages , injury or conduct, want of care of skill , negligence or default, including patent infringement on the part of the Principal , his agents or employees , in the execution or performance of said Contract, including errors in the Drawings fumished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used ' directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract , 5/04/01 PERFORMANCE BOND 00612 - 1 ' F:\Public Works\Capital Projects\Oslo • 43rd Avenve\CONTRACT DOCUMENTS\Pedormance Bond..doc SECTION 00610 - PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we SHELTRA & SON CONSTRUCTION CO . INC . 1 911 SW VAN BUREN AVENUE 1 ND i ANTOWN cl Z Q5 777 c97 - 118n p Drinnir I ' Co n+nr\ ' V v • i , J ./ v % / / � / J J v , as 1 f 11 Il,lp I ICo l lracto, o , ( Insert name , principal business address , and telephone number of Principal/Contractor) and ' GREAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET CINCINNATI , OHIO 45202 ( 513 ) 369 - 5000 , a corporation , as Surety, ' (Insert name , principal business address , and telephone number of Surety) . are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street, Vero Beach , Florida 32960 , .561 -567-8000iNRDDRy TUADREDFORAY _ SEVENTHOUSANDSEVENin the sum of HiDFMILLION FirHmn r - - Dollars ( 2 , 347 , 748 . 75 ) , amounting to 125 % of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain ' written Contract, dated the day of , 20_, entered into between the Principal and the County of Indian River, for: Bond Number. 4075158 Project Name : Oslo Road and 43 `d Avenue Intersection Improvements County Project Number 9327 Project Address : The project is located at the intersection of Oslo Road and 43 `� Avenue Project Description : Replacement of bridge and construction of intersection widening and signalization . ' A copy of said Contract is Incorporated herein by reference and is made a part hereof as if fully copied herein . Florida Statutes Section 255 . 05 (2002 ) , as amended from time to time , together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . ' NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and save harmless the County of Indian R;:.&= r against and from all expenses , damages , injury or conduct , want of care of skill , negligence or default , including patent infringement on the part of the Principal , his agents or employees , in the execution or performance ' of said Contract, including errors in the Drawings fumished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, ' 5/04/01 PERFORMANCE BOND 00612 - 1, FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRAGT DOCUMENTS\Performance Bond . doc ' then this obligation shall be null and void ; otherwise , the Principal and Surety, jointly and severally, agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work, by contract or otherwise , and any damages , whether direct, indirect, or consequential , including reasonable attorney's fees (including appellate proceedings ) , which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. ' AND , the said Principal and Surety hereby further bind themselves , their successors , executors , administrators and assigns , iointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts , damages , costs and judgments which may be recovered against orwhich the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work , repair or maintenance thereof, or the manner of doing the same , or his agents or his servants , or the infringements of any patent rights by reason of the use of any material furnished or work done , as aforesaid or otherwise . iPrincipal and Surety expressly acknowledge that any and all provisions relating to liquidated damages contained in the Contract are expressly covered by and made a part of this Bond . Principal and Surety acknowledge that any such provisions lie within their obligations and within the ipolicy coverages and limitations of this Bond . AND , the said Surety, for value received , hereby stipulates and agrees that no change , extension of . time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same , shall in anyway affect its obligations on this Bond , and it does hereby waive notice of any such change , extension of time , alteration or addition to the terms of the Contract or to the Work or to the Specifications or Drawings . AND , the said Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River, IN WITNESS WHEREOF , . the above bound parties executed this instrument under their several seals , this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative , pursuant to authority of its governing body. [The remainder of this page was left blank intentionally] 5/04/01 PERFORMANCE BOND 00612-2 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc WHEN THE PRINCIPAL IS AN INDIVIDUAL : Signed , sealed , and delivered in the presence of: ' Witness Signature of Individual Address Printed Name of Individual Witness Address WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME : Signed , sealed and delivered in the presence of: Witness Name of Entity BY: Address Principal Printed Name of Principal Witness (SEAL) iAddress [The remainder of this page was left blank intentionally] ' 5/04/01 PERFORMANCE BON D 00612 - 3 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond . doc WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY. Address Partner ' Printed Name of . Partner Witness (SEAL) Address WHEN THE PRINCIPAL IS A CORPORATION : Attet: SHELTRA & SON CONSTRUCTION CO . , INC . Secretary Name of Corpor tion Y/Z4 BY: (Affix Corporate SEAL ) is rd h � I - Printed Name Pre.sRc� Oficial Title ^ CERTIFICATE AS TO CORPORATE PRINCIPAL certify th t I a the Secretary of the corporation named as Principal in the within bond ; th t ho signed the said bond on behalf of the Principal was then r of said corporation : that I know his signature , and his signature thereto is genuine ; and that said .Bond was duly signed , sealed and attested for and on behalf of Said corporation by authority of Its gov ping body. Secretary (SEAL) ' 5/04/01 PERFORMANCE BOND00612-4 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc TO BE EXECUTED BY CORPORATE SURETY: Attest: GREAT AMERICAN INSURANCE COMPANY ecretary Corporate Surety 580 WALNUT STREET , CINCINNATI , OHIO 45202 Business Address (Affix Corporate SEAL) �ttorney- In -Fact Francis T . O ' Reardon esi ent Florida Agent JOHNSON & COMPANY Name of Local Agency 839 N . MAGNOLIA AVENUE , ORLANDO , FL 32803 Business Address STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned , qualified and acting , personally appeared Francis T . O ' Reardon , to me well known , who being by me first duly sworn upon oath , says that he is the attorney-in -fact for the G rea t Ame r I can I n s u ram that he has been authorized by Great American Insurance ftBxecute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this 24thday of September , 20 0 Notary Public, State of Florida My Commission Expires : July 21 , 2005 ; ti;"I Pyro, Pamela P. Smith .: *_- MYCOMMISSION # DD010949 EXPIRES H: € 30/ 21 , 2005 xeNDPOTHRV TROY FAIN INOURANCk INC. 1 t 5/04/01 PERFORMANCE BOND 00612- 5 RIPublic Works\Capital Projects\Oslo - 43rd Avenue,CONTRACT DOCUMENMPerformance Bond .doc a ' Any claims under this bond shall be addressed to : Name and address of Surety: GREAT AMERICAN INSURANCE COMPANY ' 580 WALNUT STREET CINCINNATI OHIO I, .c .9n2 Name and address of agent or representative in Florida ' if different from above : JOHNSON & COMPANY 839 N . MAGNOLIA AVENUE ORLANDO , FL 32803 Telephone number of Surety and ( SURETY ) agent or representative in Florida : 5( 13 ) 369 - 5000 800 331 3379 ( AGENT ) * * END OF SECTION * i 1 5/04/01 PERFORMANCE BOND 00612 -6 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc i 1 GREAT AMERICAN INSURANCE COMPANY® Administrative Office : 580 WALNUT STREET • CINCINNATI , OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. O 17617 — 203 POWER OF AT'T'ORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the Slate of Ohio, does hereby nominate, constitute and appoint the person or persons named below its hue and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on anv such bond, undertaking or contract of suretvship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TODD L. JOHNSON ALL OF ALL FRANCIS T. O'REARDON ORLANDO, FLORIDA UNLIMITED ' JOANN H. BEBOUT PAMELA P. SMITH This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact famed above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 4TH day of OCTOBER 2002 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 4TH day of OCTOBER, 2002 before me personally appeared DOUGLAS R. BOVVEN, to me known. being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal :. that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated ,March 1 , 1993 . RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of then?, be and hereby is ...thorized, from time to time. to appoint one or more Attorneys-in -Fact to execute on behalf of the Company, as surety; any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of'their authority; and to revoke any such appointment at any time. RFSOLVFD FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be afftxed by facsimile to any power of attorney or certificate of either given for the execution of anv bond undertaking, contract or suretyship, or other written obligation in the nature thereof; such signature and seal when so used being hereby adopted by the Coinpany as the original signature of such officer and the original seal of' the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES . Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of S 1029T ( 11 /01 ) SECTION 00612 - PAYMENT BOND ' KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we SHELTRA & SON CONSTRUCTION CO . , INC . 14911 SW VAN BUREN AVENUE I ND I ANTOWN , FL 34956 ( 772 ) 597 - 3180 , as Principal ( Contractor) , Insert name , rinci ai business address , and telephone number of "%.UI ILI ULoLUI P P p Principes, �� � � .� o�,� � � and REAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET Ll CINCINNATI , OHIO 45202 ( 51 3 ) 369 - 5000 , a corporation , as Surety, (Insert name , principal business address , and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street , Vero Beach , Florida 32960 ((772 -567-8000 ) ' 'T�JO MILLION THREE HUNDRED FORTY - SEVEN THOUSAND SEVEN Dollars ($ 2 , 347 , 748 . 75 ) , In the sum of HUNr)RFD FORTY G i rHT nyn 7S/ 'Inn - - - - - - - - - - - - - - - - - - - - - - amounting to 100 % of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the day of , 20 , entered into between ' the Principal and the County of Indian River, for: Bond Number. 4075158 Project Name : Oslo Road and 43rd Avenue Intersection Improvements County Project Number. 9327 Project Address : The project is located at the intersection of Oslo Road and 43r Avenue Project Description : Replacement of bridge and widening and signalization intersection A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall. be void ; otherwise , this Bond shall remain in full force and effect, subject to the following terms and conditions : 1 . A claimant, as defined in Florida Statutes Section 255 . 05 ( 1 ) , supplying Principal with labor, materials , or supplies , used directly or indirectly by Principal in the prosecution of the Work provided for in the Contract. 2 . Florida Statutes Section 255 . 05 (2002 ) , as amended from time to time , together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . 5/04/01 PAYMENT BOND 00612- 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond . doc The Surety, for value received , hereby stipulates and agrees that no charge , extension of time , alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to the Specifications applicable thereto , shall in any way affect its obligations on this Bond , and the Surety hereby waives notice of any such change , extension of time , alterations -of or addition to the terms of the Contract, or to the Work or to the Specifications . The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide , General Policyholder's rating of "A" and Financial Size Category of Class 'W' , ' The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River. The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses , damages , expenses , costs , and attorney' s fees , including appellate proceedings , that the County of Indian River sustains because of a default by the Principal under the Contract. IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals , this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative , pursuant to authority of its governing body. WHEN THE PRINCIPAL IS AN INDIVIDUAL: Signed , sealed , and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual Witness Address 5/04/01 PAYMENT BOND 00612 -2 R\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE ' NAME : Signed , sealed and delivered in the presence of: Witness Name of Entity BY : Address Principal Printed Name of Principal Witness (SEAL ) Address WHEN THE PRINCIPAL IS A PARTNERSHIP : Signed , sealed and delivered in the presence of: Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness (SEAL) Address [The remainder of this page was left blank intentionally] 5/04/01 PAYMENT BOND 00612 - 3 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc 1 1 . WHEN THE PRINCIPAL IS A CORPORATION : Attest: SHELTRA & SON CONSTRUCTION CO . INC , rSecretary Name of orpo do BY: (Affix Corporate SEAL) Printed Name Pres i C_, e4 ' Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL Irtify th tam the Secretary of the corporation named as Principal in the within bond ; t4@t ho signed the said - bond on behalf of the rPrincipal was then of said corporation : that I know his signature , and his signature thereto is genuine ; and that said Bond was duly signed , sealed and attested for and on behalf of Said corporation by auth rity of Its gov ming body. r Secretary (SEAL) [The remainder of this page was left blank intentionally] 1 `I r -r r 5/04/01 PAYMENT BOND 00612-4 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc r 1 r . r TO BE EXECUTED BY CORPORATE SURETY: rAttest: GREAT AMERICAN INSURANCE COMPANY ' ecretary Corporate Surety 580 WALNUT STREET , CINCINNATI , OHIO 45202 Business Address 1 (Affix Corporate SEAL ) 1 A Attomey- In -Fact , LFrancis T . O ' Reardon Resident Florida Agent JOHNSON & COMPANY Name of Local Agency 839 N . MAGNOLIA AVENUE , ORLANDO , FL 32803 r Business Address ' STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned , qualified and acting , personally appeared 1 Francis T . O ' Reardon , to me well known , who being by me first duly swom upon oath , says that he is the attorney-in -fact for the Great Amer i can and that he has been authorized by ' to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this 24thday of September , 20 03 rNotary Public , State of Florida My Commission Expires : July 21 , 2005 , '1"""P"••, Pamela P. Smith MY COMMISSION # DD010949 EXPIRES July 21 , 2005 BONDED THRU TROY FAIN INSURANCE, INC. 1 ' 5/04/01 PAYMENT BOND 00612 -5 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond . doc 1 1 Any claims under this bond shall be addressed to : ' Name and address of Surety: GREAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET CINCINNATI . OHIO 45202 Name and address of agent or. representative in Florida if different from above : JOHNSON & COMPANY 839 N . MAGNOLIA Avenue ORLANDO , FL 32803 Telephone number of Surety and ' agent or representative in Florida : 5( 13 ) 369 _ 5000 ( SURETY ) 800 331 3379 ( AGENT ) * * END OF SECTION 5/04/01 PAYMENT BOND 00612-6 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc GREAT AMERICAN INSURANCE COMPANY® IAdministrative Office : 580 WALNUT STREET • CINCINNATI , OHIO 45202 . 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 0 17617 — 204 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. ' Name Address Limit of Power TODD L. JOHNSON ALL OF ALL FRANCIS T. OREARDON ORLANDO, FLORIDA UNLIMITED JOANN H. BEBOUT PAMELA P. SMITH This Power of Attorney revokes all previous powers issued in behalf of the attomey(s )-in-fact famed above . IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 4TH day of OCTOBER 5 2002 Attest GREAT AMERICAN INSURANCE COMPANY ' STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 4TH day of OCTOBER, 2002 before me personally appeared DOUGLAS R. BOWEN, to me known. being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American ' Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal ; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1 , 1993 . RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, .from time to time, to appoint one or more Attorneys- in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RFSOLVFD FURTHER: That the Company seal and the signature of' any of the aforesaid officers and any Secretary or Assistant Secretary of the Comparry may be affixed by facsimile to any power- of attorney or certificate of either given for the execution of any bond. undertaking, contract or suretyship, or other written obligation in the nature thereof; such signature and seal when so used being hereby adopted by the Company as the original signature a such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. ( CERTIFICATION I, RONALD C. HAYES , Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1 , 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of S 1029T ( 11101 ) ' G . Variable Message Sign : 1 . Message System . a . Message shall be provided by 3 lines of 8 individually changeable alpha - ' numeric characters per line . b . Each character shall be a minimum of 18" high and be composed by 35 ' pixels , 5 horizontal by 7 vertical c . The message display shall be protected by a transparent screen . d . The characters shall be automatically illuminated for low light and nighttime ' operation . e . The minimum legibility distance of the displayed symbols shall be 900 ' under all light conditions . 2 . Sign Panel : a . The overall dimensions of the message matrix panel shall be a MAXIMUM height of 7 ' feet by a width of 10 ' feet . ' b . The sign panel shall be constructed of aluminum and painted flat black . c . Access panels shall be provided to service the interior of the sign panel . d . The sign panel shall pivot 360 degrees about its vertical axis and be capable ' of being locked into position at any of these points . e . The sign panel shall be raised and lowered by an electro- hydraulic system or other approved means . 3 . Power Supply: a . The unit shall be powered by a photovoltaic array and bank of storage batteries with a power output sufficient to maintain operation continuously ' with minimal maintenance on -site . b . The solar panel shall generate power in the travel or operating position . c . The battery bank provided shall be sufficient in size to allow normal operation of the unit for 21 days (24 hours a day) on a full charge with no solar assist . d . The batteries shall be protected from excess discharge and overcharging by an internal regulator. e . The batteries shall be housed in a ventilated , weatherproof enclosure . The enclosure shall be lockable to prevent vandalism or theft . 4 . Control System : ' a . The controller shall be a microprocessor based unit with capability to control all functions including storage of up to a minimum of 50 pre- programmed messages . ' b . A keyboard and display shall be provided to allow the operatorto program the unit and produce the desired sequence of messages . c . The control station shall be located in a ventilated , weatherproof enclosure . ' The enclosure shall be lockable to prevent unauthorized access : d . A batter bank level of charge indicator shall be provided . e . A current level indicator shall be provided to monitor the solar panel output . f. The flash rate of the messages displayed shall be adjustable between 1 to 10 • seconds . ' g . Wiring harnesses shall be enclosed in weatherproof conduit and shall be routed around pinch points and any moving parts . Connectors shall be corrosion resistant and waterproof. ' TECHNICAL PROVISIONS ADDENDUM NO , 4 TP-2 , Page 1 of 2 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWariable Message Sign.doc 5 . Trailer: a . The frame and tongue shall be all -welded steel construction with protective " fenders over the wheels . ' b . A 2 " ball type hitch and heavy-duty rust resistant safety chains shall be provided . c . The trailer axle shall be rated to safely support the sprung weight of the unit while being transported as 65 mph . The trailer shall come equipped with leaf springs , roller bearings and grease hubs . d . Two ( 2 ) 15 inch , minimum load rated " B " tries mounted on one- piece steel ' wheels shall be provided . e . The trailer shall be equipped with four adjustable jackstands , one mounted at ' each corner of the unit. f. Trailer lights and reflectors shall be in accordance with Federal Motor Vehicle Safety Standards . g . A trailer light " pigtail " consisting of a 7- pin male connector per SAE J560b shall be provided . 6 . Training and Manuals : a . Two (2 ) manufacturer' s operator manuals and two (2) each lubrication instructions and maintenance instructions to be delivered with each unit b . The supplier will provide a checklist for periodic preventive maintenance ' I suitable for reproduction on 8 '/z by 11 paper. c . The supplier shall ensure that all service bulletins , recall notices , and/or other service or maintenance information for the reasonable life of the machines ' supplied are sent to the County . d . The services of a factory technician , thoroughly trained in the use and operation of the unit, shall be furnished for a period of not less than one ( 1 ) ' day , to instruct personnel in the use , operation and maintenance of the unit after delivery . This is to be done at the delivery location . 7 . Warranty: The manufacturer shall warrant all components , including those not of ' his manufacture , for a minimum of one year, rust-through for two years . H . Payment shall be made under: ' Item No . 102 - 1 - Maintenance of Traffic - Lump Sum Item No . 102 - 1 - 1 - Temporary Pavement - Per Square Yard ' Item No . 102- 10 - Off Duty Law Enforcement Officer - Man Hour Item No . 102-70- 11 - Concrete Barrier (Temporary) with Flashing Lights - Linear Foot Item No . 102-74- 1 - Barricade (Temporary Type II ) - Each Day Item No . 102-74-2 - Barricade (Temporary Type III ) - Each Day Item No . 102 -99 - Variable Message Sign - Each Day Item No . 102 -99A — Variable Message Sign — Lump Sum ' ADDENDUM NO . 4 TECHNICAL PROVISIONS TP -2 , Page 2 of 2 ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSWariable Message. Sign . doc SUMMARY OF PAY ITEMS EARTHWORK PAY ITEM FOOTNOTES : BIT) DESCRIPTION UNIT QUANTITY OSLO ROAD : ITEM NO. 1 B Z LS I HOW EXC FILL 102- 70_11 ALL TEMPORARY BARRIER WALL THAT THE CONTRACTOR DEEMS NECESSARY TO IMPLEMENT A 102- I MAI 7 ANCE OF TRAFFI �'YS`r` STATION A s V ci A s V c MAINTENANCE OF TRAFFIC PLAN SHALL BE INCLUDED IN PAY ITEM NO. 102- 1 . TEMPORARY CONCRETE 102- I -1 TEMPORARY PAVEMENT SY 3189 zv�+ 5-I6 8.6E 1 .41 2.35 BARRIER WALL ASSOCIATED WITH PAY ITEM 102-70- H IS TO BE USED IN CONJUNCTION WTH ME OSLO LA�.MYOFflG2R- -/�/�� + 516 183.22 1�417O745.54 ROAD BRIDGE CONSTRUCTION. THE COST OF TYPE -C" LIGHTS SPACED AT 50-FOOT CENTERS AND IMPACT ATTENUATORS AT EACH TERMINUS OF CONCRETE BARRIER SHALL BE INCLUDED IN ME LINEAR 102- 70- 11 CONCRETE BARRIER TEMPORARY E 290 + 160.28 181 52.26 F COST . OF THE A 102-74- 1 BARRICADE TEMPORARY) TYPE II ED 19 467 9+DO .5B 105.94 1 13 49. 5 � 2 4 A P A 111 � � 210+00 1 . 76 ]2' 33 1613 93.93 102-99 COST INCLUDES PROVIDING, SETTING UP AND RELOCATING BOARD AS DIRECTED BY COUNTY. 102-99 VARIABLE MESSAGE SIGN ED 45 11 +00 1 .31 5614 .09 09.92 PAYMENT IS PER EACH DAY WITH A MINIMUN OF 7 DAYS IN ANY ONE An N. 102-99A VARIABLE MESSAGE SIGN LS 1 212+00 1 31 43. 52 2-44 102-99A COST INCLUDES ME PURCHASE OF A NEW MESSAGE BOARD MEETING TIE REQUIREMENTS OF THE INDIAN Y Y/ A 4 6 21 + 000 21 ' 76 --3y-4T- 819. 11 \\ RIVER COUNTY SPECIFICATIONS. ALSO INCLUDES THE SETTING UP AND RELOCATION OF ME BOARD AS 104- 11 F A G FIRROM BAR R F 9 O 1 +93 0.00 0'0 10.80 ]11 .41 DIRECTED BY ME COUNTY. THE NEW MESSAGE BOARD SHALL BE TRANSFERRED TO INDIAN RIVER COUNTY 1 - - T e in ride OWNERSHIP IMMEDIATELY AFTER IT IS NO LONGER NEEDED TO SUPPORT CONSTRUCTION WORK. COST OF ME 8-1 AS-B T End ride `M,ESSAGE SIGN TO INCLUDE UP i0 4 RELOCATONSOF FHEIESSAGE SGN TIO-1 -1 CLEARING & GRUBBING AC 10.5 214+9 ..tr 0.00 9. 0 110-1 -1 COST OF CLEARING & GRUBBING TO INCLUDE THE COST OF RE�OVAC OF EXISTING IRRIGATION 21 + 0.00 16.83 110-6 WELLS PLUGGING WATER NON -ARTESIAN PW 1 216+00 0.00 0.00 / i 550.00 PUMP STATIONS & MOTOR BOXES. SIDEWALKS, CURBING. ABANDONED UTILITIES. (INCLUDING CABLES, 110-7-1 MAILBOX F I L EA 6 'I� 217+00 O 3.78 522 356.48 METER VAULTS & OTHER STRUCTURES). EXISTING WALKS, RIP RAP VARIOUS TYPES OF FENCES, SEPTIC 5 S CA ATION I 2/ +00 5.77 99' 86 4.28 158. 33 TANKS. DRAIN FIELDS, BASE MATERIAL, VEGETATION, ROOTS DRAINAGE STRUCTURES, PIPE. ANY 120-61 EMBANKMENT Y 4 211 .3 144. 44 REWIRES SAW CUTTING. BACKPILUNG THE REMOVED EXCAVATIONS SALVAGING & TRANSPORTATION OF 219+00 6.91 4.39 160-4 TYPE B STABILIZATION 12 SY 27131 220+ 0 10. 3 293.99 0 22 76.85 SHEET PILING & SIGNS, PLUS ALL OTHER ITEMS NECESSARY i0 BE REMOVED TO CONST. PROJECT. 285- 707 OPTIONAL BASE BASE GROUP ] SY 25,114 221 +00 11 2 365.83 37.04 110-5 COST TO INCLUDE. BUT NOT UMITED TO, ALL MATERIAL AND LABOR NECESSARY TO PLUG EXISTING 286-1 -1 TURNOU DONS THUCTION ASPHALT SY 107 222+ 0 8.68 331 . 76 1 , 53' 70 110-6 WELL$ AS PER FOOT SPEC 110-10.1 . 286- 1 -2 TURNOUT CONSTRUCTION CONCRETE SY 371 +DO - g 209.55 2. 22 331 -]2- 24 TYPE S ASPHALTIC CONCRETE 2 1 2 SY 4107 224+ 0 .60 19159 . 4 1 .55 110- 7- 1 MAILBOXES TO BE REPLACED IN LIKE KIND. COST TO INCLUDE ALL PHASING REALLOCATIONS- IS E 22 +00 9.58 286. 4[ 0.00 '05 120-4 APPROX. 2.0 FT OF SUBSOIL EXCAVATION IS REQUIRED IN SUBLAIERAL CANALS & DITCHES LOCATED 425-1 -90 IN ET MIAMI h0 EA 226 +00 9.93_ 325.1 ` 0.00 0.0 UNDER PROP. ROADWAY & DRAINAGE CULVERT IMPROVEMENTS. WHEN UNSUITABLE MATERIALS ARE 425- 1 -351 INLETS CURB TYPE P-5 d0 EA 5 227+00 294.91 000 0.0 ENCOUNTERED N PIPE TRENCHING, ME CONTRACTOR SHALL REMOVE THE UNSUITABLE MATERIAL 425-1 -361 INLETS CURE TYPE P-6 KIO EA 2 228+ 00 .29 217.62 0.62 -T8--2T- 1027 BELOW TRENCH BOTTOM AS DIRECTED. COST OF REPLACEMENT EMBANKMENT TO BE INCLUDED. CONTRACTOR 425-1 -521 INLET $ DITCH BOTTOM TWE C h0 EA 11 229+00 5.26 175'81 .4 18' 2 TO COORONATE W/ COUNTY REPRESENTATIVE PRIOR TO EXCAVATING. 430- I1 -325 CONIC. PIPE CULV. 18 STORM SEWER LP 429 230+ 00 6.57 197.13 0. 79 21 .04 430- 11 -329 CONIC. PIPE CULV. 24 STORM SEWER LF 106 215. 47 16. 70 120-6-1 ALL GRADING INCLUDING FINAL GRADING TO BE INCLUDED IN THE COST OF EXCAVATION &. 231 +00 6.36 0. 22 LF 247 232+ UO 5649 197.47 8. 0 EMBANKMENT. COST OF ANY ROCK REMOVAL TO BE INCLUDED IN THIS ITEM. 30-81 - 22 C R. ALUMINUM PIPE C LV. 1 S OR 5 /'bf Y` Q2 2+82 150.24 .84 285-70] 430-144-102 ELLIPTICAL CONCRETE PIPE CULVERT 14 X 23 STORM SEWER LF 576 TIE COST OF ME PRIME COAT SHALL BE INCLUDED IN THE PRICE OF THE BASE. 286- 1 -1 ME COST OF ASPHALTIC TURNOUT CONSIRUCTICN SHALL INCLUDE 2- TYPE S ASPHALTIC 430-620- 38 CLAP FLASHBOARD RISER 36 EA I 1 SUBTOTAL 4420 3931 CONCRETE. 4' BASE MATERIAL EARTHWORK. GRADING. & ALL INCIDENTAL WORK NECESSARY 430-982-225 MITERED END SECTION 18 CROSS DRAIN EA 1 VOLUMES (CY) FOR CONSTRUCTION. 430-982-402 MITERED END SECTION 14 x 23 ERCP CRO55 DRAIN EA 2 430-984-225 MITERED END SECTION 18 RCP SIDE GRAIN EA I 43RD AVENUE : 286-1 -2 TIE COST OF CONCRETE TURNOUT CONSTRUCTION SHALL INCLUDE 6- CONCRETE. EARTHWORK, 520-1 -10 LONG. CURB & GUTTER TWE F LF 1 ,266 GRADING, AND ALL INCIDENTAL WORK NECESSARY FOR CONSTRUCTON. 520-2- 4 CONIC. CURB TYPED LF 107 ROWY EXC _ FILL 331 - 72-24 THE TACK COAT SHALL BE INCLUDED IN THE COST OF TWE S ASPHALTIC CONCRETE. 520-4 SPECIAL CONCRETE GUTTER MIAMI LF 1,285 STATION q s V < A s V c 522-1 CONCRETE SDEWALK 4 THICK SY 209 + 4.37 1 522- 1 PEDESTRIAN RAMPS TO BE INCLUDED IN PRICE OF SIDEWALK 530-3-4 RIPRAP RUBBLE ROADWAY DITCH LINING M 102. 4 + } 27 92' 7 26.6 ALL SIDEWALK "NTS ARE TO BE SAWCUT AS PER FOOT SPECIFICATION. TOOLED JONTS 536-1 -1 GUARDRAIL ROADWAY LF 1 ,592 180, 3 57.8 WILL NOT BE PERMITTED. 536-2 GUARDRAIL SHOP - BENT PANELS LF 170 MII 45J 6.253 8 146.8 530-3-4 COST OF RUBBLE TO INCLUDE COST AND PLACEMENT OF MIRAFI FABRIC UNDERLAYMENT. 536-6 END ANCHORAGE ASSEMBUES TWE 11 EA 5 + 19.8 1590 }73.8 536-7 SPECIAL GUARDRAIL POST EA 15 5.6710.895-1 -1 THE COST OF SOOONC SMALL INCLUDE 500. FERTIU2ER, MOWING, WATER, TOOLS. EOIIPMENT, LABOR, 536-85 END ANCHORAGE ASSEMBLIES TWE MELT EA } 09+00 0.00 26.75 AND ALL INCIDENTAL ITEMS NECESSARY. 10+00 0.01 0'1 14.96 94. 536-86 ENO ANCHORAGE ASSEMBLIES TWE ET-2000 EA 6 11 + 05 9.0 11 7 436.8 700-46-11 ALL EXISTING SIGNS REMOVED SHALL BE TURNED OVER TO INDIAN RIVER COUNTY ROADS & BRIDGE 575-1 -1 SOI30NG BAH1A SY 31 ,050 12+00 .89 238 11 .1 81 .8 DEPARTMENTY\ 1 630-1 -12 UNDERGROUND CONDUIT 2 LF 220 1 + 0 0.80 28. 2 I 1 505.7 Q 7}0-88 COST TO INCLUDE, BUi NOT LIMITED TO, ALL APP ff ANCES NE S AR i0 OP RA AND MNTAIN 635- 1 -11 PULL AND JUNCTION BOXES EA 2 1 +4 0-36 777 16_ 253-1 A TEMPORARY PUMPING SYSTEM AS WELL AS NECESSARY MATERIALS, LABOR AND EQUIPMENT FOR 700-40-01 SIGN SINGLE POST EA 14 INT 5 C DN INSTALLATION. PUMPING SYSTEM SHALL HAVE A MINIMUM CAPACITY OF 11 ,000 GPM. 700-46 - 11 SIGN EXISTING REMOVE EA 40 14+3 0.00 16.53 ���-"-�-ti�' -�'�`������ ���`-� 706-3 REFLFC VE PAVEMENT MARKERS EA 400 0.0 98.3 1511 -120 ME QUANTITY OF DUCTILE IRON FITTINGS TO BE MEASURED FOR PAYMENT UNDER THIS ITEM SHALL BE 711 -4 DIRECTIONAL ARROWS THERMOPLASTIC EA 25 1 + 0 0 49 17.60 460.0 1611 -140 ACTUAL HEIGHT OF FITTINGS INSTALLED. ME WEIGHT OF GLANDS, CASKETS, NUTS, WASHERS, BOBS. AND 316 +00 0. 9 10.48 7I1 -33 6 TRAFFIC SKIP WHITE THERMOPLASTIC LF 1 ,455 I +00 ! 17'3 6.6 285.0 OMER ACCESSORIES WILL NOT BE MEASURED FOR PAYMENT ANO SHALL BE INCLUDED IN ME COST OF 71-1 -34 -6 TRAFFIC SKIP YELLOW MERMOPUSTIC LF 458 1 + 0 1 . 0 3:.0 2.54 9827 ME FITTING. ME NflCHT OF DUCTILE KROR FITTINGS SHALL BE AS PUBLISHED IN AN9/AWWA C110/A21./0 711 -35-61 6 WHITE THERMOPLASTIC 0 8 19+00 1 .44 FOR STANDARD FITTINGS. _ 21 .5 102.8 711 -}5-181 18!ZfWHITE THERMOPLASTIC lF 378 1 + 0 57 B 9 3 1 ' 33.10 1513-120-1 COST OF PIPE TO INCLUDE. BUT NOT LIMITED TO. RESTRAINTS, MEGALUGS. ACCESSORIES 10 1513- f20-J13 \TO TE INTO EXISTING PIPE. TESTING. TEMP. JUMPER AND ALL LABOR INCIDENTAL TO INSTALLATION. 711 -35-241 24 WHITE THERMOPLASTIC LF 164 __32_T+_05_ 2. 9 0.89 1513- 160-316 1 711 -36-61 6 YELLOW THERMOPLASTIC LF Tl ]0} 2}+00 4. 110' 4 0.6 24'8 1613-140-118 711 -36-181 18 YELLOW THERMOPLASTIC LF 640 1 --Y2-3+70- 4.51 42. 3 4. 1613-1 a0-126 730-88 TEMPORARY PUMPING SYSTEM EA 1 SUBTOTAL 892 5221' 1621 -140-126 1500-900 FORCE MAIN REMOVAL 20 OR LESS) LF 200 VOLUMES (CY) 1511 -120 SEWER DIP FITTING STANDARD M t 1542-116 COST OF VALVE BOX AND VALVE NUT RISERS TO BE INCLUDED IN COST OF VALVE. 1513- 120-3 10 DIP F.M. LF 199 TOTAL $}12 9152 Q 642-111 -8 1513-120-313 4 DIP F.M. LF BO VOLUMES (CY) 1513- 160-316 6 PVC F.M. LF 1,553 1500_900 COST TO INCLUDE REMOVAL AND PROPER DISPOSAL OF ALL ITEMS REMOVED. 900 1542- 116 IO CAPE VALVE EA 1 1543-111 -109 TAPPING SLEEVE ANO VALVE 10 X 8 EA 1 1543-111 -1 9 INCLUDES COSI OF TAP, SLEEVE. VALVE. VALVE BOX, MATERIALS INCIDENTAL TO WORK AND ALL LIBOR. 1544-110-16 AIR RELEASE ASSEMBLY 6 BELOW GHOVND JLA 1 / 1635-141 -3441751611 -140 WA R P FIMN TAN ARD 1 .8 102-1 COST OF MAINTENANCE OF TRAFFIC SHALL INCLUDE BUT NOT BE LIMITED TO TEMP. BARRIER .. .110-16 COST TO INCLUDE VALVE, UBUTY BOX AND ALL INCIDENTAL ITEMS REQUIRED FOR INSTALLATION. 1613-140-118 8• DIP W.M. 30 WALL ( EXCLUDING BRIDGE PHASING), CONSTRUCTION SIGNS, TEMPORARY REFLECTIVE t154,5�U� COST TO INCLUDE VALVE NUT RISERS WHERE NEEDED. 1613-140-126 0- DIP W.M. 202 PAVEMENT MARKERS, TEMPORARY PAVEMENT MARKINGS, INCIDENTAL TEMPORARY1619-1 SAMPLE POINTS 3 PAVEMENT (EXCLUDING MAT NEEDED FOR OSLO RD. BY-PASS ROAD). DUST CONTROL AND 1644-80) COST TO INCLUDE REMOVAL OF EXISTING HYDRANT & ASSOCIATED PIPE, ALL LABOR, MATERIAL, 1621- 140-126 20 GIP W.M. FLANGED JOINT 80 QALL ITEMS NECESSARY TO MEET ME MPNNTENANCE OF TRAFFIC REWIREMENTS OF ME & INGDENTAI ITEMS NECESSARY TO REMOVE & CAP AND RETAINING RODS REWIRED 1635-141 - !4 TAPPING SLEEVE ANO VALVE 20- % 182 FLORIDA DEPARTMENT OP IRANSPORTATCN AS PRESCR18E0 IN SECTION 600 OP THE FOR RELOCATION. 1642-111 -8 6 GATE VALVE 1 \ FOOT STANDARD INDEXES. ALSO INCLUDES PROVIDNG FOR ADEWATE AND PROPER 1644-900 COST TO INCLUDE ALL LABOR, MATERIAL, & INCIDENTAL ITEMS NECESSARY TO REMOVE & CAP 1643- 00 VALVE BOX A JUS & MOOFY - 16 -• DRANAGE DORKING ME PROCESS OF ME WORK. EXIS TING HYDRANT BACK TO VALVE. 1644-800 FIRE HYDRANT RELOCATE 2 ��102- 1 -1 COST OF TEMPORARY PAVEMENT ALON�S-0 ROAD SHALL INCLUDE 1" TWE 5 ASPHALTIC 1648-100 COST OF ALL LABOR MATERIALS NECESSARY FOR LINE STOP INSTALLATION. 1644-900 FI HYDRANT REMOVAL 2 CONCRETE , 8' COQUINA BASE MATERIAL EARMWORK GRADING & REMOVAL OF ASPHALT, 47- 1 -216 AIR RELEASE ASSEMBLY 20 EA 1 BASE, EMBANKMENT AND INCIDENTAL WORK NECESSARY FOR CONSTRUCTION. 1649-800 COST TO INCLUDE COST OF BOX. ALL PIPE, ALL CONNECTIONS, AND ANY 1 - 1,00 �.-i 1 INCIDENTAL MATERIALS NECESSARY TO RELOCATE AND BRING INTO OPERATION. 1649- WATER METER RELOCATE EA 1 102-10 TO BE UTILIZED DURING MAINTENANCE OF TRAFFIC UPON DIRECTION OF COUNTY 1692- 1 - 20 MECHANICAL JOINT RESTRAINTS 10 FM)_ OR COUNTY REPRESENTATIVE. 1692- I -20 COST TO INCLUDE. BUT NOT UNITED T0. ALL MATERIAL AND LABOR NECESSARY TO INSTALLEA 5 1692- 1 - 26 MECHANICAL JOINT RESTRAINTS 20 WM EA 9 1692-1 -26 MECHANICAL RESTRAINTS R E V 1 5 1 0 N 5 APPROVED FOR SCALE: I NOT M(X/RIEp OAIE BY DESCTIPTION DATE BY DESCRIPTION Mporhn«rYR FUD/A Mbrks ®®® KNIEY-HORN BY. N.T.S. OSLO ROAD / 43RD AVENUE UTUTY AT B IiDE. AO.IJSIF1 911LQ o PA . Mo1H AND ADDED TITIMP. III AT EAST M OF DAD. .{.,.,. W. q.il., A`.G. a w. ndW4iom aW Lr� DRAWING NO. SUMMARY OF PAY ITEMS 2 011Y RRn 494D000UANT O KMAYMm� M Ara.Ia K moT DAIS BOARD OF COUNTY COMMISSIONERS Public Works Department Capital Projects Division 1840 25TH Street, Vero Beach, Florida 32960 ' Telephone : (772) 5674000 FAX: (772) 9784806 A ' ADDENDUM NO. 5 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OSLO ROAD & 43RD AVENUE INTERSECTION IMPROVEMENTS INDIAN RIVER COUNTY PROJECT NO. 9327 INDIAN RIVER COUNTY BID NO. 5066 August 26, 2003 ' TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM sets forth change and /or information as referenced and are hereby made a part of and should be attached to the subject Contract Documents . Note: All Addenda shall be acknowledged on page 00310- 1 of the Bid Form. ' CONTRACT DOCUMENTS AND SPECIFICATIONS Section 00310 — Bid Form , Page 00310 -8 , Bid Item 110 -3 , Removal of Existing Structures Revise the quantity from "1350. 1 " to "I " The pay item on the Bid Proposal should read as follows: ' Item No . Description Unit Quantity 110 -3 Removal of Existing Structures 1 LS DRAWINGS Replace "Summary of Pay Items Table " on Drawing Sheet Number 2 with the ' Attached "Summary of Pay Items Table ' The Air Release Assembly Pay Items that were added to the Bid Proposal Form issued with Addendum No . 4, have been added to the attached "Summary of Pay Items Table RESPONSES TO QUESTIONS ON BIDDING DOCUMENTS Letter to Dick Destein, Sheltra & Son Construction Company, Inc. , from Brian ' Good, P. E. , Kimley-Horn and Associates, dated August 25, 2003. (copy attached) ' ADDENDUM NO . 5 Page 1 of 1 ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\Addendums\Addendum No . 5 . doc SECTION 100 - ADVERTISEMENT FOR BIDS BOARD OF COUNTY COMMISSIONERS ff 9840 25TH Street, Vero Beach, Florida 32960 ' VE y OR1 ' Telephone (772 567-8000 FAX: (772) 9784806 ) ADVERTISEMENT FOR BIDS ! INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2: 00 PM on Wednesday, June 4 . ' 2003 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "Oslo Road & 43'd Avenue Intersection Improvements" All bids , either mailed or walked in , will be received by the Purchasing Division , 2625 19th Avenue , Vero Beach , Florida , where they will be opened publicly and read aloud at 2 : 00 PM . All bids received after 2: 00 P . M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO . 9327 INDIAN RIVER COUNTY BID NO . 5066 PROJECT DESCRIPTION : Replacement of bridge and construction of intersection widening and signalization . ' All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may . be obtained from Capital Proiects Division 2"d Floor County Administration Building 1840 25th ' Street Vero Beach Florida 32960 (772 ) 567-8000 extension 1384 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $75 . 00 for each set, which ' represents cost of printing , handling , and mailing and which is non refundable . All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . A BID BOND must accompany each Bid , and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida , in the sum of not less than Five Percent ( 5 %) of the total ' amount bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond . If he fails to do so , he shall forfeit the said bid Bond as liquidated damages . Please note that the questionnaire must be filled out completely including the financial statement. ' Advertisement for Bids 00100 - 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENMAdvertisement for Bids.doc Rev. 05/01 1 The County reserves the right to delay awarding of the Contract for a period of sixty 60 ' days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in partwith or without cause/or to accept the bid that, in its judgement , will serve the best interest of Indian River County , Florida . The County will not reimburse any Bidder for bid preparation costs . A Pre- Bid Conference will be held on May 20 , 2003 at 2 : 00 PM , in the first floor conference room A of the Indian River County Administration Building located at 1840 25th Street, Vero Beach , Florida , 32960 . ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED , INDIAN RIVER COUNTY By: Fran Boynton Powell Purchasing Manager For Publication in the Vero Beach Press Journal Date (s ) : April 30 , 2003 May 7 , 2003 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to : INDIAN RIVER COUNTY PURCHASING DIVISION 2526 19th Avenue Vero Beach , FL 32960 * * '` * END OF SECTION Advertisement for Bids ' 00100 - 2 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENMAdvertisement for Bids.doc Rev. 05101 ' ions o Bidders SECTION 00200 - Instructs t TABLE OF CONTENTS Article No . - Title Page ARTICLE 1 an DEFINED TERMS . . . : . . . . . . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 3 an QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 an EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 No PRE-BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . 4 . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ARTICLE 6 an SITE AND OTHER AREAS . . . . . . . a mass 66990movese seems same me a seems @a v goo Palo go a am 2 4 ARTICLE 7 an INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . : . . . . . . ARTICLE8 - BID SECURITY . . . . . . . . . . . . . . . . . . . . even mass . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE9 an CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . mesa some ' seems Bemuse . man ' s seem Bea amen . . . . : . . 5 ARTICLE 10 an LIQUIDATED DAMAGES • • • • . • • • mesa • • • now • 5 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . ARTICLE 11 an SUBSTITUTE AND " OR—EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 12 aw SUBCONTRACTORS , SUPPLIERS , AND OTHERS . . . . . . . . . . . . : . . . . . . . . . . . . . : . . . .. . . . . . . . 6 ARTICLE 13 an PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a 6 ARTICLE 14 an BASIS OF BID ; EVALUATION OF BIDS son . . . . . . . . . . : . . . . . . . . . . . . 7 ARTICLE 15 = SUBMITTAL OF BID . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 16 an MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . 8 ARTICLE17 an OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 18 an BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 an AWARD OF CONTRACT ' , , . , , . , . . aww ' 911 * 1161 * beef & @ we peg Doom Sam 0 BOB * * , & * & , 10 & , & a 04 OWN as 69 ARTICLE 20 an CONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ' ARTICLE 21 an SIGNING OF AGREEMENT . . . . as am as 0 0 00 0 a 0 0 am am a as@ a a awe a am am me as sea age a 6 as no * * a Bea , am , am a Soo 0 0 0 9 mass 10 Instructions to Bidders 00200 - i FAPublic WorksCapital Projects\Oslo - 43rd AvenuetcONTRACT DOCUMENTSUnstructions to Biddem.doc Rev. 05/16101 GO/9b/90 •naa 0oP•SiapPlg 01 SuollOrUISUI%S1N3vinooa lOyalNOo\anuany PIE4 - OISO\s10af0Jd IeIIdeo\S�PoM 011QndFd ' R - 0OZ00 sJapP! G 01 suonorulsul . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6111 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 004 . . . . . . . . . . . . swell � lenb3 -JO „ Jo alnl!lsgns 5 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . 0 . . . . . 0 . 4 . : . . . pig }o lell! wgnS ' Z Lall . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . * gooses . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . sjegl0 Pue sia ! lddnS ` sjoloejluoogns . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . seaiy jay3O Pue el! S . 111111111 . 4 . . 0 . . 4 . . . . . . . . . . . 0 . . . . . . . . . . 16 . . . 44 . . . a . . . . . . . . 000 . . : . . . . 4 . . . a . . . . . . luawaaj6y ;o 6ulu6 ! S INEZ . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . siaPP!8 }o suo!leogilen0 £ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ads . . . . . . . . . . . . . !P . 8 o uo !leiedaad d . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Mae dead . . . . . . . . . . . . sales . . . . . . . . as * * assets . . . . . . . . . . . . . . . . . . . . . . . aouaaa uo i a-1f LL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . sP ! 8 jo 6u ! uadO 9 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . .ov pig jo leMeJP43! M Pue uo!leog polN 0 L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . mass . . . . . . . . . . . . sabewea pelep! nbid . . . . ePueppV Pue suo!lelaidialul aliS PUe ` sled palela�! jaulO 4sluawnood bu ! Pp! 8 to uo !leu! wexg L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . swaal Paull 9 (] Z . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .sluewnooa 6u ! Pp! 8 to sa ! doO 6 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . saw!1 loeiluoO , OZ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ease * gooses . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . eouejnsul pue fi4unoeS loeiluoO 8 L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . eoueldeooy of loefgnS u ! ewa�d of sp ! g . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . A4unoaS p18 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . t7 loo sP ! 8 ;o uo !lenlen3 ' p ! g 10 s ! seg 6L " ease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . loeiluoO 10 pjemv alorpv 3oa .S , (1oafgnS �(q leoi ogeLidlV) S3 '1OLUIV dO 3l8` .L sajapp19 of suoponi1sul - OOZ00 NOIJL33S SECTION 00200 = Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 .01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to ' Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder—The individual or entity who submits a Bid directly to OWNER. B . Issuing Office—The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C . Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided ) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office . 2 . 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents . 2 . 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use . _ RS ARTICLE 3 QUALIFICATIONS OF BIDDERS 3 . 01 To demonstrate Bidder's qualifications to perform the Work , within five days of OWNER's request, Bidder shall submit written evidence such as financial data , previous experience , present commitments , and such other data as may be called for below. A. Bidder must have at least five years ' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project: C . Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories . E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 3 . 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. Instructions to Bidders 00200 - 1 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 t 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet any of the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4 . 01 Subsurface and Physical Conditions ' A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to ' the Site that Engineer has used in preparing the Bidding Documents . 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at . or contiguous to the Site (except Underground Facilities ) that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 01 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 02 of the General Conditions has been identified and established in paragraph 4 . 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations , opinions or ' information contained in such reports or shown or indicated in such drawings . 4 . 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER, or ' others . 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site , if any, that ENGINEER has used in preparing the Bidding Documents , B . Copies of reports and drawings referenced in paragraph 4 . 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the " iaehnical data " contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 06 of the General Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions , or information . contained in such reports or shown or indicated in such drawings . 4 . 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 . 02 , 4 . 03 , and 4 . 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in Instructions to Bidders 00200 - 2 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05101 the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4 . 06 of the General Conditions . ' 4 : 05 Upon a request directed to the ENGINEER (Terry B . Thompson , P . E . 567-8000 ext. 1282 ) , OWNER will provide Bidder access to the Site to conduct such examinations , investigations , explorations , tests , and studies as Bidder deems necessary for submission of a ' Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations , tests , and studies . ' 4 . 06 " [This paragraph has been deleted intentionally]"] 4 . 07 It is the responsibility of each Bidder before submitting a Bid to : ' A. examine and carefully study the Bidding Documents , including any Addenda and the other related data identified in the Bidding Documents ; ' B . VISIT THE .SITE AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS , AND PERFORMANCE OF THE WORK, C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and Regulations that may affect cost, progtess , or performance of the Work; D . carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions ; ' E . obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (overhead , surface , subsurface , and Underground Facilities ) at or contiguous to the ' Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods , techniques , sequences , and procedures of ' construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto; F . agree at the time of submitting its Bid that no further examinations , investigations , explorations , tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; G . become aware of the9 eneral nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents ; H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional ' examinations , investigations , explorations , tests , studies , and data with the Bidding Documents ; Instructions to Bidders 00200 - 3 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSIInstructions to Bidders.doc Rev. 05/01 I : promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. ' 4 . 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4 , that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means , methods , techniques , sequences , and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities , and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE- BID CONFERENCE 5 . 01 The date , time , and location for a Pre-Bid conference , if any, are specified in the Advertisement for Bids . Representatives of OWNER and ENGINEER will be present to discuss ' the Project. Bidders are encouraged to attend and participate in the conference . ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective . ARTICLE 6 - SITE AND OTHER AREAS 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents . ' ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be . ' submitted to ENGINEER in w. Itsing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 7 . 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Instructions to Bidders 00200 - 4 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 ARTICLE 8 - BID SECURITY 8 . 01 A Bid must be accompanied by Bid security made payable to OWNER in the amount ' specified in the Bid Form and in the form of a certified or bank check or a Bid Bond ion the form attached except as provided otherwise by Laws or Regulations] . All Bonds 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 Surety must be authorized to issue surety bonds in Florida . The Bidder 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 person 's authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds , provide a copy of the Surety's current valid Certificate of Authority issued by f the United States Department of the Treasury under 31 United States Code sections 9304- 9308 . The Surety shall also meet the requirements of paragraphs 5 . 01 and 5 . 02 of the General Conditions . 8 . 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents , furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited . The Bid security of other Bidders whom OWNER ' believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . ' 8 . 03 Bid security of other Bidders whom OWNER believes do not have a reasonable ' chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES r 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) Substantially Completed and (b ) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES ' 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL" ITEMS 1 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or " or-equal " items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- ' equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Instructions to Bidders 00200 - 5 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 r Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements . rARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS r42. 01 If the Supplementary Conditions require the identity of certain Subcontractors , Suppliers , individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers , individuals , or entities proposed for those portions of the Work for ' which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . 12. 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors , Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to ' revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6 . 06 of the General Conditions . 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID 13 . 01 The Bid form is included with the Bidding Documents . Additional copies may be obtained from the Issuing Office , 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . r13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a viLc president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary . The corporate ' address and state of incorporation shall be shown below the signature . 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature ) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . 1 Instructions to Bidders 00200 - 6 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENT&Instructions to Bidders.doc Rev. 05/01 13 . 05 A Bid by a limited liability company shall be executed in the name of the firm by a member ' and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . ' 13 . 06 A Bid by an individual shall show the Bidder's name and official address . 13 . 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated ' on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . 13 . 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . ' 13 . 10 The address and telephone number for communications regarding the Bid shall be shown . 13 . 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . ' 13 . 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14 . 01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price . Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . ' C . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . ' 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions . ' 14 . 03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto . Instructions to Bidders 00200 - 7 F.- Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Sidders.doc Rev. 05101 ARTICLE 15 - SUBMITTAL OF BID 15 . 01 The Bid form is to be completed and submitted with the Bid security and the following data : ' A. Statement of Public Entity Crimes . ' Be Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships . ' C . Sworn Statement under the Florida Trench Safety Act. D . General Information Required of Bidders . E . List of Subcontractors . 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable , the designated portion of the Project for which the Bid is submitted ) , the name and address of Bidder, and shall be ' accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be addressed to Indian River County, Purchasing Division , 2625 19t�' Avenue , Vero Beach , Florida , 32960 . ' ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ' 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any .Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that ' there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17 .01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major altemates , if any , will be made available to Bidders after the opening of Bids . ' Instructions to Bidders 00200 - 8 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Instructions to Bidders.doc Rev. 05/01 ' TABLE OF CONTENTS ' Section No . Title DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders ' 00310 Bid Form 00430 Bid Bond 00450 Sworn Statement under Section 287 . 133 , Florida Statutes on Public Entity Crimes 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00520 Agreement 00610 Performance Bond 00612 Payment Bond 00620 Sample Certificate of Liability Insurance ' 00622 Contractor' s Application for Payment 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper' s Certification as to the Elevations and ' Locations of the Work CONDITIONS OF THE CONTRACT ' 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 — TECHNICAL PROVISIONS APPENDICES ' APPENDIX A — PERMITS ' + + END OF TABLE OF CONTENTS + + 00010- 1 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOW MENTS\Table of Contents .doc Mr. Dick Destein, August 25 , 2003 , Page 2 ' ® � ❑ KimleyHorn and Associates , Inc . 1 ' August 19 , 2003 Pre-Bid Questions Response #1 Addendum #4 changed removal of existing structures to : LS 1350. 1 ' Question #2 The quantity associated with Pay Item 101 - 3 Removal of Existing Structures will be revised to one (1) . ' Please contact me with any additional questions you may have . Sincerely, ' KIMLEY HORN AND ASSOCIATES , INC . ' Brian Good, P .E . cc : Terry B . Thompson, P .E . ' Bidders list ' G:\47035008\Construction Phase\Wp\She1tra02 .doc ® ® ❑ Kimley-Horn and Associates, Inc . August 25 , 2003 J AUG 2003 i1' I ' 047035008 ■ CAN r'A ' dH O ' E � a � *14% 601121 oaStreet ' Vero Beach, Florida Mr. Dick Destem 32960 Sheltra & Son Construction Co . , Inc . ' P . O . Box 336 Indiantown, FL 34956 ' RE : Pre-Bid Questions Oslo Road / 43rd Avenue Intersection Improvement Plans Indian River County ' Dear Mr. Destein : The following are responses to your pre-bid questions dated August 6, 2003 and August 19 , 2003 : ' August 6 , 2003 Pre-Bid Questions Question # 1 Sheet 40 indicates an air release on force main. There is no bid item for force main air release . ' Response #1 Pay item number 1544- 110- 16 has been added to pay for the air release valve (ARII) associated with the 6 " force main construction. Pay item number 1647- 1 -216 has been revised to pay for the ARV associated with the 20 " water main construction. ' Question #2 Drainage drawings show 18 " RCP to tie into existing 72" RCP and existing structures . There is no bid item for this . Also index 280 shows rebar sticking out of existing pipe and poured ' in new collar, and opening in pipe by manufacturer. Is this true or do we have to cut hole? ' Response #2 Please refer to Addendum No. 4 "Plan and Profile Sheets 6 and 7 " for response to this question. ■ ' TEL 561 562 7981 FAX 561 562 9689 BID SUMMARY OF PAY ITEMS EARTIF ' ITEM NO. DESCRIPTION UNIT QUANTITY OSLO ROAD : , 1 - 8 LS 1 RD WY E) 102- 1 MAI ANCE OF TRAFFI Q STATION q s V ' 102- 1 - 1 TEMPORARY PAVEMENT SY 3, 189 + 5, 16 8 8.16 18 102- 70- 11 CONCRETE BARRIER TEMPORARY LF 290 + 102- 74- 1 BARRICADE TEMPORARY TYPE 11 EO 19 467 + 76 %TO2 4 A I P A III 209 +02. 58 10 102-99 VARIABLE MESSAGE SIGN ED 45 210 +00 1 .76 7' ' 102-99A VARIABLE MESSAGE SIGN LS 1211 +00 1 , 31 , 5E Y W EA 4 6 12+00 1. 31 4' 104-11 FLA G TURBIDITY BAR R L 0 213+00 0. 00, 2 ' 1 - - T LF 0 1 +93 0.00 C 8- 1 wAS.wBUtLT.T E3e in rid e ' . 110-1 - 1 CLEARING & GRUBBING AC 10. 5 End Bridge 1A�+ 214+93 110-6 WELLS, PLUGGING WATER NON -ARTESIAN PW 1 21 +00 0.00 0 216 +00 0.00 0 110- 7- 1 MAILBOX N T EA 6 3 USO CA AT10N 1 2 +00 - 0. 23 95 120- 6 - 1 EMBANKMENT' 219 +00 6.97 21 160-4 TYPE B STABILIZATION 12 SY 27131 2 0+ 00 10. 29 285- 707 OPTIONAL BASE BASE GROUP 7 SY 25114 221 + O 11 2 36 286- 1 -1 TURNOUT CONSTRUCTION ASPHALT SY 107 22 + 0 1T 33 286- 1 -2 TURNOUT CONSTRUCTION CONCRETE SY 371 223 +00 . 89 20 331 - 72- 24 TYPE S ASPHALTIC CONCRETE 2 1 2 SY 19. ISE - 224+00 7.60 281 425- 1 -90 IN T MIAMI <10 Eq 22 +00 9.58 32 425-1 -351 INLETS CURB TYPE P-5 f10 EA 5 22 +00 9.93 29 227+00 . 77 425- 1 -361 INLETS CURB TYPE P -6 110 EA 2 228+ 00 5.29 425- 1 -521 INLETS DITCH BOTTOM TYPE C 110 EA 11 229+00 5. 26 zT 430- 11 - 325 CONC. PIPE CULV. 18 STORM SEWER LF 429 230 +00 6.57 19 430- 11 - 329 CONC. PIPE CULV. 24 STORM SEWER LF 106 2 1 +00 6. 36 21 : ' 4 - - 4 N P S D IN LF 247 Q 2 2+00 5. 49 19' 30-81 -22 CO R. ALUMINUM PIPE C LV. 1 S OR S �"1!F'`� 232+82151 430-144-102 ELLIPTICAL CONCRETE PIPE CULVERT 14 X 23 STORM SEWER LF 576 430-620- 38 CMP FLASHBOARD RISER 35 EA 1 SUBTOTAL 430-982-225 MITERED END SECTION 18 CROSS DRAIN EA 1 VOLUMES (CY) 44 ' 430-982-402 MITERED END SECTION 14 x 23 ERCP CROSS GRAIN EA 2 430-984-225 MITERED END SECTION 18 RCP SIDE DRAIN EA 1 520-1 -10 CONIC. CURB & GUTTER TYPE F LF 1 . 266 43RD AVENUE : 520-2- 4 CONIC. CURB TYPEDLF 107 RDWY E) 520-4 SPECIAL CONCRETE GUTTER MIAMI LF 1 285 STATION q s V . 522-1 CONCRETE SIDEWALK 4 THICK SY 209 530-3- 4RIPRAP RUBBLE ROADWAY DITCH LINING TN 102.4 Ju4+ Z / . lzj 4.37+ 3. 27 92 536-9 - 1 GUARDRAIL ROADWAY LF 1 , 592 536-2 GUARDRAIL SHOP - BENT PANELS LF 170 + 1 .89 45 536-6 END ANCHORAGE A55LIVIBLIESs TYPE 11 EA 5 308+ 00 - -7= 19. 536- 7 SPECIAL GUARDRAIL POST EA 15 9 +00 0.00 S.E 536-85 END ANCHORAGE ASSEMBUES TYPE MELT EA 3 10+00 0.01 - , 0. 1 ' 536-86 END ANCHORAGE ASSEMBLIES TYPE ET-2000 EA 6 9.0 575-1 -1 SODDING BAHIA SY 31 , 050 12+0 0,83 23 630-1 - 12 UNDERGROUND CONDUIT 2 E 2� 1 +00 0. 0 �& 635-1 -11 PULL AND JUNCTION. BOXES 1 +4 . 6 700-40-01 SIGN SINGLE POST EA 14 IN N 700-46-11 SIGN EXISTING REMOVE EA 40 706-3 REFLECTIVE PAVEMENT MARKERS EA 400 314+00 0.00. O'C 711 -4 DIRECTIONAL ARROWS THERMOPLASTIC EA 25 316 +00 0. 9 4. G 711 -33 6 TRAFFIC SKIP WHITE THERMOPLASTIC LF 1 , 455 1 + 0 0. 4 17' 711 -34 6" TRAFFIC SKIP YELLOW THERMOPLASTIC LF 458 1 +00 1.60 39' 711 -35-61 6 WHITE THERMOPLASTIC 0 8 19+0 1 . 44 34. - 5 83 0+00 0. 86 21 . 711 - 35-981 18 MITE THERMOPLASTIC LF 1674 321 +00 4. ED- 711 -35-241 ' 24 WHITE THERMOPLASTIC 711 -36-61 6 YELLOW THERMOPLASTIC LF 11 , 703 23+ 00 4. 9 11C 711 - 36- 181 18 YELLOW THERMOPLASTIC LF 640 Q 2 + 30 4. 51 42. 730-88 TEMPORARY PUMPING SYSTEM EA 1 SUBTOTAL 1500-900 FORCE MAIN REMOVAL 20 OR LESS LF 200 VOLUMES (CY) - 89 11511 -120 SEWER DIP FITTING STANDARD TN 1 1513- 120-3 10 DIP F.M. I LF 199 TOTAL - 53 1513-120-313 4 DIP F.M. LF 80 VOLUMES (CY) 1513-160- 316 6 PVC F.M. LF 1 553 1542- 116 10 GA VALVE EA 1 - 1543-111 - 109 TAPPING SLEEVE AND VALVE 10 X 8' EA 1 1544-110-16 AI RASE ASS MBLY 6 8 OW GROUND EA 1 ' 1600- 900 WATERMAIN REMOVAL 20 OR LESS LF 175 r` 1611 -140 WATER DIP FITTiNSTANDARD ) TN 1 .8 ( 102- 1 COST OF MAINTENANCE OF TRAFFIC - SF 1613- 140- 118 e" DIP W.M. LF 30 1 WALL ( EXCLUDING BRIDGE PHASING), 1613- 140-126 20 DIP W.M. LF 202 PAVEMENT MARKERS, TEMPORARY PA 1619- 1 SAMPLE POINTS EA 3 PAVEMENT (EXCLUDING THAT NEEDED 1 1621 -140- 126 20 DIP W-M. FLANGED JOINT LF 80 ALL ITEMS NECESSARY TO MEET THE i 1635- 141 -344 TAPPING SLEEVE AND VALVE 20" X 18 EA 2 FLORIDA DEPARTMENT OF TRANSPOR ' 1642-111 -8 8 GATE VALVE EA 1 \\\ FOOT STANDARD INDEXES. ALSO INCL 1643 - 700 VALVE BOX ADJUST & MODIFY EA - 16 DRAINAGE DURRING THE PROCESS OF 1644-800 FIRE HYDRANT RELOCATE Eq 2 1644-900 I"EH REMOVAL 102- 1 - 1 COST OF TEMPORARY PAVEMENT ALON 47- 1 - 216 AIR E ASSEMBLY 20 EA 1 BEA 2 ASE, E RELEAS CM , K COQUINA BASE MATERI ASE. EMBANKMENT AND INCIDENTAL 1 1 - 1 0 1 1649- 0 WATER METER RELOCATE EA 102-10 TO BE UTILIZED DURING MAINTENANCE OIN 1692- 1 -20 MECHANICAL JT RESTRAINTS 10 FM EA 5 OR COUNTY REPRESENTATIVE. 1692- 1 -26 MECHANICAL JOINT RESTRAINTS 20 WM Eq g tR E V I S I O N S /nW//on R/wr Com. 0 '23 BY IDLE, AP110N DATE BY DESCRIPTION piporbninJ o/ pubR 5/27/0] JBP NODIFlEO U7111TY AT BRIDGE ADJUSTED PAVED SHLDR. VAOTH ' AND ADDED TEMP. RDWY AT EAST END OF OSLO. 6� M. AvrAA ff� Ah Tiny d 7Mmpsw& ACLL, P1, TERRORISM COVERAGE RIDER NOTICE-DISCLOSURE OF TERRORISM COVERAGE AND PREMIUM The Terrorism Risk Insurance Act of 2002 establishes a program within the Department of the Treasury, under which the federal government shares, with the insurance industry, the risk of loss from future terrorist attacks . The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an Act of Terrorism. The Act provides that, to be certified, an Act of Terrorism must cause losses of at least five ' million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States . To be attached to and form part of Bond No . 4075158 . , effective 9 / 24 / 03 In accordance with the Terrorism Risk Insurance Act of 2002 , we are providing this ' disclosure notice for bonds on which Great American Insurance Company, its affiliates (including, but not limited to Great American Alliance Insurance Company, Great American Insurance Company of New York and Great American Assurance Insurance Company) is the surety. ' The United States Government, Department of the Treasury, will pay a share of terrorism losses insured under the terms of the Act. The federal share equals 90% of that portion of ' the amount of such insured losses that exceeds the applicable insurer retention. This Coverage Part/Policy covers certain losses caused by terrorism. In accordance with ' the Federal Terrorism Risk Insurance Act of 2002 , we are required to provide you with a notice disclosing the portion of your premium, if any, attributable to the coverage arising from losses for Terrorist Acts Certified under that Act. ' The portion of your annual premium that is attributable to coverage for Terrorist Acts Certified under the Act is : $ : 00 . 1 AODM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIM 09/24/2 03 ) PRODUCER ( 407 ) 843 - 1120 FAX ( 407 ) 843 - 5772 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION Johnson & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 839 N . Magnolia Ave . HOLDER , THIS CERTIFICATE DOES NOT AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Orlando , FL 32803 Patricia Fuehrer INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: TRANSCONTINENTAL INSURANCE CO . 20486 SHELTRA & SON CONSTRUCTION CO . , INC . INSURER B: AMERICAN CASUALTY COMPANY 20427 P . 0 . BOX 336 INSURER C: TRANSPORTATION INSURANCE CO . 20494 INDIANTOWN , FL 34956 INSURER D: BRIDGEFIELD EMPLOYERS INS . CO . 10701 INSURER E : COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED . NOTWITHSTANDIN ( ANY REQUIREMENT , TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONINSR DATE (MM/DDIYYI DATE LIMITS GENERAL LIABILITY TCP 1015877902 08/01/2003 08 /01/2004 EACH OCCURRENCE $ 1 000 00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50 , 00 CLAIMS MADE FX OCCUR MED EXP (Any one person) $ 5 00 A X CONTRACTUAL PERSONAL & ADV INJURY $ 1 9 000 9 00 GENERAL AGGREGATE $ 2 , 000900 ( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 1 9 000 9 00 POLICY X PROECT LOC J AUTOMOBILE LIABILITY BUA 1015877916 08/01/2003 08 /01/ 2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1 , 000 , 00 ALL OWNED AUTOS BODILY INJURY B $ SCHEDULED AUTOS (Per person ) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ ( Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY : AGG $ EXCESS/UMBRELLA LIABILITY CUP 2068420989 08 /01/2003 08 /01/2004 EACH OCCURRENCE $ 110009000 X OCCUR F1 CLAIMS MADE UMBRELLA FORM AGGREGATE $ 150009000 C $ DEDUCTIBLE $ X RETENTION $ 10900C $ WORKERS COMPENSATION AND 830 - 25258 08/01/2003 08 /01/2004 X WC STATU- OTH- EMPLOYERS' LIABILITY TORY LIMITS I I ER D ANY PROPRIETOR/PARTNER/EXECUTIVE E . L. EACH ACCIDENT $ 500900 OFFICER/MEMBER EXCLUDED? E . L . DISEASE - EA EMPLOYE $ 500100 If yes, describe under SPECIAL PROVISIONS below E . L . DISEASE - POLICY LIMIT $ 500900 OTHER TCP 1015877902 08/01/2003 08/01/2004 ALL RISK COVERAGE CONTRACTORS A EQUIPMENT DEDUCTIBLE 2% INCLUDING RENTAL EQUIPMENT $ 2009000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS SLO ROAD AND 43RD AVENUE INTERSECTION IMPROVEMENTS OUNTY PROJECT N0 , 9327 NDIAN RIVER COUNTY IS ADDED AS AN ADDITIONAL INSURED . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, INDIAN RIVER COUNTY , FL BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1840 25TH STREET OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. VERO BEACH , FL 32960 AUTHORIZED REPRESENTATIVE _ Francis T . O ' Reardon /PF CORD 25 (2001 /08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED , the policy( ies ) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement( s ) . If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement( s ) . DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer( s ) , authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon . CORD 25 (2001 /08) ' SECTION 00610 = PERFORMANCE BOND ' KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we as Principal (Contractor) , (Insert name , principal business address , and telephone number of Principal/Contractor) and a corporation , as Surety, ' (Insert name , principal business address , and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street, Vero Beach , Florida 32960 , (561 -567-8000 ) , ' in the sum of Dollars ($ ) , amounting to 125 % of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the day of , 20_, entered into between the Principal and the County of Indian River, for ' Bond Number. Project Name : Oslo Road and 43rd Avenue Intersection Improvements County Project Number 9327 ' Project Address : The project is located at the intersection of Oslo Road and 43 d Avenue Project Description : Replacement of bridge and construction of intersection widening__ and signalization . ' A copy of said Contract is Incorporated herein by reference and is made a part hereof as if fully copied herein . ' Florida Statutes Section 255 . 05 (2002 ) , as amended from time to time , together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . ' NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and ' such alterations as may be made in the Contract Drawings and Specifications as therein provided for, and shall indemnify and save harmless the County of Indian R;:� . , against and from all expenses , damages , injury or conduct , want of care of skill , negligence or default, including patent infringement on the part of the Principal , his agents or employees , in the execution or performance ' of said Contract, including errors in the Drawings fumished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, ' 5/04/01 PERFORMANCE BOND 00612- 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc then this obligation shall be null and void ; otherwise , the Principal and Surety, jointly and severally, agree to pay the County of Indian River any difference between the sum that the County of Indian River may obliged to pay for the completion of said Work , by contract or otherwise , and any ' damages , whether direct, indirect, or consequential , including reasonable attorney's fees (including appellate proceedings ) , which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. AND , the said Principal and Surety hereby further bind themselves , their successors , executors , administrators and assigns , jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts , damages , costs and judgments which may be recovered against or which the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work , repair or ' maintenance thereof, or the manner of doing the same , or his agents or his servants , or the infringements of any patent rights by reason of the use of any material furnished or work done , as aforesaid or otherwise . ' Principal and Surety expressly acknowledge that any and all provisions relating to liquidated damages contained in the Contract are expressly covered by and made a part of this Bond . Principal and Surety acknowledge that any such provisions lie within their obligations and within the tpolicy coverages and limitations of this Bond . AND , the said Surety, forvalue received , hereby stipulates and agrees that no change , extension of time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same , shall in anyway affect its obligations on this Bond , and it does hereby waive notice of any such change , extension of time , alteration or addition ' to the terms of the Contract or to the Work or to the Specifications or Drawings . AND , the said Principal and Surety jointly and severally covenant and agree that this Bond will ' remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River, IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals , this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these . presents duly signed by its undersigned representative , pursuant to authority of its governing body. ' [The remainder of this page was left blank intentionally] 5/04/01 PERFORMANCE BOND 00612-2 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc WHEN THE PRINCIPAL IS AN INDIVIDUAL : ' Signed , sealed , and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual ' Witness Address WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME : Signed , sealed and delivered in the presence of: Witness Name of Entity BY: Address Principal i Printed Name of Principal Witness (SEAL) Address [The remainder of this page was left blank intentionally] 5/04/01 PERFORMANCE BOND 00612-3 R\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc 1 WHEN THE PRINCIPAL IS A PARTNERSHIP : ' Signed , sealed and delivered in the presence of: Witness Name of Partnership BY: Address Partner Printed Name of Partner Witness (SEAL) Address WHEN THE PRINCIPAL IS A CORPORATION : Attest: Secretary Name of Corporation BY: i (Affix Corporate SEAL) Printed Name Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL I , certify that I am the Secretary of the corporation named as Principal in the within bond ; that , who signed the said bond on behalf of the Principal was then of said corporation : that I know his signature , and ' his signature thereto is genuine ; and that said Bond was duly signed , sealed and attested for and on behalf of Said corporation by authority of Its governing body. ' - Secretary (SEAL) ' 5/04/01 PERFORMANCE BOND 00612-4 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc TO BE EXECUTED BY CORPORATE SURETY: 1 Attest: 1 Secretary Corporate Surety 1 Business Address BY: (Affix Corporate SEAL) 1 Attorney-In -Fact Name of Local Agency 9 Y Business Address 1 STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public , duly commissioned , qualified and acting , personally appeared to me well known , who being by me first duly sworn upon oath , says that he is the attomey-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR ' named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this day of , 20 Notary Public , State of Florida 1 My Commission Expires : 1 I 1 5/04/01 PERFORMANCE BOND 00612-5 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc i 1 ' Any claims under this bond shall be addressed to : Name and address of Surety: ' Name and address of agent or representative in Florida if different from above : r Telephone number of Surety and agent or representative in Florida : �) - * * END OF SECTION 5/04/01 PERFORMANCE BOND 00612-6 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Performance Bond .doc ' SECTION 00612 - PAYMENT BOND ' KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we as Principal (Contractor) , ' ( Insert name , principal business address , and telephone number of Principal/Contractor) and a corporation , as Surety, (Insert name , principal business address , and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1840 , 25th Street, Vero Beach , Florida 32960 , (772-567-8000 ) , in the sum of Dollars ($ ) , amounting to 100 % of the total bid price . For the payment of said sum we bind ourselves , our heirs , executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the day of , 20 , entered into between the Principal and the County of Indian River, for: Bond Number: Project Name : Oslo Road and 43rd Avenue Intersection Improvements County Project Number. 9327 Project Address : The project is located at the intersection of Oslo Road and 43 `d Avenue ' Project Description : Replacement of bridge and widening and signalization intersection A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . ' NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall be ' void ; otherwise , this Bond shall remain in full force and effect, subject to the following terms and conditions : ' 1 . A claimant, as defined in Florida Statutes Section 255 . 05 ( 1 ) , supplying Principal with labor, materials , or supplies , used directly or indirectly by Principal in the prosecution of the Work provided for in the Contract. ' 2 . Florida Statutes Section 255 . 05 (2002 ) , as amended from time to time , together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . 5/04/01 PAYMENT BOND 00612- 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc ' The Surety, for value received , hereby stipulates and agrees that no charge , extension of time , alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to the Specifications applicable thereto , shall in any way affect its obligations on this Bond , and the ' Surety hereby waives notice of any such change , extension of time , alterations -of or addition to the terms of the Contract, or to the Work or to the Specifications . ' The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide , General Policyholder's rating of "A" and Financial Size Category of Class "X" . ' The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River. ' The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses , damages , expenses , costs , and attorney's fees , including appellate proceedings , that the County of Indian River sustains because of a default by the Principal under the Contract. IN WITNESS WHEREOF , the above boundP arties executed this instrument under their several seals , this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative , pursuant to authority of its governing body. WHEN THE PRINCIPAL IS AN INDIVIDUAL, ' Signed , sealed , and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual Witness Address 5/04/01 PAYMENT BOND 00612-2 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc WHEN THE PRINCIPAL IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE ' NAME : Signed , sealed and delivered in the presence of: ' Witness Name of Entity BY: Address Principal Printed Name of Principal Witness ' (SEAL) Address WHEN THE PRINCIPAL IS A PARTNERSHIP : ' Signed , sealed and delivered in the presence of: ' Witness Name of Partnership BY: ' Address Partner ' Printed Name of Partner Witness ' (SEAL) Address [The remainder of this page was left blank intentionally] 5/04/01 PAYMENT BOND 00612 -3 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc WHEN THE PRINCIPAL IS A CORPORATION : ' Attest: ' Secretary Name of Corporation BY: ' (Affix Corporate SEAL) ' Printed Name ' Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL I , certify that I am the Secretary of the corporation named as Principal in the within bond ; that who signed the said bond on behalf of the ' Principal was then of said corporation : that I know his signature , and his signature thereto is genuine ; and that said Bond was duly signed , sealed and attested for and on behalf of Said corporation by authority of Its governing body. Secretary (SEAL) ' [The remainder of this page was left blank intentionally] ' 5/04/01 PAYMENT BOND 00612-4 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc TO BEE EXECUTED CUTED BY CORPORATE SURETY. ' Attest: ' Secretary Corporate Surety ' Business Address BY: (Affix Corporate SEAL) ' Aft omeY-In -Fact ' Name of Local Agency ' Business Address . ' STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public, duly commissioned , qualified and acting , personally appeared to me well known , who being by me first duly sworn upon oath , says that he is the attomey-in -fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR ' named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this day of , 20 Notary Public , State of Florida My Commission Expires : 5/04/01 PAYMENT BOND 00612 -5 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc Any claims under this bond shall be addressed to : ' Name and address of Surety: Name and address of agent ' or representative in Florida if different from above : Telephone number of Surety and ' agent or representative in Florida : �) - * * END OF SECTION ' 5/04/01 PAYMENT BOND 00612-6 R\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Payment Bond .doc ' SECTION 00620 - SAMPLE CERTIFICATE OF LIABILITY INSURANCE ' CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO ' RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ' INSURED COMPANY A , COMPANY B COMPANY C COMPANY D COMPANY E - ' COVERAGES THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE ACCORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. ' LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, POLICY POLICY EFFECTIVE POLICY EXPIRATION nLTRrc TYPE OF INSURANCE NUMBER DATE MM/DD DATE (MMfDrrn LIMITS ' $ 1 ,0001000 GENERAL LIABILITY EACH OCCURRENCE A ® COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Arty One Fire $ 50,000 ❑ CLAIMS MADE - ® OCCUR MED. EXP. (Any One Person $ 51000 ' ❑ PERSONAL & ADV INJURY $ 1 000 000 ❑ GENERAL AGGREGATE $ 1,000 000 ❑ PRODUCTS — COMP/OP AGG. S 1 000,000 ❑ S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 ,000,000 A ® ANY AUTO (Ea. Occurrence) ❑ ALL OWNED AUTOS BODILY.INJURY $ ' [3 SCHEDULED AUTOS (Per Person) ® HIRED AUTOS BODILY INJURY S ® NON-OWNED AUTOS (Per Accident) ❑ PROPERTY DAMAGE $ ' GARAGE LIABILITY AUTO ONLY — EA ACCIDENT $ ❑ OTHERTHAN EA ACC $ ❑ AUTO ONLY AGG S ' A EXCESS LIABILITY EACH OCCURRENCE ❑ ❑ CLAIMS MADE _ ❑ DEDUCTIBLE AGGREGATE S ' ❑ RETENTION S $ S WORKER'S COMPENSATION AND A EMPLOYER'S LIABILITY ®WC STATUTORY LIMITS E.L. EACH ACCIDENT $ 100,000 THE E.L. DISEASE — EA $ 500,000 PROPRIETOR/PARTNERSI ® INCL EXECUTIVE OFFICERS ARE: ❑ EXCL E.L. DISEASE-POLICY LIMIT $ 1002000 ' OTHER: FULL REPLACEMENT COST BUILDER'S RISK OF THE WORK DESCRIPTION OF OPERATIONS/LOCATIONS VEHICLES/SPECIAL ITEMS ' CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 ADDITIONAL INSURED: DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, FAILURE INDIAN RIVER COUNTY, FLORIDA TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND 184025TH STREET, VERO BEACH, FL 32960 UPON THE COMPANY, ITS AGE#TS OR REPRESENTATIVES. [ADD ADDITIONAL INSURED PER AUTHORIZED REPRESENTATIVE ' SUPPLEMENTARY CONDITIONS] + + END OF SECTION + + ' 00620 - Sample Liability Insurance 00620 - 1 F:\Public Works%Terry`PWaster Bidding 8 Contract Documents10D620 - Sample Liability Insurance.doc Rev. 05/01 SECTION 00622 - CONTRACTOR ' S APPLICATION FOR PAYMENT ' Application for Payment No . For Work Accomplished through the period of through To : Indian River County (OWNER) From : (CONTRACTOR) ' Contract: Oslo Road and 43 Avenue Intersection Improvements ' OWNER's Contract No . 9327 ENGINEER: Indian River County Public Work's Department ENGINEER's CONSULTANT: Kimle -Horn & Associates Inc. 1 . Original Contract Price : $ 2. Net change by Change Orders and Written Amendments (+ or -) : $ 3 . Current Contract Price ( 1 plus 2 ) : $ 4 . Total Work to date : 4 . a Total Work completed to date : $ 4 . b Total material stored to date : $ M 4 . c Total Work completed and stored to date : (4 . a plus 4 . b) $ ' 5 . Retainage (per Agreement) : 5 . a 10 % of completed Work (0 . 10 x 4 . a ) : $ 5 . b 20 % of stored material (0 . 20 x 4 . b ) : $ 5 . c Total Retainage (5 . a plus 5 . b): $ 6 . Total Work completed and stored to date less retainage (4 . c. minus 5 . c) : $ ' 7. Previous Payments : $ 8 . AMOUNT DUE THIS APPLICATION (6 minus 7) : $ (1) Attach detailed schedule and copies of all paid invoices. ' CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that ( 1 ) the labor and materials listed on this request for payment have been used in the construction of this Work and payment received from the last request for payment has been used to make payments to all subcontractors , laborers , material , men and suppliers except as listed below; (2 ) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear ' of all Liens , security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance ) ; (3 ) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective ; and (4) If this Periodic Estimate is for a Final Payment ' to project or improver ^t , I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by Chapter 212 Florida Statutes , (Sales and Use Tax ' Act , as Amended ) have been paid and discharged , and that I have no claims against the OWNER. Dated By. ( CONTRACTOR) Contractor's Application for Payment 00622 - 1 F:\Public Works\Capital Projects\Oslo • 43rd Avenue\CONTRACT DOCUMENTS\Contractor's Application for Payment.doc STATE OF FLORIDA COUNTY OF : Before me , a Notary Public , duly commissioned , qualified and acting , personally appeared to me well known , who being by me first duly sworn upon oath , says that he/she is the President of the Contractor above mentioned : ; the he/she executed the above Application for Payment and statement on behalf- of said CONTRACTOR ; and that all of the statements contained herein are true , correct and complete . Subscribed and sworn to before me this _ day of , 20_ Notary Public State of Florida : My Commission Expires : i Accompanying Documentation : NOTICE OF NON-PAYMENT. If one or more "Notice of Non-Payment" or "Notice to Owner" is received by the OWNER, no further payments will be approved until non payments) have been satisfied and a "Lien Waiver" for each "Notice " has been submitted to the OWNER. Upon ' request, CONTRACTOR shall furnish acceptable evidence that all such claims have been satisfied. The CONTRACTOR may, with consent of Surety and indemnification of the OWNER against any claims, receive payment for work for which there is an outstanding "Notice of Non- Payment" or "Notice to Owner. " CERTIFICATION OF ENGINEER / INSPECTOR : I have checked the estimate against the Contractor's Schedule .of Amounts for Contract Payments and the notes and reports of my inspections of the project. It is my opinion that this statement of work performed and/or materials supplied is accurate , that the Contractor is observing the requirements of the Contract, and that the Contractor should be paid the amount requested above . Dated SIGNATURE Indian River County Utility Department Indian River County Public Works ' Approved Date Approved Date Director Director Division Head Division Head ' Account No. Account No. Contractor's Application for Payment ' 00622 - 2 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Contractor's Application for Payment.doc SECTION 00632 - CONTRACTOR' S FINAL CERTIFICATION OF THE WORK ' (TO ACCOMPANY CONTRACTOR ' S FINAL APPLICATION FOR PAYMENT) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state , did on the day of ,20 , enter ' into a contract for the performance of certain work, more particularly described as follows : Oslo Road and 43 `d Avenue Intersection Improvements ' INDIAN RIVER COUNTY PROJECT #9327 UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth . Affiant further says that: 1 . CONTRACTOR has reviewed the Contract Documents , 2 . CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3 . CONTRACTOR has completed the Work in accordance with the Contract Documents . ' 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as ' listed below. 00632 — Contractor's Final Certification of the Work F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Contractor's Final Cer ification. doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPP_ER' S CERTIFICATION AS TO ELEVATIONS ' AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR ' S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by (insert name of CONTRACTOR) who is the CONTRACTOR for the following Project: Oslo Road and 43rd Avenue Intersection Improvements ' INDIAN RIVER COUNTY PROJECT #9327 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision . I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents , except for discrepancies listed below. [attach additional sheets as necessary] (SURVEYOR' S SEAL) CERTIFIED BY: Printed Name : ' Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name : Company Address : Telephone Number: + + END OF SECTION + + 00634- 1 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Professional Surveyor's Certification.doc rThis document has important legal consequences; consultation with an attorney is- encouraged with respect to its use or modification. . This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS ' OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By [INSERT LOGOS] PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General [seal] Contractors of America Construction Specifications Institute [seal] These General Conditions have been prepared for use with the Owner-Contractor Agreements (No . 1910-8-A- 1 or 1910-8- A-2) ( 1996 Editions). Their provision are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC User' s .Guide (No. 1910-50) . For guidance in the preparation of Supplementary Condition, see Guide to the Preparation of Supplementary Conditions (No. 1910- 17) ( 1996 Edition). (AC No . 1910-8 ( 1996 Edition) r r i r r r r r r Copyright 01996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New fork, NY 10017 i 1 00700-2 Standard General Conditions of the Construction Contract PROJECT 1 ' TABLE OF CONTENTS Page ARTICLE 1 - DEF \TMONS AND TERMINOLOGY . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . .. . . ... . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . .6 1 .01 Defined Terms . . . . . . . . .. . . . . . .. . . .. . . . . . : . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . . . . . . . . . . . . . . . . .. . .. .. . . . . .. . . . . . . . . . . . . . . . . .. . .6 1 .02 Terminology. . . . . .. . . . . .. . . . . . . .. .. .. . . . . . . . . . . . . ... . .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . .. . .. . . . .. . . . . . . . . . . . . . . . . . . . . .. .. .. .. . . . . . . . . . . . . .. . . . .. .9 ARTICLE2 - PRELIMINARY MATTERS . .. .. . . .. . . . . . . . . ... . . . . . . . . . . . . . . . .. . . . . . .. . . . .. . . . . . . . . . . . . . . . . .... . . . . . . . . . . . . . . . . .. ... . . .. . ... . . . . . . . . . . . . . . . . . . . .. . .. . . . . .. . . .9 2.01 Delivery of Bonds . .. . ... . . . . . . ...... .. .. . . .. . ... ..... . .. . . . . . . . . . . .. . . . . . . . .. . . . . . . . .. . . ... . . ..... . . . . . . . . . . ... . . ..... . . ... .. . . .. . .. . . .. . .. . . . . .. .. . . . .. . . . .. . .9 2.02 Copies of Documents . .. .. . .. . ... .. . .... . ... . .. ... .. . ... . . ...... .. . . . . . . . . ... .. . . .... . .. ..... ... . ....... . . . . .. . . .. ... . ... . .. . .... .. . . .. . .. . . .. . . .. . . . . . . .. . . . .9 2.03 Commencement of Contract Times, Notice to Proceed.. . ... . .. . .. .. .. . . . . .. . ...... .... . .. . . . :. . . . .. . .. . . .. . .. . . . . . .... . .. . . . .. . . . . .. . .. . .9 2.04 Starting the Work.. . .... . .. . . ... . . ... . . .. . . . .. . ... ... . . . . . . . . . . .. . . .. . . . . . . . .. . .. . . . .. .. . .. . . . ... ... .. . .. . .. ... . ... . . . .. . . . . . . . . . . . . . . ..... . . .. . ... .. . . . . .. . . . 10 2.05 Before Starting Construction . . . . . .. . . . . .. .. . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . ... .. . . . . . . . . . . .. .. ... . . . . . . . .. . . ... . . . . . .. . . . . . .. . . . .. . .. . . .. . . . 10 . 2.06 Preconstruction Conference. .. . ... . . .. . . .. ... . . . . . . . . . . . . .. . . :. . . . . . . . . . . . . . . . .. . . . .: ... . .. . . .. . . . . . . . . . . .. .. . .. . . .. . .. . . . . . . . . . . . . .. . . .. . . .. . . . . . . . . . . . . 10 2 .07 Initial Acceptance of Schedules :.. .. . . . . . .. . . . . . . . . . .. . .. . . . . . .. . . . .. . .. . . .... . . . . . . .. . . . . . .. .. . .. .. . . . . . . . . . . . . . . . . . . . . .. . . .. .. . .. . . .. . . . . . . . . . . . . ... . 10 ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, AMENDING, REUSE .. .. . . . ..:... . .. . . .. . . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . 11 3 .01 Intent , .. . 3 .02 Reference Standards . . ..... ... ... .. . . ... . .. . . .. ... . . . . . . . . .. . . . .. ... . . . . .. . . .. . . . . . . .. . . . . . .. .. . . . .. ..... . . . . . . ... . . . . . .. . .. . .. . . . . . . ... .. . . .. . ... . . . . . . ... . . . 1 l 3 .03 Reporting and Resolving Discrepancies ..... .. . . . . .. . . . . . .. . .. .. . . . . . . . . . . . . .. . . . . .. . ...... . ... . . . .. .. . . . . ... .. . . .. . ... . . .. . .. . . .. . . . .. . . . . . . ... . . 1 l 3 .04 Amending and Supplementing Contract Documents . . . . .. . .. . . .... . . . . . . . . . . .. ... . . . . . . . . .. . . . . . . . . .. . . . . . .. .. . . . . . . . .. .. .. . . . .. . . ..: .. . . . . 1 l 3 .05 Reuse of Documents .. . . . ... ... . . .... .. . . .. . ... . .. ... . . ... . .:. .. . . . .. . . . ... . .. . .. .. . .. .. . .. . .. ... . .. . . . . . .. ... .. . ... .. .. . . .. . . ... . . . .. .... . . . . . . ..... ... ... . . . 12 r ARTICLE 4 - AVAILABILITY OF LANDS ; SUBSURFACE AND PHYSICAL CONDITIONS ; REFERENCE ' POINTS .. . .. .. .. ...... ..... ........ ..:.. .. .. . . . ... . ... ..... . . . . .. .. ... .... . . . .. . .. . . . ... ... . . . . . . ... . .. .. ..... . .. . . .. . . . . . .. .. . . .. . .. . . ... .... ... . . .. . . . . ... ... . . 12 4.01 Availabili ofLands ... . . . . . .. .. ... . . . . . . . . ... ... .... . . . : . .. . .. . . . .... . . . .. . . . ..... .. .. .. .. . . . .. . . . . . . . . . . . ... . . . . . .. . . . . . . . . . . . . .. ....... . .. . . . . . . . .... . .. . . 12 4.02 Subsurface and Physical Conditions . ... . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . .. ... . . . . .. . . . . . .. . . . ... . . .. . . . . . . .. . . . . . . . . . .. . . . . . . .. . . ... . . . . . . 12 4.03 Differing Subsurface or Physical Conditions . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . .. .. . . . . . . ... . . . .. . . .. . . . . . . . . . .. . . . . . . .. . . .. .. .. . . .. . . . 13 4 .04 Underground Facilities . . . .. .. .. .. . . . . . . . ... . . .. . .. .. . . . . . . . .. . .. . . .. . .. . . . .. . . . . .. . . . .. . ... . . . . .. .. ..... . . . .. .. . .. . . .. . .. . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . 14 4.05 Reference Points . .. .. . . . . . . . . . . .. . . . . ... . . . . . . ... . .. . . .. . . . . . .. . . . . . . .. . . . . . .. . .. . . . . . . . . ... . . . . . .. . . . .. . . . .. . .. . . . .. . . . . . . . . . . .. . . . . . . .. . .. . . .. . . . . . . . . . . .. . . . . 14 4 .06 Hazardous Environmental Condition at Site . .. . . . . . . . . . . . . . .. . . . . . ... .. . . . . . . . . . . .. . . . . . . . . . . ... . . . . . . . .. . . . . . . . . .. . . ... ... . . . . . . . . . . . . .. . . . . . . 14 ARTICLE 5 - BONDS AND INSURANCE. . .. . . ... . .. . . . . . . . .. .. . . ... .. . .. .. .. . . .. . ... . . .... . . . . . .. . . . .. . .. .. . . ..... . .. :. . .. ..... .. . . .. . .. . . .. . . ... . .. .. . . . . .. . .. . ... . . . .. . . 16 5 .01 Performance, Payment, and Other Bonds . . " , .. .,. . , . . , . . . . . . . . . . . 0. .. . .. 60 . .. . ..* . *. . . . . . .. . .. . .. . . . .. . . . .. . . . . . . . 16 5 .02 Licensed Sureties and Insurers. .. . . . . . . . . . .. . . . .. . . . .. . . . . . . . . . . . . ... . .. . . . . . . . . .. . .. .. . .... .. .. . .. . . . . . . . . . . . .. . .. . . . . . . . . . . . .. .. . .. . . . . . . . . . . . . . . . . . . . 16 5.03 Certificates of Insurance ... 16 5 .04 CONTRACTOR 's Liability Insurance. .. . . . . . . . . . . I. . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . .. . . ... .. . . . . . . . . . . . . . .. . . . . . . .. .. . . . . .. . . . 16 5 .05 OWNER 's Liability Insurance. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . .. . .. . . . . . . . # o . 00ppe . 00 . . . . . . . 17 ' 5 .06 Property Insurance . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . 00 . 00. 0 . . .. . .. . . . . . . . . . . . . . . . . 17 5 .07 Waiver of Rights . .. . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .... . . . . . . . . . . . . . . . . . . . . . . . 18 5 . 08 Receipt and Application oflnsurance Proceeds. . , " , Sao 6 04 0 a 6 . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . 19 ' 5 .09 Acceptance of Bonds andlnsurance; Option to Replace . . , ' , , . ., ., . . . . . . . . .. . . . . . . . . .. . 19 5 . 10 Partial Utilization, Acknowledgment of Property Insurer . 1 . . . . . . . . . . . .I. . . . . . . . . . . . . . . . . . . . . . . . 0000 . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .Error ' Boo] ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . 19 6 .01 Supervision and Superintendence . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .20 6. 02 Labor; Working Hours . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 6 .03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 ' 6 . 04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .20 6 .05 Substitutes and "Or-Equals " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .20 . . . . .. 6. 07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 ' 00700-3 Standard General Conditions of the Construction Contract PROJECT 6 .08 Permits .. . .. .. .. . . . . . .. . . . . . . . .. . .:. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . .:. . . . . . . .. : . . . . . . .. . .. . . . ... . . . . . . .. . . . .. . . . . . . . . . . . . .23 6 .09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . .. . . .. . . . . . .. . . . . . . . . . . . . . . . . . . .: . . . .. . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . .23 6. 10 Taxes. .. . ... 6 a * a &4 a 0 a a a 0 11 . 10 111116 1 . 0 1 a a a to a . . . . . . . . . we . . .. . . 0. .. . . . . . . . . . . . . . . . . . . . .24 6 . 11 Use ofieanOther Area . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24S ' . . . .. . . . . . . . . . . . ... . . . .. .. . . . . . ... . . . . . .. . . . . .. . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . .. ... . .. . .. . . .. . . . . . . . . . . ... . . .. . . . . . . . . . . . . . . . . . .24 6. 13 Safety and Protection . . . 6. 14 Safety Representative . . . .. . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .25 6 . 15 Hazard Communication Programs . . .. . . . . . .. . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . ... . . . ,. . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . .. . . . . .. . : . . . . . . . . . . . . . . . . . .25 6. 16 Emergencies . . . . ' . . . . . .. . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . .: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 6 . 17 Shop Drawings and Samples 025 6. 18 Continuing the Work . .. ... . . .. . . . . . . . . . . . . . .. . . . . . . . .. .. . . :. .. . .. .. . ... . . .. . . . . .. . . . . . . . . . .. : .. .... . . . . . . . ... . . .. . . . . . .. . . . . . . . . . .. . . . . . . ... . . . . . . . . . .. . . . . . .26 6. 19 CONTRACTOR 's General Warranty and Guarantee . . . . . . . . . .. . .. . . . . . ... . . . ... . . . . . . . . . . . .. .... . .. . .. . . . . . ... . . .. . . .. . . . . . . . . . . . . . . . . .. .26 6.20 Indemnification . .. . . ... . . .. . .. . ... . . . . . . .. ... .. ... . . . .. .... .. . . ... ... . . . ... . . .. . . . . . . . .. . . .. . . .. . . . . . .. .. . .. . . . .. . .. . . . . . . ... ... . . . . . . . . . .. . . . .. . . . . .. . . . . . . . . . . .27 ARTICLE7 - OTHER WORK .: .. . . .... . .. . ... . .. . . ... . . . . . . . .. ..... .. .. . . ..... . . . ..... . .. . . . . . .... .. . .. . .. . . . . .. .. . .... .. . . ... . . ... . ... .... . . . ... ... .. . ... .. . .. . . . . . . . .. . . . . . . . . . . .28 7.01 Related Work at Site ... . ... . ... . . . . .. . .. . . . . . ... . . . . ... . . . . . . . . . .. . .. .. . . . . . . .. . . . . . . . . . . . . .. . . . . . . ..: .. .. .. . . . .... .. .. . . .. . . . . . . . . . ... ... . . . . . .. . . . .... . . . 28 7 .02 Coordination . . . . .. . . . .. . ... .. . . . .. . .. . . . . . .. . .... . .. . .. .. ... . . . . . . .. . . . . . .. . .. . . . . . . . . . . : . . . . . . . . . . ..... . . . . . .... 28 ' ARTICLE 8 - OWNER' S RESPONSIBILITIES . . . . . . . .. . . .. . . :. . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . : . . . . .. . . . .. ... . . . . . . . . . . . . . . . . . . . . . .... . :. . . . . . . . . . ... . . . .:28 8 .01 Communications to Contractor. 1 1 1 0 a 0 . V . 6 a 0 a 0 a 0 . . I I I I I . . I I I I 1 0 .1 6 0 0 0 9 0 . a 0 0 9 0 . I I I I I I I I I I I 10 1 1 a 0 a 8 0 0 0 . a a 0 0 0 . a I I I I . I . . . . . . .. .. . . . . . . . . . . . . . .28 8.02 Replacement of ENGINEER. .. . . . .. . .. .. .. . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .: . . ... . .. . . .. .. . . . . . .. .. . . . . . . . . . . .. .. . . . . . . . .. . . . . . :. . . . . . . . . . . . . . . . . . . . .28 8 .03 Furnish Data ... . ... . . ... ... .. . . .. . . . . . . . . . .. . .. .. . . . . . . . . . .. . . . . . . .. . . . . . . . . .. . . . . . . .. . . . . .. . . . . .... . . . .. . .. . . . . . . . . . . . . . .. . . .. . ... . .... .. . . :. ...... . . . . . .. . . . . . .28 8 .04 Pay Promptly When Due ... .. . ....... ... .. .. . .... . . . . . .... . . .. . .. . . . . . .... . . . . . . . ... . . . . ... . . . ... . . . . .. .... . .. ... . ... .. . . . . ... .. . . . .. . ... . . . . ... ...... .. . . .28 8 .05 Lands and Easements; Reports and Tests . . .. . . . .. . .. . . 8 .06 Insurance ..... .. .. .. . . . ... . . .... . . . ... . . .. . .. . . . . . . .. ... ..... . . . ... . . . . .. .. .. . . ..... . . . .. .. . . .. . .... . . . .. :. . . .. . .. . :.. . . . : . . .. ... . . ..... . . . .. . . . . . . . . . ... .. . .. . . . . .29 ' 8 .07 Change Orders ........ ...... .... . .... ...... ... . ...... ... ... . . ... ... . . . . . .. . .. . . . .. .. . . .. . . . ... .. . . ..... ... . . .... ... :... . .. .... ... . .... ... . .. ........ . . . . . . . . . . . .29 8 .08 Inspections, Tests, and Approvals .. . ... . . ... . . . . . . .:. . . . . . ..... . . ... ....... ... . ... . . . . .. . . . .. . .... .. . . .. . . .. . . .. .. .......... . ... .... .. . .. .. . . . ... ... ..29 8 .09 Limitations on OWNER 's Responsibilities . . . . ...... . .. . . .. . .. .. . . .. . . . .. . . . .. . .: . . .... . . . . . . .... : ...... ... ... . . . . . . ....... ... ... .. ......... . ... .29 8 . 10 Undisclosed Hazardous Environmental Condition . . . . : . .. .. . .. . ... . . .. . .. . ... . . ... . . .. . . . .. . . . . . .: . .. . ... ... . . ... . .. . ...... . . . ... . . . . . . . . ..29 8 . 11 Evidence of Financial Arrangements. . . . . . . . . .. . ... . . . . . . .. . . . . . . . . . . . . .. .. . . . . . . .. . . . .. . .. . . . . ... .. . . . .. .. ... . .. . . ...... . . ... .. . . . . . . . .. . . . ... . .. . :29 ARTICLE 9 - ENGINEER' S STATUS DURING CONSTRUCTION .. . . . :. . . . . . . . .. . . . . . . . .. . . .. ... . . . .. . . . . . . . . . . . .. . . . . . . .. . . . . . . . .. :. . . . . . . . . . . . . .. . . . . . .29 9.01 OWNER 'S Representative .. . . . .. . . . . . ... . . . . .. . . . . .. . : . .. . . . .. .. . . .. . .. . . . . . . . . . . . . . . .. . . . .. .. .. . .. .. . . . . . . . . . .. . . .. . . .. . . . . . .. . . . .. . .. . . . . . .. . . . . . . . . . . . .29 9.02 Visits to Site .. . ... . . . . ... . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . .. . . .. . . . . . . . . .. .. . . . . . . .... . . ... .. . . . . . .. .. .. . . ... .. . : .. . . .. . . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . .. . . . .. .. . . . .29 . :. ..... . . . . ... . . . . . . .. . .. ..... . . . . ..... ... . .... . .. . . . . . . . . . .. . . . . . .. : . : .. . . . . . . . . . . . . ... . ... ... . : .. .. . . . .. .. . . . .. . . . . . . .. . . .. . . . . . . . .29 9 .03 Project Representative ' 9 .04 Clarifications and Interpretations. .... . . . . . . . . .. . .. .. . ... ... . . :. . .. . .. . . .. . .. . . ... . . .. ... . ... . .... . . . .. . . . . . .. . . . .. . . .... . . . . .. . . . . . . . . . ... . . . .. . . . . . .30 9.05 Authorized Variations in Work. . . .. . . . . .. . . ... . . . . . . .. . . . . . . . .: . .. . . :.. . . . . . ... . . . . . .... . . .. . . . . . . . .... .. . .. . . . .. . ... . .. . . . .. ... .. .. . . . . . . . .. ... . . . ... . .30 9 . 06 Rejecting Defective .Mork .... .. :. . .. . . . . .. :. . .. . .... . .. ...... .. . . . . ... ... . . .. . . . . . . . . . .. . . . . . . . .. . .. . .. .. . . ... . ... . .. . . .. . . . .. ... . .. . . ... . .. . . . . . . . . . . . . . ..30 9 .07 Shop Drawings, Change Orders and Payments . . .:. . . . . . . . . . . .. .... . . ... . .. . . .. . . .. . .... . . . ... . . . . . . . . . . . .. . .. ... . . . . . . .. . . . . . . . . . . . .. . . .. . . .30 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work",, . . . . . . . . . . . .30 . . . . . . . . . . . . .. . .. . . .. . . . . .. .. 9 . 10 Limitations on ENGINEER 's Authority and Responsibilities . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . ... . .. . . . .. . . . . . . . . . . .31 ARTICLE10 - CHANGES IN THE WORK; CLAIMS .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . .. .. . . . . . . . . . . . . . . . . . . .31 10 .01 Authorized Changes in the Work . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . .31 10 . 02 Unauthorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . .. . . . . . . . . . . . . . . . . . . . .31 10 . 63 xecution of Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . .. . . . . . . . . . . . . . . . .. . . . . . .31 10.04 Notification to Surety. . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . . .. .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 10 .05 Claims and Disputes, . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES ; UNIT PRICE WORK.. . . so . . . 11 . . . . . one . . . 1 . 132 11 . 01 Cost of the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 ' 11 . 02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . : . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 . . . . . . . . . . . . . . . . . . 11 .03 Unit Price Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 00700-4 Standard General Conditions of the Construction Contract PROJECT ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES . .. . . .. . .. . :. . ... . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . .35 12 .01 Change of Contract.Price . . .. . . .. . . . . . . . .. . . . . . . .. . .. . .. . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. . . . .. . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. .35 12.02 Change of Contract Times . . . . . .. . . . . .. ... . . . . . . . . . . . . .. . . : .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . .. . . . . . .. . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . .36 12 .03 Delays Beyond CONTRACTOR 's Control .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .. . . . . ... . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .36 12 .04 Delays Within CONTRACTOR 's Control, I I 1 0 1 8 1 *1 6 0 0 a 1 0 a a 0 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 0 1 1 1 1 11 1 1 1 1 1 1 0 1 & 0 0 9048 *00 036 12 . 06 Delay Damages . . . . ... . . . . . . .. .. . .. . . .. . . . . . . . . . . . .. . . .. . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .36 ' ARTICLE 13 - TESTS AND INSPECTIONS ; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE `WORK, ,, , , ,, , I . . I I . I I I I I I .. I I * I I I . I I I I I I I .. .I I. I I I I .I I I I I I I 1 6 1 . I . . . I I . I I . I I . I . I I 1 60 * 0400 *36 13 .01 Notice ofDefects . . . .. . .. . . .. . . .. . .. . . .. . .. . .. . . .. . .. ... . . ... . .. . .. . . .. . . . .. . . .. . . . . . .. . . . .. . . .. . .. . . .. . ... . .... . . .. . .. . .. . . . . . . . . . . .:. .. . . . . . . . .. . ... . . . . . . . . .36 13 .02 Access to Work . ... .... .. . . .. . . .. . . . . . .. ... ... .. .. . .. ... . . .. . ... . . . . . . .. .. . . . . .. . .. . . . . . ..... . .. . .. . . . . .. .. . . . . .. . . .. .. . ... . .. . . . . . . . . . . . . . . . . . . . .. . .. . . .. . .. . .37 13 .03 Tests and Inspeciwns .. ... .... ... ... ... . .. . ... .... .... ... . .. . . . . . ....... . ... .. . . . . . . . .. .. . .. . .. . . . ...... .... . ...... . ... . . . . . .. . . .. . . . . . . . . .... . ... . . . . . .. . .37 13 .04 Uncovering Work . ... . .. . .. . .... ... . .. . .. . . . . ... . .. .... . .. . . ... . . . . . ... ... . .. . . .. . . .. . .. . .. ..: . .. . . ...... ...... . . ..... . . .. . . . . . . . . . .. . . . . . . . . : ... . .. . . .. . .. . .37 ' 13 . 05 OWNER May Stop the Work . ... . . . . . .. . ... .. .. . .. .. . . ... . . . . .. . . . . . . . . . . . . . .. . . .: . . . . . . . .. . . . ..... . .. . . . . : .... . .. .. . . .. . . . . ... . . .. . . .. . . . . . . . . . .. . . . . .38 13 .06 Correction or Removal of DefectiveWork. .. . ... . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . .. . . . .. . .. . .. . . . . .... . . . . . . . .. . . . . . .. . . . . . . . . .. ... . . . . . . . . .. . .38 13 .07 Correction Period. . .. .. .. . .. . ... .. . . .. . . . . . .... .... . : ... .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . :. . . . . .. . .. . ... . . . . . . . : .. . . . . . .. . . :. . . . . . . .. . . .. . . .. . . .. .38 13 .08 Acceptance ofDefective Work . ... . . . . .. . ... . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . .. . . .. . . . .. . . . . .. . . . .. .. . . . . . . . . .. . . .. . .... . . . .... . .. . . . . . . . . . . . . .38 13 .09 OWNER May Correct Defective. Work. . . . . . . . . . .. . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . ... . . . .. .. . . . . . . . . .. . . .. . .. . . . . .. . .. . .. . . . . . . . . . . . . .39 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . . . . . . . .. . :.. . . . . . .. . .. . . . . .. .. . . . . . . . . .. . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . .39 14 .01 Schedule of Values .. .. . . ... . ... .. .... . .. . ... ...... ... .. .. . ... .. . . . . . . . . . .. . . . . . . . . .. . .. . . . .. . .. .. . . . . . . .. . . . ...... . . . . . .. ... . .. . . . . . ... .. . . . . .. . . . . . . . . . . .. 14 .02 Progress Payments . . .... . .. . ... .. . .. . . .. .... .. ........... . ..... .. ... . . .. . . .. . . . . . . .. ... . . ... . .... . . .. . . . ... . .... .. . . . . . . . . .. ... .. .. . . .. .. . . . . . . . . . . . . . . . . . . ..39 14 .03 CONTRACTOR 's Warranty of Title . . . ... . .. ... . ..... .. . . . . . . . .. . . . .. . . . . . ... . . . ... .. .. . ... .. .... . .. .. .. . .. . . .. ... .. . . . .. . ... ... .. . .. . . . . . . . .. . . . .41 14.04 Substantial Completion .. . .: . ... ........ .... . .... . .. . .. . ....... . . . .. . . .. . .. . . . . . . . .. . . . . .. . ... .. ... ...... . ...... ... .. . .... . .. .. I. . ..... ... ... . . .. . . .. . . . . Error! Boo] t 4 14.05 Partial Utilization ..., .. ."," .., . ....... .. . ...... .. .... . .. . . . .. . .. . 2 ..... ...... . .. ....... ...... ... ...... 14.06 Final Inspection . ... ... .... ... . . . . . .. ....... ..... . ... .. ..... . .. . ...... . .. . . .. . ... . . . . .. .. . :. . ... ... . .... ... ... . .. :. .. . .. . . . .... . ... . .. . . .. .. ... . .... . . . . . .. . .. .42 14.07 Final Payment . ... . . .. .. .. ..... . .... ............. . .. . . ..... ... . .. . . ... . . . . .. . .. . . . . . . . . . . . . . ... . . . .. . .. .. . ... ..... .. . .. . . . .... . ... . .. . . ....... . .. .. .. . . . . . . . . .42 14.09 Waiver of Claims . .. .. .... .... . .. . . . . . .. .. . .. ... . . . . . . .. . . . . .. . .. ... .. . . . ... . .. .. . . . . . . . . . . . .. . .... . .. ...... . . .. .. . .. ... .... . . . ... . . .. . . . .. .. . .. . .. . . . . . . . . . . .43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION .. . .. .. . ... . .. . . . . . . . .. . . .. ... . . . . . .. . . .. .. . . .. ... . . .. . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .43 15 .01 OWNER May Suspend Work.. . . . . .. . . .. . . . . .. . .. . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . .. . ... . . .. . . . . . . . .... . . . . . .. . . . .. . . ... . . . . . . . . .. . . .. . . . . . . . .. . . . . .43 15 .02 OWNER May Terminate for Cause, I 10 1 1 1 1 111 1 1 1 1 11 11 1 1 1 1 1 11 1 1 1 1 . I I I. I I I I I I I I I I I .I..I I.I 110*000 " p .. 66 I I I I I . .I I I ..I I I I I I I . . . .. . . ... . . . . . . . . .. . .43 15 .03 OWNER May Terminate For Convenience ", ' , " ", ' ,, . , , , . ... . .. ... . &.. . . . . . . . . . . . . . . .. .. . . . 0 . .. . . . . .44 15 .04 CONTRACTOR May Stop Work or Terminate . . . . . . . . . ..0*0#00000*00.... . . . ... . . . ... . . .. . . . .. . . . . . . .. .11 .1 . 1 . . 1 .1111144 ARTICLE16 - DISPUTE RESOLUTION . . .. . . .. . . . .... .. . . .. . . . ... .. . . . .. . . .. .. . . ... . . .. .. . . . . . . . . . . . .. .. . .... .. ... .. . . ...... . . . .. ... . . . . .. . . . . . . .. . . .. . .. . . . . . . . . .. . ... . . . .45 i16.01 Methods and Procedures . .. . . . . ..... . .... . . .... ... . .. . . . . .. . . .. .. . . . . . .. . . . . . . .. .. . .. . . .. . .. . .... ... . ... . . . . . ... . . . . . . . . . . . . . .. . . . . . . . . . . . . .... . . .. . ... .45_ ARTICLE 17 - MISCELLANEOUS . , . . . . . .. . . .. . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . .. . 111 . 1 . . . . . . . .. . . . . . . . . . . . . . .. . . . . . ... . . . . . . . . . 1 & so & .. . . . . . . . . . . . . . . .. . . . . . . . . .45 17 .01 Giving Notice. . . . . . . . . . . . .. . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .45 ' 17 .02 Computation of Times . . .. . . .. . . . .. . . .. . . . . . . . . . :. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .: .45 17 .03 Cumulative Remedies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . .45 17.04 Survival of Obligations . . . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .45 i7.05 Controlling Law . . . . . . . . . . .. . . .. . . . . .. . . . . . . . . . . . . .. . . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . .. . . .. . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . .45 r i 00700-5 Standard General Conditions of the Construction Contract PROJECT i GENERAL CONDITIONS NOTE : SOME OF THE GENERAL CONDITIONS HAVE BEEN MODIFIED BY THE SUPPLEMENTARY ONDITIONS . IN THESE INSTANCES , THE SECTIONS OF THE GENERAL CONDITIONS SO MODIFIEI HAVE BEEN DENOTED HEREIN FOR THE CONTRACTOR' S CONVENIENCE, REFER TO THE SUPPLEMENTARY CONDITIONS FOR THE MODIFIED LANGUAGE. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 8 . Bonds—Performance and payment bonds and other instruments of security. ' 1 . 01 Defined Terms 9 . Change Order—A document recommended by ENGINEER which is signed by CONTRACTOR and A. Wherever used in the Contract Documents and OWNER and authorizes an addition, deletion, or revision in printed with initial or all capital letters, the terms listed the Work or an adjustment in the Contract Price or the below will have the meanings indicated which are Contract Times, issued on or after the Effective Date of the applicable to both the singular and plural thereof. Agreement. 1 . Addenda-Written or graphic instruments 10. Claim—A demand or assertion by OWNER or issued prior to the opening of Bids which clarify, correct, or CONTRACTOR seeking an adjustment of Contract Price or change the Bidding Requirements or the Contract Contract Times, or both, or other relief with respect to the Documents, terms of the Contract. A demand for money or services by a third party is not a Claim. 2. Agreement—The written instrument which is evidence of the agreement between OWNER and 11 . Contract—The entire and integrated written CONTRACTOR covering the Work agreement between the OWNER and CONTRACTOR concerning the Work The Contract supersedes prior 3 . Application for Payment—The form negotiations, representations, or agreements, whether acceptable to ENGINEER which is to be used by CON- written or oral. TRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied 12. Contract Documents—The Contract Docu- by such supporting documentation as is required by the ments establish the rights and obligations of the parties and Contract Documents . include the Agreement, Addenda (which pertain to the Con- tract Documents), CONTRACTOR's Bid (including docu- 4 . Asbestos—Any material that contains more mentation accompanying the Bid and any post Bid than one percent asbestos and is friable or is releasing documentation submitted prior to the Notice of Award) asbestos fibers into the air above current action levels when attached as an exhibit to the Agreement, the Notice to established by the United States Occupational Safety and Proceed, the Bonds, these General Conditions, the Health Administration. Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the 5 . Bid—The offer or proposal of a bidder submit- Agreement, together with all Written Amendments, Change ted on the prescribed form setting forth the prices for the Orders, Work Change Directives, Field Orders, and Work to be performed. ENGINEER' s written interpretations and clarifications issued on or after the Effective Date of the Agreement. 6. Bidding Documents—The Bidding Approved Shop Drawings and the reports and drawings of Requirements and the proposed Contract Documents (in- subsurface and physical conditions are not Contract cluding all Addenda issued prior to receipt of Bids) . Documents . Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in 7 . Bidding Requirements—The Advertisement or electronic media format of text, data, graphics, and the like Invitation to Bid, Instructions to Bidders, Bid security form, that may be furnished by OWNER to CONTRACTOR are if any, and the Bid form with any supplements. not Contract Documents, 00700-6 Standard General Conditions of the Construction Contract PROJECT 13 . Contract Price—The moneys payable by 24. Hazardous Waste--The term . Hazardous OWNER to CONTRACTOR for completion of the Work in Waste shall have the meaning provided in Section 1004 of accordance with the Contract Documents as .stated in the the Solid Waste Disposal Act (42 USC Section 6903) as Agreement (subject to the provisions of paragraph 11 .03 in amended from time to time, the case of Unit Price Work). 25 . Laws and Regulations; Laws or Regulations- 14. Contract Times—The number of days or the Any and all applicable laws; rules, regulations, ordinances, dates stated in the Agreement to: (i) achieve Substantial codes, and orders of any and all governmental bodies, Completion; and (ii) complete the Work so that it is ready agencies, authorities, and courts having jurisdiction. for final payment as evidenced by ENGINEER' s written ' recommendation of final payment. 26. Liens—Charges, security interests, or encumbrances upon Project fiords, real property, or personal 15. CONTRACTOR—The individual or entity with property. whom OWNER has entered into the Agreement. 27. Milestone—A principal event specified in the 16. Cost of the Work—See paragraph 1 LOLA for Contract Documents relating to an intermediate completion definition, date or time prior to Substantial Completion of all the Work. 17. Drawings—That part of the Contract Documentsprepared or approved by ENGINEER which 28 . Notice of Award—The written notice by graphically shows the scope, extent, and character of the OWNER to the apparent successful bidder stating that upon Work to be performed by CONTRACTOR Shop timely compliance by the apparent successful bidder with Drawings and other CONTRACTOR submittals are not the conditions precedent listed therein, OWNER will sign Drawings as so defined. and deliver the Agreement. t18 . Effective Date of the Agreement—The date 29. Notice to Proceed—A written notice given by indicated in the Agreement on which it becomes effective, OWNER to CONTRACTOR fixing the date on which the but if no such date is indicated, it means the date on which Contract Times will commence to run and on which the Agreement is signed and delivered by the last of the two CONTRACTOR shall start to perform time Work under the parties to sign and deliver. Contract Documents. 19. ENGINEER—The individual or entity named 30. OWNER—The individual, entity, public body, as such in the Agreement or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed 20. ENGINEER 's Consultant—An individual or entity having a contract with ENGINEER to furnish 31 . Partial Utilization Use by OWNER of a services as ENGINEER's independent professional substantially completed part of the Work for the purpose for associate or consultant with respect to the Project and who which it is intended (or a related purpose) prior to is identified as such in the Supplementary Conditions. Substantial Completion of all the Work 21 . Field Order—A written order issued by 32. PCBs—Polychlorinated biphenyls. ENGINEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the 33 . Petroleum—Petroleum, including crude oil or Contract Times, any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14. 7 22. General Requirements—Sections of Division pounds per square inch absolute), such as oil, petroleum, 1 of the Specifications. The General Requirements pertain fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil to all sections of the Specifications. mixed with other non-Hazardous Waste and crude oils. 23 . Hazardous Environmental Condition—The 34. Project—The total construction of which the presence at the Site of Asbestos, PCBs, Petroleum, Work to be performed under the Contract Documents may Hazardous Waste, or Radioactive Material in such be the whole, or a part as may be indicated elsewhere in the quantities or circumstances that may present a substantial Contract Documents . danger to persons or property exposed thereto in connection with the Work 00700 - 7 r . 35 . Project Manual—The bound documentary 44. Supplementary Conditions—That part of the information prepared for bidding and constructing the Contract Documents which amends or- supplements these Work A listing of the contents of the Project Manual, General Conditions, which may be bound in one or more volumes, is contained in the table(s) of contents. 45 . Supplier—A manufacturer, fabricator, suppli- er, distributor, materialman, or vendor having a direct 36. Radioactive Material—Source, special nucle- contract with CONTRACTOR or with any Subcontractor to ar, or byproduct material as defined by the Atomic Energy furnish materials or equipment to be incorporated in the Act of 1954 (42 USC Section 2011 et seq.) as amended Work by CONTRACTOR or any Subcontractor. from time to time. ' 46. Underground Facilities—All underground 37. Resident Project Representative—The autho- pipelines, conduits, ducts, cables, wires, manholes, vaults, rized representative of ENGINEER who may be assigned to tanks, tunnels, or other such facilities or attachments, and the Site or any part thereof. any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum 38. Samples—Physical examples of materials, products, telephone or other communications, cable equipment, or workmanship that are representative of some television, water, wastewater, storm water, other liquids or portion of the Work and which establish the standards by chemicals, or traffic or other control systems. which such portion of the Work will be judged. 47. Unit Price Work—Work to be paid for on the 39. Shop Drawings—All drawings, diagrams, basis of unit prices. illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CON- 48 . Work—The entire completed construction or TRACTOR and submitted by CONTRACTOR to illustrate the various separately identifiable parts thereof required to some portion of the Work be provided under the Contract Documents. Work includes r and is the result of performing or providing all labor, 40. Site—Lands or areas indicated in the Contract services, and documentation necessary to produce such Documents as being furnished by OWNER upon which the construction, and finuishing, installing, and incorporating Work is to be performed, including rights-of-way and all materials and equipment into such construction, allas easements for access thereto, and such other lands finnished required by the Contract Documents. by OWNER which are designated for the use of CONTRACTOR 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of 41 . Specifications—That part of the Contract the Agreement and signed by OWNER and recommended Documents consisting of written technical descriptions of by ENGINEER ordering an addition, deletion, or revision materials, equipment, systems, standards, and workmanship in the Work, or responding to differing or unforeseen as applied to the Work and certain administrative details subsurface or physical conditions under which the Work is applicable thereto. to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract 42. Subcontractor—An individual or entity having Times but is evidence that the parties expect that the change a direct contract with CONTRACTOR or with any other ordered or documented by a Work Change Directive will be 1 Subcontractor for the performance of a part of the Work at incorporated in a subsequently issued Change Order the Site. following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 43 . Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the 50. Written Amendment—A written statement point where, in the opinion of ENGINEER, the Work (or a modifying the Contract Documents, signed by OWNER and specified part thereof) is sufficiently complete, in CONTRACTOR on or after the Effective Date of the accordance with the Contract Documents, so that the Work Agreement and normally dealing with the nonengmeermg or (or a specified part thereof) can be utilized for the purposes nontechnical rather than strictly construction-related aspects for which it is intended. The terms "substantially complete" of the Contract Documents . and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 00700 - 8 r. 1 1 - - 1 . - 1 . 1 � • 1• 1 1 - - - - - •• •=v, - • • • • • u • - i " • nu • • • 1 . • • • . . • • • - • - • - 1 • - 1 - U - • uu - - • - - - - • - -Wmm,ma. eve-- • • • 1 • I• 1 - • 1 1 - - • - 11 - 1 A • 1 . - - - - - 1 • U . . • 1 11 1 - • 1 1 � • OI " 1 A 1 1 1 1 • 11 111 / • • 1 • - 1 • • 1 • . • - . 1 1 - ' , 111 • I I 1 11 1 • 1 • • 1 - • - / - - • 1 I - • • .1. NWEM - - . • - 1 - 1 . 1 1 . - - i - 1 • 91 • 1 ' - - I ol Pi - - . 1 1 • 1 • • • - • • - 1 - - err • Y � • - . . J 11 ` 1 • 1 • 1 • • • 1 • 1 - • 11 1 - Y. - • • 1 • - 1 1 - • • 1 � • � • U - 11. 1 / - 11. • • • • e1 - • 1 1 1 - • - .�• • • 1 1 • • • • 1 . • 1 I • 1 • 1 • - U - 1 1 • - - • 1 1 - ' 1 / 111 . � • 111 - 11. 1 • 1 . 1 • 11 1 • •JI - . u " . 1 1 • - 1 • . . . • 1 . 1 •1 " . - • 1 . 1111 . 1 • • • 1 " 1 - 1 . 1 • 1 • • • 111 I • • • 11 • 1 • 1 1 � • 111 - 1 .. • • • - 1 • • • � ' 1 . • 1 • • ' • • 11 . . - 1 - • nu - . . . . • 1 • • 1 . • . 11 - 1 • - - 1 . - • . • ' • 1 • - 1 • • - • 1 - • 11 IP , limill ,- ilt. , F rok • 1 . • . • 1 - 1 1 • • 11 1 11 1 111 111 1 • • ' • - - • • • ' • - • • • - _ - 1 11 11 • 1 - . . " 1 . . 1 - 1 - . - / . - • 1 - ' � 1 i I I 1 1 1 1 1 1 • . 1 I • 9 - • / - t • 1 / - - • - - 1 1 • 1 I 1 / 1 1 1 I 1 t 1 1 - • • ' t . • • • t 1 • • t 1 - . . - • 1 - I 1 - • 1 • 11 - • I / IU - 1 - • 1 • - - - - • 1 . . - . • 1 " 1 - . • • 1 - . . • 1 1 • 1 - - Iop • � • • � / / I . ' • 1 1 11 1 1 I 1 1 1 1 1 1 1 .01 i - • 11 • - Y. ,/ 1 • 1 • • 11 � • 1 1 11 1 11 11 1 1 11 . 1 1 1 . t • Ii . w . _ • . • . . � . rr • � • �+. .. • _ _ • I t • ' • ' u . . • I . . . • . 1 - 1 / - • ppe. 161 • . . • / • • tl 1 ' - - • I ' • 1 - • - . . 1 • Ii • - ' pippippirw i • � . • I u n t t • 1 • . • n " 11 t . . • • • al • / • • • OF 1 • 1 " . 11 - 1 111al • . . . • . • Y. 11 • • . •J t 1 1 : • ' • ' 1 . 1 1 . l e • III• " . 1 • 11 • Y. • - • 1 " • . . . / . . . - 1 . . • 11 . . • • • 1 1 t . . 1 /t " 1 /- 1 1 . 1 - 1 / ' • 1 1 1 � 1 - • • - . - . . t . • • • • • - • 1 / • / • . 1 . 11 • • • - - • . . 11 11 1 OWNER, ENGINEER, or any of ENGINEER' s 3-. CONTRACTOR' s schedule of values Consultants, agents, or employees any duty or will be acceptable to ENGINEER as . to form and authority to supervise or direct the performance of substance if it provides a reasonable allocation of the the Work or any duty or authority to undertake Contract Price to component parts of the Work. responsibility inconsistent with the provisions of the Contract Documents. ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, 3 . 03 Reporting and Resolving Discrepancies AMENDING, REUSE A. Reporting Discrepancies 3 , 01 Intent 1 . If; during the performance of the Work, CONTRACTOR discovers any conflict, error, ambi- A. The Contract Documents are complementary; guity, or discrepancy within the Contract Documents what is called for by one is as binding as if called for by all. or between the Contract Documents and any provi- sion of any Law or Regulation applicable to the performance of the Work or of any standard, B . It is the intent of the Contract Documents to specification, manual or code, or of any instruction describe a functionally complete Project (or part thereof) to of any Supplier, CONTRACTOR shall report it to be constructed in accordance with the Contract Documents. ENGINEER in writing at once. CONTRACTOR Any labor, documentation, services, materials, or equip- shall not proceed with the Work affected thereby ment that may reasonably be inferred from the Contract (except in an emergency as required by paragraph Documents or from prevailing custom or trade usage as 6. 16 .A) until an amendment or supplement to the being required to produce the intended result will be Contract Documents .has been issued by one of the 1 provided whether or not specifically called for at no methods indicated in paragraph 3 .04; provided, additional cost to OWNER. however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any C. Clarifications and interpretations of the Contract such conflict, error, ambiguity, or discrepancy unless Documents shall be issued by ENGINEER as provided in CONTRACTOR knew or reasonably should have Article 9, known thereof. 3 . 02 Reference Standards B. Resolving Discrepancies A. Standards, Specifications, Codes, Laws, and 1 . Except as may be otherwise specifically Regulations Istated in the Contract Documents, the provisions of the Contract Documents shall take precedence in 1 . Reference to standards, specifications, resolving any conflict, error, ambiguity, or manuals, or codes of any technical society, organza- discrepancy between the provisions of the Contract tion, or association, or to Laws or Regulations, Documents and: . whether such reference be specific or by implication, shall mean the standard, specification, manual, a, the provisions of any standard, code, or Laws or Regulations in effect at the time of specification, manual, code, or instruction opening of Bids (or on the Effective Date of the (whether or not specifically incorporated by Agreement if there were no Bids), except as may be reference in the Contract Documents) ; or otherwise specifically stated in the Contract Documents. b . the provisions of any Laws or Regulations applicable to the performance of the 2. No provision of any such standard, Work (unless such an interpretation of the provi- specification, manual or code, or any instruction of a sions of the Contract Documents would result in Supplier shall be effective to change the duties or violation of such Law or Regulation) . responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consul- 3 . 04 Amending and Supplementing Contract tants, agents, or employees from those set forth in Documents the Contract Documents, nor shall any such provision or instruction be effective to assign to 00700 - 11 A. The Contract Documents may be amended to result of any delay in OWNER's furnishing the Site, provide for additions, deletions, and revisions in the Work CONTRACTOR may make a Claim therefor as provided in or to modify the terms and conditions thereof in one or paragraph 10. 05 , more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B, Upon reasonable written request, OWNER shall finnish CONTRACTOR with a current statement of record B . The requirements of the Contract Documents may legal. title and legal description of the lands upon which the be supplemented, and minor variations and deviations in the Work is to be performed and OWNER's interest therein as Work may be authorized, by one or more of the following necessary for giving notice of or filing a mechanic's or ways: (i) a Field Order; (ii) ENGINEER's approval of a construction lien against such lands in accordance with Shop Drawing or Sample; or (iii) ENGINEER' s written applicable Laws and Regulations. interpretation or clarification. C. CONTRACTOR shall provide for all additional 3 .05 Reuse of Documents lands and access thereto that may be required for temporary construction facilities or storage of materials and equip- A. CONTRACTOR and any Subcontractor or ment. Supplier or other individual or entity performing or finishing any of the Work under a direct or indirect 4. 02 Subsurface and Physical Conditions contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, A. Reports and Drawings: The Supplementary Specifications, or other documents (or copies of any Conditions identify. thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media 1 . those reports of explorations and tests of editions; and (ii) shall not reuse any of such Drawings, subsurface conditions at or contiguous to the Site Specifications, other documents, or copies thereof on that ENGINEER has used in preparing the Contract extensions of the Project or any other project without Documents; and written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER This 2, those drawings of physical conditions in prohibition will survive final payment, completion, and or relating to existing surface or subsurface struc- acceptance of the Work, or termination or completion of the tures at or contiguous to the Site (except Contract. Nothing herein shall preclude CONTRACTOR Underground Facilities) that ENGINEER has used from retaining copies of the Contract Documents for record in preparing the Contract Documents. purposes. B . Limited Reliance by CONTRACTOR on Technical A new Section, 3 .06 — "Coordination of Plans, Data Authorized. CONTRACTOR may rely upon the Specifications, and Special Provisions" has been added. general accuracy of the "technical data" contained in such See the Supplementary Conditions. reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in ARTICLE 4 - AVAILABILITY OF LANDS ; the Supplementary Conditions. Except for such reliance on SUBSURFACE AND PHYSICAL CONDITIONS ; such "technical data," CONTRACTOR may not rely upon REFERENCE POINTS or make any Claim against OWNER, ENGINEER, or any of ENGINEER' s Consultants with respect to : 4 .01 Availability of Lands 1 , the completeness of such reports and drawings for CONTRACTOR' s purposes, including, A. OWNER shall fiunish the Site. OWNER shall but not limited to, any aspects of the means, notify CONTRACTOR of any encumbrances or restrictions methods, techniques, sequences, and procedures of not of general application but specifically related to use of construction to be employed by CONTRACTOR, the Site with which CONTRACTOR must comply in and safety precautions and programs incident performing the Work OWNER will obtain in a timely thereto ; or manner and pay for easements for permanent structures or permanent changes in existing facilities. If CON- 2. other data, interpretations, opinions, and ' TRACTOR and OWNER are unable to agree on entitle- information contained in such reports or shown or ment to or on the amount or extent, if any, of any adjust- indicated in such drawings; or ment in the Contract Price or Contract . Times, or both, as a 00700 - 12 3 . any CONTRACTOR interpretation of or performance of the Work; subject, however, to the conclusion drawn from any "technical data" or any following: such other data, interpretations, opinions, or infor- mation. a. such condition must meet any one or more of the categories described in paragraph New Paragraphs 4 .02.C, 4.02 .D, and 4.02.E have been 4.03 .A; and added. See the Supplementary Conditions. b. with respect to Work that is paid for on a 4.03 Differing Subsurface or Physical Conditions Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of para-, A. Notice: If CONTRACTOR believes that any graphs 9 .08 and 11 .03 . subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract 1 1 . is of such a nature as to establish that any Times if. "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is a. CONTRACTOR knew of the existence materially inaccurate; or of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect 2. is of such a nature as to require a change of Contract Price and Contract Times by the in the Contract Documents; or submission of a Bid or becoming bound under a negotiated contract; or 3 , differs materially from that shown or indicated in the Contract Documents; or b. the existence of such condition could reasonably have been discovered or revealed as a 4, is of an unusual nature, and differs result of any examination, investigation, explo- materially from conditions ordinarily encountered ration, test, or study of the Site and contiguous and generally recognized as inherent in work of the areas required by the Bidding Requirements or character provided for in the Contract Documents; Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's then CONTRACTOR shall, promptly after becoming aware malting such final commitment; or thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection C. CONTRACTOR failed to give the therewith (except in an emergency as required by paragraph written notice within the time and as required by 6. 16A), notify OWNER and ENGINEER in writing about paragraph 4.03 .A. such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection Part of the second sentence of Paragraph 4.03 .C3 has therewith (except as aforesaid) until receipt of written order been deleted. to do so. 3 . If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount B . ENGINEER 's Review: After receipt of written or extent, if any, of any adjustment in the Contract notice as required by paragraph 4.03 .A, ENGINEER will Price or Contract Times, or both, a Claim may be promptly review the pertinent condition, determine the made therefor as provided in paragraph 10 .05. necessity of OWNER's obtaining additional exploration or However, OWNER, ENGINEER, and tests with respect thereto, and advise OWNER in writing ENGINEER' s Consultants shall . not be liable to (with a copy to CONTRACTOR) of ENGINEER' s findings CONTRACTOR for any claims, costs, losses, or and conclusions. damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other C. Possible Price and Times Adjustments professionals and all court or aribia:afien or- dispute resolution costs) sustained by 1 . The Contract Price or the Contract CONTRACTOR on or in connection with any other Times, or both, will be equitably adjusted to the project or anticipated project. extent that the existence of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR' s cost of, or time required for, 00700 - 13 4 .04 Underground Facilities 2 , If ENGINEER concludes that a change in the Contract Documents is required, a Work Change A. Shown or Indicated: The information and data Directive or a Change Order will be issued to reflect shown or indicated in the Contract Documents with respect and document such consequences. An equitable to existing Underground Facilities at or contiguous to the adjustment shall be made in the Contract Price or Site is based on information and data furnished to OWNER Contract Times, or both, to the extent that they are or ENGINEER by the owners of such Underground Facili- attributable to the existence or location of any ties, including OWNER, or by others. Unless it is otherwise Underground Facility that was not shown or expressly provided in the Supplementary Conditions : indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that 1 . OWNER and ENGINEER shall not be CONTRACTOR did not know of and could not responsible for the accuracy or completeness of any reasonably have been expected to be aware of or to such information or data; and have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the 21 the cost of all of the following will be amount or extent, if any, of any such adjustment in included in the Contract Price, and CONTRACTOR Contract Price or Contract Times, OWNER or shall have full responsibility for: CONTRACTOR may make a Claim therefor as provided in paragraph 10.05 . a. reviewing and checking all such informa- tion and data, 4 . 05 Reference Points b. locating all Underground Facilities A. OWNER shall provide engineering surveys to shown or indicated in the Contract Documents, establish reference points for construction which in ENGINEER' s judgment are necessary to enable CON- E, coordination of the Work with the TRACTOR to proceed with the Work. CONTRACTOR owners of such Underground Facilities, shall be responsible for laying out the Work, shall protect including OWNER, during construction, and and preserve the established reference points and property monuments, and shall make no changes or relocations d. the safety and protection of all such without the prior written approval of OWNER Underground Facilities and repairing any CONTRACTOR shall report to ENGINEER whenever any damage thereto resulting from the Work, reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades B . Not Shown or Indicated or locations, and shall be responsible for the accurate replacement or relocation of such reference points or 1 . If an Underground Facility is uncovered property monuments by professionally qualified personnel. ' or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated 4 .06 Hazardous Environmental Condition at Site with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after A. Reports and Drawings: Reference is made to the becoming aware thereof and before further Supplementary Conditions for the identification of those disturbing conditions affected thereby or performing reports and drawings relating to a Hazardous Environmental any Work in connection therewith (except in an Condition identified at the Site, if any, that have been emergency as required by paragraph 6. 16.A), utilized by the ENGINEER in the preparation of the identify the owner of such Underground Facility and Contract Documents, give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review B . Limited Reliance by CONTRACTOR on Technical the Underground Facility and determine the extent, Data Authorized: CONTRACTOR may rely upon the if any, to which a change is required in the Contract general accuracy of the "technical data" contained in such ' Documents to reflect and document the reports and drawings, but such reports and drawings are not consequences of the existence or location of the Contract Documents . Such "technical data" is identified in Underground Facility. During such time, the Supplementary Conditions . Except for such reliance on CONTRACTOR shall be responsible for the safety such "technical data," CONTRACTOR may not rely upon and protection of such Underground Facility. or make any Claim against OWNER, ENGINEER or any of ENGINEER' s Consultants with respect to : 00700 - 14 • 1 • n - • • . 1 • - • 1 - a - . 1 \ . - \ • / • 1 . • - • - - 1 - • • • - e • \• - ! • • - / 1 . - " ! 1 - / ! • • - ! - • • 1 • / t - 1 • " ! 1 . 111 1 " / A . YY• Arai D N. \. • _ _ . Rer RR RV ow It M1173F76,373 MCI 1 . 9w III wage W) l 99 9 1 of Glop III: ZRIMCM1 101#5111r. 161 6 . 10 , • 1 • 11 • PAW, to) ' - • • 1 • _ _ _ - _ • • 1 \ t1 • ' • ' - t • 1 • - - - - • - - - IN ASOMP I see off . �. I . 1. t _ _ . N. •. L _Woo 111 _ • • / . \ . Y. 1 - • 1 - ! - • . - / ..: . ..:.. DO VOID RR 1 • / . " 111 - ! - • • 1 • _ _ _ � . YY• • � • _ 11 11 • • • . a 1 1 • - - 1 • - • 1 - i ' 1 1 1 1 1 1 ' � 1 I 1 r ' ' 1 ' ' i • am a m ' • • • • • 1 • ' - • • ' • / ' ' / I ` I I I / S / I • l • la . a1 • e - • 1 . 1 - . Ia a 1 - ' 1I I I 11 1 1 11 • 1 1 • • . • r . 1 - • 1 1 • ' • ' " r - • • 1 - 1 � 1 1 1 1 1 I 1 1 1 1 1 1 • 1 . - 11 1r • / 1 � . /• ems ' _ Val In ' - . m w &JEWma eFoh"IA . r •1 . . wo ' 11 I i 1 1 , , 1 1 rA F11 11 1 1 1 • 1 . " • • • 1 1 11 . • • • - • • r1 1 1 • 1 1 1 / 1 11 I i 1 1 1 1 1 • ' • ' • - • Ir . 1 • 1 - • / • _ - 1 • 1 - • • 1 • - - lots a - • . 1 • 1 - u a or per TTP n r • • • • u " 1 . . a / - � - - • • • - 1 - 1 1 . • / - rl 111 . 1 ' • 1 1 - 1 1 1 i • I r i 1 " 1 . • 1 • • . • • 1 . 11 " • • - - • • - . 1 • ' • • ' • - - • • . 1 .• • • . - • It - 1 • 1 • 6 • ' • • ' 1 I. 1 - - • 1 • • • • i - - 111 1 . - • 1 1 - • 1 - - 1 . . - . • 1 • • 1 1 1 • rrl• • l 1 - - . - 1 - 1 • " • . 1 e i - 1 - • • 1 • - - r • l . r • • - a • - a . r • • a - . - • . • • • • a • - 1 - a - • a a a • • _ . • • 1 . r a u . 1 - 1 . • - 1 - - . 1 • - " eau . la 11 11 • . Y • 1 1 � • • " • 1 . - • / • 11 . I Y. 1 - 1 1 . • / . • . • - 1 11 • 1 - _ 1 _ _ _ • - - 9 . . 1 1 � 111 • 1 1 � • • 1 11 1 111 111 • /1 . - • 1 11 - • - . . • • / . 1 I I I 1 1 1 1 1 1 1 • • 1 Y. 16 / . - • • 1 11 • • 1 . . - • - 1 . 1 - . 1 1 - • . - 11 - 1 Y. • • • . • 1 • - - - 1 • • 1 • 1 . 1 - • 1 • 1 - 1 - / . • • - • - 1 • - 1 - • " • • - • " 1 • ' ' X11 I1 i 11 I 1 ' 1 1 1 11 . " • — 1 • 1 \ — 1 t 11 111 1. • . . 1 1 1 1 ddddd . • • • - 1 1 11 ' 11 • — 11 I Y. • 11 . • / • 1 I 1 • 1 1 we owe loom mmalft 1 • — • - J 1 1 • 1 • 1 1 • 1 Mpt ' - ' - 11 11 1 • / • / - 1 11 . • t . 11 /t . 1 1 I WE FitC - - - - ME It 111:111p, - IF. to 1 1 1 11 1 1 1 1 1 1 1 . YY • ARI/ ON IF . . . . . . .. . . . . _ . /. 1 _ • Fil I FNFFWml— — AF IF . . YY • . V � • sell � . . Fill Fit IF • . _ _ . . . . - _ _ - _ M. t. 1 _ _ • _ . I. 1 _ . I. 1 _ 11 1 1 1 1 1 1 1N, IN IN ON FEE IN 1 1 F. FFFF ON NO w as or Mir MTN. or IF . I. t _ jarIF IF ,MIFF IN am • . I. L • Y W . L 1. Fill IN i N. 1. Mel M5 . FIFIN . 111 .11 .011111 , OEM poili'm A IF NO W on ANERTMP11111M.".0jas"IN. IF Fill IF FF T IF Ism • • rt • • • 1 - / t ' • • t _ - 1 • 1 - t - t 1 t - . 1 1 1 1 . - . - 1 • • - • 1 1 - . • - I'm a no ASIMMUL421=0 see no Ift NO No 11 11 IN NMI WMERTMERMEM"11I or-ura"RYMM . '41 _ a 1 • I3mr IN - - • 1 1 • . • 1 . 1 • 1 • 11 . 1 t • 1 • / • . - !jffMAajMp MblrMr TO fWVfM IN 61 11 IN. - _ - • • • 1 • 111 1 1 • • • 1 1 1 • - 1 - • - U - • • - • 1 • It - • • • Y. 1 - • 1 . YY • • i • 1 • • 1 1 • • • - 1 • 1 - • . 1 - ti IW • 1 • ' • • 1 ! • • • • • t • • • • • I • t 1 • • • • r. 1 WAN . �. L • IT - - • • • - 1 1 t • 1 • • . J • 1 1 • - 00 - W , 11 .1iW - - - - 1 1 1 . • t I ► 1 • • - U - t • 1 I - AL an Mill A RA 11 1 • • 1 t • 1 ' • • • • ow - _ - • • • 1 • • • • 1 • 1 - • • • • • • • . movoloffill"N AL wN • . . _� . • 1 • �• • • • • • • • / • t ' thereby. The insurers providing the property insurance shall New Paragraphs 6.02.B.1 , 2, 3, 4, and 5 have been consent by endorsement on the policy or policies, but the added. Seethe Supplementary Conditions. property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. 6 . 03 Services, Materials, and Equipment ARTICLE 6 - CONTRACTOR' S RESPONSIBILITIES A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, 6. 01 Supervision and Superintendence transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, A. CONTRACTOR shall supervise, inspect, and sanitary facilities, temporary facilities, and all other direct the Work competently and efficiently, devoting such facilities and incidentals necessary for the performance, attention thereto and applying such skills and expertise as testing, start-up, and completion of the Work. ' may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely B . All materials and equipment incorporated into the responsible for the means, methods, techniques, sequences, Work shall be as specified or, if not specified, shall be of and procedures of construction, but CONTRACTOR shall good quality and new, except as otherwise provided in the ' not be responsible for the negligence of OWNER or Contract Documents. All warranties and guarantees ENGINEER in the design or specification of a specific specifically called for by the Specifications shall expressly means, method, technique, sequence, or procedure of run to the benefit of OWNER If required by ENGINEER, construction which is shown or indicated in and expressly CONTRACTOR shall furnish satisfactory evidence ' required by the Contract Documents. CONTRACTOR (including reports of required tests) as to the source, kind, shall be responsible to see that the completed Work and quality of materials and equipment. All materials and complies accurately with the Contract Documents. equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in i B . At all times during the progress of the Work, accordance with instructions of the applicable Supplier, CONTRACTOR shall assign a competent resident superin- except as otherwise may be provided in the Contract Docu- tendent thereto who shall not be replaced without written ments, i notice to OWNER and ENGINEER except under extraordinary circumstances. . The superintendent will be 6. 04 Progress Schedule CONTRACTOR' s representative at the Site and shall have authority to act on behalf of CONTRACTOR All A. CONTRACTOR shall adhere to the progress communications given to or received from the superm- schedule established in accordance with paragraph 2.07 as it tendent shall be binding on CONTRACTOR may be adjusted from time to time as provided below. ' 6 . 02 Labor; Working Hours 1 . CONTRACTOR shall submit to ENGI- NEER for acceptance (to the extent indicated in A. CONTRACTOR shall provide competent; suitably paragraph 2.07) proposed adjustments in the prog- qualified personnel to survey, lay out, and construct the ress schedule that will not result in changing the Work as required by the Contract Documents. CON- Contract Times (or Milestones) . Such adjustments TRACTOR shall at all times maintain good discipline and will conform generally to the progress schedule then order at the Site. in effect and additionally will comply with any provisions of the General Requirements applicable B . Except as otherwise required for the safety or thereto. protection of persons or the Work or property at the Site or adjacent fhp.Teto, and except as otherwise stated in the 2 . Proposed adjustments in the progress Contract Documents, all Work at the Site shall be schedule that will change the Contract Times (or performed during regular working hours, and CON- Milestones) shall be submitted in accordance with ' TRACTOR will not permit overtime work or the the requirements of Article 12 . Such adjustments performance of Work on Saturday, Sunday, or any legal may only be made by a Change Order or Written holiday without OWNER' s written consent (which will not Amendment in accordance with Article 12. be unreasonably withheld) given after prior written notice to ' ENGINEER 6 . 05 Substitutes and "Or-Equals " 00700 - 20 ' Paragraph 6.05.A has been deleted and replaced with a b . CONTRACTOR shall submit sufficient new paragraph. See the Supplementary Conditions. information as provided below to allow ENGI- A Aqw e. .e.. :«e.. mateiialef e ., .;. ., e ,« , NEER to determine that the item of material or equipment proposed is essentially equivalent to ' that named and an acceptable substitute therefor. Requests for review of proposed substitute items establish the #ype, fimfien; , of material or equipment will not be accepted by ENGINEER from anyone other than CON- is fel.:Iewed by words reading d3at fie TRACTOR. ' c. The procedure for review by ENGI- SWplieFs may be submitted to ENG.WEER fhff- will be as set forth in paragraph 6 .05 .A.2 .d, as supplemented in the General Requirements and as ENGINEER may decide is 1 . "Or-Equal " Items: If in ENGINEER' s appropriate under the circumstances. sole discretion an item of material or equipment pro- posed by CONTRACTOR is functionally equal to d. CONTRACTOR shall first make written that named and sufficiently similar so that no change application to ENGINEER for review of a in related Work will be - required, it may be con-. proposed substitute item of material or sidered by ENGINEER as an ` or-equal" item, in equipment that CONTRACTOR seeks to famish which case review and approval of the proposed or use. The application shall certify that the item may, in ENGINEER' s sole discretion, be proposed substitute item will perform adequately accomplished without compliance with some or all the functions and achieve the results called for of the requirements for approval of proposed substi- by the general design, be similar in substance to tute items. For the purposes of this paragraph that specified, and be suited to the same use as ' 6 .05A . 1 , a proposed item of material or equipment that specified The application will state the will be considered functionally equal to an item so extent, if any, to which the use of the proposed named if: substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, Sentence 6.05. 4.1 .a.(ii) has been deleted and replaced whether or not use of the proposed substitute with a new sentence. See the Supplementary item in the Work will require a change in any of Conditions. the Contract Documents (or in the provisions of a. in the exercise of reasonable judgment any other direct contract with OWNER for work ENGINEER . determines that (i) it is at least on the Project) to adapt the design to the equal in quality, durability; appearance, strength, proposed substitute item and whether or not and design characteristics; (ii) it wig incorporation or use of the proposed substitute perfmm at leas4 eq�^"ywell the fimrtieyj item in connection with the Work is subject to impesed by the design seneept of the eenVlete payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the applica- b. CONTRACTOR certifies that: (i) there is tion, and available engineering, sales, no increase in cost to the OWNER; and (ii) it maintenance, repair, and replacement services will conform substantially, even with deviations, will be indicated. The application will also to the detailed requirements of the item named in contain an itemized estimate of all costs or the Contract Documents. credits that will result directly or indirectly from ' use of such substitute item, including costs of 2. Substitute Items redesign and claims of other contractors affected . by any resulting change, all of which will be ' a. If in ENGINEER' s sole discretion an considered by ENGINEER in evaluating the . item of material or equipment proposed by proposed substitute item. ENGINEER may CONTRACTOR does not qualify as an require CONTRACTOR to furnish additional "or-equal" item under paragraph 6.05 .A. 1 , it will data about the proposed substitute item be considered a proposed substitute item. B . Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or 00700 - 21 ' procedure of construction is shown or indicated in and Work against whom CONTRACTOR has reasonable expressly required . by the Contract Documents, CON- objection. TRACTOR may finish or utilize a substitute means, meth- od, technique, sequence, or procedure of construction B . If the Supplementary Conditions require the ' approved by ENGINEER CONTRACTOR shall submit identity of certain Subcontractors, Suppliers, or other sufficient information to allow ENGINEER, in individuals or entities to be submitted to OWNER in ENGINEER's sole discretion, to determine that the advance for acceptance by OWNER by a specified date ' substitute proposed is equivalent to that expressly called for prior to the Effective Date of the Agreement, and if by the Contract Documents. The procedure for review by CONTRACTOR has submitted a list thereof in accordance ENGINEER will be similar to that provided in subpara- with the Supplementary Conditions, OWNER' s acceptance graph 6.05 .A.2. (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in C. Engineer 's Evaluation: ENGINEER will be the Bidding Documents or the Contract Documents) of any allowed a reasonable time within which to evaluate each such Subcontractor, Supplier, or other individual or entity ' proposal or submittal made pursuant to paragraphs 6.05 .A so identified may be revoked on the basis of reasonable and 6.05 .B . ENGINEER will be the sole judge of accept- objection after due investigation. CONTRACTOR shall ability: No "or-equal" or substitute will be ordered, submit an acceptable replacement for the rejected installed or utilized until ENGINEER's review is complete, Subcontractor, Supplier, or other individual or entity, and which will be evidenced by either a Change Order for a the Contract Price will be adjusted by the difference in the substitute or an approved Shop Drawing for an "or equal." cost occasioned by such replacement, and an appropriate ENGINEER will advise CONTRACTOR in writing of any Change Order will be issued or Written Amendment signed. ' negative determination. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as D. Special Guarantee: OWNER may require CON- a replacement, shall constitute a waiver of any right of TRACTOR to fiunish at CONTRACTOR' s expense a OWNER or ENGINEER to reject defective Work special performance guarantee or other surety with respect to any substitute. C. CONTRACTOR shall be fiilly responsible to OWNER and ENGINEER for all acts and omissions of the E. ENGINEER 's Cost Reimbursement. ENGINEER Subcontractors, Suppliers, and other individuals or entities will record time required by ENGINEER and performing or furnishing any of the Work just as ENGINEER's Consultants in evaluating substitute proposed CONTRACTOR is responsible for CONTRACTOR' s own or submitted by CONTRACTOR pursuant to paragraphs acts and omissions. Nothing in the Contract Documents 6.05A.2 and 6.05 .B and in making changes in the Contract shall create for the benefit of any such Subcontractor, Documents (or in the provisions of any other direct contract Supplier, or other individual or entity any contractual with OWNER for work on the Project) occasioned thereby, relationship between OWNER or ENGINEER and any such Whether or not ENGINEER approves a substitute item so Subcontractor, Supplier or other individual or entity, nor proposed or submitted by CONTRACTOR, CON- shall it create any obligation on the part of OWNER or TRACTOR shall reimburse OWNER for the charges of ENGINEER to pay or to see to the payment of any moneys ENGINEER and ENGINEER' s Consultants for evaluating due any such Subcontractor, Supplier, or other individual or each such proposed substitute. entity except as may otherwise be required by Laws and Regulations. F. CONTRACTOR 's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or A new sentence has been added at the end of Paragraph "or-equal" at CONTRACTOR' s expense. 6.06.C. See the Supplementary Conditions. ' 6.06 Concer"ino Subcontractors, Suppliers, and Others D . CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, A. CONTRACTOR shall not employ any Subcon- Suppliers, and other individuals or entities performing or ' tractor, Supplier, or other individual or entity (including finishing any of the Work under a direct or indirect those acceptable to OWNER as indicated in paragraph contract with CONTRACTOR. 6.063), whether initially or as a replacement, against whom ' OWNER may have reasonable objection. CONTRACTOR E. CONTRACTOR shall require all Subcontractors, shall not be required to employ any Subcontractor, Supplier, Suppliers, and such other individuals or entities performing or other individual or entity to finish or perform any of the or furnishing any of the Work to communicate with ENGI- NEER through CONTRACTOR 00700 - 22 ' infringement of patent rights or copyrights incident to the F. The divisions and sections of the Specifications use in- the performance of the Work or resulting from the and the identifications of any Drawings shall not control incorporation in the Work of any invention, design, process, CONTRACTOR in dividing the Work among Subcon- product, or device not specified in the Contract Documents . ' tractors or Suppliers or delineating the Work to be performed by any specific trade. 6. 08 Permits ' G. All Work performed for CONTRACTOR by a A. Unless otherwise provided in the Supplementary Subcontractor or Supplier will be pursuant to an appropriate Conditions, CONTRACTOR shall obtain and pay for all agreement between CONTRACTOR and the Subcontractor construction permits and licenses. OWNER shall assist ' or Supplier which specifically binds the Subcontractor or CONTRACTOR, when necessary, in obtaining such Supplier to the applicable terms and conditions of the permits and licenses. CONTRACTOR shall pay all Contract Documents for the benefit of OWNER and governmental charges and inspection fees necessary for the ENGINEER Whenever any such agreement is with a prosecution of the Work which are applicable at the time of ' Subcontractor or Supplier who is listed as an additional opening of Bids, or, if there are no Bids, on the Effective insured on the property insurance provided in paragraph Date of the Agreement. CONTRACTOR shall pay all 5 . 06, the agreement between the CONTRACTOR and the charges of utility owners for connections to the Work, and Subcontractor or Supplier will contain provisions whereby OWNER shall pay all charges of such utility owners for the Subcontractor or Supplier waives all rights against capital costs related thereto, such as plant investment fees. OWNER, CONTRACTOR, ENGINEER, ENGINEER' s Consultants, and all other individuals or entities identified in New Paragraphs 6.08.B, C, and D have been added. See the Supplementary Conditions to be listed as insureds or the Supplementary Conditions. additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors 6. 09 Laws and Regulations of each and any of them) for all losses and damages caused by, arising out of; relating to, or resulting from any of the A. CONTRACTOR shall give all notices and comply perils or causes of loss covered by such policies and any with all Laws and Regulations applicable to the ,other property insurance applicable to the Work If the performance of the Work. Except where otherwise ' insurers on any such policies require separate waiver forms expressly required by applicable Laws and Regulations, to be signed by any Subcontractor or Supplier, CONTRAC- neither OWNER nor ENGINEER shall be responsible for TOR will obtain the same. monitoring CONTRACTOR's compliance with any Laws or Regulations. 6 .07 Patent Fees and Royalties B . If CONTRACTOR performs any Work knowing ' A. CONTRACTOR shall pay all license fees and or having reason to know that it is contrary to Laws or royalties and assume all costs incident to the use in the Regulations, CONTRACTOR shall bear all claims, costs, performance of the Work or the incorporation in the Work losses, and damages (including but not limited to all fees of any invention, design, process, product, or device which and charges of engineers, architects, attorneys, and other is the subject of patent rights or copyrights held by others. professionals and all court or arbitration or other dispute If a particular invention, design, process, product, or device resolution costs) arising out of or relating to such Work; is specified in the Contract Documents for use in the however, it shall not be CONTRACTOR' s primary performance of the Work and if to the actual knowledge of responsibility to make certain that the Specifications and OWNER or ENGINEER its use is subject to patent rights or Drawings are in accordance with Laws and Regulations, but copyrights calling for the payment of any license fee or this shall not relieve CONTRACTOR of CONTRACTOR' s royalty to others, the existence of such rights shall be obligations under paragraph 3 . 03 . ' disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, C. Changes in Laws or Regulations not known at the CONTRACTOR shall indemnify and hold harmless time of opening of Bids (or, on the Effective Date of the OWNER, ENGINEER, ENGINEER' s Consultants, and the Agreement if there were no Bids) having an effect on the officers, directors, partners, employees or agents, and other cost or time of performance of the Work may be the subject consultants of each and any of them from and against all of an adjustment in Contract Price or Contract Times. If ' claims, costs, losses, and damages (including but not limited OWNER and CONTRACTOR are unable to agree on to all fees and charges of engineers, architects, attorneys, entitlement to or on the amount or extent, if any, of any such and other professionals and all court or arbitration or other adjustment, a Claim may be made therefor as provided in dispute resolution costs) arising out of or relating to any paragraph 10. 05 . r ' 00700 - 23 1 ' 6 . 10 Taxes C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ' A. CONTRACTOR shall pay all sales, consumer, ready for utilization by OWNER. At the completion of the use, and other similar taxes required to be paid by Work CONTRACTOR shall remove from the Site all tools, CONTRACTOR in accordance with the Laws and appliances, construction equipment and machinery, and Regulations of the place of the Project which are applicable surplus materials and shall restore to original condition all ' during the performance of the Work property not designated for alteration by the Contract Documents. 6 . 11 Use of Site and Other Areas ' D . Loading Structures: CONTRACTOR shall not A. Limitation on Use of Site and Other Areas load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall 1 . CONTRACTOR shall confine CONTRACTOR subject any part of the Work or adjacent construction equipment, the storage of materials and property to stresses or pressures that will endanger it equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, 6. 12 Record Documents and shall not unreasonably encumber the Site and other areas with construction equipment or other A. CONTRACTOR shall maintain in a safe place at materials or equipment. CONTRACTOR shall the Site one record copy of all Drawings, Specifications, assume full responsibility for any damage to any Addenda, Written Amendments, Change Orders, Work such land or area, or to the owner or occupant Change Directives, Field Orders, and written interpretations thereof or of any adjacent land or areas resulting and clarifications in good order and annotated to show from the performance of the Work changes made during construction. These record documents together with all approved Samples and a 2. Should any claim be made by any such counterpart of all approved Shop Drawings will be available owner or occupant because of the performance of to ENGINEER for reference. Upon completion of the the Work, CONTRACTOR shall promptly settle Work, these record documents, Samples, and Shop with such other party by negotiation or otherwise Drawings will be delivered to ENGINEER for OWNER. resolve the claim by arbitration or other dispute resolution proceeding or at law. 6 . 13 Safety and Protection 3 . To the fullest extent permitted by Laws A. CONTRACTOR shall be solely responsible for and Regulations; CONTRACTOR shall indemnify initiating, maintaining and supervising all safety precautions and hold harmless OWNER, ENGINEER, and programs in connection with the Work ENGINEER's Consultant, and the officers, CONTRACTOR shall take all necessary precautions for the directors, partners, employees, agents, and other safety of and shall provide the necessary protection to consultants of each and any of them from and prevent damage, injury or loss to: against all claims, costs, losses, and damages (including but not limited to all fees and charges of 1 , all persons on the Site or who may be engineers, architects, attorneys, and other affected by the Work; ' professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to 2 , all the Work and materials and equip- any claim or action, legal or equitable, brought by ment to be incorporated therein, whether in storage any such owner or occupant against OWNER, on or off the Site; and ' ENGINEER, or qny other party indemnified hereunder to the extent caused by or based upon 3 . other property at the Site or adjacent CONTRACTORs performance of the Work. thereto, including trees, shrubs, lawns, walks, pave- ments, roadways, structures, utilities, and Under. B . Removal of Debris During Performance of the ground Facilities not designated for removal, reloca- Work: During the progress of the Work CONTRACTOR tion, or replacement in the course of construction shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris . Removal and B . CONTRACTOR shall comply with all applicable disposal of such waste materials, rubbish, and other debris Laws and Regulations relating to the safety of persons or shall conform to applicable Laws and Regulations , property, or to the protection of persons or property from 00700 - 24 ' damage, injury, or loss; and shall erect and maintain all thereby or are required as a result thereof. If ENGINEER necessary safeguards for such safety and protectiom determines that a change in the Contract Documents is CONTRACTOR shall notify owners of adjacent property required because of the action taken by CONTRACTOR in and of Underground Facilities and other utility owners when response to such an emergency, a Work Change Directive prosecution of the Work may affect them, and shall or Change Order will be issued. cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or 6 . 17 Shop Drawings and Samples Joss to any property referred to in paragraph 6. 13 .A.2 or 6. 13 .A.3 caused, directly or indirectly, in whole or in part, A. CONTRACTOR shall submit Shop Drawings to by CONTRACTOR, any Subcontractor, Supplier, or any ENGINEER for review and approval in accordance with the ' other individual or entity directly or indirectly employed by acceptable schedule of Shop Drawings and Sample any of them to perform any of the Work, or anyone for submittals. All submittals will be identified as ENGINEER whose acts any of them may be liable, shall be remedied by may require and in the number of copies specified in the CONTRACTOR (except damage or loss attributable to the General Requirements . The data shown on the Shop fault of Drawings or Specifications or to the acts or Drawings will be complete with respect to quantities, omissions of OWNER or ENGINEER or ENGINEER's dimensions, specified performance and design criteria, Consultant, or anyone employed by any of them, or anyone materials, and similar data to show ENGINEER the for whose acts any of them may be liable, and not services, materials, and equipment CONTRACTOR attributable, directly or indirectly, in whole or in part, to the proposes to provide and to enable ENGINEER to review fault or negligence of CONTRACTOR or any the information for the limited purposes required by Subcontractor, Supplier, or other individual or entity paragraph 6. 17.E, directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and B . CONTRACTOR shall also submit Samples to for protection of the Work shall continue until such time as ENGINEER for review and approval in accordance with the ' all the Work is completed and ENGINEER has issued a acceptable schedule of . Shop Drawings and Sample notice to OWNER and CONTRACTOR in accordance with submittals. Each Sample will be identified clearly as to paragraph 14.07.B that the Work is acceptable (except as material, Supplier, pertinent data such as catalog numbers, otherwise expressly provided in connection with Substantial and the use for which intended and otherwise as ENGI- Completion) . NEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6. 14 Safety Representative 6. 17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties C. Where a Shop Drawing or Sample is required by and responsibilities shall be the prevention of accidents and the Contract Documents or the schedule of Shop Drawings the maintaining and supervising of safety precautions and and Sample submittals acceptable to ENGINEER as programs. required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent 6 . 15 Hazard Communication Programs submittal will be at the sole expense and responsibility of CONTRACTOR A. CONTRACTOR shall be responsible for coordi- nating any exchange of material safety data sheets or other D. Submittal Procedures hazard communication information required to be made available to or exchanged between or among employers at 1 . Before submitting each Shop Drawing or the Site in accordance with Laws or Regulations. Sample, CONTRACTOR shall have determined and ' verified: 6. 16 Emergencies a. all field measurements, quantities, dimen- ' A. In emergencies affecting the safety or protection of sions, specified performance criteria, installation persons or the Work or property at the Site or adjacent requirements, materials, catalog numbers, and thereto, CONTRACTOR is obligated to act to prevent similar information with respect thereto ; ' threatened damage, injury, or loss . CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR b . all materials with respect to intended use, believes that any significant changes in the Work or fabrication, shipping, handling, storage, assem variations from the Contract Documents have been caused 00700 - 25 ' bly, and installation pertaining to the perfor- separate item as such will not indicate approval of mance of the Work; the assembly in which the item functions. c. all information relative to means, meth- 3 . ENGINEER' s review and approval of ' ods, techniques, sequences, and procedures of Shop Drawings or Samples shall not relieve CON- construction and safety precautions and TRACTOR from responsibility for any variation programs incident thereto; and from the requirements of the Contract Documents ' unless CONTRACTOR has in writing called d. CONTRACTOR shall also have ENGINEER' s attention to each such variation at the reviewed and coordinated each Shop Drawing or time of each submittal as required by paragraph ' Sample with other Shop Drawings and Samples 6. 17 .D.3 and ENGINEER has given written and with the requirements of the Work and the approval of each such variation by specific written Contract Documents, notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any ' 2. Each submittal shall bear a stamp or approval by ENGINEER relieve CONTRACTOR specific written indication that CONTRACTOR has from responsibility for complying with the require- satisfied CONTRACTOR' s obligations under the ments of paragraph 6. 17 .D . 1 . ' Contrast Documents with respect to CONTRACTOR' s review and approval of that F. Resubmittal Procedures submittal. 1 . CONTRACTOR shall make corrections 3 . At the time of each submittal, CON- required by ENGINEER and shall return the TRACTOR shall give ENGINEER specific written required number of corrected copies of Shop notice of such. variations, if any, that the Shop Draw- Drawings and submit as required new Samples for mg or Sample submitted may have from the require- review and approvaL CONTRACTOR shall direct ments of the Contract Documents, such notice to be specific attention in writing to revisions other than in a written communication separate from the the corrections called for by ENGINEER on previ- submittal; and, in addition, shall cause a specific ous submittals. notation to be made on each Shop Drawing and Sample submitted to, ENGINEER for review and New Paragraph 6.17.G has been added. Seethe approval of each such variation: Supplementary Conditions. ' E. ENGBEER 's Review 6. 18 Continuing the Work 1 . ENGINEER will timely review and A. CONTRACTOR shall carry on the Work and approve Shop Drawings and Samples in accordance adhere to the progress schedule during all disputes or with the schedule of Shop Drawings and Sample disagreements with OWNER No Work shall be delayed or submittals acceptable to ENGINEER postponed pending resolution of any disputes or ENGINEER' s review and approval will be only to disagreements, except as permitted by paragraph 15 .04 or as determine if the items covered by the submittals will, OWNER and CONTRACTOR may otherwise agree in after installation or incorporation in the Work, con- writing. form to the information given in the Contract Docu- ments and be compatible with the design concept of 6 . 19 CONTRACTOR 's General Warranty and the completed Project as a functioning whole as Guarantee indicated by the Contract Documents. ' A. CONTRACTOR warrants and guarantees to 2. ENGINEER' s review and approval will OWNER, ENGINEER, and ENGINEER' s Consultants that not extend to means, methods, techniques, all Work will be in accordance with the Contract Docu- sequences, or procedures of construction (except ments and will not be defective. CONTRACTOR' s where a particular means, method, technique, warranty and guarantee hereunder excludes defects or sequence, or procedure of construction is damage caused by: specifically and expressly called for by the Contract Documents) or to safety precautions or programs 1 . abuse, modification, or improper main- incident thereto . The review and approval of a tenance or operation by persons other than CON- TRACTOR, Subcontractors, Suppliers, or any other 00700 - 26 1 • • • / • • • 1 • It • ' • ' - - - POW - e • • • • 11 1• . • It - 11 - 1 • - - - - • 1 1 - • 1 1 • / 1 - 1 /. • - • - -WINFIEFFITIMIN - - - - - - • • t - t 1 - • 1 1 • / 1 - / 6 - - - " • 1111/ - 1 • . . • t • 1 ' • • . - - VV 5 oil I a moo I t 1111 • • • 1 • . • • • 1 / • - • . 9 • 1 • 1 / . 1 1 e • • • • • • . u . • • uu 1 . • • 1 • . 1 • • . . • • • pill 1 1 1 1 1 / / 1 1 1 1 / 1 • • - • • • / • • 1 • • 1 1 1 • t • eel • 11 11 ARTICLE 7 - OTHER WORK integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work ' 7 . 01 Related Work at Site 7 .02 Coordination A. OWNER may perform other work related to the A. If OWNER intends to contract with others for the Project at the Site by OWNER's employees, or let other performance of other work on the Project at the Site, the direct contracts therefor, or have other work performed by following will be set forth in Supplementary Conditions: utility owners . If such other work is not noted in the Con- tract Documents, then: 1 . the individual or entity who will have ' authority and responsibility for coordination of the 1 . . written notice thereof will be given to activities among the various contractors will be CONTRACTOR prior to starting any such other identified; work; and ' 1 2, the specific matters to be covered by such 2. if OWNER and CONTRACTOR are authority and responsibility will be itemized; and unable to agree on entitlement to or on the amount ' or extent, if any, of any adjustment in the Contract 3 , the extent of such authority and responsi- Price or Contract Times that should be allowed as a bilities will be provided. result of such other work, a Claim may be made therefor as provided in paragraph 10.05 . B . Unless otherwise provided in the Supplementary ' Conditions, OWNER shall have sole authority and respon- B . CONTRACTOR shall afford each other contractor sibility for such coordination. who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other work with OWNER' s employees) proper and safe access to ARTICLE 8 - OWNER' S RESPONSIBILITIES the Site and a reasonable opportunity for the introduction ' and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work 8 .01 Communications to Contractor with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting, A. Except as otherwise provided in these General ' and patching of the Work that may be required to properly Conditions, OWNER shall issue all communications to connect or otherwise make its several parts come together CONTRACTOR through ENGINEER and properly integrate with such other work CON- ' TRACTOR shall not endanger any work of others by 8 . 02 Replacement of ENGINEER . cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Part of paragraph 8.02.A has been deleted. ENGINEER and the others whose work will be affected A. In case of termination of the employment of ' The duties and responsibilities of CONTRACTOR under ENGINEER, OWNER shall appoint an engineer-te- vkem this paragraph are for the benefit of such utility owners and whose other contractors to the extent that there are comparable status under the Contract Documents shall be that of the provisions for the benefit of CONTRACTOR in said direct former ENGINEER contracts between OWNER and such utility owners and other contractors . 8 . 03 Furnish Data ' C. If the proper execution or results of arkr part of A. OWNER shall promptly furnish the data required CONTRACTOR' s. Work depends upon work performed by of OWNER under the Contract Documents, others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in 8 . 04 Pay Promptly When Due writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper A. OWNER shall make payments to CONTRACTOR ' execution and results of CONTRACTOR' s Work promptly when they are due as provided in paragraphs CONTRACTOR' s failure to so report will constitute an 14 . 02 . 0 and 14. 07.C. acceptance of such other work as fit and proper for 1 00700 - 28 ' 8 . 05 Lands and Easements; Reports and Tests responsibility in respect thereof will be as set forth in the Supplementary Conditions . A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish ' reference points are set forth in paragraphs 4.01 and 4.05 . ARTICLE 9 - ENGINEER' S STATUS DURING Paragraph 4 .02 refers to OWNER' s identifying and making CONSTRUCTION available to CONTRACTOR copies of reports of explora- tions and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or 9 .01 OWNER 'S Representative subsurface structures at or contiguous to the Site that have ' been utilized by ENGINEER in preparing the Contract A. ENGINEER will be OWNER' s representative Documents. during the construction period. The duties and responsi- bilities and the limitations of authority of ENGINEER as 8 .06 Insurance OWNER' s representative during construction are set forth ' in the Contract Documents and will not be changed without A. OWNER' s responsibilities, if any, in respect to written consent of OWNER and ENGINEER purchasing and maintaining liability and property insurance ' are set forth in Article 5 . 9 .02 Visits to Site 8 . 07 Change Orders A. ENGINEER will make visits to the Site at inter- vals appropriate to the various stages of construction as A. OWNER is obligated to execute Change Orders as ENGINEER deems necessary in order to observe as an indicated in paragraph 10.03 . experienced and qualified design professional the progress that has been made and the quality of the various aspects of ' 8 . 08 Inspections, Tests, and Approvals CONTRACTOR' s executed Work Based on information obtained during such visits and observations, ENGINEER, A. OWNER' s responsibility in respect to certain for the benefit of OWNER, will determine, in general, if the inspections, tests, and approvals is set forth in paragraph Work is proceeding in accordance with the Contract ' 13 .033 . Documents. ENGINEER will not be required to make exhaustive or continuous inspections on the Site to check 8 .09 Limitations on OWNER 's Responsibilities the quality or . quantity of the Work. ENGINEER's efforts ' will be directed toward providing for OWNER a greater A. The OWNER shall not supervise, direct, or have degree of confidence that the completed Work will conform control or authority over, nor be responsible for, generally to the Contract Documents. On the basis of such ' CONTRACTOR's means, methods, techniques, sequences, visits and observations, ENGINEER will keep OWNER or procedures of construction, or the safety precautions and informed of the progress of the Work and will endeavor to programs incident thereto, or for any failure of CON- guard OWNER against defective Work TRACTOR to comply with Laws and Regulations applica- ble to the performance of the Work OWNER will not be B . ENGINEER's visits and observations are subject responsible for CONTRACTOR' s failure to perform the to all the limitations on ENGINEER' s authority and Work in accordance with the Contract Documents. responsibility set forth in paragraph 9 . 10, and particularly, but without limitation, during or as a result of ENGINEER's 8 . 10 Undisclosed Hazardous Environmental visits or observations of . CONTRACTOR's Work Condition ENGINEER will not supervise, direct, . control, or have authority over or be responsible for CONTRACTOR's ' A. OWNER' s responsibility in respect to an undis- means, methods, techniques, sequences, or procedures of closed Hazardous Environmental Condition is set forth in construction, or the safety precautions and programs paragraph 4 . 06, incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the 8 . 11 Evidence of Financial Arrangements performance of the Work. ' A. If and to the extent OWNER has agreed to furnish 9 .03 Project Representative CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER' s A. If OWNER and ENGINEER agree, ENGINEER obligations under the Contract Documents, OWNER' s will furnish a Resident Project Representative to assist ' 00700 - 29 ' ENGINEER in providing more extensive observation of the as provided in paragraph 13 .04, whether or not the Work is Work. The responsibilities and authority and limitations fabricated, installed, or completed. thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9. 10 and in the 9 . 07 Shop Drawings, Change Orders and Payments ' Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the Site A. In connection with ENGINEER' s authority as to who is not ENGINEER's Consultant, agent or employee, Shop Drawings and Samples, see paragraph 6. 17. the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the B . In connection with ENGINEER' s authority . as to Supplementary Conditions. Change Orders, see Articles 10, 11 , and 12. 9..04 Clarifications and Interpretations C. In connection with ENGINEER' s authority as to Applications for Payment, see Article 14. A. ENGINEER will issue with reasonable promptness ' such written clarifications or interpretations of the require- 9.08 Determinations for Unit Price Work ments of the Contract Documents as ENGINEER may determine necessary, which shall be consistent with the A. ENGINEER will determine the actual quantities intent of and reasonably inferable from the Contract Docu- and' classifications of Unit Price Work performed by ments . Such written clarifications and interpretations will CONTRACTOR. ENGINEER will review with CON- be binding on OWNER and CONTRACTOR. If OWNER TRACTOR the ENGINEER' s preliminary determinations and CONTRACTOR are unable to agree on entitlement to on such matters before rendering a written decision thereon ' or on the amount or extent, if any, of any adjustment in the (by recommendation of an Application for Payment or Contract Price or Contract Times, or both, that should be otherwise) . ENGINEER's written decision thereon will be allowed as a result of a written clarification or interpre- final and binding (except as modified by ENGINEER .to ' tation, a Clain may be made therefor as provided in reflect changed factual conditions or more accurate data) paragraph 10.05 . upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05 . 9 .05 Authorized Variations in Work 9. 09 Decisions on Requirements of Contract A. ENGINEER may authorize minor variations in the Documents and Acceptability of Work Work from the requirements of the Contract Documents ' which do not involve an adjustment in the Contract Price or A. ENGINEER will be the initial interpreter of the the Contract Times and are compatible with the design requirements of the Contract Documents and judge of the concept of the completed Project as a functioning whole as acceptability of the Work thereunder. Claims, disputes and indicated by the Contract Documents. These may be other matters relating to the acceptability of the Work, the accomplished by a Field Order and will be binding on quantities and classifications of Unit Price Work, the OWNER and also on CONTRACTOR, who shall perform interpretation of the requirements of the Contract the Work involved promptly. If OWNER and CONTRAC. Documents pertaining to the performance of the Work, and ' TOR are unable to agree on entitlement to or on the amount Claims seeking changes in the Contract Price or Contract or extent, if any, of any adjustment in the Contract Price or Times will be referred initially to ENGINEER in writing, in Contract Times, or both, as a result of a Field Order, a accordance with the provisions of paragraph 10.05, with a Claim may be made therefor as provided in paragraph request for a formal decision. 10.05 . Paragraph 9.09.B has been deleted in its entirety. 9 . 06 Rejecting Defective Work B . Wbe. tiening�tefp eter- and judge under- A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or ' that ENGINEER believes will not produce a completed good faith in eapaeity. The mndepag- of a delis en* Project that conforms to the Contract Documents or that FNCAT%MER . a t t„ this pafagraph ono .:,;tt, Yespee4 to will prejudice the integrity of the design concept of the aBy sueh Qain4 dispute, completed Project as a functioning whole as indicated by hxnre been 3Affi�xe4 by the making er- aeseptanee of :6 the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work F s 7. rights or remedies a e.tl. e.- m etheFlAise haAze ' 00700 - 30 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 9 . 10 Limitations on ENGINEER 's Authority and 10 . 01 Authorized Changes in the Work ' Responsibilities A. Without invalidating the Agreement and without A. Neither ENGINEER' s authority or responsibility notice to any surety, OWNER may, at any time or from time ' under this Article 9 or under any other provision of the to time, order additions, deletions, or revisions in the Work Contract Documents nor any decision made by ENGINEER by a Written Amendment, a Change Order, or a Work in good faith either to exercise or not exercise such Change Directive. Upon receipt of any such document, ' authority or responsibility or the undertaking, exercise, or CONTRACTOR shall promptly proceed with the Work performance of any authority or responsibility by involved which will be performed under the applicable ENGINEER shall create, impose, or give rise to any duty in conditions of the Contract Documents (except as otherwise contract, tort, or otherwise owed by ENGINEER to specifically provided). ' CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee B . If OWNER and CONTRACTOR are unable to or agent of any of them agree on entitlement to, or on the amount or extent, if any, ' of an adjustment in the Contract Price or Contract Times, or B . ENGINEER will not supervise, direct, control, or both, that should be allowed as a result of a Work Change have authority over or be responsible for CONTRACTOR's Directive, a Claim may be made therefor as provided in means, methods, techniques, sequences, or procedures of paragraph 10.05 , construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to 10 .02 Unauthorized Changes in the Work comply with Laws and Regulations applicable to the perfor- mance of the Work. ENGINEER will not be responsible A. CONTRACTOR shall not be entitled to an ' for CONTRACTOR's failure to perform the Work in accor- increase in the Contract Price or an . extension of the dance with the Contract Documents. Contract Times with respect to any work performed that is not required by the Contract Documents as amended, C. ENGINEER will not be responsible for the acts or modified, or supplemented as provided in paragraph 3 .04, omissions of CONTRACTOR or of any Subcontractor, any except in the case of an emergency as provided in paragraph Supplier, or of any other individual or entity performing 6. 16 or in the case of uncovering Work as provided in ' any of the Work. paragraph 13 . 04.B . D. ENGINEER' s review of the final Application for 10 .03 Execution of Change Orders ' Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees, A. OWNER and CONTRACTOR shall execute Bonds, certificates of inspection, tests and approvals, and appropriate Change Orders recommended by ENGINEER other documentation required to be delivered by paragraph (or Written Amendments) covering: 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case 1 , changes in the Work which are: (i) of certificates of inspections, tests, and approvals that the ordered by OWNER pursuant to paragraph 10 . 0 LA, ' results certified indicate compliance with, the Contract (ii) required because of acceptance of defective Documents. Work under paragraph 13 .08 .A or OWNER' s correction of defective Work under paragraph 13 .09, E. The limitations upon authority and responsibility or (iii) agreed to by the parties; set forth in this paragraph 9 . 10 shall also apply to ENGINEER' s Consultants, Resident Project Repre- 2 . changes in the Contract Price or Contract sentative, and assistants . Times which are agreed to by the parties, including ' any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3 , changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to para- 00700 - 31 ara-00700 - 31 graph 10.05 ; provided that, in lieu of executing any the dispute resolution procedures set forth in Article ' such Change Order, an appeal may be taken from 16; or any such decision in accordance with the provisions of the Contract Documents and applicable Laws and 2, if no such dispute resolution procedures ' Regulations, but during any such appeal, have been set forth in Article 16, a written notice of CONTRACTOR shall carry on the Work and adhere intention to appeal from ENGINEER' s written to the progress schedule as provided in paragraph decision is delivered by OWNER or CONTRAC- 6. 18A. TOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal 10 .04 Notification to Surety proceeding is instituted by the appealing party in a ' forum of competent jurisdiction within 60 days after A. If notice of any change affecting the general scope the date of such decision or within 60 days after of the Work or the provisions of the Contract Documents Substantial Completion, whichever is later (unless (including, but not limited to, Contract Price or Contract otherwise agreed in writing by OWNER and ' Times) is required by the provisions of any Bond to be CONTRACTOR), to exercise such rights or given to a surety, the giving of any such notice will be remedies as the appealing party may have with CONTRACTOR' s responsibility. The amount of each respect to such Claim, dispute, or other, matter in ' applicable Bond will be adjusted to reflect the effect of any accordance with applicable Laws and Regulations. such change. C. If ENGINEER does not render a formal decision 10.05 Claims and Disputes in writing within the time stated in paragraph 10.053, a ' decision denying the Claim in its entirety shall be deemed to A. Notice: Written notice stating the general nature have been issued 31 days after receipt of the last submittal of each Claim, dispute, or other matter shall be delivered by of the claimant or the last submittal of the opposing party, the claimant to ENGINEER and the other party to the if any. Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the D. No Claim for an adjustment in Contract Price or amount or extent of the Claim, dispute, or other matter with Contract Times (or Milestones) will be valid if not supporting data shall be delivered to the ENGINEER and submitted in accordance with this paragraph 10.05 . the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time ' for claimant to submit additional or more accurate data in ARTICLE 11 - COST OF THE WORK; CASH support of such Claim, dispute, or other matter). A Claim ALLOWANCES ; UNIT PRICE WORK for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01 .B . A ' Claim for an adjustment in Contract Time shall be prepared 11 . 01 Cost of the Work in accordance with the provisions of paragraph 12 .023 . Each Claim shall be accompanied by claimant's written A. Costs Included: The term Cost of the Work means ' statement that the adjustment claimed is the entire the sum of all costs necessarily incurred and paid by CON- adjustment to which the claimant believes it is entitled as a TRACTOR in the proper performance of the Work. When result of said event. The opposing party shall submit any the value of any Work covered by a Change Order or when response to ENGINEER and the claimant within 30 days a Claim for an adjustment in Contract Price is determined after receipt of the claimant's last submittal (unless on the basis of Cost of the Work, the costs to be reimbursed ENGINEER allows additional time) . to CONTRACTOR will be only those additional or incremental costs required because of the change in the ' B . ENGINEER 's Decision: ENGINEER will render Work or because of the event giving rise to the Claim. a formal decision in writing within 30 days after receipt of Except as otherwise may be agreed to in writing by the last submittal of the claimant or the last submittal of the OWNER, such costs. shall be in amounts no higher than ' opposing party, if any. ENGINEER' s written decision on those prevailing in the locality of the Project, shall include such Claim, dispute, or other matter will be final and only the following items, and shall not include any of the binding upon OWNER and CONTRACTOR unless : costs itemized in paragraph 11 . 0 LB . ' 1 . an appeal from ENGINEER's decision is 1 . Payroll costs for employees in the direct taken within the time limits and in accordance with employ of CONTRACTOR in the performance of the Work under schedules of job classifications ' 00700 - 32 ' agreed upon by OWNER and CONTRACTOR a. The proportion of necessary trans- Such employees shall include without limitation portation, travel, and subsistence expenses of superintendents, foremen, and other personnel CONTRACTOR's employees incurred in discharge employed full time at the Site. Payroll costs for of duties connected with the Work ' employees not employed full time on the Work shall be apportioned on the basis of their time spent on the b. Cost, including transportation and main- Work Payroll costs shall include, but not be limited tenance, of all materials, supplies, equipment, ' to, salaries and wages plus the cost of fringe machinery, appliances, office, and temporary facili- benefits, which shall include social security ties at the Site, and hand tools not owned by the contributions, unemployment, excise, and payroll workers, which are consumed in the performance of 1 taxes, workers ' compensation, health and retirement the Work, and cost, less market value, of such items benefits, bonuses, sick leave, vacation and holiday used but not consumed which remain the property of pay applicable thereto. The expenses of performing CONTRACTOR Work outside of regular working hours, on Saturday, ' Sunday, or legal holidays, shall be included in the c. Rentals of all construction equipment and above to the extent authorized by OWNER machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with 2. Cost of all materials and equipment fur- rental agreements approved by OWNER with the niched and incorporated in the Work, including costs advice of ENGINEER, and the costs of of transportation and storage thereof, and Suppliers ' transportation, loading, unloading, assembly, field services required in connection therewith. All dismantling, and removal thereof All such costs ' cash discounts shall accrue to CONTRACTOR shall be in accordance with the terms of said rental unless OWNER deposits funds with agreements. The rental of any such equipment, ma- CONTRACTOR with which to make payments, in chinery, or parts shall cease when the use thereof is which case the cash discounts shall accrue to no longer necessaryfor the Work OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and d. Sales, consumer, use, and other similar equipment shall accrue to OWNER, and taxes related to the Work, and for which CON- CONTRACTOR shall make provisions so that they TRACTOR is liable, imposed by Laws and Regu- may be obtained. lations. ' 3 . Payments made by CONTRACTOR to e . Deposits lost for causes other than negli- Subcontractors for Work performed by gence of CONTRACTOR, . any Subcontractor, or Subcontractors. . If required by OWNER, CON- anyone directly or indirectly employed by any of ' TRACTOR shall obtain competitive bids from them or for whose acts any of them may be liable, subcontractors acceptable to OWNER and CON- and royalty payments and fees for permits and TRACTOR and shall deliver such bids to OWNER, licenses. who will then determine, with the advice of ENGI- ' NEER, which bids, if any, will be acceptable. If any f. Losses and damages (and related expenses) subcontract provides that the Subcontractor is to be caused by damage to the Work, not compensated by paid on the basis of Cost of the Work plus a fee, the insurance or otherwise, sustained by ' Subcontractor' s Cost of the Work and fee shall be CONTRACTOR in connection with the perfor- determined in the same manner as mance of the Work (except losses and damages CONTRACTOR's Cost of the Work and fee as within the deductible amounts of property insurance provided in this paragraph 11 . 01established in accordance with paragraph 5 . 06 .D), ' provided such losses and damages have resulted 4 . Costs of special consultants (including from causes other than the negligence of but not limited to engineers, architects, testing CONTRACTOR, any Subcontractor, or anyone ' laboratories, surveyors, attorneys, and accountants) directly or indirectly employed by any of them or for employed for services specifically related to the whose acts any of them may be liable. Such losses Work shall include settlements made with the written consent and approval of OWNER No such losses, 5 . Supplemental costs including the damages, and expenses shall be included in the Cost following: of the Work for the purpose of determining CONTRACTOR' s fee. 00700 - 33 of materials or equipment wrongly supplied, and g. The cost of utilities, fuel, and sanitary making good any damage to property. facilities at the Site. 5 . Other overhead or general expense costs h. Minor expenses such as telegrams, long of any kind and the costs of any item not specifically distance telephone calls, telephone service at the and expressly included in paragraphs 11 . 01 .A and Site, expressage, and similar petty cash items in 11 ,013 , connection with the Work. C. CONTRACTOR 's Fee: When all the Work is i. When the Cost of the Work is used to performed on the basis of cost-plus, CONTRACTOR' s fee ' determine the value of a Change Order or of a shall be determined as set forth in the Agreement. When Claim, the cost of premiums for additional Bonds the value of any Work covered by a Change Order or when and insurance required because of the changes in the a Claim for an adjustment in Contract Price is determined Work or caused by the event giving rise to the on the basis of Cost of the Work, CONTRACTOR' s fee Claim shall be determined as set forth in paragraph 12.01 .C. j . When all the. Work is performed on the D. Documentation: Whenever the Cost of the Work 1 basis of cost-plus, the costs of premiums for all for any purpose is to be determined pursuant to paragraphs Bonds and insurance CONTRACTOR is required by 11 .01 .A and 11 .013, CONTRACTOR will establish and the Contract Documents to purchase and maintain, maintain records thereof in accordance with generally accepted accounting practices and submit in a form ' B . Costs Excluded: The term Cost of the Work shall acceptable to ENGINEER an itemized cost breakdown not include any of the following items: together with supporting data. 1 . Payroll costs and other compensation of 11 . 02 Cash Allowances f CONTRACTOR's officers, executives, principals (of partnerships and sole proprietorships), general A. It is understood that CONTRACTOR has included ' managers, engineers, architects, estimators, attor- in the Contract Price all allowances so named in the neys, auditors, accountants, purchasing and con- Contract Documents and shall cause the Work so covered to tracting agents, expediters, timekeepers, clerks, and be performed for such sums as may be acceptable to other personnel employed by CONTRACTOR, OWNER and ENGINEER CONTRACTOR agrees that: ' whether at the Site or in CONTRACTOR' s principal or branch office for . general administration of the 1 . the allowances include the cost to CON- Work and not specifically included in the agreed TRACTOR (less any applicable trade discounts) of upon schedule of job classifications referred to in materials and equipment required by the allowances paragraph 11 .01A. 1 or specifically covered by to be delivered at the Site, and all applicable taxes; paragraph 11 .01A.4, all of which are to be and considered administrative costs covered by the CONTRACTOR's fee. 2. CONTRACTOR' s costs for unloading and handling on the Site, labor, installation costs, 2 . Expenses of CONTRACTOR' s principal overhead, profit, and other expenses contemplated ' and branch offices other than CONTRACTOR' s for the allowances have been included in the office at the Site. Contract Price and not in the allowances, and no demand for additional payment on account of any of 3 . Any part of CONTRACTOR's capital the foregoing will be valid expenses, including interest on CONTRACTOR' s capital employed for the Work and charges against B . Prior to final payment, an appropriate Change CONTRACTOR for delinquent payments. Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of 4 . Costs due to the negligence of CON- Work covered by allowances, and the Contract Price shall TRACTOR, any Subcontractor, or anyone directly be correspondingly adjusted. or indirectly employed by any of them or for whose acts any of them may be liable, including but not 11 . 03 Unit Price Work limited to, the correction of defective Work, disposal 00700 - 34 • 1 11 • 1 - • • 1 - 1/ • 1 - 1 t • - / t1 " 1 / - • 11 . - • • . 1t • - • - / • 1 ' - • • • 1 . 1 • 1 1 • - • 1 - • 11 • - • 1 - • 111 • 1 • i • 1 • • - - 1/ 1 / ' • 1 • . • / 1 J • 1 1 • 1 - • • • 1 • • . L • 1 • 1 . • 11 • • t 1 - 1 1 1 - • 1 • � • p - t 1. • ul . 9 - - • u1u In 1 • • - • t - • - - I1 - • • 1 • - 1 • 1 • • 1 • 1 4 - - • • • ' • ' • • ' • - • - • - ! • • • 11 " 1 • • • ' • i u . FT . 1 • y1 • 1 • • 11 1 - - • q . " • • 1 • 10 I IF W19M �ma. w . I • 1 " t/ 1 • " • 1 1 - 9 " - / 1 _ 1 1 • ' 1 1 I 1 1 I 1 1 1 1 t . YY/ I • Y . - � . YY• 111 � • 1 - 1 • • - 1 . 1 • 1 • • 1 /1 ' 1 - - - - - 111 . ' - • t 1 • 1 " • f1 _ _ _ _ _ _ _ 1 • - • • ' • . . YY • . r1 A • • • • • • • 10 w 1 1 . . . Y11• — • • . e 1 1 - • • • / • • . . x . 11 1 1 ! ! _ 11 11 I III ME , 1 I ' r : ' r r • � r r I ' ' � -VIVAr / • ' 1 • IF ' • ' I - - 1 • 1 • / - t • _ _ _ 1• - • . 1 • - - � — � � ' 1 1 I I 1 1 1 1 : 1 1 • ' 1 1 1 1 1 moo "N • . 1 1 1 1 / 1 1 � 1 1 1 1 1 1 1 • . YYr Y • r 1 . 1 • " • . 1 . / • - • • - • . - 1 // " 1 . 11 - 1 - - _ MET. i - - In • 1 - 1 / - • . - 1 11 • - 1 111 • UI - • . • . . L . . 1 11 • 1 • 111 " 1 1 1 - . 1 . / / " • • 1 ' • . - AR ' / I . _ m m IS sets to 11 11 prior to CONTRACTOR' s purchase thereof for 13 . 02 Access to Work incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to A. OWNER, ENGINEER, ENGINEER' s Con- OWNER and ENGINEER sultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies E . If any Work (or the work of others) that is to be with jurisdictional interests will have access to the Site and inspected, tested, or approved is covered by CONTRAC- the Work at reasonable times for their observation, TOR without written concurrence of ENGINEER, it must, inspecting, and testing. CONTRACTOR shall provide if requested by ENGINEER, be uncovered for observation. them proper and safe conditions for such access and advise ' them of CONTRACTOR' s Site safety procedures and F. Uncovering Work as provided . in paragraph programs so that they may comply therewith as applicable. 13 .03 .E shall be at CONTRACTOR' s expense unless CON- TRACTOR has given ENGINEER timely notice of 13 . 03 Tests and Inspections CONTRACTOR' s intention to cover the same and ENGI- NEER has not acted with reasonable promptness in A. CONTRACTOR shall give ENGINEER timely response to such notice. notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and A new Paragraph 13.03.G has been added. See the testing personnel to facilitate required inspections or tests. Supplementary Conditions. Paragraph 13.03.B has been deleted and replaced with a 13 .04 Uncovering Work new paragraph. See the Supplementary Conditions. B . A. If any Work is covered contrary to the written , request of ENGINEER, it .must, if requested by ENGI- NEER, be uncovered for ENGINEER' s observation and eKeepta replaced at CONTRACTOR' s expense. Parts of the last two sentences of paragraph 13.043 ; have been deleted. B . If ENGINEER considers it necessary or advisable 2 t'h :# N±S er*iRP i4 that covered Work be observed by ENGINEER or inspect- ed or tested by others, CONTRACTOR, at ENGINEER's 13 .04 .B shaH be paid as pr-e34ded in said paFagr-ap request, shall uncover, expose, or otherwise make available 13 .04 .B ;n for observation, inspection, or testing as ENGINEER may require, that portion of the Work in question, Rimishing all 3 , as e&eF%4se speeifieaHy przeNided in the necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not ' limited to all fees and charges of engineers, architects, Paragraph 13 .03 .0 has been deleted in its entirety. attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to ' such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or .replacement of work of others) ; and OWNER shall be ' entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, of inspeetiefi or- apprzeN�ah OWNER may make a Claim therefor as provided in ' paragraph 10. 05 . If, however, such Work is not found to be D. CONTRACTOR shall be responsible for defective, CONTRACTOR shall be allowed arranging and obtaining and shall pay all costs in connection the GenlFast D ee e an extension of the Contract Times (or with any inspections, tests, or approvals required for Milestones), er—betk directly attributable to such ' OWNER' s and ENGINEER's acceptance of materials or uncovering, exposure, observation, inspection, testing, equipment to be incorporated in the Work; or acceptance of replacement, and reconstruction. If the parties are unable to materials, mix designs, or equipment submitted for approval 00700 - 37 . agree as to the-amen eF extent thereof, CONTRACTOR promptly comply with the terms of such instructions, or in may make a Claim therefor as provided in paragraph .10.05 . an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work ' Paragraph 13.05.A has been deleted and replaced with a corrected or repaired or may have the rejected Work re- new paragraph. See the Supplementary Conditions. moved and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of 13 . 05 OWNER May Stop the Work engineers, architects, attorneys, and other professionals and ' all court or arbitration or other dispute resolution costs) A If the Work is ae feetiye' AT- rn = n CTOR fails arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all ' costs of repair or replacement of work of others) will be paid by CONTRACTOR. B . In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction e€ GIAXNEI+e€xer-Eise—' gat €e= thebenefit ef period for that item may start to run from an earlier date if i so provided in the Specifications or by Written Amendment. agent ef any ef em . C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and 13 . 06 Correction or Removal of Defective Work replaced under this paragraph 13 .07, the correction period hereunder with respect to such Work will be extended for A. CONTRACTOR shall correct all defective Work, an additional period of one year after such correction or whether or not fabricated, installed, or completed, or, if the removal and replacement has been satisfactorily completed. r Work has been rejected by ENGINEER, remove it from the Project and replace it with Work that is not defective. D. CONTRACTOR' s obligations under this CONTRACTOR shall pay all Claims, costs, losses, and paragraph 13 .07 are in addition to any other obligation or damages (including but not limited to all fees and charges of warranty. The provisions of this paragraph 13 .07 shall not engineers, architects, attorneys, and other professionals and be construed as a substitute for or a waiver of the provisions all court or arbitration or other dispute resolution costs) of any applicable statute of limitation or repose. arising out of or relating to such correction or removal (including but not limited to all costs of repair or 13 . 08 Acceptance of Defective Work replacement of work of others) . ' A. Ify instead of requiring correction or removal and 13 . 07 Correction Period replacement of defective Work, OWNER (and, prior to ENGINEER' s recommendation of final payment, A. If within one year after the date of Substantial ENGINEER) prefers to accept it, OWNER may do so. Completion or such longer period of time as may be CONTRACTOR shall pay all Claims, costs, losses, and prescribed by Laws or Regulations or by the terms of any damages (including but not limited to all fees and charges of. applicable special guarantee required by the Contract engineers, architects, attorneys, and other professionals and ' Documents or by any specific provision of the Contract all court or arbitration or other dispute resolution costs) Documents, any Work is found to be defective, or if the attributable to OWNER' s evaluation of and determination repair of any damages to the land or areas made available to accept such defective Work (such costs to be approved for CONTRACTOR' s use by OWNER or permitted by by ENGINEER as to reasonableness) and the diminished ' Laws and Regulations as contemplated in paragraph 6. 1 LA value of the Work to the extent not otherwise paid by is found to be defective, CONTRACTOR shall promptly, CONTRACTOR pursuant to this sentence. If any such without cost to OWNER and in accordance with OWNER's acceptance occurs prior to ENGINEER' s recommendation written instructions: (i) repair such defective land or areas, of final payment, a Change Order will be issued or (ii) correct such defective Work or, if the defective Work incorporating the necessary revisions in the Contract has been rejected by OWNER, remove it from the Project Documents with respect to the Work, and OWNER shall be and replace it with Work that is not defective, and (iii) entitled to an appropriate decrease in the Contract Price, satisfactorily correct or repair or remove and replace any reflecting the diminished value of Work so accepted. If the damage to other Work, to the work of others or other land parties are unable to agree as to the amount thereof, or areas resulting therefrom If CONTRACTOR does not OWNER may make a Claim therefor as provided in ' 00700 - 38 paragraph 10.05 . If the acceptance occurs after such by OWNER of OWNER' s rights and remedies under this recommendation, an appropriate amount will be paid by paragraph 13 . 09 . CONTRACTOR to OWNER 13 .09 OWNER May Correct Defective Work ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION A. If CONTRACTOR fails within a reasonable time ' after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required 14 . 01 Schedule of Values by ENGINEER in accordance with paragraph 13 .06.A, or if ' CONTRACTOR fails to perform the Work in accordance A. The schedule of values established as provided in with the Contract Documents, or if CONTRACTOR fails to paragraph 2 .07A will serve as the basis for progress comply with any other provision of the Contract payments and will be incorporated into a form of Applica- Documents, OWNER may, after seven days written notice tion for Payment acceptable to ENGINEER Progress to CONTRACTOR, correct and remedy any such payments on account of Unit Price Work will be based on deficiency. the number of units completed. B . In exercising the rights and remedies under this 14 . 02 Progress Payments paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, A. Applications for Payments OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and 1 . At least 20 days before the date estab- suspend CONTRACTOR's services related thereto, take lished for each progress payment (but not more often possession of CONTRACTOR's tools, appliances, con- than once a month), CONTRACTOR shall submit to ' struction equipment and machinery at the Site, and incorpo- ENGINEER for review an Application for Payment rate in the Work all materials and equipment stored at the filled out and signed by CONTRACTOR covering Site or for which OWNER has paid CONTRACTOR but the Work completed as of the date of the ' which are stored elsewhere. CONTRACTOR shall allow Application and accompanied by such supporting OWNER, OWNER's representatives, agents and employ- documentation as is required by the Contract Docu- ees, OWNER' s other contractors, and ENGINEER and ments. If payment is requested on the basis of ENGINEER' s Consultants access to the Site to enable materials and equipment not incorporated in the ' OWNER to exercise the rights and remedies under this Work but delivered and suitably stored at the Site or paragraph. at another location agreed to in writing, the Applica- tion for Payment shall also be accompanied by a bill C. All Claims, costs, losses, and damages (including of sale, invoice, or other documentation warranting but not limited to all fees and charges of engineers, that OWNER has received the materials and equip- architects, attorneys, and other professionals and all court or ment free and clear of all Liens and evidence that the arbitration or other dispute resolution costs) incurred or materials and equipment are covered by appropriate sustained by OWNER in exercising the rights and remedies property insurance or other arrangements to protect under this paragraph 13 . 09 will be charged against CON- OWNER' s interest therein, all of which must be TRACTOR, and a Change Order will be issued incorpo- satisfactory to OWNER ' rating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to 2. Beginning with the second Application an appropriate decrease in the Contract Price. If the parties for Payment, each Application shall include an are unable to agree as to the amount of the adjustment, affidavit of CONTRACTOR stating that all previous ' OWNER may make a Claim therefor as provided in progress payments received on account of the Work paragraph 10. 05 . Such claims, costs, losses and damages have been applied on account to discharge will include but not be limited to all costs of repair, or CONTRACTOR's legitimate obligations associated ' replacement of work of others destroyed or damaged by with prior Applications for Payment. correction, removal, or replacement of CONTRACTOR' s defective Work. 3 . The amount of retainage with respect to progress payments will be as stipulated in the D . CONTRACTOR shall not be allowed an extension Agreement of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise ' 00700 - 39 B . Review of Applications 4. Neither ENGINEER' S review of 1 . ENGINEER will, within 10 days after CONTRACTOR' s Work for the purposes of recom- receipt of each Application for Payment, either mending payments nor ENGINEER's recommenda- ' indicate in writing a recommendation of payment tion of any payment, including final payment, will and present the Application to OWNER or return the impose responsibility on ENGINEER to supervise, Application to CONTRACTOR indicating in writing direct, or control the Work or for the means, meth- ENGINEER' s reasons for refusing to recommend ods, techniques, sequences, or procedures of payment. In the latter case, CONTRACTOR may construction, or the safety precautions and programs make the necessary corrections and resubmit the incident thereto, or for CONTRACTOR' s failure to Application. comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work 2. ENGINEER's recommendation of any Additionally, said review or recommendation will ' payment requested in an Application for Payment not impose responsibility on ENGINEER to make will constitute a representation by ENGINEER to any examination to ascertain how or for what OWNER, based on ENGINEER' s observations on purposes CONTRACTOR has used the moneys paid the Site of the executed Work as an experienced and on account of the Contract Price, or to determine qualified design professional and on ENGINEER's that title to any of. the Work, materials, or equipment review of the Application for Payment and the has passed to OWNER free and clear of any Liens. accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: 5 . ENGINEER may refuse to recommend ' the whole or any part of any payment if, in a. the Work has progressed to the point ENGINEER's opinion, it would be incorrect to indicated; make the representations to OWNER referred to in paragraph 14.02.B .2. ENGINEER may also refuse ' b. the quality of the Work is generally in to, recommend any such payment or, because of accordance with the Contract Documents (sub- subsequently discovered evidence or the results of ' ject to an evaluation of the Work as a function- subsequent inspections or tests, revise or revoke any ing whole prior to or upon Substantial Comple- such payment recommendation previously made, to tion, to the results of any subsequent tests called such extent as may be necessary in ENGINEER' s for in the Contract Documents, to a final deter- opinion to protect OWNER from loss because : ' mination of quantities and classifications for Unit Price Work under paragraph 9 .08 , and to a. the Work is defective, or completed any other . qualifications stated in the Work has been damaged, requiring convection or recommendation); and replacement; c. the conditions precedent to b . the Contract Price has been reduced by CONTRACTOR' s being entitled to such pay- Written Amendment or Change Orders; ' ment appear to have been fulfilled in so far as it is ENGINEER' s responsibility to observe the c. OWNER has been required to correct Work defective Work or complete Work in accordance with paragraph 13 .09 ; or 3 . By recommending any such payment ENGINEER will not thereby be deemed to have d. ENGINEER has actual knowledge of the represented that: (i) inspections made to check the occurrence of any of the events enumerated in quality or the quantity of the Work as it has been paragraph 15 .02 .A. performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed New paragraphs 14.02 .B .5.e and f have been added. ' inspections of the Work beyond the responsibilities See the Supplementary Conditions. specifically assigned to ENGINEER in the Contract Documents ; or (ii) that there .may not be other Paragraph 14.02.C.1 has been deleted and replaced with matters or issues between the parties that might a new paragraph. See the Supplementary Conditions. ' entitle CONTRACTOR to be paid additionally by (Note to preparer: This change is not required for OWNER or entitle OWNER to withhold payment to private projects.) CONTRACTOR C. Payment Becomes Due ' 00700 - 40 ' 1 . 14 . 03 CONTRACTOR 's Warranty of Title '€e$—�3�—��er—prem„t..a ,,.. ,.o «,. e Apphe-atiea €er l�<�meat to 9VV�T€47� w . A. CONTRACTOR warrants and guarantees that title ENGPTEER' s the ameunt resem to all Work, materials, and equipment covered by ' any Application for Payment, whether icor- 02r„ be,.,,..,..e due and when due ., .:n be paid b porated in the Project or not, will pass to OWNER 0 ATATL'V t8 G) IN=r. " Crnv no later than the time of payment free and clear of ' all Liens. D. Reduction in Payment 14 . 04 Substantial Completion 1 . OWNER may refuse to make payment of the full amount recommended by ENGINEER A. When CONTRACTOR considers the entire Work because: ready for its intended use CONTRACTOR shall notify ' OWNER and ENGINEER in writing that the entire Work is a. claims have been made against OWNER substantially complete (except for items specifically listed on account of CONTRACTOR's performance or by CONTRACTOR as incomplete) and request that finnishing of the Work; ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and Part of Paragraph 14 .02.D.1 .2.b. has been deleted. ENGINEER shall make an inspection of the Work to b. Liens have been filed in connection with determine the status of completion. If ENGINEER does not the W.M.C. eKeept ..herr° GG@hR:RAC;TQR was consider the Work substantially complete, ENGINEER will ' notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially 6whbieas; complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall ' c. there are other items entitling OWNER to fix the date of Substantial Completion. There shall be a set-off against the amount recommended; or attached to the certificate . a tentative list of items to be ' completed or corrected before final payment. OWNER d. OWNER has actual knowledge of the shall have seven days after receipt of the tentative certificate occurrence of any of the events enumerated in during which to make written objection to ENGINEER as paragraphs 14.02.B .5 .a through 14.02.B .5 .c or to any provisions of the certificate or attached list. If, after ' paragraph 15 .02.A. considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within New paragraphs 14.02.D.1 .e, f, and g have been added. 14 days after submission of the tentative certificate to See the Supplementary Conditions. OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER' s 2, If OWNER refuses to make payment of objections, ENGINEER considers the Work substantially the full amount recommended by ENGINEER, complete, ENGINEER will within said 14 days execute and OWNER must give CONTRACTOR immediate deliver to OWNER and CONTRACTOR a definitive written notice (with a copy to ENGINEER) stating certificate of Substantial Completion (with a revised the reasons for such action and promptly pay CON- tentative list of items to be completed or corrected) TRACTOR any amount remaining after deduction reflecting such changes from the tentative certificate as of the amount so withheld. OWNER shall promptly ENGINEER believes justified after consideration of any pay CONTRACTOR the amount so withheld, or any objections from OWNER. At the time of delivery of the adjustment thereto agreed to by OWNER and tentative certificate of Substantial Completion ENGINEER ' CON'l-LACTOR, when CONTRACTOR corrects to will deliver to OWNER and CONTRACTOR a written OWNER' s satisfaction the reasons for such action. recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with ' 3 . If it is subsequently determined that respect to security, operation, safety, and protection of the OWNER' s refusal of payment was not justified, the Work, maintenance, heat, utilities, insurance, and warranties amount wrongfully withheld shall be treated as an and guarantees. Unless OWNER and CONTRACTOR amount due as determined by paragraph 14 . 02.C. 1 . agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER' s issuing the definitive certificate of Substantial Completion, ENGINEER' s 00700 - 41 aforesaid recommendation will be binding on OWNER and the requirements of paragraph 5 . 10 regarding CONTRACTOR until final payment. property insurance. B . OWNER shall have the right to exclude 14 . 06 Final Inspection CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR A. Upon written notice from CONTRACTOR that reasonable access to complete or correct items on the the entire Work or an agreed portion thereof is complete, ' tentative list. ENGINEER will promptly make a final inspection with OWNER and CONTRACTOR and will notify CON- 14.05 Partial Utilization TRACTOR in writing of all particulars in which this ' inspection reveals that the Work is incomplete or defective. A. Use . by OWNER at OWNER' s option of any CONTRACTOR shall immediately take such measures as substantially completed part of the Work which has are necessary to complete such Work or remedy such specifically been identified in the Contract Documents, or deficiencies. ' which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the 14 .07 Final Payment Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's A. Application for Payment performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the 1 : After CONTRACTOR has, in the ' Work subject to the following conditions. opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and 1 . OWNER at any time may request CON- has delivered, in accordance with the Contract TRACTOR in writing to permit OWNER to use any Documents, all maintenance and operating such part of the Work which OWNER believes to be instructions, schedules, guarantees, Bonds, ' ready for its intended use and substantially complete. certificates or other evidence of insurance If CONTRACTOR agrees that such part of the certificates of inspection, marked-up record docu- ' Work is substantially complete, CONTRACTOR ments (as provided in paragraph 6 . 12), and other will certify to OWNER and ENGINEER that such documents, CONTRACTOR may make application part of the Work is substantially complete and for final payment following the procedure for request ENGINEER to issue a certificate of progress payments. ' Substantial Completion for that part of the Work CONTRACTOR at any time may notify OWNER 2 . The final Application for Payment shall and ENGINEER in writing that CONTRACTOR be accompanied (except as previously delivered) by: considers any such part of the Work ready for its (i) all documentation called for in the Contract intended use and substantially complete and request Documents, including but not limited to the ENGINEER to issue a certificate of Substantial evidence of insurance required by subparagraph Completion for that part of the Work Within a 5 .04 .B .7 ; (ii) consent of the surety, if any, to final ' reasonable time after either such request, OWNER, payment; and (iii) complete and legally effective CONTRACTOR, and ENGINEER shall make an releases or waivers (satisfactory to OWNER) of all inspection of that part of the Work to determine its Lien rights arising out of or Liens filed in connection status of completion. If ENGINEER does not with the Work consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and 3 . In lieu of the releases or waivers of Liens CONTRACTOR in writing giving the reasons there- specified in paragraph 14. 07.A.2 and as approved by ' for. If ENGINEER considers that part of the Work OWNER, CONTRACTOR may furnish receipts or to be substantially complete, the provisions of para- releases in full and an affidavit of CONTRACTOR graph 14.04 will apply with respect to certification that: (i) the releases and receipts include all labor, ' of Substantial Completion of that part of the Work services, material, and equipment for which a Lien and the division of responsibility in respect thereof could be filed; and (ii) all payrolls, material and and access thereto. equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's 2 . No occupancy or separate operation of property might in any way be responsible have been part of the Work may occur prior to compliance with paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in ' 00700 - 42 • a • • mI . / 1 . : • / • • • • . • I • . • • • • 1• • . • • • • / . . • 1 • 1 " . . 1 • . / 1 . • 1 1 • I ' . . . . • 1 . • 1t - 1 / . . • It . / 1 • . . 1 1 1 1 1 1 1 1 t / 1 11 • - 1 - • 1 t � • 111 - I /. t . • " " 1 • - • t • . • . t • 1 • ' 11 - 1 1 1 - 1 • . 1 • � . YYr - . r/ � . _ _ �1 - I ' - • 1 III - 1 . - 1 • 1 • • . / / - 1 / . _ _ _ _ _ 1 11 t 1 " • • t • 1 • /1 1am • - 1 • • • IIIA - 1 . t 1 • . / 1 1 • 1 1 - r - _ � � YY •- ' 1 1 i 1 1 1 / / 1 1 1 1 1 ' II • r ' - - - - 1 1 1 1 ' • 1 1 ( 1 1 1 1 1 _ ..: - 1 1 1 I 1 1 Y ' • • 1 • - 1 . 1 • 1 • i • - • . 1 . 1 - 1 • t • • • " t t " • . 1 1 - • . • • - . � • YYr � • mamma WIWI . • • • / I • • 111 - - • t - • - • 1 - 11 11 ' Documents (including, but not limited to, failure to rights or remedies of OWNER against CONTRACTOR supply sufficient skilled workers or suitable materi- then existing or which may thereafter accrue. Any retention als or equipment or failure to adhere to the progress or payment of moneys due CONTRACTOR by OWNER schedule established under paragraph 2 .07 as will not release CONTRACTOR from liability. ' adjusted from time to time pursuant to paragraph 6.04) ; A new Paragraph 15.02.1) has been added. See the Supplementary Conditions. ' 2. CONTRACTOR' s disregard of Laws or Regulations of any public body having jurisdiction; 15 . 03 OWNER May Terminate For Convenience ' 3 . CONTRACTOR's disregard of the A. Upon seven days written notice to CON. authority of ENGINEER; or TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of ' 4. CONTRACTOR's violation in any OWNER, elect to terminate the Contract. In such case, substantial way of any provisions of the Contract CONTRACTOR shall be paid (without duplication of any Documents. items) : ' New Paragraphs 15.02.A.5 and 15.02.A.6 have been 10 for completed and acceptable Work added. See the Supplementary Conditions. executed in accordance with the Contract Docu- ments prior to the effective date of termination, The third sentence of Paragraph 15.023 has been including fair and reasonable sums for overhead and deleted and replaced with a new sentence. See the profit on such Work; Supplementary Conditions, B . If one or more of the events identified in paragraph 2. for expenses sustained prior to the 15 .02.A occur, OWNER may, after giving CONTRACTOR effective date of termination in performing services ' (and the surety, if any) seven days written notice, terminate and furnishing labor, materials, or equipment as re- the services of CONTRACTOR, exclude CONTRACTOR quired by the Contract Documents in connection from the Site, and take possession of the Work and of all with uncompleted Work, plus fair and reasonable ' CONTRACTOR' s tools, appliances, construction equip- sums for overhead and profit on such expenses; ment, and machinery at the Site, and use the same to the frill extent they could be used by CONTRACTOR (without Paragraph 15.03.A3 has been deleted in its entirety. ' liability to CONTRACTOR for trespass or conversion), , and damages incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR , ' but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further , payment until the Work is finished and ethers; Mn d. 4, for reasonable expenses directly attributable to termination. stsi ' sustained by GAWER emising eut of or- r-elating r--elatinge B . CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss 00?h111 9Tnv If such claims, costs, losses, and arising out of or resulting from such termination. ' damages exceed such unpaid balance; CONTRACTOR shall pay the difference to OWNER Such claims, costs, 15 . 04 CONTRACTOR May Stop Work or Terminate losses, and damages incurred by OWNER will be reviewed ' by ENGINEER as to their reasonableness and, when so Parts of Paragraph 15.04 have been deleted. approved by ENGINEER, incorporated in a Change Order. A. If, through no act or fault of CONTRACTOR, the When exercising any rights or remedies under this Work is suspended for more than 90 consecutive days by paragraph OWNER shall not be required to obtain the OWNER or under an order of court or other public ' lowest price for the Work performed authority, or ENGINEER fails to act on any Application for C. Where CONTRACTOR' s services have been so Payment within 30 days after it is submitted, ^- terminated by OWNER, the termination will not affect any fails feF 30 days te pay C-01hWRACT-OR any sum fimlly 00700 - 44 ' detemiined to be Elue, then CONTRACTOR may, upon the first and include the last day of such period. If the last seven days written notice to OWNER and ENGINEER, and day of any such period falls on a Saturday or Sunday or on a provided OWNER or ENGINEER do not remedy such day made a legal holiday by the law of the applicable suspension or failure within that time, terminate the jurisdiction, such day will be omitted from the computation. ' Contract and recover from OWNER payment on the same terms as provided in paragraph 15 . 03 . In lieu of terminating 17 .03 Cumulative Remedies the Contract and without prejudice to any other right or ' remedy, if ENGINEER has failed to act on an Application A. The duties and obligations imposed by these for Payment within 30 days after it is submitted, of General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not ' sum finally deteFmiaed te be due, CONTRACTOR may, to be construed in any way as a limitation of any rights and seven days after written notice to OWNER and remedies available to any or all of them which are otherwise ENGINEER, stop the Work until payment is made of all imposed or available by Laws or Regulations, by special such amounts due CONTRACTOR, including interest warranty or guarantee, or by other provisions of the ' thereon. The provisions of this paragraph 15. 04 are not Contract Documents, and the provisions of this paragraph intended to preclude CONTRACTOR from making a Claim will be as effective as if repeated specifically in the Contract under paragraph 10. 05 for an adjustment in Contract Price Documents in connection with each particular duty, ' or Contract Times or otherwise for expenses or damage obligation, right, and remedy to which they apply, directly attributable to CONTRACTOR' s stopping the Work as permitted by this paragraph. 17. 04 Survival of Obligations A. All representations, indemnifications, warranties, ARTICLE 16 - DISPUTE RESOLUTION and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will ' 16. 01 Methods and Procedures survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. Paragraph 16.01 .A has been deleted and replaced with a ' new paragraph. See the Supplementary Conditions. 17 . 05 Controlling Law , if any, Paragraph 17.05.A has been deleted and replaced with a shag be as siet fA;A ii; 4e Su"Iementar-y Gendidens. If new paragraph. See the Supplementary Conditions. method and pr-eeedtiFe :.has been. set ffibvfI4 and s* eet to the A. This Gen#aet is te be govemed by the law e pr-evisiens ef paFagEaphs 9 . 99 and 10.05, 03AZ�MR a state in which the RFejeet is lesat wrmay exe e remedies ' New Paragraphs have been added. See the Supplementary Conditions. ' ARTICLE 17 - MISCELLANEOUS 1 17 .01 Giving Notice A. Whenever any provision of the Contract Documents requires thegiving of written notice, it will be ' deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or ' sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17 . 02 Computation of Times ' A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude 00700 - 45 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 Availability of Lands SC - 4 . 01 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 00800 - Supplementary Conditions 00800 i FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Condillons.doc Rev. 05/01 1 Replacement of Engineer SC - 8 . 02 Decisions on Requirements of Contract Documents and Acceptability of Work SC = 9 . 09 1 Change of Contract Price SC — 12 . 01 , Delay Damages SC — 12 . 06 1 " Test and Inspections SC — 13 . 03 1 Owner May Stop the Work SC — 13 . 05 Progress Payments SC - 14 . 02 1 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 1 OWNER May Terminate For Convenience SC — 15 . 03 1 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 i 1 1 1 1 1 00800 - Supplementary conditions 0080011 FAPublic Works\Capltal Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.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 Associates , Inc. Address 601 21 " Street, Suite 400 City, State , Zip Vero Beach , Fl . 32960 Phone 772-562-7891 Fax 772-562-9689 SC -1 . 02 Terminology SC- 1 . 02 . D . 1 , 2 , and 3 Delete paragraphs GC4 . 02. D. 1, 2, and 3 in their entirety and insert the following paragraphs in their place: D . Fumish, 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 00800 - Supplementary conditions 008001 F:\Public WorkslCapital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05101 payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13 , 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 . 13 , 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 . Be Written/computed dimensions shall govern over scaled dimensions . SC -4.02 Subsurface and Physical Conditions SC4 . 02 Add the following new paragraphs immediately after paragraph GC4. 02.B: 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 : Report dated January 29 , 2003 , prepared by Dunkelberger Engineering & Testing , Inc. , entitled : Geotechnical Design Report — Bridge Structure Foundations , D . Reports and drawings itemized in SC-4 . 02 . 0 are not included with the Bidding Documents . Copies may be examined at the Capital Projects Division , 2nd floor County Administration Building , 1840 25m Street, Vero Beach , FIe during regular business hours . These reports and drawings are not part of the Contract Documents . 00800 - Supplementary Conditions 008002 FAPublic Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTS\00800 • Supplementary Conditions.doc Rev. 05/01 SC4. 03 Differing Subsurface or Physical Conditions SC4 . 03 . C . 3 Delete the following text from the second sentence of paragraph GC-4. 03. C. 3: SC4. 06 Hazardous Environmental Conditions at Site SC4 . 06 . G Delete paragraph GC4. 06. G in its entirety. ' SC4 . 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 . r 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 . SC-5 . 01 . B . Delete paragraph GC-5. 01 . 8 in its entirety and insert the following paragraph in its place: Be 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 a-pact who executes any Bond , to affix to each a current certified copy of their Power of Attorney, reflecting such 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 . SC -5 . 03 Certificates of Insurance SC-5 . 03 Delete the second sentence of paragraph GC-5. 03 in its entirety. 00800 - Supplementary Conditions ' 008003 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05/01 SC -5 . 04 CONTRACTOR' s Liability Insurance SC-5 . 04 Add the following new paragraphs immediately after paragraph GC-5. 04. 8: 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 tCONTRACTOR. 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 Count;, a political subdivision of the state of Florida° will be named as "Adu4io , Qa ' 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 Is Risk Manager. 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 . 00800 - Supplementary conditions 008004 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05101 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 . ' SC -5 .05 OWNER' s Liability Insurance SC-5 . 05 Delete paragraph GC-5. 05.A in its entirety. SC4 . 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, ca�d 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 . 00800 - Supplementary Conditions 008005 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05101 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. 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 followingparagraphs 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. Cost of inspection during overtime work is $40 . 00 per hour. 5 . All costs of OWNER's 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. 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 " rSC-6 . 05 .A Delete paragraph GC-6. 05.A in its entirc>y ai ]d 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. 00800 - Supplementary conditions ' 008006 R%Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00600 - Supplementary Conditions.doc Rev. 05/01 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 account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or tother individual or entity. SC -6 . 08 Permits ' SC-6 . 08 Add the following paragraphs immediately after paragraph GC-6. 08.A: Be The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A") : 1 . FDEP Permit as Sewage Transmission System . Permit No . CS31 - 0207320-002 ' 2. FDEP Permit — Water Distribution System — Permit No. WD31 -0039206-350 ' 3 . Indian River Farms Water Control District — Permit No , 03-25 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 . E . The Contractor shall be responsible for obtaining the EPA National Pollutant Discharge Elimination System ( NPDES ) Permit . ' SC-6 . 17 Shop Drawings and Samples ' SC-6 . 17 Add the following paragraph immediately after paragraph GC-6. 17. F. 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 , ' 00800 - Supplementary conditions 008007 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05/01 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: SC -9, 09 Decisions on Requirements of Contract Documents and Acceptability of Work SC-9 . 09 Deleteara ra h GC-9. 09. 8 in its entirety. P 9 P SC -12 . 01 'Change of Contract Price SC- 12. 01 . 13 .2 Delete the following text from paragraph GC- 12. 01 . 8. 2 and add a 'Period" () at ' the end of the remaining text. : with paragraph 12. 94 . G . 2) -@ 9F, SC- 12 . 01 Delete paragraphs GC- 12. 01 . 8. 3 and GC42. 01 . C in their entirety. SC -12 . 06 Delay Damages SC- 12 . 06 Delete paragraphs GC42. 06.A and GC42. 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 . SCAM3 Test and Inspections ' SC- 13 . 03 . 13 . Delete paragraph GC43. 033 in its entirety, and insert tnu 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. The CONTRACTOR shall arrange , obtain , and pay for the following inspections , tests , or approvals : 00800 - Supplementary Conditions 008008 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Condibons.doc Rev. 05101 1 . Hydrostatic pressure and leakage tests ; ' 2 . Bacteriological testing of potable water lines . SC- 13 . 03 . 0 Delete GC- 13. 03. 0 in its entirety. ' SC- 13 . 03 . Add the following paragraph immediately after paragraph GC- 13. 03. F. ' G . The OWNER shall use the following testing laboratory: Dunkelberger Engineering & Testing , Inc. 523A NW Enterprise Drive Port St. Lucie , FI . 34986 SC-13 .04 Uncovering Work SC- 13 . 04 . B Delete portions of the last two sentences as follows: If, however, such Work is not found to be defective , CONTRACTOR shall be allowed inure se i ., the GeAtFalst Drine c. an extension of the Contract Times (or Milestones) ,-oF b94, directly attributable to such uncovering , exposure, observation , inspection , testing , replacement, and reconstruction . If the parties are unable to agree as to the aR;9URt OF 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 trequirements , 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 I ght 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. 6. 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 . 00800 - supplementary Conditions 008009 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05/01 SC- 14 . 02 . C . 1 . Delete paragraph GC- 14. 02. C. 1 in its entirety and insert the following paragraph in its place: Co 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 . 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 GC44. 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 ; go of persistent failure to carry out the Work in accordance with the Contract ' Documents , or otherwise unsatisfactory prosecution of the Work; or he 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 b OWNER to CONTRACTOR according to the " Florida Y Y g Prompt Payment Act" ( F . S . Chapter 218 . 70 , et. seq . ) . ' SC -14. 09 Waiver of Claims 1 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 evi.- i y 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: ' 00800 - Supplementary conditions 0080010 F:\Public Works\Capital Projects0slo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05/01 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 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 . 13 Delete the third sentence in paragraph GC- 15. 02. 8 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 . tSC-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 GC45. 04. A: , SC- 15 . 04 Delete the following text from the second sentence of paragraph GC- 15. 04.A : d4e' 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: ' 00800 - Supplementary conditions 0080011 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05101 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 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 GC17.059 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 fumished 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 0080012 FAPublic Works\Capital Projects\Oslo - 43rd AvenuelCONTRACT DOCUMENTS\00800 - Supplementary Conditions.doc Rev. 05/01 DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO , SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 ' REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 ' PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ' ACCESS ROADS , PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT ' STORAGE OF MATERIAL AND EQUIPMENT 01611 ' SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 ' RECORD DOCUMENTS AND ELECTRONIC AS = BUILTS 01720 POST FINAL INSPECTION 01820 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTSOVISION 7 GENERAL REQUIREMENTS .doc ' SECTION 01009 SPECIAL PROVISIONS 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 . Be 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 41St Street, at the CONTRACTOR' s expense . All material and equipment not iri 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 . iE . 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. + + END OF SECTION + + 01009- 1 01009-Special Provisions FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01009 - Special Provisions .doc 5/23/01 ' SECTION 01024 FORCE ACCOUNT 1 . 1 GENERAL CONTRACTOR shall furnish all labor, materials , equipment and incidentals necessary to perform additional work not covered on the Contract Drawings . ' Revisions to the Drawings are anticipated due to pending development of adjacent properties. 1_2 PAYMENT A . Lump sum for force account work is included in the bid schedule . ' Measurement and payment for force account work will be incorporated in Work Change Directives issued by the ENGINEER. The value of force account work will be determined in accordance with Article 12 of the General Conditions . + + END OF SECTION + + 01024- 1 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01024 Force Account.doc 5/23/01 . 01024-Force Account ' 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. Be 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 . 1050- 1 01050 Field Engineering FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01050 - Field Engineedng .doc 5/23/01 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 CON-TRACTOR 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 Sur- , veyor 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. 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 imarkers 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 5J of FDOT Standard Specifications . ' + + END OF SECTION + + 1050-2 01050 Field Engineering FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01050 - Field Engineering .doc 5/23/01 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 . ' Be 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 ' AWS American Welding Society FED . SPEC . Federal Specifications 01091 - 1 01091 Reference Standards ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01091 - Reference Standards .doc 5/23/01 CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection ' DNR Department of Natural Resources rNCPI 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 rFDOT/DOT Florida Department of Transportation U . L . , Inc. Underwriter' s Laboratories , Inc. r 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 . + + END OF SECTION + + 01091 - 2 01091 Reference Standards F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01091 - Reference Standards.doc 5/23/04 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 . Be CONTRACTORS General Responsibility: No failure of test agencies , whether engaged by the OWNER or CONTRACTOR , to perform adequate inspections of 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 . 01215- 1 01215 General Quality Control FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01215 General Quality.doc 5/23/01 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 . ' Be 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 . 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. + + END OF SECTION + + 01215-2 01215 General Quality Control FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01215 General Quality.doc 5/23/01 r - SECTION 01220 r 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 . r Be Place : CONTRACTOR' S office at Project site or other mutually agreed upon location . Co 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 rA. CONTRACTOR Be SUBCONTRACTOR: When needed for the discussion of a particular agenda item , CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting . 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. r 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 . r + + END OF SECTION + + ' 01220- 1 01220 Progress Meetings FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS101220 Progress Meetings.doc r r ' SECTION 01310 CONSTRUCTION SCHEDULES 1 ' 1 . 1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an ' approved construction progress schedule on hand . Be 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 . r Be 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 . rC . 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 thG; 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. ' 01310- 1 01310 Construction Schedule FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01310 Construction Schedule .doc 1 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 concemed parties . 4 . OWNER (two copies ) . 5 . ENGINEER ' Be In the cover letter, instruct recipients to report promptly to the CONTRACTOR , in writing , any problems anticipated by the projections ' shown in the schedules . + + END OF SECTION + + 1 ' 01310-2 01310 Construction Schedule ' F;\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01310 Construction Schedule.doc i ' SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 1 . 1 SCOPE iA . Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings iand described in the Specifications . i 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 . i Be 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 i described or specified in detail , must be fumished , 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 ifailure or from their improper construction , maintenance or operation . C . In accepting the Contract , the CONTRACTOR assumes full responsibility ifor 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 isave 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 . i1 . 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 wdier 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 . ' 01520- 1 01520 Construction Facilities FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01520 Construction Facilities .doc 1 1 4 . When temporary water service is no longer required , remove all temporary water lines . ' Be 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 . 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 . + + END OF SECTION + + ' 01520-2 01520 Construction Facilities ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01520 Construction Facilities .doc 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 . responsibility for the reservation of all public and private property or D . Assume full resp ty p p P P P Y 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 ' 01541 - 1 01541 Protection of Work FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01541 Protection of Property.doc barricades to keep vehicles from being driven on or into Work under construction . Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's 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 . Be 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 . ' trunks are damaged , rune branches immediate ) and protect the G . If branches or g , p y 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 . ' 01541 -2 01541 Protection of Work ' F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01541 Protection of Property.doc 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 adja- cent 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 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 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 ' 01541 -3 01541 Protection of Work ' FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01541 Protection of Property.doc 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 sufficiently 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 ' Work, which shall be paid for under the provisions of Article 11 of the General Conditions . Be 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 facile ' . ities 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 . 01541 -4 01541 Protection of Work tFAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01541 Protection of Property.doc 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 . ' Be 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 existingutility castings , including valve boxes , ' unction boxes , manholes , pull tY 9 9 J boxes , inlets and similar structures in the areas of construction that are to ' remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. Be The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing . CONTRACTOR shall make available survey reference markers to the various utility companies . + + END OF SECTION + + ' 01541 -5 01541 Protection of Work FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01541 Protection of Property.doc 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 . Be 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. .Be All trucks carrying earth shall be covered while moving with an appropriate tarpaulin . Should trucks hauling earth fail to cover their loads , the 01550- 1 01550 Access Roads F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01550 Access Roads .doc CONTRACTOR will be � two iven � ) written warnings , after which the 9 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 . ' Co All trucks/moving equipment shall have backup warning homs in proper working order while on the job site . + + END OF SECTION + + 01550-2 01550 Access Roads F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01550 Access Roads .doc r ' • SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1 1 . 1 GENERAL r A. Make all arrangements for transportation , delivery and handling of equipment ' and materials required for prosecution and completion of the Work. Be 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 . rCo 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 . Be 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 rprovided . 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 . r 01610- 1 01610 Transportation and Handling of Materials and Equipment ' F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01610 .doc r ' 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 . ' 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. Be 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. + + END OF SECTION + + ' 01610-2 01610 Transportation and Handling of Materials and Equipment FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01610.doc a SECTION 01611 ' STORAGE OF MATERIAL AND EQUIPMENT 1 . 1 GENERAL A . Store androtect materials and equipment in accordance with manufacturer' s P recommendations and requirements of Specifications . B . Make all arrangements and provisions necessaryfor 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 r manner to provide easy access for inspection . C . Areas available on the construction site for storage of material and equipment shalt 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 . ' H . When appropriate store materials on wood blocking so there is no contact with the ground . + + END OF SECTION + + 01611 - 1 01611 —Storage of Material F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01611 Storage of Materials .doc 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 . Be 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 substitution 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 . Be 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 . 01630- 1 01630 Substitutions FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01630 Substitutions.doc r b . Manufacturer's literature with product description , performance and test data , and reference standards . c. Samples , if appropriate . ' 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 rproposed 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 deter- mined 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 . ' 01630-2 01630 Substitutions FAPublic Works\capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01630 Substitutions.doc r . ' 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 w" I] proceed with the review without additional cost to CONTRACTOR . 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 rexpense 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' s 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 r 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. ' L 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. ' + + END OF SECTION + + ' 01630-3 01630 Substitutions F:\Pub1icWorks\Capita1 Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01630 Substitutions .doc 1 1 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 so that the public and property owners will be inconvenienced as little as possible . Be 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 immediCA"e. IIV 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 . 01710 - 1 01710 Site Cleanup ' F:\Public Works\Capital, Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01710 Site Cleanup .doc 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 planed 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 . ' L 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 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 . + + END OF SECTION + + 01710 - 2 01710 Site Cleanup FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01710 Site Cleanup.doc t SECTION 01720 RECORD DOCUMENTS 1 ' 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 . 2 . Pipe Culvert/PVC Sleeves — All inverts , stations and offsets . ' 3 . Outfalls — All pipe inverts , weir box elevations , weir elevation , and sizes . ' 01720- 1 01720 Record Documents ' F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOW MENTS\01720 Record Documents.doc 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 Be Canal : Original and Final Cross Sections of the Lateral B Canal — The CONTRACTOR shall have a Registered Surveyor take original cross section shots of the Lateral B Canal prior to disturbance of the canal banks . The shots shall be taken at 100-foot intervals starting at SRA 232 +00 and ' ending at 252 +00 . 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 B 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- 17 , M18A (excluding note 4 pertaining to electronic as-builts ) , M18B and M18C of the Indian River County Department of Utility Services Water and Wastewater Utility Standards dated January 1997 . 1 . 3 A&BUILTS ' A. CONTRACTOR shall submit marked up Record Drawings to COUNTY. COUNTY will input As-Built information on Electronic ' Drawing files . Be COUNTY shall deliver to CONTRACTOR seven (7 ) sets of As- Builts plotted from electronic files with the, marked up Record Drawings . 01720-2 01720 Record Documents FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01720 Record Documents .doc 1 ' 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 . D . Payment for Record . Drawings , Review of Electronic As -Builts and tsigning and sealing As-Builts shall be made under Pay Item No . 108- 1 — 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 . + + END OF SECTION + + 01720-3 01720 Record Documents FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01720 Record Documents .doc 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 . ' + + END OF SECTION + + 1 ' 1820- 1 01820-Post-Final Inspection ' F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\01820 .doc i DIVISION 2 TECHNICAL PROVISIONS Section No . Title 1 STANDARD SPECIFICATIONS 1 4 SCOPE OF WORK 1 102 MAINTENANCE OF TRAFFIC 104 EROSION AND WATER POLLUTION CONTROL 1 110 CLEARING AND GRUBBING 120 EXCAVATION AND EMBANKMENT 160 STABILIZING 285 OPTIONAL BASE COURSE 286 TURNOUT CONSTRUCTION 1 300 PRIME AND TACK COATS 331 TYPE S ASPHALTIC CONCRETE 425 INLETS , MANHOLES AND JUNCTION BOXES 430 PIPE CULVERTS AND STORM SEWERS 575 SODDING 700 SIGNING AND PAVEMENT MARKING 1000 WATER AND SEWER UTILITIES i - 1 . RlPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\DIVISION 2 TECHNICAL PROVISIONS.doc ' TECHNICAL. PROVISIONS SECTION - 1 STANDARD SPECIFICATIONS All work of this Contract shall conform to thea applicable technical hnical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction , 1991 , and Supplemental Specifications ( 1994 ), 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 ' , " District Engineer" , "Engineer ' , " Project Engineer' , etc . , 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 Owners Engineer on the Project ( Resident Construction Inspector) who will act as an i agent for Indian River County, assigned to observe the progress quantity and quality of the work. SECTION - 4 SCOPE OF THE WORK Section 4-3 . 5 Value Engineering Incentive is deleted in its entirety. i SECTION 102 ' 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 accord ? nce with the U . S . Department of Transportation 's Manual On Uniform Traffic Control Devices ( MUTCD ) 1988 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 , TECHI**TICIAL PROVISIONS TP- 1 F : \Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Tednical Provisions.rtf ' 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. Be 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 . 1 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 barricades (Type II ) , Barricades (Type III ) , Temporary Pavement (along Oslo Road ) , Off. Duty Police or Sheriff Deputy, Concrete Barrier (Temporary) and variable message sign , shall be lump sum . This shall include all items and services necessary 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 -Com liance : Should the Owner or p . 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 only allow for a one time-30 day i maximum closure of 43rd Avenue . Should the Contractor fail to reopen 43rd Avenue within the 30 day maximum closure allowance , Owner shall have option ' to fine the Contractor $ 1 , 000 . 00 per day until 43rd Avenue is reopened to traffic . G . Payment shall be made under: ' Item No . 102 - 1 - Maintenance of Traffic = Lump Sum Item No . 102 - 1 - 1 - Temporary Pavement - Per Square Yard Item No . 102- 10 - Off Duty Law Enforcement Officer we Man Hour ' Item No . 102-70- 11 - Concrete Barrier (Temporary) with Flashing Lights - Linear Foot Item No . 102-74- 1 - Barricade (Temporary Type II ) - Each Day Item No . 102-74-2 - Barricade (Temporary Type III ) - Each Day Item No . 102-99 - Variable Message Sign - Each Day TECHNICIAL PROVISIONS ' TP- 2 F: \Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions .rtf ' SECTION 104 EROSION AND WATER POLLUTION CONTROL 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 . tA. 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 . Be Canals : Floatingturbidity barriers shall be installed in all permanent water course tY 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 . 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 ) 9844940 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 ; f and TECBMCIAL PROVISIONS TP- 3 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions .rtf i i « 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- 10- 1 - Baled Hay or Straw - Per Each Item No . 104- 11 - Floating Turbidity Barrier - Per Linear Foot Item No . 104- 13- 1 we Silt Fence (Type III ) - Per Linear Foot SECTION 110 ' 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 , nprap , 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 . Be 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 rof outside the project by the Contractor, at a location and in a manner approved by the Engineer. TECHNICIAL PROVISIONS TP- 4 F:\Pubhc Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions .rtf D . Removal of existing pavement includes all removal and disposal of the asphalt within the limit shown on the plans . ' E . Existing artesian and non -artesian water wells located within the limits of the proposed roadway improvements shall be grouted and sealed in accordance with St. Johns River Water Management District Chapter 40C-3 , F .A . C . F . Cost of mailboxes shall include all labor to furnish and install and relocate due to construction phasing and materials required . G . Payment shall be made under: Item No . 110- 1 - 1 - Clearing and Grubbing - Acre Item No . 110-5 - Plugging Water Well (Artesian ) - Per Each ' Item No . 110-6 - Plugging Water Well ( Non -artesian ) - Per Each Item No . 110-7- 1 - Mailbox - Per Each r SECTION 120 ' EXCAVATION AND EMBANKMENT A . Earthwork, including earthwork for drives outside the right-of-way limits , shall be ipaid 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 . Be 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 . Approximately 2 . 0 ft of subsoil excavation is required in sublateral canals and ditches located under proposed roadway and drainage culvert improvements . Cost of replacement embankment shall be included in cost of subsoil excavation . Contractor to coordinate with county representative prior to any subsoil excavation . ' D . Channel Excavation - Any excavation of the Lateral "C' canal associated bridge construction shall be paid for as Channel Excavation . E . 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 : TECEMCIAL PROVISIONS TP- 5 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions.rtf 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 . 1204 - Subsoil Excavation - Per Cubic Yard Item No . 120-5 - Channel Excavation Per Cubic Yard Item No . 120-6- 1 - Embankment - Per Cubic Yard SECTION 160 rSTABILIZING 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 Th thickness . Thickness will vary to conform to the lines , and grades shown in the plans . " Minimum L . B . R . = 40 as No under-tolerance . B . Payment shall be made under: Item No . 1604 - Type B Stabilization ( 12 ) - Per Square Yard SECTION 285 OPTIONAL BASE COURSE A . Sub Article 2854 ( Page 201 ) is modified by the addition of the followings 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 TECEMCIAL PROVISIONS TP- 6 F : \Pubhc Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUNMNTS\Technical Provisions .rtf . Be Payment shall be made under: Item No . 285-707 - Base Group 7 - Per Square Yard SECTION 286 TURNOUT CONSTRUCTION A. Sub Article 286-6 ( Page 203 ) is modified by the addition of the following : ' The cost of any bituminous material used in hot bituminous mix, Class Concrete , form work, prime coat or tack coat, or any incidental labor or material shall not be paid for separately. Be Payment shall be made under: ' Item No . 286- 1 - 1 - Tumout Construction (Asphalt)- Square Yard Item No . 286- 1 -2 we Turnout Construction (Concrete ) - Square Yard SECTION 300 PRIME AND TACK COATS All prime and tack materials as identified in the 1991 . FDOT Road and Bridge r Specifications and 1994 Supplements may be used . Article 300-9 Basis of Payment ( Page 209 ) is deleted and the following substituted : The quantities to be paid for under this Section shall be included in the cost of the following contract items : A . Prime Coat - included in 'Base" Pay Item . fBe Tack Coat - included in "Asphaltic Concrete" Pay Item C . Bituminous Material ( Plant Mix) (asph . cem . 20/30 ) - to be included in ' Asphaltic Concrete . SECTION 331 TYPE S ASPHALTIC CONCRETE A. Subarticle 331 -7 ( Page 258 ) is modified by the addition of the following : Included in this payment will be tack coat and bituminous materials ( Plant Mix) . No separate payment will be made for bituminous materials . No additional ' payment will be made for asphalt thickness in excess of the specified thickness Payment shall be made under: TECBMCIAL PROVISIONS TP- 7 F :\Pubhc Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions .rtf ' Be Payment shall be mads under: Item No . 331 -2 — Type S Leveling Course (0 . 5" + Avg . ) — Ton . Item. No . 331 -72-20 — Type S Asphaltic Concrete (2" ) — Per Square Yard , Item No . 331 -72-24 - Type S Asphaltic Concrete (2 1 /2" ) - Per Square Yard . SECTION 425 INLETS , MANHOLES AND JUNCTION BOXES A. CURB INLET P5 AND P6 : Structure bottoms shall be constructed as per FDOT Index 200 . Inlet tops shall be constructed as per FDOT Index 211 . Be Payment shall be made under: ' Item No . 425- 1 -90 Inlet ( Miami ) (< 10' ) - Per Each Item No . 425- 1 -351 - Inlet (Curb Type P-5 ) (< 10 ' ) - Per Each Item No . 425- 1 -521 — Inlet ( Ditch Bottom Type C )(< 10 ' ) — Per Each Co Cost of flumes to be included in the cost of curb and9 utter. SECTION 430 PIPE CULVERTS AND STORM SEWERS A. CONCRETE PIPE CULVERT (CLASS III ) 66 " RCP : The concrete pipe culvert, Class III , shall be constructed in accordance with ASTM Designation C-76 , Class III , Wall Be 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- 12 -344 - Concrete Pipe Culvert ( Class III ) (66 " CD ) - Per Linear Foot Be DRAINAGE END TREATMENT : Subarticle 4304 . 6 (Page 383 ) . The second paragraph of this Subarticle is deleted . Flared end section (66 " RCP ) (Special ) TECBNICIAL PROVISIONS 1 TP- 8 F : \Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions.rtf shall be constructed as shown in the detail shown within the construction plans . This item may require specialty precasting . The following company has been contacted and is interested in bidding on this item : Metromont Materials , attn : Mr. ' Mike Wilson , ph# 864/5854241 . C . CONCRETE PIPE JOINTS : Subarticle 430-7 . 1 . 1 (Page 384 ) is modified by the addition of the following : In addition to the rubber gaskets all round and elliptical concrete pipe other than side drains 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 . D . 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 t quantity in feet of concrete Pipe Culvert and Corrugated Aluminum 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 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-7&85A and AASTM Specification M170-89 are modified by the following . Significant patching of pipe prior to deliveryshall 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. r 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 . TECHNICIAL PROVISIONS TP- 9 FAPublic Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT D0CUMENTS\Tecbnica1 Provisions.rtf SECTION 575 ' 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. Where sodding an area in which previously had established grass the new sod shall be of the same variety as ' existing (Argentina Bahia or St . Augustine ) . All sodding associated with Landscaping as proposed in Landscape plans shall be St. Augustine . This work shall also include mowing in accordance with Section 104-7 . 2 ( Page 108 ) , to be ' mowed at 6" height with a mulching mower. f Work: T w specified in this section consists of the B . Work Included . Scope o o he work sped 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 fumished/installed at no additional cost to the Owner and shall be guaranteed for three months . All replacement shall meet original specifications . rThe 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 . 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 164-8 . 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 TECEMCIAL PROVISIONS S TP- 10 F :\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCOMENTS\Technical Provisions.rtf, 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 . 6 . 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 spec cati PPY Pon . All tickets from bags shall be handed over to the County Inspector. ' On steeps slopes ,to 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 e;: : �: re that the finished sod elevation is 1 Y2' below paved shoulder. ' 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 . TECHNICLkL PROVISIONS TP- 11 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions.rtf ' Sodding shall not be performed when weather and soil conditions are , in the Engineer's opinion , unsuitable for proper results . iSod .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 1 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 575-5Pa9e 532 ) . The first two paragraphs under this Article are deleted ( and the following substituted : ' The contract unitrice for sodding shall include the costs of sod , fertilizer (2 P 9 applications ) , sidewalk sweeping after mowing , mowing , disposal of clippings , water, tools , equipment, labor and all other incidentals necessary. L . Payment shall be made under: Item No . : 575- 1 -X - Sodding (Sod type indicated by "X") - Per Square Yard SECTION- 700 SIGNING AND PAVEMENT MARKING ' A . Signing and pavement marking for traffic control shall conforr to the requirements of the Standard Specifications (2000 ) , Manual on Uniturm Traffic Control Devices , Supplemental Specifications , Roadway and Traffic Design ' Standards , manufacturers specifications . Be 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 TEM4ICIAL PROVISIONS TP- 12 F:\Pubhc Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOMMENTS\Technical Provisions.rtf tshall be exercised . by the Contractor . d u ring removal , storage and relocation so as not to damage the signs . If any damage occurs, as determined by the Owner's 1 Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation . Cr All reflective pavement markers shall be 4" x 4" . SECTION 1000 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 . lndian River County Utilities . ' Relocation of existing fire hydrants 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 Be 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 as 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 . ' TECHNICIAL PROVISIONS TP- 13 F: \Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions .rtf ' 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 CA 11 (ANSI ' 21 . 11 -85 ) , or latest revision . Mechanical joint pipe set-screw type retainer glands will not be permitted . 4 . Flanged Connections : ' 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 . . 59 Valve Box Adjustments : Cost of valve nut extenders shall be included in cost of valve box adjustments where needed . A . 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 . B . 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 expobad piping shall have a paintable sealant play d 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 TECHNICIAL PROVISIONS ' TP- 14 F: \Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions.rtf ' 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. 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 . 04 . 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 m .1 coat, 1 . 5-2 . 5 c . MAB Paint: ( 1 ) Shop Primer: Ply-Tile 520-W45 - 1 coat, 2 . 0-3 . 0 dry mils ' per coat. (2 ) Field Primer. / Filed Touch-up : Ply-Tile 520-W45 - 1 coat, 2 . 0-3 . 0 dry mils per coat (3 ) 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 + + END OF SECTION + + TECBNICIAL PROVISIONS ' TP- 15 F:\Public Works\Capital Projects\Oslo - 43rd Avenue\CONTRACT DOCUMENTS\Technical Provisions.rtf j ASBUILT 8 ' PLUG �■ M b STAG OAP. Lo � E + 4 . 63 NOTE , A MINIMUM TEXT SIZE OF 1 / 8 ' tSHALL BE REQUIRED ON ALL 6 ' ASBUILT 8 ' P . V ., R - 6 TURNS : 10 ' STA . 0 + 37 ASBUILT SURVEY ' S . PRM ,Q J - - T. O. P. EL. 4 . 40 - - - - - - - -, R / W 7T I gra a�. i ASBUILT 8 ' 90 ' BEND rc JPEGn++ Nc r CONST. INrO EXIST►IG T t 7 , STA . 0 + 62 VIT11 KNOWN STATE PLA►-E 1 CMRDP"TES AND SNOV v+ 1 T. D . P. EL. 4 . 42 Assurers ASBUILT 8 ' FORCE MAIN .... PAVEMENT c 4009, _ ASBUILT 8 ' 22 1 / 2 ' BEND F. M. UNDER 0=4Z STA . 1 + 15 WIENCASEMENT 3 F- T. O. P. EL. 4 . 89 . X. T. O.P. EL. 6. 44 y STA . 123 + 18 ( f 8 ' L) II ;ax ASBUILT 8 ' 22 1 / 2 ' BEND F. M. UNDER SAN. S. AIR RELEASE t STA . f +22 F. M. T. O. P. EL. 5. 50 VALVE 0 VER FPOMO I 1 I T. 0. P. EL. 6. 52 SAN. S. T. 0. P. EL. 6 . 40 STA . 1 + 38 I ASBUILT A . R. Y. TAP F. R. T. O. P. EL. 6. 43 t STA . 1 + 28 ASBUILT 8 ' SLEEVE 1 ' 1 STA . 122. 25 ( 18 ' LEFT) I t . r= 3 &v P . V . T. O. P. EL. 5. 32 Mom R =- f/4 TURN q� CORNER - - - STAG2 +7`5. .. Tit OF BLDG. `UNDE~R TEL 4' 1 R / W e � F.M. T. O. P. EL. 5. 351 . '"l-' � n ru 6. 25 \ .` c N c" R / W GG 02 etc" one Glob - _ GOES - PROP. LIFEammommomm 40,0, 4000, n. - - - - - - - - - - - - T - - - - - - - - - - - - - 3 + 0 - -T - - - - - - - - - - - - -T-- - - - P1Dt 121 + 00 122 + 00 123 + 00 - - - - - - - - - - - - - - - - SOUND - - - - - - - -- - - - - - 8 ' SAN . S . - - - - - - - - - - - - - - - - NOTES cEXISTING > ASBUILT 8 ' P . V ., R - 4 TURNS L lTALJC7ZFD PRINVTLVC SHOWN ABOVE REPRESENTS THE MINIMUM INFORKATION STA . 122 + 74 TO BE PROVIDED BY THE ENGINEER ' S/ CONTRACTOR ' S SURVEYOR TO IRCDUS ON REPRODUCIBLE ASBUILT SURVEY DRAWINGSI ALL ASBUILT SURVEY ' S T O. P. EL. 4 . 40 TO BE SIGNED , SEALED AND DATED . SURVEY DRAVINGS SHALL ALSO BE PROVIDED ON A 3 1 /2 ' COMPUTER DISK IN AUTOCAD R12 OR R13 FORMAT OR LATEST , IF A CADD SYSTEM IS NOT AVAILABLE , ORIGINAL ASSUILTS SHALL BE FURNISHED AND VILL BE SCANNED INTO AN AUTOCADD R13 FORMAT BY IRCDUS FOR DIGITAL STORAGE , A FEE STRUCTURE IS AVAILABLE AT THE OFFICE OF INDIAN RIVER COUNTY , DEPT . OF UTIL . SER,` CM( SEE MISA , MIBB L MISC FOk ASBUILT /CONSTRUCTION REQUIREMENTS . ) 2 , BASELINE OF CONSTRUCTION L STATIONINGG OF ITEMS TO BE ON THE CENTERLINE OF THE PIPE * 3 . TOP OF PIPE ELEVATIONS L STATIONING TO BE TYPED , LISTED , 4`LALED L SUBMITTED FOR THE ENGINEER TO LOCATE THE AIR RELEASE VALVES AS CONSTRUCTION PROCEEDS . 4 . CONTRACTOR TO INDICATE THE SIZE , TYPE , DIRECTION AND NUMBER OF TURNS TO CLOSE EACH VALVE . S . CONTRACTOR TO PROVIDE NAME OF BUSINESS OR RESIDENCE , STREET ADDRESS AND TAX I . D . NUMBER FOR ALL PROPERTIES ADJACENT TO LINE EXTENSIONS , 6 . ASBUILT UTILITY LINES SHALL BE SHOWN WITH A WIDER SAID LINE . EXISTING UTILITY LINES SHALL BE SHOWN WITH A THIN DASHED LINE . INDIAN RIVER COUNTY ( EXAMPLE ) DEPARTMENT OF EXAMPLE ) NO. UTILITIES. SERVICES ASBUILT DRAWING IM . 1 7 INDI" R1VZR COUNTY r DEPARTMENT OF V=LITY SERVICES A8 -BUILT RZOUIREME?ITS ' 1 . All as - built drawings shall state in 1 " lettering " AS - ' . BUILT " located in the bottom right hand side of the , drawing original and / or copies , along with the as - built date . 2 : All state plane coordinates a-hall be based on the Florida ' State Plane Horizontal Data ( East Zone ) ; or Florida High Precision Geodetic Network ( Superstation ) and HAD 83 / 1990 ' - f final adjustment . , 3 . All elevations shown shall be based on 1929 NGVD . 4 . A oming as -built drawings shall be receive 1 / 2 " disk with a tie to state plan r inates . ( NOTE : Prior to ' tting .the awing on 3 1 / 2 " ' diskette , one ( 1 ) co each as - built shall be submitted for r ' and approva er all approvals , a Hyl oducible along with two ( 2 ) sid sealed ies of each as - built shall be submitted . 5 . All engineering or surveying as - built drawings shall be tied to a minimum of one permanent reference monument ( P . R . M . ) that shall be tied to a minimum of one section corner or one -quarter ( 1 / 4 ) section corner whichever is closest to the project . State plane coordinates shall be ' physically shown on the drawing next to the P . R . M . used . 6 . All utility as -built construction located within the rights - of - way , easements and alike shall be tied to the respective rights -of - way , easements , etc . , every 1 , 000 feet and change of direction . 7 . All utility as -built construction plans that are located within a distance of one mile from any of the Indian River County Global Positioning System ( G , P . S . ) control project monuments shall tie into this project from one ( 1 ) on -site Permanent Reference Monument ( P . R . M . ) , subdivision corner , or site plan project corner . 8 • All as -builts shall clearly depict as -built utility lines that were constructed along with their respective � 3sement ( if required ) . As -builts will not be accepted unless the verbiage " PROPOSED " and / or " TO BE CONSTRUCTED " have been revised to read " AS - BUILT " . As - built Construction drawings with to be constructed terminology will not be accepted . 9 . All As - builts shall be certified by the project engineer or contracting surveyor . NDIAN RIVER COUNTY A S B I U i 1 T 1L. TDRAWING DEPARTMENT OF NM UTILITIES SERVICES REQUIREMENTS M(A) 18 INDIAN RISER COUNTY DEPARTXEHT OF UTILITY BLROZCEB SURVEY REQUIREMENTS 1 . All Construction and / or Route surveys shall meet the minimum f requirements of the Chapter 61G171 Florida Administrative Code I ' Pursuant to Section 472 of the Florida Statutes . f 2 . L:o7 All state - plane coordinates shall be based on the Florida :- State Plane Horizontal Data ( East Zone ) ; Florida sigh Precision Geodetic Network ( Superstation ) and HAD 83 / 1990 final adjustment . 3 . All elevations shown shall be based on 1929 NGVD . 4 . All incoming route construction survey CAD drawing files shall be received on 3 1 / 2 " diskette with a tie to state plane coordinates . ( NOTE : Prior to submitting the CAD drawing on 3 1 / 2 " diskette , one ( 1 ) copy of each survey shall be submitted for review and approval . After all approvals , a reproducible Mylar along with two ( 2 ) signed and sealed copies of each survey shall be submitted . s . All construction surveys shall be tied to a minimum of one permanent reference monument ( P . R . M . ) at each end of the project . One P . R . M . shall be tied to a minimum of one section corner or one -quarter ( 1 / 4 ) section corner whichever is closest to the project . State plane coordinates shall be physically shown on the survey next to the P . R . M . used . 6 . All surveys that are required for the use of engineering design , and are located within a distance of one ( 1 ) mile from any of the Indian River County Global Positioning System ( G . P . S . ) control project monuments shall tie into the GPS monument from one ( 1 ) permanent reference point or subdivision corner that is along the survey route and shall then be tied to the survey base line . 7 . Horizontal Control Monumentation for utility lines shall be a minimum of two -( 2 ) points at a maximum of 1 , 400 feet between points and shown on all plans . 8 . Vertical Control ( when required ) for linear utility lines such as sewer , shall have a maximum of 1 , 100 feet between existing T construction , or established benchmarks . INDIAN RIVER ' COUNTYA S B I I T L �' DRAWING DEPARTMENT OF 1 NM UTILITIES SERVICES REQUIREMENTS M ( 18 7 B . GENERAL INFORMATION TO BE SHOWN 1 . EXISTING RIGHT -OF -WAY LIMITS AND / OR EASEMENTS WITHIN THE I LIMITS OF CONSTRUCTION . ' 2 . SURVEY BASELINE STATIONING EVERY 100 ' AND CONTROL POINTS SET EVERY 500 ' AND AT ANGLE CHANGE OF DIRECTION . BEARING AND . DISTANCE MUST BE SHOWN ON ALL DRAWINGS . f ' 3 . SHOW CROSS SECTION ELEVATIONS AT GRADE EVERY 100 ' FOR GRAVITY SEWER LINE CONSTRUCTION AND 500 ' FOR WATER LINE AND FORCE MAIN ' CONSTRUCTION . ELEVATIONS THAT REFLECT ANY SIGNIFICANT CHANGE IN GRADE BETWEEN THE PREVIOUSLY STATED FOOTAGE , SHALL BE SHOWN ON PLANS . 4 . = 9TTNG PARCELS , TRACTS , AND LOT CORNER LOCATIONS SHOWN WITH FRONT FOOTAGE DIMENSIONS PER PLAT WHEN PLATTED. IF CONSTRUCTION PROJECT IS ALONG BACK OF LATS , THAN SHOW BACK IAT DIMENSIONS . 5 . EXISTING ROADWAY EDGE OF PAVEMENT OR EDGE OF DIRT ROAD 6 . EXISTING UTILITIES AS LOCATED IN FIELD ( WATER , SEWER , TELEPHONE , ELECTRIC , CABLE TV , ETC . ) UNCLE TO BE CONTACTED BY SURVEYING FIRM PRIOR TO SURVEY LOCATE ; WITH THE =:m'ENT OF COUNTY EXCAVATION . 7 . EXISTING UTILITIES AS ASSOCIATED WITH - NVMH_ ER - 5 ABOVE _ ( EXAMPLEI - . VALVES , METERS , MANHOLES , ETC . ) - 8 . EXISTING CURBS , DRIVEWAY WIDTHS AND , TYPES : - - - - _ 9 . EXISTING DRAINAGE PIPE CROSSINGS AND DRIVr9AY CULVERTS ( TYPES , SIZES & INVERT ELEVATIONS ) 10 . EXISTING SWALES AND / OR DITCHES AND ELEVATIONS EVERY 100 ' AT TOP AND BOTTOM IF WITHIN AREA OF CONSTRUCTION 11 . EXISTING FENCES 12 . EXISTING TREES AND / OR SHRUBBERY 13 . ALL OTHER NON -MOVABLE ITEMS SUCH AS MAIL BOXES , FLAG POLES , ETC * ' NDIAN RIVER COUNTY A S U I L T DRAWING UNM TILI IES SERVICES DEPARTMENT ERV ES REQUIREMENTS M - 18 NEW !C � APPENDIX " A " 1 1 1 1 1 1 1 1 1 1 1 1 1 v F. 9 , k � Department . yT F s` Y Yb Y b. Environmental Protection ar p Central District David B. Struhs 3319 Maguire Boulevard , Jeb Bush Orlando, • • 81 Governor April 2, 2003 SENT 1 BY Indian RiverCounty Utilities 1840 1 Street_ _ Vero Beach, FL 32960 Atterifiom Aaron i • Environmental Engineer Indian RiverCounty Indian River • 1 South Kinp!s Hiptway Water Main Extension " i • This acknowledges receipt of certification that the subject water distribution system extension has been completed in accordance with the plans and related materials permitted by this agency on Permit Number )VI)31 �0039206451 dated Jime 30, 2000 . 1 • that the • • has passed the pressure and bacteriological tests that - re conducted 1 accordance with the AWWA Standards. Based on this certification and satisfactory bacteriological results, we are clearing the system for service, This pertains to 190 1 "eightmmich water niam located 1 1 the east leg 1 12th Street only. ' 1 required 1 1remainder pr 1 Sincerely,The responsibility for the microbiological quality of the water at the time it ultimately reaches the consumer s meter remains entrely with the utility and/or the owner/operator of the system who should ensure that this quality remains as represented by the bacteriological test results presented. This letter of clearance does not preclude the need for obtaining acceptance by other entities as may be required. r Cary M . Padell Engineer Drinking Water Permitting 1 • 1. 1 Brian Good, P .E. • 1 • • • • / I • 1 • 1 � 4 � P 1 Ask In min so 1 / 1 ' • 1 / • • as . 1 • " / 1 1 11 • • 1 . • I . r a . 1 u 1 • . • / 1 1 : • . . 1 " � - • . 111 " 1 . • . • " . • 1 • 1 1 . . " • 11 " . • . / - Ir " . " • 1 • 1 IN No . • 1 . 1 . - • . . " 111 A petition that disputes the material facts on which the Department' s action is based must contain the ' following information: (a) The name, address , and telephone number of each petitioner; the name, address, and telephone number of the petitioner' s representative, if any; the Department permit identification number and the county in which the subject matter or activity is located; ' (b) A statement of how and when each petitioner received notice of the Department action; (c) A statement of how each petitioner's substantial interests are affected by the Department action; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; ' (e) A statement of facts that the petitioner contends warrant reversal or modification of the Department action; (f) A concise statement of the ultimate facts alleged, as well as the rules and statutes which entitle the petitioner to relief; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wants the Department to take. ' A petition that does not dispute the material facts on which the Department' s action is based shall state that no such facts are in dispute and otherwise shall contain the same information as set forth above, as required by rule 28406 . 301 . ' Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Persons whose substantial .interests will be affected by any such final decision of the Department ' have the right to petition to become a party to the proceeding, in accordance with the requirements set forth above. ' Mediation under section 120. 573 of the Florida Statutes is not available for this proceeding. This action is final and effective on the date filed with the Clerk of the Department unless a petition is filed in accordance with the above. Upon the timely filing of a petition this order will not be effective ' until further order of the Department. Any party to the order has the right to seek judicial review of the order under section 120 . 68 of ' the Florida Statutes , by the filing of a notice of appeal under rule 9 . 110 of the Florida Rules of Appellate Procedure with the Clerk of the Department in the Office of General Counsel, Mail Station 35 , 3900 Commonwealth Boulevard, Tallahassee, Florida, 32399-3000; and by filing a copy of the notice of appeal accompanied by the applicable filing fees with the appropriate district court of appeal. The notice of ' appeal must be filed within 30 days from the date when the final order is filed with the Clerk of the Department. 1 y �4 e"� • • t � r .k e�,m� (•''� u Department of Environmental ProtectionCentral District Jab Bush • Maguire Boulevard , Suite 232 David Governor Orlando, Florida 32803-3767 Secretary Permittee : Indian River County • n u • er: CS31 "020732MO2 1 25th Date of . 11 Vero Beach FL 32960 Expiration D . te: February 17 , 2005 Attention: . J Doyle, PE County: Indian River Project:Assistant Director Oslo Road & 43rd Avenue Intersection Improvements Connected to : IRCUD/West Regional WWTF This permit is issued under the provisions of h . . 41 • • . Statutes, and Florida Administrative • • 624 and • 604. The . • i . 0 • permittee . y authorized to perform • or operate theh • • on the application and approved drawing(s), plans, and other documents attached hereto or on file with the Departmentand made a part hereof . • specifically described follows : Construction of transmission system for the Oslo ' • . • & 43rd Avenue Intersection Improvementsproject serving an existing system. Proposed project is an interconnection of • u . There are no new flows allocated with this permit. The sewage transmission system shall consistof. of . • •• . S 1 LF of 1 DIP forcemain, and (C) associated valves and appurtenances. Location: Oslo Road & 43rd Street, • Beach, • • . • River County, Florida . DEP • ' 1 • . � ber 30, 1982 Page I of General Conditions ' 1 . The terms, conditions, requirements, limitations and restrictions set forth in this permit, are "permit conditions" and are binding and enforceable pursuant to Sections 403 . 141 , 403. 727, or 403 . 859 through 403 . 861 , F.S. The permittee is placed on notice that the Department will review this permit periodically and may initiate ' enforcement action for any violation of these conditions. [62-4. 160( 1 )] 2 . This permit is valid only for the specific processes and operations applied for and indicated in the approved drawings or exhibits . Any unauthorized deviation from the approved drawings, exhibits, specifications, or ' conditions of this permit may constitute grounds for revocation and enforcement action by the Department. [62- 4. 160(2)] 3 . As provided in subsections 403 .087(6) and 403 . 722(5) , F. S ., the issuance of this permit does not convey any vested rights or any exclusive privileges. Neither does it authorize any injury to public or private property or any ' invasion of personal rights, nor any infringement of federal, state, or local laws or regulations. This permit is not a waiver of or approval of any other Department permit that may be required for other aspects of the total project which are not addressed in this permit. [624 . 160(3)] 4. This permit conveys no title to land or water, does not constitute State recognition or acknowledgment of title, and does not constitute authority for the use of submerged lands unless herein provided and the necessary title or leasehold interests have been obtained from the State. Only the Trustees of the Internal Improvement Trust Fund may express State opinion as to title. [624. 160(4)] ' 5 . This permit does-not relieve the permittee from liability for harm or injury to human health or welfare, animal, or plant life, or property caused by the construction or operation of this permitted source, or from penalties therefore; nor does it allow the permittee to cause pollution in contravention of Florida Statutes and Department ' . rules, unless specifically authorized by an order from the Department. [624. 160(5)] 6. The permittee shall properly operate and maintain the facility and systems of treatment and control (and related ' appurtenances) that are installed and used by the permittee to achieve compliance with the conditions of this permit, are required by Department rules. This provision includes the operation of backup or auxiliary facilities or similar systems when necessary to achieve compliance with the conditions of the permit and when required by Department rules. [624. 160(6)] ' 7. The permittee, by accepting this permit, specifically agrees to allow authorized Department personnel, upon presentation of credentials or other documents as may be required by law and at reasonable times, access to the premises where the permitted activity is located or conducted to : ' a. Have access to and copy any records that must be kept under conditions of the permit; b. Inspect the facility, equipment, practices, or operations regulated or required under this permit; and c. Sample or monitor any substances or parameters at any location reasonable necessary to assure compliance with this permit or Department rules. Reasonable time may depend on the nature of the concern being investigated. t [62-4. 160(7)] 8 . If, for any reason, the permittee does not comply with or will be unable to comply with any condition or limitation specified in this permit, the permittee shall immediately provide the Department with the following ' information: a. A description of and cause of noncompliance; and b. The period of noncompliance, including dates and times; or, if not corrected, the anticipated time the ' noncompliance is expected to continue, and steps being taken to educe, eliminate, and prevent recurrence of the noncompliance. The permittee shall be responsible for any and all damages which may result and may be subject to enforcement action by the Department for penalties or for revocation of this permit. ' [624. 160(8)] Page 2 of 5 I * In accepting this permit, the permittee understands and agrees that all records, notes, monitoring data and other ' information relating to the construction or operation of this permitted source which are submitted to the Department may be used by the Department as evidence in any enforcement case involving the permitted source arising under the Florida Statutes or Department rules, except where such use is prescribed by Section 403 . 111 and 403 .73 , F .S. Such evidence shall only be used to the extent it is consistent with the Florida Rules of Civil ' Procedure and appropriate evidentiary rules. [624. 160(9)] 10. The permittee agrees to comply with changes in Department rules and Florida Statutes after reasonable time for compliance; provided, however, the permittee does not waive any other rights granted by Florida Statutes or Department rules. A reasonable time for compliance with a new or amended surface water quality standard, other than those standards addressed in Rule 62-302.500, shall include a reasonable time to obtain or be denied a mixing zone for the new or amended standard. [62-4. 160( 10)] ' 11 . This permit is transferable only upon Department approval in accordance with Rule 624. 120 and 62430.300 F.A.C., as applicable. The permittee shall be liable for any non-compliance of the permitted activity until the transfer is approved by the Department. [62-4. 160(11 )] 12. This permit or a copy thereof shall be kept at the work site of the permitted activity. [62-4. 160( 12)] 13 . This permit also constitutes : a. Determination of Best Available Control Technology (BACT) b. Determination of Prevention of Significant Deterioration (PSD) c. Certification of compliance with state Water Quality Standards (Section 401 , PL 92-500) d. Compliance with New Source Performance Standards [62-4. 160( 13)] 14. The permittee shall comply with the following- a. ollowinga. Upon request, the permittee shall furnish all records and plans required under Department rules. During enforcement actions, the retention period for all records will be extended automatically unless otherwise stipulated by the Department. b . The permittee shall hold at the facility or other location designated by this permit records of all monitoring information (including all calibration and maintenance records and all original strip chart recordings for continuous monitoring instrumentation) required by the permit, copies of all reports required by this permit, and records of all data used to complete the application for this permit. These materials shall be retained at least three years from the date of the sample, measurement, report, or application unless otherwise specified by Department rule. c. Records of monitoring information shall include: 1 . the date, exact place, and time of sampling or measurements; ' 2. the person responsible for performing the sampling or measurements; 3 . the dates analyses were performed; 4 . the person responsible for performing the analyses; 5 . the analytical techniques or methods used; 6 . the results of such analyses. ' [62-4. 160( 14)] 15 . When requested by the Department, the permittee shall within a reasonable time furnish any information required by law which is needed to determine compliance with the permit. If the permittee becomes aware the relevant facts were not submitted or were incorrect in the permit application or in any report to the Department, such facts or information shall be corrected promptly. [62-4 . 160( 15)] Page 3 of 5 1 Permittee : I.D . Number Indian River County Uilities Permit Number: CS31 -0207320-002 Date of Issue : February 18 , 2003 Attention: Steven J Doyle, PE Expiration Date : February 17, 2005 Assistant Director SPECIFIC CONDITIONS : 1 . Where potable water and sanitary sewer mains cross with less than eighteen ( 18) inches of vertical clearance or where the sewer main is above the water main, the sewer main shall be encased with ' concrete or enclosed in a water tight carrier pipe, or upgraded to ductile iron pipe or pressure rated PVC pipe (meeting the AWWA C-900 or C-905 specification) for a minimum length of twenty (20) feet, centered on the point of crossing. A minimum horizontal separation of ten ( 10) feet (edge to edge) between potable water mains and sewer mains shall be maintained when at all possible. When the 10-foot horizontal separation cannot be maintained the water main shall be installed in a separate trench or on an undisturbed earth shelf at least 18" above the sewage main. Alternatively, the sewer main shall be encased with concrete or enclosed in a water tight carrier pipe, or upgraded to ductile iron pipe or pressure rated PVC pipe (meeting the AWWA C-900 or C-905 specification) and pressure tested. 2. This construction permit is only for the construction of the sewage collection/transmission system. It does not pertain to any potable water, dredge and fill, or stormwater aspects of this project; additional permits may be required from this office. 3 . The applicant shall retain a professional engineer registered in the State of Florida, to observe construction of the project and to assure conformity to the application, plans and specifications as approved. Upon completion of construction, the engineer shall provide the Department with a certification of completion of construction on DEP Form 62-604.300(7)(b) and record drawings in accordance with Rule 62-604, F.A. C. This project, as permitted, shall not be placed in operation until written acceptance of the Certification of Completion has been received from the Department. 4. Any connections to and/or extensions of this system, beyond that which is authorized by this permit, shall require separate written approval from the Department and the utility. i 1 1 DEP FORM 17- 1 .201 (5) Effective November 30, 1982 Page 4 of 5 Permittee: I.D. Number Indian River County Uilities Permit Number: CS31 -0207320-002 Date of Issue : February 18 , 2003 Attention: Steven J Doyle, PE Expiration Date: February 17 , 2005 Assistant Director SPECIFIC CONDITIONS : Executed in Orlando , Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Der4 4C A ' Daniel K Smith, P.E. Program Manager Domestic Waste Date: February 18 , 2003 FILING AND ACKNOWLEDGEMENT FILED, on this date, under Section 120.52(7), Florida Statutes , with the designated Department Clerk, receipt of which is hereby acknowledged 0 February 18 , 2003 Clerk Date DKS/aet/cs Copies furnished to: Jeff B . Mullis, P .E . (via e-mail: jeff.mullis@kimley-hom. com) CERTIFICATE OF SERVICE This is to certify that this NOTICE OF PERMIT ISSUANCE and all copies were mailed before the close of business on February 18 , 2003 to the listed persons, by DEP FORM 17- 1 . 201 (5) Effective November 30, 1982 Page 5 of 5 i Department of 1 Environmental Protection Central District Jeb Bush 3319 Maguire Boulevard , Suite 232 David B . Struhs Governor Orlando, Florida 32803-3767 Secretary NOTICE OF PERMIT ISSUANCE 1 SENT BY E-MAIL sdoyle@ircgov.com Indian River County Utilities Post Office Box 1750 Vero Beach, FL 32960 1 Attention: Steven J. Doyle, P.E. Assistant Director Indian River County - PW Indian River County Utilities Oslo Road and 43rd Avenue Dear Mr. Doyle: Enclosed is Permit Number WD31 -0039206-350 to construct a water distribution system extension issued pursuant to Section 403 . 861 (9), Florida Statutes, 1 The Department' s proposed agency action shall become final unless a timely petition for an administrative hearing is filed under Sections 120 . 569 and 120 . 57 of the Florida Statutes before the deadline for filing a petition. The procedures for petitioning for a hearing are set forth below. A person whose substantial interests are affected by the Department ' s proposed permitting decision may petition for an administrative proceeding (hearing) under Sections 120 . 569 and 120 . 57 of the Florida Statutes. The petition must contain the information set forth below and must be filed (received by the clerk) with: Clerk of the Department of Environmental Protection Office of General Counsel . . 3900 Commonwealth Boulevard, Mail Station 35 Tallahassee, Florida 32399-3000. Petitions by the applicant or any of the parties listed below must be filed within fourteen days of 1 receipt of this written notice. Petitions filed by any persons other than those entitled to written notice under Section 120. 60(3) of the Florida Statutes must be filed within fourteen days of publication of the notice or within fourteen days of receipt of the written notice, whichever occurs first. ' Under Section 120. 60(3) of the Florida Statutes, however, any person who has asked the Department for notice of agency action may file a petition within fourteen days of receipt of such notice, regardless of the date of publication. The petitioner shall mail a copy of the petition to the applicant at the address indicated above at the time of filing. The failure of any person to file a petition within the appropriate time period shall constitute a waiver of that person ' s right to request an administrative determination (hearing) under Sections 120. 569 and 120 . 57 of the Florida Statutes. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28 - 106.205 of the Florida Administrative Code. Patty Pittman\3t -0039206-350 - Pennit.doc A petition that disputes the material facts on which the Department' s action is based must contain the following information: (a) The name, address, and telephone number of each petitioner; the name, address , and telephone number of the petitioner' s representative, if any; the Department permit identification number and the county in which the subject matter or activity is located; (b) A statement of how and when each petitioner received notice of the Department action; (c) A statement of how each petitioner's substantial interests are affected by the Department action; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A statement of facts that the petitioner contends warrant reversal or modification of the Department action; (f) A concise statement of the ultimate facts alleged, as well as the rules and statutes which entitle the petitioner to relief; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wants the Department to take. A petition that does not dispute the material facts on which the Department' s . action is based shall state that no such facts are in dispute and otherwise shall contain the same information as set forth above, as required by Rule 28- 106. 301 , Florida Statutes. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department' s final action may be different from the position taken by it in this notice. Persons whose substantial interests will be affected by any such final decision of the Department have the right to petition to become a party to the proceeding, in accordance with the requirements set forth above. Mediation under Section 120.573 of the Florida Statutes is not available for this proceeding. This action is final and effective on the date filed with the Clerk of the Department unless a petition is filed in accordance with the above. Upon the timely filing of a petition this order will not be effective until farther order of the Department. Any .party to the order has the right to seek judicial review of the order under Section 120 . 68 of the Florida Statutes, by the filing of a notice of appeal under Rule 9 . 110 of the Florida Rules of Appellate Procedure with: Clerk of the Department of Environmental Protection ' Office of General Counsel Mail Station 35, 3900 Commonwealth Boulevard Tallahassee, Florida, 32399-3000 and by filing a copy of the notice of appeal accompanied by the applicable filing fees with the appropriate district court of appeal. The notice of appeal must be filed within 30 days from the date when the final order is filed with the Clerk of the Department. Patty Pittman\31 -0039206-350 - Permit.doc Department of AMR*Ik Environmental Protection ' Central District 3319 Maguire Boulevard, Suite 232 David B . Struhs Jeb Bush Orlando, Florida 32803-3767 Secretary Governor ' Permittee : Permit Number: WD31 -0039206-350 Indian River County Utilities Expiration Date : 04/03/06 Post Office Box 1750 County: Indian River Vero Beach, FL 32960 Utility: Indian River County Utilities Project: Oslo Road and 43rd Avenue Attention: Steven J. Doyle, P.E. Assistant Director This permit is issued under the provisions of Chapter 403 , Florida Statutes, and Rule 62-555 , Florida Administrative Code, (F .A. C .) . The above named permittee is hereby authorized to perform the work shown on the application and approved drawing, plans, and other documents attached hereto or on file with the Department and made a part hereof and specifically described ras follows : Relocation of a portion of existing 204nch ductile iron pipe water main of the existing bridge in the Indian River County Utilities water distribution system on Oslo Road at 43d Street to the proposed bridge . There is no additional water demand for this project. This permit does not pertain to any wastewater, stormwater or .dredge and fill aspects of the project. Page 1 of 6 Patty Pittman\31 -0039206-350 - Permit.doc Permittee : Permit Number: WD31 -0039206-350 Indian River County Utilities Expiration Date : 04/03/06 Post Office Box 1750 County: Indian River Vero Beach, FL 32960 Utility: Indian River County Utilities ' Attention : Steven J. Doyle, P .E. Project: Oslo Road and 43rd Avenue Assistant Director ' GENERAL CONDITIONS 1 . The terms, conditions, requirements, limitations and restrictions set forth in this permit, are "permit conditions" and are binding and enforceable pursuant to Sections 403. 141 , 403 .727, or 403 .859 through 403.861 , F.S. The permittee is placed on notice that the Department will review this permit periodically and may initiate enforcement action for any violations of these conditions. 2. This permit is valid only for the specific processes and operations applied for and indicated in the approved drawings or exhibits. Any unauthorized deviation from the approved drawings, exhibits, specifications, or conditions of this permit may constitute grounds for revocation and enforcement action by the Department 3. As provided in subsections 403.087(6) and 403.722(5), F.S., the issuance of this permit does not convey any vested rights or any exclusive privileges. Neither does it authorize any injury to public or private property or any invasion of personal rights, nor any infringement of federal, state, or local laws or regulations. This permit is not a waiver of or approval of any other Department perm t that may be required for other aspects of the total project which are not addressed in this permit 4. This permit conveys no title to land or water, does not constitute State recognition or acknowledgment of title, and does not constitute authority for the use of submerged lands unless herein provided and the necessary title or leasehold interests have been obtained from the State. Only the Trustees of the Internal Improvement Trust Fund may express State opinion as to title. 5. This permit does not relieve the permittee from liability for harm or injury to human health or welfare, animal, or plant life, or property caused by the construction or operation of this permitted source, or from penalties therefore; nor does it allow the permittee to cause pollution in contravention of Florida Statutes and Department rules, unless specifically authorized ' by an order from the Department 6. The permittee shall properly operate and maintain the facility and systems of treatment and control(and related appurtenances) that are installed and used by the permittee to achieve compliance with the conditions of this permit, as ' required by Department rules. This provision includes the operation of backup or auxiliary facilities or similar systems when necessary to achieve compliance with the conditions of the permit and when required by Department rules. 7. The permittee, by accepting this permit, specifically agrees to allow authorized Department personnel, upon presentation of credentials or other documents as may be required by law and at reasonable times, access to the premises where the ' permitted activity is located or conducted to: (a) Have access to and copy any records that must be kept under conditions of the permit; (b) Inspect the facility, equipment, practices, or operations regulated or required under this permit; and (c) Sample or monitor any substances or parameters at any location reasonably necessary to assure compliance with this permit or Department rules. Reasonable time may depend on the nature of the concern being investigated. 8. If, for any reason, the permittee does not comply with or will be unable to comply with any conditions or limitation specified in this permit, the permittee shall immediately provide the Department with the following information: (a) A description of and cause of noncompliance; and (b) The period of noncompliance, including dates and times; or, if not corrected, the anticipated time the ' noncompliance is expected to continue, and steps being taken to reduce, eliminate, and prevent recurrence of the nonco =;Bance. The permittee shall be responsible for any and all damages which may result and may be subject to enforcement action by ' the Department for penalties or for revocation of this permit. 9. In accepting this permit, the permittee understands and agrees that all records, notes, monitoring data and other information relating to the construction or operation of this permitted source which are submitted to the Department may be used by the Department as evidence in any enforcement case involving the permitted source arising under the Florida Statutes or Department rules, except where such use is prescribed by Section 403 . 111 and 403 .73, F.S. Such evidence shall only be used to the extent it is consistent with the Florida Rules of Civil Procedure and appropriate evidentiary rules. Page 2 of 6 rPatty Pittman\31 -0039206-350 - Permit.doc Permittee : Permit Number: WD31 -0039206-350 ' Indian River County Utilities Expiration Date : 04/03/06 Post Office Box. 1750 County: Indian River Vero Beach, FL 32960 Utility: Indian River County Utilities Attention: Steven J. Doyle,_ P.E. Project: Oslo Road and 43rd Avenue ' Assistant Director GENERAL CONDITIONS 10. The permittee agrees to comply with changes in Department rules and Florida Statutes after a reasonable time for compliance; provided, however, the permittee does not waive any other rights granted by Florida Statutes or Department rules. 11 . This permit is transferable only upon Department approval in accordance with Rule 62-4. 120 and 62-30.300, FAC., as applicable. The permittee shall be liable for any non-compliance of the permitted activity until the transfer is approved by the Department 12. This permit or a copy thereof shall be kept at the work site of the permitted activity. Deteminafien e€Pmyeatierr GeFgfimfien ef eempl�mee with state AWff Quality &andafds (Seefien 491 , Pb 9-2 500) n,..,,.,t : .,.... ...:«t, 1.T-w e•...- a Ds..F. ... ., o«...,a..-a.. 14. The permittee shall comply with the following: (a) Upon request, the permittee shall famish all records and plans required under Department rules. During enforcement actions, the retention period for all records will be extended automatically unless otherwise stipulated by the Department (b) The permittee shall hold at the facility or other location designated by this permit records of all monitoring information (including all calibration and maintenance records and all original strip chart recordings for continuous monitoring instrumentation) required by the permit, copies of all reports required by this permit, and records of all data used to complete the application for this permit. These materials shall be retained at least three years from the date the sample, measurement, report, or application unless otherwise specified by Department rule. (c) Records of monitoring information shall include: 1 . the date, exact place, and time of sampling or measurements; 2. the person responsible for performing the sampling or measurements; 3 . the dates analyses were performed; 4. the person responsible for performing the analyses; 5. the analytical techniques or methods used; 6. the results of such analyses. 15. When requested by the Department, the permittee shall within a reasonable time famish any information required by law which is needed to determine compliance with the permit. If the permittee becomes aware the relevant facts were not submitted or were incorrect in the permit application or in any report to the Department, such facts or information shall be corrected promptly. Page 3 of 6 ' Patty Pittman131 -0039206-350 - Permit.doc Permit Number. WD31 -0039206-350 ' Permittee: Expiration Date : 04/03/06 Indian River County Utilities County: Indian River Post Office Box 1750 Utility: Indian River County Utilities Vero Beach, FL 32960 Project: Oslo Road and 43rd Avenue ' Attention: Steven J. Doyle, P.E. Assistant Director ' SPECIFIC CONDITIONS : Clearance of the Project I. A Clearance Letter must be issued by the DEP Central District Potable Water program before placement of this project into service. Failure to do so will result in enforcement action against the permittee. To obtain clearance letter, the engineer of record must submit the following: ( 1 ) completion of the enclosed 'Request for Letter of Release to Place Water Supply System into Service" [DEP Form 62-555 .900(9), F.A.C.] ; (2) a copy of this permit; and (3) a copy of satisfactory bacteriological sample results taken on two consecutive days from the beginning and end of the pipe. (4) Certification that the ductile iron pipe materials, testing and disinfection are in agreement with Specific Conditions 9 through 11 . 2. NOTE TO TSE UTILITY: Pursuant to Rule 403. 859(6), Florida Statutes, do not provide water service to r this project (other than flushing/testing) until the Department of Environmental Protection has issued a letter of clearance or the utility, shall be subject to enforcement action. Permit Transfer 3 . The permittee will promptly notify the Department upon sale or legal transfer of the permitted facility. In accordance with General Condition # 11 of this permit, this permit is transferable only upon Department approval. The new owner must apply, by letter, for a transfer of permit within 30 days. Utility Separation — Vertical Clearance 4. Where water and gravity sanitary sewer mains cross with less than 18 inches vertical clearance or the sewer main is above the water main, the sanitary sewer will be 20 feet of either: A. ductile iron pipe, centered on the point of crossing, or; B . concrete encased vitrified clay; or C. PVC pipe upgraded to water main standards and pressure tested. 5 . Where water mains and storm sewer pipes cross with less than 18 inches vertical clearance, the water main shall be 20 feet of ductile iron pipe centered on the point of crossing. Utilily Separation — Horizontal Separation 6 . When a water main parallels a gravity sanitary sewer main, a separation (measured edge to edge) of at least ten feet should be maintained. Where this separation is not met, one of the following must occur: A. the water main is laid in a separate trench or on an undisturbed earth shelf located on one side of the sewer at such an elevation that the bottom of the water main is at least 18 inches above the top of the sewer, or; ' B. if both sanitary sewer and potable water mains are proposed and the above (A) is not met, the sanitary sewer pipes shall be upgraded to the equivalent pipe material as the water main and pressure tested. C. if the sanitary sewer is existing and the potable water main is proposed, the water main shall, at a ' minimum, be upgraded to ductile iron pipe, constructed in separate trenches, laid at a higher elevation than the sanitary sewer, and utilize staggered joints. Page 4 of 6 Patty Pittman131 -0039206-350 - Permit.doc Permittee : Permit Number. WD31 -0039206-350 Indian River County Utilities Expiration Date: 04/03/06 Post Office Box 1750 County: Indian River Vero Beach, FL 32960 Utility: Indian River County Utilities Attention: Steven J. Doyle, P .E. Project: Oslo Road and 43rd Avenue ' Assistant Director SPECIFIC CONDITIONS : 7 . Separation requirements between force mains and potable water mains must be maintained unless approved in advance by the Department. Construction Notes 8 . The PERMITTEE shall be separately responsible for appropriate construction, disinfection and testing beyond the meter to assure potability at the point of use. 9 . Potable water pipes will be disinfected in accordance with AWWA Specifications C651 . 10 . Potable water pipes will be hydrostatically tested in accordance with Specification Numbers C600 and C605/M23 for ductile iron and PVC pipes, respectively. 11 . Potable water pipes must be manufactured in accordance with the following AWWA Specifications: A. Ductile iron pipe (3 inches to 54 inches) — AWWA C150/C151 ; B. PVC (with National Sanitation Foundation seal) ( 1 ) AWWA C900/ASTM 1784 (4 inches to 12 inches) with DR25 minimum; (2) AWWA C905 ( 14 inches to 36 inches); (3) ASTM 1785 (less than 4 inches) Schedules 40, 80, and 120 or ASTM 2241 (SDR 21 minimum) ; C. Polyethylene pipe — AWWA C901 with valves and fittings (AWWA C800) ; and Polybutylene pipe — AWWA C902. D . Polyvinyl-chloride molecular oriented (PVCO) pipe by AWWA C909 (4 inches to 24 inches) ; Connection to Existing Water Mains 12 . If connection of the proposed activity to the water main will result in a depressurization of the existing system below 20 pounds per square inch, one of the following must occur: A. Precautionary boil water notices must be issued in cases of planned distribution interruptions, ' which are deemed an imminent public health threat by the DEP Central District or will affect the bacteriological quality of the drinking water unless the public water system can demonstrate, by sound engineering judgement, that the integrity of the water system has been maintained; or B . In cases of brief interruption in service, advisories (not boil water notices) should be issued if temporary changes in water quality are expected to occur and not deemed an imminent public health risk. Air/Vacuum Relief Valves 13 . All air/vacuum relief valves must end in a down-tumed elbow with at least 12 inches above the surrounding grade unless the wet season water table can be shown to be below the vault bottom. Filling of Water Mains ' 14. Filling of proposed water mains trom existing water mains will be done in accordance with AWWA Specification C651 . ' 15 . Water system components that come into contact with drinking water shall conform with ANSI/NSF Standard 61 - 1991 , Drinking Water System Components . Component surfaces that come into contact with raw water prior to its treatment by reverse osmosis are exempt from this requirement [Rule 62-555 . 320(4)(b), F.A. C .) . Page 5 of 6 Patty Pittman\31 -0039206-350 - Permit.doc i Permittee : Permit Number: WD31 -0039206-350 Indian River County Utilities Expiration Date: 04/03/06 ' .Post Office Box 1750 County: Indian River Vero Beach, FL 32960 Utility: Indian River County Utilities Attention: Steven J. Doyle, P .E. Project: Oslo Road and 43rd Avenue ' Assistant Director ' OF FLORIDA DEP4RTMENT OF ALP TECTION chard S. Lott, P.G., P.E. Program Manager, Drinking Water ISSUED 4 *3 ' RSL: PP Copies furnished to : Jeff Mullis, P .E. Deffmullis@kimley-hom.com] T. Thompson [tthompdon@ircgov.com] ' FILING AND ACKNOWLEDGMENT FILED, on this date, under Section 120 .52(7), Florida Statutes, with the designated Department Clerk, receipt of 1 which is hereby acknowledged 0 ' April 4. 2003 Clerk Date CERTIFICATE OF SERVICE The undersigned duly designated deputy agency clerk hereby certified that this NOTICE OF PERMIT ISSUANCE and all copies were sent by E-Mail before the close of business on April 4. 2003 to the listed persons . Page 6 of 6 Patty Pittman\31 -0039206-350 - Permit.doc �: Department of 0111a' Environmental Protection . a ' Certification of Construction Completion and Request for a Letter of Clearance to Place a Public Drinking Water Facility into Service INSTRUCTIONS : See Page 3 . PROJECT NAME AND CONSTRUCTION Project Name: Project Construction Permit No . : Date Permit Issued . Portion of Project for Which Construction Is Substantially Complete and for Which a Letter of Clearance Is Requested :_ , Permittee Utility/Company Name : Telephone No . : Address : City: State : Zip Code : Owner/Operator of Proiect After It Is Placed into Service Utility/Company Name: Telephone No . : Address : City: State : Zip Code : Professional Engineer in Responsible Charge of Inspecting Construction of Proiect Name of Engineer: Firm Name : Telephone No . : Address : City: State : Zip Code : 11. STATEMENT BY PERMITTEE I , the undersigned owner or authorized representative* of , certit he following : that the contractor has furnished us with record drawings for the substantially completed portion of this project and tha these record drawings are available for review at the following location : ; and ! that, if this project involves the construction of any new or altered treatment facilities , an operation and maintenance manual for the new and altered treatment facilities included in the substantially completed portion of this project is available for review at the site of the new and altered treatment facilities . Iso , I certify that, if we will not be the owner/operator of this project after it is placed into service , we have provided a copy of the Bove mentioned record drawings and a copy of the above mentioned operation and maintenance manual , if applicable , to the erson or system that will be the owner/operator of this project after it is placed into service , ignature and Date Name and Title (please type or print) ' Attach a letter of authorization. tI , the undersigned owner or authorized representative* of , certit hat we will be the owner/operator of this project after it is placed into service . Also , I certify the following : ! that we have received a copy of the record drawings for the substantially completed portion of this project and that these record drawings are available for review at the following location : anc DEP Forth 62-555.900(9) Page Effeve December 10, 1996 'Certification of Construction Completion and Request for a. Letter of Clearance to Place a Public Drinking Water Facility into Service roject Name : roject Construction Permit Number: ubstantially Completed Portion of Project: 1 ! that, if this project involves the construction of any new or altered treatment facilities , we have received a copy of the operation and maintenance manual for the new and altered treatment facilities included in the substantially completes portion of this project and that this operation and maintenance manual is available for review at the site of the new anc ' altered treatment facilities . Signature and Date Name and Title (please type or print) Attach a letter of authorization. IV, CERTIFICATION OF CONSTRUCTION COMPLETION BY PROFESSIONAL ENGINEER IN RESPONSIBLE CHARGE OF - ECTING CONSTRUCTION OF PROJECT I , the undersigned professional engineer registered in Florida, certify that I am in responsible charge of inspecting constructior f this project for the purpose of determining in general if work is proceeding in compliance with the construction permit anc approved plans and specifications . Also , I certify the following : that the substantially completed portion of this project has been constructed in accordance with the construction permit anc approved engineering plans and specifications or that, to the best of my knowledge and belief, any deviations from the construction permit and approved engineering plans and specifications will not prevent this project from functioning it compliance with Chapters 62-550 , 62-555, and 62-560 , F .A. C . ; ! that the record drawings for the substantially completed portion of this project are adequate and indicate all deviations frorr the construction permit and approved engineering plans and specifications; and ! that, to the best of my knowledge and belief, all new or altered well facilities , new or altered treatment facilities downstrearr from the first point of application of disinfectant at a treatment plant, new or altered finished water pumping facilities , new of altered finished water storage facilities , and new or altered water mains included in the substantially completed portion o- this project have been disinfected and bacteriologically tested in accordance with Rules 62-555 . 315(3 ) , 62 -555 . 340 , anc 62 -555 . 3459 F .A. C . , and applicable AWWA disinfection standards (AWWA Standards C651 , C652 , C653 , and/or C654 ) which are incorporated by reference in Rule 62-555 . 330 (4) , F .A. C . This certification is based upon on -site observation of construction conducted by me or by a project representative under m ) direct supervision and upon a review of shop drawings , test results/records , and record drawings performed by me or by a projec representative under my direct supervision . kThis certification does not necessarily constitute a certification of final completion of construction . Additional construction mai e needed to satisfy all conditions of the construction contract documents . The following is a description and explanation of all deviations from the construction permit and approved engineering plan; `and specifications for the substantially completed portion of this project. (Attach additional sheets if necessary. ) ignature , Date , and Seal Name and License Number (please type or print) 1 DEP Form 62-555.900(9) Page 2 �ective December 10, 1996 Lertification of Construction Completion and Request for a. Letter of Clearance to Place a Public Drinking Water Facility into Service INSTRUCTIONS : This form shall be completed and submitted for projects permitted and constructed under specific public drinking water facility construction permits issued by the Department and for projects permitted and constructed under the General Permit for Construction of an Extension to a Public Drinking Water Distribution System . " AFTER SUBSTANTIALLN COMPLETING THE CONSTRUCTION OF A PROJECT OR A PORTION OF A PROJECT AND BEFORE PLACING ANN NEWLY CONSTRUCTED OR ALTERED PUBLIC DRINKING WATER FACILITY INTO SERVICE FOR ANY PURPOSE OTHEF ,THAN DISINFECTION, TESTING FOR LEAKS , AND/OR TESTING EQUIPMENT OPERATION , complete this form and submit i to the appropriate district office of the Department or the appropriate Approved County Public Health Unit (ACPHU ) along will- applicable ithapplicable supporting documents . Applicable supporting documents include the following : ( 1 ) for projects and portions a where there is any deviation from the construction permit and approved engineering plans and specifications , a copy o' ,projects record drawings ; (2) for projects and portions of projects including new or altered public drinking water supply wells , new of altered treatment facilities downstream from the first point of application of disinfectant at a public drinking water treatment plant new or altered treated/finished drinking water pumping facilities , new or altered treated/finished drinking water storage facilities or new or altered treated/finished drinking water mains , a copy of satisfactory bacteriological test results that indicate the date 'and time each bacteriological sample was collected and that demonstrate compliance with Rules 62-555 .315(3 ) , 62-555 . 340 , anc 62-555 .345 , Florida Administrative Code (F .A. C . ) and applicable American Water Works Association (AWWA) disinfectior standards (AWWA Standards C651 , C652 , C653 , and C654) , which are incorporated by reference in Rule 62-555 . 330(4 ) ItF ,A, C ,*; (3 ) for projects and portions of projects including new or altered public drinking water treatment facilities that are needec o comply with , or affect compliance with , Part III of Chapter 62-550 , Part VI of Chapter 62-555 , or Rule 62-524 .650(2) , F .A. C . , e copy of analytical test results that demonstrate compliance with these rules ; and (4) for projects and portions of projects includinc ,new or altered wells , a copy of the log completion report for each new or altered well if such report is applicable and has not beer previously submitted to the Department or the appropriate ACPHU . All information provided on this form shall be typed or printec in ink. When submitting a copy of bacteriological test results , also submit a sketch or description indicating where eacr bacteriological sample was collected . NOTE THAT A SEPARATE CERTIFICATION OF CONSTRUCTION COMPLETION ANC ' REQUEST FOR A LETTER OF CLEARANCE IS REQUIRED FOR EACH PERMITTED PROJECT . DO NOT PLACE ANN NEWLY CONSTRUCTED OR ALTERED PUBLIC DRINKING WATER FACILITY INTO SERVICE UNTIL THE DEPARTMENI OR THE APPROPRIATE ACPHU ISSUES A LETTER OF CLEARANCE FOR THE FACILITY. ' For new and altered public drinking water supply wells, bacteriological sampling shall be conducted, and interpretation o bacteriological test results shall be made, in accordance with Rule 62- 555. 395(3), F.A. C. For all other new and altered public drinking water facilities, bacteriological sampling shall be conducted by first reducing the total chlorine residual in the water within the facilities to no more than 4 mg/L and then collecting daily bacteriological samples (taken at least 24 hours apart) fog two or more consecutive work-days until satisfactory test results are obtained. Bacteriological test results for new and alterec public drinking water facilities other than wells shall be considered satisfactory if two consecutive daily samples from eact sample location show the absence of total coliform organisms. Bacteriological test results for all new and altered public drinking water facilities other than wells will be considered invalid if the results are for samples collected more than 30 day: before the results are received by the Department or the ACPHU, and bacteriological test results for new and altered public drinking water mains will be considered invalid if the pressure in the mains is not maintained at 20 psi or greater after the samples are collected. 1 r r r . r r DEP Forrn 62-555.900(s) Page 3 Effective December lot 1996 g r A ' INDIAN RIVER FARMS WATER CONTROL DISTRICT 4400 20th Street Vero Beach, Florida 32960 (772) 562-2141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date �,''�r'=3 No. A. Applicant Information: Name: Indian River County Address: 1840 25th street - _ vPrn Roark p M . 4746() Authorized Agent and Title : Jeff BeYlullisr P . E . ' Telephone Number: 77 ?,/c;62-7C)a1 B. Proposed Connection or Use: (check appropriate box or boxes) NON-REFUNDABLE ' ❑ Culvert connection to District canal for irrigation or drainage $ 100.00 C3 Pump connection to District canal for irrigation or drainage $300.00 D Culvert and/or control structure in District canal for crossing and/or water storage $200.00 ® Other (specify) To be determined by IRFtnf ^ $ 100.00 i 21 , 22 43 R°A� � Cgsn�+C. Location: Tract , Section . 221 Township 338 Range 39E Canal No.. X3- 1 - E Other appropriate descptin: ng1 n Ria / AArd Pjvenue RoaftayInmrovements 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.) ' Replacement of Oslo Road bridge over 43rd Avenue Canal . Replacement / Addition of Oslo Road sub-lateral culverts , associated with roadway improvements . ' E. Special Conditions: (for District use only) �27VlDC AS E✓tslL CgZ"fl P1CA1IMZJ 66.- F. F. Estimated Date of Construction Commencement: 5/1 /03 Estimated Date of Construction Completion: 74-44 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) Signe Date Applicant - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (For District Use Only) ' Application approved by: i, �— fm the Indian River Farms Water Control District ' Application approved by: for Carter Associates, Inc. , Engineer for District Date of approval: 4 ' Z - 0 3 Expiration Date of this approved application: oat PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS ' SET FORTH ON THE REVERSE HEREOF. G. (continued) . ?. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the ' discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will-neither plant trees or shrubs or.; erect any structure that' will prohibitor limit the existing access of District equipment or -vehicles without securing proper authorization thereof. ' 4. Itis further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5. It is further understood and agreed that the lands to be' benefited by this request are, or may be, subject ' to flooding during periods of high water due to heavy rains or other acts-of God , and that the permit will be accepted subject to this possibility which- is recognized not to be within the control of the District. STANDARD PROVISOS ' 1 . Pern-duee assumes'full responsibility for any construction, ,operation or maintenance of District property or right-of-way subject to this Permit and shall save ani .hold harmless Distriot from any; expense, loss,, damage, or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subl.etted to a third party and any transfer of Permittee 's property abut- ting District's property or right-of-way shall Ipsofacto and without move, cancel, nullify and revoke this Permit. ' 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations , and is subject to revocation and cancellation upon thirty days ' notice from District to Permittee: _ 4 In..no event shall the District be liable for any damages done or caused by the District to the Public, to Permittee or any other .person using the right-of--way or property subject to this Permit, and Permitteeshall save the District, its officers, agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District .arising . from: or pertaining to ; any use made of the property or right-of-way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance_ coverage, ;in `amounts andmith companies as may be required by District; protecting the interests of District and naming District as an additional in- sured. ' - - ---- -- -- - - - 5. The District may, on' thirty days' written notice to Pernnttee; require removal and/or alteration of any instal - lation or construction on District right-of-way. 6. Any construction on District right-of-way or property and clean up shall be 'compieted'promptly by Permit_ ' tee and in a workmanlike mariner with nunimumdisturbance:ao existing berm; channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or 'installation. ' 7. Permittee shall advise District's office -prior to commencement and upon_ completion of all construction . (562-2141) 8 . Permittee shall not discharge any pollutants, contaminants or. deleterious :materials into water. or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. ' 9. Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising •from Permittee's use of District facilities . ' 10. Applicant is cautioned that electrical. water and sewer, or other installations or utilities may, be located within the construction area, and applicant shall use diligent efforts to at detect and locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users:_: ^ ^ 11 . This permit shall be considered to be a license only, for the limited purpose of'installation, placement and maintenance of the improvements specked on the face hereof, and does not convey any other right, title or ' interest of the District in the subject..right-of-way property. 12. An as-buillAbeation certification of ail culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the ' District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification. is not received within thirty days of installation, the District will eit . er have certification completed at owner/applicants expense or order removal of the installation. SPECIAL CONDITIONS FOR PERNIIT NO. 03-25 - PROPOSED OSLO ROAD (9T�TREET, SW) AND ' 43RDAVENUE ROADWAY AND BRIDGE BIPROVEMENTS See attached list of culvert connections and bridge approved under this permit. ' These special conditions are in addition to Paragraph "G" and all standard provisos as listed on subject permit. ( 1 ) The County, during construction, will not impede or obstruct, or permit the ' contractor .or its subcontractors, to impede or, obstruct flow in the District' s Sub- lateral B-7 (Oslo Road) or 43`d Avenue Relief Canal without explicit prior written conditional approval by the Indian River Farms Water Control District. ' (2) Placement of proposed guard rail along north top of slope of Sub-lateral B-7 (Oslo Road) Canal shall be so installed as to permit access and operation of canal maintenance equipment over the top of said guard rail from roadway. (3 ) The County and its contractor(s) will be responsible for utilization of all best management practices, during construction phase, to prevent erosion, sloughing, silting or turbidity discharges into the canal system. (4) A sacrificial (debris) piling shall be placed on the upstream (south) side of proposed bridge on center bridge pile bent alignment, and within 5 feet of the south face of bridge. ' (5) Low horizontal bridge member elevation shall be at, or above, an elevation of 22. 00 feet ( 1929 N.G.V.D .). (6) Clean bottom of canal to 11 . 00 feet ( 1929 N.G.V.D.) beneath bridge section with 50 foot transition upstream and downstream to existing grade. Maintain minimum 20 foot bottom width beneath bridge. ' (7) Indian River Farms Water Control District will not be responsible for any future inspection, maintenance . or replacement of bridge or culvert structures constructed under this project within the rights-of-way of the District. ' (8) This permit remains subject to issuance and conditions of St. Johns River Water Management District (and all other jurisdictional agencies) permits. JAtv Mspecial conditions-oslo - 43rd ave.doe - OSLO ROAD AND 43' AVENUE ' INTERSECTION IIYIPROVEMENT PROJECT STRUCTURES I CONNECTIONS APPROVED UNDER THIS PERMIT L CULVERT CONNECTIONS TO SUB-LATERAL B4 (OSLO ROAD) CANAL AND 43rd AVENUE RELIEF CANAL A Oslo Road Station Description of Connection 206 + 98 .05 S-2 15 L.F. 18" CAP, Inv. El. = 13 .0 209 + 89t S-3 22 L.F. 18" CAP, Inv. El. = 17 . 0 212 + 15t (S-5A) 18" RCP Tie to 66" RCP, Inv. El. 15 ,25 ' 211 + 58 .38 to 214 + 24.38 (S-6 thru S-7) 247 L.F. 66" RCP, with flared end sections, West Invert = 12.50, East Invert = 12.4 215 + 30 S-9 18" RCP tie to exist. 72" RCP in S .L. in B-7 ' 216 + 75t S- 11 18" RCP tie to exist 72" RCP in S .L. in B-7 218 + 70} S-15 18" RCP tie to exist. manhole S- 16 in S.L. B-7 ' 221 + 00± (R (S- 19) 24" RCP tie to exist. manhole (S-20) in S .L. B-7 225 + 50 S-25 18" CAP, Invert El.= 16 . 0 ' 231 + 21t JM (S-30) 18" CAP, Invert El. = 17.0 ' 43rd Avenue Station Description of Connections 308 + 00 (S-32) 18 " CAP, Invert El. = 16.0 ' 43 Ave. Relief Canal .311 + 61 . 88 S-34 18" CAP, Invert El. = 16.5 43 ` Ave. Relief Canal 317 + 30t S-3 18" CAP, Invert El. = 16.5 43 Ave. Relief Canal ' 321 + 10* S-38 18" CAP, Invert El. = 16 .5 43 Ave. Relief Canal IL BRIDGE REPLACEMENT Oslo Road 9 Street, S across 43d Avenue Relief Canal JAMEC1oslo-rood - 43rd ave-permitdoc ' INDIAN RIVER FARMS WATER CONTROL DISTRICT 4400 20th Street Vero Beach, Florida 32116 5614624141 ' AS-BUILT CERTIFICATION OF CULVERT/STRUCTURE INSTALLATION ' ONE DIRECTION ONLY REOMED TOP OF BANK CANAL SECTION �_ �_ . IDI ' F-- [EI - t _- TOP OF BANK TER CEN -LI-N-EEOOFF CULVERT/STRUCTT/RE-•,,� �- CLLVFRT/STRUCTURE ADJACENr/PARALL•EL STREET OR ROAD - TYPICAL PLAN VIEW Owner/Permittee Information: Re: Permit No.: O 3 ' Name: ?: R . Cou fl ±:` Date of Address: Installation: s7 /Y1uats Location: Tract , Sectiones Township.3.3f , Range 9 E, Canal No. ' Property I.D. Parcel No: CAI o >Qd / 413 oe� five . PoaoLwa —Zro + P . Fill in/check appronriate spaces below: ' (A) Distance from centerline of culvert/structure (one direction only required) to: 1 . Nearest tract or land corner (identify): 2. Or, centerline of nearest public road (identify): 3 . Or, record plat corner (identify): (B) Nametnumber of adjacent streWmad: ' (C) Invert of culverdstructum: East invert West invert (Based on 1929 N.G.V.D.) (or) North invertSouth invert (D) Diameter/size of culvert/structure: ' (E) Length of culvert/structure: (F) Type of culvert/structum: R.C.P. C.M.P. C.A.P. , Other (Describe) (G) Type of headwall: Concrete ,Rip Rap ,C.B .S . Metal Other ' No Headwall (Describe) (ID Configuration of headwall: Straight Wingwall Mitered . . ...._Beveled. - ' Other (Describe) (I) If necessary, draw sketch (or further describe) any unusual detail or circumstances of this culvert/struemm installation on back of this sheet. ' CERTIFICATION: I hereby certify that I am a Professional Surveyor and Mapper, registered in the State of Florida and that the As-built information shown hereon was performed under my direct supervision and is true and correct, dated this day of (month), (Year) (Signed): (Printed): FL Reg. P.S .M. No. : (Seal)