HomeMy WebLinkAbout2008-260DSTANDARD
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
Prepared by
ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE
and
Issued and Published Jointly By
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 Contractors of America
Construction Specifications Institute
Copyright 01996
National Society of Professional Engineers
1420 King Street, Alexandria, VA 22314
American Consulting Engineers Council
101515th Street N.W., Washington, DC 20005
American Society of Civil Engineers
345 East 47th Street, New York, NY 10017
PART 1 --
1.01
1.02
PART 2 --
PART 3 -
SECTION 01000
SUMMARY OF WORK
GENERAL
LOCATION OF WORK
The work is generally located on
101h Court SW from Oslo Road
shown on the construction plans.
DESCRIPTION OF WORK
1St Road from 35th Avenue to 32nd Avenue and
:o 7th Street, in Indian River County, Florida, as
Construction of approximately 1,264.5 LF on 1St Road (which includes a portion
of 35th Avenue), and approximately 1,934.68 LF on 10th Court SW (which
includes a portion of 8th Street SW and a portion of 7th Street SW) of Paving and
Drainage Improvements, in Indian River County, FI. Construction consists of, but
is not limited to, utilities exploration, coordination with any permitting agencies,
trenching, dewatering, installation of pipe with fittings and all appurtenances,
restrainers, soil compaction, disinfection, testing, irrigation repair, private
property replacement or repair, franchise utility repair and traffic control. PVC
pipe shall be C-900 per Indian River County Utility Standards and Specifications.
PRODUCTS
Not applicable
EXECUTION
Not applicable
* * END OF SECTION * *
01000 -1
FAEngineering\Petifion Paving\05221 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01000 Summary Of Work1.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.
B. Furnish sufficient labor, construction equipment and materials, and work such hours,
including night shifts and overtime operations, as may be necessary to insure the
prosecution of the work in accordance with the approved progress schedule. If, in the
opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take
such steps as may be necessary to improve progress, all without additional cost to the
OWNER. The ENGINEER shall be compensated for his overtime services in
accordance with the Supplementary Conditions, SC -6.02,
C. All, salvageable material and equipment for which specific use, relocation or other
disposal is not specifically noted, shall remain the property of the OWNER and shall be
delivered to the OWNER at the following location: 4550 41St Street, at the
CONTRACTOR's expense. All material and equipment not in salvageable condition, as
determined by the ENGINEER and the OWNER, shall be disposed of by the
CONTRACTOR, at the CONTRACTOR's expense.
D. In addition to these Specifications all work must comply with the requirements of the
local governing agency, St. Johns River Water Management District, Department of
Environmental Protection, U.S. Army Corps of Engineers, Sebastian River Water
Control District, and all other applicable State or Federal agencies' specifications and
permits. In the event of a conflict, the more stringent specification or requirement shall
govern.
E. Before performing any work outside the designated limits of the work site, secure any
necessary permits and authorization from the applicable owner, or verify in writing that
such has been previously obtained. Follow all requirements of any said permits or
authorization. Give the ENGINEER and appropriate owner ten (10) days minimum
notice before commencing construction operations outside the designated limits of the
work site. Adjacent property owners at time of bidding are listed below:
St Road 35th Avenue to 32"d Avenue
• Victoria Molinari — PID No. 15-33-39-00009-0004-00001.0
• Gerald & Theresa Ripple — PID No. 15-33-39-00009-0004-00002.0
• Steven & Teresa Boyle — PID No. 15-33-39-00009-0004-00004.0
01009-1 01009 -Special Provisions
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01009 - Special Provisions.doc
Delores Mackey - PID No. 15-33-39-00009-0004-00005.0
Nazar Hussain- PID No. 15-33-39-00009-0004-00006.0
Kathy Thompson - PID No. 15-33-39-00009-0004-00007.0
Franklin & Wanda High - PID No. 15-33-39-00009-0004-00008.0
David Flanagan, Jr. - PID No. 15-33-39-00009-0004-00009.0
Shane Mullins - PID No. 15-33-39-00009-0004-00011.0
Jack & Connie Hall - PID No. 15-33-39-00009-0004-00012.0
Francisco & Linda Fuentes - PID No. 15-33-39-00009-0004-00013.0
Linda & Rowland Burney - PID No. 15-33-39-00009-0004-00014.0
• Jack & Margaret Averill - PID No. 15-33-39-00009-0004-00016.0
Jack & Margaret Averill - PID No. 15-33-39-00009-0004-00017.0
• Alan Cunningham - PID No. 15-33-39-00009-0004-00018.0
David & Altagracia Flanagan - PID No, 15-33-39-00009-0004-00019.0
John & Patricia Durrell - PID No. 15-33-39-00009-0004-00021.0
George & Gloria Kelley - PID No. 15-33-39-00009-0004-00023.0
Jasper & Brenda Horne - PID No. 15-33-39-00009-0004-00025.0
• Steven & Teresa Boyle - PID No. 15-33-39-00009-0004-00028.0
• Franklin & Faith Keene - PID No. 15-33-39-00009-0004-00029.0
U
• Coast to Coast Landscaping, Inc - PID No. 33-39-24-00011-0004-00012.0
• Coast to Coast Landscaping, Inc. - PID No. 33-39-24-00011-0004-00012.0
• Coast to Coast Landscaping - PID No. 33-39-24-00011-0004-00012.0
• He Shall Supply Ministry, Inc. - PID No. 33-39-24-00011-0004-00016.0
• Southern Bell Tel & Tel Co- PID No. 33-39-24-00011-0004-00019.0
• Delores Morgan - PID No. 33-39-24-00011-0004-00021.0
• John J. Ragno - PID No. 33-39-24-00011-0005-00001.0
• Kaz Norvaisas - PID No. 33-39-24-00011-0005-00002.0
• Carl Brobst Construction, Inc. - PID No. 33-39-24-00011-0005-00003.0
• Stephen & Ana Bischoff - PID No. 33-39-24-00011-0005-00005.0
• Peter & Tracy Frank - PID No. 33-39-24-00011-0005-00007.0
• Richard Sexton - PID No. 33-39-24-00011-0006-00001.0
• Richard Sexton - PID No. 33-39-24-00011-0006-00004.0
• Lidaenis Ferro - PID No. 33-39-24-00011-0006.00005.0
• John Swearingen - PID No. 33-39-24-00011-0006-00006.0
• Alexander Crowe - PI D No. 33-39-24-00011-0006-00007.0
• Michael & June Relford - PID No. 33-39-24-00011-0006-00008.0
01009-2 01009 -Special Provisions
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01009 - Special Provisions.doc
• Michael & June Relford — PID No. 33-39-24-00011-0006-00009.0
• Willie & Harriet Hendrieth — PID No. 33-39-24-00011-0006-00011.0
• Willie & Harriet Hendrieth — PID No. 33-39-24-00011-0006-00012.0
• Daniel Wyatt — PID No. 33-39-24-00011-0007-00013.0
• Fredrick & Stacey Luongo — PID No. 33-39-24-00011-0007-00015.0
Willie Bob & Cassandra Jenkins — PID No. 33-39-24-00011-0007-00018.0
• Doretha Jones — PID No. 33-39-24-00011-0007-00020.0
• Doretha Jones — PID No. 33-39-24-00011-0007-00022.0
• Mattie Parker— PID No. 33-39-24-00011-0007-00023.0
01009-3 01009 -Special Provisions
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01009 - Special Provisions.doc
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.
The force Account is intended as a contingency for unforeseen work.
1.1 PAYMENT
A. Lump sum amount for force account work is included in the bid schedule.
The value of force account work will be determined in accordance with Article
12 of the General Conditions.
+ + END OF SECTION + +
01024-1
FAEngineeringTetition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01024 - Force Account.doc
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.
B. Develop and make all detail surveys and measurements needed for
construction including but not limited to, slope stakes, batter boards, piling
layouts and all other working lines, elevations and cut sheets.
C. Keep a transit and leveling instrument on the site at all times and a skilled
instrument man available whenever necessary for layout of the Work.
D. Provide all material required for benchmarks, control points, batter boards,
grade stakes, and other items.
E. Be solely responsible for all locations, dimensions and levels. No data other
than written orders of the ENGINEER shall justify departure from the
dimensions and levels required by the Drawings.
F. Safeguard all points, stakes, grademarks, monuments and benchmarks made
or established on the Work, and reestablish same, if disturbed. Rectify all
Work improperly installed because of not maintaining, not protecting or
removing without authorization such established points, stakes, marks and
monuments.
G. When requested by the ENGINEER, provide such facilities and assistance as
may be necessary for the ENGINEER to check line and grade points placed by
the CONTRACTOR. Do no excavation or embankment work until all
cross -sectioning necessary for determining pay quantities has been completed
and checked by the ENGINEER.
H. The cost of performing engineering and layout work described above shall be
included in the contract unit prices for the various items of work to which it is
incidental. No separate payment will be made for surveying or engineering.
1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR
A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the
accuracy of all survey and existing site information as indicated in the Contract
Documents. Immediately notify the ENGINEER upon discovery of any errors,
inaccuracies or omissions in the survey data. The commencing of any of the
work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance
that all survey or existing site information is correct and accurate, without any
reasonably inferable errors, inaccuracies or omissions.
1050-1 01050 Field Engineering
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01050 - Field Engineering.doc
B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks,
reference points and property corners and will be responsible for any mistake
or loss of time caused by their unnecessary loss or disturbance. If the loss or
disturbance of the stakes or marks cause a delay in the Work, the
CONTRACTOR shall have no claim for damages or extension of time. Control
stakes, benchmarks, reference points and property corners disturbed by the
CONTRACTOR's work shall be replaced by a Florida Registered Land 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 to 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
markers every 100 feet.
1.4 LAYOUT OF STRIPING
Establish by instrument, and mark the finished surface, the points necessary for
striping finished roadway in conformance with Section 5J of FDOT Standard
Specifications.
+ + END OF SECTION + +
1050-2 01050
Field
Engineering
F.\Engineering\Petition
Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01050 - Field Engineering.doc
SECTION 01091
REFERENCE STANDARDS
1.1 GENERAL
A. Whenever reference is made to the furnishing of materials or testing
thereof to conform to the standards of any technical society, organization
or body, it shall be construed to mean the latest standard, code,
specification or tentative specification adopted and published at the date
of advertisement for bids, unless noted otherwise in the Technical
Specifications or on the Drawings. When a reference standard is
specified, comply with requirements and recommendations stated in that
standard, except when they are modified by the Contract Documents, or
when applicable laws, ordinances, rules, regulations or codes establish
stricter standards. The list of specifications presented in Paragraph B is
hereby made a part of the Contract, the same as if repeated herein in full.
B. Reference to a technical society, organization, or body may be made in
the Specifications by abbreviations, in accordance with the following list:
AASHTO The American Association of State Highway and
Transportation Officials
ACI American Concrete Institute
AGA American Gas Association
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Materials
AWPA American Wood Preservers Association
AWWA American Water Works Association
AWS American Welding Society
FED.SPEC. Federal Specifications
01091-1 01091 Reference Standards
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01091 - Reference Standards.doc
CRSI Concrete Reinforcing Steel Institute
FDEP/DEP Florida Department of Environmental Protection
DNR Department of Natural Resources
NCPI National Clay Pipe Institute
NEMA National Electrical Manufacturers Association
NEC National Electric Code
NSPE National Society of Professional Engineers
OSHA Occupational Safety and Health Administration
PCI Prestressed Concrete Institute
FDOT/DOT Florida Department of Transportation
U. L., Inc. Underwriter's Laboratories, Inc.
SSPC Steel Structures Painting Council
SJRWMD St, Johns River Water Management District
IRFWCD Indian River Farms Water Control 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:\Engineedng\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01091 - Reference Standards.doc
SECTION 01215
GENERAL QUALITY CONTROL
1.1 DESCRIPTION OF REQUIREMENTS
A. Definitions: Specific quality control requirements for the work are indicated
throughout the Contract Documents. The requirements of this section are
primarily related to the performance of the work beyond the furnishing of
manufactured products. The term "Quality Control' includes, but is not
necessarily limited to, inspection and testing and associated requirements.
This section does not specify or modify the OWNER and ENGINEER duties
relating to quality review and Contract surveillance.
1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS
A. Residual OWNER Responsibility: The OWNER will employ and pay for the
services of independent testing laboratories to perform those required
inspections and tests.
B. CONTRACTORS General Responsibility: No failure of test agencies, whether
engaged by the OWNER or CONTRACTOR, to perform adequate inspections
of 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.
1A 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
FAEngineeringTetition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01215 General Quality.doc
1.5 PROJECT PHOTOGRAPHS/VIDEOS
A. The CONTRACTOR shall make provisions, at his expense, for photographs or
video tapes of all work areas just prior to construction, and for unusual conditions
during construction. The photographs or videos shall show pertinent physical
features along the line of construction. The purpose of the photographs or videos
is to determine any damage to private or public property during construction.
B. Pre -Construction Video:
1. Contractor shall provide the Owner with a photograph or video record and one
copy of the existing conditions prior to construction. This photograph or video
shall be a standard DVD format, and shall be narrated.
2. The photographs or 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 photographs or 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 photographs or video should include the
limits of effects of the use of vibratory rollers.
9) This photograph or 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
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01215 General Quality.doc
SECTION 01220
PROGRESS MEETINGS
1.1 SCOPE
n
A. Date and Time:
1, Regular Meetings: As mutually agreed upon by ENGINEER and
CONTRACTOR.
2, Other Meetings: On call.
B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon
location.
C. ENGINEER shall prepare agenda, preside at meetings, and prepare and
distribute a transcript of proceedings to all parties.
D. CONTRACTOR shall provide data required and be prepared to discuss all items
on agenda.
1.2 MINIMUM ATTENDANCE
A. CONTRACTOR
B. SUBCONTRACTOR:
When needed for the discussion of a particular agenda item, CONTRACTOR
shall require representatives of Subcontractors or suppliers to attend a meeting.
C. Construction Coordination Manager,
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.
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.
measures, if required.
9. Coordination between parties.
10. Safety concerns.
11. Other business.
+ + END OF SECTION + +
01220-1
Corrective
01220 Progress Meetings
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01220 -Progress Meetings.doe
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL REQUIREMENTS
A. No partial payments shall be approved by the ENGINEER until there is an
approved construction progress schedule on hand.
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.
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.
C. Provide a narrative report as needed to define:
1. Problem areas, anticipated delays, and the impact on the schedule.
2. Corrective action recommended and its effect.
3. The effect of changes on schedules of other prime contractors.
1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES
On or before the tenth day after the effective date of the Agreement, submit the
initial schedules to the ENGINEER. The ENGINEER will review the schedules
and return a review copy to the CONTRACTOR within 21 days after receipt. If
required by the ENGINEER, resubmit revised schedules on or before the
seventh day after receipt of the review copy. If required by the ENGINEER,
submit revised monthly progress schedules with that month's application for
payment.
01310-1 01310 Construction Schedule
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01310 - Construction Schedule.doc
1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES
A. After receiving approval by the ENGINEER, distribute copies of the
approved initial schedule and all reviewed revisions (updated) to:
1. Job site file.
2. Subcontractors.
3. Other concerned parties.
4. OWNER (two copies).
5. ENGINEER
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 + +
01310-2
01310 Construction Schedule
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01310 - Construction Schedule.doc
01340 = Submittal of Shop Drawings
1.1 SCOPE
A. Submit shop drawings, product data and samples as required by or
inferred by the Drawings and Specifications. Submittals shall conform to
the requirements of Article 6.17 of the General Conditions, Section 00700,
and as described in this Section.
1.2 SHOP DRAWINGS
A. Shop drawings are original drawings, prepared by the CONTRACTOR, a
subcontractor, supplier, or distributor, which illustrate some portion of the
work; showing fabrication, layout, setting, or erection details. Shop
drawings are further defined in Article 6.17, Section 00700,
Be Shop drawings shall be prepared by a qualified detailer and shall be
identified by reference to sheet and detail numbers on the Contract
Drawings.
1.3 PRODUCT DATA
A. Product data are manufacturer's standard schematic drawings and
manufacturer's catalog sheets, brochures, diagrams, schedules,
performance charts, illustrations, and other standard descriptive data.
Product data are further defined in Article 6. 17, Section 00700.
Be Modify standard drawings to delete information which is not applicable to
the project and supplement them to provide additional information
applicable to the project.
C. Clearly mark catalog sheets, brochures, etc., to identify pertinent
materials, products, or models.
1.4 SAMPLES
Samples are physical examples to illustrate materials, equipment, or
workmanship and to establish standards by which work is to be evaluated.
Samples are further defined in Article 6.17, Section 00700.
01340 - Submittal of Shop Drawings
01340-1
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 -Submittal of Shop Drawings.doc
01340 to Submittal of Shop Drawings
1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP
DRAWINGS, PRODUCT DATA AND SAMPLES
A. The CONTRACTOR's responsibilities for submittal of shop drawings,
product data, and samples are set forth in paragraph 6.17 of the General
Conditions and as further explained herein.
B. Prior to submission, thoroughly check shop drawings, product data, and
samples for completeness and for compliance with the Contract
Documents, verify all dimensions and field conditions, and coordinate the
shop drawings with the requirements for other related work. Also review
each shop drawing before submitting it to the ENGINEER to determine
that it is acceptable in terms of the means, methods, techniques,
sequences and operations of construction, safety precautions and
programs incidental thereto, all of which are the CONTRACTOR's
responsibility.
1. It is CONTRACTOR'S responsibility to review submittals made by
his suppliers and Subcontractors before transmitting them to
ENGINEER to assure proper coordination of the Work and to
determine that each submittal is in accordance with its desires and
that there is sufficient information about materials and equipment
for ENGINEER to determine compliance with the Contract
Documents.
2. Incomplete or inadequate submittals will be returned for revision
without review.
C. The CONTRACTOR's responsibility for errors and omissions in submittals
is not relieved by the ENGINEER's review of submittals. The
CONTRACTOR shall approve the shop drawings based on his in -the -field
measurements, prior to submittal to the ENGINEER for his review.
D. Notify the ENGINEER, in writing at the time of submission, of deviations in
submittals from the requirements of the Contract Documents. The
CONTRACTOR's responsibility for deviations in submittals from the
requirements of the Contract Documents is not relieved by the
ENGINEER's review of submittals, unless the ENGINEER gives written
acceptance of specific deviations.
E. Begin no work, which requires submittals until return of submittals with the
ENGINEER's stamp and initials or signature indicating the submittal has
been reviewed.
01340 - Submittal of Shop Drawings
01340-2
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 - Submittal of Shop Drawings.doc
01340 = Submittal of Shop Drawings
1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP
DRAWINGS, PRODUCT DATA AND SAMPLES
A. Submit to:
Indian River County
Engineering Division
1801 27th Street
Vero Beach, FL 32960
B. A letter of transmittal shall accompany each submittal. If data for more
than one Section of the Specifications is submitted, a separate transmittal
letter shall accompany the data submitted for each Section.
C. At the beginning of each letter of transmittal, provide a reference heading
indicating the following:
1. OWNER'S Name
2, Project Name
3. Contract Number
4. Transmittal Number
5. Section Number
D. All submittals shall have a title block with complete identifying information
satisfactory to the ENGINEER. The following is a sample Submittal Form
that the CONTRACTOR may use.
[The remainder of this page has been left blank intentionally]
01340 - Submittal of Shop Drawings
01340-3
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 - Submittal of Shop Drawings.doc
Contractor:
01340 - Submittal of Shop Drawin
CONTRACTOR SUBMITTALS
SUBMITTAL NO.
Date Sent to County
No. Copies Sent to County
❑ Original Submittal ❑ Re -Submittal
❑ Shop Drawing ❑ Cut Sheet ❑ Other
Description:
Sub -Contractor:
Remarks:
Reviewing Agency: (As checked below)
Date Received Date Returned No. Copies Ret'd
❑ I R C Engineering Div.
❑ I R C Utilities Services
Remarks:
***********************************************************
IRC Engineering Division Date Rec'd from Contractor
Date Ret'd to Contractor.
1801 27th Street No. Copies Ret'd
Vero Beach, FI. 32960
Remarks:
Distribution of Copies:
IRC Engineering Division
Office File
Field Office File
01340-4
01340 - Submittal of Shop Drawings
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 -Submittal of Shop Drawings.doc
01340 - Submittal of Shop Drawings
E. All submittals shall bear the stamp of approval and signature of
CONTRACTOR as evidence that they have been reviewed by
CONTRACTOR. Submittals without this stamp of approval will not be
reviewed by the ENGINEER and will be returned to CONTRACTOR.
F. Assign a number to each submittal starting with No. 1 and thence
numbered consecutively. Identify resubmittals by the original submittal
number followed by the suffix "A" for the first resubmittal, the suffix "B" for
the second resubmittal, etc.
G. Initially submit to ENGINEER a minimum of six (6) copies of all submittals
that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x
11 -inch), and one unfolded sepia and 2 prints made from that sepia for all
submittals on sheets larger than 11 -inch by 17 -inch.
H. After ENGINEER completes his review, Shop Drawings will be marked
with one of the following notations:
1. 1Approved
2. Approved as Corrected
3. Approved as Corrected - Resubmit
4. Revise and Resubmit
5. Not Approved
I. If a submittal is acceptable, it will be marked "Approved" or "Approved as
Corrected". Three (3) prints or copies of the submittal will be returned to
CONTRACTOR.
J. Upon return of a submittal marked "Approved" or "Approved as
Corrected", CONTRACTOR may order, ship or fabricate the materials
included on the submittal, provided it is in accordance with the corrections
indicated.
K. If a Shop Drawing marked "Approved as Corrected" has extensive
corrections or corrections affecting other drawings or Work, ENGINEER
may require that CONTRACTOR make the corrections indicated thereon
and resubmit the Shop Drawings for record purposes. Such drawings will
have the notation, "Approved as Corrected - Resubmit."
L. If a submittal is unacceptable, three (3) copies will be returned to
CONTRACTOR with one of the following notations:
1. "Revise and Resubmit"
2. "Not Approved"
01340 - Submittal of Shop Drawings
01340-5
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 - Submittal of Shop Drawings.doc
01340 - Submittal of Shop Drawings
M. Upon return of a submittal marked "Revise and Resubmit", make the
corrections indicated and repeat the initial approval procedure. The "Not
Approved" notation is used to indicate material or equipment that is not
acceptable. Upon return of a submittal so marked, repeat the initial
approval procedure utilizing acceptable material or equipment.
N. Any related Work performed or equipment installed without an "Approved"
or "Approved as Corrected" Shop Drawing will be at the sole responsibility
of the CONTRACTOR.
O. Submit Sop Drawings well in advance of the need for the material or
equipment for construction and with ample allowance for the time required
to make delivery of material or equipment after data covering such is
approved. CONTRACTOR shall assume the risk for all materials or
equipment which is fabricated or delivered prior to the approval of Shop
Drawings. Materials or equipment will not be included in periodic progress
payments until approval thereof has been obtained in the specified
manner.
P. ENGINEER will review and process all submittals promptly, but a
reasonable time should be allowed for this, for the Shop Drawings being
revised and resubmitted, and for time required to return the approved
Shop Drawings to CONTRACTOR.
Q. Furnish required submittals with complete information and accuracy in
order to achieve required approval of an item within three submittals. All
costs to ENGINEER involved with subsequent submittals of Shop
Drawings, Samples or other items requiring approval, will be back -charged
to CONTRACTOR in accordance with the General Conditions and the
Supplementary Conditions. If the CONTRACTOR requests a substitution
for a previously approved item, all of ENGINEER'S costs in the reviewing
and approval of the substitution will be back -charged to CONTRACTOR
unless the need for such substitution is beyond the control of
CONTRACTOR.
+ + END OF SECTION + +
01340 - Submittal of Shop Drawings
01340-6
FAEngineeringTetition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01340 -Submittal of Shop Drawings.doc
SECTION 01520
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
1.1 SCOPE
A. Provide all construction equipment and facilities and temporary controls
required to satisfactorily complete the work represented on the Drawings
and described in the Specifications.
1.2 RESPONSIBILITY
A. All construction facilities and temporary controls remain the property of the
Contractor establishing them and shall be maintained in a safe and useful
condition until removed from the construction site.
B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways,
sheeting, forms, barricades, drains, flumes, and the like, any of which may
be needed in construction of any part of the work and which are not herein
described or specified in detail, must be furnished, maintained and
removed by the CONTRACTOR, who is responsible for the safety and
efficiency of such work and for any damage that may result from their
failure or from their improper construction, maintenance or operation.
C. In accepting the Contract, the CONTRACTOR assumes full responsibility
for the sufficiency and safety of all hoists, cranes, temporary structures or
work and for any damage which may result from their failure or their
improper construction, maintenance or operation and will indemnify and
save harmless the OWNER and ENGINEER from all claims, suits or
actions and damages or costs of every description arising by reason of
failure to comply with the above provision.
1.3 TEMPORARY UTILITIES AND SERVICES
A. TEMPORARY WATER
1. Provide a temporary water service as required for all construction
purposes and pay for all water used.
2. Furnish potable drinking water in suitable dispensers and with cups
for use of all employees at the job.
3. Provide all temporary piping, hoses, etc., required to transport
water to the point of usage by all trades.
4. When temporary water service is no longer required, remove all
temporary water lines.
01520-1
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01520 - Construction Facilities.doc
SECTION 01520
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
B. TEMPORARY SANITARY FACILITIES
1. Provide temporary toilet facilities separate from the job office.
Maintain these during the entire period of construction under this
Contract for the use of all construction personnel on the job.
Provide enough chemical toilets to conveniently serve the needs of
all personnel. Properly seclude toilet facilities from public
observation.
2. Chemical toilets and their maintenance shall meet the requirements
of State and local health regulations and ordinances. Immediately
correct any facilities or maintenance methods failing to meet these
requirements. Upon completion of work, remove the facilities from
the premises.
1.4 SECURITY
Full time watchmen will not be specifically required as a part of the Contract, but
the CONTRACTOR shall provide inspection of work area daily and shall take
whatever measures are necessary to protect the safety of the public, workmen,
and materials, and provide for the security of the site, both day and night.
1.5 TEMPORARY CONTROLS
Take all necessary precautions to control dust and mud associated with the work
of this Contract. In dry weather, spray dusty areas daily with water in order to
control dust. Take necessary steps to prevent the tracking of mud onto adjacent
streets and highways.
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
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid 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.
D. Assume full responsibility for the preservation of all public and private property or
facility on or adjacent to the site. If any direct or indirect damage is done by or
on account of any act, omission, neglect or misconduct in the execution of the
Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its
expense, to a condition equal to or better than that existing before the damage
was done.
1.2 BARRICADES AND WARNING SIGNALS
Where Work is performed on or adjacent to any roadway, right-of-way, or public
place, provide barricades, fences, lights, warning signs, danger signals, and
watchmen, and take other precautionary measures for the protection of persons or
property and of the Work. Paint barricades so they are visible at night. From sunset
to sunrise, furnish and maintain at least one light at each barricade. Erect sufficient
barricades to keep vehicles from being driven on or into Work under construction.
Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's
responsibility for the maintenance of barricades, signs, lights, and for providing
watchmen shall continue until OWNER accepts the Project.
01541-1
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
1.3 TREE AND PLANT PROTECTION
A. Protect existing trees, shrubs and plants on or adjacent to the site that are
shown or designated to remain in place against unnecessary cutting, breaking or
skinning of trunk, branches, bark or roots.
B. Do not store or park materials or equipment within the drip line.
C. Install temporary fences or barricades to protect trees and plants in areas
subject to traffic.
D. Fires shall not be permitted under or adjacent to trees and plants.
E. Within the limits of the Work, water trees and plants that are to remain, in order
to maintain their health during construction operations.
F. Cover all exposed roots with burlap and keep it continuously wet. Cover all
exposed roots with earth as soon as possible. Protect root systems from
mechanical damage and damage by erosion, flooding, run-off or noxious
materials in solution.
G. If branches or trunks are damaged, prune branches immediately and protect the
cut or damaged areas with emulsified asphalt compounded specifically for
horticultural use.
H. Remove all damaged trees and plants that die or suffer permanent injury and
replace them with a specimen of equal or better quality.
I. Coordinate Work in this Section with requirements of other sections herein.
1_4 PROTECTION OF IRRIGATION
The CONTRACTOR shall be responsible for maintaining in good condition all
irrigation systems within the easements, which could be damaged by
construction activities. The CONTRACTOR shall repair any irrigation systems
damaged by construction activities within two (2) days. Irrigation systems
partially within the right-of-way of Kings Highway and all intersecting side streets
within project limits may be cut off and capped or connected to same system to
maintain functionality. The CONTRACTOR shall be responsible for maintaining
the functionality of the remaining portion of the system if it should fall outside of
the right-of-way.
01541-2
F:\Engineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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 is necessary to shore, brace, or swing a utility, contact the utility
company or department affected and obtain their permission regarding the
method to use for such work.
3. Contact the various utility companies which may have buried or aerial
utilities within or near the construction area before commencing work.
Provide 48 hours minimum notice to all utility companies prior to beginning
construction.
4. Schedule and execute all work involving existing utilities in order to minimize
necessary interruption of services. Whenever such interruption is
necessary for completion of the work, notify the ENGINEER and the
appropriate utility at least 48 hours in advance. Perform all work to
repair/restore utility service to the satisfaction of the appropriate utility.
Include all costs related to service maintenance, interruption, and
restoration in the appropriate line item in the Contract.
5. Where it is necessary to temporarily interrupt house or business services,
the CONTRACTOR shall notify the owner or occupant, both before the
interruption (24-hour minimum), and again immediately before service is
resumed. Before disconnecting and pipes or cables, the CONTRACTOR
shall obtain permission from their owner, or shall make suitable
arrangement for their disconnection by their owner.
01541-3
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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.
B. Surface Structures:
1. Surface structures are defined as structures or facilities above the ground
surface. Included with such structures are their foundations and any
extension below the surface. Surface structures include, but are not limited
to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage,
piping, poles, wires, posts, signs, markers, curbs, walks and all other 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
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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 existing utility castings, including valve boxes, junction boxes, manholes, pull
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
F:\Engineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid 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.
B. Prevent interference with traffic and the OWNER's operations on existing roads.
Indemnify and save harmless the OWNER from any expenses caused by
CONTRACTOR's operations over these roads.
C. Roadways damaged by CONTRACTOR shall be restored to their original
condition by the CONTRACTOR subject to approval of the OWNER or
ENGINEER.
D. Remove temporary roads, walks and parking areas prior to final acceptance and
return the ground to its original condition, unless otherwise required by the
Contract Documents,
1.2 USE OF PUBLIC STREETS
The use of public streets and alleys shall be such as to provide a minimum of
inconvenience to the public and to other traffic. Any earth or other excavated
material spilled from trucks shall be removed immediately by the CONTRACTOR
and the streets cleaned to the satisfaction of the Owner.
1.3 USE OF PUBLIC STREETS FOR HAUL ROADS
A. Prior to construction, the CONTRACTOR shall designate all proposed haul
roads to be used during the life of the project. Any earth or other materials
spilled from trucks shall be removed by the CONTRACTOR and streets
cleaned to the satisfaction of the Owner. He further shall be responsible for
repairs to any damages caused by his operations, prior to final payment.
01550 Access Roads
01550-1
F:\Engineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01550 - Access Roads.doc
SECTION 01550
ACCESS ROADS, PARKING AREAS
AND USE OF PUBLIC STREETS
Be All trucks carrying earth shall be covered while moving with an appropriate
tarpaulin. Should trucks hauling earth fail to cover their loads, the
CONTRACTOR will be given two (2) written warnings, after which the
CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner
when invoked by the Owner to Owner's Engineer. All cleanup shall be the
responsibility of the CONTRACTOR.
C. All trucks/moving equipment shall have backup warning horns in proper
working order while on the job site.
+ + END OF SECTION + +
01550 Access Roads
01550-2
F:\Engineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01550 - Access Roads.doc
SECTION 01610
TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT
1.1 GENERAL
A. Make all arrangements for transportation, delivery and handling of equipment
and materials required for prosecution and completion of the Work.
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.
C. If necessary to move stored materials and equipment during construction,
CONTRACTOR shall move or cause to be moved materials and equipment
without any additional compensation.
1.2 DELIVERY
A. Arrange deliveries of products in accord with construction schedules and in
ample time to facilitate inspection prior to installation.
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
provided.
E. Have products delivered to site in manufacturer's original, unopened, labeled
containers. Keep ENGINEER informed of delivery of all equipment to be
incorporated in the Work.
01610-1
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01610 -Transportation and Handling of Materials
and Equipment.doc
SECTION 01610
TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT
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.
B. Provide additional protection during handling as necessary to prevent scraping,
marring or otherwise damaging products or surrounding surfaces.
C. Handle products by methods to prevent bending or overstressing.
D. Lift heavy components only at designated lifting points.
E. Materials and equipment shall at all times be handled in a safe manner and as
recommended by manufacturer or supplier so that no damage will occur to
them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use
suitable materials handling equipment.
+ + END OF SECTION + +
01610-2
FAEngineering\Petition Paving\05221 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01610 - Transportation and Handling of Materials
and Equipment.doc
SECTION 01611
STORAGE OF MATERIAL AND EQUIPMENT
1.1 GENERAL
A. Store and protect materials and equipment in accordance with manufacturer's
recommendations and requirements of Specifications.
Be Make all arrangements and provisions necessary for the storage of materials
and equipment. Place all excavated materials, construction equipment, and
materials and equipment to be incorporated into the Work, so as not to injure
any part of the Work or existing facilities, and so that free access can be had at
all times to all parts of the Work and to all public utility installations in the vicinity
of the Work. Keep materials and equipment neatly and compactly stored in
locations that will cause a minimum of inconvenience to other contractors,
public travel, adjoining owners, tenants and occupants. Arrange storage in a
manner to provide easy access for inspection.
C. Areas available on the construction site for storage of material and equipment
shall be as shown or approved by the ENGINEER.
D. Store materials and equipment which are to become the property of the
OWNER to facilitate their inspection and insure preservation of the quality and
fitness of the Work, including proper protection against damage by extreme
temperatures and moisture.
E. Do not use lawns, grass plots or other private property for storage purposes
without written permission of the OWNER or other person in possession or
control of such premises.
F. CONTRACTOR shall be fully responsible for loss or damage to stored
materials and equipment.
G. Do not open manufacturers containers until time of installation unless
recommended by the manufacturer or otherwise specified.
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:\Engineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid 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 CONTRACTORS 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.
b. Manufacturer's literature with product description, performance and
test data, and reference standards.
01630-1 01630 Substitutions
FAEngineeringTetition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01630 - Subsbtutions.doc
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
proposed substitution is equal to the product, manufacturer or method
specified.
C. In making Request for Substitution, CONTRACTOR represents that:
1. CONTRACTOR has investigated proposed substitution, and 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.
2. Upon receipt of an application for review of a substitution, Engineer will
determine whether the review will be more extensive than a normal shop
drawing review for the specified item.
3. If the substitution will not require a more extensive review, Engineer will
proceed with the review without additional cost to CONTRACTOR.
01630-2 01630 Substitutions
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01630 - Substitutions.doc
4. If the substitution requires a more extensive review, Engineer will
proceed with the review only after CONTRACTOR has agreed to
reimburse Owner for the review cost.
5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's
expense additional data about the proposed substitute.
H. Any redesign of structural members shall be performed by, and the plans signed
and sealed by, a Professional Engineer registered in the State of Florida. The
redesign shall be at the CONTRACTOR'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 $128 per hour. The
ENGINEER's estimated cost of review shall be provided to the CONTRACTOR
prior to proceeding with the review to allow the CONTRACTOR the opportunity to
rescind the request.
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
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01630 - SubsbbAons.doc
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.
B. Provide onsite containers for the collection of waste materials, debris, and
rubbish and empty such containers in a legal manner when they become
full.
C. Where material or debris has been deposited in watercourses, ditches,
gutters, drains, or catch -basins as a result of the CONTRACTOR's
operations, such material or debris shall be entirely removed and
satisfactorily disposed of during the progress of the work, and the ditches,
channels, drains, etc., shall be kept clean and open at all times.
D. Before the completion of the project, unless otherwise especially directed
or permitted in writing:
1. Tear down and remove all temporary buildings and structures;
2. Remove all temporary works, tools, and machinery, or other
construction equipment furnished;
3. Remove all rubbish from any grounds occupied; and
4. Leave the roads, all parts of the premises, and adjacent property
affected by construction operations, in a neat and satisfactory
condition.
E. Restore or replace any public or private property damaged by construction
work, equipment, or employees, to a condition at least equal to that
existing immediately prior to the beginning of the operations. To this end,
the CONTRACTOR shall restore all highway, roadside, and landscaping
work within any right-of-way, platted or prescriptive. Acceptable materials,
equipment,and methods shall be used for such restoration.
F. Thoroughly clean all materials and equipment installed and on completion
of the work, deliver the facilities undamaged and in fresh and news,
appearing condition.
01710 Site Cleanup
01710-1
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid 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
placed on restoration of canals to equal or better condition than prior to
construction.
H. When finished surfaces require cleaning with cleaning materials, use only
those cleaning materials which will not create hazards to health or
property and which will not damage the surfaces. Use cleaning materials
only on those surfaces recommended by the manufacturer. Follow the
manufacturer's directions and recommendations at all times.
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 Site Cleanup
01710-2
FAEngineering\Petition Paving\05221 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01710 -Site Cleanup.doc
SECTION 01720
Record Documents
1.1 GENERAL
A. Maintain and provide the ENGINEER with record documents as specified
below, except where otherwise specified or modified in Divisions 2A 6 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.
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.
01720 Record Documents
01720-1
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01720 - Record Documents.doc
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. Utilities:
Record Drawings for water and sewer utilities shall comply with Drawings
M-15, M16, M16(A), M1 6(B) of the Indian River County Department of
Utility Services Water and Wastewater Utility Standards dated September
192004a
1.3 AS=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.
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. AS-Builts record survey shall meet minimum technical standard as
set forth by Chapter 61 G17.6 Minimum Technical Standards F.A.C.
Please follow attached checklist under Appendix C.
E. Payment for Record Drawings, Review of Electronic As-Builts and
signing 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.
01720 Record Documents
01720-2
FAEngineering\Pefition Paving\05221 st Rd. from 32nd Ave. to 35th Ave0d Documents\01720 - Record Documents.doc
SECTION 01820
Post Final Inspection
7.7 GENERAL
A. Approximately one year after Substantial Completion, the OWNER will make
arrangements with the Construction Coordination Manager 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 Construction Coordination
Manager 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.
01820 Post Final Inspection
01820-1
FAEngineering\Petition Paving\05221 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\01820 - Post Final Inspection.doc
ITEM NO, 1
ITEM NO.4
ITEM NO. 101
ITEM NO, 102
ITEM NO. 104
ITEM NO. 108
ITEM NO. 110
ITEM NO, 113
ITEM NO, 120
ITEM NO. 160
ITEM NO. 285
ITEM NO. 334
ITEM NO. 575
ITEM NO. 580
ITEM NO. 1000
DIVISION 2 TECHNICAL PROVISIONS
Standard Specifications
Scope of Work
Mobilization
Maintenance of Traffic
Erosion and Water Pollution Control
As -Built Drawings
Clearing and Grubbing
Construction Schedules
Excavation and Embankment
Stabilizing
Optional Base Course
Superpave AsphalticConcrete
Sodding
Landscape Installation
Water and Sewer Utilities
F:\Engineedng\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\DNISION 2 TECHNICAL PROVISIONS Table of
Contents.doc
ITEM NO. 1- Technical Specifications
STANDARD SPECIFICATIONS
A. All work of this Contract shall conform to the applicable technical specifications of
Florida Department of Transportation Standard Specifications for Road and Bridge
Construction, 2007, 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, Supplemental, 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 Indian River County, Florida Public Works Department, Engineering
Division acting directly or through duly authorized representatives. Whereverthe word
Resident Engineer appears, it shall be taken to mean an authorized representative of
the Owner's Engineer on the Project (Resident Construction Inspector) who will act as
an agent for Indian River County, assigned to observe the progress quantity and
quality of the work.
Any utility relocation shall conform to the applicable technical specifications of Indian
River County Department of Utility Services, Water, Wastewater, Utility Standards
Dated July, 2007.
The work to be performed per sheets P16 (1St Road from 35th Avenue to 32"d Avenue)
and P20 (10th Court from Oslo Road to 7th Street SW) of the construction plans and
line items 700 through 711 shall conform to the applicable standards of Indian River
County Typical Drawings for Pavement Markings, Signing & Geometrics Dated
September 5, 2000,
ITEM NO. 4= Scope of Work
Section 4-3.9 Value Engineering Incentive is deleted in its entirety.
ITEM NO. 101 - MOBILIZATION
The work specified in this section shall conform to Section 101 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction. (2006 Edition)
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 101-1 - Mobilization - Lump Sum
01025-1 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
ITEM NO. 102 - MAINTENANCE OF TRAFFIC
The work specified in this item shall conform to Section 102 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2006 Edition),
except as modified herein.
A. GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists
of maintaining traffic within the limits of the project for the duration of the construction
period, including any temporary suspensions of the work. It shall include the
construction and maintenance of any necessary detour facilities; the providing of
necessary facilities for access to residences, businesses, etc., along the project; the
furnishing, installing and maintaining of traffic control and safety devices during
construction, the control of dust through the use of calcium chloride if necessary, and
any other special requirements for safe and expeditious movement of traffic as may be
called for on the plans. The term, Maintenance of Traffic, as used herein, shall include
all of such facilities, devices and operations as are required for the safety and
convenience of the public as well as for minimizing public nuisance; all as specified in
this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions
Section.
B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall
present his Maintenance of Traffic Plan at the pre -construction conference. The
Maintenance of Traffic Plan shall indicate the type and location of all signs, lights,
barricades, striping and barriers to be used for the safe passage of pedestrians and
vehicular traffic through the project and for the protection of the workmen. The plan
will indicate conditions and setups for each phase of the Contractor's activities.
When the project plans include or specify a specific Maintenance of Traffic Plan,
alternate proposals will be considered when they are found to be equal to or better
than the plan specified.
In no case may the Contractor begin work until the Maintenance of Traffic Plan has
been approved in writing by the Engineer. Modifications to the Maintenance of Traffic
Plan that become necessary shall also be approved in writing. Except in an
emergency, no changes to the approved plan will be allowed until approval to change
such plan has been received.
The cost of all work included in the Maintenance of Traffic Plan shall be included in the
pay item for Maintenance of Traffic.
The Contractor shall be responsible for performing daily inspections, including
weekends and holidays, with some inspections at nighttime, of the installations on the
project and replace all equipment and devices not conforming with the approved
standards during that inspection. The project personnel will be advised of the
schedule of these inspections and be given the opportunity to join in the inspection as
is deemed necessary.
01025-2 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
C. TRAFFIC CONTROL - STANDARDS: The FDOT Desiqn Standards For Design,
Construction, Maintenance and Utility Operations On The State Highway System,
Edition as dated on the plans set forth the basic principles and prescribes minimum
standards to be followed in the design, application, installation, maintenance and
removal of all traffic control devices and all warning devices and barriers which are
necessary to protect the public and workmen from hazards within the project limits.
The standards established in the aforementioned manual constitute the minimum
requirements for normal conditions, and additional traffic control devices warning
devices, barriers or other safety devices will be required where unusual, complex or
particularly hazardous conditions exist.
The above referenced standards were developed using F.H.W.A., U.S.D.O.T. Manual
on Uniform Traffic Control Devices (MUTCD).
D. TRAFFIC CONTROL DEVICES WARNING DEVICES AND BARRIERS -
I NSTALLATION: The responsibility for installation and maintenance of adequate traffic
control devices, warning devices and barriers, for the protection of the travel in public
and workmen, as well as to safeguard the work area in general shall rest with the
Contractor. Consideration shall be given to recommendations of the Engineer. The
required traffic control devices, warning devices and barriers shall be erected by the
Contractor prior to creation of any hazardous condition and in conjunction with any
necessary re-routing of traffic. The Contractor shall immediately remove, turn or cover
any devices or barriers which do not apply to existing conditions. All traffic control
devices shall conform to MUTCD standards and shall be clean and relatively
undamaged. Damaged devices diminishing legibility and recognition, during either
night or day conditions, are not acceptable for use.
E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a
manner that no undue hazard will result due to the requirements of this article, and the
procedures and policies described therein shall in no way act as a waiver of any of the
terms of the liability of the Contractor or his surety.
F. Non -Compliance: Should the Owner or Engineer determine that traffic within the
project is not being maintained in accordance with the approved traffic control plan or
presents a public safety concern, the contractor shall have until the end of the working
day, in which notification is given, to take action to modify the maintenance of traffic.
Should the contractor fail to make such modification the Owner shall have the option to
fine the Contractor $400 per day until remedied.
G. Contractor's Maintenance of Traffic Plan shall maintain continues vehicular traffic on
1St Road on 10th Court SW at all times. The Contractor shall maintain one lane of
traffic at all times during 1St Road and 35th Avenue cross drain culvert constructions.
Owner shall have option to fine the Contractor $1,000.00 per day for Maintenance of
Traffic Plan non-compliance.
01025-3 Technical Specifications
FAEngineering\Petition Paving\05221 st Rd. from 32nd Ave. to3 5th Ave\Bid Documents\Technical Specifications.doc
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 102-1 - Maintenance of Traffic - Lump Sum
ITEM NO. 104=1 = EROSION AND WATER POLLUTION CONTROL
PART 1 — GENERAL
1.1 SCOPE
A. This Section covers erosion control and the treatment of dewatering water and
stormwater runoff from the construction site and work area. The pollution
control measures shall prevent turbid or otherwise polluted waters from being
discharged from the construction site or work area, to undeveloped portions of
the site or off-site.
Be The OWNER considers pollution from dewatering water and stormwater runoff
from a construction site or work area to be a very serious offense. The
CONTRACTOR is solely responsible for preventing pollution caused by
dewatering water and stormwater runoff from the construction site or work area.
Co The pollution control measures specified herein represent minimum standards
to be adhered to by the CONTRACTOR throughout the Project's construction.
The OWNER reserves the right to require the CONTRACTOR to employ
additional pollution control measures, when in the sole opinion of the OWNER,
they are warranted. If site specific conditions require additional erosion and
stormwater pollution control measures during any phase of construction or
operation to prevent erosion or to control sediment or other pollution, beyond
those specified in the Drawings or herein, implement additional best
management practices as necessary, in accordance with Chapter 4, "Best
Management Practices for Erosion and Sedimentation Control" of the Florida
Erosion and Sediment Control Inspector's Manual, included herein in Appendix
„B„
D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply
with this Section. Alternatively, the OWNER may halt the CONTRACTOR's
operations until the CONTRACTOR is in full compliance with this Section. If the
OWNER halts the CONTRACTOR's work as a result of its failure to comply with
this Section, the Construction Contract time clock will continue to run.
E. In addition to these Specifications, comply with Chapter 4, "Best Management
Practices for Erosion and Sedimentation Control" of the Florida Erosion and
Sediment Control Inspector's Manual, included herein in Appendix "Be" If there
is a conflict between the referenced Chapter 4 and these Specifications, the
more stringent requirement shall prevail.
010254 Technical Specifications
F:\Engineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
r
1.2 SO
AINED BY THE CON
A. 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,,
6,08.13 of the Supplementary Conditions, the CONTRACTOR shall apply for,
obtain, and pay for ali other required permits and licenses. This may include
but not be limited to:
1. Long-term or short-term dewatering permit as required by the St. Johns
River Water Management District (SJRWMD). Contact SJRWMD at
(321) 984-4940 to determine which permit is required and the associated
statutory requirements; and
2. The State of Florida Generic Permit for Stormwater Discharge From
Large and Small Construction Activities. Contact the Florida
Department of Environmental Protection (FDEP) at (866) 336-6312
(toll free) or (850) 245-7522 or
www.dep.state.fl.us/water/stormwater/npdes/
3. Florida Department of Environmental Protection
(FDEP) "Notice of Intent to Use Generic Permit for Stormwater
Discharge From Construction Activities That Disturb one or More
Acres of Land and Contributes stormwater discharges to surface
waters of the State or into a municipal separate storm sewer system
(MS4) permit application form. Contact FDEP at (407) 894-7555 or
(850) 921-9904; and
4. U.S. Environmental Protection Agency (EPA) "Notice of Intent (NOI)
for Storm Water Discharges Associated With Construction Activity
Under a NPDES General Permit."
Be 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.
1.3 GENERAL
A. Do not begin any other construction work until the pollution control and
treatment system has been constructed in accordance with approved plans and
approved for use by the OWNER and applicable permitting authorities.
Be From time to time, the OWNER or ENGINEER will inspect the pollution control
and treatment system and may take effluent samples for analysis by a testing
laboratory selected and paid for by the OWNER. If at anytime, the OWNER or
ENGINEER determines that the pollution control and treatment system is not in
compliance with the approved system, the OWNER or ENGINEER will shut the
portion of the project down that is not in compliance, and it shall remain shut-
down until the pollution control and treatment system is properly constructed or
repaired, and complies with the approved pollution control and treatment
01025-5 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
system plans and specifications.
C. Schedule construction to minimize erosion and stormwater runoff from the
construction site. Implement erosion control measures on disturbed areas as
soon as practicable in portions of the site where construction activities have
temporarily or permanently ceased, but in no case more than 7 days after the
construction activity in that portion of the site has temporarily or permanently
ceased.
D. Inspect each pollution control system at least once per day. Clean and
maintain each pollution control system as required by its manufacturer or the
OWNER, until the system is no longer needed. If a water quality violation
occurs, immediately cease all work contributing to the water quality violation and
correct the problem.
E. Discharge shall not violate State or local water quality standards in the receiving
waters, nor cause injury to the public health or to public or private property, nor
to the Work completed or in progress. The receiving point for water from
construction operations shall be approved by the applicable regulatory agency
and the ENGINEER.
F. Promptly repair all damage at no cost to the OWNER.
1.4 SUBMITTALS
A. Shop Drawings: Submit shop drawings of the proposed pollution control and
treatment systems in accordance with Section 01340 Supplementary
Conditions to the General Conditions,
B. Stormwater Pollution Prevention Plan,
1.5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS
REQUIRED FOR DESIGN, INSTALLATION, AND MAINTENANCE
A. Site-specific design of the erosion and stormwater pollution control system, and
installation and maintenance of all erosion and stormwater pollution control
devices, shall be by a State certified erosion control specialty subcontractor
who specializes in the design, installation, and maintenance of such devices.
After installation, this subcontractor shall maintain the erosion and stormwater
pollution control devices until the devices are no longer necessary. (Note: The
CONTRACTOR may install and maintain the erosion and stormwater pollution
control system under the direction of the State certified erosion control specialty
subcontractor.) Before beginning construction, submit to the ENGINEER for
review, a Stormwater Pollution Prevention Plan, prepared by the State
certified erosion control subcontractor. Construction shall not begin until the
01025-6 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Stormwater Pollution Prevention Plan has been submitted to the ENGINEER.
The CONTRACTOR shall complete the certification provided at the end of this
Section and it shall be a part of the Stormwater Pollution Prevention Plan.
1.6 "POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED
A. Except as may be defined otherwise in paragraphs 1.6.B, 1.6.C, and 1.6.1),
"pollution" is the presence in off-site waters of any substances, contaminants, or
manmade or human -induced impairment of waters or alteration of the chemical,
physical, biological, or radiological integrity of water in quantities or at levels
which are or may be potentially harmful or injurious to human health orwelfare,
animal or plant life, or property. Pollutants to be removed include but are not
limited to, sediment and suspended solids, solid and sanitary wastes,
phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout,
construction chemicals, and construction debris.
Be When the Discharge is Directly Into an Existing Water Body, Pollution Occurs
When ... An existing water body (including ditches and canals) is defined to
be polluted by the CONTRACTOR's operations when at any time, the turbidity
of the water immediately downstream of the CONTRACTOR's discharge
point(s) is 29 nephelometric turbidity units (NTUs) higher than the turbidity of
the background water upstream of the discharge point(s). [See Fla.
Administrative Code 62-302.530] The ENGINEER or OWNER shall determine
the locations where the turbidity is measured.
Co When the Discharge is not Directly Into an Existing Water Body, Pollution
Occurs When ... In some instances, dewatering water or stormwater runoff
from the construction site or work area may reach a water body indirectly, such
as after traveling through pipes or by overland flow. Before construction
commences, the OWNER or ENGINEER will measure background levels of
total suspended solids (TSS) and turbidity, in the immediate vicinity of the
discharge water's ultimate discharge point into the receiving water body. If the
discharge water's TSS and turbidity measurements exceed these pre -
construction background values by 29 NTUs for turbidity, then the discharge
from the CONTRACTOR Is operations is defined to be polluted.
D. Pollution Always Occurs When ... The discharge is defined to be polluted
whenever any of the following is present in the discharge water:
(1) Hazardous waste or hazardous materials in any quantity,
(2) Any petroleum product or by-product in any quantity,
(3) Any chemical in any quantity, or
(4) Concentrated pollutants.
E. Above paragraphs 1.6.B, 1.6.C, and 1.6.13 do not in any way, limit the types of
conditions in which pollution may be determined to occur.
01025-7 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION
A. In addition to the OWNER's other remedies listed herein, if the CONTRACTOR
fails to comply with this Section and erosion or pollution is caused by
dewatering water or stormwater runoff from the construction site, the OWNER
will report the violations to the Indian River County Code Enforcement Board,
SJRWMD, Indian River Farms Water Control District (or other F. S. Chapter
298 Drainage District, as appropriate), and other pertinent regulatory or
enforcement agencies.
PART 2 - MATERIALS AND INSTALLATION
2.1 GENERAL
A. Staked Silt Fences:
1. General: Use silt fences to control runoff from the construction site
where the soil has been disturbed.
2. Installation: Install per the manufacture's recommendations and as
specified herein. In general, install the silt fence in a manner that allows
it to stop the water long enough for the sediment to settle while the water
passes through the silt fence fabric. All supporting posts shall be on the
down-slope side of the fencing. Place the bottom of the fabric 6 -inches
minimum, under compacted soil to prevent the flow of sediment
underneath the fence. Otherwise, install in accordance with FDOT Index
No. 102.
3. Removal: Contractor is responsible for removal of silt screens.
4. Product: All material shall be new and unused. Use FDOT Type IV silt
fences where large sediment loads are anticipated, where slopes are 1:2
(vertical: horizontal) or steeper, or as directed by the ENGINEER;
otherwise use FDOT Type III silt fence.
(a) For FDOT Type III Silt Fence - ACF Environmental, Catalog No.
360800000, Florida DOT Silt Fence. U.S. Sieve = 30, tensile
strength = 120 pounds. The heavy-duty filter fabric shall be press
attached to 48 -inch long stakes on 6 -foot centers. (1-800-448-
3636).
(b) For FDOT Type IV Silt Fence, modify the above Catalog No.
360800000 to comply with FDOT Index No. 102.
(c) Or equivalent.
Be Turbidity Barriers:
1. General: Use turbidity barriers to control sediment contamination of
rivers, lakes, ponds, canals, etc.
2. Installation: Install per the manufacturer's recommendations and per
FDOT Index No. 103 unless directed otherwise by the ENGINEER.
3. Removal: Contractor is responsible for disposal of turbidity barriers.
4. Product: All material shall be new and unused. The turbidity barrier shall
be a pervious barrier and the fabric color shall be yellow.
01025-8 Technical Specifications
R\Engineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
a. Parker Systems, Inc. (1-866-472-7537), model Type I.
b. Or equivalent.
C. Sedimentation Control From Dewatering or Pumping Operations Using Filter
Bags:
1. Remove silt, sediment, and other particles from dewatering or pumping
applications using a filter bag. The bag shall be manufactured using a
polypropylene non -woven geotextile and sewn by a double -needle
machine, using a high strength nylon thread. The bag shall have a fill
spout large enough to accommodate a 4 -inch pump discharge hose.
Straps shall be attached to the bag to secure the hose and prevent
pumped water from escaping without being filtered.
2. Installation: Install in accordance with the manufacturer's specifications.
Use as many filter bags as required, at no additional cost to the
OWNER. Dispose of the bags offsite, at no cost to the OWNER. If the
bags are placed on aggregate to facilitate filtration efficiency, do not use
limerock aggregate.
3. Product: The filter bag shall be supplied with lifting straps.
a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental,
Inc. (1-800448-3636).
b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-
800-591-2284).
c. Or equivalent.
D. Catch Basin Protection:
1. Filter stormwater before it enters catch basins (drop inlets). The "sack"
shall be manufactured from woven polypropylene geotextile and sewn by
a double -needle machine, using a high strength nylon thread. The sack
shall be manufactured to fit the opening of the catch basin or drop inlet
and it shall have the following features: two dump straps attached at the
bottom to facilitate emptying; lifting loops as an integral part of the
system to be used to lift the sack from the basin; and a yellow restraint
chord approximately halfway up the sack to keep the sides away from
the catch basin walls. The yellow restraint chord shall also serve as a
visual means of indicating when the sack should be emptied.
2. Installation: Install in each catch basin in accordance with the
manufacturer's specifications. Use as many of the specified filtration
devices as required, at no additional cost to the OWNER.
3, Removal: The Contractor will be responsible for removal of all filtration
devices.
4. Product: All materials shall be new and unused.
a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-
800-448-3636).
b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc.
(1-800-579-8819).
c. Or equivalent.
01025-9 Technical Specifications
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
E. Construction Site Egress Driveways: Minimize the transport of sediment and
soil from the construction site or work area by vehicle wheels. Construct a
crushed rock driving surface at the vehicle exit point(s). Provide an area large
enough to remove the sediment and soil from vehicle wheels before the vehicle
leaves the construction site or work area. Provide wash -down stations as
required to wash vehicle tires and retain all washwater on-site.
F. Rock and Stone for Erosion Control and Pollution Control and Treatment:
1. Crushed Limerock: Crushed limerock shall not be used under any
circumstance.
2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually
granite), washed and meeting the requirements of FDOT Standard
Specifications for Road and Bridge Construction, Section 901,
G. Hay Bales: Hay bales shall not be used.
PART 3 - EXECUTION
A. Design, construct, and maintain the pollution control and treatment system to
minimize erosion and capture and remove pollutants from the construction site
and from all other areas disturbed by construction activities.
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 104-1 - Erosion and Water Pollution Control - Lump Sum
(The rest of this page intentionally left blank)
01025-10
Technical Specifications
FAEngineering\Pefition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
CONTRACTOR's CERTIFICATION REGARDING EROSION
CONTROL AND TREATMENT OF DEWATERING WATER
AND STORMWATER FROM THE CONSTRUCTION SITE
(TO BE MADE A PART OF THE STORMWATER POLLUTION PREVENTION PLAN)
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 or she 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:
1St ROAD FROM 35th ANENUE TO 32nd AVENUE, AND A PORTION OF 35th AVENUE AND
10th COURT SW FROM OSLO ROAD TO 7th STREET SW
UNDER PENALTY OF PERJURY, affiant further says that he or she understands and
shall comply with, the terms and conditions of the following:
1. The State of Florida Generic Permit for Stormwater Discharge From Large and
Small Construction Activities,
2. The Stormwater Pollution Prevention Plan,
3, Section 02225 of the Specifications = Erosion Control and Treatment of
Dewatering Water and Stormwater From the Construction Site,
4. The St. Johns River Water Management District permit, and
5. All Codes and Ordinances of Indian River County.
(Corporate Seal)
(Contractor)
By:
Subscribed and sworn to before me this day of , 20
Notary Public State of Florida at Large
My Commission expires:
01025-11 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
ITEM 108-1 - AS -BUILT DRAWINGS
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.
4. Roadway/Off Site Drainage — All inverts; manhole top elevation; grate top
elevations.
01025-12 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
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.
Go 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. Utilities:
Record Drawings for water and sewer utilities shall comply with Drawings
M-15, M16, M16(A), M1 6(B) of the Indian River County Department of
Utility Services Water and Wastewater Utility Standards dated September
112004,
A.
1.3 AS-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.
Co 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. AS=Builts record survey shall meet minimum technical standard as
set forth by Chapter 61 G17-6 Minimum Technical Standards F.A.C.
Please follow attached checklist under Appendix C.
E. Payment for Record Drawings, Review of Electronic As-Builts and
signing and sealing As-Builts shall be made under Pay Item No.
108A — Record Drawings — Lump Sum.
1A 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
01025-13 Technical Specifications
FAEngineedng\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
documents are received by ENGINEER.
Record drawings shall conform to recognized standards of drafting, shall be neat
and legible. County will supply Contractor with AutoCAD 14 drawings on compact
disk or 3.5" floppy disks. Contractor will input As -Built information on drawings and
return to County. Contractor's surveyor will sign and sealed six (6) sets of record
drawings.
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item 108-1 - As -Built Drawings - Lump Sum
+ + END OF SECTION ++
ITEM NO. 110 = CLEARING AND GRUBBING
The work specified in this item shall conform to Section 110 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction. (Latest Edition)
with the following modifications:
A. Prior to any clearing and grubbing, the contractor will stake the right-of-way.
Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation,
rubbish and other perishable or objectionable matter within limits shown on the
plans excepting for certain trees and shrubs shown on the plans or as directed by
the Engineer which are to remain undisturbed and protected. Stumps and roots
between slope stakes in cuts and in embankments 3 feet or less in depth shall be
removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable
matter of any description shall remain under concrete slabs or footing, including
pavement and sidewalks.
B. No trees shall be removed or relocated until the Engineer or his representative has
marked all trees to be saved, after a review of the project site with the Contractor's
representative.
C. Where the final pavement or structural work will be close to existing trees, the
Contractor shall exercise care in the vicinity of the trees. Further, the Contractor
shall saw cut along the edge of the outside limits of the stabilization, structure
subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint
with a commercial grade pruning paint the ends of all sawn roots. If directed by the
01025-14 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Engineer or where shown on the drawings, work shall be done Aby hand@ in order
to protect the trees.
D. The Contractor shall exercise care when working in the vicinity of all trees to remain
so as to not damage or remove major root structures. The Contractor shall not pull
hair or major root structures. All severed roots shall be sawn clean and paint with
pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by
the Contractor. Undesirable, dead, and/or damaged trees (as so designated by the
Engineer) shall be removed.
E. All trees to be removed shall be disposed off site; burning will be strictly prohibited.
F. All trees or shrubs which are to remain shall be preserved and protected by the
Contractor. Where the removal of valuable trees or shrubs specifically for
transplanting is required, this work shall be done in cooperation with the Owner and
at no additional expense to the Owner.
G. All items to be removed shall be excavated to their full depth. All culverts removed
from residential driveway entrances within the right-of-way shall become the
property of the respective homeowner. Those homeowners not desiring the
culverts may donate them to the County free of charge. (See Paragraph C, Special
Provisions) The Contractor shall transport the culverts to the County's storage
yard. All metal castings for catch basins, manholes, or other structures shall be
carefully removed and stored in the County's Storage Yard if they are deemed
salvageable by the Engineer. The excavated materials shall be removed from the
job site and disposed in a location designated or approved by the Owner. Where
required, suitable material as approved by the Engineer shall then be backfilled and
compacted to restore the original contour of the ground. The fill material shall be
backfilled and compacted in accordance with Section 120 of these specifications.
H. No additional payment will be made, nor will additional work, or change orders be
authorized for work needed to remove, relocate, protect, or otherwise account for in
the construction of the work depicted in the plans, for any feature, or item that
would be apparent from a careful inspection of the site and review of the plans,
even though such feature or item is not specifically called out in the plans. It is
therefore essential the contractor make such inspection and review.
I. The unit price bid for this item shall include the cost of all labor, tools, and
equipment necessary to excavate, remove, and dispose of those items as directed
by the Engineer and where designated on the Drawings. The cost of restoration
and backfill and compaction for the specific area of removal shall also be included
under this item.
Item of Payment
01025-15 Technical Specifications
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Payment for the work specified in this item shall be made under:
Bid Item 110 - Clearing and Grubbing - Lump Sum
The provisions of Special Provisions, Paragraph 9 shall be applicable and the costs thereof
included under this item.
ITEM NO. 113 — CONSTRUCTION SCHEDULES
1.1 GENERAL REQUIREMENTS
A. No partial payments shall be approved by the ENGINEER until there is an
approved construction progress schedule on hand.
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.
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.
C. Provide a narrative report as needed to define:
1. Problem areas, anticipated delays, and the impact on the schedule.
2. Corrective action recommended and its effect.
3. The effect of changes on schedules of other prime contractors.
1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES
On or before the tenth day after the effective date of the Agreement, submit the
initial schedules to the ENGINEER. The ENGINEER will review the schedules
and return a review copy to the CONTRACTOR within 21 days after receipt. If
required by the ENGINEER, resubmit revised schedules on or before the
seventh day after receipt of the review copy. If required by the ENGINEER,
01025-16
Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
submit revised monthly progress schedules with that month's application for
payment.
1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES
A. After receiving approval by the ENGINEER, distribute copies of the
approved initial schedule and all reviewed revisions (updated) to:
1. Job site file.
2. Subcontractors.
3. Other concerned parties.
4. OWNER (two copies).
5. ENGINEER
B. In the cover letter, instruct recipients to report promptly to the
CONTRACTOR, in writing, any problems anticipated by the projections
shown in the schedules.
+ + END OF SECTION ++
01025-17 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Item -120 Excavation and Embankment
A. Earthwork, including earthwork for drives outside the right -of --way limits, shall be
paid for as embankment. Cost shall include all work specified in this section and
Section 120 of the Standard Specifications. Such price and payment shall
specifically include all cost of any roadway, lateral ditch or canal, and final dressing
operations.
B. Earthwork quantities shall be considered as in-place material with no shrinkage
or expansion factors.
C. Subsoil Excavation - Any excavation below the proposed bottom elevation of the
select fill, isolated Swale bottom locations, isolated locations for pipe installations
and as approved by the engineer shall be paid for as subsoil excavation.
Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of
replacement embankment shall be included in cost of subsoil excavation.
Contractor to coordinate with county representative prior to any subsoil excavation.
D. Embankment - General Requirements for Embankment Materials: The following
is added after the first paragraph of Subarticle 120-7.2:
Roadway Design Standard Index No. 505, Embankment Utilization Details is
modified by the addition of the following:
Any stratum or stockpile or soil which contains obvious pockets of highly organic
material may be designated as muck or unsuitable for construction of subgrade by
the Owner.
Backfill material containing more than 2.0% by weight of organic material, as
determined by FM 1-T 267 and by averaging the test results for three randomly
selected samples from each stratum or stockpile of a particular material, shall not
be used in construction of the reinforced volume. If an individual test value of the
three samples exceeds 3.0%, the stratum or stockpile will not be suitable for
construction of the reinforced volume.
No A-8 material permitted in embankment.
E. Payment shall be made under:
Item No. 120-1 — Excavation Regular — Per Cubic Yard
Item No. 120-6-1 - Embankment - Per Cubic Yard
01025-18
Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Item -160 Stabilizing
A. Sub Article 160-5.1 is modified by the addition of the following:
"The stabilization thickness indicated on plans shall be considered a minimum
thickness. Thickness will vary to conform to the lines, and grades shown in the
plans." Minimum L.B.R. = 40 - No under -tolerance.
B. Payment shall be made under:
Item No. 1604-1 - Type B Stabilization (12") - Per Square Yard
Item - 285 Optional Base Course
A. Sub Article 2854 is modified by the addition of the following:
Base material, thickness and requirements are described in the construction plans.
Only one type of alternate base material shall be used. No additional payment will
be made for base thickness in excess of the specified thickness
3. B. Payment shall be made under:
Item No. 285-707 - Optional Base Group - Per Square Yard
Item - 334 Superpave Asphaltic Concrete
A. Sub -article 334-8.1 is modified by the addition of the following:
The pay adjustment will be computed by multiplying a Composite Pay Factorfor the
LOT by the bid price per square yard.
Sub -article 334-8.3 is modified by the addition of the following:
The pay adjustment shall be computed by multiplying a Composite Pay Factor for
the LOT by the bid price per square yard
B. Payment shall be made under:
Item No. 334-1-113 — Superpave Asphaltic Concrete- SP 9.5 — Square Yard.
01025-19 Technical Specifications
FAEngineering\Petition Paving\05221st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technicei Specifications.doc
Item = 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. This work shall also include mowing in
accordance with Section 104-7.2, to be mowed at 6" height with a mulching mower.
B. Work Included: Scope of Work: The work specified in this section consists of the
establishing of a stand of grass, within the project, right-of-way, easements, and
other areas indicated on the Drawings, by furnishing and placing grass sod. Also
included are fertilizing, watering and maintenance as required to assure a healthy
stand of grass. Two applications of fertilizer will be required with the initial
application being fertilizer and the second application being "weed and feed".
C. Guarantee: All sodded areas shall be guaranteed for three months after date of
final acceptance.
Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a
square) indication of probable non survival or lack of health and vigor, or which do
not exhibit the characteristics to meet specifications, shall be replaced within two
weeks of notice from Owner or Engineer. All replacement sod shall be
furnished/installed at no additional cost to the Owner and shall be guaranteed for
three months. All replacement shall meet original specifications.
The Contractor shall notify the Owner and Engineer ten days prior to the end of the
guarantee period and such guarantee shall be extended until notification is
received.
At the end of the guarantee period, all sod that is dead or in unsatisfactory growth
shall be replaced within two weeks.
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 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 2.34.13.
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.
01025-20 Technical Specifications
FAEngineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Where the soil is sufficiently loose and clean, the Owner, at his discretion, may
authorize the elimination of ground preparation.
G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a
range of 6.0-7.0.
Contractor shall apply two (2) applications. The initial shall be fertilizer and the
second application shall be "weed and feed".
The fertilizer shall be spread uniformly over the sodded area at the rate of 436
pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device
capable of uniformly distributing the material at the specified rate.
Contractor shall apply applications as per manufacturer's specification. All tickets
from bags shall be handed over to the County Inspector.
On steep slopes, where the use of a machine for spreading or mixing is not
practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed
with the soil to a depth of approximately 2 inches.
H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close
contact and shall be firmly and smoothly embedded by light tamping with
appropriate tools.
Where sodding is used in drainage ditches, the setting of the pieces shall be
staggered so as to avoid a continuous seam along the line of flow. Along the edges
of such staggered areas, the offsets of individual strips shall not exceed 6 inches. In
order to prevent erosion caused by vertical edges at the outer limits, the outer
pieces of sod shall be tamped so as to produce a featheredge effect.
Where sodding is placed abutting paved shoulder, the contractor is to ensure that
the finished sod elevation is 1'/2' 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.
Sodding shall not be performed when weather and soil conditions are, in the
Engineer's opinion, unsuitable for proper results.
Sod shall be placed around all structures, equipment pads, etc.
t. Watering: The areas on which the sod is to be placed shall contain sufficient
moisture, as determined by the Engineer, for optimum results. After being placed,
the sod shall be kept in a moist condition to the full depth of the rooting zone for at
least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod
roots and starts to grow for a minimum of 60 days (or until final acceptance,
whichever is latest).
J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a
satisfactory condition until final acceptance of the project. Such maintenance shall
01025-21 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
include repairing of any damaged areas and replacing areas in which the
establishment of the grass stand does not appear to be developing satisfactorily.
Replanting or repair necessary due to the Contractor's negligence, carelessness or
failure to provide routine maintenance shall be at the Contractor's expense.
The Contractor shall maintain the sodded area up to the final acceptance date as
directed by the Engineer. Grass height shall not exceed 6" without mowing.
Clippings shall be removed from sidewalk.
K. Article 575-5. The first two paragraphs under this Article are deleted and the
following substituted:
The contract unit price for sodding shall include the costs of sod, fertilizer (2
applications), sidewalk sweeping after mowing, mowing, pegging disposal of
clippings, water, tools, equipment, labor and all other incidentals necessary.
L. Payment shall be made under:
Item No.: 575-1-1 - Sodding (Bahia) - Per Square Yard
Item No.: 575-1-A — Hydro Seed - Per Square Yard
Item —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 Indian River County Utilities.
Relocation of existing fire hydrants shall include the cost of all pipe, fittings, thrust
blocks, retaining rods, trenching grading, and incidental items associated with
relocation.
Pay Item No. 1644-800 - Fire Hydrant (Relocation) - Each
B. Sewer Utilities
The sewer utilities for this project shall be constructed per the "Indian River County
Technical Specifications", latest edition. This document can be purchased from
Indian River County Utilities,
C. Earthwork and Backfill
Compaction - All fill must be compacted by hand tamping from under the pipe up to
the center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a
minimum compaction of 98 percent of maximum density in roadways and shoulders
and 95 percent in easements, in accordance with AASATO T-180 and 13-2167.
D. Ductile Iron Pipe and Fittings
01025-22 Technical Specifications
FAEngineedng\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
Relocation of existing fire hydrants shall include the cost of all pipe, fittings, thrust
blocks, retaining rods, trenching grading, and incidental items associated with
relocation.
Pay Item No. 1644-800 - Fire Hydrant (Relocation) - Each
B. Sewer Utilities
The sewer utilities for this project shall be constructed per the "Indian River County
Technical Specifications", latest edition. This document can be purchased from
Indian River County Utilities,
C. Earthwork and Backfill
Compaction - All fill must be compacted by hand tamping from under the pipe up to
the center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a
minimum compaction of 98 percent of maximum density in roadways and shoulders
and 95 percent in easements, in accordance with AASATO T-180 and D-2167.
D. Ductile Iron Pipe and Fittings
1. General:
All ductile iron pipe shall be manufactured in accordance with AWWA
Specifications C-150 & C-151. All buried ductile iron pipe shall be
manufactured in accordance with AWWA Specification C-151 and
shall be Class 52 minimum. All exposed ductile iron pipe shall be
Class 53 minimum.
2. Fittings:
All underground fittings shall be either bell and spigot, or mechanical
joint. Mechanical joints shall conform to AWWA specification C1 10
(ANSI 21.10-87), or latest revision. All exposed aboveground fittings
shall be flanged joint.
3. Bell and Spigot Connections:
Joints in bell and spigot pipe shall be push -on, mechanical, or
restrained joints in accordance with AWWA Standard C-111 (ANSI
21.11-85), or latest revision. Mechanical joint pipe set -screw type
retainer glands will not be permitted.
4. Flanged Connections:
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.
01025-23 Technical Specifications
F:\Engineering\Petition Paving\0522 1 st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc
5. Valve Box Adjustments:
Cost of valve nut extenders shall be included in cost of valve box
adjustments where needed.
E. Disinfecting Potable Water Pipelines
Before being placed in service, all potable water pipelines shall be chlorinated in
accordance with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting
Water Mains", except that the use of tablets is strictly prohibited. The procedure shall be
approved by the Engineer. The location of the chlorination and sampling points will be as
specified by the Florida Department of Environmental Protection, Water Distribution
System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by
the Contractor, as required.
01025-24 Technical Specifications
FAEngineering\Petition Paving\0522 1st Rd. from 32nd Ave. to 35th Ave\Bid Documents\Technical Specifications.doc