Loading...
HomeMy WebLinkAbout2012-227C � ca // g �� a Oda A �t ✓ ;; .1 'IHC' CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 66th AVENUE ROADWAY IMPROVEMENTS (S. R. 60 TO NORTH OF 49TH STREET) BID NO . 2013008 PROJECT NO . 0545 & 0370 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA GARY C . WHEELER , CHAIRMAN PETER D . O ' BRYAN , VICE CHAIRMAN COMMISSIONER BOB SOLARI , COMMISSIONER WESLEY S . DAVIS COMMISSIONER JOSEPH E . FLESCHER JOSEPH A. BAIRD , COUNTY ADMINISTRATOR JEFFREY R . SMITH , CLERK OF COURT AND COMPTROLLER ALAN S . POLACKWICH , SR . , COUNTY ATTORNEY CHRISTOPHER R. MORA, P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER , JR . , P . E . , COUNTY ENGINEER MICHAEL D . NIXON , P . E . , ROADWAY PRODUCTION MANAGER AN L L S FIC N Y BY WILLIAM . DEBRAAL DEPUTY COUNTY ATTORNEY 00001 - Project Title Page - REV 04-07 .doc 00001 - 1 PIPublic WorkslENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid DocumeMs100001 - Project Title Page - REV 04-07.doc i _. TABLE OF CONTENTS Section No . Title DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105 . 08, Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010- 1 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR66 to 57th St (ArcadlS)\Admim\Bid Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - PERMITS APPENDIX B - SOIL REPORTS + + END OF TABLE OF CONTENTS + + 00010-2 FAPublic Works\ENGINEERING DIVISION PR0JECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00010 - Table of Contents - REV 04-07.doc r_ i SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 180127"' Street Vero Beach, Florida 32960 g1VER LORI Telephone : ( 772 ) 567=8000 FAX: ( 772 ) 770-5140 ADVERMEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 P. M . on Wednesday, November 28 , 2012 . Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "6e Avenue Roadway Improvements (S. R. 60 to North of 49th Street) and Bid No. 2013008 . Bids should be addressed to Purchasing Division , 1800 27th Street, Vero Beach , Florida 32960 . All bids will be opened publicly and read aloud at 2 : 00 P. M . All bids received after 2 : 00 P. M . , of the day specified above , will be returned unopened . INDIAN RIVER COUNTY PROJECT NO. 0545 & 0370 INDIAN RIVER COUNTY BID NO. 2013008 PROJECT DESCRIPTION: The proposed improvements to 66th Avenue from south of S.R. 60 to north of 4e Street consist of, the widening and reconstruction of the roadway to a 4-lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An eight foot wide concrete sidewalk will be provided on the west side of the roadway. The existing bridges at (5) rive Intersecting side streets will be removed and replaced. The side streets on the east and west of the intersection approaches will be widened and reconstructed to a three lane roadway section. Also included will be stop»water "drainage Improvement, pavement markings, traffic signals and landscape improvements. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto , which may be obtained from the Public Works Department/Engineering Division , 1801 27th Street, Vero Beach , Florida , 32960, (772 ) 226- 1283 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $200. 00 for each hard copy set, or $50. 00 for Compact Disc containing the construction documents which represents cost of printing, scanning and handling, which is non-refundable. The prospective can obtain either the hard copy or the CD. Communications concerning this bid shall be directed to IRC Purchasing Division at purchasing ircaov. com . 00100 - Advertisement for Bids REV 04-07.doc 00100 - 1 R Public Warks\ENGINEERING DMSION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00100 - Advertisement for Bids REV 0"7.doc All bidders must be prequalified with the State of Florida Department of Transportation to submit a bid on the subject project. All bidders shall submit one ( 1 ) original and one ( 1 ) copy of the Bid Proposal forms provided within the specifications . Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid , and must be in the form of an AIA Document A310 Bid Bond , properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check , drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than Five Percent (5% ) of the total amount of the bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so , the Bid Security shall be retained by the County as liquidated damages and not as penalty . The County reserves the right to delay awarding of the Contract for a period of nine 90 days after the bid opening , to waive informalities in any bid , or reject any or all bids in whole or in part with or without cause/or to accept the bid that , in its judgement, will serve the best interest of Indian River County, Florida . The County will not reimburse any Bidder for bid preparation costs . There is a MANDATORY Pre-Bid Conference scheduled for Wednesday, November 7, 2012 at 10 : 00 A. M . , ( must sign in by 10 : 00 A. M . ) in the first floor conference room 131 -501 of the Indian River County Administration Building " B" located at 1800 27th Street, Vero Beach , Florida, 32960 . ATTENDANCE AT THIS PRE-BID CONFERENCE BY ALL BIDDERS IS MANDATORY. Bids will only be accepted from contractors that attend this pre-bid conference. INDIAN RIVER COUNTY By : Jerry Davis Purchasing Manager For Publication in the Vero Beach Press Journal Date : October 17 , 2012 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to . INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building " B" Vero Beach , FL 32960 * * END OF SECTION 00100 - Advertisement for Bids REV 04-07.doc 00100 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545,66Th Ave SR60 to 57th St (Areadis)\Admim\Bid Documents\00100 - Advertisement for Bids REV 0"7.doc I SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Paae ARTICLE 1 or DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 2 — COPIES OF BIDDING DOCUMENTS . . . . . . . . . . . . . @ * seems * @ * goes see 0860446 * 60840 1 ARTICLE 3 — QUALIFICATIONS OF BIDDERS . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 — PRE— BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 6 - SITE AND OTHER AREAS . . . Sasebo & * * * & 00000006 * 0 a among so a ago 88886806908 64468668869 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 8 — BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 9 — CONTRACT TIMES . . . . . . . . . . . . . . * ease moroseness * 660089994 as 5 ARTICLE 10 — LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 11 - SUBSTITUTE AND "OR—EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 12 — SUBCONTRACTORS , SUPPLIERS , AND OTHERS . . . . 0 a 4 9 0 6 a 0 4 a 0 0 9 0 0 a a 6 a a 6 ARTICLE 13 — PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS . a a a a a a a 0 a 0 5 a a a a a 6 6 a 6 0 a 9 a a 0 0 8 a 7 ARTICLE 15 - SUBMITTAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 16 — MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 17 - OPENING OF BIDS . , Degree 0 0001 @ # @area 6600 see Sees ARTICLE 18 — BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 — AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 20 — CONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . Dooms earn one seen vassessoas 10 ARTICLE 21 - SIGNING OF AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 00200 - Instructions to Bidders REV 04=07.doc 00200 - i F:%Public WorksSENGINEERING DIVISION PROJECTSW545.66Th Ave SR60 to 57th St (Aresdis)Wdmim%Bid Documents=00 - Instructions to Bidders REV 04-07.doc I SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subiect Article Awardof Contract . . . as Down of * * ease Sees Sees go offeepages * * low few one as a 009804904 agent be a a a a a 6 a a 0 0 0 0 0 a 6 0 a 0 0 0 a 19 Basis of Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . . . . . madevessoms sesseessas * * * senses & * nowevessame gooseesa * S9 sessoosseso 06 20 ContractTimes . . . . . . . . . good mosses@ sesseemsee a apogee@ & $ * * m000esolows seseae6smee deaessaftess 6 * 000 smote * womovoomese 06ar 9 Copies of Bidding Documents . . . . . . . . . 0 9 * 02600090 ageogeoges a * sees * * a a a 0 8 a 6 0 0 6 8 a a 0 a a a a a a a a 5 a 8 a a a a 0 * a 0 a a a 0 a 0 a 02 DefinedTerms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . , Gooses 8624698626046964 Interpretations and Addenda . . . . . . . . . . . . . . . . @seems * 000 * 00000 a 7 Liquidated ' Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modification and Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Openingof Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Pre-Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualificationsof Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Signingof Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Subcontractors , Suppliers and Others . . . means @ * memo Sees 000 * 604 see of 066000agas 0 gone @Geneva owes 6 * 040004688 a 12 Submittalof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Substituteor " Or- Equal' Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 00200 an Instructions to Bidders REV 04-07.doc 00200 - ii F:%Public WorksXENGINEERING DIVISION PROJECTSA0545.66Th Ave SR60 to 57th St (Arcadis)%Adrnim%Bid Documents100200 - Instructions to Bidders REV 04-07.doc I SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions . Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. A. Bidder--The individual or entity who submits a Bid directly to OWNER . B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C . Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum , if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office, 2002 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors . or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2 . 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 . 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data , previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B . Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. Co Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . F . All Bidders must be prequalified with the State of Florida Department of Transportation to submit a bid on this project. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545166Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00200 - Instructions to Bidders REV 04-07.doc Rev, 05101 I 3 . 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3 . 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4. 01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents . 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous is the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents, B. Copies of reports and drawings referenced in paragraph 4 . 01 .A will be made available by OWNER to any Bidder on request . Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4 . 02 of the General Conditions has been identified and established in paragraph 4 . 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations, opinions or information contained in such reports or shown or indicated in such drawings . 4 . 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER, or others . 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site , if any, that ENGINEER has used in preparing the Bidding Documents . B . Copies of reports and drawings referenced in paragraph 4 . 03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4. 06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations, opinions , or information contained in such reports or shown or indicated in such drawings . 4 . 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities , and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 . 02 , 4 . 03, and 4 . 04 of the General Conditions. 00200 - Instructions to Bidders REV 04=07. doc 00200 - 2 F:1Public Works%ENGINEERING DMSION PROJECTS%0545-66Th Ave SR60 to 57th St (Arcadis)1Admim%Bid Documents100200 - Insbudions to Bidders REV NmMdoc Rev, 05101 I Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4. 06 of the General Conditions . 4 . 05 Upon a request directed to the ENGINEER (Aijuna D . Weragoda , P . E . 772-226A931 ) , OWNER will provide Bidder access to the Site to conduct such examinations , investigations , explorations , tests, and studies as Bidder deems necessary for submission of a Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations , investigations , tests , and studies . 4. 06 " [This paragraph has been deleted intentionally] " 4. 07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents , B. VISIT THE SITE AFTER CONTACTING THE ENGINEER (ARJUNA D. WERAGODA, P. E. , (772) 226=1931 ) TO MAKE ARRANGEMENTS IN ADVANCE , AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK, C . become familiar with and satisfy Bidder as to all federal , state , and local Laws and Regulations that may affect cost, progress, or performance of the Work; D . carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4. 02 of the General Conditions , and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions; E . obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations, explorations, tests, studies , and data concerning conditions (overhead , surface, subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means, methods, techniques , sequences , and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto ; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents, 00200 - Instructions to Bidders REV 04=07.doc 00200 - 3 Fvublic Works\ENGINEERING DIVISION PROJECTS\0545,66Th Ave SR60 to 57th St (Arcedls)Wdmim\Bid Documents\00200 - Instructions to Bidders REV WmMdoc Rev, 05/01 I H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations , explorations, tests , studies , and data with the Bidding Documents ; I . promptly give ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4. 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques , sequences , and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts , errors , ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5 . 01 The date , time , and location for a Pre-Bid conference , if any, are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. ATTENDANCE AT THIS PRE-BID CONFERENCE BY ALL BIDDERS IS MANDATOR Bids will only be accepted from contractors that attend this pre-bid conference. L NGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective . ARTICLE 6 - SITE AND OTHER AREAS 6 . 01 The Site is identified in the Bidding Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR . Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING ( Purchasine(Mircgov.com ) in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not 00200 - Instructions to Bidders REV 0407.doc 00200 - 4 F:Wublic Works\ENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th Sl (Arcadis)VAdmim\Bid Documents\00200 - Instructions to Bidders REV 04.07.doe Rev, 05/01 I be answered . Only questions answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect . 7 . 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER . ARTICLE 8 - BID SECURITY 8. 01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5. 01 of the General Conditions . The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch , U . S . Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida . The Bidder shall require the attomey-in-fact who executes any .Bond , to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida . Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds , provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308 . The Surety shall also meet the requirements of paragraphs 5. 01 and 5 . 02 of the General Conditions. 8. 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid Security furnished by such Bidders will be returned . 8 . 03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9. 01 The number of calendar days within which , or the dates by which , the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10 . 01 Provisions for liquidated damages , if any, are set forth in the Agreement. 00200 - Instructions to Bidders REV WaW. doc 00200 - 5 F:\Public WorkskENGINEERING DIVISION PROJECTSX0545-66Th Ave SR60 to 57th St (Aresdis)Wdmlm\Bid Documents\00200 - Instructions to Bidders REV 0"Tdoc Rev. 05101 I ARTICLE 11 - SUBSTITUTE AND " OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal' items . Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER , application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12 . 01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening ,_ submit to OWNER a fist of aH such Subcontractors, Suppliers , individuals, or entities proposed for those portions of the Work for which such identification is required . Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual , or entity if requested by OWNER. If OWNER or ENGINEER , after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute , without an increase in the Bid . 12 . 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers , individuals , or entities . Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6. 06 of the General Conditions . 12 . 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . ARTICLE 13 - PREPARATION OF BID 13 . 01 The Bid form is included with the Bidding Documents. Additional copies may be obtained from the Issuing Office . 13 . 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . 13 . 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate 00200 = Instructions to Bidders REV 04=07.doc 00200 - 6 FAPubiic Works%ENGINEERING DIVISION PROJECTS10545=66Th Ave SR60 to 57th St (Arcadls)Wdmim\Bid Documents=200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 I seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13 . 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature) , accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature . 13. 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature . 13. 06 A Bid by an individual shall show the Bidder's name and official address. 13. 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature . 13 . 08 All names shall be typed or printed in ink below the signatures . 13. 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13. 10 The address and telephone number for communications regarding the Bid shall be shown. 13. 11 : The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . 13 . 12 All supporting information requested in the Bid Form must be furnished . - Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID , EVALUATION OF BIDS 14. 01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B . The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions , C . Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . 14 . 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 . 02 of the General Conditions. 00200 - Instructions to Bidders REV 04=07.doc 00200 = 7 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\AdmimlBid Documents\00200 - Instructions to Bidders REV 04mOTdoc Rev. 05/01 r 14 . 03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto . ARTICLE 15 - SUBMITTAL OF BID 15. 01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Swom Statement under Section 105. 08, Indian River County Code , on Disclosure of Relationships. B . Swom Statement under the Florida Trench Safety Act . C . Qualifications Questionnaire . D. List of Subcontractors. 15 . 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and , if applicable , the designated portion of the Project for which the Bid is submitted) , Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents . If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation " BID ENCLOSED . " A mailed Bid shall be addressed to Indian River County, Purchasing Division , 1800 27th Street, Vero Beach , . Florida , 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16. 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 16 . 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work. 00200 - Instructions to Bidders REV 04=07.doc 00200 = 8 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0645a66Th Ave SR60 to 57th St (Arcadls)Wdmim\Bid Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 17 - OPENING OF BIDS 17 . 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids . ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18 . 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may, in its sole discretion , release any Bid and return the Bid security prior to the end of this period . ARTICLE 19 - AWARD OF CONTRACT 19 . 01 OWNER reserves the right to reject any or all Bids, including without limitation , nonconforming , nonresponsive , unbalanced , or conditional Bids . OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time , or changes in the Work and to negotiate contract terms with the Successful Bidder. The OWNER will not reimburse any Bidder for bid preparation costs . Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted , the Bidder, by submitting its Bid , expressly waives any claim to damages , of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19. 03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . It is the OWNER's intent to accept alternates (if any are accepted) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination . 19 . 04 In evaluating Bidders , OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers , and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19 . 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders , proposed Subcontractors , Suppliers , individuals, or entities to perform the Work in accordance with the Contract Documents. 00200 - Instructions to Bidders REV 04-07.doc 00200 = 9 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadis)\Admim\Bld Documents\00200 - Instructions to Bidders REV 0"7.doc Rev, 05/01 I 19 . 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20. 01 Article 5 of the General Conditions , as may be modified by the Supplementary Conditions , sets forth OWNER's requirements as to Public Construction Bond and insurance . When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond , unless the Bond has been waived due to the total contract being less than $ 100 , 000. ARTICLE 21 - SIGNING OF AGREEMENT 21 . 01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen ( 15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21 . 02 OWNER shall return one fully signed counterpart to Successful Bidder, 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly complete the documents will be deducted , in equal amount , from the Contract time . Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires . * * END OF SECTION 00200 - Instructions to Bidders REV 0"7 .doc 00200 - 10 PIPublic WorkslENGINEERING DIVISION PROJECTS%0545=66Th Ave SR60 to 57th St (Arcadis)VAdmim\Bid Documents%00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS : SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 "PLEASE BE AWARE THAT THERE ARE (3) THREE PORTIONS TO THE ITEMIZED BID SCHEDULE** SUBMIT ONE (1 ) ORIGINAL AND ONE (1 ) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION 00300 - Bid Package Contents - REV 0"7.doc 003001 F:APutA1c Waks\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid DocumentsW0300 - Bid Package Contents - REV 0407.doc SECTION 00310 an Bid Form PROJECT IDENTIFICATION . Project Name: 6e Avenue Roadway Improvements (S . R. 60 to North Mae of 4e Street) County Project Number. 0545 & 0370 Bid Number 2013008 Project Address: 66 Avenue - Indian River County, Florida Project Description: The proposed Improvements to 86th Avenue from south of SoRs 60 to north of 49P Street consist of, the widening and reconstruction of the roadway to f a 4-lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An eight-lhot wide concrete sidewalk will be provided on the west side of the roadway. The existing bridges at (5) five Intersecdng side streets will be removed and replaced The side streets on the east and west of the Intersection approaches will be widened and reconstructed to a three lane roadway' section. Also included will be stormwater drainage Improvement; pavement markings, traffic signals and landscape Improvements. THIS BID IS SUBMITTED TO. INDIAN RIVER COUNTY 1800 2r Street 1 VERO BEACH, FLORIDA 32960 1 .01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form. included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and tInstructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid , Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. 1 Addendum Date Addendum Number 119 / 12 1 00310 seBid Form REV 0447.doc 00310 - 1 F:wubuc wbqutM4MEERWG DMS ON PROJECTM454M Ave 8W to67tH $t WcaftW*n0d DoaurrerftW=10 SM Farm REV 0G07.dw Be Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all; (1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground. .Facilities) which -have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions; and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed. by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests,_ studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. ' J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and- conditions for the performance of the Work for which this. Bid is submitted. ' K. The Bidder is F. D.O.T. certified for road and bridge construction. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 00310 - Bid Form REV 04-07.doc 00310 - 2 F:Wubib�DNSION PROJECT8105456M Ave SISO tO 5M 81 (Aieefsdj4A d DOMMW lM0 O - Bid Form REV 04-0 /.doe _.3 11 12 ! 1 al h FROM I ' TO 11 1 MOBILIZATION WINPROJECT PHOTOGRAPHSNIDEOS & AERIAL PHOTOGRAPHY FIE � Y . MAINTENANCE-OFTR A- -FF-1C- Elm 1 . 1SEDIMENT BARRIER11 �� ' SOILFLOATING TURBIDITY BARRIER PREVENTION DEVICE WORM� INLET PROTECTION SYSTEM FIE SURVEY CONTROL (INSTALUREmESTABLISH) ra • . AIN ASiii,BUILT DRAWING (BY REGISTERED SURVEYOR) e®�e� Elm . . . . . . . . . N .P . D . E.S . Elm _ mas AIN mAtmaclo �• • . • EXCAVATION REGULAR mem r . . 1 . IE EMBANKMENT, COMPACTED �e • � � FIE FLOWABLE FILLA107YPE B STABILIZATION • LBR 1 SUPERPAVE ASPHALTIC �lCLla ®® _ +II • 10" OPTIONAL BASE GROUP 9 (TWO LIFTS) is • NCRETE (TRAFFIC C)(SP.12 5) SUPERPAVE ASPHALTIC ® � • - • CONCRETErURk : . 11 em . d . I • MISCELLANEOUSSUPERPAVE ASPHALTIC CONCRETE SURFACE CO URSE MR PAVEMENT ASPHALT �® ! . i � • PLAIN� CONCRETE 11 1CONCRETE ®® v0 0 • i • � ®® � • r : I . . . . . . . .. . . . . . . . L8111 =LOA 9 FIN11 i � ' ' . il ;� ,, 1. i ' 3 . . .11- i . i iii 1 ` • M STA 115+68w03 TO 129+00 (0545.A.1 ® SIDEWALK • �® • r PATTERNEDfTEXTURED PAVEMENT, CONCRETE GUARDRAIL, RESET 1 • . UIT SIGNALS (F&I) (UNDERGROUND) ®®� i 1 • . . ®� CONDUIT . . CABLE m SIGNAL (F&D �� i i • • . . • - TIC (F&Q (UNDERGROUNPA96 FIBER) — MRm ma ; PULL & JUNCTION BOXES (F&I) (PULL BOX) ® e TO mm ' ELECTRICAL POWER SERVICE (SIGNALS) e� WIRE 40 e� DISCONNECTPRESTRESSED CONCRETE POLE (F&I) (TYPE Pml 1 SERVICE POLE MAST ARM ASSEMBLY (F&I) © e ALUMINUM SIGNALS POLE (F&I) tP-R TAL 1 SINGLE ARM WITHOUT�i LUMINAIRE 1 �e •. . . . . . 1, MAST ARM ASSEMBLY (F&I) 150• .SINGLE ARM WITHOUT TRAFFIC SIGNAL (F&I) (5 s � TRAFFIC SIGNAL (F&I) (3 SECTION I WAY) (STD) SECTION � � � i • � . SIGNIAL, PEDESTRIAN (1771 ) (LED COUNTDOWN)(1 WAY) ,iV ' PEDESTRIAN . . mmmoo • C • - i ma"FIRMT ' 000 FROM STA i TOSTA129+00 (0640A) ! SYSTEM AUXILIARIES (UNITERUPTABLE POWER SOURCE) SYSTEM AUXILIARIES (rELEMETRY TRANSCEIVER) ae , . . . . . SYSTEM AUXILIARIES (INTERFACE PANEL) CCTV CAMERA ASSEMBLY SIGNAL ae HEADTRAFFICASSEMBLY (REMOVAL)- PEDESTRIAN • • 1 1 • • �` a r ♦ ' • . . . . . . mm • 1 1 . . . . . * too , SPAN WIRE ASSEMBLY (REMOVAL) • 1 • 1 ONDUIT AND CABLING (REMOVAL) �� . • . . "QUIPMENT, . (REMOVAL) � � r • /►3►2>�� INTERNALLY ©e ' • ilINTERNALLY ILLUMINATED : 1 ® e ri �► . it • a 1 1 1 , SIGN, SINGLE ' • iSIGN, SIN13LE ' • (REMOVE) mm ® ® 1i ' • ST (F&I) (50SF OR mm iJ I ♦ / ) it inn m� 11 . 1 (REMOVE) mmmm � _ meinTHERMOPLASTIC SOLID TRAFFIC STRIP (&' WHITE) . R.P .M . BI=DIRECTIONAL (WHITEIRED) mmm ® THERMOPLASTIC SOLID �® . • I ► • 1 : ■ Ilr� . � r . r� l � n � � r � � i � • il• . � � a>ti - sMSTA 116+68o03 TO IOI . ® THERMOPLASTIC SOLID THERMOPLASTIC SOLID TRAFFIC STRIPE (6" YELLOW) THERMOPLASTIC' THERMOPLASTIC, STANDARD, WHITE, SK.IP BnV.I (Y THERMOPLASTIC WHITE STANDARD TURN ARROWS • aYELLOW) ® ' THERMOPLASTIC • . • • - r - . • . • 1 1 © r r LANDSCAPINGITS SPLICE BOX FOR FIBER OPTIC CL1�L�� CROWNOF THORNS / . . a tee® . �e � - imp NATCHEZ CRAPE MYRTLE �e • - r TRENCH I� COMPLIANCESAFETY . / 1 top; I � ® 17 J • I � J7 , PUBLIC CONSTRUCTION BOND FROM STA 116+68.03TO STA 129+00 (0646A SUB TOTAIL cr - LLL aLl lot • • � : - V LV 6A - a - . .. .r l . , FROM STA 129+00 TO STA 219+40 . . PROJECTROADWAY IMPROVEMENTS • . r • PHOTOGRAPHY 1MAINTENANCE OF TRAFFIC ' TRAFFIC CONTROL OFFICER (OFF DUTY LAW / lCHANGEABLE VARIABLE MESSAGE SIGN �I3'1•i� • r a 1 - fSEDIMENT BARRIER1 • / ® I r • • � � FLOATING TURBIDITY BARRIER SOIL . . . - . �e . .. r . . . . . . INLET �e .. . . _ . r . . a® . •_. . . . . . = mw*;400 ..s®M . . . . . . . . . . FIELD OFFICE , • 11 SF �� • ri - . . • ! M : C ' PLUGGING � e . . . . EXCAVATION REGULAR I mommm COMPACTED IN PLACE � � • r IrFILL— TYPE 8 STABILIZATION . f 1 1 ,• ,i , TURNOUT CONSTRUCTION : MILLING EXISTING ASPHALT PAVEMENT AVG ) • MR � .. l 1 . ,1L L fi il - 1 • : � Sr� l � C { � �.i_ I .t. • STA 129#00 TO 1 (06458) . n® ! . ® MISCELLANEOUS ® • r CONCRETEPLAIN CEMENT a nn • a 11 1 • mmom � • 1 1CONCRETE ®m • 1iCONCRETE CLASS 11 , ENDWALLS �® • r REINFORCING STEEL, > 10, ® e INLETS, CURB , TYPE "P"& 1<1 1 � e . . INLETS, CURB , TYPE "Pm6", 1 INLETS, CURB , TYPE "P�6 1 ©e . .. . _ . _ . IqLETSCURB TYF / TYP < 10, , INLETS, DITCH BOTTOM (TYPE <10' ee ®e mk% INLETS, DITCH BOTTOM (TYPE "E" ) <1 0' INLETS, SPECIAL, <IINLETS-, SPECIAL, 10PL 1 © � . Dur .• f/ t! • utr qtr MANHOLES,: INLETS, CLOSED FLUME, TYPE 11, DOUBLE BARREL / © © r i . r � . I • MANHOLES, 1 M / MANHOLES, MODIFY EXISTING CONTROL STRUCTURE Gam: PIPE CULVERT, RCP, ROUND . � ® ,r . , . ✓ . s all SENSE r - I �1 : PIPE CULVERT, RCP , ROUND 2*' SICD--- - FROM I1 TO I 1 1 1 ROUND / r �� • ` iPIPE CULVERT, CAP, ROUND 30" S/CD M�w , PIPE CULVERT, RCP, ROUND 36' S/CD ROUND 'Z'S/CD ®� r r . • PIPE CULVERT,- RC PROUND 48#1 S/CD PIPE CULVERT, RCP, ROUND W' S/CD G �il3llalfttl! IF— : PIPE CULVERT, CAP, ROUND r PIPE CULVERT, RCP, ROUND 72" S/CD P1 PE CULVERT, RCf, ROUND UP S/CD 1 i s i r Y r J Y • . -PIPE CULVERT.RCP, ELIPTICALsr � � iY • t • r - MITERED END SECTION, 1 1 : UNDERDRAIN WITH SOCKr UNDERDRA IN WITH SOCK FILTER (S" DIAMETER)-- r _ i _ • 1 , UNDERDRAIN OUTLET PIPE ® ® , I yr • ♦ r � iPLASTIC FILTER FABRIC, STABILIZATION HANDRAILOmrGUIDERAIL, STEEL :MR mare r 1 ' CONCRETE �� - . . . � : . L _ . FROM STA 129+00 TO STA t ® SIDEWALK CONCRETE, ® PATTERNED/TEXTURED PAVEMENT, CONCRETE RIP RAP, SAND CEMENT inn R mf� mill • - �� . ♦) - . _ ROADWAY _ . . GUARDRAIL POST GUARDRAIL ANCHORAGE CONCRETE BARRIER WALL 1111 11 ft mmr wijt4t _ . _ . _ ee _ . . ® - CUSHION . . . imer . I FENCING, RELOCATE EXISTING , FENCING, TYPE B, 5. 1 'm6ff , with VINYL COATING MRM CONDUIT . _ . • . , CONDUIT . . CABLE sio SIGNAL (F&I) CONDUIT SIGNALS (F) (UNDERGROUND) , CABLE FIBER OPTIC (F&I) (UNDERGROUND) : CABLE FIBER OPTIC (F&I) (UNDERGROUND) (96 FIBERY • � - ®e r ,� • � e . . ._ . . ■ ■ ■ . r In 151 -.. ., WAIN I & TAM , . •" . r . I01 FROM i0 TO I (064513) ELECTRICALr . NNECT (F&I) (POLE)ALUMINUM SIGNALS „ � . . ELECTRICAL SERVICE- .MAST ARM ASSEMBLY (F&I) 150 SINGLE ARM WITH MAST minlore - . . . , SECTIONTRAFFIC SIGNAL TO (3 __jmffim[= • r ©� r SIGNAL, PEDESTRIAN (F71 ) (LED COUNTDOWN) • © � • . • � � SIGNAL HEAD AUXILIARIES (F&Q (ALUMINUM PEDESTAL) SIGNAL HEAD SECTION ©e r • VEHICLE DETECTOR ASSEMBLIES (F&I) (OPTICAL) PEDESTRIAN . -SYSTEM AUXILIARIES (rELEMETRY TRANSCEIVER) �mr TRAFFIC CONTROLLER ASSEMBLY (F&Q (NEMA) ', CONTROLLER ACCESSORIES (F&I) (TYPE IV TIME SWITC SYSTEM AUXILIARIES (LINITERUPTIBLE POWER SOURCE) SYSTEM ALKILIAMES (INTERFACE ae - � , . . . CCTV CAMERA ASSEMBLY me . • . SIGNAL HEAD ASSEMBLY (REMOVAL) Owl I PEDESTRIAN •SHALLOW POLE (REMOVAL) ee ! CONTROLLER ASSEMBLY, (REMOVAL) VEHICLE DETECTOR ASSEMBLY (REMOVAL) . L Li c I . -I I � • - it • . - . ;.� - . .► 1 1 i 1147"i 1� + l : i11 . . . . .. _. . ..A. . . . . 1: _AA . ai FROM it TO r (0546B)- : PEDESTRIA 0 . - , SPAN WIRE ASSEMBLY (REMOVAL) me • • • • 1 • 1 . ! . . • 1 11 • • (REMOVAL) . . , ©e ' ' . . • 11 1INTERNALLY ILLUMINATED STREET NAME SIGN (26TH SIGN, SINGLE • • mm , mI . . • • 11 1SIGN, SINGLE . • ST (RELOCAT � � ' • • • � • r ' 11 : . 1 © e �m MIOBJECT �e . . . . . � R. P. M . . _ ®ems SOLIDTHERMOPLASTIC SOLID THERMOPLASTIC � � • • ® THERMOPLASTIC SOLID TRAFFIC11 ® . . . . . THERMOPLASTIC SOLID TRAFFIC STRIPE (IV' WHITE) THERMOPLASTIC SOLID TRAFFIC STRIPgJZ49.WHITE) ®THERMOPLASTIC1 1 �� • • , • . 1 THERMOPLASTIC SKIP STRIPE (&' WHITE OPAV) ® THERMOPLASTIC SKIP STRIPE • WHITE Z4 �® , • 1 FROM 120+00 TO I f THERMOPLASTIC SOLID TRAFFIC STRIPE (1811 YELLOW) GAP EXTENSION) THERMOPLASTIC DOTTED GUIDELINE (6" YELLOW Vimm10' 4e if b LIGHT POLE ASSEMBLY COMPLETE (RELOCATE) f � ITS SPLICE BOX FOR FIBER OPTIC �� � • • , • 1 i c • - • • FASNUMILY1 1 , PERFORMANCE TURF m SEED (INCLUDES:WATERING) 04001PjfJT& 16k � PARSON'S JUNIPER (3G, 10rHTX180 SPR, F, I • � . . �ecl : 1 . . . . . . tee . . . ; , . . pec DWARF FAKAHATCHEE GRASS (3G, 18" OA, 24P OwCpw DWARF YAUPON (3G, 12n OA, F, 1811 OrCo) "ED COCOPe � . . ' Ft 1 . e WAX -MYRTLE (3G, 1 ' COMPACT SIMPSON'S STOPPER (3G , 1 21 : 1 1it . a NMI= _ . . � / e ® • - • • . , . ► : 1 / . . _ . 1 ®ems® .; DUCK . . . a .—E,ASTPALA-- T- KA HOLLY (FG, 17HTxW SPR, 3n Cs SP A.S.) � e • � - . - • 1 . - . . . . � 1 • • _ � � i � i �1 � 11 / FROM 00 TO 0 : , . NATCHEZ CRAPE MYRTLE (FG, 1ZHTI SPR, 8' CT min., MLIP SPq HO, �e • • � • , If • . • JAPANESE PRIVET TREE (CG , 1Z OAl V CTt STD, F, SP, Alp)� Mffig Me CABBAGE PALM (FIG, V401 CT HT, BTD OR SLT TI Sun !� ®e. RED ®e . . � : . re ROADWAY • PROPOSED BRIDGES DEMOLITION 2214% LONG) INCLUDES STEEL SUPPORT PLATES STEEL SHEETING (AZ48 ALUMINUM PEDESTRIANIBICYCLE BARRIER RAILING • NCRETE TRAFFIC RAILING BARRIER (32" VERTICAL SHAPE) ®e • • / . / • ' . SIDEWALK, ♦ 1 . ' . - am • . . - - • 1 26TH STREET RETAININGIWRIER WALL , c ! . . . N AND REMOVAL OF EXISTING BRIDGEe® . . . . . REINFORCINGSUPERSTRUCTURE CLASS 11 CONCRETE (FOR CLOSURE POURS BETWEE DECK UNITS) DECK . - . �e • • . • PRESTRESSED PRECAST DECK UNITS (18" X 4!l 36cl ;, (12 REQUIRED) .ALUMINUM PEDESTRIAN/BICYCLE 13ARRIER RAIUNG. ® e CONCRETE TRAFFIC RAILING BARRIER � (32" F SHAPE) I ,K 1 : 1 ism Amr 4 ATA Loi a ir! ®� s I • ICONCRETE. . 1CANTILEVERED WALL) iREINFORCING STEEL (FOR PILES CAPS) ® e®a. te. • SUBSTRUCTURE Ali CLASS 11 CONCRETE (FOR PILES CAPS) OEM PRESTRESSED PILES 18" sq X 664' MINIMUM (TEST PILE ABUTMEN—Ml EA) oil sqX4ViZwT ��� � • � 81 1 •EAY �� • • • , APPROACHSIDEWALK & MEDIAN CLASS If CONCRETE REINFORCING STEEL MISCELLANEOUS ASPHALT PAVAMENT RM CLASS 11 CONCRETE REINFORCINGSTEEL • ! • . II&I no filqw , . • • ■ • ' • !'!��� CUSHIONCRASH VEHICLEAZZATTENUATOR � � � • • . 0 • � • • , '12" PVC CONDUIT 33RD STREET BRIDGE REINFORCING37TH STREET BRIDGE ; DEMOLITION AND REMOVAL OF EXISTING BRIDGE SUPERSTRUCTURE 'ICLASS 11 CONCRETE (FOR CLOSURE POURS BETWEEN ! DECK UNITS) • • POURS 14111 lie Jj FROM ii TO 1 (0641613) CONCRETE® CONCRETE TRAFFIC RAILING BARRIER No (43120" VERTICAL SUBSTRUCTURE IREINFORCING STEEL (FOR PILES CAPS) : PRESTRESSED PILES AN 1 Sm sq X WNW MINIMUM (ABUTMENT) 0 9 EA) i 1 1 • ®® r , • I t � I MEDIAN8" X Vwg' X 12'og' PRECAST CONCRETE SHEET WALL (2 EA)_ SIDEWALK & CLASS 11 CONCRETE , REINFORCING STEEL APPK0ACH_ SLABS_____r ! MISCELLANEOUS ASPHALT PAVAMENT ©� ri CLASS 11 CONCRETE REINFORCING STEEL jW&j0j0k4 & 0 ' lilt DER ® PVC CONDUIT ® ® r 37TH STREET BRIDGE BRIDGES & RETAININGfBARRIERWALL 4a DIP FORCE MAIN (F&I) � 8 �� • � . . 11 � I . . I LLLLLLLLLL ;L . . FROM II TO ! (054513) Bit FLANGED DIP WATER MAIN (F&I) 12 PVC WATER MAIN (F&I) - m 9=0 MOF12" PVC REUSE WATER MAIN (F&I) �7 Mmm A0 Mffilrffl0l= TEMPORARY �■ 4�' GATE VALVE WITH VALVE BOX AND COV R (F&I) � : . r . �e �■ 2" AUTOMATIC AIR RELEASE VALVE (F&I) AUTOMATIC - e I . , . •, ! • NOMI• I .. 211 • •8" x 8" WET TAP ASSEMBLY WITH 8" GATE VALVE AND BOX �e r � • • • i i • se ; • � : : rye , . , FIRE ise . . . . . HYDRANTFIRE ®e : 1211 LINE STOPS FROM STA 129+00 ! I I 41ST STREET INTERSECTION STA 219+40 TO STA _ i (05" KHA , MOBILIZATION =Mom PROJECT PHOTOGRAPHS/VIDEOS PHOTOGRAPHY PREVENTION, CONTROL & ABATEMENT OF EROSION AND WATER POLLUTION � . . � � • ' • U,: 0 . , i. � L: . . .... _ _ . . .. . . . . FROM STA 219+40 TO STA 2"+90 (OUBB) J : SURVEY CONTROL � ® • r l N . P.D.E. S . PERMITTING CLEARING & GRUBBING (16.8 ACRES) PLUGGING 41"WATER WELL (DEPTH UNKNOWN) ppm � X , • TYPEMR . . - . MRcam „ 10 . . , , JITURNOUT . ® ® mmm , SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP.12.5) (14251 m, MISCELLANEOUS ASPHALT PAVEMENT ' CONCRETE, CLASS 11, ENDWALL REINFORCING STEEL (ENDWALL) NMI= INLETS CURP,-TYPERP7 INLETS, CURB. T.YPE "P4r <1 1Y ' INLETS, CURB, � e TYPEINLETSr . . . . INLETS, CURB , TYPE PECIAL) ee � e . • . . _ : , ee . . . . . . , r . . FROM TO 0 . Pima ow PIPE CULVERT, ALUMINIZED CMP, ROUND 18,1. S/Cn 1 1 PIPE CULVERT, RCP, ROUND 31'S/CQ � ® • • _ r � Y CONCRETE! PIPE CULVERTLRCP ROUND 3611 SICD a ' PIPE CULVERT, RCP, ROUND 6011 S/CD ,IPIPE CULVERT, RCP, ROUND 84�' S/Cl) PIPE CULVERT, CAP, ELIPTICAL, 48" X 7T S/CD ;iMITERED END SECTION, RC;P, 18", CD 1, MITERED END SECTION, RCP, 18", SD 11ROCK DRAIN (SPECIAL) - � . -. CONCRETE CURB & GUTTER (TYPE "F") SIDEWALK CONCRETE, 6" THICK PATTERNED/T`EXTURED PAVEMENT, CONCRETE iRIPRAP, RUBBLE, F&I, DITCH LINING GUARDRAIL w ROADWAY (INCWDES PIPE RAIL FULL GUAR - . - 111 ® e . . . . GUARDRAIL END ANC-HORAGE ASSEMBLY TYPE MELT DIRECTIONAL BORE (6"- 10 <12") . . UIT SIGNALS (F&I) (UNDERGROUND) ® �' LLLLL . : . Lb FROM 1 TO 1 1 . CABLE SIGNAL (F&I) . 1 FIBERCABLE m • ' TIC (F&D (UNDERGROUND) (96 FIBER) � � � �� • r • r L•C�Lilii� PULL : • TRAFFIC SIGNAL) �© • I 11 ELECTRICAL . • r • • r MN a i • i , ♦ r ELECTRICAL-SERVICE WIRE r • - • kie r =RIM11 SERVICE POLE) / • r • - • • �e • • r • • • . 1 r OW41 TRAFFIC SIGNAL (F&I) (3 SECTIONr �� Y • • . • . i/ SECTIONTRAFFIC SIGNAL r �� . • • ' . . . • •� • r �� • • � • . ♦ • r PEDESTRIAN r • r •: PEDESTRIAe� . • • • . . • � . • CONTROLLERSIGNAL HEAD AUXILIARIES (F&I)(ALUMINUM PEDESTAL) VEHICLE DETECTOR ASSEMBLIES (F&I) (VIDEO) TRAFFIC � e r , . ♦ , • r • r • ee , . (I REEMPTION SYSTEM AUXILIARIES CCTV CAMERA ASSEMBLY) SYSTEM AUXILIARIES (FIBER OPTIC VIDEO AMPLFIER, TRANSMITTER & RECEIVER) =RIM INTERNALLY ILLUMINATED STREET NAME SIGN �� • . - - . - OLID TRAFFIC STRIP (O" WHITE) ® SOLID TRAFFIC STRIP (V' WHITE) ® . . . C . . Sim • : . . • • 4 . . . . ` .I I �� . .:,.; . . . .. i !i,: fi L.., ! .. i i s _ L64 1. G FROM 1 TO 1 1 THERMOPLASTIC SOLID DA ' THERMOPLASTIC SOLID TRAFFIC STRIPE (I 8" WHITE) ® THERMOPLASTIC • ■THERMOPLASTIC ® i r • �e • . IHERMOPLASTIC WHITE STANDARD TURN ARROWS SOLIDTHERMOPLASTIC � THERMOPLASTIC .• ITS SPLICE BOX FOR FIBER OPTIC �e rr • • . . • . � UTILITIES • UTILITY - ©© • � � r . • � ; UTILITY PIPE (F&Q UTILITY PIPE (F&I) (DI) (FLANGED WIVI) (1Z) UTILITY FITTINGS (F&I) (PVC) (TEE) (121 �e • . • • • • 1 ' r • UTILITY FITTINGS (F&I) (PVC) (REDUCER) (6"X17) UTILITY FITTINGS (-F&-I) (PVC) (CAP) ( I Z) 4444 ', UTILITY FIXTURES (F&I) (TEMPORARY JUMPER) mom UTILITY FITTINGS (F&I) (DI) (I lml /4 DEGREE BEND) UTILITY FITTI NGS (F&I) (DI) (45 DEGREE BEND) , : , • : HYDRANTse , . . . . FIRE ise lq . •.. , . • . ., WWI IM FA md MrATMI IN oll Wei . I I av ,M C FROM I TO 11 . : t r DWARF • ' • . ■ _ . . . . t . . • . f � i • I �e : t r • • � f • r LIVE OAK (FG, 121HT)ff SPR, 3"C , F, SP , HO A*So) : CABBAGE PALM (FG , 8' 20' CT HT, BM OR SLT TR, Sun gro . ee . . • � tIRRIGATIONSYSTEMs • . mffivmff* � • . r DEMOLITION AND REMOVAL OF EXISTING BRIDGE SUPERSTRUCTURE i tCLASS If CONCRETE r , Irem • t • �� . • / � , . fr ! BRIDGE w DECK GROOVING & PLANING DECK THICKNESS 8 .&' AND GREATER - • ' �� t � ,y � • REINFORCING REINFORCING STEEL (APPROACH SLAB) 18u sq PRESTRESSED CONCRETE (TEST PILE) �® •Nsq PRESTRESSEDCONCRETE •CONCRETE- , . TRENCH SAFETY COMPLIANCE (OVER 51 (SEE SEC. 00454) � ® . . . t , ilk • OTSW • - • • • • • 6611k talk • • t 1 "`'/ M rl• t \ •� _ • : 1 • STA 303+00 1 ROADWAY IMPROVEMENTS MOBIUZATION MAINTENANCE OF AFFICmmm woo • • . • , SEDIMENT BARRIER MiFLOATING TURBIDITY BARRIER INLET PROTECTION SYSTEM SURVEY CONTROL QNSTALLIREwESTABLISH) • : tIN.P . D . E. S. PERMITTING �� � � / • I • l • • •� - =NMI= - / 11 i ise . • � , • . . • EXCAVATION REGULAR CHANNEL EXCAVATION (LAKE EXCAVATION) M' EMBANKMENT, COMPACTED • • FLOWABLE FILL • • ® � • / t � � • � ► • 19' OPTIONAL. CONCRETEMTURNOUTCONSTRUCTION I' SUPERPAVE ASPHALTIC ® • ! PLAINASPHALT CONCRETE SURFACE COURSE (TRAFFIC C) (SPw MISCELLANEOUS ASPHALT PAVEMENT ® r . • Roll �, . . FROM STA U5+90 TO STA 303+00 O : CONCRETE CLASS 1 , ENDWALLS �� • �� , �■ . , ' INLETS, CURB, TYPE "J�V <109 �� d►I DITCH BOTTO �e • �'� • + ,r r INLETS DITCH se . INLETS, DITCH BOTTOM . . . - MANHOLES, . a�©yeee - � - �e . . r . . © e • PIPE CULVERT, RCP, ROUND rPIPE CULVERT, CA�P ROUND 30" SICD � � ® � r PIPE CULVERT, RCP, ROUND Wl S/CD • PIPE CULVERT, CAP, ROUND �. PIPE CULVERT RCP , - . ROUND:: PIPE CULVERT, RCP , . PIPE CULVERT, RCP, ROUND 181 D 7 11PIPE ROUND . ; PIPE CULVERT, _RCF,_ ROUND SW' SICD MITERED END-SECTION ®e� , UNDERDRAIN WITH SOCKr .. - . all all- . 4 + ` 1 L 0 L • • STA 303+00 UNDERDRAIN WITH SOCK FILTER (8" DIAMETER) : UNDERDRAIN . UTLET PIPE (19) PLASTIC FILTER FABRIC, STABILIZATION �® • I r ♦ � 1 • 1 1tCONCRETE ® SIDEWALK CONCRETE, . CI RIP RAP, SAND CEMENT �e ♦ . a a • RIP RAP, RUBBLE, BANK & SHORE IGUARDRAIL � ROADWAY (INCLUDES PIPE RAIL FULL : LE NGTHL. , SPECIAL GUARDRAIL POST �e � GUARDRAIL REMOVAL r s GUARDRAIL BRIDGE ANCHORAGE ASSEMBLY, Fkl-- GUARDRAIL END ANCHORAGE ASSEMBLY � PARALLEL GUARDRAIL END ANCHORAGE ASSEMBLY m TYPE 11 FENCING, - -TYPE Br 511�6*91 vAth VINYL COATING FENCING, RELOCATE EXISTING 1 , CONDUIT i - i i CONDUIT SIGNALS(F&I) (UNDERPAVEMENT SAWCUT) (2") ffi maw CONDUIT ie / CONDUIT SIGNALS (F) (UNDERGROUND) ' , � � � r r / . .r r • �■ � e CABLE FIBER • PTIC "& (UNDERGROUND � r ® emsdo : . . - • SIDI . . . . . . . ., . . - . . �_ � a . . . t � 0 0 . , PULL & JUNCTION BOTUE"IBER OPTICS) ELECTRICAL POWER SERVICE (SIG 4ALS) El FCTRICAL SERVICE WIREA 0 Ww MAST ARM ASSEMBLY (F&I) 150 SINGLE ARM WITH LUMINAIRE (6U) , MAST ARM ASSEMBLY (F& SINGLE ARM WITH lriillr� LUMINAIRE 1 1 �© • r r r . .. . . SECTIONTRAFFIC SIGNAL (F&D • =m • r res ✓ • � ` • SIGNAL, PEDESTR kN (F71) LED COUNTDOWN) a® r ` I • rr . . VEHICLE DETECTOR ASSEMBLIES (F&I) (OPTICAQ - MiPEDESTRIAN DgiggiQUE . , , , CONTROLLERTRAFFIC ee a� . . SYSTEM AUXILIARIES (UNITERLIPTIBLE POWER SOURCE) SYSTEM AUXILIARIES (TE EMETRY TRANSCEIVER) SYSTEM AUXILIARIES (INTERFACE PANEL) , CCTV CAMERA ASSEMBLY : SIGNAL HEAD TRAFFIC ASSEMBLUREMOVAL) mmm� wit I ee SHALLOW • • VAL) (DIRECT BURIAL) . • 1 1CONTROLLER ASSEMBLMREMOVAL) • 1 : 1VEHICLE DETECTOR ASSEMBLY (REMOVAL) �� v r • SPAN WIRE ASSEMBLY (REMOVAQ- -�j immm • i saCONDUIT AND CABLING (REMOVAL) : : 1 Olt SIGNAL EQUIPMENT, • US (REMOVAL) n ❑ 7 ' It f v 1 - . 1 �. . - - � • - . ' .Y 0 . - f . I • - Z- 11 i0FA W441 10i oil _ ,...� :. 11' i C ii L FROM I • STA 303+00 1 . . INTERNALLY ILLUMINATED STREET NAME SIGN (66TH INTERNALLY ILLUMINATED STREET NAME SIGN (45TH 1 1 1iSIGN, SINGLE • • �® ! • r f I �► J SIGN , SINGLE POST (RELOCATE) _ , SIGN , SINGLE POST (REMOVE) 1 . 1 (REMOVE) �e® / ® . : ise 1 M . IR. P.M . BliffDIRECTIONAL WHITE / RED �e ® MR r7 Emil THERMOPLASTIC SOLID SOLIDTHERMOPLASTIC SOLID THERMOPLASTIC ®�® THERMOPLASTIC SKIP STRIPE (6" WHITE 1THERMOPLASTIC DOTTED GUIDE LINE (6" YELLOW GA 9 � . . THERMOPLASTIC WHITE STANDARD TURN ARROWS THERMOPLASTIC SO ID TRAFFIC STRIPE (&' YELLOW) GAP • ; ITS SPLICE BOX FOR FIBER OPTIC • ti �• . . . _ _ al / a\ II � a1M Ali \ r �1 � � 1 � � 1 � • 1 � 1 �ii . . q ._ .. �. FROM STA 246+90 TO STA 303#00 (0546C) 1 ■� ■ ■ • _ • � e . • . � �e � . 1 ®e 'WAX MYRTLE (3G, 1 v • ® e • • iCOMPACT • • ' 1 I' 1 1 ®e® y. ' IMPERIAL BLUE PLUMBAGO (3G,_18" OA, F, 24" OoC*) �e r . . 40 CROTON GREEN . . o • (FOR • •• SAND _ . 1 1 . ®e . , . Weeds, , DUCK� . . . _ : tee , 1 ■ • STD, . ' CABBAGE PALM (FG, 1 ■ OR SLK Ti Sun 7 ! Gr . ®e ■ . ® e • III ok • ■ / RESIDENCE AMERICAN BEAUTY BERRY (3G, I r OAl F) .SPANISH STOPPEI 18w_OAo F)__ FLORIDA PRIVET (3G, 18m OA, F) . _ . - Ill ' il WAX' 14471111 �i I: am ilillllj N .7l . = � � � � � . . , . i. .l. , , . , FROM STA 246+90 TO STA 303+00 0 . FIRE BRUSH (3G, • • COMPACT • • ' • ' MMMMO e . - EAST . �e . �e LIVE OAK (FG , 18'HTxg'—SPR, 4.5"C. SP,- RPG . . Qnn &W . . . . . LRED 1 1 MAGNOLIAWAX MYRTLE (FG , V © e . � FLORIDA SLASH PINE (FG, iV HT x IO' SPR , 41' Cs CHI SPI SAW • • 1 ae • r . � r + '� ROADIMPROVEMENTS 45TH STREET BRIDGE IIIIIIIIIIN CONCRETEDEMOLITION AND REMOVAL OF EXISTING BRIDGE SUPERSTRUCTURE CLASS 11 • ' CLOSURE POURS BETWEEN DECK UMITS REINFORCING STEEL (FOR CLOSURE POURS BETWEEN ! DECK UNITS) , PRESTRESSED PRECAST DECK UNITS (I WX 4! T X W41)� � � • • . ■ 1 ®�® ® . �e FROM STA 246+90 TO STA 303+00 (0545C) 11C • NCRETE TRAFFIC RAILING BARRIER ' mm (3211 VERTICAL ®® , • � ® SHOULDER . NCRETE BARRIER WALL (I NDEx 410 aa CANTILEVERED WALL) NN mdomm SUBSTRUCTURE CLASS 11 CONCRETE (FOR PILES CAPS) • - • - PRESTRESSED■■� PILES 18!' sq X 6U4' MINIMUM (TEST PILE on ABUTMENT) (1 EA) �i • X 4Ymv0" MINlMUM ®' 1 it • • ► lir X 8'mO" X 12'Vm0" PRECAST CONCRETE SHEET WALL (26 SIDEWALK & MEDIAN CLASS 11 CONCRETE �� / s t/ I iV • .r - i • ` L MISCELLANEOUSAPPROACH SLABS PAVEMENT ASPHALT © � • rs 1 1 1� 1 � - . . ® - • - - CONDUIT • R ® m "TH STREET BRIDGE49TH STREET BRIDGE DEMOLITION� • - • OF - . CONCRETESUPERSTRUCTURE CLASS 11 • - CLOSURE POURS / 1 r ®® • r • ' REINFORCING • - CLOSURE POURS DECK ' v • ' • D . 1 - . it - r _L7 _ FROM I TO STA 303+00 I , • , CONCRETEALUMINUM PEDESTRIANIBICYCLE BARRIER RAILI SUBSTRUCTURE • - • ; PRESTRESSED ��� I • ��rr■ 180 sq X . t 1 �� 1 r . s •• ' • X 464" SIDEWALKljV' sq X 4M" MINIMUM (WING BENT) (12 EA) of 8 X 8'mV' X 12'4' PRECAST CONCRETE SHEET WALL (26 CLASS 11 CONCRETE REINFORCING �� APPROACH MISCELLANEOUSa® FCLASS It CONCRETE REINFORCING STEEL 1 ! • • • f • � • � � r is ® low PVC CONDUIT ® ® ® • • 1 1 � ®® ! i vs r • s PUBLIC CONSTRUCTION BOND STA 245+90 TO STA 303+00 1 = TQTAl ADDENDUM 02 11 -18-2011 ITEMIZED BID SCHEDULE • ADDENDUMN 114.2011 PROJECT NAME: 66th AVENUE ROADWAY IMPROVEMENTS (SOUTH OF S.RRa 60 TO NORTH OF 49TH STREET) BIDDER'S NAME :C PIUIE,�\Gf�V� � /1 , INV . 0545A SUBTOTAL S$ S?a 0545B SUBTOTAL 0545C SUBTOTAL :S' � - b FORCE ACCOUNT 750 000.00 OVERALL PROJECT TOTAL ID 1 r7 3 a 131 c ; TOTAL PROJECT BID AMOUNT (IN WORDS): ?rwewrl se&fj 4wi lyeo selefj7y "Tht-1 sr T' rb u SAS► A 7 t+Q.a� �>J oR�—o E l�li-7`I N 1 +J t l^7 � ��-�i-/LS � 9 1�7 l N � �NT S LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard TN = Ton PI = Per Installation CY = Cubic Yard AS = Assembly LB = Pound NM = Net Mile GM = Gross Mile PD = Per Day MH = Man Hour NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF QUANTITIES) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN . 00310.92 F.1PUbk Waft ENG NEERM OMSION PROJECTSW64648Mh Ave SR OD to SM St (AtaKbYA&nWn1Nd DaamVW4SV dde4m 024W( tM Bid Sdo&49*645 ADDIAS 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the prices) contained in the Bid Schedule . e A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . Be The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans . Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for. loss of anticipated profits or any claims by the Contractor on account of such omissions. ' Co Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids , and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. tD. Unit Prices have been computed in accordance with paragraph 11 . 03, B of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07 . 8 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in 1 the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: ' A. Itemized Bid Schedule Be Required Bid security in the form of bid bond ; C . Swom Statement Under Section 105. 8, Indian River County Code, on Disclosure of Relationships , ' D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire; F. List of Subcontractors; 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions , and the Supplementary Conditions. SUBMITTED on November 28 120 12 State Contractor License No. CGC 0 6 0 7 9 7 00310 asBid Forth REV 04-07 .doc 00310 - 33 F:1PL4W Wmks%ENGMEERING OIVOON PROJECTSM45mWM Ave SR60 to 87th St (Are9dis)04MMA" 0oamarnsWW10 - EW form REV 0447 doe If Bidder is. An Individual Name (typed or printed) . ■ By: (SEAL) (Individual's signature) Doing business as: Business address: Phone No. : FAX No. : A Partnership Partnership Name: (SEAL) By (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): Business address. ' Phone No. . FAX No. : 1 A Corporation Corporation Name: Dickerson Florida , Inc . (SEAL) State of Incorporation: Pi gyri ria ' . Type (General Busines fessi , onal , Service, Limited Liability) : general business By (Signature Iatta evidence 7 authority to sign) Name (typed or printed): Larry T . Dale Title: President (CORPORATE SEAL) ' Attest (Signature o Corporate Secretary) Business address: 3122 North 25th Street Ft . Pierce , FL 34946 PhoneNo. : ( 772 ) 429 - 4444 FAXNo. . ( 772 ) 429 - 4445 Date of Qualification to do business is March 1982 00310 34 00310 - Bid Form REV 04-07.doc- VTudic WakMENGINEERWG DMSION PROJECTS%05454M Ave SRW to 57M St (Arc"sAA&*4"id D*o~sWW10 • Bid Form REV 04-07.doe A Joint Venture Joint Venture Name. (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed). Title: Business address: Phone No. : FAX No. : Joint Venture Name: (SEAL) By. (Signature — attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No. : FAX No. : Phone and FAX Number, and Address for receipt of official communications . (Each joint venturor must sign . The manner of signing for each individual , partnership, and corporation that is a party to the joint venture should be in the manner indicated above. ) * * END OF SECTION ' 00310 - Bid Form REV 04-07.doc 00310 - 35 F hmic Workt;%MINEERING DIVISION PROJECTS10545wSM Ave SR00 to 37th St (Arcads)1Adnimt6id'0=Ar n MM10 - Md Form REV 04wW. doo L - — THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL. MEN BY THESE PRESENTS, that we Dickerson Florida, Inc. as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Suripty, are held and firmly bound unto Indian River County as Obligee, hereinafter called the Obliges, in the sum of five percent (5%) of the amount bid----__ _____________�___�__�_____ �____ Dollars ($ for the payment of which sum well and truly to be made, the said Principal and the said Surety, b€nd ourselves, our heirs, executors, administrators, suonessors and assigns, jointly and severally, firmly by these presents. WHEREAS , the Principal has submitted a bid for 66th Avenue Roadway Improvements (S.R. 60 to North of 49th Street) Indian River County, Florida NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified In the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 28th day of November 2012 Dickerson Florida, Inc. ( (Seat) 4 ( tires) BJoe (rlt�) STDG � Travelers,Casualty and ' Surety Compap4fAmerica (S 7 B Karen K. Beard, Attorney4n Fact and Florida Licensed Agent NEMESIS SON0000he AJA DOCl NNW A310 • No BOND • AIA ® • FEBRUARY 1070 ED • THE AMERICAN INSTI` UTE OF ARCHITECTS. 1795 N.Y. AVE., N.W.• WASHINGTON, D.C. 20008 " Inquiries 8284364000 " WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AiftPOWER OF ATTORNEY TRAVELERS , Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Certificate No. O O 4 J 3 5 3 2 2 Attorney-In Fact No. 223206 St. Paul Guardian Insurance Company and St. Paul Mercury Insurance KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, p y ry Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Karen K. Beard of the City of Agbeyille State of Nnrth Carolina their true and lawful Attomey(s)4n-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 22nd day of June 2012 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company t pABflq�♦` ' V F1PE 6 y' PO\'N IN-`9 Jp� 1NdUggry VXtr ANO •G ,yUitlOgr1'Akp yam,., 9 < lONVONAj �.y Q4,. O 4r 1982 o mi 1 Mme, 1898 AKS Agro �ckS8AL :i0 veta �y . NM � VFANCE Ig . AN'� !y .......� qi '+a � � � � A►11� . State of Connecticut By: City of Hanford ss. Georg Thompson, nior ice President On this the 22nd day of June 2012 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company. and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.03 p,TET In Witness Whereof, I hereunto set my hand and official seal . � � W A " My Commission expires the 30th day of June, 2016. # ptJBt�a # _ Mane C• Tetreault, Notary Public 58440-6- 11 Printed in U. S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER o SWORN STATEMENT .UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . 1 . This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2013008 for 66h Avenue Roadwa�Improvements (S .R. 60 to North of 49' Street) 2 . This sworn statement is submitted by: Dickerson Florida , Inc . II (Name of entity submitting Statement) whose business address is . 3122 North 25th Street , Ft . Pierce , FL 34946 3 . My name is Larry T . Dale i (Please print name of individual signing) and my relationship to the entity named above is President 4. I understand that an "affiliate" as defined in Section 105 .08, Indian River County Code, means: The term "affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5 . I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows : Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-m-law dau ter-in-law son-in-law brother-in-law sister-in-law, stepfather,stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this swom statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105 .08 , Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee : 00452A P%Pubiic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Areadis)WdmimlBid Documents=452 DWosure of DnlnP.nneMine Anw 1 The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards . 8 . The BIDDER, in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that, based on such information and the BIDDER's own information , the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system (s) for the Project. BIDDER: Qickerslorida , Inc . 1 By: _ MMED Position or Title: sresident Date : November 28 , 2 012 tSTATE OF Florida COUNTY OF St Lucie Personally appeared before me , the undersigned authority, Larry T . Dale whoafterfirst beingovern be , affixed his/her signature in the space provided above on this r day of r , 20 2 . IANTOINETTE PETERsoN &/OA4 NOTARY PUBLIC STATE OF FLORIDA Notary Public, State at large Comm# EE026292 My Commission Expires : Expires 9/29/2014 " * END OF SECTION e 0 t 00454 - Florida Trench Safety Act - REV 0447.doc 00454 - 2 FVuWic worwEN01NEERING OMSION PROJECTSM45fi6Th Ave SR60 to 57th St (Aicadis)%Admimeid DoOu waJ00454 - Fbada Trench Safety Ad - REV 04-07400 ' SECTION 00454 on Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK (" BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS , 1 . This Sworn Statement is submitted with Project No. 0545 & 0370 for 66th Avenue Roadway Improvements (S . R. 60 to North of 49th Street) ONE 2. This Sworn Statement is submitted by Dickerson Florida , Inc . (Legal Name of Entity Submitting Swom Statement) 1 hereinafter " BIDDER" . The BIDDER'S address is _ 3122 N . 25th St . , Ft . Pierce , FL 34946 BIDDER's Federal Employer Identification Number (FEIN) is 56 - 1327509 3 . My name is Larry To Dale and my relationship to the BIDDER Pres1denit Name of Individual Signing) is (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER . 4 . The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553 . 60 et. seta . Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s) . Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER . Such reference will not be checked by OWNER or ENGINEER and they shall ' have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards, 5 . The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. i�r D,6 . The BIDDER has allocated and included in its bid the total amount of $ , based on the linear feet of trench to be excavated over five (5) feet deep, or compliance with the applicable Trench Safety Standards , and intends to comply with said tan p[ds by instituting the following specific method(s) of compliance on this Project:-. ! 75e2 adc 14 The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose . The OWNER and O ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. OD . 7 . The BIDDER has allocated and included in its bid the total amount of $ ' based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirem is by institute g the following specific method(s) of compliance on this Project: _ T n j _ m Q� 00454 - Florida Trench Safety Act - REV 04-07.doc 00454 - 1 F:"Ic WorkslENGINEERING DIVISION PROJECTSIM45mMM Ave SR60 to 57th St (AreaditpAdrrAWA3d 0=rrants 0454 - Florida Trach Safety Act . REV 040740o WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc . , St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St: Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: " RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 a(i✓f l . Kevin E. Hughes, Assistant Sec tary r -p�plvBUq��L ' yflFE 64' ��r*N' !`MgGN OpY1NSYgq� VAN° q` �ypNq(y y�ttY.� °o 1961 0 ! q, • S t 19n $ 1IQJr� `•. SEAL to � i " ° CONN n � CbNN.% Q i898 �y ry[clF �! S� •ti' oo ter; ,/� o«�SSALit uf+ To verify the authenticity of this Power of Attorney, call I -800-421 -3880 or contact us at www.travelersbond.com. Please refer to the Attomey4n-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance ir with the Trench Safety Standards . 8 . The BIDDER , in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical Information and that, based on such information and the BIDDER's own information , the BIDDER has asufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system (s) for the Project. BIDDER: ickers lorida , Inc . 1 By: _ Position or Title: resident Date: November 28 , " 2012 STATE OF Florida COUNTY OF St . Lucie Personally appeared before me, the undersigned authority, Larry T . Dale whoafterfirst beingovem br e, affixed his/her sig1ature in the space provided above on this r day of , 20 + ANTOINETTE PETERSON NOTARY PUBLIC STATE OF FLORIDA 'i Notary Public, State at largeCOMM# EE026292 My Commission Expires . Expires 9/29/2014 * * END OF SECTION 1 1 • 00454 - Florida Trench Safety Act - REV 04m07.doc 00454 - 2 F:WLUic Wmke1ENOINEERiNO DMSION PROJECTSW5450WTh Ave SR60 to 57th St (Aroedi8)V4dminM1d DoaXent jWS4 - Fbride Trench Safety Act - REV 0447-doe SECTION 00456 was QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON- RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantee's the truth and accuracy of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required . Documentation Submitted with Project No: 054 5 &0370 a Project Name: 66th Avenue RoadwayImprovements S.R. 60 to North of W Street 1 . Bidder's Name / Address: Dickerson Florida , Inc . `! 3122 N . 25th St . , Ft . Pierce , FL 34946 2 . Bidder's Telephone & FAX Numbers: ( 772 ) 429 - 44441 ( 772 ) 429 - 4445 ( fax) 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b . Bidder's Contractor License No : CGC 0 6 0 7 9 7 [Attach a copy of Contractor's License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all . officers. 4. FDOT Prequalified Contractor number: F561327509001. ( httas ://www3.dot state.fl . us/contractororeQualificabon/public/Pre4ualifiedVendorSearch. asax) 5. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: + 55 yrs 6 . What is the last project OF THIS NATURE that the firm has completed? 25th Street new St . Lucie County COMMON I7 . Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 8 . Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] ® 9. Has the firm ever been charged by OSHA for violating any OSHA regulations? No 1� [If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged .] 00456 - Qualifications QuesuonnairsAoc 00456 - 1 FAPub is WorksIENGINEERING DIVISION PROJECTS1QP"OTh Ave SR60 10 571h St (Arced1sWrrimH31d 0ocumantSN004456 - QualO{cations Questlonnaire.doc 10. Has the firm ever been charged with noncompliance of any public policy or rules? NO (if your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project.] 11 . Attach to this questionnaire , a notarized financial statement iiand other information that documents the firm's financial strength and history. see attached FDOT pre - qualification letter 12 . Has the firm ever defaulted on any of its projects? No (If your answer is "yes" , then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred .] 13. Attach a separate page to this questionnaire that summarizes,: the firm's current workload and theit demh ogstrates its f lliXto meet the project schedule . see a tac a status o c tracts 14. Name of person who inspected the site of the proposed work for the firm. Name: Rick Forl i f er Date of Inspections: 11 / 7 / 12 15. Name of on-site Project Foreman: Bruce Bigelow Number of years of experience with similar projects as a Project Foreman : 3 0 16. Name of Project Manager: Rick Shepherd Number of years of experience with similar projects as a Project Manager: 35 17 . State your total bonding capacity: 400 , 000 . 000 18. State your bonding capacity per job: 50 , 000 , 000 19 . Please provide name , address , telephone number, and contact person of your bonding company: Surety Agency , LLC 552B New Haw Creek Rd , Asheville , NC 28801 ( 828 ) 23671000 Agent : Karen Beard [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire,doc 00456 - 2 FAPublic WorkMENGINEERING DMSION PROJECTSOU5 Wh Ave SR60 to 571h SI (Aroadis)Wdmlmteld D00umePos10045S - OuaOfieetiom Questiwnaire.doo � r e e � � r l� � � � I♦ S� �� � !� ® ilk 19. Complete the following table for SIMILAR projects% see attached list of completed projects Date Contact Person : Name Original Contract Final Contract Name of Pro ect Completed Owner and Telephone Number Amount Amount 00456 - Qualifications Quesbonnaire.doc 00456 - 3 F:WLlic Wadd ENGW ERING OMSION PROJECTS1054586Th Ave SRSO to 571h St WcadW)VAWn W OWMWds10 M - Qum Questima odoc i ' (NOTE: If requested by the County, the Bidder shall furnish references, and;other information, sufficiently comprehensive to permit an appraisal of its abilities as a con actor. ] By: Pres ideas (Signature) (Position or Title) November 28 , 2012 (Date) END OF SECTION rW00456 - Qualifications Quesdonnaire.doc 00456 - a PTubbe MrMENGINEERING DIVISION PROJECTSM45mO8Th Ave SR50 to 57th St (AM&dls) ftMA8ld Qowmera:+ M58 - QualMee0" OuestioWWWO.doc f SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid 'price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids , changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shalt include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. oDocumentation Submitted with Project No. 0545 & 0370 for 66th Avenue Roadway Improvements (S . R . 60 to North of 49th Street) Work to be Performed Subcontractor's Name/Address ■ Ir • aVPer1r0J'J0 e, 2. 14 co... 3. 5. 9 S 0 W > &Ci! J. -- 6. � e a w o - est' f 7: 8. 9. OWED 10. 11 . O 12 . 13 . 14 . 15 . 16. 17 . Note : Attach additional sheets if required . * * END OF SECTION 00458 - !List of Subcontractors REV 04-07.doc 00458 - 1 FVuMic W* k81ENGINEER4G ONMM PROJECTS105454M Ave SR60 to 571h St (Arca )OdmhMBW 0=rw*s W 58 - Ust or W=r*Woro REV 0447.doc Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTH PRASAD, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY May 31 , 2012 DICKERSON FLORIDA, INC . 3122 NORTH 25TH ST FT . PIERCE FL 34954 - 0910 RE : CERTIFICATE OF QUALIFICATION Dear Sir /Madam : The Department of Transportation has qualified your company for the amount and the type of work indicated below . Unless your company is notified otherwise , this rating will expire 6 / 30 / 2013 . However , the new application is due 4 /30/2013 . In accordance with 8 . 337 . 14 ( 1 ) F . S . your next application must be filed within ( 4 ) months of the ending date of the applicant ' s audited annual financial statements and , if applicable , the audited interim financial statements . Section 337 . 14 ( 4 ) F . S . provides that your certificate will be valid for 18 months after your financial statement date . This gives a two month period to allow you to bid on jobs as we process your new application for qualification . To remain qualified with the Department , a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14 - 22 . 005 ( 3 ) , Florida Administrative Code . Your company ' s maximum capacity rating has been established . To access it , please log into 01 the Contractor Prequalification Application System via the following l .nk : https : / /www3 . dot . state . fl . us / ContractorPreQualification / IF Once logged in , select "View " for the most recently approved application , and then Click the "Manage " and "Application Summary " tabs . FDOT APPROVED WORK CLASSE8 : BASCULE BRIDGE REHABILITATION , DEBRIS REMOVAL ( EMERGENCY ) , DRAINAGE , FLEXIBLE PAVING , GRADING , HOT PLANT-MIXED BITUM . COURSES , INTERMEDIATE BRIDGES , MINOR BRIDGES , PORTLAND CEMENT CONCRETE ROADWAY PAVING FDOT APPROVED SPECIALITY CLASSES OF WORK : MARINE CONSTRUCTION ( DREDGING ) , ou may apply , in writing , for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14 - 22 . 0041 ( 3 ) , Florida Administrative Code . Please be advised if certification in additional classes of work is desired , documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested . Sincerely , �/ RECEIE � _ JUN i 3 Juanita Moore , Manager DICKERSO N Contracts Administration Office JM : cj www.dot.stateftus ® RECYCLED PAPER Letting Date: November 28, 2012 STATUS OF CONTRACTS ON HAND Give full information about all of your contracts, whether prime or subcontracts; whether in progress or awarded but not yet begun; and regardless of its location and with whom contracted. 1 2 3 4 5 6 7 GLASSES , PROJECT, OWNFR,o /WQLOCATION .OF' ,. AMQUNTiS.0 LEi•, B . CE F . UNCOMPLETED AMOUNT ,TO BE DONE ;BY.APPLICANT ._ .n . :r y SUBC Ns : w r jOaAN t . a, OUNT. , : . ,., OF WORKS WORT YQU ARE E FARMING; t.a .AS PRIME CONTRACTOR. AS, SUBCONTRACT M LAKESIDE RANCH STA NORTH $ 15, 8281454.00 $ 9, 179,316.00 $ 6,6499138.00 $ 107,765.00 MC ANNUAL ST LUCIE BLVD $ 1809639.00 $ 3,400.00 $ 177,239.00 $ 3,665.00 BRIDGE RD RESURFACING $ 91 ,361 .00 $ 91 ,361 . 00 $ 25,490.00 PALM CITY FARMS $ 223,507.00 $ 223,507.00 $ 4,796.00 CITRUS BLVD & OSCEOLA ST $ 178,449.00 $ 4,490.00 $ 173,959.00 $ 1 ,587.00 SR/CR 707 RIOMENSEN BCH $ 29Q998.00 $ 290, 998.00 $ 2909998.00 BLUE HERON & LITTLE LAKE $ 1 ,653 253.00 $ 2441240.00 $ 19409,013.00 $ 2831403.00 FDOT PUSHBUTTON $ 969,003. 00 $ 82 288.00 $ 886, 715.00 $ 503, 150.00 53RD STREET $ 5,615,461 .00 $ 3,4489233.00 $ 2 , 167,228.00 $ 241 ,946.00 SR AIA $ 4,907,273. 00 $ 25781236M M $ 2 , 3299037.00 $ 1 ,074,495. 00 OSLO RD PH 11 $ 41231847.00 $ 2,04000.00 $ 2,0821987.00 $ 302,448.00 I-95 DESIGN BUILD E4L94 $ 18, 1519437.00 $ 8,872,053.00 $ 9 279,384.00 $ 3,6879226.00 SR 713 KINGS HWY $ 1 , 578,262.00 $ 414 525.00 $ 1 , 163 , 737.00 $ 54, 198.00 SEBASTIAN INLET DREDGING $ 1 ,482, 170.00 $ 99,435.00 $ 1 ,382,735.00 $ 108,223. 00 EMERGENCY DUNE RESTORATION $ 55,727.00 $ 551727.00 $ 55, 727.00 PUSHBUTTON $ 98133.00 $ 20,001 .00 $ 78, 132.00 $ 25,649.00 10TH STREET ROADWAY RECONSTRUC $ 21097, 154.00 $ 19293,353.00 $ 803,801 .00 $ 588,799.00 WEATHERBEE ROAD SIDEWALK $ 1 ,534,009.00 $ 1 122,729.00 $ 411 280.00 $ 1551963.00 SR AM - MC $ 777, 141 .00 $ 379 454.00 $ 397,687.00 $ 3669955.00 C41 CANAL $ 8,9179000.00 $ 4,310,709.00 $ 4,606,291 .00 $ 39315,400.00 US 1 & KANNER/COLORADO $ 607,070.00 $ 1509180.00 $ 456,890.00 $ 441 ,752 .00 FAIRGREEN ROAD $ 255,645.00 $ 929956.00 $ 162,689.00 $ 154,717.00 NEW PARALLEL TAXIWAY "A" $ 79,250.00 $ 79,250.00 $ 79,250. 00 SR 708-BLUE HERON BLVD $ 900000.00 $ 90,000.00 $ 90,000.00 RIVERFRONT/CC ENTRANCE $ 278,915.00 $ 278,915.00 $ 11 ,375.00 INDIAN RIVER FEDERAL $ 33,231 .00 $ 33,231 .00 $ 280.00 PRIVATE DREDGING $ 416,959.00 $ 416,959.00 MC REPAIR OF TAXIWAY Al $ 43214.00 _$ _ __ _5713.00 $ . 37s501 &00 $ .,5,086.00. VERO CHRISTIAN CHURCH $ 51099.00 $ 5,099. 00 $ 51099.00 COCONUT POINT $ 2389949.00 $ 61990.00 $ 231 ,959.00 $ 5,623.00 LAKESIDE RANCH EMERGENCY $ 209584.00 $ 20, 584.00 f ,! gds<Is..�rJ aF,.r , .:! 4 tt,' S ,... r `r Ylit x PLEASE ENTERATTACHMENTTOTALSsOS4 b y [ w # I . k +. k . ..,-. , :JT.li_� � Y >.� � . � $ 11 1707662 00 $ 283,403. 00 GRAND TOTAL $ 11 ,991 ,065. 00 NOTE: Columns 3 and 4 to show total contract (or subcontract) amounts. Column 5 t , k s - ^ to be difference between columns 3 and 4. Amount in columns 6 or 7 to be T 1fOumn �¢Iand 7 Il fit < . . uncompleted portion of amount in column 5. All amounts to be shown to nearest Re 7AtfliChmi $ 100.00. The Contractor may consolidate and list as a single item all contracts which individually do not exceed 3 % of the total, and which, in the aggregate, amount to less than 20% of the total. i State /!f Florida Department I certify from • • of office that DICKERSONFLORIDA INC corporation under of the State • • • . filed • 1982 * The document number of this corporationF728451 I further certify that said corporation has paid all '! fees due this office through / " / ' 2012 , that its most1 • filed on / 1 2012 , and its status is active , I further certify that said corporation has not filed Articles of Dissolution . underGiven i and the Great Seal of Flozida, at ital, this the Eleventh day ofAprff, / Secretary i ; - f f State Authentication IDG. 600228145646441112472845 V/9 11), and then follow the instruc ons displayed. To authenticate this certificate.visit the following site, enter thishttpse.//effle.sunbiz.orgleertauthver.html i 1 ' i THIS DOCUMENT HAS A COLOHEDBACKGROUND , PAPER AC # 614 7 3 0 3 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ# L12053101639 . • LICENSE NBR d a . 05 1 /2012 1118195367 ICGC060797 4 ' The GENERAL CONTRACTOR . . , , Yr' Named below IS CERTIFIED Under the provisions of Chapter Expiration date : AUG _ 31 , , 2014 , ``' l . - - - - y .yU DALE , LARRY THOMAS DICKERSON FLORIDA INC ¢ � r' I,' . 3122 N 25 STREET FT PIERCE FL 34946 RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW 2012 FOR PROFIT CORPORATION ANNUAL REPORT FILED Apr 10, 2012 DOCUMENT# F72845 Secretary of State Entity Name : DICKERSON FLORIDA, INC. Current Principal Place of Business : New Principal Place of Business: 3122 NORTH 25TH ST FT PIERCE, FL 34946 Current Mailing Address : New Mailing Address: PO BOX 910 FT PIERCE, FL 34954 US FEI Number: 56.1327509 FEI Number Applied For O FEI Number Not Applicable O Certificate of Status Desired (X) Name and Address of Current Registered Agent: Name and Address of New Registered Agent: DALE, LARRY T 3122 NORTH 25TH ST FT PIERCE, FL 34946 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both , in the State of Florida . SIGNATURE: Electronic Signature of Registered Agent Date OFFICERS AND DIRECTORS : Title: P Name: DALE, LARRY T Address: 3122 N 25TH ST City=St-Zip: FT PIERCE, FL 34946 Title: VST Name: CAMERON, CHARLES H r Address: 688 SW HIDDEN RIVER AVE City-St-Zip : PALM CITY, FL 34990 Title: AS Name: PETERSON, ANTOINETTE J Address: 1209 SW IBIS ST City-St-Zip : PALM CITY, FL 34990 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shalt have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered . SIGNATURE : LARRY DALE PRES 04/10/2012 Electronic Signature of Signing Officer or Director Date WORKING • • ' Project Name ClientfContact info StartmEnd Dates Project Cost Descriptlon F ' Lakeside Ranch South Florida Water May 2009- $15,475,000.00 Construction of a 1200 acre above ground Stormwater Treatment STA North Mgmt District John March 2012 Area includes clearing, excavation, embankment, storm drainage I. Creswell 2101 and construction of poured-in-place concrete control structures. Centrepark West Dr. Suite 110, WPB 33409 (561 ) 242- 5520 SR Al - St. Lucie FDOT Carolyn Gish, Dec 2006 - Dec $20, 122,115.00 7 miles of milling & resurfacing, low level bridge replacement, County P. E. 3400 W. 2008 bridge widening, road widening, shoulder construction, sidewalk, Commercial Blvd. R. guardrail & grassing C Lauderdale, FL Ir (954) 7774384 I-95 we Martin County FDOT Carolyn Gish, July 2008 - May $12, 134,369.00 13 miles of milling & resurfacing, sign replacement, exotic P.E. 3400 W. 2009 vegetation removal & landscaping Commercial Blvd. Ft. H Lauderdale, FL (954) N 777-4384 S SR 70 - St. Lucie FDOT Carolyn Gish, June 2007 - $29,653,313.29 Construct 2 new travel lanes to produce a 4-lane divided rural 1; County P. E. 3400 W. April 2010 section approx 4 miles. Includes construction of 12' Shared-Use N Commercial Blvd. Ft. Path, construction of 2 new highway bridges and 1 dry bridge, Lauderdale, FL (954) guardrail, drainage, striping and signs. 777-4384 t { I I i DICKERSON FLORIDA , INC . EMonterey Don Donaldson Mill & Resurface 3497 Martin Downs ! Matheson Int 772 288-5927 Intersection Kimley Horn 187,803 2249735 7/31 /2009 36,932 Martin Co 2401 SE Monterey Rd. Don Donaldson 3903 SW 69th Street - Pervious Stuart, FL 34996 772 288-5927 Asphalt Paving Martin Co 1260472 1 124,648 8/31 /2009 (19824) FPL 6501 S. Ocean Dr. Jensen Beach, Wyatt Jenkins 3442 Drainage Improvements - FPL FL 34957 w 'enkins� l.com GZA GeoEnvironmental Inc. 1 346,200 2 361 ,284 9/30/2007 1 ,015,084 FPL 6501 S. Ocean Dr. Jensen Beach, Wyatt Jenkins 3461 Haul Path FL 34957 w 'enkins0f I.com GZA GeoEnvironmental, Inc. 159v4991 759,617 11 /30/2007 600, 118 FPL 6501 S. Ocean Dr. Jensen Beach, Wyatt Jenkins 3430 Soil Improvements - ISFSI FL 34957 w.jenkins@fpl.com GZA GeoEnvironmental Inc. 5P7009000 49957,048 11 /30/2006 (742,952) Okeechobee Co 304 NW 2nd St. Okeechobee, FL Jim Threewits (863) 3463 Okeechobee Airport Runway 34972 7634458 airport runway construction Avcon 11278,211 1 ,7011050 2/28/2008 4220839 St Lucie County 2300 Virginia Av. Ft. Pierce.- FL Mike Powley (772) , . - - - -- - _ . 3454 Prima Vista 34982 462-1707 294149087 216947865 3/31 /2008 2809779 MADesign Build ProjectsVeferences - completed projects 11 /21 /2012 i DICKERSON FLORIDA , INC . change order Job # Description Owner Contact Person Type of Work Engineer Original Final Date amount Name & Phone Price Price Completed St Lucie County 2300 Virginia Av. Ft. Pierce, FL Todd Cox (772) 462 Airport Runway 3446 RW 9L-27R Parallel TW SY 34982 1732 Construction PBS&J 51736,919 5p738,291 4/30/20091 19372 FDOT 3601 Oleander Ave. Ft. Pierce, FL Carolyn Gish (954) Mill & Resurface Interstate I 3480 SR 9 195 FDOT Martin Co 34982 7774384 95 Boyle 1092777000 12 134,369 5/11 /2009 10857,369 FDOT 3601 Oleander Ave. Ft. Pierce, FL Carolyn Gish (954) 3485 SR 70 FR A PT W McCarthy34982 7774384 Mill & Resurface SR 70 H.W. Lochner Inc 2,320,345 290659149 4/30/2009 (255, 196) Kolter Property 9700 Reserve Blvd, Port St. Bob Fromm (772) 3487 Crosstown & Commerce Lucie, FL 34986 429-3505 Asphalt Paving Boyle 9969490 1 , 122,817 n/a 1269327 Martin Co 2401 SE Monterey Rd Don Donaldson 3490 Tum Lane High Meadow Stuart, FL 34996 772 288-5927 Construct & Pave Tumlane Martin Co 331 ,304 2779766 3/31 /2009 (53,538) St Lucie County 2300 Virginia Av. Ft. Pierce, FL John Frank (772) L3491 Verada Ditch 34982 462-2097 R"Io e & Matt Canal Miller Legg 1 ,797,651 197979651 7/31 /2009 - St Lucie County 2300 Virginia Av. Ft. Pierce, FL John Frank (772) 3492 Calmoso Culvert 34982 462-2097 Re-slope & Matt Canal Miller Legg 329,992 ::::3291:992 7/31 /2009 - MADesign Build ProjectsVeferences - completed projects 11 /21 /2012 Tr BOA OF COUNTY COMMISSIONDS � v December 18 , 2012 Dickerson Florida, Inc . Attn : Mr. Larry T. Dale 3122 North 25 `h Street Fort Pierce , FL 34946 NOTICE OF AWARD Reference: Indian River County Bid No. 2013008 6e Avenue Roadway Improvements (S. R. 60 to North 49t`, Street) Dear Mr . Dale : I am pleased to inform you that on December 18 , 2012 , the Board of County Commissioners awarded the above- referenced project to your company . In accordance with section 255 . 05 ( 1 )(a) , Florida Statutes , you are required to execute a Public Construction Bond for the above referenced project . The following documents are required before the applicable County department can issue a "Notice to Proceed" letter : 1 . Public Construction Bond in the amount of 100% of the contract amount' ($20,773,389.09). 2 . Certificate of Insurance must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation . 3 . Two Signed Copies of Enclosed Agreement . Please execute both copies of the enclosed Agreement and return them together with the required Bond , and Certificate of Insurance to this office at the ,; address provided below no later than January 2 , 2013 . Failure to comply with the established deadline for submittal of required ,;documents may be grounds I 'm cancellation of the award . " thank you for your prompt attention and if you have any questions , please do not hesitate to contact this office . Sincerely , Jerry Davis . Purchasing Manager Coco Christopher J. Kafir, Jr. , P. E. , County Engineer Office of Management and Budget • Purchasing Division 1800 27 `h Street, Vero Beach , Florida 32960•(772) 226- 1416 • Faxe (772) 770-5140 E- mail : purchasine(a) irceov , com r SECTION 00520 - Agreement ( Public Works ) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida , (hereinafter called OWNER ) and DICKERSON FLORIDA , INC . ( hereinafter called CONTRACTOR) . OWNER and CONTRACTOR , in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 - WORK 1 . 01 CONTRACTOR shall complete all Work as specified or indicated In the Contract Documents . The Work is generally described as follows : The proposed Improvements to 66th Avenue from south of S. R. 60 to north of 49�' Street consist of, the widening and reconstruction of the roadway to a 4-lane divided roadway section within the project limits. Curb and gutter and!'a raised median will be provided. An eight-foot wide concrete sidewalk will be provided on the west side of the roadway. The existing bridges at (5) five intersecting side streets will be removed and replaced. The side streets on the east and west of the Intersection approaches will be widened and reconstructed to a three lane roadway section: Also included will be stormwater drainage Improvement, pavement markings, traffic signals and landscape improvements. ARTICLE 2 - THE PROJECT 2 . 01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Project Name : 66`" Avenue Roadway Improvements (S . R . 60 to North of 49th St. ) County Project Number: 0545 & 0370 Bid Number: 2013008 Project Addres 6 Avenue - Indian River County, Florida ARTICLE 3 - ENGINEER 3 . 01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER ' s representative , assume all duties and 'responsibilities , and have the lights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents . ARTICLE 4 - CONTRACT TIMES 4 . 01 Time of the Essence A. All time limits for Milestones , if any , Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works) REV 04-07 ( 10) 00520 - 2 C t0acuments and Setknga'dnmGaugnlonlLocal Senmgs%Temporary Inlemet FdestConlant.Oudoek�24026LXBTMO • Agreement (Public WwU) REV 04.07 ( 10) doe F-- _ _ - 4 . 02 Days to Achieve Substantial Completion, Final Completion and Final Payment A . The Work will be substantially completed on or before the 470`"1 day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions , and completed and ready for final payment in accordance with paragraph 14 . 07 of the General Conditions on or before the 600th day 'after the date when the Contract Times commence to run. I 4. 03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4 . 02 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work . The parties also recognize the delays, expense , and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) , CONTRACTOR shall pay OWNER $6, 684. 00 for each calendar day that expires after the time specified in paragraph 4 . 02 for Substantial Completion until the Work is substantially complete . After Substantial Completion , if CONTRACTOR shall neglect, refuse , or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER , CONTRACTOR shall pay OWNER 16,684.00 for each '„calendar day that expires after the time specified in paragraph 4 . 02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5 . 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents , an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5 . 01 .A and summarized in paragraph 5. 01 . 8 , below: A . For all Work, at the prices stated in CONTRACTOR's Bid , attached hereto as an exhibit. B . THE CONTRACT SUM subject to additions and deductions provided in the Contract. . Numerical Amount: $ 2 0 , 7 7 3 , 3 8 9 . 0 9 Written Amount: Twenty Million Seven Hundred Seventy Three Thousand three hundred eighty nine dollars and nine cents 00520 - Agreement (Public Works) REV 04-07 (10) 00520 . 3 C %Oocum4nts and SellaVoUnnmcleughDnlLtxal SetlutgslTemponW Intemot FdestConlent 0ullooat24026Lx6100620 • Agreament (Public Works) REV 0447 ( 10),doc _ _ I ARTICLE 6 - PAYMENT PROCEDURES 6 . 01 Submittal and Processing of Payments A . CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents , 6 . 02 Progress Payments. A . The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act , Florida Statutes section 218 . 70 et . seq . The OWNER shall retain ten percent ( 10% ) of the payment amounts due to the CONTRACTOR until fifty percent ( 50 % ) completion of the work . After fifty percent (50% ) !i completion of the work is attained as certified to OWNER by ENGINEER in writing , OWNER shall retain five percent ( 5 % ) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed ; by CONTRACTOR under the Contract Documents . Pursuant to Florida Statutes section 218 . 735(8 ) ( b) , fifty percent ( 50 % ) completion means the point at which the County as OWNER has expended fifty percent (50 % ) of the total cost of the construction services work purchased under the Contract Documents , together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents . ;' 6 . 03 Pay Requests. A . Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application;1 for payment shall contain the CONTRACTOR ' S certification . All progress payments will be on the basis of progress of the work measured by the schedule of values established , or in the case of unit price work based on the number of units completed . After fifty percent ( 50 % ) completion , and pursuant to Florida Statutes section 218 . 735 ( 8) ( d ) , the CONTRACTOR may submit a pay :, request to the County as OWNER for up to one half ( 1 /2 ) of the retainage held by the County as OWNER , and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith ' dispute ; the subject of a claim pursuant to Florida Statutes section 255 . 05 (2005) ; or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR . The CONTRACTOR acknowledges that where such retainage is attributable to the labor , services , or materials supplied by one or more subcontractors or suppliers , the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers . Pursuant to Florida Statutes section 218 . 735 ( 8 ) (c) (2005) , CONTRACTOR further acknowledges and agrees that : 1 ) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent ( 5% ) after fifty percent (50 % ) completion ; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request . 6 . 04 Paragraphs 6 . 02 and 6 . 03 do not apply to construction services work purchased by the County as OWNER which are paid for , in whole or in part , with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary 00520 - Agreement (Public Works) REV 04-07 ( 10) 00520 - 4 C (Documents ano Settingewmclaugnitmt.00al Settings\Temporary Internet Files\Content. Outlook%24026t.X6100520 . Agreement (Public Works) REV 04-07 ( 10).doe to any provision of the Local Government Prompt Payment Act . In such event , payment and retainage provisions shall be governed by the applicable grant requirements and guidelines . 6 . 05 Acceptance of Final Payment as Release . A . The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work . Any payment , however , final or otherwise , shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond . ARTICLE 7 - INDEMNIFICATION 7 . 01 CONTRACTOR shall indemnify OWNER , ENGINEER , and others in accordance with paragraph 6 . 20 ( Indemnification) of the General Conditions to the Construction Contract , ARTICLE 8 - CONTRACTOR' S REPRESENTATIONS 8 . 01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations : A . CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B . CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local , and Site conditions that may affect cost , progress , and performance of the Work . C . CONTRACTOR is familiar with and is satisfied as to all federal , state , and local Laws and Regulations that may affect cost , progress , and performance of the Work . D . CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site ( except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any , at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E . CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations , tests , studies , and data concerning conditions (surface , subsurface , and Underground Facilities) at or contiguous to the Site which may affect cost , progress , or performance of the Work or which relate to any aspect of the means , methods , techniques , sequences , and procedures of construction to be employed by CONTRACTOR , including applying the specific means , methods , techniques , sequences , and procedures of construction , if any, 00520 - Agreement (Public Works) REV 04-07 ( 10) 00520 - 5 C Wocumerns and SetnngslmmClaugnIlMocal SethngstTemporary Internet FdestContent OutlookQ4026I.M00520 - Agreement (Public Works) REV 0447 ( 10) doc expressly required by the Contract Documents to be employed by CONTRACTOR , and safety precautions and programs incident thereto F . CONTRACTOR does not consider that any further examinations , investigations , explorations , tests , studies , or data are necessary for the performance of the Work at the Contract Price , within the Contract Times , and in accordance with the other terms and conditions of the Contract Documents . G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents . H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site , reports and drawings identified in the Contract Documents , and all additional examinations , investigations , explorations , tests , studies , and data with the Contract Documents . I . CONTRACTOR has given ENGINEER written notice of all conflicts , errors , ambiguities , or discrepancies that CONTRACTOR has discovered in the Contract Documents , and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work . ARTICLE 9 - CONTRACT DOCUMENTS 9 . 01 Contents A . The Contract Documents consist of the following : 1 . This Agreement ( pages 00520- 1 to 00520-9 , inclusive) ; 2 . Notice to Proceed ( page 00550- 1 ) 3 . Public Construction Bond ( pages 00610- 1 to 00610-3 , inclusive) ; 4 . Sample Certificate of Liability Insurance ( page 00620- 1 ) ; 5 . Contractor' s Application for payment ( pages 00622- 1 to 00622 -6 , inclusive) ; 6 . Certificate of Substantial Completion ( pages 00630- 1 to 00630-2 , inclusive ) ; 7 . Contractor' s Final Certification of the Work ( pages 00632A to 00630-2 , inclusive) ; 8 . Professional Surveyor and Mapper' s Certification as to Elevations and Locations of the Work ( page 00634 - 1 ; 9 . General Conditions ( pages 00700- 1 to 0070042 , inclusive) ; 10 . Supplementary Conditions ( pages 00800- 1 to 00800- 11 , inclusive) ; 11 . Division 1 — General Requirements as listed in Table of Contents; 12 . Division 2 — Technical Specifications as listed in Table of Contents ; 13 . Drawings consist of the following : 00520 - Agreement (Public Works) REV 04-07 (10) 00520 - 6 C t0ocuments end Sett;ngsvnmdaugnu0\Loca1 Setbngs%Temporary Internet Fdeslcontent 0utI0ok%24026LX8100520 - Agreement { Public Works) REV 04.07 ( 10) doc i • 66'" Avenue ( South of SR 60 to North 4e Street) sheets numbered 1 through 275; UT- 1 through UT-22 ; S- 1 through S41 ; 660' Avenue Streetscape Irrigation Plans (sheets 1 through 52) ; • 66th Avenue Streetscape Landscape Plans (sheets 1 through 47) ; • 66th Avenue Signalization plans (sheets T- 1 through T- 19) ; • 66th Avenue @ 26th Street Retaining Wall & Barrier Wall Plans (sheets S- 1 through S-6) ; • 66 l Avenue @ 33rd Street Bridge Plans (sheets C- 1 , 81 - 1 through B1 -26); • 66th Avenue @ 37th Street Bridge Plans (sheets C- 1 , 132-1 through 132-26) ; • 6e Avenue @ 45 ' Street Bridge Plans (sheets C- 1 , 133- 1 through 133-24) ; • 66'" Avenue @ 490' Street Bridge Plans (sheets C- 1 , B4- 1 through 134-24) ; • 66" Avenue and 41st Street Intersection Improvements (sheets 1 through 77 ; B- 1 through B- 19) ; • 661h Avenue & 41st Street Intersection Streetscape Plans (Cover and sheets LA through L-7 , IRA through IR-5) with each sheet bearing the following general title : 66th Avenue ; 8 . Addenda (numbers 1 to 2 , inclusive) ; 9 . Appendices to this Agreement (enumerated as follows) : Appendix A — Permits Appendix B — Soil Reports Appendix C — Exhibits 10 , CONTRACTOR'S BID ( pages 00310A to 00310-35 inclusive) 11 . Sworn Statement Under the Florida Trench Safety Act (pages 00454ml to 00454-2 , inclusive) 12 . Sworn Statement Under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships (pages 00452- 1 to 00452-2 , inclusive) 13 . Bid Bond ( pages 00430- 1 to 00430- 4 , inclusive) , Qualifications Questionnaire (page 00456- 1 to 004564 , inclusive) , List of Subcontractors ( page 00458- 1 inclusive) . 14 . The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto : a) Written Amendments, b) Work Change Directives; c) Change Order(s ) . 15 , Contractor' s Final Certificate of the Work (page 00632 — 1 & 2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10 . 01 Terms A . Terms used in this Agreement will have the meanings indicated in the General Conditions . 00520 - Agreement (Public Works) REV 04-07 (10) 00520 - 7 Cq%Ooc6rne�ta antl SaamgetmmuaugmadLocet SeurngatTemporary Intemet FileatConlent OuUook24026MR00620 - Agreeawl (Public Wont) REV 04-07 ( 10) noc 10 . 02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound : and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10 . 03 Successors and Assigns A . OWNER and CONTRACTOR each binds itself, its partners , successors , assigns , and legal representatives to the other party hereto , its partners , successors , assigns , and legal representatives in respect to all covenants , agreements , and obligations contained in the Contract Documents . 10 . 04 Severability A . Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR , who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as passible to expressing the intention of the stricken provision . 10 . 05 Venue A . This Contract shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County , Florida , or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . IN WITNESS WHEREOF , OWNER and CONTRACTOR have signed this Agreement in duplicate . One counterpart each has been delivered to OWNER and CONTRACTOR . All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on , 20 (the date the Contract is approved by the Indian River County Board of County Commissioners , which is the Effective Date of the Agreement) . 00520 - Agreement ( Public Works) REV 04-07 00) 00520 - 8 C t0ocuments an0 settingsvnmclaughlinlLocal Settmgs%Tomporary Internet FdeslContent 0utlooM24026LX6100520 • Agreement (Public Works) REV 0447 ( 10) doe OWNER : CONTRACTOR , INDIAN RIVER COUNTY DICKERSON FLORIDA , INC . By : By: Jo ph E . Flescher, Chair an Larry T Dal ( Contractor) President ( CORPORATE SEAL) osep A . Baird , County Administrator #�7 / Attest Charles H . Cameron , Secretary , . APPROVED AS TO FORM A"3' LEGAL SUa Y : ByA1010 S . Pols kwich , r. , County Attorney Address for giving notices . P . O . Box 910 Ft . . Pierce , FL 34954 - 0910 Jeffrey R . Smith , Clerk of Court and Comptroller License No . CGC060797 Attest : dQ �9A� (Where applicable) Deputy Clerk ( SEAL) Agent for service of process : Designated Representative : (b vn + •••• pprOM Name : Christopher J . Kafer Jr. , +��pMt� IS• • • . • /0 +• Designated Representative : Title : County Engineer °•°At • • • ' F9s'•° Name : Larry T . Dale , * 1801 27th Street o • . • Title: President J Vero Beach , Florida 32960 : "i Address : (772) 226- 1221 aP . 0 . Box 910 Facsimile : (772 ) 778=9391 Ft . Pierce , FL 34954 - 0910 o ° °•,�y� ',�''N°+° Phone : ( 772429 - 4444 ••••;giVRR�p�Np,e° Facsimile : ( 772 ) 429 - 4445 Note ,, ..00.00 ( If CONTRACTOR is a corporation or a partnership , attach evidence of authority to sign . ) * * END OF SECTION 00520 a Agreement (Public Works) REV 0407 ( 10) 00520 - 9 C tDocumenis and SetungslmmelaughlinUcat SettingstTemporary Internet Fil"lContent 0upook%24026LX8WM0 - Agreement (Public Works) REV 04-07 (10). doe 3120130003570 RECORDED IN THE P1.13LIC RECORDS OF JEFFREY R SMITH. CLERK OF COlRT INDLkN RIPER COL\TY FL BIL 2636 PG : 1074 Page 1 of 4 Public Work 1 14 201 .13 :03 PM F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 105714629 CONTRACTOR NAME Dickerson Florida, Inc. CONTRACTOR ADDRESS: 3122 North 25th Street Fort Pierce, Florida 34946 CONTRACTOR PHONE NO$ (772) 4294444 SURETY COMPANY NAME: Travelers Casualty and Surety Company of America SURETY PRINCIPAL One Travelers Square BUSINESS ADDRESS: Hartford, Connecticut 06183 SURETY PHONE NO: (828) 2364000 OWNER NAME: Indian River County OWNER ADDRESS: 1800 27th Street Vero Beach, Florida 32960 OWNER PHONE NO: (772) 2264416 OBLIGEE NAME at mattadng an" is aufaml teem Me onmw flus contracting public madly) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $2097739389.09 CONTRACT NO: 0545 & 0370 (11( applicable) DESCRIPTION OF WORK: Roadway Improvements PROJECT LOCATION: 66th Avenue (S.R. 60 to North 49th Street) Indian River County, Florida LEGAL DESCRIPTION: 66th Avenue Roadway Improvements (S.R. 60 to North 49th St.) of applicable) FRONT' PAGE Ali adw bona pa ga) an aeemaa .abtegaeat to ebb PW r gprdkm of may PW numb@*) that way be Pena dm*m 00610 - 2 00610 - PuNic Condn lion Bond.doc F• IDubtle Works%ENGINEERING DIVISION PROJECTS10545.68Th Ave SR60 to 57th St tArcsdia)WdmfrMW DownentaWlSiO - Public PUBLIC CONSTRUCTION BOND Bond No . 105714629 (enter bond nurpber) BY THIS BOND, We Dickgrson Florida. Inc. , as Principal and Travelers Casualty and Surety Company of America , a corporation , as Surety, are bound to Indian River C uo my herein called Owner, in the sum of $_ 20,7739389.09 , for payment of which we bind ourselves, our heirs , personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: I . Performs the contract datedJanuary 2013 between Principal and Owner for construction Of 66th Avenue Roadway Improvements (S.R. 60 to North 49th Street) , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2 . Promptly makes payments to all claimants , as defined in Section 2, 55.05( 1 ), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3 . Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void , otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255. 05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance. with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond . DATED ON January 2, 2013, Dickerwn FloriAp, Inc. = ame Travelers lty and a ompa f America By (As AttofneV in Fact) Karen K. Beard, Attorney-in-Fact and Florida Licensed Agent (Name of Surety) 00610 - 3 00810 - Pow Construction 8ond.ac F:1Publlc Wo*sVENGtNEERING DIVISION PROJECTS10MMSTh Ave 81160 to 57th St (Arcadis)%AdmimlBld oocumenwww10 - Pubiic Construction Bond.doc " Inquiries (828) 2364000 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney - In Fact No. 223206 Certificate Noe 0 0 4 7 7 0 3 9 8 f t KNOW ALL HIEN BY THESE PRESENTS : That St . Paul Fire and Marine Insurance Company. St . Paul Guardian Insurance Company and St. Paul Mercury Insurance t Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company. and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc . . is a corporation duly organized under the laws of the State of Wisconsin ( herein collectiveh called the ••Companies•• ). and that the Companies do hereby make , constitute and appoint Karen K . Beard i e of the City of Asheville . State of North Carolina their true and lawful Attomey'( s )-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 14th IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of March 2012 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company oi�aio��6 •ltt ANO4VORR EEtow d+... ......%ate �� • d' State of Connecticut By : City of Hartford ss. Georg Thompson. enior ice President On this the 14th day of March 2012 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc. , St . Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St . Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such , being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Joe In Witness Whereof, I hereunto set my hand and official seal. W AAMy Commission expires the 30th day of June . 2016Marie C . Tetreault. Notary' Public 58440-6- 11 Printed in U . S.A. WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER F_. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc . , St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the Company 's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to . one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is FURTHER RESOLVED, that the signature of each of the following officers : President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. qq IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 / Kevin E. Hughes, Assistant Sec tary p�SU,�< Q�•,• • yF:FE6 �NM..�;YS(� + �N3Yq J�,�ft ANp 1�� Iv. C �� n g yr,�,,,,,.` � ftL �If����p, ��:A WNr ppNPORgt�i cp • ', ,.� s 11 9.8 2� 0 7C y 9� '^'-�+we17 � i + I F .»- • n r MAIITFORD, < ' �Walf�� i 1 yy *kcF'"aD 19Jr� N$�Q. �SE AL �o S8Ati; D ± CONN. s • � � � AANC fs�..�N� 1p .........'aa d1 •�< � • � � Attl� To verify the authenticity of this Power of Attorney. call I -800-421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ® DATE (MM/DD/YYYY) AC� �. CERTIFICATE OF LIABILITY INSURANCE 01 /02/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement (s). PRODUCER CONTACT KAREN BEARD NE SURETY AGENCY, LLC A/C No Ext): 828=236-1000 aC No): 828-236- 1001 552-B NEW HAW CREEK ROAD ADDRESS: KAREN 110 BELLSOUTH . NET ASHEVILLE, NC 28505 INSURER(S) AFFORDING COVERAGE NAIC # 828-236-1000 FAX 828-236-1001 INSURER A: CHARTER OAK FIRE INS . CO. INSURED INSURER B: TRAVELERS INDEMNITY COMPANY DICKERSON FLORIDA, INC . INSURER C: TRAVELERS PROPERTY CAS . CO. OF AMERICA P . O . BOX 910 INSURER D: FT, PIERCE , FL 34954-0910 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 100067 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, _ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IANSR SVWD POLICY NUMBER MM/LDD/YYEYYY MMIDDIYYYY LIMITS LTR B GENERAL LIABILITY X 8280B629 07/01 /201207/01 /2013 EACH OCCURRENCE $ 11000 , 000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea RENTED $ 300 , 000 CLAIMS-MADE OCCUR MED EXP (Any one person) $ 1 O 000 _ PERSONAL & ADV INJURY $ 11000 ,000 _ GENERAL AGGREGATE $ 21000 , 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 OOO 000 POLICY FX PROJECT F LOC $ C AUTOMOBILE LIABILITY 8280B630 07/01 /201207/01 /2013 (E COMBINED LE LIMIT $ 11000 , 000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accident) $ AUTOS AUTOS ( ) X HIRED AUTOS X AUTOSWNED (Per ardent)DAMAGE $ C UNI BRELLALIAB X OCCUR ; 828OB654 07/01 /201207/01 /2013 EACH OCCURRENCE $ 3 , 0001000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 3 ,0001000 DED I RETENTION $ $ WORKERS COMPENSATION A AND EMPLOYERS' LIABILITY Y / N 828OB549 07/01 /2012 07/01 /2013 X TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDEN / A E. L. EACH ACCIDENT $ 500; 000 D? (Mandatory In NH) E. L. DISEASE - EA EMPLOYEE $ 500, 000 If yes, describe under DESCRIPTION OF OPERATIONS below E. L. DISEASE - POLICY LIMIT $ 500, 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) PROJECT : 66TH AVENUE ROADWAY IMPROVEMENTS (SR 60 TO NORTH 49TH STREET) INDIAN RIVER COUNTY IS ADDITIONAL INSURED WITH A THIRTY (30) DAY NOTICE OF CANCELLATION CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE INDIAN RIVER COUNTY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1801 27TH STREET ACCORDANCE WITH THE POLICY PROVISIONS. VERO BEACH , FL 32960-3388 AUTHORIZED REPRESENTATIVE I © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 26 (2010/05) The ACORD name and logo are registered marks of ACORD SECTION 00622 = Contractor's Application for Payment 66th Avenue Roadway Improvements ( S . R. 60 to North of 49th Street) Application for Payment No . For Work Accomplished throuqh the period of through To : Indian River County (OWNER) From : (CONTRACTOR) Bid No . : 2013008 Project No . : 0545 & 0370 1 ) Attach detailed schedule and copies of all paid invoices. 1 . Original Contract Price . $ 2 . Net change by Change Orders and Written Amendments (+ or -) : $ 3. Current Contract Price ( 1 plus 2) : 14 . Total completed and stored to date : $ 50 Retainage (per Agreement) : of completed Work: $ of retainage : $ Total Retainage : $ 6 . Total completed and stored to date less retainage (4 minus 5) : $ 7 . Less previous Application for Payments : $ 8. DUE THIS APPLICATION 6 MINUS 7) : $ CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that ( 1 ) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors , laborers , materialmen and suppliers except as listed on Attachment A, below, (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens , security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien , security interest or encumbrance) , (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective ; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by Chapter 212 Florida Statutes , (Sales and Use Tax Act , as Amended) have been paid and discharged , and that I have no claims against the OWNER. 00622 - Contractor's Application for Payment = 03-10 rev.doc 00622 - 1 RkPublic WorkslENGINEERING DIVISION PROJECTS10545,66Th Ave SR60 to 57th St (Arcadis)1AdmimlBid Documents\00622 - Contractor's Application for Payment - 03=10 rev.doc Rev. 05/01 F Page 2 of 6 Attached to or submitted with this form are . 1 . Signed release of lien forms (partial or final as applicable) from all subcontractors , laborers , materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included ; 2 . Updated Construction Schedule per Specification Section 01310 , and Dated By: (CONTRACTOR — must be signed by an Officer of the Corporation ) Print Name and Title STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public, duly commissioned , qualified , and acting , personally appeared who being by me first duly sworn upon oath , says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR, and that all of the statements contained herein are true , correct, and complete . Subscribed and sworn to before me this day of is personally known to me or has produced as identification . NOTARY PUBLIC : (SEAL) Printed name : Commission No . . Commission Expiration : [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03- 10 rev.doc - 00622 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTSt0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 F Page 3 of 6 SURETY' S CONSENT OF PAYMENT TO CONTRACTOR : The Surety, , a corporation , in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest. Secretary Corporate Surety Business Address BY: Print Name : Title : (Affix Corporate SEAL) STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , a Notary Public, duly commissioned , qualified , and acting , personally appeared to me well known or who produced as identification , who being by me first duly sworn upon oath , says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor' s Application for Payment. Subscribed and sworn to before me this day of 20 Notary Public, State of My Commission Expires : [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03- 10 rev.doc 00622 - 3 F:\Public Works%ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents100622 - Contractors Application for Payment - 03A0 rev.doc Rev. 05/01 Page 4 of 6 CERTIFICATION OF ENGINEER . I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors , laborers , materialmen and suppliers because I am not in a position to accurately determine that issue . Dated SIGNATURE CERTIFICATION OF INSPECTOR : I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project . To the best of my knowledge , this statement of work performed and/or materials supplied appears to be reasonably accurate , that the Contractor appears to be observing the requirements of the Contract with respect to construction , and that the Contractor should be paid the amount requested above , unless otherwise noted by me . I am not certifying as to whether or not the Contractor has paid all subcontractors , laborers , materialmen and suppliers because I am not in a position to accurately determine that issue . Dated SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 4 F:Wublic Works\ENGINEERING DIVISION PROJECTS10545a66Th Ave SR60 to 57th St (Arcadis)1Ndmim\Bid Documentst00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 Page 5 of 6 ATTACHMENT A 1 . List of all subcontractors , laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary) : 2. List of all subcontractors , laborers , materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary) : 00622 - Contractors Application for Payment - 03-10 rev.doc 00622 - 5 F:%Public Works%ENGINEERING DIVISION PROJECTS10545=66Th Ave SR60 to 57th St (Arcadls)Vidmim'Sid Documents\00622 - Contractor's Application for Payment = 0340 rev.doc Rev. 05/01 f __ WORK COMPLETED EN MM ;,;,, s .. Ilk I „ . . .. >,�. eel -a ,.; v..�11iJillieelNle IN% X51 ..r �� :1Wlf Nee, . •: .:ll JL3 ..a :,: r .[ I el,wet : f :< lNe% v �: a % •.7 w�. �M` k 'INI F. .a a . ..>_.�.i ,. .,.� ,__.,„, ", ��..a , .u.. ,.,_,.. .cu.. ...x , t> s.. >. A, , .. , . , . _._,_NcNa _, .. . .�e e �`..:x.: ..�., .,. e-s . . e d, vau, v � > fb. ® ,.. ■ • 1 1 1 1 1 1 1 1 1 1 1 1 ■ 1 1 1 1 1 1 3 . ,Ivy« "i rN I r ... . � >nu.n. "� .:�<u�.:,,« ..� ,�..<A. �._ . .>.aa..�, . s.& 4, v., a...:..xm� ..,,....>w "� . .,:.�' , :. � �a?6sx$«T� a 'v=e ':ra . 6� ,. vx :" ,, ... , z' x :; "`z°, ell .; WIN, >�` , ,rte I' a W ,.r�iiro a. : �s� .. , �. a. 3 ,. .'. s _r., L -i .;, .:,: �, �e u; . ._.,.x...c,: .:... .,..�,.G.,. .,._..�..,..,�:.�`?,��„s r2 � 4siv .,�. ,.�,.,.,.,�.. ...�.. .....w1.� .. _, ...>,.. .� ., ._ ..,.�.. , ,.....5.... _ ,....,..,.,_ ...�.�.... .,.ti,_..d-.k,>. a.,., �_ ...... .. ..__.,._ a�. ...:� .> >.� .> h � .. , .:�:.>:. H,.a... :Nee " _..• .,.. >..a�.. ...xmcss..N..�.a ^�'� 1 fico 940131 w p Dw I / 1 I I I • I - I ' 1 I I 1 I I II 1 1 1 1 ' I II SECTION 00630 - Certificate of Substantial Completion Date of Issuance : 20 OWNER : Indian River County CONTRACTOR : Bid No . : 2013008 Project: 66Avenue Roadway Improvements (S . R . 60 to North of 49th Street) ENGINEER's Project No . 0545 & 0370 CONTRACT FOR: 66th Avenue Roadway Improvements (S . R . 60 to North of 49th Street) This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To • CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER , and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto . This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents : The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 days of the above date of Substantial Completion . 00630 - Certificate of Substantial Completion REV 04=07.doc 00630 - 1 FAPublic Works%ENGINEERING DIVISION PROJECTSW545.66Th Ave SR60 to 57th St (Arcadis)VAdmim\Bid Documents100630 - Certificate of Substantial Completion REV 0"Tdoc The responsibilities between OWNER and CONTRACTOR for security, operation , safety, maintenance , heat, utilities , insurance and warranties and guarantees shall be as follows : OWNER: CONTRACTOR : The following documents are attachedito and made a part of this Certificate : [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by . Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract . Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents . Executed by ENGINEER on : (Date) . ENGINEER . By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date) . CONTRACTOR : By : (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date) . OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION 00630 = Certificate of Substantial Completion REV 04-07.doc 00630 - 2 P%Public Works'ENGINEERING DIVISION PROJECTM0545=66Th Ave SR60 to 57th St (Areadis)Wdmim\Bid Documents%00630 - Certificate of Substantial Completion REV 0"Tdoc i _ _ SECTION 00632 - CONTRACTOR' S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME : 66h Avenue Roadway Improvements (S . R. 60 to North of 49th Street) IRC PROJECT NO : 0545 & 0370 STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state, did on the day of , 20 , enter into a contract for the performance of certain work, more particularly described as follows : UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth . Affiant further says that: 1 . CONTRACTOR has reviewed the Contract Documents, 2 . CONTRACTOR has reviewed the Work for compliance with the Contract Documents . 3 . CONTRACTOR has completed the Work in accordance with the Contract Documents . 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 00632- 1 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00632 - Contractors Final Certification REV 04-07.doc 5 . The Work is complete and ready for final acceptance by the OWNER. 6 . CONTRACTOR hereby certifies that it has no claims against the OWNER . (Corporate Seal) (Contractor) By: Subscribed and sworn to before me this day of , 20 Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + 00632-2 PTublic Works\ENGINEERING DIVISION PROJECTS\054 w Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00632 - Contractoes Final Certification REV 04-07.doc SECTION 00634 as PROFESSIONAL SURVEYOR AND MAPPER' S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: ( Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME : 66th Avenue RoadwaK Improvements (S. R. 60 to North of 49 Street) INDIAN RIVER COUNTY PROJECT NO : 0545 & 0370 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision . I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents , except for discrepancies listed below. [Attach additional sheets as necessary] (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name : Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name : Company Address : Telephone Number: 00634 - Professional Surveyor and Mapper's Certification as to Elevations and Locations of the Work REV 04=07.doc 00634 - 1 FAPublic Works%ENGINEERING DIVISION PROJECTS10545=66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents100634 - Professional Surveyor and Mappers Certification as to Elevations and Locations of the Work REV 0"7.doc Rev. 06/01 STANDARD 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 1015 15th Street N .W. , Washington , DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . 0 a 9 Sea a 0 9 9 So ass 9 6 us 6 a ass Sea 0 9 0 @a ease ass 1 9 as as a 0 0 a 0 0 0 0 0 0 a 0 a Sea am v 0 0 w 9 0 0 8 0 0 v p 9 a a a as amp 1 * 0 0 0 0 0 6 0 as 0 0 a 65 1 . 01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 1 .02 Terminology. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 2 - PRELIMINARY MATTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . 8 2001 Delivery of Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2. 02 Copies of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2003 Commencement of Contract Times, Notice to Proceed. . ass 0 0 04 * 000 8 0 of a 0 a Mal a @goes Do we go a Damon at * on come motseweer see 000098 2. 04 Starting the Work. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2 . 05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 2006 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 2007 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING , REUSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 3. 01 lntent. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 3. 02 Reference Standards . . . . . . . . . . . go 45 9 a votes Sees * a ODOM ass Moo moo a & & * * 0 0 age 0 0 0 a a a 0 a a a a a 0 0 a a a a 0 0 0 10 a 4 4 0 a 0 a 9 0 0 a 0 0 6 a & 0 0 9 a 0 a a a a A 0 9 3. 03 Reporting and Resolving Discrepancies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 3. 04 Amending and Supplementing Contract Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 3. 05 Reuse of Documents. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE 4 we AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4. 01 Availability of Lands . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4. 02 Subsurface and Physical Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4. 03 Differing Subsurface or Physical Condrtions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4. 04 Underground Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 4. 05 Reference Points . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . : . . . . . . . . . . . . . 13 4. 06 Hazardous Environmental Condition at site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 ARTICLE5 - BONDS AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 5 . 01 Performance, Payment, and Other Bonds. . a 0 a 0 0 a a 9 a 9 a 0 5 5 go 0 0 0 0 0 a 6 & 6 a 0 6 a a a a 8 0 0 0 a a 0 a a a 0 a 0 a 0 0 6 0 9 a 5 9 9 9 0 0 V 0 0 4 0 0 a 4 0 a a a a a a 5 a 5 a 9 0 a a a a a a 814 5. 02 Licensed Sureties and Insurers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 5. 03 Certificates of Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 04 CONTRACTOR's Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 05 OWNER'S Liability Insurance . . . . . . . . . * goddesses so@ * @ Seats@ * mesa memo & Sea a 0 6 a a 0 S 0 0 a 0 0 d a & a 0 a 0 0 a a 0 0 a a 0 0 a 4 a 0 a 0 0 6 a 0 0 0 4 0 9 0 0 0 0 0 a 9 0 0 0 0 6 a 0 9 9 0 0 5 0 0 516 5. 06 Property Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 5. 07 Waiver of Rights . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 5. 08 Receipt and Application of Insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 5. 09 Acceptance of Bonds and Insurance, Option to Replace. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 5. 10 Partial Utilization, Acknowledgment of Property Insurer. . 0 0 a 6 b a a 6 a a 0 0 a 8 & * & & % Gagetown am See 0 * 600000 ON@ * @ 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6. 01 Supervision and Superintendence . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6. 02 Labor, Working Hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6. 03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 . 04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 . 05 Substitutes and "Or-Equals". . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 00700 - General Conditions REV 04-07.doc 00700 an 2 FAPublic Works\ENGMERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Eid Documents\00700 - General Conditions REV 0407.doc 6 . 08 Permits. . . . now me ass 90 a Soso 0 am mass a am mew a am ass 9 sees a seam mass 0 0 1 * 0 6 am a 5 * 0 same ass as us as@ see sea 6 6 a & 6 0 me my 0 am ass 0 0 0 ass a at 9 me a seam 0 & a *2 1 6 . 09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 6. 10 Taxes . . . . . . . . . . . a * @a opt , so a sown ova ass@ * a # & * * * a 0 0 0 6 @soon a ass 0 0 0 a 0 man 0 0 0 a a 0 0 a was a 0 a a a a new 0 2 a a so 0 a 6 a ass a 0 a a a 0 0 0 0 a a 0 * 90 0 a a 0 a 0 a a a 0 0 0 a 9 0 0 a a 0 a 0 a ova 9 0 a a 9 a 0 0 9 422 6. 11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . .22 6. 14 Safety Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . 23 6. 15 Hazard Communication Programs. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 6. 16 Emergencies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 6. 17 Shop Drawings and Samples. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 6 . 18 Continuing the Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6 . 19 CONTRACTOR'S General Warrantyand Guarantee. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6 .20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 ARTICLE7 Now OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 7. 01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 7. 02 Coordination . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 ARTICLE 8 - OWNER'S RESPONSIBILITIES . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8 . 01 Communications to Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8. 02 Replacement of ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8. 03 Furnish Data . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8 .04 Pay Promptly When Due. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8 . 05 Lands and Easements, Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 8o06 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8. 07 Change Or+olers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . .27 8. 08 Inspections, Tests, and Approvals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8. 09 Limitations on OWNER'S Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8. 10 Undisclosed Hazardous Environmental Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8 . 11 Evidence of Financial Arrangements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION . . . . . . . . . a a 0 a * a a a 4 a 9 a a 0 a a a 0 0 0 0 a 9. 01 OWNER'S Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 9.02 Visits to Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 9. 03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0000 . . . . : . . . . . . . . . . . . . . . . . . . .27 9. 04 Clarifcations and Interpretations. . . Samoa mass mass * & * * ass gasses & @ amebae moo * * @ a me ON MONSON a pv & * Gbaoaoo * h stage we a 8660 * 27 9. 05 Authorized Variations in Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9 . 06 Rejecting Defective Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9 .07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9. 09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9 , 10L * Stations on ENGINEER'S Authority and Responsibilities. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 10.01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 10. 02 Unauthorized Changes in the Work. . a as 6 * 0 togwev " wom easy 0 0 a 0 a a * * % see 0 0 0 a so & 000000 00000 0 a a a a a 0 0 1 w * * * * so a 0 * 006000 * 00 a 0 a 0 0 a 029 10. 03 Execution of Change Orr/ers. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 10. 04 Notification to Surety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 10. 05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 11 . 01 Cost of the Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 11 . 02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 11 . 03 Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 ARTICLE 12 of CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 . 19 . . . . 66066 . 033 00700 AN General Conditions REV 04-07.doc 00700 an 3 F:\Public WorkAENGINEEWNG DMSION PROJECTS\0545-66Th Ave SR60 to 57th St (Areadisnditions REV 04-07.doc )\Admim\Bid Documents\00700 - General Co 12 . 01 Change of Contract Price . . . . . . . . 9 0 * 6 s 0 0 0 0 s 0 0 9 0 0 * 0 a a 0 0 P 0 6 0 9 0 0 0 0 0 a 0 0 a 9 a 0 9 0 0 0 0 0 0 0 a 0 0 0 9 a 0 a 0 0 0 9 0 5 0 0 V P mass a 4 0 0 0 a to 6 6 0 * 9 a a a 0 a a 0 0 0 0 0 0 0 0 am a an a a 0 0 33 12 . 02 Change of Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 12 . 03 Delays Beyond CONTRACTOR's Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 12 . 04 Delays Within CONTRACTOR's Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 12 . 06 Delay Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION , REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK. 0 a a 6 a a s * 0 6 0 a s 6 Q 0 & a a a 0 * a a a 6 a a 6 0 a a * a b a 0 6 a a a 1 0 13. 01 Notice of Defects . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 13. 02 Access to Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 13. 03 Tests and Inspections . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 13. 04 Uncovering Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 13 .05 OWNER May Stop the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 13. 06 Correction or Removal of Defective Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 13. 07 Correction Period . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 13. 08 Acceptance of Defective Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 13 . 09 OWNER May Correct Defective Work. . 0 a 9 0 a 4 0 9 0 9 0 d a 0 4 6 a 2 0 9 a 6 8 a a a 0 0 a 0 0 0 a a 6 a a 0 6 6 a a a 6 a Q A 6 a a 0 Q a 0 6 9 0 0 a 6 0 0 0 6 0 4 a A 0 0 0 0 0 0 0 t 6 a & 1. a a 0 Q 0 6 636 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 14. 61 Schedule of Values . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 14. 02 Progress Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 14.03 CONTRA CTOR's Warranty of Title . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 14004 Substantial Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 14. 05 Partial Utilization . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 14. 06 Final Inspection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 14:07 Final Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .40 14 :08 Final Completion Delayed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .41 14:09 Waiver of Claims . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .40 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 15. 01 OWNER May Suspend Work . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 15 . 02 OWNER May Terminate for Cause . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 15. 03 OWNER May Terminate For Convenience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . .41 15. 04 CONTRACTOR May Stop Work or Terminate . . . . @too@ poem ego * seem 0 message * * * ago me message 0 9966199960 same 6 a 06642 ARTICLE16 was DISPUTE RESOLUTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 16. 01 Methods and Procedures . . . . . . . . sea & & dome a & stooge * @ w a me mamas a mass am a Massa@ * * * @ usage Me mass so me a Oman * * 0 0 5 see goo $ 0042 ARTICLE17 - MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 17. 01 Giving Notice . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 17. 02 Computation of Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 17 .03 Cumulative Remedies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 17.04 Survival of Obligations. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 17. 05 Controlling Law. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 00700 - General Conditions REV 04-07.doc 00700 an 4 FAPub6c Works\ENGINEERING DMSION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admlm\Bid Documents\00700 - General Conditions REV 04-07.doc r - � GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10 . Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both , or other 1 . 01 Defined Terms relief with respect to the terms of the Contract. A demand for money or services by a third party is not a A. Wherever used in the Contract Documents Claim . and printed with initial or all capital letters, the terms listed below will have the meanings indicated which 11 . Contract—The entire and integrated are applicable to both the singular and plural thereof, written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract 1 . Addenda—Written or graphic instruments supersedes prior negotiations, representations, or issued prior to the opening of Bids which clarify, agreements, whether written or oral . correct, or change the Bidding Requirements or the Contract Documents. 12. Contract Documents—The Contract Documents establish the rights and obligations of the 2 . Agreement—The written instrument which parties and include the Agreement, Addenda (which is evidence of the agreement between OWNER and pertain to the Contract Documents), CONTRACTOR's CONTRACTOR covering the Work. Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the 3. Application for Payment—The form Notice of Award) when attached as an exhibit to the acceptable to ENGINEER which is to be used by Agreement, the Notice to Proceed, the Bonds, these CONTRACTOR during the course of the Work in General Conditions, the Supplementary Conditions, requesting progress or final payments and which is to the Specifications and the Drawings as the same are be accompanied by such supporting documentation more specifically identified in the Agreement, together as is required by the Contract Documents. with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's 4. Asbestos—Any material that contains written interpretations and clarifications issued on or more than one percent asbestos and is friable or is after the Effective Date of the Agreement. Approved releasing asbestos fibers into the air above current Shop Drawings and the reports and drawings of action levels established by the United States Occupa- subsurface and physical conditions are not Contract tional Safety and Health Administration , Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files 5. Bid—The offer or proposal of a bidder in electronic media format of text, data, graphics, and submitted on the prescribed form setting forth the the like that may be furnished by OWNER to prices for the Work to be performed. CONTRACTOR are not Contract Documents. 6. Bidding Documents—The Bidding 13. Contract Price-The moneys payable by Requirements and the proposed Contract Documents OWNER to CONTRACTOR for completion of the (including all Addenda issued prior to receipt of Bids) . Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of 7. Bidding Requirements—The paragraph 11 . 03 in the case of Unit Price Work). Advertisement or Invitation to Bid , Instructions to Bidders, Bid security form , if any, and the Bid form 14. Contract Times—The number of days or with any supplements. the dates stated in the Agreement to: (i) achieve Substantial Completion ; and (ii) complete the Work so 8. Bonds—Performance and payment bonds that it is ready for final payment as evidenced by and other instruments of security. ENGINEER's written recommendation of final pay- ment. 9. Change Order—A document recommend- ed by ENGINEER which is signed by CONTRACTOR 15. CONTRACTOR—The individual or entity and OWNER and authorizes an addition , deletion , or with whom OWNER has entered into the Agreement. revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the 16 . Cost of the Work—See paragraph 11 . 01 .A Effective Date of the Agreement. for definition . 00700 - General Conditions REV 04-07.doc 00700 - 5 P:\Public Works\ENGINEERING DMSION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Eid Documents\00700 - General Conditions REV 0447.doc 17. Drawings—That part of the Contract 28 . Notice of Awarrl—The written notice by Documents prepared or approved by ENGINEER OWNER to the apparent successful bidder stating that which graphically shows the scope, extent, and upon timely compliance by the apparent successful character of the Work to be performed by bidder with the conditions precedent listed therein , CONTRACTOR . Shop Drawings and other OWNER will sign and deliver the Agreement. CONTRACTOR submittals are not Drawings as so defined . 29 . Notice to Proceed—A written notice given by OWNER to CONTRACTOR fixing the date on 18. Effective Date of the Agreement The which the Contract Times will commence to run and date indicated in the Agreement on which it becomes on which CONTRACTOR shall start to perform the effective, but if no such date is indicated , it means the Work under the Contract Documents. date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 30. OWNER—The individual , entity, public body, or authority with whom CONTRACTOR has 19. ENGINEER—The individual or entity entered into the Agreement and for whom the Work is named as such in the Agreement. to be performed . 20. ENGINEER's Consultant—An individual or 31 . Partial Utilization—Use by OWNER of a entity having a contract with ENGINEER to furnish substantially completed part of the Work for the pur- services as ENGINEER's independent professional pose for which it is intended (or a related purpose) associate or consultant with respect to the Project and prior to Substantial Completion of all the Work. who is identified as such in the Supplementary Conditions. 32. PCBs—Polychlorinated biphenyls. 21 . Field Order—A written order issued by 33. Petroleum—Petroleum , including crude oil ENGINEER which requires minor changes in the or any fraction thereof which is liquid at standard Work but which does not involve a change in the conditions of temperature and pressure (60 degrees Contract Price or the Contract Times. Fahrenheit and 14 . 7 pounds per square inch absolute), such as oil , petroleum , fuel oil, oil sludge, oil 22 . General Requirements—Sections of refuse, gasoline, kerosene, and oil mixed with other Division 1 of the Specifications. The General non-Hazardous Waste and crude oils. Requirements pertain to all sections of the Specifica- tions. 34. Project—The total construction of which the Work to be performed under the Contract 23. Hazardous Environmental Condition—The Documents may be the whole, or a part as may be presence at the Site of Asbestos, PCBs, Petroleum , indicated elsewhere in the Contract Documents. Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a 35. Project Manual—The bound documentary substantial danger to persons or property exposed information prepared for bidding and constructing the thereto in connection with the Work. Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is 24. Hazardous Waste—The term Hazardous contained in the table(s) of contents. Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC 36, Radioactive Mateda/- Source, special Section 6903) as amended from time to time. nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et 25. Laws and Regulations; Laws or Regulat- seq. ) as amended from time to time. ions—Any and all applicable laws , rules, regulations, ordinances, codes, and orders of any and all govern- 37. Resident Project Representative—The mental bodies, agencies, authorities, and courts authorized representative of ENGINEER who may be having jurisdiction . assigned to the Site or any part thereof. 26. Liens—Charges, security interests, or 38. Sarnples- Physical examples of encumbrances upon Project funds, real property, or materials, equipment, or workmanship that are personal property. representative of some portion of the Work and which establish the standards by which such portion of the 27. Milestone—A principal event specified in Work will be judged . the Contract Documents relating to an intermediate completion date or time prior to Substantial Comple- 39. Shop Drawings—All drawings, diagrams, tion of all the Work. illustrations, schedules, and other data or information 00700 - General Conditions REV 0407.doc 00700 - 6 F:%Public WorksIENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Vldmim\Bid Documents\00700 - General Conditions REV 04 ,07.doc I which are specifically prepared or assembled by or for Work includes and is the result of performing or CONTRACTOR and submitted by CONTRACTOR to providing all labor, services, and documentation illustrate some portion of the Work. necessary to produce such construction , and furnishing , installing , and incorporating all materials 40. Site—Lands or areas indicated in the and equipment into such construction , all as required Contract Documents as being furnished by OWNER by the Contract Documents. upon which the Work is to be performed , including rights-of-way and easements for access thereto, and 49 . Work Change Directive—A written such other lands furnished by OWNER which are statement to CONTRACTOR issued on or after the designated for the use of CONTRACTOR . Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering 41 . Specfcations�That part of the Contract an addition , deletion , or revision in the Work, or Documents consisting of written technical descriptions responding to differing or unforeseen subsurface or of materials, equipment, systems, standards, and physical conditions under which the Work is to be workmanship as applied to the Work and certain performed or to emergencies. A Work Change administrative details applicable thereto. Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect 42 . Subcontractor—An individual or entity that the change ordered or documented by a Work having a direct contract with CONTRACTOR or with Change Directive will be incorporated in a subse- any other Subcontractor for the performance of a part quently issued Change Order following negotiations by of the Work at the Site. the parties as to its effect, if any, on the Contract . Price or Contract ct Time_ s. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has 50. Written Amendment—A written statement progressed to the point where, in the opinion of modifying the Contract Documents, signed by ENGINEER, the Work (or a specified part thereof) is OWNER and CONTRACTOR on or after the Effective sufficiently complete, in accordance with the Contract Date of the Agreement and normally dealing with the Documents, so that the Work (or a specified part non-engineering or nontechnical rather than strictly thereof) can be utilized for the purposes for which it is construction-related aspects of the Contract Docu- intended. The terms "substantially complete" and ments. "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1 . 02 Terminology 44. Supplementary Conditions—That part of A. Intent of Certain Terms or Adjectives the Contract Documents which amends or supplements these General Conditions. 1 . Whenever in the Contract Documents the terms "as allowed , " "as approved , " or terms of like 45. Supplier—A manufacturer, fabricator, effect or import are used , or the adjectives supplier, distributor, materialman , or vendor having a "reasonable, " "suitable, " "acceptable," "proper, " direct contract with CONTRACTOR or with any "satisfactory," or adjectives of like effect or import Subcontractor to furnish materials or equipment to be are used to describe an action or determination of incorporated in the Work by CONTRACTOR or any ENGINEER as to the Work, it is intended that such Subcontractor. action or determination will be solely to evaluate, in general, the completed Work for compliance with 46. Underground Facilities—All underground the requirements of and information in the Contract pipelines, conduits, ducts, cables, wires, manholes, Documents and conformance with the design vaults, tanks, tunnels, or other such facilities or concept of the completed Project as a functioning attachments, and any encasements containing such whole as shown or indicated in the Contract facilities, including those that convey electricity, gases, Documents (unless there is a specific statement steam, liquid petroleum products, telephone or other indicating otherwise). The use of any such term or communications, cable television , water, wastewater, adjective shall not be effective to assign to ENGk storm water, other liquids or chemicals, or traffic or NEER any duty or authority to supervise or direct other control systems. the performance of the Work or any duty or authority to undertake responsibility contrary to the 47. Unit Price Work—Work to be paid for on provisions of paragraph 9. 10 or any other provision the basis of unit prices. of the Contract Documents. 48. Work—The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. 00700 - General Conditions REV 04.07.doc 00700 - 7 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadis)V\dmiml8id Documents\00700 - General Conditions REV 04-07.doc B . Day ARTICLE 2 - PRELIMINARY MATTERS 1 . The word "day" shall constitute a calendar day of 24 hours measured from 2 . 01 Delivery of Bonds midnight to the next midnight. A. When CONTRACTOR delivers the executed C . Defective Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR 1 . The word "defective , " when modifying . may be required to furnish . the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does 2 . 02 Copies of Documents not conform to the Contract Documents or does not meet the requirements of any inspection , A. OWNER shall furnish to CONTRACTOR up reference standard, test, or approval referred to to ten copies of the Contract Documents. Additional in the Contract Documents, or has been copies will be furnished upon request at the cost of damaged prior to ENGINEER's recom- reproduction . mendabon of final payment ( unless responsi- bility for the protection thereof has been 2 . 03 Commencement of Contract Times, Notice assumed by OWNER at Substantial to Proceed Completion in accordance with paragraph 14. 04 or 14 . 05). A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree D . Furnish, Install, Perform, Provide ment or, if a Notice to Proceed is given , on the day indicated in the Notice to Proceed . A Notice to Pro- 1 . ceed may be given at any time within 30 days after the rQARACA4nR Weth RA Mals, GF Effective Date of the Agreement. In no event will the equipment, shall mean to supply and delhe Contract Times commence to run later than the said sewffil;es, mateNais, 9F equip Rt to the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, U68 OF installatien and On usable OF GP8FabI9 whichever date is earlier. GOnOtione 2 . 04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times comm in final position said sewil;es , mategals, e mence to run . No Work shall be done at the Site prior to the date on which the Contract Times commence to use- run . 30 The weFda " 2 . 05 Before Starting Construction ne t, Well 110 � �11 A. CONTRACTOR's Review of Contract Dacu- ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the uses Contract Documents and check and verify pertinent figures therein and all applicable field measurements . 4. When "furnish , " "install , " " perform ," or CONTRACTOR shall promptly report in writing to " provide" is not used in connection with services, ENGINEER any conflict, error, ambiguity, or materials, or equipment in a context clearly discrepancy which CONTRACTOR may discover and requiring an obligation of CONTRACTOR, shall obtain a written interpretation or clarification from " provide" is implied . ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable E. Unless stated otherwise in the Contract Docu- to OWNER or ENGINEER for failure to report any ments, words or phrases which have a well-known conflict, error, ambiguity, or discrepancy in the technical or construction industry or trade meaning are Contract Documents unless CONTRACTOR knew or used in the Contract Documents in accordance with reasonably should have known thereof. such recognized meaning . B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise 00700 - General Conditions REV 04-07Aoc 00700 - 8 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545166Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00700 - General Conditions REV 04-07.doc specified in the General Requirements) , CONTRAC- CONTRACTOR until acceptable schedules are TOR shall submit to ENGINEER for its timely review: submitted to ENGINEER . 16 a preliminary progress schedule 1 . The progress schedule will be indicating the times (numbers of days or dates) acceptable to ENGINEER if it provides an for starting and completing the various stages orderly progression of the Work to completion of the Work, including any Milestones specified within any specified Milestones and the in the Contract Documents; Contract Times. Such acceptance will not impose on ENGINEER responsibility for the 2 * a preliminary schedule of Shop progress schedule, for sequencing , scheduling , Drawing and Sample submittals which will list or progress of the Work nor interfere with or each required submittal and the times for sub- relieve CONTRACTOR from CONTRACTOR's mitting , reviewing, and processing such full responsibility therefor. submittal; and 2. CONTRACTOR's schedule of Shop 30 a preliminary schedule of values for Drawing and Sample submittals will be all of the Work which includes quantities and acceptable to ENGINEER if it provides a prices of items which when added together workable arrangement for reviewing and equal the Contract Price and subdivides the processing the required submittals. Work into component parts in sufficient detail to serve as the basis for progress payments 3. CONTRACTOR's schedule of values during performance of the Work. Such prices will be acceptable to ENGINEER as to form will include an appropriate amount of overhead and substance if it provides a reasonable and profit applicable to each item of Work. allocation of the Contract Price to component parts of the Work. the Site is started , CONTRACTOR and OetemWelyNE all ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, each deliver to the other, with copi o each AMENDING , REUSE additional insured identified in t upplementary Conditions, certificates of urance (and other evidence of insuran ich either of them or any 3 . 01 Intent additional insur ay reasonably request) which CONTRA and OWNER respectively are A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. 2006 Preconstruction Conference Be It is the intent of the Contract Documents to describe a functionally complete Project (or part there- As Within 29 days aft8F the GeAtraiat Tilvies a&.#. of) to be constructed in accordance with the Contract to run, but before any Work at the Site i rted , a Documents. Any labor, documentation, services, conference attended by CONTRAC , ENGINEER, materials, or equipment that may reasonably be � 04 and others as appropriate wil held to establish a inferred from the Contract Documents or from prevailing custom or trade usage as being required to weeive * to Work and to disc a schedules referred to in para- produce the intended result will be provided whether graph 2 . 05 mcedures for handling Shop Drawings or not specifically called for at no additional cost to and er submittals, processing Applications for OWNER. In amure ot and Ma C. Clarifications and interpretations of the 2 . 07 Initial Acceptance of Schedules Contract Documents shall be issued by ENGINEER as provided in Article 9. A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the 3 . 02 Reference Standards first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- A. Standards, Specifications, Codes, Laws, and ate will be held to review for acceptability to ENGI- Regulations NEER as provided below the schedules submitted in accordance with paragraph 2 . 05 . 13. CONTRACTOR 1 . Reference to standards, specifica- shall have an additional ten days to make corrections tions, manuals, or codes of any technical and adjustments and to complete and resubmit the society, organization , or association , or to Laws schedules. No progress payment shall be made to or Regulations, whether such reference be 00700 - General Conditions REV 04-07.doc 00700 - 9 FAPublic Works\ENGINEERING DIVISION PROJECTSW545,66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00700 - General Conditions REV 04-07.doc specific or by implication , shall mean the sten- a. the provisions of any standard , dard, specification , manual , code, or Laws or specification , manual , code, or instruction Regulations in effect at the time of opening of (whether or not specifically incorporated by Bids (or on the Effective Date of the Agreement reference in the Contract Documents) ; or if there were no Bids), except as may be otherwise specifically stated in the Contract b. the provisions of any Laws or Documents. Regulations applicable to the performance of the Work (unless such an interpretation of 2 . No provision of any such standard , the provisions of the Contract Documents specification , manual or code, or any instruction would result in violation of such Law or of a Supplier shall be effective to change the Regulation). duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their 3. 04 Amending and Supplementing Contract subcontractors, consultants, agents, or employ- Documents ees from those set forth in the Contract Documents, nor shall any such provision or A. The Contract Documents may be amended to instruction be effective to assign to OWNER, provide for additions, deletions, and revisions in the ENGINEER, or any of ENGINEER's Work or to modify the terms and conditions thereof in Consultants, agents, or employees any duty or one or more of the following ways: (i) a Written authority to supervise or direct the performance Amendment; (ii) a Change Order, or (iii) a Work of the Work or any duty or authority to Change Directive. undertake responsibility inconsistent with the provisions of the Contract Documents. B. The requirements of the Contract Documents may be supplemented , and minor variations and 3. 03 Reporting and Resolving Discrepancies deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) A. Reporting Discrepancies ENGINEER's approval of a Shop Drawing or Sample, or (iii) ENGINEER Is written interpretation or clarifi- 1 . If, during the performance of the cation . Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- 3 . 05 Reuse of Documents tract Documents or between the Contract Documents and any provision of any Law or A. CONTRACTOR and any Subcontractor or Regulation applicable to the performance of the Supplier or other individual or entity performing or Work or of any standard , specification , manual furnishing any of the Work under a direct or indirect or code, or of any instruction of any Supplier, contract with OWNER: (i) shall not have or acquire CONTRACTOR shall report it to ENGINEER in any title to or ownership rights in any of the Drawings, writing at once. CONTRACTOR shall not Specifications, or other documents (or copies of any proceed with the Work affected thereby (except thereof) prepared by or bearing the seal of in an emergency as required by paragraph ENGINEER or ENGINEER's Consultant, including 6. 16.A) until an amendment or supplement to electronic media editions; and (ii) shall not reuse any the Contract Documents has been issued by of such Drawings, Specifications, other documents, or one of the methods indicated in paragraph copies thereof on extensions of the Project or any 3.04, provided , however, that CONTRACTOR other project without written consent of OWNER and shall not be liable to OWNER or ENGINEER for ENGINEER and specific written verification or failure to report any such conflict, error, adaption by ENGINEER. This prohibition will survive ambiguity, or discrepancy unless CON- final payment, completion , and acceptance of the TRACTOR knew or reasonably should have Work, or termination or completion of the Contract. known thereof. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record B. Resolving Discrepancies purposes. 1 . Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and : 00700 - General Conditions REV 0407.doc 00700 - 10 FAIRublic Works\ENGINEERING DMSION PROJECTS\0545,66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents%00700 - General Conditions REV NmMdoc I ARTICLE 4 - AVAILABILITY OF LANDS ; "technical data, " CONTRACTOR may not rely upon or SUBSURFACE AND PHYSICAL CONDITIONS ; make any Claim against OWNER , ENGINEER, or any REFERENCE POINTS of ENGINEER's Consultants with respect to: 1 . the completeness of such reports 4 . 01 Availability of Lands and drawings for CONTRACTOR's purposes, including , but not limited to, any aspects of the A. OWNER shall furnish the Site. OWNER shall means, methods, techniques, sequences, and notify CONTRACTOR of any encumbrances or procedures of construction to be employed by restrictions not of general application but specifically CONTRACTOR, and safety precautions and related to use of the Site with which CONTRACTOR programs incident thereto; or must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for 20 other data, interpretations, opinions, permanent structures or permanent changes in and information contained in such reports or existing facilities. If CONTRACTOR and OWNER are shown or indicated in such drawings, or unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price 3. any CONTRACTOR interpretation of or Contract Times, or both , as a result of any delay in or conclusion drawn from any "technical data OWNER's furnishing the Site, CONTRACTOR may or any such other data, interpretations, make a Claim therefor as provided in paragraph opinions, or information . 10. 05. 4 . 03 Differing Subsurface or Physical Conditions B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement A. Notice: If CONTRACTOR believes that any of record legal title and legal description of the lands subsurface or physical condition at or contiguous to upon which the Work is to be performed and the Site that is uncovered or revealed either: OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien 1 . is of such a nature as to establish against such lands in accordance with applicable that any "technical data" on which CONTRAC- Laws and Regulations. TOR is entitled to rely as provided in paragraph 4. 02 is materially inaccurate; or C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for 26 is of such a nature as to require a temporary construction facilities or storage of change in the Contract Documents; or .-materials and equipment. 30 differs materially from that shown or 4. 02 Subsurface and Physical Conditions indicated in the Contract Documents; or A. Reports and Drawings: The Supplementary 4* is of an unusual nature, and differs Conditions identify: materially from conditions ordinarily encountered and generally recognized as inher- 1 . those reports of explorations and ent in work of the character provided for in the tests of subsurface conditions at or contiguous Contract Documents; to the Site that ENGINEER has used in preparing the Contract Documents, and then CONTRACTOR shall , promptly after becoming aware thereof and before further disturbing the 26 those drawings of physical subsurface or physical conditions or performing any conditions in or relating to existing surface or Work in connection therewith (except in an emergency subsurface structures at or contiguous to the as required by paragraph 6. 16.A) , notify OWNER and Site (except Underground Facilities) that ENGI- ENGINEER in writing about such condition . NEER has used in preparing the Contract CONTRACTOR shall not further disturb such Documents. condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do B. Limited Reliance by CONTRACTOR on so, Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" B. ENGINEER's Review: After receipt of written contained in such reports and drawings, but such notice as required by paragraph 4. 03.A, ENGINEER reports and drawings are not Contract Documents. will promptly review the pertinent condition , determine Such "technical data" is identified in the Supplementa- the necessity of OWNER's obtaining additional ry Conditions. Except for such reliance on such exploration or tests with respect thereto, and advise 00700 - General Conditions REV 04-07.doc 00700 - 11 FAPublic WorksXENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents100700 = General Conditions REV 04-07.doc OWNER in writing (with a copy to CONTRACTOR) of dispute resolution costs) sustained by ENGINEER's findings and conclusions. CONTRACTOR on or in connection with any other project or anticipated project. C . Possible Price and Times Adjustments 4 . 04 Underground Facilities 1 . The Contract Price or the Contract Times, or both , will be equitably adjusted to the A. Shown or Indicated: The information and data extent that the existence of such differing shown or indicated in the Contract Documents with subsurface or physical condition causes an in- respect to existing Underground Facilities at or crease or decrease in CONTRACTOR's cost contiguous to the Site is based on information and of, or time required for, performance of the data furnished to OWNER or ENGINEER by the Work; subject, however, to the following : owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise a. such condition must meet any one or expressly provided in the Supplementary Conditions: more of the categories described in para- graph 4.03.A; and 1 . OWNER and ENGINEER shall not be responsible for the accuracy or com- b. with respect to Work that is paid for pleteness of any such information or data; and on a Unit Price Basis , any adjustment in Contract Price will be subject to the 20 the cost of all of the following will be provisions of paragraphs 9 . 08 and 11 . 03. included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: 2 . CONTRACTOR shall not be entitled to any adjustment in the Contract Price or a. reviewing and checking all such Contract Times if: information and data, a. CONTRACTOR knew of the b. locating all Underground Facilities existence of such conditions at the time shown or indicated in the Contract CONTRACTOR made a final commitment Documents, to OWNER in respect of Contract Price and Contract Times by the submission of a Bid c. coordination of the Work with the or becoming bound under a negotiated owners of such Underground Facilities , contract; or including OWNER, during construction , and b. the existence of such condition could d . the safety and protection of all such reasonably have been discovered or Underground Facilities and repairing any revealed as a result of any examination , damage thereto resulting from the Work. investigation , exploration , test, or study of the Site and contiguous areas required by B. Not Shown or Indicated the Bidding Requirements or Contract Documents to be conducted by or for CON- 1 . If an Underground Facility is TRACTOR prior to CONTRACTOR's uncovered or revealed at or contiguous to the making such final commitment; or Site which was not shown or indicated , or not shown or indicated with reasonable accuracy in c. CONTRACTOR failed to give the the Contract Documents, CONTRACTOR shall , written notice within the time and as re- promptly after becoming aware thereof and quired by paragraph 4. 03.A. before further disturbing conditions affected thereby or performing any Work in connection 3 . If OWNER and CONTRACTOR are therewith (except in an emergency as required unable to agree on entitlement to or on the by paragraph 6. 16.A) , identify the owner of amount or extent, if any, of any adjustment in such Underground Facility and give written the Contract Price or Contract Times, or both , a notice to that owner and to OWNER and ENGI - Claim may be made therefor as provided in NEER. ENGINEER will promptly review the paragraph 10 .05 . However, OWNER , Underground Facility and determine the extent, ENGINEER, and ENGINEER's Consultants if any, to which a change is required in the shall not be liable to CONTRACTOR for any Contract Documents to reflect and document claims, costs , losses, or damages (including the consequences of the existence or location but not limited to all fees and charges of of the Underground Facility. During such time, engineers, architects, attomeys, and other CONTRACTOR shall be responsible for the professionals and all court or arbitration or other 00700 - General Conditions REV 0"Tdoc 00700 - 12 Pftblic Works\ENGINEERING DIVISION PROJECTS10545,66Th AVG SR60 to 57th St (Aroadis)V{dmim\Bid Doc uments\00700 - General Conditions REV 0"Tdoc safety and protection of such Underground upon or make any Claim against OWNER , Facility. ENGINEER or any of ENGINEER's Consultants with respect to: 2. If ENGINEER concludes that a change in the Contract Documents is required, 1 . the completeness of such reports a Work Change Directive or a Change Order and drawings for CONTRACTOR's purposes, will be issued to reflect and document such including , but not limited to, any aspects of the consequences. An equitable adjustment shall means, methods, techniques, sequences and be made in the Contract Price or Contract procedures of construction to be employed by Times, or both, to the extent that they are CONTRACTOR and safety precautions and attributable to the existence or location of any programs incident thereto; or Underground Facility that was not shown or indicated or not shown or indicated with 20 other data, interpretations, opinions reasonable accuracy in the Contract and information contained in such reports or Documents and that CONTRACTOR did not shown or indicated in such drawings; or know of and could not reasonably have been expected to be aware of or to have anticipated . 3 . any CONTRACTOR interpretation of If OWNER and CONTRACTOR are unable to or conclusion drawn from any "technical data" agree on entitlement to or on the amount or or any such other data, interpretations, opinions extent, if any, of any such adjustment in or information. Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as C . CONTRACTOR shall not be responsible for provided in paragraph 10 . 05 . any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated 4 . 05 Reference Points in Drawings or Specifications or identified in the Contract Documents to be within the scope of the A. OWNER shall provide engineering surveys to Work. CONTRACTOR shall be responsible for a establish reference points for construction which in Hazardous Environmental Condition created with any ENGINEER's judgment are necessary to enable materials brought to the Site by CONTRACTOR , CONTRACTOR to proceed with the Work. CON- Subcontractors, Suppliers, or anyone else for whom TRACTOR shall be responsible for laying out the CONTRACTOR is responsible. Work, shall protect and preserve the established reference points and property monuments, and shall D. If CONTRACTOR encounters a Hazardous make no changes or relocations without the prior Environmental Condition or if CONTRACTOR or written . approval of OWNER. CONTRACTOR shall anyone for whom CONTRACTOR is responsible report to ENGINEER whenever any reference point or creates a Hazardous Environmental Condition , property monument is lost or destroyed or requires CONTRACTOR shall immediately: (i) secure or relocation because of necessary changes in grades or otherwise isolate such condition ; (ii) stop all Worts in locations, and shall be responsible for the accurate connection with such condition and in any area replacement or relocation of such reference points or affected thereby (except in an emergency as required property monuments by professionally qualified by paragraph 6. 16) ; and (iii) notify OWNER and ENGI - personnel . NEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with 4 . 06 Hazardous Environmental Condition at Site ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or A. Reports and Drawings: Reference is made to take corrective action , if any. the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous E. CONTRACTOR shall not be required to Environmental Condition identified at the Site, if any, resume Work in connection with such condition or in that have been utilized by the ENGINEER in the any affected area until after OWNER has obtained any preparation of the Contract Documents. required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such B. Limited Reliance by CONTRACTOR on condition and any affected area is or has been Technical Data Authorized: CONTRACTOR may rely rendered safe for the resumption of Worts; or (ii) upon the general accuracy of the "technical data" specifying any special conditions under which such contained in such reports and drawings, but such Work may be resumed safely. If OWNER and reports and drawings are not Contract Documents. CONTRACTOR cannot agree as to entitlement to or Such "technical data" is identified in the on the amount or extent, if any, of any adjustment in Supplementary Conditions. Except for such reliance Contract Price or Contract Times, or both , as a result on such "technical data , " CONTRACTOR may not rely of such Work stoppage or such special conditions 00700 - General Conditions REV 04-07.doc 00700 - 13 FAPublic Works%ENGINEERING DIVISION PROJECTSM45-68Th Ave SR60 to 57th St (Arcadis)MrnimlBid Documents\00700 - General Conditions REV 04-07.doc under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim I . The provisions of paragraphs 4. 02 , 4 . 03 , and therefor as provided in paragraph 10. 05. 4. 04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the F. If after receipt of such written notice Site. CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- ARTICLE 5 - BONDS AND INSURANCE tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- 5 . 01 Performance, Payment, and Other Bonds TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such and payment Bonds, each in an amount at leequal portion of the Work, then either party may make a Claim therefor as provided in paragraph 10 . 05. FnaRGe and paymeAt of aps I INIT12AC1006 OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in Bonds shall was 2t 'a at until one YeaF accordance with Article 7 . ',..a.! payment b8GGmes dueew G. To the fullest extent permitted by Laws and cm Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- Dalmuraentse NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other Be All Bonds shall be in the form prescribed by consultants, and subcontractors of each and any of the Contract Documents except as provided otherwise them from and against all claims, costs, losses, and by Laws or Regulations, and shall be executed by damages (including but not limited to all fees and such sureties as are named in the current list of °Com- charges of engineers, architects, attorneys, and other panies Holding Certificates of Authority as Acceptable professionals and all court or arbitration or other Sureties on Federal Bonds and as Acceptable dispute resolution costs) arising out of or relating to a Reinsuring Companies" as published in Circular 570 Hazardous Environmental Condition , provided that (amended) by the Financial Management Service, such Hazardous Environmental Condition : (i) was not Surety Bond Branch, U . S. Department of the shown or indicated in the Drawings or Specifications Treasury. All Bonds signed by an agent must be or identified in the Contract Documents to be included accompanied by a certified copy of such agents within the scope of the Work, and (ii) was not created authority to act. by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- C. If the surety on any Bond furnished by CON- graph 4. 06 . E shall obligate OWNER to indemnify any TRACTOR is declared bankrupt or becomes insolvent individual .or entity from and against the consequences or its right to do business is terminated in any state of that individual's or entity's own negligence. where any part of the Project is located or it ceases to meet the requirements of paragraph 5. 01 . 6, H. To the fullest extent permitted by Laws and CONTRACTOR shall within 20 days thereafter Regulations, CONTRACTOR shall indemnify and hold substitute another Bond and surety, both of which harmless OWNER , ENGINEER , ENGINEER Is shall comply with the requirements of paragraphs Consultants, and the officers, directors, partners, 5. 01 . 6 and 5. 02. employees, agents, other consultants, and subcontractors of each and any of them from and 5. 02 Licensed Sureties and Insurers against all claims, costs, losses , and damages (including but not limited to all fees and charges of A. All Bonds and insurance required by the engineers, architects, attorneys, and other Contract Documents to be purchased and maintained professionals and all court or arbitration or other by OWNER or CONTRACTOR shall be obtained from dispute resolution costs) arising out of or relating to a surety or insurance companies that are duly licensed Hazardous Environmental Condition created by or authorized in the jurisdiction in which the Project is CONTRACTOR or by anyone for whom located to issue Bonds or insurance policies for the CONTRACTOR is responsible. Nothing in this limits and coverages so required . Such surety and paragraph 4. 06 . E shall obligate CONTRACTOR to insurance companies shall also meet such additional indemnify any individual or entity from and against the requirements and qualifications as may be provided in consequences of that individual's or entity's own negli- the Supplementary Conditions. Bence. 00700 - General Conditions REV 04-07.doc 00700 - 14 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadis)\AdmimlBid Documents\00700 - General Conditions REV 04-07.doc 5 . 03 Certificates of Insurance B. The policies of insurance so required by this paragraph 5 . 04 to be purchased and maintained shall : A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the 1 . with respect to insurance required by Supplementary Conditions, certificates of insurance paragraphs 5. 04 .A. 3 through 5. 04.A.6 inclusive, (and other evidence of insurance requested by OWN- include as additional insureds (subject to any ER or any other additional insured) which CON= customary exclusion in respect of professional TRACTOR is required to purchase and maintain. liability) OWNER , ENGINEER, ENGINEER's Consultants, and any other individuals or to eaGh additional onsuFed identified On the Supple- entities identified in the Supplementary Condi- , tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such 5. 04 CONTRACTOR's Liability Insurance additional insureds, and the insurance afforded to these additional insureds shall provide A. CONTRACTOR shall purchase and maintain primary coverage for all claims covered such liability and other insurance as is appropriate for thereby; the Work being performed and as will provide protection from claims set forth below which may arise 20 include at least the specific out of or result from CONTRACTOR's performance of coverages and be written for not less than the the Work and CONTRACTOR's other obligations limits of liability provided in the Supplementary under the Contract Documents, whether it is to be per- Conditions or required by Laws or Regulations, formed by CONTRACTOR, any Subcontractor or whichever is greater; ;Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by 3s include completed operations anyone for whose acts any of them may be liable: insurance; 1 . claims under workers' compensation , 40 include contractual liability insurance disability benefits, and other similar employee covering CONTRACTOR's indemnity benefit acts; obligations under paragraphs 6.07, 6. 11 , and 6. 20; 2 . . claims for damages because of bodily injury, occupational sickness or disease, 5a contain a provision or endorsement or death of CONTRACTOR's employees, that the coverage afforded will not be canceled , materially changed or renewal refused until at 30 claims for damages because of least thirty days prior written notice has been bodily injury, sickness or disease, or death of given to OWNER and CONTRACTOR and to any person other than CONTRACTOR's each other additional insured identified in the employees; Supplementary Conditions to whom a certificate of insurance has been issued (and the 4w claims for damages insured by certificates of insurance furnished by the CON- reasonably available personal injury liability TRACTOR pursuant to paragraph 5. 03 will so coverage which are sustained: (i) by any person provide); as a result of an offense directly or indirectly related to the employment of such person by 6a remain in effect at least until final CONTRACTOR, or (ii ) by any other person for payment and at all times thereafter when CON- any other reason ; TRACTOR may be correcting , removing , or replacing defective Work in accordance with 54 claims for damages , other than to the paragraph 13. 07; and Work itself, because of injury to or destruction of tangible property wherever located , including 70 with respect to completed operations loss of use resulting therefrom ; and insurance, and any insurance coverage written on a claims-made basis, remain in effect for at 6. claims for damages because of least two years after - final payment (and bodily injury or death of any person or property CONTRACTOR shall fumish OWNER and damage arising out of the ownership, mainte- each other additional insured identified in the nance or use of any motor vehicle. Supplementary Conditions, to whom a certificate of insurance has been issued , 00700 - General Conditions REV 04-07.doc 00700 - 15 FAIDublic WorkstENGINEERING DIVISION PROJECTSi0545-66Th Ave SR60 to 57th St (Arcadis)1Admim\Bid Documents100700 - General Conditions REV 04-07.doc oil 1 • . • - RIPIM all Aft a Ar NO EL NO Rp NO • - - - - a aa . - Iw Volk" w AM tt 10 1 aw - - - ME oral - •19 : som"Wo 'Em - - - - - mill W-l -lv TjNV,I M W-1 a a I - • • OF . • _ • 1 . • • • - - - - • ma do a STM - - - - • • - • • • ' • r • • • • - • - INON - Or • _ _ _ - _ � - - - OR Aw - - - - - - ! - am "M?�TzgwI RVJ domad - - dam I MI - - - ED In 0 AM a • - - 11 11 a 1 MaLLE A AN IOWA IN _- _ • 4, • 1 VIA MIR _ _ - _ — — — • — " I are I iVAfA Mr / : 1 1 _ _ A _ _ A. ENT"M &7 • _ WW Ww Sit _ _ a 1 _ ULU • _ _ _ _ 'K MMT. PIMMM 141faN _ _ 1wl - - MID AA -A AA W W W WfAXWJ WWA I ' AAA ANSI 9 E A I W ELM!! -AWA A AWA 0 NSA - AW I 'J U WAWA WA ILWXW1 I LIAM 11 ARM W W W W am _ a AM & a _ am a VIA AA MY : - L A 1 0- - _ 1 • I / i / / 1 I / / - 1 id MwAF4 1a . 1 _JTd`mIlIIFA1 _ aA A - All 111 LIMA I MIN, _ _ A MIL 1111111?-E I _ _ rav ] 7F:9I T=A All • - W W W W W ft� WWI W oil will , am Fequested) FequiFed by parag ph 2 . 105 . G . GINNER except under extraordinary circumstances . The and GONTRAGTOR shall eaGh provide to the othef superintendent will be CONTRACTOR's representative at the Site and shall have authority to provided as the ethei: may reasonably Fequest. if act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. 6. 02 Labor; Working Hours any Ghange in the required GweFage Withel at A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- ments. CONTRACTOR shall at all times maintain good discipline and order at the Site. Beand a Ghange QrdeF shall be issued to adjust the. Except as otherwise required for the safety or protection of persons or the Work or property at the 5. 10 Partial Utilization, Acknowledgment of Site or adjacent thereto, and except as otherwise Property Insurer stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and A. If OWNER finds it necessary to occupy or use CONTRACTOR will not permit overtime work or the a portion or portions of the Work prior to Substantial pedbrmance. of Work on Saturday, Sunday, or any Completion of all the Worts as provided in paragraph legal holiday without OWNER's written consent (which 14. 05, no such use or occupancy shall commence will not be unreasonably withheld) given after prior before the insurers providing the property insurance written notice to ENGINEER. pursuant to paragraph 5. 06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the 6. 03 Services, Materials, and Equipment property insurance shall consent by endorsement on the policy or policies, but the property insurance shall A. Unless otherwise specified in the General Rem not be canceled or permitted to lapse on account of quirements, CONTRACTOR shall provide and any such partial use or occupancy. assume full responsibility for all services, materials, equipment, labor, transportation , construction equipment and machinery, tools, appliances, fuel , ARTICLE 6 - CONTRACTOR' S RESPONSIBILITIES power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, 6. 01 Supervision and Superintendence start-up, and completion, of the Worts. A. CONTRACTOR shall supervise, inspect, and Be All materials and equipment incorporated into direct the Work competently and efficiently, devoting the Work shall be as specified or, if not specified, shall such attention thereto and applying such skills and be of good quality and new, except as otherwise expertise as may be necessary to perform the Worts in provided in the Contract Documents. All warranties accordance with the Contract Documents. CON= and guarantees specifically called for by the Specifica- TRACTOR shall be solely responsible for the means, tions shall expressly run to the benefit of OWNER. If methods, techniques, sequences, and procedures of required by ENGINEER, CONTRACTOR shall fumish construction, but CONTRACTOR shall not be satisfactory evidence (including reports of required responsible for the negligence of OWNER or tests) as to the source, kind , and quality of materials ENGINEER in the design or specification of a specific and equipment. All materials and equipment shall be means, method , technique, sequence, or procedure of stored , applied , installed , connected , erected , construction which is shown or indicated in and protected , used, cleaned , and conditioned in expressly required by the Contract Documents. CON- accordance with instructions of the applicable TRACTOR shall be responsible to see that the Supplier, except as otherwise may be provided in the completed Worts complies accurately with the Contract Contract Documents. Documents. 6. 04 Progress Schedule Be At all times during the progress of the Work, CONTRACTOR shall assign a competent resident A. CONTRACTOR shall adhere to the progress superintendent thereto who shall not be replaced schedule established in accordance with paragraph without written notice to OWNER and ENGINEER 00700 - General Conditions REV 04-07.doc 00700 - 18 F:\Public WorksIENGINEERING DIVISION PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)%AdmimlBid Documents\00700 - General Conditions REV 04-07.doc 2. 07 as it may be adjusted from time to time as provided below. b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; 1 . CONTRACTOR shall submit to and (ii) it will conform substantially, even ENGINEER for acceptance (to the extent indi- with deviations, to the detailed requirements cated in paragraph 2. 07) proposed adjustments of the item named in the Contract in the progress schedule that will not result in Documents. changing the Contract Times (or Milestones) . Such adjustments will conform generally to the 2. Substitute Items progress schedule then in effect and additional- ly will comply with any provisions of the General a. If in ENGINEER's sole discretion an Requirements applicable thereto. item of material or equipment proposed by CONTRACTOR does not qualify as an 2. Proposed adjustments in the "or-equal" item under paragraph 6. 05.A. 1 , it progress schedule that will change the Contract will be considered a proposed substitute Times (or Milestones) shall be submitted in item . accordance with the requirements of Article 12 . Such adjustments may only be made by a b. CONTRACTOR shall submit suffi- Change Order or Written Amendment in actor- cient information as provided below to allow dance with Article 12. ENGINEER to determine that the item of material or equipment proposed is 6.05 Substitutes and . "Or-Equals" essentially equivalent to that named and an acceptable substitute therefor. Requests for A. Whenever an item of material or equipment is review of proposed substitute items of specified or described in the Contract Documents by material or equipment will not be accepted using the name of a proprietary item or the name of a by ENGINEER from anyone other than particular Supplier, the specification or description is CONTRACTOR. intended to establish the type, function , appearance, and quality required . Unless the specification or c. The procedure for review by ENGI- description contains or is followed by words reading NEER will be as set forth in paragraph that no like, equivalent, or "or�qual" item or no 6. 05.A.2 .d , as supplemented in the General substitution is permitted , other items of material or Requirements and as ENGINEER may equipment or material or equipment of other Suppliers decide is appropriate under the may be submitted to ENGINEER for review under the circumstances. circumstances described below. d . CONTRACTOR shall first make 1 . "Or-Equal" Items: If in ENGINEER's written application to ENGINEER for review sole discretion an item of material or equipment of a proposed substitute item of material or proposed by CONTRACTOR is functionally equipment that CONTRACTOR seeks to equal to that named and sufficiently similar so furnish or use. The application shall certify that no change in related Work will be required , that the proposed substitute item will it may be considered by ENGINEER as an perform adequately the functions and "or-equal" item , in which case review and achieve the results called for by the general approval of the proposed item may, in design , be similar in substance to that ENGINEER's sole discretion , be accomplished specified, and be suited to the same use as without compliance with some or all of the that specified. The application will state the requirements for approval of proposed substi- extent, if any, to which the use of the pro- tute items. For the purposes of this paragraph posed substitute item will prejudice 6. 05.A. 1 , a proposed item of material or CONTRACTOR's achievement of Substan- equipment will be considered functionally equal tial Completion on time, whether or not use to an item so named if: of the proposed substitute item in the Work will require a change in any of the Contract a. in the exercise of reasonable Documents (or in the provisions of any other judgment ENGINEER determines that: (i) it direct contract with OWNER for work on the is at least equal in quality, durability, Project) to adapt the design to the proposed appearance, strength, and design substitute item and whether or not characteristics; (ii) it will reliably perform at incorporation or use of the proposed substi- least equally well the function imposed by tute item in connection with the Work is sub- the design concept of the completed Project ject to payment of any license fee or royalty. as a functioning whole, and ; All variations of the proposed substitute 00700 - General Conditions REV 04=07.doc 00700 - 19 FAIDublic WorkMENGINEERING DIVISION PROJECTS10545%66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00700 - General Conditions REV 04-07.doc item from that specified will be identified in F. CONTRACTOR's Expense: CONTRACTOR the application , and available engineering , shall provide all data in support of any proposed sales, maintenance, repair, I and substitute or "or-equal" at CONTRACTOR's expense. replacement services will be indicated . The application will also contain an itemized esti- 6. 06 Conceming Subcontractors, Suppliers, mate of all costs or credits that will result and Others directly or indirectly from use of such substitute item , including costs of redesign A. CONTRACTOR shall not employ any and claims of other contractors affected by Subcontractor, Supplier, or other individual or entity any resulting change, all of which will be (including those acceptable to OWNER as indicated in considered by ENGINEER in evaluating the paragraph 6 . 06. 13) , whether initially or as a proposed substitute item . ENGINEER may replacement, against whom OWNER may have require CONTRACTOR to furnish additional reasonable objection . CONTRACTOR shall not be data about the proposed substitute item . required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of Be Substitute Construction Methods or Proce. the Wont against whom CONTRACTOR has reason- dures: If a specific means, method , technique, se- able objection . quence, or procedure of construction is shown or indicated in and expressly required by the Contract Be If the Supplementary Conditions require the Documents, CONTRACTOR may fumish or utilize a identity of certain Subcontractors, Suppliers, or other substitute means, method, technique, sequence, or individuals or entities to be submitted to OWNER in procedure of construction approved by ENGINEER. advance for acceptance by OWNER by a specified CONTRACTOR shall submit sufficient information to date prior to the Effective Date of the Agreement, and allow ENGINEER, in ENGINEER's sole discretion, to if CONTRACTOR has submitted a list thereof in determine that the substitute proposed is equivalent to accordance with the Supplementary Conditions, °'that expressly called for by the Contract Documents. OWNER's acceptance (either in writing or by failing to The procedure for review by ENGINEER will be similar make written objection thereto by the date indicated to that provided in subparagraph 6 . 05.A. 2 . for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- C. Engineer's Evaluation: ENGINEER will be tractor, Supplier, or other individual or entity so allowed a reasonable time within which to evaluate identified may be revoked on the basis of reasonable each proposal or submittal made pursuant to para- objection after due investigation. CONTRACTOR graphs 6. 05.A and 6. 05 . 13. ENGINEER will be the shall submit an acceptable replacement for the sole judge of acceptability. No "or-equal" or substitute rejected Subcontractor, Supplier, or other individual or will .be ordered, installed or utilized until ENGINEER's entity, and the Contract Price will be adjusted by the review is complete, which will be evidenced by either a difference in the cost occasioned by such Change Order for a substitute or an approved Shop replacement, and an appropriate Change Order will be Drawing for an "or equal. " ENGINEER will advise issued or Written Amendment signed . No acceptance CONTRACTOR in writing of any negative by OWNER of any such Subcontractor, Supplier, or determination . other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of D. Special Guarantee: OWNER may require OWNER or ENGINEER to reject defective Work. CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other C. CONTRACTOR shall be fully responsible to surety with respect to any substitute. OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or E. ENGINEER's Cost Reimbursement: entities performing or furnishing any of the Work just ENGINEER will record time required by ENGINEER as CONTRACTOR is responsible for and ENGINEER's Consultants in evaluating substitute CONTRACTOR's own acts and omissions. Nothing in proposed or submitted by CONTRACTOR pursuant to the Contract Documents shall create for the benefit of paragraphs 6 . 05.A.2 and 6. 05 . 13 and in making any such Subcontractor, Supplier, or other individual changes in the Contract Documents (or in the or entity any contractual relationship between OWNER provisions of any other direct contract with OWNER or ENGINEER and any such Subcontractor, Supplier for work on the Project) occasioned thereby. Whether or other individual or entity, nor shall it create any or not ENGINEER approves a substitute item so pro- obligation on the part of OWNER or ENGINEER to posed or submitted by CONTRACTOR , CON= pay or to see to the payment of any moneys due any TRACTOR shall reimburse OWNER for the charges such Subcontractor, Supplier, or other individual or of ENGINEER and ENGINEER's Consultants for entity except as may otherwise be required by Laws evaluating each such proposed substitute. and Regulations. 00700 - General Conditions REV 0447.doc 00700 - 20 FAID"blic WorksIENGINEERING DIVISION PROJECTS\0545-66Th AVG SR60 to 57th St (Arcadis)tAdmim0d Documents\00700 - General Conditions REV 04-07.doc D. CONTRACTOR shall be solely responsible CONTRACTOR shall indemnify and hold harmless for scheduling and coordinating the Work of Subcon- OWNER , ENGINEER , ENGINEER's Consultants, and tractors, Suppliers, and other individuals or entities the officers, directors, partners, employees or agents, performing or furnishing any of the Work under a and other consultants of each and any of them from direct or indirect contract with CONTRACTOR. and against all claims, costs, losses, and damages (including but not limited to all fees and charges of E. CONTRACTOR shall require all Subcontrac- engineers, architects, attorneys, and other tors, Suppliers, and such other individuals or entities professionals and all court or arbitration or other performing or furnishing any of the Work to commu- dispute resolution costs) arising out of or relating to nicate with ENGINEER through CONTRACTOR. any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting F. The divisions and sections of the Specifica- from the incorporation in the Work of any invention , tions and the identifications of any Drawings shall not design , process, product, or device not specified in the control CONTRACTOR in dividing the Work among Contract Documents. Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6. 08 Permits G . All Work performed for CONTRACTOR by a A. Unless otherwise provided in the Supple- Subcontractor or Supplier will be pursuant to an mentary Conditions, CONTRACTOR shall obtain and appropriate agreement between CONTRACTOR and pay for all construction permits and licenses. OWNER the Subcontractor or Supplier which specifically binds shall assist CONTRACTOR, when necessary, in the Subcontractor or Supplier to the applicable terms obtaining such permits and licenses. CONTRACTOR and conditions of the Contract Documents for the shall pay all governmental charges and inspection benefit of OWNER and ENGINEER . Whenever any fees necessary for the prosecution of the Work which such agreement is with a Subcontractor or Supplier are applicable at the time of opening of Bids, or, if who is listed as an additional insured on the property there are no Bids, on the Effective Date of the insurance provided in paragraph 5. 06, the agreement Agreement. CONTRACTOR shall pay all charges of between the CONTRACTOR and the Subcontractor utility owners for connections to the Work, and or Supplier will contain provisions whereby the OWNER shall pay all charges of such utility owners Subcontractor or Supplier waives all rights against for capital costs related thereto, such as plant OWNER , CONTRACTOR, ENGINEER, ENGINEER's investment fees. Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed 6 . 09 Laws and Regulations as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other A. CONTRACTOR shall give all notices and consultants and subcontractors of each and any of comply with all Laws and Regulations applicable to the them) for all losses and damages caused by, arising performance of the Work. Except where otherwise out of, relating to, or resulting from any of the perils or expressly required by applicable Laws . and causes of loss covered by such policies and any other Regulations, neither OWNER nor ENGINEER shall be property insurance applicable to the Work. If the responsible for monitoring CONTRACTOR's complF insurers on any such policies require separate waiver ance with any Laws or Regulations, forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws 6. 07 Patent Fees and Royalties or Regulations, CONTRACTOR shall bear all claims, costs, losses, and darhages ( including but not limited A. CONTRACTOR shall pay all license fees and to all fees and charges of engineers, architects, royalties and assume all costs incident to the use in attorneys, and other professionals and all court or the performance of the Work or the incorporation in arbitration or other dispute resolution costs) arising out the Work of any invention, design , process, product, of or relating to such Work; however, it shall not be or device which is the subject of patent rights or CONTRACTOR's primary responsibility to make copyrights held by others. If a particular invention , certain that the Specifications and Drawings are in design , process, product, or device is specified in the accordance with Laws and Regulations, but this shall Contract Documents for use in the performance of the not relieve CONTRACTOR of CONTRACTOR's Work and if to the actual knowledge of OWNER or obligations under paragraph 3. 03. ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or C. Changes in Laws or Regulations not known at royalty to others, the existence of such rights shall be the time of opening of Bids (or, on the Effective Date disclosed by OWNER in the Contract Documents. To of the Agreement if there were no Bids) having an the fullest extent permitted by Laws and Regulations, effect on the cost or time of performance of the Work 00700 - General Conditions REV 04-07.doc 00700 - 21 FAIDublic Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid DocumentsX00700 - General Conditions REV 04-07.doc i J may be the subject of an adjustment in Contract Price any other party indemnified hereunder to the or Contract Times. If OWNER and CONTRACTOR extent caused by or based upon are unable to agree on entitlement to or on the CONTRACTOR's performance of the Work, amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph Be Removal of Debris During Performance of the 10. 05. Work.& During the progress of the Work CONTRAC- TOR shall keep the Site and other areas free from 6 . 10 Taxes accumulations of waste materials, rubbish , and other debris. Removal and disposal of such waste materi- A. CONTRACTOR shall pay all sales, consum- als, rubbish , and other debris shall conform to applica- er, use, and other similar taxes required to be ble Laws and Regulations. paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the C. Cleaning. Prior to Substantial Completion of Project which are applicable during the the Work CONTRACTOR shall clean the Site and performance of the Work. make it ready for utilization by OWNER. At the com- pletion of the Work CONTRACTOR shall remove from Be OWNER qualifies for state and local sales tax the Site all tools, appliances, construction equipment exemption in the purchase of all material and and machinery, and surplus materials and shall equipment. restore to original condition all property not designated for alteration by the Contract Documents. Vol Use of Site and Other Areas D. Loading Struct res: CONTRACTOR shall not A. Limitation on Use of Site and Other Areas load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor 1 . CONTRACTOR shall confine shall CONTRACTOR subject any part of the Work or construction equipment, the storage of adjacent property to stresses or pressures that will materials and equipment, and the operations of endanger it. workers to the Site and other areas permitted by Laws and Regulations, and shall not 6. 12 Record Documents unreasonably encumber the Site and other areas with construction equipment or other A. CONTRACTOR shall maintain in a safe place materials or equipment. CONTRACTOR shall at the Site one record copy of all Drawings, Specifica- assume full responsibility for any damage to tions, Addenda, Written Amendments, Change any such land or area, or to the owner or Orders, Work Change Directives, Field Orders, and occupant thereof, or of any adjacent land or written interpretations and clarifications in good order areas resulting from the performance of the and annotated to show changes made during Work. construction . These record documents together with all approved Samples and a counterpart of all 2. Should any claim be made by any approved Shop Drawings will be available to ENGI- such owner or occupant because of the NEER for reference. Upon completion of the Work, performance of the Work, CONTRACTOR shall these record documents, Samples, and Shop promptly settle with such other party by Drawings will be delivered to ENGINEER for OWNER. negotiation or otherwise resolve the claim by arbitration or other dispute resolution 6 . 13 Safety and Protection proceeding or at law. A. CONTRACTOR shall be solely responsible 3. To the fullest extent permitted by for initiating, maintaining and supervising all safety Laws and Regulations, CONTRACTOR shall precautions and programs in connection with the indemnify and hold harmless OWNER , Work. CONTRACTOR shall take all necessary ENGINEER, ENGINEER's Consultant, and the precautions for the safety of, and shall provide the officers, directors, partners, employees, agents, necessary protection to prevent damage, injury or loss and other consultants of each and any of them to: from and against all claims, costs, losses, and damages (including but not limited to all fees 1 . all persons on the Site or who may and charges of engineers, architects, attorneys, be affected by the Work; and other professionals and all court or arbitration or other dispute resolution costs) 2, all the Work and materials and equip- arising out of or relating to any claim or action , ment to be incorporated therein , whether in legal or equitable, brought by any such owner storage on or off the Site; and or occupant against OWNER, ENGINEER, or 00700 - General Conditions REV 04w07,doc 00700 . 22 PIPublic Works\ENGINEERING DIVISION PROJECTS\0545=66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\00700 - General Conditions REV 04-07.doc 3 . other property at the Site or adjacent 6 . 16 Emergencies thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and A. In emergencies affecting the safety or protec- Underground Facilities not designated for tion of persons or the Work or property at the Site or removal, relocation , or replacement in the adjacent thereto, CONTRACTOR is obligated to act to course of construction . prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written B . CONTRACTOR shall comply with all applica- notice if CONTRACTOR believes that any significant ble Laws and Regulations relating to the safety of changes in the Work or variations from the Contract persons or property, or to the protection of persons or Documents have been caused thereby or are required property from damage, injury, or loss; and shall erect as a result thereof. If ENGINEER determines that a and maintain all necessary safeguards for such safety change in the Contract Documents is required be- and protection . CONTRACTOR shall notify owners of cause of the action taken by CONTRACTOR in adjacent property and of Underground Facilities and response to such an emergency, a Work Change other utility owners when prosecution of the Work may Directive or Change Order will be issued . affect them, and shall cooperate with them in the protection , removal, relocation , and replacement of 6 . 17 Shop Drawings and Samples their property. All damage, injury, or loss to any property referred to in paragraph 6. 13.A.2 or 6. 13.A. 3 A. CONTRACTOR shall submit Shop Drawings caused , directly or indirectly, in whole or in part, by to ENGINEER for review and approval in accordance CONTRACTOR, any Subcontractor, Supplier, or any with the acceptable schedule of Shop Drawings and other individual or entity directly or indirectly employed Sample submittals. All submittals will be identified as by any of them to perform any of the Work, or anyone ENGINEER may require and in the number of copies for whose acts any of them may be liable, shall be specified in the General Requirements. The data remedied by CONTRACTOR (except damage or loss shown on the Shop Drawings will be complete with ' attributable to the fault of Drawings or Specifications respect to quantities, dimensions, specified perform or to the acts or omissions of OWNER or ENGINEER mance and design criteria, materials, and similar data or ENGINEER's Consultant, or anyone employed by to show ENGINEER the services, materials, and any of them, or anyone for whose acts any of them equipment CONTRACTOR proposes to provide and may be liable, and not attributable, directly or to enable ENGINEER to review the information for the indirectly, in whole or in part, to the fault or negligence limited purposes required by paragraph 6. 17. E. of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed B. CONTRACTOR shall also submit Samples to by any of them) . CONTRACTOR's duties and ENGINEER for review and approval in accordance responsibilities for safety and for protection of the with the acceptable schedule of Shop Drawings and Work shall continue until such time as all the Work is Sample submittals. Each Sample will be identified completed and ENGINEER has issued a notice to clearly as to material , Supplier, pertinent data such as OWNER and CONTRACTOR in accordance with catalog numbers, and the use for which intended and paragraph 14. 07. 13 that the Work is acceptable otherwise as ENGINEER may require to enable ENGI- (except as otherwise expressly provided in connection NEER to review the submittal for the limited purposes with Substantial Completion). required by paragraph 6. 17. E. The numbers of each Sample to be submitted will be as specified in the 6 . 14 Safety Representative Specifications. A. CONTRACTOR shall designate a qualified C. Where a Shop Drawing or Sample is required and experienced safety representative at the Site by the Contract Documents or the schedule of Shop whose duties and responsibilities shall be the Drawings and Sample submittals acceptable to ENGI- prevention of accidents and the maintaining and NEER as required by paragraph 2. 07, any related supervising of safety precautions and programs. Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole 6 . 15 Hazard Communication Programs expense and responsibility of CONTRACTOR. A. CONTRACTOR shall be responsible for D. Submittal Procedures coordinating any exchange of material safety data sheets or other hazard communication information 1 . Before submitting each Shop required to be made available to or exchanged be- Drawing or Sample, CONTRACTOR shall have tween or among employers at the Site in accordance determined and verified : with Laws or Regulations. a. all field measurements, quantities , dimensions , specified performance criteria , 00700 - General Conditions REV 0"Tdoc 00700 - 23 FAIDublic Works\ENGINEERING DIVISION PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents100700 - General Conditions REV 0"7.doc installation requirements, materials, catalog technique, sequence, or procedure of con- numbers, and similar information with struction is specifically and expressly called for respect thereto; by the Contract Documents) or to safety precautions or programs incident thereto. The bw all materials with respect to intended review and approval of a separate item as such use, fabrication , shipping , handling , storage, will not indicate approval of the assembly in assembly, and installation pertaining to the which the item functions. performance of the Work; 3. ENGINEER's review and approval of c. all information relative to means, Shop Drawings or Samples shall not relieve methods, techniques, sequences, and CONTRACTOR from responsibility for any procedures of construction and safety variation from the requirements of the Contract precautions and programs incident thereto; Documents unless CONTRACTOR has in and writing called ENGINEER's attention to each such variation at the time of each submittal as d . CONTRACTOR shall also have required by paragraph 6. 17. D. 3 and ENGI- reviewed and coordinated each Shop NEER has given written approval of each such Drawing or Sample with other Shop variation by specific written notation thereof Drawings and Samples and with the incorporated in or accompanying the Shop requirements of the Work and the Contract Drawing or Sample approval; nor will any Documents. approval by ENGINEER relieve CON- TRACTOR from responsibility for complying 2. Each submittal shall bear a stamp or with the requirements of paragraph 6. 17. D. 10 specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations F. Resubmittal Procedures under the Contract Documents with respect to CONTRACTOR's review and approval of that 1 . CONTRACTOR shall make correc- submittal. tions required by ENGINEER and shall return the required number of corrected copies of 3. At the time of each submittal, CON= Shop Drawings and submit as required new TRACTOR shall give ENGINEER specific Samples for review and approval. CON= written notice of such variations, if any, that the TRACTOR shall direct specific attention in Shop Drawing or Sample submitted may have writing to revisions other than the corrections from the requirements of the Contract called for by ENGINEER on previous Documents, such notice to be in a written com- submittals. munication separate from the submittal; and , in addition , shall cause a specific notation to be 6 . 18 Continuing the Work made on each Shop Drawing and Sample sub= miffed to ENGINEER for review and approval of A. CONTRACTOR shall carry on the Work and each such variation . adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be E. ENGINEER's Review delayed or postponed pending resolution of any disputes or disagreements, except as permitted by 1 . ENGINEER will timely review and paragraph 15. 04 or as OWNER and CONTRACTOR approve Shop Drawings and Samples in may otherwise agree in writing. accordance with the schedule of Shop Drawings and Sample submittals acceptable to 6. 19 CONTRACTOR's General Warranty and ENGINEER. ENGINEER's review and Guarantee approval will be only to determine if the items covered by the submittals will, after installation A. CONTRACTOR warrants and guarantees to or incorporation in the Work, conform to the OWNER, ENGINEER, and ENGINEER's Consultants information given in the Contract Documents that all Work will be in accordance with the Contract and be compatible with the design concept of Documents and will not be defective . the completed Project as a functioning whole as CONTRACTOR's warranty and guarantee hereunder indicated by the Contract Documents. excludes defects or damage caused by: 2 . ENGINEER's review and approval 1s abuse, modification , or improper will not extend to means, methods , techniques, maintenance or operation by persons other sequences, or procedures of construction than CONTRACTOR, Subcontractors , (except where a particular means, method , 00700 - General Conditions REV 04.07.doc 00700 - 24 FAPublic Works\ENGINEERING DIVISION PROJECTS10545.86Th Ave SR60 to 57th St (Arcadis)WdmimlBid Documents100700 - General Conditions REV 04-07.doc Suppliers, or any other individual or entity for Work itself) , including the loss of use resulting whom CONTRACTOR is responsible; or therefrom ; and 24 normal wear and tear under normal 2 . is caused in whole or in part by any usage. negligent act or omission of CONTRACTOR , any Subcontractor, any Supplier, or any Be CONTRACTOR's obligation to perform and individual or entity directly or indirectly complete the Work in accordance with the Contract employed by any of them to perform any of the Documents shall be absolute. None of the following Work or anyone for whose acts any of them will constitute an acceptance of Work that is not in may be liable, regardless of whether or not accordance with the Contract Documents or a release caused in part by any negligence or omission of of CONTRACTOR's obligation to perform the Work in an individual or entity indemnified hereunder or accordance with the Contract Documents: whether liability is imposed upon such indemnk fled party by Laws and Regulations regardless 1 . observations by ENGINEER, of the negligence of any such individual or entity. 20 recommendation by ENGINEER or payment by OWNER of any progress or final Be In any and all claims against OWNER or payment; ENGINEER or any of their respective consultants , agents, officers, directors, partners, or employees by 36 the issuance of a certificate of Sub- any employee (or the survivor or A personal stantial Completion by ENGINEER or any representative of such employee) of CONTRACTOR, payment related thereto by OWNER; any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to 40 use or occupancy of the Work or any perform any of the Work, or anyone for whose acts part thereof by OWNER; any of them may be liable, the indemnification obligation under paragraph 6. 20.A shall not be limited 50 any acceptance by OWNER or any in any way by any limitation on the amount or type of failure to do so; damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, 60 any review and approval of a Shop or other individual or entity under workers' compen- Drawing or Sample submittal or the issuance of sation acts, disability benefit acts, or other employee a notice of acceptability by ENGINEER; benefit acts. 70 any inspection , test, or approval by C . The indemnification obligations of CON- others; or TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER'S 8. any correction of defective Work by Consultants or to the officers, directors, partners, OWNER. employees, agents, and other consultants and subcontractors of each and any of them arising out of: 6.20 Indemnification 1 . the preparation or approval of, or the A. To the fullest extent permitted by Laws and failure to prepare or approve, maps, Drawings, Regulations, CONTRACTOR shall indemnify and hold opinions, reports, surveys, Change Orders, harmless OWNER , ENGINEER, ENGINEER's designs, or Specifications; or Consultants, and the officers, directors, partners, employees, agents, and other consultants and 20 giving directions or instructions, or subcontractors of each and any of them from and failing to give them , if that is the , primary cause against all claims, costs, losses, and damages of the injury or damage. (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other ARTICLE 7 - OTHER WORK dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 7 . 01 Related Work at Site 1 . is attributable to bodily injury, A. OWNER may perform other work related to sickness, disease, or death , or to injury to or the Project at the Site by OWNER's employees, or let destruction of tangible property (other than the other direct contracts therefor, or have other work 00700 - General Conditions REV 04-07.doc 00700 - 25 FAIDublic Works\ENGINEERING DIVISION PROJECTS10545=667h Ave SR60 to 57th St (Arcadis)1AdmimtBid Documentst00700 - General Conditions REV 04-07.doc I performed by utility owners. If such other work is not noted in the Contract Documents, then: 1 . the individual or entity who will have authority and responsibility for coordination of 1 . written notice thereof will be given to the activities among the various contractors will CONTRACTOR prior to starting any such other be identified; work; and 24 the specific matters to be covered by 2. if OWNER and CONTRACTOR are such authority and responsibility will be unable to agree on entitlement to or on the itemized; and amount or extent, if any, of any adjustment in the Contract Price or Contract Times that 3w the extent of such authority and should be allowed as a result of such other responsibilities will be provided . work, a Claim may be made therefor as provided in paragraph 10. 05. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole B. CONTRACTOR shall afford each other authority and responsibility for such coordination . contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is per- forming the other work with OWNER's employees) ARTICLE 8 - OWNER'S RESPONSIBILITIES proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such & 01 Communications to Contractor other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract A. Except as otherwise provided in these Documents, CONTRACTOR shall do all cutting , General Conditions, OWNER shall issue all communi- fitting, and patching of the Work that may be required cations to CONTRACTOR through ENGINEER. to property connect or otherwise make its several parts come together and property integrate with such 8. 02 Replacement of ENGINEER other work. CONTRACTOR shall not endanger any work of others by cutting , excavating, or otherwise A. In case of termination of the employment of altering their work and will only cut or alter their work ENGINEER, OWNER shall appoint an engineer to with the written consent of ENGINEER and the others whom CONTRACTOR makes no reasonable whose work will be affected . The duties and objection , whose status under the Contract responsibilities of CONTRACTOR under this Documents shall be that of the former ENGINEER. paragraph are for the benefit of such utility owners and other contractors to the extent that there are 8. 03 Furnish Data comparable provisions for the benefit of CONTRACTOR in said direct contracts between A. OWNER shall promptly furnish the data OWNER and such utility owners and other required of OWNER under the Contract Documents. contractors. 8. 04 Pay Promptly When Due Co If the proper execution or results of any part of CONTRACTOR's Work depends upon work per- A. OWNER shall make payments to CONTRAC- formed by others under this Article 7, CONTRACTOR TOR promptly when they are due as provided in shall inspect such other work and promptly report to paragraphs 14. 02. 0 and 14. 07.C. ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or 8 . 05 Lands and Easements; Reports and Tests unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to A. OWNER's duties in respect of providing lands so report will constitute an acceptance of such other and easements and providing engineering surveys to work as fit and proper for integration with establish reference points are set forth in paragraphs CONTRACTOR's Work except for latent defects and 4. 01 and 4. 05. Paragraph 4.02 refers to OWNER's deficiencies in such other work. identifying and making available to CONTRACTOR copies of reports of explorations and tests of 7. 02 Coordination subsurface conditions and drawings of physical conditions in or relating to existing surface or A. If OWNER intends to contract with others for subsurface structures at or contiguous to the Site that the performance of other work on the Project at the have been utilized by ENGINEER in preparing the Site, the following will be set forth in Supplementary Contract Documents. Conditions: 00700 - General Conditions REV 04-07.doc 00700 - 26 PxPublic WorksIENGINEERING DIVISION PROJECTS%0545-66Th Ave SR60 to 57th St (Arcadis)Wdmirn0d Documents%00700 - General Conditions REV 04-07.doo 8 . 06 Insurance 9 . 02 Visits to Site A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- A. ENGINEER will make visits to the Site at ance are set forth in Article 5. intervals appropriate to the various stages of construc- tion as ENGINEER deems necessary in order to 8 . 07 Change Orders observe as an experienced and qualified design professional the progress that has been made and the A. OWNER is obligated to execute Change quality of the various aspects of CONTRACTOR's Orders as indicated in paragraph 10 . 03 . executed Work. Based on information obtained during such visits and observations, ENGINEER, for 8. 08 Inspections, Tests, and Approvals the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- A. OWNER's responsibility in respect to certain tract Documents. ENGINEER will not be required to inspections, tests, and approvals is set forth in make exhaustive or continuous inspections on the Site paragraph 13. 03. 6. to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing 8 . 09 Limitations on OWNER's Responsibilities for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract A. The OWNER shall not supervise, direct, or Documents. On the basis of such visits and have control or authority over, nor be responsible for, observations, ENGINEER will keep OWNER informed CONTRACTOR's means, methods, techniques, se- of the progress of the Work and will endeavor to guard quences, or procedures of construction , or the safety OWNER against defective Work. precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and B. ENGINEER's visits and observations are =Regulations applicable to the performance of the subject to all the limitations on ENGINEER's authority Work. OWNER will not be responsible for and responsibility set forth in paragraph 9. 10, and CONTRACTOR's failure to perform the Work in particularly, but without limitation, during or as a result accordance with the Contract Documents. of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not 8 . 10 Undisclosed Hazardous Environmental supervise, direct, control , or have authority over or be Condition responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction , A. OWNER's responsibility in respect to an or the safety precautions and programs incident undisclosed Hazardous Environmental Condition is thereto, or for any failure of CONTRACTOR to comply set forth in paragraph 4. 06. with Laws and Regulations applicable to the performance of the Work. 8. 11 Evidence of Financial Arrangements 9 . 03 Project Representative A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that A. If OWNER and ENGINEER agree, ENGI- financial arrangements have been made to satisfy NEER will fumish a Resident Project Representative OWNER's obligations under the Contract Documents, to assist ENGINEER in providing more extensive OWNER's responsibility in respect thereof will be as observation of the Work. The responsibilities and set forth in the Supplementary Conditions. authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9. 10 and in the Supplementary ARTICLE 9 - ENGINEER'S STATUS DURING Conditions. If OWNER designates another represen- CONSTRUCTION tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of 9 . 01 OWNER'S Representative such other individual or entity will be as provided in the Supplementary Conditions. A. ENGINEER will be OWNER's representative during the construction period . The duties and 9 . 04 Clarifications and Interpretations responsibilities and the limitations of authority of ENGINEER as OWNER Is representative during A. ENGINEER will issue with reasonable construction are set forth in the Contract Documents promptness such written clarifications or interpreta- and will not be changed without written consent of tions of the requirements of the Contract Documents OWNER and ENGINEER. as ENGINEER may determine necessary, which shall 00700 - General Conditions REV 0407.doc 00700 - 27 F:Wublic WorksIENGINEERING DIVISION PROJECTM0545.66Th Ave SR60 to 57th St (Arcadis)1AdmimtBid Documents100700 - General Conditions REV 04-07.doc I be consistent with the intent of and reasonably CONTRACTOR the ENGINEER's preliminary inferable from the Contract Documents. Such written determinations on such matters before rendering a clarifications and interpretations will be binding on written decision thereon (by recommendation of an OWNER and CONTRACTOR. If OWNER and CON- Application for Payment or otherwise). ENGINEER's TRACTOR are unable to agree on entitlement to or on written decision thereon will be final and binding the amount or extent, if any, of any adjustment in the (except as modified by ENGINEER to reflect changed Contract Price or Contract Times, or both , that should factual conditions or more accurate data) upon be allowed as a result of a written clarification or OWNER and CONTRACTOR, subject to the interpretation , a Claim may be made therefor as provisions of paragraph 10. 05. provided in paragraph 10 .05. 9 . 09 Decisions on Requirements of Contract 9 . 05 Authorized Variations in Work Documents and Acceptability of Work A. ENGINEER may authorize minor variations in A. ENGINEER will be the initial interpreter of the the Work from the requirements of the Contract requirements of the Contract Documents and judge of Documents which do not involve an adjustment in the the acceptability of the Work thereunder. Claims, Contract Price or the Contract Times and are compati- disputes and other matters relating to the acceptability ble with the design concept of the completed Project of the Work, the quantities and classifications of Unit as a functioning whole as indicated by the Contract Price Work, the interpretation of the requirements of Documents. These may be accomplished by a Field the Contract Documents pertaining to the Order and will be binding on OWNER and also on performance of the Work, and Claims seeking CONTRACTOR, who shall perform the Work involved changes in the Contract Price or Contract Times will promptly. If OWNER and CONTRACTOR are unable be referred initially to ENGINEER in writing , in to agree on entitlement to or on the amount or extent, accordance with the provisions of paragraph 10.05, if any, of any adjustment in the Contract Price or with a request for a formal decision. Contract Times, or both , as a result of a Field Order, a Claim may be made therefor as provided in B. When functioning as interpreter and judge paragraph 10. 05. under this paragraph 9. 09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not 9 . 06 Rejecting Defective Work be liable in connection with any interpretation or decision rendered in good faith in such capacity. The A. ENGINEER will have authority to disapprove rendering of a decision by ENGINEER pursuant to this or reject Work which ENGINEER believes to be paragraph 9. 09 with respect to any such Claim , defective, or that ENGINEER believes will not produce dispute, or other matter (except any which have been a completed Project that conforms to the Contract waived by the making or acceptance of final payment Documents or that will prejudice the integrity of the as provided in paragraph 14. 07) will be a condition design concept of the completed Project as a precedent to any exercise by OWNER or functioning whole as indicated by the Contract CONTRACTOR of such rights or remedies as either Documents. ENGINEER will also have authority to may otherwise have under the Contract Documents or require special inspection or testing of the Work as by Laws or Regulations in respect of any such Claim , provided in paragraph 13. 04 , whether or not the Work dispute, or other matter, is fabricated , installed, or completed. 9. 10 Limitations on ENGINEER's Authority and 9. 07 Shop Drawings, Change Orders and Responsibilities Payments A. Neither ENGINEER's authority or respon- A. In connection with ENGINEER's authority as sibility under this Article 9 or under any other provision to Shop. Drawings and Samples, see paragraph 6. 17 . of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not B. In connection with ENGINEER's authority as exercise such authority or responsibility or the to Change Orders, see Articles 10, 11 , and 12 . undertaking , exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, C. In connection with ENGINEER's authority as or give rise to any duty in contract, tort, or otherwise to Applications for Payment, see Article 14. owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or 9. 08 Determinations for Unit Price Work to any surety for or employee or agent of any of them. A. ENGINEER will determine the actual quanti- B. ENGINEER will not supervise, direct, control , ties and classifications of Unit Price Work performed or have authority over or be responsible for by CONTRACTOR. ENGINEER will review with CONTRACTOR's means, methods, techniques, sem 00700 - General Conditions REV 04-07.doc 00700 - 28 FAPublic Works%ENGINEERING DIVISION PROJECTS\0545=66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bld Documents\00700 - General Conditions REV 0"Tdoc quences, or procedures of construction , or the safety paragraph 3. 04 , except in the case of an emergency precautions and programs incident thereto, or for any as provided in paragraph 6 . 16 or in the case of failure of CONTRACTOR to comply with Laws and uncovering Work as provided in paragraph 13. 04. 6. Regulations applicable to the performance of the Work. ENGINEER will not be responsible for 10 .03 Execution of Change Orders CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- C. ENGINEER will not be responsible for the NEER (or Written Amendments) covering : acts or omissions of CONTRACTOR or of any .. . Subcontractor, any Supplier, or of any other individual 1 . changes in the Work which are: (i) or entity performing any of the Work. ordered by OWNER pursuant to paragraph 10001 .A, (ii) required because of acceptance of D . ENGINEER's review of the final Application defective Work under paragraph 13 . 08.A or for Payment and accompanying documentation and all OWNER's correction of defective Work under maintenance and operating instructions, schedules, paragraph 13. 09, or (iii) agreed to by the guarantees, Bonds, certificates of inspection, tests parties; and approvals, and other documentation required to be delivered by paragraph 14 . 07.A will only be to 2. changes in the Contract Price or determine generally that their content complies with Contract Times which are agreed to by the the requirements of, and in the case of certificates of parties, including any undisputed sum or inspections, tests, and approvals that the results amount of time for Work actually performed in certified indicate compliance with , the Contract accordance with a Work Change Directive; and Documents. 30 changes in the Contract Price or E. The limitations upon authority and responsibil- Contract Times which embody the substance of ity set forth in this paragraph 9. 10 shall also apply to any written decision rendered by ENGINEER ENGINEER's Consultants, Resident Project Repre- pursuant to paragraph 10. 05; provided that, in sentative, and assistants. lieu of executing any such Change Order, an appeal may be taken from any such decision in ARTICLE 10 to CHANGES IN THE WORK, CLAIMS accordance with the provisions of the Contract Documents and applicable Laws and Regula- tions, but during any such appeal, 10. 01 Authorized Changes in the Work CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in A. Without invalidating the Agreement and paragraph 6. 18 .A. without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or 10. 04 Notification to Surety revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon A. If notice of any change affecting the general . receipt of any such document, CONTRACTOR shall scope of the Work or the provisions of the Contract promptly proceed with the Work involved which will be Documents (including , but not limited to, Contract performed under the applicable conditions of the Price or Contract Times) is required by the provisions Contract Documents (except as otherwise specifically of any Bond to be given to a surety, the giving of any provided) . such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted Be If OWNER and CONTRACTOR are unable to to reflect the effect of any such change. agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract 10 . 05 Claims and Disputes Times, or both , that should be allowed as a result of a Work Change Directive, a Claim may be made A. Notice: Written notice stating the general therefor as provided in paragraph 10. 05. nature of each Claim , dispute, or other matter shall be delivered by the claimant to ENGINEER and the other 10 . 02 Unauthorized Changes in the Work party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise A. CONTRACTOR shall not be entitled to an thereto. Notice of the amount or extent of the Claim , increase in the Contract Price or an extension of the dispute, or other matter with supporting data shall be Contract Times with respect to any work performed delivered to the ENGINEER and the other party to the that is not required by the Contract Documents as Contract within 60 days after the start of such event amended , modified , or supplemented as provided in (unless ENGINEER allows additional time for claimant 00700 - General Conditions REV 04-07.doc 00700 - 29 FAPublic Works\ENGINEERING DIVISION PROJECTS10545=66Th Ave SR60 to 57th St (Arcadis)%Admim\Bid Documents%00700 - General Conditions REV 04-07.doc i — to submit additional or more accurate data in support ARTICLE 11 - COST OF THE WORK; CASH of such Claim , dispute, or other matter). A Claim for ALLOWANCES ; UNIT PRICE WORK an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12 . 01 . 13. A Claim for an adjustment in Contract Time shall be 11 . 01 Cost of the Work prepared in accordance with the provisions of paragraph 12. 02 . 8. Each Claim shall be accom- A. Costs Included: The term Cost of the Work panied by claimants written statement that the adjust- means the sum of all costs necessarily incurred and ment claimed is the entire adjustment to which the paid by CONTRACTOR in the proper performance of claimant believes it is entitled as a result of said event. the Work. When the value of any Work covered by a The opposing party shall submit any response to Change Order or when a Claim for an adjustment in ENGINEER and the claimant within 30 days after Contract Price is determined on the basis of Cost of receipt of the claimants last submittal (unless the Work, the costs to be reimbursed to ENGINEER allows additional time) . CONTRACTOR will be only those additional or incremental costs required because of the change in B. ENGINEER's Decision: ENGINEER will the Work or because of the event giving rise to the render a formal decision in writing within 30 days after Claim . Except as otherwise may be agreed to in receipt of the last submittal of the claimant or the last writing by OWNER, such costs shall be in amounts no submittal of the opposing party, if any. ENGINEER's higher than those prevailing in the locality of the written decision on such Claim , dispute, or other Project, shall include only the following items, and matter will be final and binding upon OWNER and shall not include any of the costs itemized in para- CONTRACTOR unless: graph 11 . 01 . 13. 16 an appeal from ENGINEER's 1 . Payroll costs for employees in the decision is taken within the time limits and in direct employ of CONTRACTOR in the perfor- accordance with the dispute resolution mance of the Work under schedules of job procedures set forth in Article 16, or classifications agreed upon by OWNER and CONTRACTOR . Such employees shall include 22 if no such dispute resolution without limitation superintendents, foremen, procedures have been set forth in Article . 16, a and other personnel employed full time at the written notice of intention to appeal from Site. Payroll costs for employees not employed ENGINEER's written decision is delivered by full time on the Work shall be apportioned on OWNER or CONTRACTOR to the other and to the basis of their time spent on the Work. ENGINEER within 30 days after the date of Payroll costs shall include, but not be limited to, such decision , and a formal proceeding is salaries and wages plus the cost of fringe instituted by the appealing party in a forum of benefits, which shall include social security competent jurisdiction within 60 days after the contributions, unemployment, excise, and date of such decision or within 60 days after payroll taxes, workers' compensation , health Substantial Completion , whichever is later and retirement benefits, bonuses, sick leave, (unless otherwise agreed in writing by OWNER vacation and holiday pay applicable thereto. and CONTRACTOR), to exercise such rights or The expenses of performing Wont outside of remedies as the appealing party may have with regular working hours, on Saturday, Sunday, or respect to such Claim, dispute, or other matter legal holidays, shall be included in the above to in accordance with applicable Laws and the extent authorized by OWNER. Regulations. 2. Cost of all materials and equipment C. If ENGINEER does not render a formal furnished and incorporated in the Work, includ- decision in writing within the time stated in paragraph ing costs of transportation and storage thereof, 10 . 05. 6, a decision denying the Claim in its entirety and Suppliers' field services required in shall be deemed to have been issued 31 days after connection therewith . All cash discounts shall receipt of the last submittal of the claimant or the last accrue to CONTRACTOR unless OWNER submittal of the opposing party, if any. deposits funds with CONTRACTOR with which to make payments, in which case the cash D . No Claim for an adjustment in Contract Price discounts shall accrue to OWNER. All trade or Contract Times (or Milestones) will be valid if not discounts, rebates and refunds and returns submitted in accordance with this paragraph 10. 05. from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained . 00700 = General Conditions REV 04-07.doc 00700 - 30 PIPublic Works\ENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Aresdis)\AdmimlBid Documents\00700 - General Conditions REV 04-07.doc F _ . _ . 3. Payments made by CONTRACTOR contractor, or anyone directly or indirectly to Subcontractors for Work performed by employed by any of them or for whose acts any Subcontractors. If required by OWNER, CON- of them may be liable, and royalty payments TRACTOR shall obtain competitive bids from and fees for permits and licenses, subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to f. Losses and damages (and related OWNER, who will then determine, with the expenses) caused by damage to the Work, not advice of ENGINEER, which bids, if any, will be compensated by insurance or otherwise, sus- acceptable. If any subcontract provides that the tained by CONTRACTOR in connection with Subcontractor is to be paid on the basis of Cost the performance of the Work (except losses of the Work plus a fee, the Subcontractor's and damages within the deductible amounts of Cost of the Work and fee shall be determined property insurance established in accordance in the same manner as CONTRACTOR's Cost with paragraph 5. 06 . D), provided such losses of the Work and fee as provided in this para- and damages have resulted from causes other graph 11 . 01 . than the negligence of CONTRACTOR , any Subcontractor, or anyone directly or indirectly 4. Costs of special consultants employed by any of them or for whose acts any (including but not limited to engineers, of them may be liable. Such losses shall architects, testing laboratories, surveyors, include settlements made with the written attorneys, and accountants) employed for consent and approval of OWNER. No such , services specifically related to the Work. losses, damages, and expenses shall be included in the Cost of the Work for the 5. Supplemental costs including the purpose of determining CONTRACTOR's fee. following : g . The cost of utilities, fuel, and sanitary a. The proportion of necessary trans- facilities at the Site. portabon , travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- h. Minor expenses such as telegrams, charge of duties connected with the Work. long distance telephone calls, telephone service at the Site, expressage, and similar petty cash b. Cost, including transportation and items in connection with the Work, maintenance, of all materials, supplies, equip- ment, machinery, appliances, office, and i . When the Cost of the Work is used to temporary facilities at the Site, and hand tools determine the value of a Change Order or of a not owned by the workers, which are consumed Claim , the cost of premiums for additional in the performance of the Work, and cost, less Bonds and insurance required because of the market value, of such items used but not con- changes in the Work or caused by the event sumed which remain the property of CON= giving rise to the Claim. TRACTOR. J. When all the Work is performed on the c. Rentals of all construction equip- basis of cost-plus, the costs of premiums for all ment and machinery, and the parts thereof Bonds and insurance CONTRACTOR is whether rented from CONTRACTOR or others required by the Contract Documents to in accordance with rental agreements approved purchase and maintain . by OWNER with the advice of ENGINEER, and the costs of transportation , loading, unloading , Be Costs Excluded. The term Cost of the Work assembly, dismantling , and removal thereof. shall not include any of the following items: All such costs shall be in accordance with the terms of said rental agreements. The rental of 1 . Payroll costs and other compensation any such equipment, machinery, or parts shall of CONTRACTOR's officers, executives, princi- cease when the use thereof is no longer pals (of partnerships and sole proprietorships) , necessary for the Work. general managers, engineers, architects, estimators, attorneys, auditors, accountants, d . Sales, consumer, use, and other purchasing and contracting agents, expediters, similar taxes related to the Work, and for which timekeepers, clerks, and other personnel CONTRACTOR is liable, imposed by Laws and employed by CONTRACTOR, whether at the Regulations. Site or in CONTRACTOR's principal or branch office for general administration of the Work e . Deposits lost for causes other than and not specifically included in the agreed upon negligence of CONTRACTOR, any Sub- schedule of job classifications referred to in 00700 - General Conditions REV 04-07.doc 00700 - 31 FAPublic Works%ENGINEERING DIVISION PROJECTS10545*66Th Ave SR60 to 57th St (Aresdls)\Admim\Bid Documents\00700 - General Conditions REV 04-07.doc f paragraph 11901 .A. 1 or specifically covered by by the allowances to be delivered at the Site, paragraph 11 . 01 .AA, all of which are to be and all applicable taxes; and considered administrative costs covered by the CONTRACTOR's fee. 2 . CONTRACTOR's costs for unloading and handling on the Site, labor, installation 2. Expenses of CONTRACTOR's princi- costs, overhead , profit, and other expenses pal and branch offices other than contemplated for the allowances have been CONTRACTOR's office at the Site. included in the Contract Price and not in the allowances, and no demand for additional 3. Any part of CONTRACTOR's capital payment on account of any of the foregoing will expenses, including interest on be valid. CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for Be Prior to final payment, an appropriate Change delinquent payments. Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on 4 . Costs due to the negligence of CON- account of Work covered by allowances, and the Cones TRACTOR, any Subcontractor, or anyone tract Price shall be correspondingly adjusted , directly or indirectly employed by any of them or for whose acts any of them may be liable, 11 . 03 Unit Price Work including but not limited to, the correction of defective Work, disposal of materials or A. Where the Contract Documents provide that equipment wrongly supplied , and making. good. all or part of the Work is to be Unit Price Work, initially- any damage to property. the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the 5. Other overhead or general expense unit price for each separately identified item of Unit costs of any kind and the costs of any item not Price Work times the estimated quantity of each item specifically and expressly included in as indicated in the Agreement. The estimated paragraphs 11 .01 .A and 11 . 01 . 8. quantities of items of Unit Price Work are not guaran- teed and are solely for the purpose of comparison of C. CONTRACTOR's Fee: When all the Work is Bids and determining an initial Contract Price. Deter- performed on the basis of cost-plus, CONTRACTOR'S minations of the actual quantities and classifications of fee shall be determined as set forth in the Agreement. Unit Price Work performed by CONTRACTOR will be When the value of any Work covered by a Change made by ENGINEER subject to the provisions of Order or when a Claim for an adjustment in Contract paragraph 9. 08. Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth Be Each unit price will be deemed to include an in paragraph 12 .01 .C . amount considered by CONTRACTOR to be ade- quate to cover CONTRACTOR's overhead and profit D. Documentation: Whenever the Cost of the for each separately identified item. Work for any purpose is to be determined pursuant to paragraphs 11 . 01 .A and 11 . 01 . 6, CONTRACTOR will C. OWNER or CONTRACTOR may make a establish and . maintain records thereof in accordance Claim for an adjustment in the Contract Price in accorse generally accepted accounting practices and dance with paragraph 10. 05 if: submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting 1s the quantity of any item of Unit Price data. Work performed by CONTRACTOR differs materially and significantly from the estimated 11 . 02 Cash Allowances quantity of such item indicated in the Agreement; and A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named 20 there is no corresponding adjustment in the Contract Documents and shall cause the Work with respect any other item of Work; and so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. 3. if CONTRACTOR believes that CONTRACTOR agrees that: CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred 1 . the allowances include the cost to additional expense or OWNER believes that CONTRACTOR (less any applicable trade OWNER is entitled to a decrease in Contract discounts) of materials and equipment required Price and the parties are unable to agree as to the amount of any such increase or decrease. 00700 - General Conditions REV 0407.doc 00700 - 32 FAPublic Works\ENGINEERING DIVISION, PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00700 - General Conditions REV 04-07.doc c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work ARTICLE 12 on CHANGE OF CONTRACT PRICE; plus a fee and no fixed fee is agreed upon , CHANGE OF CONTRACT TIMES the intent of paragraph 12 . 01 . C.2 . a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee 12 . 01 Change of Contract Price of 15 percent of the costs incurred by such Subcontractor under paragraphs 11 . 01 .A. 1 A. The Contract Price may only be changed by a and 11 . 01 .A. 2 and that any higher tier Change Order or by a Written Amendment. Any Subcontractor and CONTRACTOR will Claim for an adjustment in the Contract Price shall be each be paid a fee of five percent of the based on written notice submitted by the party making amount paid to the next lower tier Subcon- the Claim to the ENGINEER and the other party to the tractor; Contract in accordance with the provisions of para- graph 10. 05 , 1 d . no fee shall be payable on the basis of costs itemized under paragraphs B. The value of any Work covered by a Change 11 .01 .A.4, 11 .01 .A. 5, and 11 . 01 . 8; Order or of any Claim for an adjustment in the Contract Price will be determined as follows: e. the amount of credit to be allowed by CONTRACTOR to OWNER for any 1s where the Work involved is covered change which results in a net decrease in by unit prices contained in the Contract cost will be the amount of . the actual net Documents, by application of such unit prices to decrease in cost plus a deduction in the quantities of the items involved (subject to CONTRACTOR's fee by an amount equal the provisions of paragraph 11 . 03 ); or to five percent of such net decrease; and 20 where the Work involved is not cover f. when both additions and credits are ered by unit prices contained in the Contract involved in any one change, the adjustment Documents, by a mutually agreed lump sum in CONTRACTOR's fee shall be computed (which may include an allowance for overhead on the basis of the net change in and profit not necessarily in accordance with accordance with paragraphs 12.01 .C.2 . a paragraph 12. 01 . C.2); or through 12. 01 . C.2.e, inclusive. 3a where the Work involved is not cover 12 . 02 Change of Contract Times ered by unit prices contained in the Contract Documents and agreement to a lump sum is A. The Contract Times (or Milestones) may only not reached under paragraph 12.01 . 13. 2, on the be changed by a Change Order or by a Written basis of the Cost of the Work (determined as Amendment. Any Claim for an adjustment in the provided in paragraph 11 . 01 ) plus a Contract Times (or Milestones) shall be based on CONTRACTOR's fee for overhead and profit written notice submitted by the party making the claim (determined as provided in paragraph 12. 01 . C) . to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10. 05. C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be B. Any adjustment of the Contract Times (or determined as follows: Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or 1 . a mutually acceptable fixed fee; or Milestones) will be determined in accordance with the provisions of this Article 12. 20 if a fixed fee is not agreed upon , then a fee based on the following percentages of the 12 . 03 Delays Beyond CONTRACTOR's Control various portions of the Cost of the Work: A. Where CONTRACTOR is prevented from a. for costs incurred under para- completing any part of the Work within the Contract graphs 11 .01 .A. 1 and 11 .01 .A.2, the Times (or Milestones) due to delay beyond the control CONTRACTOR's fee shall be 15 percent; of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the b. for costs incurred under paragraph time lost due to such delay if a Claim is made therefor 11 . 01 .A. 3, the CONTRACTOR's fee shall as provided in paragraph 12. 02.A. Delays beyond the be five percent; control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect 00700 = General Conditions REV 04-07.doc 00700 - 33 F1Public Worka\ENGINEERING DIVISION PROJECTS10545-6611sh Ave SR60 to 57th St (Arcadis)%drrimUiid Documents100700 - General Conditions REV 04.07.doc of utility owners or other contractors performing other ARTICLE 13 - TESTS AND INSPECTIONS ; work as contemplated by Article 7, fires, floods, CORRECTION , REMOVAL OR ACCEPTANCE OF epidemics, abnormal weather conditions, or acts of DEFECTIVE WORK God. 12 . 04 Delays Within CONTRACTOR's Control 13 . 01 Notice of Defects A. The Contract Times (or Milestones) will not be A. Prompt notice of all defective Work of which extended due to delays within the control of OWNER or ENGINEER has actual knowledge will be CONTRACTOR. Delays attributable to and within the given to CONTRACTOR. All defective Work may be control of a Subcontractor or Supplier shall be rejected , corrected , or accepted as provided in this deemed to be delays within the control of CONTRAC- Article 13. TOR. 13. 02 Access to Work 12. 05 Delays Beyond OWNER's and CONTRACTOR's Control A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of A. Where CONTRACTOR is prevented from OWNER, independent testing laboratories, and completing any part of the Work within the Contract governmental agencies with jurisdictional interests will Times (or Milestones) due to delay beyond the control have access to the Site and the Work at reasonable of both OWNER and CONTRACTOR, an extension of times for their observation , inspecting , and testing . the Contract Times (or Milestones) in an amount CONTRACTOR shall provide them proper and safe equal to the time lost due to such delay shall be conditions for such access and advise them of CONTRACTOR's sole and exclusive remedy for such CONTRACTOR's Site safety procedures and delay. programs so that they may comply therewith as applicable. 12.06 Delay Damages 13 . 03 Tests and Inspections A. In no event. shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any A. CONTRACTOR shall give ENGINEER timely Supplier, or any other person or organization , or to any notice of readiness of the Work for all required surety for or employee or agent of any of them , for inspections, tests, or approvals and shall cooperate damages arising out of or resulting from. with inspection and testing personnel to facilitate required inspections or tests. 1 . delays caused by or within the control of CONTRACTOR; or B. GWNI�R shall employ and Pay fQF the seFyiGes of an independent tar%fln. labeFatei:y 4G 20 delays beyond the control of both , OF approvals requiFed by OWNER and CONTRACTOR including but not the GGAtFaGt DeGuments exGept; limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or , OF appmov.816. neglect by utility owners or other contractors Govered by paFagFaphs 13. 034 and 4 8034) performing other work as contemplated by belewi Article 7. B . Nothing in this paragraph 12. 06 bars a change in Contract Price pursuant to this Article 12 to paFagFaph 13 . 04 . 13 shall be paid as pFoy*ded in compensate CONTRACTOR due to delay, said paFagraph 13 . 04 . 6 ; aPA interference, or disruption directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. C . If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected , tested , or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith , and 00700 - General Conditions REV 04-07.doc 00700 - 34 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545=66Th Ave SR60 to 57th St (Arcadis)%Admim\Bid Dociments\00700 - General Conditions REV 04=07.doc furnish ENGINEER the required certificates of inspec. attributable to such uncovering , exposure , tion or approval . observation , inspection , testing, replacement, and reconstruction . If the parties are unable to agree as to D. CONTRACTOR shall be responsible for the amount or extent thereof, CONTRACTOR may arranging and obtaining and shall pay all costs in make a Claim therefor as provided in paragraph connection with any inspections, tests, or approvals 10. 050 required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the 13 . 05 OWNER May Stop the Work Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to A0 If the WGFk is defeGtive , OF GONTRAGI CONTRACTOR's purchase thereof for incorporation fails to supply suffiGient skilled WgFkeFs OF suita in the Work. Such inspections, tests, or approvals , OF faills to peftrm the We shall be performed by organizations acceptable to OWNER and ENGINEER . the Gei;tFaGt , thereof, E. If any Work (or the work of others) that is to ; be inspected , tested , or approved is covered by CON- h0A9e4W0eF1 TRACTOR without written concurrence of ENGInot give Ase to any duty on the paFt of QWNF=R4Q - NEER, it must, if requested by ENGINEER, be uncov- , ered for observation. F . Uncovering Work as provided in paragraph any of cher 13. 03 . E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice 13 . 06 Correction or Removal of Defective. Work of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- A. CONTRACTOR shall correct all defective ness in response to such notice. Work, whether or not fabricated , installed, or completed, or, if the Work has been rejected by ENGI- 13. 04 Uncovering Work NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay A. If any Work is covered contrary to the written all Claims, costs, losses, and damages (including but request of ENGINEER, it must, if requested by ENGI - not limited to all fees and charges of engineers, NEER, be uncovered for ENGINEER's observation architects, attorneys, and other professionals and all and replaced at CONTRACTOR's expense. court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal 13 . If ENGINEER considers it necessary or (including but not limited to all costs of repair or advisable that covered Work be observed by ENGI - replacement of work of others). NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, 13 . 07 Correction Period or otherwise make available for observation , inspec- tion , or testing as ENGINEER may require, that A. If within one year after the date of Final portion of the Work in question, furnishing all neces- Acceptance or such longer period of time as may be sary labor, material, and equipment. If it is found that prescribed by Laws or Regulations or by the terms of such Work is defective, CONTRACTOR shall pay all any applicable special guarantee required by the Claims, costs, losses, and damages (including but not Contract Documents or by any specific provision of the limited to all fees and charges of engineers, architects, Contract Documents, any Work is found to be attorneys, and other professionals and all court or defective, or if the repair of any damages to the land arbitration or other dispute resolution costs) arising out or areas made available for CONTRACTOR' s use by of or relating to such uncovering, exposure, observa- OWNER or permitted by Laws and Regulations as tion , inspection, and testing , and of satisfactory contemplated in paragraph 6. 11 .A is found to be replacement or reconstruction (including but not defective, CONTRACTOR shall promptly, without cost limited to all costs of repair or replacement of work of to OWNER and in accordance with OWNER's written others) ; and OWNER shall be entitled to an instructions: (i) repair such defective land or areas, or appropriate decrease in the Contract Price . If the (ii) correct such defective Work or, if the defective parties are unable to agree as to the amount thereof, Work has been rejected by OWNER, remove it from OWNER may make a Claim therefor as provided in the Project and replace it with Work that is not paragraph 10. 05. If, however, such Work is not found defective, and (iii) satisfactorily correct or repair or to be defective, CONTRACTOR shall be allowed an remove and replace any damage to other Work, to the increase in the Contract Price or an extension of the work of others or other land or areas resulting there- Contract Times (or Milestones) , or both , directly from . If CONTRACTOR does not promptly comply 00700 - General Conditions REV 04-07.doc 00700 - 35 FAIDublic WorkslENGINEERING DIVISION PROJECTSM4546Th Ave SR60 to 57th St (Amadis)VWmimWd Documents\00700 - General Conditions REV 04-07.doc r with the terms of such instructions, or in an therefor as provided in paragraph 10. 05. If the emergency where delay would cause serious risk of acceptance occurs after such recommendation , an loss or damage, OWNER may have the defective appropriate amount will be paid by CONTRACTOR to Work corrected or repaired or may have the rejected OWNER. Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all 13. 09 OWNER May Correct Defective Work fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or A. If CONTRACTOR fails within a reasonable other dispute resolution costs) arising out of or relating time after written notice from ENGINEER to correct to such correction or repair or such removal and defective Work or to remove and replace rejected replacement (including but not limited to all costs of Work as required by ENGINEER in accordance with repair or replacement of work of others) will be paid by paragraph 13. 06.A, or if CONTRACTOR fails to CONTRACTOR. perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with B. In special circumstances where a particular any other provision of the Contract Documents, item of equipment is placed in continuous service OWNER may, after seven days written notice to before Substantial Completion of all the Work, the CONTRACTOR, correct and remedy any such correction period for that item may start to run from an deficiency. earlier date if so provided in the Specifications or by Written Amendment. B. In exercising the rights and remedies under this paragraph , OWNER shall proceed expeditiously. C. Where defective Work (and damage to other In connection with- such corrective and- remedial Work resulting therefrom) has been corrected or action , OWNER may exclude CONTRACTOR from all removed and replaced under this paragraph 13 . 07, or part of the Site, take possession of all or part of the the correction period hereunder with respect to such Work and suspend CONTRACTOR's services related " Work will be extended for an additional period of one thereto, take possession of CONTRACTOR's tools, year after such correction or removal and replacement appliances, construction equipment and machinery at has been satisfactorily completed, the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has D. CONTRACTOR's obligations under this paid CONTRACTOR but which are stored elsewhere. paragraph 13. 07 are in addition to any other obligation CONTRACTOR shall allow OWNER, OWNER's or warranty. The provisions of this paragraph 13. 07 representatives, agents and employees, OWNER's shall not be construed as a substitute for or a waiver other contractors, and ENGINEER and ENGINEER's of the provisions of any applicable statute of limitation Consultants access to the Site to enable OWNER to or repose. exercise the rights and remedies under this paragraph . 13 . 08 Acceptance of Defective Work C . All Claims, costs, losses, and damages A. If, instead of requiring correction or removal (including but not limited to all fees and charges of and replacement of defective Work, OWNER (and , engineers, architects, attorneys, and other prior to ENGINEER's recommendation of final pay- professionals and all court or arbitration or other ment, ENGINEER) prefers to accept it, OWNER may dispute resolution costs) incurred or sustained by do so. CONTRACTOR shall pay all Claims, costs, OWNER in exercising the rights and remedies under losses, and damages (including but not limited to all this paragraph 13.09 will be charged against CON- fees and charges of engineers, architects, attorneys, TRACTOR, and a Change Order will be issued and other professionals and all court or arbitration or incorporating the necessary revisions in the Contract other dispute resolution costs) attributable to Documents with respect to the Work; and OWNER OWNER's evaluation of and determination to accept shall be entitled to an appropriate decrease in the such defective Work (such costs to be approved by Contract Price. If the parties are unable to agree as to ENGINEER as to reasonableness) and the diminished the amount of the adjustment, OWNER may make a value of the Work to the extent not otherwise paid by Claim therefor as provided in paragraph 10. 05. Such CONTRACTOR pursuant to this sentence. If any claims, costs, losses and damages will include but not such acceptance occurs prior to ENGINEER's recom- be limited to all costs of repair, or replacement of work mendation of final payment, a Change Order will be of others destroyed or damaged by correction , issued incorporating the necessary revisions in the removal, or replacement of CONTRACTOR's Contract Documents with respect to the Work, and defective Work. OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of D. CONTRACTOR shall not be allowed an Work so accepted . If the parties are unable to agree extension of the Contract Times (or Milestones) as to the amount thereof, OWNER may make a Claim because of any delay in the performance of the Work 00700 - General Conditions REV 0447.doc 00700 - 36 PIPublic Works%ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wrniml6id Documents\00700 = General Conditions REV 04.07.doc I attributable to the exercise by OWNER of OWNER's B . Review of Applications rights and remedies under this paragraph 13. 09. 1 . ENGINEER will , within 10 days after receipt of each Application for Payment, either ARTICLE 14 - PAYMENTS TO CONTRACTOR AND indicate in writing a recommendation of COMPLETION payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing 14. 01 Schedule of Values ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- A. The schedule of values established as provid- TRACTOR may make the necessary ed in paragraph 2 . 07.A will serve as the basis for corrections and resubmit the Application . progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- 2 . ENGINEER's recommendation of NEER. Progress payments on account of Unit Price any payment requested in an Application for Work will be based on the number of units completed . Payment will constitute a representation by ENGINEER to OWNER, based on 14 . 02 Progress Payments ENGINEER's observations on the Site of the executed Worts as an experienced and qualified A. Applications for Payments design professional and on ENGINEER's review of the Application for Payment and the 1 . At least. 20 days before the date accompanying data and . schedules, that to the established for each progress payment (but not best of ENGINEER's knowledge, information more often than once a month ), and belief: CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and a. the Work has progressed to the point signed by CONTRACTOR covering the Work indicated ; completed as of the date of the Application and accompanied by such supporting b. the quality of the Work is generally in documentation as is required by the Contract accordance with the Contract Documents Documents. If payment is requested on the (subject to an evaluation of the Work as a basis of materials and equipment not functioning whole prior to or upon incorporated in the Work but delivered and Substantial Completion , to the results of any suitably stored at the Site or at another location subsequent tests called for in the Contract agreed to in writing , the Application for Payment Documents, to a final determination of shall also be accompanied by a bill of sale, quantities and classifications for Unit Price invoice, or other documentation warranting that Work under paragraph 9. 08, and to any OWNER has received the materials and equip- other qualifications stated in the ment free and clear of all Liens and evidence recommendation); and that the materials and equipment are covered by appropriate property insurance or other c. The conditions precedent to arrangements , to protect OWNER's interest CONTRACTOR's being entitled to such therein , all of which must be satisfactory to payment appear to have been fulfilled in so OWNER. far as it is ENGINEER's responsibility to observe the Work. 2. Beginning with the second Application for Payment, each Application shall 3. By recommending any such include an affidavit of CONTRACTOR stating payment ENGINEER will not thereby be that all previous progress payments received deemed to have represented that: (i) inspec- on account of the Work have been applied on tions made to check the quality or the quantity account to discharge CONTRACTOR's of the Work as it has been performed have legitimate obligations associated with prior been exhaustive, extended to every aspect of Applications for Payment. the Work in progress, or involved detailed inspections of the Work beyond the responsi- 3 . The amount of retainage with respect bilities specifically assigned to ENGINEER in to progress payments will be as stipulated in the Contract Documents; or (ii) that there may the Agreement. not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 00700 - General Conditions REV 04-07.doc 00700 - 37 F:%Public WorkMENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Arcadls)%Admim\Bid Documents100700 - General Conditions REV 04m07.doc 4. Neither ENGINEER's review of D. Reduction in Payment CONTRACTOR's Work for the purposes of 1 . OWNER may refuse to make recommending payments nor ENGINEER's payment of the full amount recommended by recommendation of any payment, including final ENGINEER because: payment, will impose responsibility on ENGINEER to supervise, direct, or control the a. claims have been made against Work or for the means, methods, techniques, OWNER on account of CONTRACTOR's sequences, or procedures of construction , or performance or furnishing of the Work; the safety precautions and programs incident thereto, or for CONTRACTOR's failure to b. Liens have been filed in connection comply with Laws and Regulations applicable to with the Work, except where CONTRACTOR's performance of the Work. CONTRACTOR has delivered a specific Additionally, said review or recommendation will Bond satisfactory to - OWNER to secure the not impose responsibility on ENGINEER to satisfaction and discharge of such Liens; make any examination to ascertain how or for what purposes CONTRACTOR has used the c. there are other items entitling OWN- moneys paid on account of the Contract Price, ER to a set-off against the amount or to determine that titre to any of the Work, recommended ; or materials, or equipment has passed to OWNER free and clear of any Liens. d . OWNER has actual knowledge of the occurrence- of any of the events. enumerated 5. ENGINEER may refuse to recom- in paragraphs 14. 02. B. 5. a through mend the whole or any part of any payment if, 14. 02. B. 5.c or paragraph 15. 02 .A. in ENGINEER's opinion , it would be incorrect to make the representations to OWNER referred 2. If OWNER refuses to make payment to in paragraph 14. 02. B.2. ENGINEER may of the full amount recommended by also refuse to recommend any such payment ENGINEER, OWNER must give or, because of subsequently discovered CONTRACTOR immediate written notice (with evidence or the results of subsequent a copy to ENGINEER) stating the reasons for inspections or tests, revise or revoke any such such action and promptly pay CONTRACTOR payment recommendation previously made, to any amount remaining after deduction of the such extent as may be necessary in amount so withheld. OWNER shall promptly ENGINEER's opinion to protect OWNER from pay CONTRACTOR the amount so withheld , or loss because: any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR a. the Work is defective, or completed corrects to OWNER's satisfaction the reasons Work has been damaged , requiring for such action . correction or replacement; 3. If it is subsequently determined that b. the Contract Price has been reduced OWNER's refusal of payment was not justified, by Written Amendment or Change Orders, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph c. OWNER has been required to correct 14. 02 . C. 1 . defective Work or complete Work in accor- dance with paragraph 13. 09; or 14 . 03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees the OGGUFFenGe of any of the events that title to all Work, materials, and equipment covered . by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than C . Payment Becomes Due the time of payment free and clear of all Liens. i Ten days afteF pFesentation of the 14 . 04 Substantial Completion ENGINEER'sAppliGatien fQF Payment to OWNER with A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the due YAII be paid by OWNER ta CONTR ACTOR entire Worts is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) 00700 - General Conditions REV 04-07.doc 00700 - 38 F•%Pi ihiir. Works\FNGINFERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (ArcadiS)%Admim\Bid Documentst00700 - General Conditions REV 04-07.doc and request that ENGINEER issue a certificate of intended purpose without significant interference with Substantial Completion . Promptly thereafter, CONTRACTOR's performance of the remainder of OWNER, CONTRACTOR, and ENGINEER shall the Work, may be accomplished prior to Substantial make an inspection of the Work to determine the Completion of all the Work subject to the following status of completion . If ENGINEER does not consider conditions. the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons 1 . OWNER at any time may request therefore. CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and Gempletien whiGh shall fix the date of Substantial substantially complete . If CONTRACTOR agrees that such part of the Work is substantially complete , CONTRACTOR will befoFe final payment. OWNER shall have seven daFs certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify that fl;e WeFk us net substantially GeimpleW, OWNER and ENGINEER in writing that MIGI hlrmr=R ;011 within 14 dao afteF submission of the CONTRACTOR considers any such part of the Work ready for its intended use and substan- tally complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time ENGINEER will with 0 n said 14 days exeGute and after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to tentatNe lost of items to be Gempleted OF GOFFeded) determine its status of completion . If ENGINEER does not consider that part of the as ENGINEER believes justified aft9F GOnsideFation of Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in 14hatanton, Cam writing giving the reasons therefor. If ENGINEER considers that part of the Work to TOR a vA#en FeGOmmendat'an as to division of be substantially complete, the provisions of Fespensibilifies pending final payment hAbilfaan paragraph 14. 04 will apply with respect to , certification of Substantial Completion of that part of the Work and the division of , ' responsibility in respect thereof and access and_quaFantesc. t mess _ _ ClWNr=C gnel thereto. infbi:m JJENGINEER i ing PFinr tn . ENGINEER's 24 No occupancy or separate operation 1Rip1'1'frGT'\VRfCR 17777 CP CI \ 011 \ GG7 \ 77 of part of the Work may occur prior to compliance with the requirements of paragraph biAding on OWNER and CONTRACTOR until final 5. 10 regarding property insurance. P8YMeAt* 14. 06 Final Inspection B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of A. Upon written notice from CONTRACTOR that Substantial Completion, but OWNER shall allow CON- the entire Work or an agreed portion thereof is TRACTOR reasonable access to complete or correct complete, ENGINEER will promptly make a final items on the tentative list. inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in 14 . 05 Partial Utilization which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall A. Use by OWNER at OWNER's option of any immediately take such measures as are necessary to substantially completed part of the Work which has complete such Work or remedy such deficiencies. specifically been identified in the Contract Documents , or which OWNER , ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its 00700 - General Conditions REV 0"Tdoc 00700 - 39 F1Public Works%ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)VWmimtBld Documentst00700 - General Conditions REV 04-07.doc I 14 . 07 Final Payment writing ENGINEER's recommendation of payment and present the Application for A. Application for Payment Payment to OWNER for payment. At the same time ENGINEER will also give written notice to 1 . After CONTRACTOR has, in the OWNER and CONTRACTOR that the Work is opinion of ENGINEER, satisfactorily completed acceptable subject to the provisions of all corrections identified during the final paragraph 14. 09. Otherwise, ENGINEER will inspection and has delivered, in accordance return the Application for Payment to with the Contract Documents, all maintenance CONTRACTOR, indicating in writing the and operating instructions, schedules , guaran- reasons for refusing to recommend final tees, Bonds, certificates or other evidence of payment, in which case CONTRACTOR shall insurance certificates of inspection , marked-up make the necessary corrections and resubmit record documents (as provided in paragraph the Application for Payment. 6. 12), and other documents, CONTRACTOR may make application for final payment follow- C. Payment Becomes Due Ing the procedure for progress payments. 2. The final Application for Payment QWNF=R of the AppliGafieln f49F Payment and shall be accompanied (except as previously , the aarAGURt. delivered) by: (i) all documentation called for in reGemmended by ENGINEER will b8GOFAe due the Contract Documents, including but not , well be paid by QWN9R to limited to the evidence of insurance required by GONTRACTAR subparagraph 5. 04. 6. 7; (ii) consent of the surety, if any, to final payment; and (iii) 14. 08 Final Completion Delayed complete and legally effective releases or waivers '(satisfactory to OWNER) of all Lien A. If, through no fault of CONTRACTOR, final rights arising out of or Liens filed in connection completion of the Work is significantly delayed , and if with the Work. ENGINEER so confirms, OWNER shall , upon receipt of CONTRACTOR's final Application for Payment and 3. In lieu of the releases or waivers of recommendation of ENGINEER, and without terminat- Liens specified in paragraph 14 . 07.A.2 and as ing the Agreement, make payment of the balance due approved by OWNER, CONTRACTOR may for that portion of the Work fully completed and fumish receipts or releases in full and an accepted . If the remaining balance to be held by affidavit of CONTRACTOR that: (i) the releases OWNER for Work not fully completed or corrected is and receipts include all labor, services, less than the retainage stipulated in the Agreement, material, and equipment for which a Lien could and if Bonds have been furnished as required in be filed ; and (ii) all payrolls, material and paragraph 5. 01 , the written consent of the surety to equipment bills, and other indebtedness the payment of the balance due for that portion of the connected with the Work for which OWNER or Work fully completed and accepted shall be submitted OWNER's property might in any way be by CONTRACTOR to ENGINEER with the Application responsible have been paid or otherwise satis- for such payment. Such payment shall be made fled. If any Subcontractor or Supplier fails to under the terms and conditions governing final fumish such a release or receipt in full , CON- payment, except that it shall not constitute a waiver of TRACTOR may fumish a Bond or other Claims* collateral satisfactory to OWNER to indemnify OWNER against any Lien . 14 . 09 Waiver of Claims B . Review of Application and Acceptance A. The making and acceptance of final payment will constitute: 1 . If, on the basis of ENGINEER's observation of the Work during construction 1 . a waiver of all Claims by OWNER and final inspection , and ENGINEER's review against CONTRACTOR, except Claims arising of the final Application for Payment and from unsettled Liens, from defective Work accompanying documentation as required by appearing after final inspection pursuant to the Contract Documents, ENGINEER is paragraph 14. 06, from failure to comply with the satisfied that the Work has been completed Contract Documents or the terms of any special and CONTRACTOR's other obligations under guarantees specified therein , or from the Contract Documents have been fulfilled , CONTRACTOR's continuing obligations under ENGINEER will, within ten days after receipt of the Contract Documents; and the final Application for Payment, indicate in 00700 - General Conditions REV 04=07.doc 00700 - 40 I'APublic WorkslENGINEERING DIVISION PROJECTS10545=66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documentst00700 - General Conditions REV 0407.doo 2 . a waiver of all Claims by CONTRAC- materials and equipment stored at the Site or for TOR against OWNER other than those which OWNER has paid CONTRACTOR but which previously made in writing which are still are stored elsewhere, and finish the Work as OWNER unsettled . may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished . If the unpaid balance of the ARTICLE 15 - SUSPENSION OF WORK AND Contract Price exceeds all claims, costs, losses, and TERMINATION damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other 15 . 01 OWNER May Suspend Work dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess A. At any time and without cause, OWNER may will be paid to CONTRACTOR. If such claims, costs, suspend the Work or any portion thereof for a period losses, and damages exceed such unpaid balance, of not more than 90 consecutive days by notice in CONTRACTOR shall pay the difference to OWNER, writing to CONTRACTOR and ENGINEER which will Such claims, costs, losses, and damages incurred by fix the date on which Work will be resumed. CON- OWNER will be reviewed by ENGINEER as to their TRACTOR shall resume the Work on the date so reasonableness and, when so approved by fixed . ENGINEER, incorporated in a Change Order. When 'A the G. G. W.FalSt PFiG9 OF AAA e)densien of the GentFaGt exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been 15. 02 OWNER May Terminate for Cause so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against A. The occurrence of any one or more of the CONTRACTOR then existing or which may thereafter following events will justify termination for cause: accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- 1 . CONTRACTOR's persistent failure TRACTOR from liability, to perform the Work in accordance with the Contract Documents (including , but not limited 15. 03 OWNER May Terminate For Convenience to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to A. Upon seven days written notice to CON- adhere to the progress schedule established TRACTOR and ENGINEER, OWNER may, without under paragraph 2. 07 as adjusted from time to cause and without prejudice to any other right or time pursuant to paragraph 6. 04); remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without 2. CONTRACTOR's disregard of Laws duplication of any items): or Regulations of any public body having jurisdiction ; 16 for completed and acceptable Work executed in accordance with the Contract 3. CONTRACTOR's disregard of the Documents prior to the effective date of authority of ENGINEER; or termination , including fair and reasonable sums for overhead and profit on such Work; 4. CONTRACTOR's violation in any substantial way of any provisions of the 20 for expenses sustained prior to the Contract Documents. effective date of termination in performing services and furnishing labor, materials, or B . If one or more of the events identified in equipment as required by the Contract paragraph 15. 02 .A occur, OWNER may, after giving Documents in connection with uncompleted CONTRACTOR (and the surety, if any) seven days Work, plus fair and reasonable sums for written notice, terminate the services of overhead and profit on such expenses; CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all 3, for all claims, costs, losses, and CONTRACTOR's tools, appliances, construction damages (including but not limited to all fees equipment, and machinery at the Site, and use the and charges of engineers, architects, attorneys, same to the full extent they could be used by and other professionals and all court or CONTRACTOR (without liability to CONTRACTOR for arbitration or other dispute resolution costs) in- trespass or conversion) , incorporate in the Work all 00700 = General Conditions REV 0407.doc 00700 - 41 FAPublic Works%ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wrnim\Bid Documents100700 - General Conditions REV 04.07.doc curred in settlement of terminated contracts ARTICLE 17 - MISCELLANEOUS with Subcontractors, Suppliers, and others; and 40 for reasonable expenses directly 17. 01 Giving Notice attributable to termination . A. Whenever any provision of the Contract 6: CONTRACTOR shall not be paid on account Documents requires the giving of written notice, it will of loss of anticipated profits or revenue or other eco- be deemed to have been validly given if delivered in nomic loss arising out of or resulting from such person to the individual or to a member of the firm or termination . to an officer of the corporation for whom it is intended , or if delivered at or sent by registered or certified mail, 15. 04 CONTRACTOR May Stop Work or postage prepaid , to the last business address known Terminate to the giver of the notice. A. If, through no act or fault of CONTRACTOR, 17. 02 Computation of Times the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other A. When any period of time is referred to in the public authority, or ENGINEER fails to act on any Contract Documents by days, it will be computed to Application for Payment within 30 days after it is exclude the first and include the last day of such submitted , OF QWN9R fa as f49F 30 days to pay G period. If the last day of any such period falls on a TRACTOR any sum finally detei;mined to be due, then Saturday or Sunday or on a day made a legal holiday CONTRACTOR may, upon seven days written notice by the law of the applicable jurisdiction, such day will to OWNER and ENGINEER, and provided OWNER be omitted from the computation. or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and 17. 03 Cumulative Remedies recover from OWNER payment on the same terms as provided in paragraph 15. 03. In lieu of terminating the A. The duties and obligations imposed by these Contract and without prejudice to any other right or General Conditions and the rights and remedies avail- ' remedy, if ENGINEER has failed to act on an able hereunder to the parties hereto are in addition to, Application for Payment within 30 days after it is and are not to be construed in any way as a limitation submitted, OF OWNER has failed fQF 30 days to pay of, any rights and remedies available to any or all of GONTRAGTOR any sum finally determined to be , them which are otherwise imposed or available by CONTRACTOR may, seven days after written notice Laws or Regulations, by special warranty or to OWNER and ENGINEER, stop the Work until guarantee, or by other provisions of the Contract payment is .made of all such amounts due Documents, and the provisions of this paragraph will CONTRACTOR, including interest thereon . The be as effective as if repeated specifically in the provisions of this paragraph 15. 04 are not intended to Contract Documents in connection with each preclude CONTRACTOR from making a Claim under particular duty, obligation , right, and remedy to which paragraph 10. 05 for an adjustment in Contract Price they apply. or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's 17. 04 Survival of Obligations stopping the Work as permitted by this paragraph . A. All representations, indemnifications, warren- ties, and guarantees made in , required by, or given in ARTICLE 16 - DISPUTE RESOLUTION accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion , 16 . 01 Methods and Procedures and acceptance of the Work or termination or comple- bon of the Agreement. A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary 17 . 05 Controlling Law Conditions. If no method and procedure has been set forth , and subject to the provisions of paragraphs 9.09 A. This Contract is to be governed by the law of the and 10 .05 , OWNER and CONTRACTOR may state in which the Project is located. exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. 00700 - General Conditions REV 0447.doc 00700 - 42 FIPublic Works\ENGINEERING DNISION PROJECTS\0545=66Th Ave SR60 to 57th St (Arcedis)Wdmim\Bid Documents\00700 - General Conditions REV 04-07.doc SECTION 00800 = SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction Sc - 1 . 00 Defined Terms SC —1 . 01 Before Starting Construction SC —2 . 05 Preconstruction Conference SC — 2006 Coordination of Plans, Specifications , and Special Provisions SC — 3 . 06 Subsurface and Physical Conditions SC — 4. 02 Performance , Payment and Other Bonds SC — 5 . 01 Certificates of Insurance SC — 5 . 03 CONTRACTOR'S Liability Insurance SC — 5 . 04 OWNER'S Liability Insurance SC — 5 . 05 Property Insurance SC — 5 . 06 Waiver of Rights SC — 5 . 07 Receipt and Application of Insurance Proceeds SC — 5 . 08 Labor; Working Hours SC — 6 . 02 Permits SC — 6 . 06 Cost of the Work SC — 11 . 01 Test and Inspections SC — 13 . 03 Progress Payments SC — 14 . 02 Mediation SC — 16 . 02 Arbitration SC — 16 . 03 Liens SC — 17 . 06 00800-i 00800 - Supplementary Conditions 10-12 rev.doc 00800 iFAPublic WorkMENGINEERING DIVISION PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)WdmimXBid DocumentsWOBW - Supplementary Conditions 10-12 rev.doc I SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC-1 . 00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No . 1910-8 , 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions , which are not so amended or supplemented , remain in full force and effect . The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions . SC-1 . 01 Defined Terms SC- 1 . 01 .A. 20 . Add the following language to the end of GC 1 . 01 OA420 ENGINEER'S Consultant: ARCADIS US , Inc. 2081 Vista Parkway West Palm Beach , Fl . 33436 Phone : (561 ) 6974075 Fax: (561 ) 697-7197 Kimley-Horn and Associates , Inc. 445 20 Street, Suite 200 Vero Beach , FI . 32960 Phone : (772) 7944100 Fax: (772) 794=4130 Bridge Design Associates , Inc. 1402 Royal Palm Beach Blvd . Bldg . 200 Royal Palm Beach , FI . 33411 Phone : (561 ) 686-3660 Fax: (561 ) 791 A 995 SC-1 . 02 Terminology SC- 1 . 02 . D . 1 , 2 , and 3 Delete paragraphs GC4 . 02. D. 1 , 2, and 3 in their entirety and insert the following paragraphs in their place: D . Furnish, Install, Perform, Provide 1 . The word "furnish" shall mean to supply and deliver services , materials, or equipment to the Site (or some' other specified location) ready for use or installation and in usable or operable condition . 2. The word "install" shall mean to put into use or place in final position services , materials , or equipment complete and ready for intended use. 3 . The words " perform" or " provide" shall mean to furnish and install services , materials , or equipment complete and ready for intended use . SC-2. 05 Before Starting Construction SC=2 . 05 . C . Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its place: 00800-1 00800 - Supplementary Conditions 10-12 rev.doc 00800 1 APublie WorkstENGINEERING DIVISION PROJECTS\0545.66Th Ave SR60 to 57th St (Areadis)Wdmim\Bid Domments\OOBW - Supplementary conditions 10A2 rev.doe C . Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13, SC -2.06 Preconstruction Conference SC-2 . 06 Delete paragraph GC-2. 06. A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work , the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2 . 05. 8, procedures for handling Shop Drawings and other submittals , and maintaining required records . Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. Be Per the f3DOT Standard Specifications for Road and Bridge Construction , the Contractor will certify to the Engineer the following : 1 . A listing of on-site clerical staff, supervisory personnel and their pro-rated time assigned to the contract, 2 . Actual Rate for items listed in Table 4-3 . 2 . 1 (see below) , 3 . Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan , and , 4 . Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested . Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full , complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs . Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3 . 2 . 1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Rates based on the National Council on Compensation Insurance basic rates tables Workers Compensation adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance" Actual "Compensation for Insurance is limited solely to General Liability Coverage and does not include any other V nsurance coverage (such as, but not limited to , Umbrella Coverage, Automobile Insurance, etc.) . 00800-2 00800 - Supplementary Conditions 10-12 rev.doc 00800 2F:\Public WorkMENGINEERING DIVISION PROJECTS\0545.6Th Ave SR60 to 57th St (Arcedla)Wdmtm\Bid Dxuments\00800 - Supplementary Conditions i0A2 rev.doc SC -3. 06 Coordination of Plans, Specifications, and Special Provisions SC-3 . 06 Add the following new paragraphs immediately after paragraph GG3. 05. SC-3 . 06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows : 1 . Written Interpretations 2 . Addenda 3 . Specifications 4 . Supplementary Conditions to the General Conditions 5 . General Conditions 6. Approved Shop Drawings 7 . Drawings 8 . Referenced Standards . Be Writtenlcomputed dimensions shall govern over scaled dimensions . SC=4. 02 Subsurface and Physical Conditions SC 4 . 02 Add the following new paragraphs immediately after paragraph GC=4. 02. 6: C . In the preparation of Drawings and Specifications , ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Geotechnical Engineering Services Report for 66th Avenue Improvements (By Tierra) D . Reports and drawings itemized in SC=4. 02. 0 are not included with the Bidding Documents . Copies may be examined at Indian River County Administration Building , Public Works, 1801 27"' Street, Vero Beach , FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents . SC -5. 01 Performance, Payment and Other Bonds SC-5 . 01 .A. Delete paragraph GC-5. 01 . A in its entirety and insert the following paragraphs in its place. Within fifteen ( 15) days of receipt of the Contract Documents for execution , the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price . 1 . In lieu of the Public Construction Bond , the CONTRACTOR may furnish an alternative form of security in the form of cash , money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part 11 of F . S. Chapter 625 . Any such alternative form of security shall be for the same purpose , and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required . The determination of the value of an alternative form of security shall be made by the OWNER . 2 . Such Bond shall continue in effect for one ( 1 ) year after Final Acceptance of the Work by the OWNER . 3 . The OWNER shall record , the Public Construction Bond with the Public 00800-3 00800 = Supplementary Conditions 10-12 rev.doc 00800 31FAPublic Works\ENGINEERING DIVISION PROJECTS10545*WTh Ave SR60 to 57th St (AroadisWmimlBid Documents=Mw- Supplementary Conditions 10.12 rev.doc i Record Section of the Indian River County Courthouse located at 2000 16th Avenue , Vero Beach , Florida 32960 . The recorded bonds shall be forwarded to the Indian River County Purchasing Division on or before the seventh day after it is recorded . The CONTRACTOR shall pay all costs . SC -5. 03 Certificates of Insurance SC-5 . 03 Delete the second sentence of paragraph GC-5. 03 in its entirety. SC -5. 04 CONTRACTOR's Liability Insurance SC-5 . 04 Add the following new paragraphs immediately after paragraph GC-5. 04. B: C . The limits of liability for the insurance required by paragraph 5 . 04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations : 1 . Worker's Compensation : To meet statutory limits in compliance with the Worker's Compensation Law of Florida . This policy must include Employer Liability with a limit $ 100 , 000 for each accident, $500 , 000 disease (policy limit) and $ 100 , 000 disease (each employee) . Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 2 . Commercial General Liability: Coverage shall provide minimum limits of liability of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a . Premises/Operations b . Products/Completed Operations Co Contractual Liability d . Independent Contractors e. Explosion f. Collapse g . Underground . 3 . Business Auto Liability: Coverage shall provide minimum limits of liability of $ 1 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage . This shall include coverage for. a . Owner Autos b. Hired Autos C, Non-Owned Autos . 4 . CONTRACTOR's "AII Risk" Insurance : CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed " Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work. 5 . Special Requirements: a . Ten ( 10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval . b . " Indian River County Florida" will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance . Ce The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance . Such 00800-4 00800 no Supplementary Conditions 10-12 rev.doc 00800 4 APublic WorkskENGINEERING DIVISION PROJECTS10545-6Th Ave SR60 to 57th St (Arcadis)kAdmim\Bid Documents10081O - Supplementary Conditions 1042 rev.doc notification will be in writing by registered mail , return receipt requested and addressed to the OWNER 's Risk Manager. d . An appropriate " Indemnification" clause shall be made a provision of the Contract (see paragraph 6 . 20 of the General Conditions) . e . It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements , which are subject to modification in response to high hazard operation . g . Insured must be authorized to do business and have an agent for service of process in Florida and have an AAA policyholder's rating and financial rating of a least Class XI in accordance with the most current Best's Rating . D . Additionallnsureds: 1 . In addition to " Indian River County, Florida ," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies : a . Indian River Farms Water Control District b. c. SC -5.05 OWNER' s Liability Insurance SC-5 . 05 Delete paragraph GC-5. 05.A in its entirety. SC -5. 06 Property Insurance SC-5 . 06 Delete paragraphs GC-5. 06. A, B. and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall . 1 * include the interests of OWNER, CONTRACTOR , Subcontractors , ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions , and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured ; 2* be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss : fire , lightning , extended coverage, theft, vandalism and malicious mischief, earthquake, collapse , debris removal , demolition occasioned by enforcement of Laws and Regulations , water damage , and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3o include expenses incurred in the repair or replacement of any insured property ( including but not limited to fees and charges of engineers and architects) ; 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided 00800-5 00800 - supplementary Conditions 10=12 rev.doc 00800 5FAPublic WorksIENGINEERING DNISION PROJECTS\0545,66Th Ave SR60 to 57th St (Arcadis)WdmimlBid Documents\00800 - Supplementary Conditions 1042 rev.doc i _ that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 51 allow for partial utilization of the Work by OWNER ; 69 include testing and startup; and 7 . be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued . Be CONTRACTOR shall be responsible for any deductible or self-insured retention . C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5. 06 shall comply with the requirements of paragraph 5 . 06. 0 of the General Conditions . SC-5 . 06. E Delete paragraph GC-5. 06. E in its entirety and insert the following in its place: E . Additional Insureds : 1 . The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a . Indian River County, Florida b. Indian River Farms Water Control District c. SC-5.07 Waiver of Rights SC-5. 07 Delete GC-5. 07 (paragraphs A. B. and C) in its entirety. SC-5.08 Receipt and Application of Insurance Proceeds SC-5. 08 Delete GC-5. 08 (paragraphs A and B) in its entirety. SC-5 . 09 Delete GG5. 09(paragraph A)in its entirety. SC =6. 02 Labor; Working Hours SC=6 . 02 .A. Add the following paragraphs immediately after paragraph GC-6. 02. A: E-Verify . The COUNTY / Vendor/ Contractor: 1 . shall utilize the United States Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the COUNTY / Vendor/Contractor during the term of the contract, and 2 * shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U . S . Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term . SC-6 . 02 . 8 . Add the following paragraphs immediately after paragraph GC-6. 02. 8: 0080M 00800 - Supplementary Conditions 10-12 rev.doe 00800 6F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\00800 - Supplementary Conditions 10A2 rev.doc 1 . Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays , from 7 a . m . to 5 p . m . 2 . Indian River County Holidays are : New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day , Friday after Thanksgiving , Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager, 3 . The CONTRACTOR shall receive no additional compensation for overtime work, i . e . , work in excess of eight hours in any one calendar day or 40 hours in any one calendar week , even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing . 4 . All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be bome by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR . 5 . All costs of OWNER' s employees and costs of ENGINEER' s Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR , shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR . 6 . No work shall commence before 7 a . m . or continue after 5 p. m . except in case of emergency upon specific permission of the ENGINEER. SC-6. 06 Concerning Subcontractors, Suppliers, and Others SC-6. 06 . C . Add the following sentence at the end of paragraph GC-6. 06. C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable , information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6. 08 Permits SC-6 . 08 Add the following paragraphs immediately after paragraph GC-6. 08. A: 1 . The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A") : A. St . Johns River Water Management District as Permit no. 40-061 A 30478- 1 Be St. Johns River Water Management District — Permit no. 40-061 -87006=5 offinswool C . Indian River Farms Water Control District — Permit no. R- 11A 11 -24 . 11 - MENEENE 25 , 11 -26 . 11 -27 . 11 -28 D . Florida Department of Transportation — Permit no. 2011 C4900004 E . U . S . Department of the Army Corps of Engineers Permit no . SAJ-2007= 05581 ( NW-TSD 2 . The CONTRACTOR shall obtain and pay for all other required permits and licenses . The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3 . The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these 00800-7 00800 or Supplementary Conditions 10-12 rev.doc 00800 7F:1PubIIc Works\ENGINEERING DIVISION PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)lAdmimlBid Documents100800 - Supplementary Conditions 10w12 rev.doc I __ requirements . The cost of this effort shall be included in the pay item in which the work is most closely associated with . SC-11 . 01 Cost of the Work SC= 11 . 01 .A. 1 . Delete paragraph GG11 . 01 .A . 1 in its entirety, and insert the following sentences in its place: 1 . CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC-2 . 06 . B) for the additional or unforeseen work. Labor includes foremen actually engaged in the work, and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel , but in no case higher than a Project Manager's position , shall only be for the pro-rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1 % of the Company, be considered as project supervisory personnel , direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours , on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC-13. 03 Test and Inspections SC- 13 . 03 . B . Delete paragraph GC43. 03. 8 in its entirety, and insert the following sentences in its place: for services of n independent i Be OWNER shall employ and pay o the se ces a epe dent test ng laboratoryto perform all initial inspections , tests , or approvals required by the Contract Documents except those inspections , tests , or approvals listed immediately below. Subsequent inspections , tests , or approvals required after initial failing inspections, tests , or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange , obtain , and pay for the following inspections , tests , or approvals . 1 . inspections , tests , or approvals covered by paragraphs 13 . 03 . 0 and 13 . 03 . D below; 20 costs incurred in connection with tests or inspections conducted pursuant to paragraph 13 . 04. 13 shall be paid as provided in said paragraph 13 . 04. 13 ; 3 * tests otherwise specifically provided in the Contract Documents . 13. 05 OWNER May Stop the Work SC- 13. 05 .A. Delete paragraph GC43. 05. A in its entirety and insert the following paragraph in its place: A. If the Work is defective , or CONTRACTOR fails to supply sufficient skilled F orkers or suitable materials or equipment, or fails to comply , with permit requirements , or fails to comply with the technical specifications , or fails to perform the Work in such a way that, the completed Work will conform to the Contract Documents , OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated ; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of 00800-8 00800 - Supplementary Conditions 10-12 rev.doc 00800 8F:Tublic WorkMENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim0d Documents100800 - Supplementary Conditions 10.12 rev.doc I OWNER to exercise this right for the benefit of CONTRACTOR , any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them . 14. 02 Progress Payments SC- 14 . 02 . B. 5 . Delete paragraph GC44. 02. 8. 5. d in its entirety and insert the following paragraph in its place: d . ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15. 02 .A; or SC-14. 02 . 13 . 5. Add the following sentences at the end of paragraph GC- 14. 02. 8. 5: e . OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections , tests , or approvals taken after initial failing inspections , tests, or approvals. SC= 14. 02 . C. 1 . Delete paragraph GC44. 02. C. 1 in its entirety and insert the following paragraph in its place. C . Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act, F . S . 218. 70 et. seq . SC- 14. 04A. After the third sentence in paragraph GG14. 04A of the General Conditions, delete the remainder of paragraph 14. 04A in its entirety and replace with the following: " If Engineer considers the Work substantially complete , Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion . In accordance with the provisions of Florida Statutes section 208. 735(7)(a) (2005) , upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete , satisfactory , . and acceptable under this Agreement (herein the "Statutory List") . The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion . The Owner and Contractor acknowledge and agree that: 1 ) the failure to include any corrective work, or pending items that are not yet completed , on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List , the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement . After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on 00800-g 00800 on Supplementary Conditions 10-12 rev.doc 00800 9F:TubIic WorWENGINEERING DIVISION PROJECTSM46,6611oh Ave SR60 to 57th St (Arcadis)WdmimM3id Documentst00600 - Supplementary Conditions 10.12 rev.doc i the Statutory List and schedule a final walk-through in anticipation of final completion on the Project. " SCA 4604B Add the following new paragraph immediately after paragraph GC 14. 046: Co At the time of delivery of the tentative certificate of Substantial Completion , Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation , safety, and protection of the Work, maintenance , heat, utilities , insurance, and warranties and guarantees SC -14. 07 Final Payment SC= 14 . 07. C . 1 . Delete paragraph GG14. 07. C. 1 in its entirety and insert the following paragraph in its place: Co Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the " Local Government Prompt Payment Act" , Florida Statutes section 218. 70 , et. seq . SC-15. 01 OWNER May Suspend Work SC- 15. 01 ` 4 Delete the last sentence in paragraph GC45. 01 . A and insert the following in its place. CONTRACTOR shall be allowed an extension of the Contract Times , directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10. 05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension . SC -15. 02 OWNER May Terminate For Cause SC- 15 . 02 .A. 5 and SC- 15. 02 .A. 6 Add the following new paragraphs immediately after paragraph GC= 15. 02.A . 4: 5 . CONTRACTOR's violation of Section 02225 — " Erosion Control and Treatment of Dewatering Water From the Construction Site. 6 . CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers . SC-15.04 CONTRACTOR May Stop Work or Terminate SCA 5 . 04 Delete the following text from the first sentence of paragraph GG15. 04.A: OF QWN' r= R fa * lr% far 30 days to pay GGNTRAGTOR any sun; finally determined to be due , SC- 15 . 04 Delete the following text from the second sentence of paragraph GC45. 04.A: L.qr QAINER has fa & 1ed fbiz 30 days te pay CONTRACTOR any sum finally determined to be due, 00800-10 00800 - Supplementary Conditions 10-12 rev.doc 00800 1 OFAPublic WorksIENGINEERING DIVISION PROJECTS10545.66Th Ave SR60 to 57th St (Arcadis)%Admim%Bfd Documents100800 - Supplementary Conditions 1412 rev.doc SC-16 DISPUTE RESOLUTION SC-16. 02 Mediation SC- 16 Add the following new paragraph immediately after paragraph GC46. 01 . SC- 16. 02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims , disputes , or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19'" Judicial Circuit in Indian River County unless delay in initiating arbitration would irrevocably prejudice one of the parties. The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed . SC-17 Miscellaneous Add the following new paragraphs immediately after paragraph GC17 05: SC- 17 . 06 Liens A. This project is a " Public Works" under Chapter 255 , Florida Statutes. No merchant's liens may be filed against the OWNER . Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him . Such action shall not involve the OWNER in any expense . Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255. 05 . The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: " Notice : Claims for labor, materials and supplies are not assessable against Indian River County and are subiect to proper prior notice to (CONTRACTOR' S Name) and to (CONTRACTOR Surety Company Name) , pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub= subcontract hereunder. " The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons , firms or corporations who are defined in Section 713 . 01 , Florida Statutes , who have furnished labor or materials , employed directly or indirectly in the Work, have been paid in full . The OWNER may rely on said affidavit at face value . The CONTRACTOR does hereby release , remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. + + END OF SUPPLEMENTARY CONDITIONS+ + 00800-11 00800 - Supplementary Conditions 10-12 rev.doc 00800 11 FAPublic Works1ENGINEERING DIVISION PROJECTS10545&66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents100800 - Supplementary Conditions 10,12 rev.doo I SECTION 00942 - Change Order Form No . DATE OF ISSUANCE : EFFECTIVE DATE : OWNER : Indian River County CONTRACTOR Bid No . 2013008 Project . 66th Avenue Roadway Improvements (S . R. 60 to North of 49th Street) OWNER's Project No . 0545 & 0370 ENGINEER Indian River County You are directed to make the following changes in the Contract Documents : Description . Reason for Change Order: Attachments : ( List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES Description Amount Description Time Original Contract Price $ Original Contract Time: (days or dates) Substantial Completion : Final Completion : Net Increase ( Decrease) from $ Net change from previous Change previous Change Orders No. Orders No. to (days) to Substantial Completion : Final Completion : Contract Price prior to this $ Contract Time prior to this Change Change Order: Order: (days or dates) Substantial Completion : Final Completion : Net increase (decrease) of this $ Net increase (decrease) this Change Order: Change Order. (days or dates) Substantial Completion : Final Completion : Contract Price with all approved $ Contract Time with all approved Change Orders: Change Orders: (days or dates) Substantial Completion : Final Completion : ACCEPTED : RECOMMENDED : APPROVED . By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date : 00942 - Change Order Form REV 04=07.doc 00942 = 1 R\Public Worka\ENGINEERING DMSION PROJECTS\0545,66Th Ave SR60 to 57th St (Arcadls)Wdmim\Bid Documents\00942 = Change Order Form REV 0"Tdoc Rev. 05/01 i SECTION 00946 - Field Order Form Field Change No . . DATE OF ISSUANCE : EFFECTIVE DATE : OWNER: Indian River County CONTRACTOR Bid No . 2013008 Project. 66� 'enue Roadway Improvements (S . R . 60 to North of 49"' Street) OWNER's Project No . 0545 & 0370 ENGINEER: Indian River County Field Activity Description : Reason for Change : Recommended Disposition : Field Operations Officer / Engineer (Signature) Date Disposition : Contractor's Onsite Supervisor (Signature) Date Distribution : Field Operations Officer Others as Required : On-site Supervisor Project File * * END OF SECTION 00946 - Field Order Form REV 0407.doc FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)V\dmim\Bid Documents\00946 - Field Order Form REV 04-07.doc i SECTION 00948 - Work Change Directive No . EFFECTIVE DATE : DATE OF ISSUANCE: OWNER: Indian River County CONTRACTOR: Bid No . 2013008 Project: 6Avenue Roadway Improvements (S . R. 60 to 49th Street) OWNER's Project No. 0545 & 0370 ENGINEER : Indian River County You are directed to proceed promptly with the following changes : Description : Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents . Method of determining change in Method of determining change in Contract Prices: Contract Times II Unit Prices ❑ Contractor's Records II Lump Sum F1 Engineer's Records Other: ❑ Other: II By Change Order: II By Change Order: Estimated increase (decrease) in Contract Price: Estimated increase (decrease) in Contract Times: $ Substantial Completion : days; Ready for Final Completion : days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization . authorization . ACCEPTED . RECOMMENDED : APPROVED : By: By: By : CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date : Date : Date : * * END OF SECTION FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Adrnirn\Bid Documents100948 - Work Change Directive REV 04-07.doc i DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO . SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS , PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 POST FINAL INSPECTION 01820 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documentsm)IVISION 1 GENERAL REQUIREMENTS.doc i SECTION 01009 SPECIAL PROVISIONS 1 . 1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies . Submit details of all instructions from the above to the ENGINEER immediately . The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction . Be Furnish sufficient labor, construction equipment and materials , and work such hours , including night shifts and overtime operations , as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule . If, in the opinion of the ENGINEER , the CONTRACTOR falls behind the progress schedule , take such steps as may be necessary to improve progress , all without additional cost to the OWNER . The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions , SC-6 . 02 . C . All salvageable material and equipment for which specific use , relocation or other disposal is not specifically noted , shall remain the property of the OWNER and shall be delivered to the OWNER at the following location : 4550 41 st Street, at the CONTRACTOR' s expense . All material and equipment not in salvageable condition , as determined by the ENGINEER and the OWNER , shall be disposed of by the CONTRACTOR , at the CONTRACTOR's expense . D . In addition to these Specifications all work must comply with the requirements of the local governing agency , St . Johns River Water Management District , Department of Environmental Protection , Army Corps of Engineers , Indian River Farms Water Control District , and all other applicable State or Federal agencies ' specifications and permits . In the event of a conflict, the more stringent specification or requirement shall govern . E . Before performing any work outside the designated limits of the work site , secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained . Follow all requirements of any said permits or authorization . Give the ENGINEER and appropriate owner ten ( 10) days minimum notice before commencing construction operations outside the designated limits of the work site . 01009- 1 01009-Special Provisions FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01009 as 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 on the Contract Drawi t' ngs . 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01024 - Force Account.doc I _ SECTION 01050 FIELD ENGINEERING AND LAYOUT 1 . 1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. Be Develop and make all detail surveys and measurements needed for construction including but not limited to , slope stakes , batter boards , piling layouts and all other working lines , elevations and cut sheets . C . Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work . D . Provide all material required for benchmarks , control points , batter boards , grade stakes , and other items . E . Be solely responsible for all locations , dimensions and levels . No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings . F . Safeguard all points , stakes , grademarks , monuments and benchmarks made or established on the Work , and reestablish same , if disturbed . Rectify all Work improperly installed because of not maintaining , not protecting or removing without authorization such established points , stakes , marks and monuments . G . When requested by the ENGINEER , provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR . Do no excavation or embankment work until all cross-sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER . H . The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental . No separate payment will be made for surveying or engineering . 1 . 2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A . Prior to commencing work , the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents . Immediately notify the ENGINEER upon discovery of any errors , inaccuracies or omissions in the survey data . The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate , without any reasonably inferable errors , inaccuracies or omissions . 1050- 1 01050 Field Engineering FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01050 - Field Engineering.doc I 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 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 . 1 . 5 PAYMENT Include the cost of performing layout work as described above in Contract unit prices for the various items of work that require layout. + + END OF SECTION + + 1050-2 01050 Field Engineering F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01050 - Field Engineering.doc i SECTION 01091 REFERENCE STANDARDS 1 . 1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body , it shall be construed to mean the latest standard , code , specification or tentative specification adopted and published at the date of advertisement for bids , unless noted otherwise in the Technical Specifications or on the Drawings . When a reference standard is specified , comply with requirements and recommendations stated in that standard, except when they are modified by the Contract Documents , or when applicable laws , ordinances , rules , regulations or codes establish stricter standards . The list of specifications presented in Paragraph B is hereby made a part of the Contract , the same as if repeated herein in full . Be Reference to a technical society, organization , or body may be made in the Specifications by abbreviations , in accordance with the following list : AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED . SPEC . Federal Specifications 01091 = 1 01091 Reference Standards F:\Public Works\ENGINEERING DIVISION PROJECTS\054MUh Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01091 - Reference i CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources IRFWCD Indian River Farms Water Control District NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U . L . , Inc. Underwriter's Laboratories , Inc . SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District C . When no reference is made to a code , standard or specification , the standard specifications of ASTM , FDOT , or ANSI shall govern . D . In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards , or any other regulatory specification or standard , the more stringent requirement prevails . + + END OF SECTION + + 01091 -2 01091 Reference Standards F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadls)\Admim\Bid Documents\01091 - Reference i SECTION 01215 GENERAL QUALITY CONTROL 1 . 1 DESCRIPTION OF REQUIREMENTS A . Definitions : Specific quality control requirements for the work are indicated throughout the Contract Documents . The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products . The term "Quality Control' includes , but is not necessarily limited to , inspection and testing and associated requirements . This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance . 1 . 2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests . Be CONTRACTORS General Responsibility : No failure of test agencies , whether engaged by the OWNER or CONTRACTOR , to perform adequate inspections of tests or to properly analyze or report results , shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents . It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR , OWNER , ENGINEER , and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program , as needed for general assurance of compliance . 1 . 3 QUALITY ASSURANCE A . General Workmanship Standards : It is a requirement that each category of tradesman or installer performing the work be pre-qualified , to the extent of being familiar with the applicable and recognized quality standards for his category of work , and being capable of workmanship complying with those standards . 1 . 4 PRODUCT DELIVERY-STORAGE- HANDLING Handle , store and protect materials and products , including fabricated components , by methods and means which will prevent damage , deterioration and losses (and resulting delays) , thereby ensuring highest quality results as the performance of the work progresses . Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation . + + END OF SECTION + + 01215- 1 01215 General Quality Control FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01215 i SECTION 01220 PROGRESS MEETINGS 1 . 1 SCOPE A . Date and Time . 1 . Regular Meetings : As mutually agreed upon by ENGINEER and CONTRACTOR . 2 . Other Meetings : On call . Be Place : CONTRACTOR' S office at Project site or other mutually agreed upon location . C . INSPECTOR 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 Be SUBCONTRACTOR : When needed for the discussion of a particular agenda item , CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting . C . 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 . Corrective measures , if required . 9 . Coordination between parties . 10 . Safety concerns . 11 . Other business . + + END OF SECTION + + 01220- 1 01220 Progress Meetings R\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES 1 . 1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand . B . Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports . This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules . 1 . 2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated ) progress schedules on a monthly basis the CONTRACTOR shall : A. Indicate the progress of each activity to the date of submission . 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents101310 - Construction Schedule.doc i 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 + + 01310-2 01310 Construction Schedule F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)1Admim\B1d 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 . B . 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 we Submittal of Shop Drawings.doc 01340-1 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545- Th Ave SR60 to 57th St (Arcadis)\Admim\Bld Documents\01340 - Submittal of Shop Drawings.doc I - 01340 — 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 . Be 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.doc 01340-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\054546Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01340 - Submittal of Shop Drawings.doc i 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 Be 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 Dravvings.doc 01340=3 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01340 - Submittal of Shop Drawings.doc i 01340 — Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No . Copies Sent to County ❑ Original Submittal ❑ Re-Submittal Project Name: 66th Avenue Roadway Improvements (S . R. 60 to North of 49th Street) Project No. : 0545 ElShop 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 180127" Street No . Copies Ret'd Vero Beach , FI . 32960 Remarks : Distribution of Copies : IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings.doc 01340-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545- Th Ave SR60 to 57th St (Arcadis)\Admim\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 81 /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 . Approved 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 as Submittal of Shop Drawings.doc 01340=5 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01340 - Submittal of Shop Dravoings.doc I 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 . 0 . Submit Shop 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 j manner. j 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 Draviings.doc 01340-6 F:Tublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01340 - Submittal of Shop Drawings.doc i 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 . Be All false work , scaffolding , ladders , hoistways , braces , pumps , roadways , sheeting , forms , barricades , drains; flumes , and the like , any of which may be needed in construction of any part of the work and which are not herein 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 FAIDublic Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01520 - Construction Facilities.doc f SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Be TEMPORARY SANITARY FACILITIES 1 . Provide temporary toilet facilities separate from the job office . Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job . Provide enough chemical toilets to conveniently serve the needs of all personnel . Properly seclude toilet facilities from public observation . 2 . Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances . Immediately correct any facilities or maintenance methods failing to meet these requirements . Upon completion of work , remove the facilities from the premises . 1 . 4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen , and materials , and provide for the security of the site , both day and night. 1 . 5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways . 1 . 6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities , services , and controls and legally dispose of them as soon as the work is complete . The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\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-of4ay, 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01541 - I 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 lace against unnecessary cutting , breaking or 9 p 9 rY 9 , 9 skinning of trunk , branches , bark or roots . Be Do not store or park materials or equipment within the drip line . Co 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 right-of-way and 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 66th Avenue 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 FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\01541 - 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 F :\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01541 - i 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 . Be Surface Structures : 1 . Surface structures are defined as structures or facilities above the ground surface . Included with such structures are their foundations and any extension below the surface . Surface structures include , but are not limited to , buildings , tanks , walls , bridges , roads , dams , channels , open drainage , piping , poles , wires , posts , signs , markers , curbs , walks and all other facil- 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)V\dmim\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 be 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 . 197 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:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents101541 - Protection of Property.doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS 1 . 1 GENERAL A . Provide all temporary construction roads , walks and parking areas required during construction and for use of emergency vehicles . Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions . Be Prevent interference with traffic and the OWNER's operations on existing roads . Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads . C . Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER . D : Remove temporary roads , walks and parking areas prior to final acceptance and return the ground to its original condition , unless otherwise required by the Contract Documents . 1 . 2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1 . 3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction , the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations , prior to final payment. Be All trucks carrying earth shall be covered while moving with an appropriate tarpaulin . Should trucks hauling earth fail to cover their loads , the 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- 1 F:\PubIicWorks\ENGINEERING DIVISION PROJECT&0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01550 - Access 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 . 0161 CIA FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\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 FAIRublic Works\ENGINEERING DIVISION PROJECTS\0545166Th Ave SR60 to 57th St (Arcadis)Wdmim\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 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Vldmim\Bid Documents\01611 - Storage of Materials.doc I� SECTION 01630 SUBSTITUTIONS 1 . 1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6 . 05 , "Substitutes and Or-Equals , " of the General Conditions , and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents . 1 . 2 CONTRACTOR' S OPTIONS A . For materials or equipment (hereinafter products) specified only by reference standard , select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer) . To the maximum extent possible , provide products of the same generic kind from a single source . Be For products specified by naming several products or manufacturers , select any one of the products or manufacturers named which complies with Specifications . C . For products specified by naming one or more products or manufacturers and stating "or equivalent, " submit a request for a substitution for any product or manufacturer which is not specifically named . D . For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted , there is no option and no substitution will be allowed . E . Where more than one choice is available as a CONTRACTOR' 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 . 05 of General Conditions , include in the request the following . 1 . For products 4 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 . 01630A 01630 Substitutions FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01630 - Substitutions.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 . 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 . 01630-2 01630 Substitutions P\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)1Admim\Bid Documents\01630 - Substitutions.doc H . Any redesign of structural members shall be performed by, and the plans signed and sealed by , a Professional Engineer registered in the State of Florida . The redesign shall be at the CONTRACTOR's expense . Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner' s Engineer proceeding with the design review. The ENGINEER's hourly rate for review is $ 125 per hour. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I . Engineer will be allowed a reasonable time within which to evaluate each proposed substitution . Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution . The CONTRACTOR shall not order, install , or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing . Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer' s performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR . ENGINEER will record time required by Engineer and Engineer' s consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued , CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer' s consultants for evaluating each proposed substitute . J . Substitute materials or equipment may be proposed for acceptance in accordance with this Section . In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in . equal proportions . This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\01630 - Substitutions.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 . Be Provide onsite containers for the collection of waste materials , debris , and rubbish and empty such containers in a legal manner when they become full . C . Where material or debris has been deposited in watercourses , ditches , gutters , drains , or catch-basins as a result of the CONTRACTOR's operations , such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches , channels , drains , etc. , shall be kept clean and open at all times . D . Before the completion of the project, unless otherwise especially directed or permitted in writing : 1 . Tear down and remove all temporary buildings and structures , 2 . Remove all temporary works , tools , and machinery, or other construction equipment furnished ; 3 . Remove all rubbish from any grounds occupied ; and 4 . Leave the roads , all parts of the premises , and adjacent property affected by construction operations , in a neat and satisfactory condition . E . Restore or replace any public or private property damaged by construction work , equipment , or employees , to a condition at least equal to that existing immediately prior to the beginning of the operations . To this end , the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of--way , platted or prescriptive . Acceptable materials , equipment, and methods shall be used for such restoration . F . Thoroughly clean all materials and equipment installed and on completion of the work , deliver the facilities undamaged and in fresh and new- appearing condition . 01710 Site Cleanup 01710-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents101710 - Site Cleanup.doc -1 G . It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed , destroyed , or damaged during construction . Particular attention will be placed on restoration of canals to equal or better condition than prior to construction . H . When finished surfaces require cleaning with cleaning materials , use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces . Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times . I . Keep the amount of dust produced during construction activities to a minimum . At CONTRACTOR's expense , spray water or other dust control agents over the areas , which are producing the dust. Schedule construction 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadls)\Admim\Bid Documents\01710 - Site Cleanup.doc SECTION 01820 POST FINAL INSPECTION 1 . 1 GENERAL A . Approximately one year after Substantial Completion , the OWNER will make arrangements with the Construction Coordination Manager andothe 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 section's of Article 13 , General Conditions . A C . After the inspection , the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds . 001820 - Post Final Inspection.doc 001820 - 1 F:\Public WorkMENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\001820 - Post Final Inspection.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO. 00001 Technical Specifications SECTION NO . 00004 Scope of Work SECTION NO . 00101 Mobilization SECTION NO. 00101 -1A Project Photograph/Videos & Aerial Photography SECTION NO . 00102 Maintenance of Traffic SECTION NO. 00104 Erosion and Water Pollution Control SECTION NO . 00108 Record Drawings/As- Built Drawings SECTION NO 00109 Field Office SECTION NO . 00110 Clearing and Grubbing SECTION NO. 00120 Excavation and Embankment SECTION NO . 00160 Stabilization SECTION NO. 00285 Cemented Coquina Shell Base SECTION NO. 00286 Turnout Construction SECTION NO. 00327 Milling of Existing Asphaltic Pavement SECTION NO . 00334 Superpave Asphaltic Pavement SECTION NO . 00339 Miscellaneous Asphalt Pavement SECTION NO. 00350 Concrete Pavement SECTION NO. 00400 Concrete Structures SECTION NO. 00415 Reinforcing Steel SECTION NO . 00425 Inlets, Manholes and Junction Boxes SECTION NO . 00430 Pipe Culverts and Storm Sewers SECTION NO . 00440 Underdram SECTION NO. 00515 Pipe Handrail - Guiderail SECTION NO . 00520 Concrete Curb & Gutter SECTION NO . 00521 Concrete Barriers, Traffic Railing Barriers & Parapets SECTION NO . 00522 Concrete Sidewalk SECTION NO. 00523 Patterned/Textured Pavement SECTION NO. 00530 Riprap SECTION NO . 00536 Guardrail SECTION NO. 00538 Resetting Guardrail SECTION NO. 00570 Performance Turf SECTION NO. 00580 Landscape Installation SECTION NO. 00630= 00699 Traffic Control Devices SECTION NO. 00700 Signing and Pavement Markings SECTION NO , 01000 Water and Sewer Utilities SECTION NO. 02670 Flushing, Testing and Disinfecting FAPublic Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\DIVISION 2 TFr.HNIMI PROVIRMNS Tahlp of r:nntPnta RFVISFn In-7-nR Mr. SECTION - 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 , 2010 , and Supplemental Specification , Special Provisions and addenda thereto , except as modified and supplemented hereinafter. Reference to Article numbers herein-after apply to the FDOT Standard Specifications , and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative . Wherever the Specifications , Supplementals , etc. may refer to the "Owner" , " Department" , "State of Florida Department of Transportation " , or words relating to offices of State Government , such words shall be taken as meaning Owner or Indian River County, Florida . Wherever the word "Owner' s Engineer' " District Engineer" , " Engineer" , " Project Engineer" , etc . , appears , it shall be taken to mean the Registered Professional Project Engineer of the Indian River County Public Works Department, Engineering Division acting directly or through duly authorized representatives . Wherever the word " Resident Engineer ' appears , it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County , assigned to observe the progress quantity and quality of the work . The work to be performed per sheet Bid item 1643 -700 and all other utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services , Water, Wastewater, Utility Standards Dated September, 2011 . The work to be performed per line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings , Signing & Geometrics Dated July, 2011 . SECTION - 4- SCOPE OF WORK Section 4-3 . 9 Value Engineering Incentive is deleted in its entirety. SECTION - 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 . (2010 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical SECTION — 101 -1A PHOTOGRAPHS/VIDEOS & AERIAL PHOTOGRAPHY A. The CONTRACTOR shall make provisions , at his expense , for photographs , video tapes and aerial photography of all work areas just prior to construction , and for unusual conditions during construction . The photographs and videos shall show pertinent physical features along the line of construction . The purpose of the videos is to determine any damage to private or public property during construction . The video must be performed by a professional videographer. B . Pre-Construction Photographs and Video : 1 . Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction . These photographs and videos shall be a standard DVD format and shall be narrated . 2 . The photographs and 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 and 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 and video should include the limits of effects of the use of vibratory rollers . 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed . A copy shall be kept in the Contractor's field office . C . Aerial Photagraph : The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction . The photographs shall be done in a manner to show the construction progress for the entire length of the project. The photographs can be angled and not prepared to a particular scale , however, must be detailed enough to identify the work in detail . D . Payment: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 101 - 1A — PhotographyNideos & Aerial Photography - Lump Sum 01025=2 1 Technical Specifications FAIRublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Specifications.doc SECTION - 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 (2010 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 Contractorshall 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 . C . TRAFFIC CONTROL - STANDARDS : The FDOT Design 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 01025=3 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Cnenifiro+inn¢ rinr -I 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 - MENEENE INSTALLATION : 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 . Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic on 66th Avenue at all times . The Contractor shall maintain one lane of traffic at all times during 66th Avenue cross drain culvert constructions . The Contractor may elect to close through traffic for a period not to exceed 120 calendar days per roadway during the construction of the following bridges : • 33rd Street Bridge • 370 Street Bridge • 41St Street Bridge • 45th Street Bridge • 49th Street Bridge The Contractor may also elect to close the following roadways at the same time : Alternative 1 Alternative 2 • 33rd Street 37th Street • 41St Street 45th Street • 49th Street 010254 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical L. _ w � Please note that not to exceed 120 total calendar days will apply to both closing alternatives ( i . e . Alternative 1 , closings 33rd St, 41St St. and 49th St. cannot exceed 120 calendar days total ) . G . PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION : If the road closing criteria mentioned above is not strictly adhered too , the Contractor will be assessed liquidated damages for delay in the amount of $ 6 , 584. 0 for each calendar day that expires after the time specified in paragraph F . 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 SECTION — 104 - EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM THE. CONSTRUCTION SITE 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 . B . 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 . C . 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 , and other references as may be required by regulatory permits . (http://www. dep. state. fl. us./water/nonpoint/docs/erosion/erosion-inspectors- manuaL pdo 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 01025-2 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (ArcadIs)Wdmim\Bid Documents\Technical (Znarifirafinna rine _ Il 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 " and Chapter 5 — " Best Management Practices for Dewatering " of the Florida Erosion and Sediment Control Inspector's Manual . In the event of a conflict between the referenced Chapters and these Specifications , the more stringent requirement shall prevail . 1 . 2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR 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 . 0 of the Supplementary Conditions , the CONTRACTOR shall apply for, obtain , and pay for all other required permits , licenses , sampling , and tests . Permits the CONTRACTOR may need to secure may include but not be limited to : 1 . Long-term and/or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD) . Generally, only the short-term permit is required . Contact SJRWMD at (321 .) 9844940 to determine which permit is required and the associated statutory requirements ; 2 . SJRWMD RDS-50 Permit (required) ; 3 . The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (required ) . 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/ 4 . FDEP 's Uncontaminated Groundwater Release Permit (required if dewatering occurs) . This permit requires water quality testing by a State certified laboratory . B . 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 . C . In addition to paying for all permit fees , CONTRACTOR shall also pay for all water quality sampling and laboratory tests required by any permit. 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 permits and approved for use by the OWNER and applicable permitting authorities . B . 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 any time , 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 010254 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical control and treatment system is properly constructed or repaired , and complies with the approved pollution control and treatment 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 . In addition to other temporary erosion control measures that may be implemented , application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased , unless final landscaping has been installed . Polyacrylamide application shall be as specified herein . D . Inspect each pollution control system at least once per day and after each rainfall event. 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 owner, 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 1340 . B . Stormwater Pollution Prevention Plan . 1 . 5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS REQUIRED FOR INSTALLATION , AND MAINTENANCE A. State Certified Erosion Control Specialty Subcontractor is Required for Installation and Maintenance : Installation and maintenance of all erosion and stormwater pollution control devices , shall be by a State Certified erosion control subcontractor who specializes in the installation and maintenance of such devices . After installation , this specialty subcontractor shall maintain the erosion and stormwater pollution control devices until in the ENGINEER' s sole opinion , the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete) . Before beginning construction , submit to Indian River County for review and approval , a Stormwater Pollution Prevention Plan (SWPPP) , prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County . 010254 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Submit the approved SWPPP to the ENGINEER before beginning construction . Include in the SWPPP , the " Contractor' s Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From the Construction Site" (located at the end of this Section ) . 1 . 6 " POLLUTION " AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. With respect to this Section and as may be further defined in paragraphs 1 . 6 . 13 , 1 . 6 . C , and 1 . 6 . D , "pollution " is the presence in off-site waters of any substances , contaminants , or manmade or human-induced impairment of off-site waters or alteration of the chemical , physical , biological , or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare , 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, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals , and construction debris . B . 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 Is discharge point(s) is at least 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] Exception : When the discharge is directly into or through an outfall discharging into " Outstanding Florida Waters , " designated by Florida Statute 403 . 061 (27) , the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. 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 Contractor 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 20 percent for TSS and 29 NTUs for turbidity, then the discharge from the CONTRACTOR's operations is defined to be polluted . D . Pollution Always Occurs When . . . The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6 . 5 or greater than 8 . 5 , or 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 . 01025-5 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical RnPrifiratinnc dne% } E . Above paragraphs 1 . 6 . 13 , 1 . 6 . C , and 1 . 6 . D do not in any way , limit the types of conditions in which pollution may be determined to occur. 1 . 7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies , if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site , the OWNER will immediately report the violations to the Indian River County Code Enforcement Board , SJRWMD , FDEP , 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 as MATERIALS AND INSTALLATION 2 . 1 GENERAL A. Polvacrylamide : As required in Paragraph 1 . 3 . C , place polyacrylamide ( PAM ) on bare ground to reduce the potential for erosion . PAM may also be used in water bodies to remove turbidity. Use the anionic form of polyacrylamide that does not stick to fish gills . For PAM information and its proper application , contact Applied Polymer Systems , Inc. , (678) 494-5998 , www. siltstop . com . B . Staked Silt Fences : WMENEEPORE 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 . Place silt fences away from the toe of slopes . Otherwise , install in accordance with FDOT Index No . 102 . 3 . Product: All material shall be new and unused . Use FDOT Types II through 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 pre-attached to 48-inch long stakes on 6-foot centers . ( 1 -8004481003636) . (b) For FDOT Type IV Silt Fence , modify the above Catalog No . 360800000 to comply with FDOT Index No . 102 . (c) Or equivalent. C . Turbidity Barriers : GFERINEENIN 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 01025-6 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\I3id Documents\Technical SDecifications .doc Index No . 103 unless directed otherwise by the ENGINEER . 3 . Product : All material shall be new and unused . The turbidity barrier shall he a pervious barrier and the fabric color shall be yellow. a . Parker Systems , Inc . ( 1 =866472 -7537) , model Type II or Type I b . Or equivalent. D . Sedimentation Control From Dewatering or Pumpinq Operations Using Filter Bans : 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 . Legally 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 -800-5g1 -2284) . c. Or equivalent . E . Curb Inlet Protection : 1 . Filter stormwater before it enters curb inlets . 2 . Installation : Install 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 . Product: All materials shall be new and unused . The length of the curb inlet filtration device shall be at least 2-feet longer than the curb inlet opening . a . "GUTTERBUDDY , " supplied by ACF Environmental , Inc. ( 1 -800-448- 3636) . b . Or equivalent . F . Catch Basin Protection : 1 . Filter stormwater before it enters catch basins (drop inlets) . The filter "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 colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls . The colored 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 . 01025-7 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid DocumentslTechnical l 3 . 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 . G . 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 . Do not use limerock. H . 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 . I . 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 . Be Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier. Item of Pa meat Payment for the work specified in this item shall be made under: Bid Item No . 104-2 — Prevention , Control & Abatement of Erosion & Water Pollution - Lump Sum Bid Item No . 104- 10-3 — Sediment Barrier — Per Linear Foot Bid Item No . 104- 11 — Floating Turbidity Barrier — Per Linear Foot Bid Item No . 104- 15 — Soil Tracking Prevention Device — Per Each Bid Item No . 104- 18 — Inlet Protection System — Per Each 01025-8 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Cnorifiroiinna rine CONTRACTOR ' S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No . 0545 & 0370 for 66th Avenue Roadway Improvements (S . R. 60 to North of 49th Streett STATE OF COUNTY OF Personally before me the undersigned authority , appeared who upon oath duly administered , stated as follows : 1 . This sworn statement is submitted by the CONTRACTOR , whose business address is and (if applicable) its Federal Identification No . ( FEIN) is 2 . My name is and my relationship to the entity named above is (if signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3 . 1 understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site . (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger) , (b) Stormwater Pollution Prevention Plan (regardless of project size) , (c) St. Johns River Water Management District permit(s) ( regardless of project size) , (d) Florida Department of Environmental Protection permit(s) ( regardless of project size) , (e) All other permits required for this project not specifically listed herein , and (f) All Codes and Ordinances of Indian River County . 4 . 1 understand and agrees that " pollution " as defined by Florida Statutes Chapter 403 . 031 (7) includes : . . . the presence in the outdoor atmosphere or waters of the state of any substances , contaminants , noise , or manmade or human-induced impairment of air or waters or alteration of the chemical , physical , biological , or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare , animal or plant life , or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law. " 01025-9 Technical Specifications FAIRublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)WdmirnM3id Documents\Technical Specifications.doc L � 5 . 1 understand and agrees that in addition to the definition set forth in Item 4 above , " pollution" is also defined by Florida Administrative Code 62-302 . 530 and as may be further defined in the Indian River County permit(s) . 6 . 1 understand that Indian River County requires the design , installation , and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site . Contractor understands that this requirement is for this project regardless of the project size . 7 . 1 understand that there are civil and criminal penalties for pollution listed in Florida Statutes Ch . 403 . 141 and Ch . 403 . 161 and that there are other penalties listed in Indian River County' s permits , including but not limited to , Indian River County issuing a Cease and Desist Order for the project . Contractor understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project . 8 . Transfer of Ownership or County Issued Permits : (a) Transfer of Interest in Real Property: Within twenty-one (21 ) days of any transfer of ownership or control of the real property at which the permitted activity, facility , or system is located or authorized , the Contractor shall notify in writing , both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Contractor shall provide the name, mailing address , and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code . (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide ( 1 ) the information required in Item 8 (a) ; (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new " Contractor's Affidavit" form properly executed by the transferee . Upon proper receipt of these items the County shall transfer the permit to the transferee . (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility , system , or activity is located or authorized . However, the transfer shall not be effective prior to the sale or legal transfer. (d) An " Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30 . 00 per sign . 01025=10 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJEGTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical C....n:C.w.,1:...... Ann Under penalty of perjury , Contractor declares that it has read the foregoing affidavit and the facts stated in it are true . FURTHER AFFIANT SAYETH NAUGHT Contractor: Authorized Signature : (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) Printed Name : Date . The foregoing instrument was subscribed and sworn to before me this day of , 20_ by who is personally known to me or has produced as identification and who did take oath . Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + 01025-11 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Specifications.doc SECTION - 108 — RECORD / AS -BUILT DRAWINGS GENERAL Maintain , prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents . The Contractor and/or Developer shall be responsible for, and required to provide , Record Drawings as outlined in this section . MAINTENANCE OF RECORD DOCUMENTS : 1 . Maintain in CONTRACTOR's field office in clean , dry , legible condition complete sets of the following project documents : 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 . 5 . Label each document " RECORD DRAWING" in 2-inch high printed letters . 6 . Keep record documents current at all times . 7 . No work shall be permanently concealed until the required record data has been obtained . RECORD / AS -BUILT DRAWINGS A. During the construction operation , the CONTRACTOR shall maintain records of all deviations from the approved Project Plans 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 . B . The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472 , Florida Statutes and Chapter 5J - 17 . 050 Florida Administrative Code (Florida Minimum Technical Standards) . C . Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans . Clearly shown by symbols , notations , or delineations , those constructed improvements located by the survey. D . All vertical information (elevations) provided on the Record Drawings shall be referenced to the National Geodetic Vertical Datum of 1929 ( NGVD 1929) unless otherwise specified by the Project Engineer. A conversion to the North American Vertical Datum of 1988 ( NAVD 88) shall also be shown . E . The horizontal information provided on the Record Drawings shall be referenced to the 01025-12 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical C ..eni6wwiin-n A^^ State of Florida , State Plane Coordinate System , Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the Federal Geodetic Control Committee ( FGCC) procedures . F . All Record/As-Built drawings shall be prepared in digital format (ACAD Ver. 2009) and shall utilize the digital design drawings as prepared by the Proiect Engineer as a base for the Record/As- Built drawings . It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As- Built drawing set. G . ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As- Built survey. Any improvements that appear in both plan and profile views shall show the Record/As- Built information in both views . H . The following items are required to be shown on all Indian River County project Record/As-Built drawings submitted to the County. DRAINAGE . 1 . Right-of--way Swale/Drainage — All culvert inverts , elevations and station offsets ; 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 , pipe size , stations and offsets . 3 . Outfalls — All pipe inverts , pipe size , elevations and station offsets , weir box elevations , weir elevation , bleeder elavation and sizes . 4 . Roadway/Off Site Drainage — All inverts , elevations and station offsets ; manhole top elevation ; grate top elevations . 5 . Retention Ponds — Provide perimeter elevations , grade breaks , depths and calculated pond areas at control elevation and grade breaks above and below water surface . Show as-built of typical cross section as shown on design plan . ROADWAY . 1 . Stations and offsets related to controlling baseline and elevations of all structures , side street and major driveway radius returns (edge of pavement) , bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2 . Elevations along Profile Grade Line ( PGL) , of all edge of pavements on each side of Profile Grade Line ( PGL) , at medians at the high/low and PVI points along Profile Grade Line ( PGL) . 3 . All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable . 4 . Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets . 01025=13 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadls)Wdmim\Bid Documents\Technical Soecifications.doc WATER, FORCE , AND RECLAIMED WATER MAINS . 1 . Show size and type of material used to construct mains . 2 . Show horizontal location and elevation of all tees , crosses , bends , terminal ends , valves , fire hydrants , air release valves , and sampling points , etc . , by distances from known reference points . 3 . Show location, size and type of material of all sleeves and casing pipes . 4 . Elevation and horizontal location of all storm sewers , gravity sewers including laterals , force mains , water mains , etc. which are crossed ; including clearance dimension at all conflicts or crossings . 5 . Top of pipe elevation and horizontal location of all water and force main stubouts. 6 . Horizontal location of all services at the property lines . 7 . Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one-hundred ( 100) foot intervals . Contractor shall place temporary PVC stand pipes (tell-tales) at each of the one-hundred ( 100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2-inch PVC pipe , shall be placed on the top of the pipes to be surveyed , and shall be removed by the Contractor after completion of the field survey by the "As-Built" Professional Surveyor. 8 . Location of fire lines . 9 . Dedicated easement locations , identified by O . R . Book and Page Number. GRAVITY SEWER : 1 . Manholes : Elevation of top rim , bottom elevation and invert of each influent and effluent line . 2 . Show distance between manholes center-to-center and horizontal location by baseline station and offset. 3 . Show material size and type used to construct sewer mains . 4 . Show length (center of manhole to end of stub) distances from known reference points or baseline offsets , and elevation of stub-outs . 5 . Show which services have twenty (20) foot length of DIP at water main crossings . 6 . Show station and offset location of sanitary services' at property line . Particular care in dimensioning needed in special situations , i . e . , cul-de-sacs and locations where services are not perpendicular to wye . 7 . Show invert elevation of sanitary service at property line . 8 . Any and all necessary dedicated easement locations , identified by O . R. Book and Page Number. PUMP / LIFT STATION : Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line . Record Drawings should also indicate the make , model number, horsepower, impeller and condition point of pumps selected and installed , shape of wet well , location of control panel , location of pump out connection , float level settings , any deviation from the plans , and serial number(s) of the pump(s) . 01025-14 Technical Specifications F:\Public WorksIENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Cnnni�nnEinnn A^^ SURVEY CONTROL 1 . Install/re-establish : It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472 , Florida Statutes , to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction . 2 . New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion . Include all intersections and side streets . State plane coordinates and elevations for all control points . 3 . If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s) , vertical control (bench marks) , property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes , Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re-establishments . RECORD/AS-BUILTS DRAWINGS FORMAT = SUBMITTAL A . ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As-Built (record) information . Be CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 2009 AND PDF format or in current version as agreed by the ENGINEER . C . CONTRACTOR's surveyor shall review, sign and seal As- Builts or Record drawing (s) . Said drawing (s) shall clearly state type of survey, positional tolerances , adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida , any standards set forth by Florida Statutes , Administrative code and Minimum Technical Standards for As- Built/Record surveys . D . All Record/As- Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness 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 . 01025-15 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical 1 COMPLETION OF WORK Upon Substantial Completion of the Work , deliver Record Drawings/As-Built Drawings to ENGINEER . Final payment will not be made until satisfactory record documents are received and approved by ENGINEER . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 108A — Record Drawings/As- Built Drawings - Lump Sum Bid Item No . 108-2 — Survey Control (install/Re- Establish) — Lump Sum Bid Item No . 108-3 — N . P . D . E . S . Permitting — Lump Sum [The remainder of this page was left blank intentionally] 01025-16 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\I3id Documents\Technical Cnori£r�finnc rinr Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic . Name Date : Project Name : 66th Avenue Roadway improvements (S . R. 60 to 4e Street) Project No. : 0545 Chapter 61G17 -6 Minimum Technical Standards F .A. C . 61G174.003 General Survey, Map, and Report Content Requirements ❑ (1 ) REGULATORY OBJECTIVE : The public must be able to rely on the accuracy of measurements and maps produced by a surveyor and mapper. In meeting this objective, surveyors and mappers must achieve the following minimum standards of accuracy, completeness, and quality : ❑ (a) Accuracy of survey measurements based on the type of survey and expected use. ❑ ( b) Measurements made in accordance with the United States standard, feet or meters . ❑ (c) Records of measurements maintained for each survey (check field notes.) ❑ (d) Measurement and computation records dated . ❑ (e) Measurement and computation records substantiate the survey map. ❑ (f) Measurement and computation records support accuracy statement (closure calculations or redundant measurements , if applicable.) (2) Other More Stringent Requirements : ❑ (a) Met more stringent requirements set by federal, state, or local governmental agencies. (3 ) Other Standards and/or Requirements that Apply to All Surveys, Maps, and/or Survey Products : ❑ (a) REGULATORY OBJECTIVE : In order to avoid misuse of a survey and map, the surveyor and mapper must adequately communicate the survey results to the public through a map, report, or report with an attached map. ( b) Survey map or report identified the responsible surveyor and mapper and contain standard content. In meeting this objective, surveyors and mappers must meet the following minimum standards of accuracy, completeness, and quality. ❑ (c) Type survey stated on map and report: As-Built Survey Mean High Water Line Survey Boundary Survey Quantity Survey Condominium Survey Record Survey Construction Layout Survey Specific or Special Purpose Control Survey Survey Hydrographic Survey Topographic Survey ❑ (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ❑ (e) Name and license number of the surveyor and mapper in responsible charge. ❑ (f) Name, license number, and street and mailing address of a surveyor and mapper practicing independent of any business entity on the map and report. 01025=17 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Cnarifir%afinnc inr L l ❑ (g ) Survey date (date of data acquisition . ) ❑ ( h ) Revision date for any graphic revisions (when survey date does not change. ) ❑ ( i) Map and report statement " Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper. " ❑ Q) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ ( k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties . ❑ ( 1) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings , distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ ( n) Bearing reference (well established and monumented line) ❑ (o) A designated " north arrow" ❑ ( p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes . ❑ ( r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. ( u) Map Accuracy. ( 1 ) Vertical Feature Accuracy : ❑ (a) Vertical Control : Field -measured control for elevation information shown upon survey maps or reports shall be based on a level loop or closure to a second benchmark. ❑ ( b) Closure in feet must be accurate to a standard of plus or minus .05 ft. times the square root of the distance in miles. ❑ (c) All surveys and maps or reports with elevation data shall indicate the datum and a description of the benchmark(s) upon which the survey is based. ❑ (d) Minor elevation data may be obtained on an assumed datum provided the base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control : All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based . ❑ ( b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum . ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures : Commercial/High Risk Linear: 1 foot in 10,000 feet, Suburban : Linear: 1 foot in 7,500 feet; Rural : Linear: 1 foot in 5,000 feet, 01025-18 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical Cnorifin�finnc iinr ❑ ( d ) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level , should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)( p)(2 .)(c) F.A.C . ❑ (e) Intended Display Scale : All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 11 or smaller". 61 G17-6.004 Specific Survey, Map, and Report Requirements ( 1 ) As-Buiit/Record Survey : ❑ (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans . ❑ ( b) Clearly shows by symbols, notations, or delineations, those constructed improvements located by the survey. ❑ (c) All maps prepared shall meet applicable minimum technical standards. ❑ (d) Vertical and horizontal accuracy of the measurements made shall be such that it may be determined whether the improvements were constructed consistent with planned locations. + + END OF SECTION + + 01025-19 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical SECTION - 109 - FIELD OFFICE The Specifications for Field Office (Contractor) shall include furnishing and installing a Construction Field Office within the Project Limits in accordance with these Specifications . It is the Contractor' s responsibility to clean the inside of the building and provide furnishings . The building shall be a minimum of 900 square feet with air conditioning , heat ; restroom and sufficient space to hold progress meetings . Each room shall have at least one ( 1 ) weatherproof window and two electrical and data outlets . Each window shall be a minimum of 8 square feet , be screened and open and close to provide adequate ventilation . Equip each outside door with a lock . The Building shall be equipped with tables and chairs to accommodate meetings for a minimum of 12 people . The field office must provide 2 desks , chairs , cabinets , etc. for 2 county field representatives . Also , contractor shall provide , one ( 1 ) rough plan rack , one ( 1 ) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one ( 1 ) printer/scanner machine , and one ( 1 ) fire-resistant (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1 -hourtest. The field office must include the following four computers for COUNTY PERSONNEL: (2) Dell Latitude Laptop E5520 , Intel Core i3-2330M , 2 . 2OGhz , 3MB Cache processor with 4 . OGB , DDR3- 1333Mhz SDRAM , 2 DIMMS memory with 15 . 6" HD anti-glare LED screen with 320GB , 5400 RPM hard drive • (2) Dell OptiPlex 790 Minitower Base , Standard PSU (225-0781 ) , Opti 790 , CORE i5 2400 Processor (3 . 1 GHz , 6M ) (317-6645) with 8GB , 1333MHz DDR3 memory with a Dell 20-inch Flat Panel Display, E 2011 H , OptiPlex 990 and 500 GB SATA 6 . OGb/s and 16MB Data Burst Cache hard drive The computers mentioned above must be purchased from a known retailer/Wholesaler brand new with all warranty information included . Contractor shall warranty the computers for the length of the project. Once the project is complete the above mentioned computers and printer/scanner will be the property of the COUNTY. The Contractor will be required to provide electric , (2) landline phones , High Speed internet service or equivalent satellite or mobile service if DSL is not available to the field office. Internet link DHCP must be user configurable to accommodate County network configurations. The field office shall be ready for use no later than ten ( 10) calendar days after the date the Contract is fully executed and before any other work is started , and shall be maintained by the Contractor until one ( 1 ) month after final acceptance of the Project by the Owner. Field Office shall have restroom within the building with approved sanitary and water connections . Item of Payment Payment shall be made under: Bid Item No . 109-71 -3 - Field Office — Per Day 01025-20 Technical Specifications FAIDublic WorkskENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadls)Wdmim\Bid Documents\Technical SECTION - 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 . (2010) 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 . Be 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 Engineer or where shown on the drawings , work shall be done by 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 01025-21 Technical Specifications F:Public WorksIENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Iffipm Its , - - l a location designated or approved by the Owner . Any culverts , structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. 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 i ptem . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 110- 1 - 1 - Clearing and Grubbing - Lump Sum Bid Item No . 110- 1 -2 — Select Clearing and Grubbing — Lump Sum Bid Item No . 110-3 — Removal of Existing Structure ( Dwelling) — Per Each Bid Item No. 110-6 — Plugging Water Well — Per Each Bid Item No . 110J — Mailbox ( F& I ) (Single) — Per Each SECTION — 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 . Be Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors . C . Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill , isolated swale bottom locations , isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation . Approximately 2 . 0 ft of subsoil excavation is required in sublateral canals . Cost of replacement embankment shall be included in cost of subsoil excavation . Contractor shall 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 0102542 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical 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: Bid Item No . 120- 1 — Excavation , Regular ( Roadway) — Per Cubic Yard Bid Item No . 120-5 — Excavation , Channel (Lake) — Per Cubic Yard Bid Item No . 120-6 an Embankment (Compacted in Place) - Per Cubic Yard Bid Item No . 121 -7 — Flowable Fill — Per Cubic Yard SECTION - 160 as STABILIZATION The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . 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 an No under-tolerance . Be Payment, shall be made under: Bid Item No . 1604 an Type B Stabilization LBR 40 ( 12") - Per Square Yard SECTION some 285 - CEMENTED COQUINA SHELL BASE The work specified in this item shall conform to Section 285 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . 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 . Be Payment shall be made under: Bid Item No . 285-706 — Cemented Coquina Shell Base Group 6 (8 ") Two Lifts Per Square Yard Bid Item No . 285-709 — Cemented Coquina Shell Base Group 9 ( 10") Two Lifts - Per Square Yard 01025=23 Technical Specifications FAIDublic WorksIENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical SECTION - 286 — TURNOUT CONSTRUCTION The work specified in this item shall conform to Section 286 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 286- 1 —Turnout Construction — Per Square Yard Bid Item No . 286-2 — Asphalt Turnout Construction — Per Ton SECTION — 327 - MILLING OF EXISTING ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 327-70- 1 —Milling Existing Asphalt Pavement ( 1 " Avg . ) — Per SquareYard SECTION — 334 - SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Sub article 334-8 . 1 through 334-8 . 3 — Basis of Payment shall be deleted in its entirety. There will be no pay adjustments for any fuel surcharge during the allotted duration of construction . Any fuel surcharge beyond final completion resulting from changes to the contract by Owner will be adjusted . Sub article 334-8 .4 — Payment shall be amended as follows : Bid Item No . 334-X-XX — Superpave Asphaltic Concrete — Per Square Yard . SECTION - 339 — MISCELLANEOUS ASPHALT PAVEMENT The work specified in this item shall conform to Section 339 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 339- 1 " Asphalt Pavement Miscellaneous - Per Ton 01025=24 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcad1s)\Admim\13id Documents\Technical SECTION — 350 — CONCRETE PAVEMENT The work specified in this item shall conform to Section 350 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 350A A — Plain Cement Concrete Pavement (6") — Per Square Yard SECTION - 400 — CONCRETE STRUCTURES The work specified in this item shall conform to Section 400 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 400-X-XX — Concrete Class XX - Per Cubic Yard Bid Item No . 400=X — Bridge Deck Grooving & Planing - Per Square Yard SECTION — 415 — REINFORCING STEEL The work specified in this item shall conform to Section 415 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 415=X-X — Reinforcing Steel — Per Pound SECTION - 425 — INLETS . MANHOLES AND JUNCTION BOXES The work specified in this item shall conform to Section 425 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 425A1 XXX — Inlets - Per Each Bid Item No . 425-2-XXX — Manholes — Per Each Bid Item No . 425-3-XXX — Control Structure ( Drainage) — Per Each Bid Item No . 425=5 — Manhole , Adjust — Per Each Bid Item No . 425- 11 — Control Structure , Modify Existing — Per Each 01025=25 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\I3id Documents\Technical SECTION - 430 — PIPE CULVERTS AND STORM SEWERS The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 430-XXX-XXX — Pipe Culvert — Per Linear Foot Bid Item No . 430-XXX-XXX — Mitered End Section , — Per Each SECTION - 440 - UNDERDRAIN The work specified in this item shall conform to Section 440 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 4404-XX Underdrain w/ Sock Filter — Per Linear Foot Bid Item No . 440 -60 Rock Drain (Special) — Per Li - 1near Foot Bid Item No . 4404X — Underdrain Outlet Pipe — Per Linear Foot SECTION - 515 — PIPE HANDRAIL - GUIDERAIL The work specified in this section shall conform to the Florida Department of Transportation Design Standards Index No . 880 . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 515- 1 - 1 — Steel Guiderail — Per Linear Foot SECTION - 520 - CONCRETE CURB AND GUTTER The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 5204-X— Concrete Curb and Gutter — Per Linear foot 01025-26 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical _ 1 SECTION - 521 — CONCRETE BARRIERS , TRAFFIC RAILING BARRIERS & PARAPETS The work specified in this item shall conform to Section 521 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 521 -5-X — Concrete Traffic Railing Barrier — Per Linear Foot Bid Item No . 521 -6-3 — Coping/Sidewalk — Per Linear Foot Bid Item No . 521 -72-3 — Shoulder Concrete Barrier Wall — Per Linear Foot SECTION - 522 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 522-2 — Concrete Sidewalk (6° Thick) — Per Square Yard SECTION - 523 — PATTERNEDITEXTURED PAVEMENT The work specified in this item shall conform to Section 523 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under. Bid Item No . 523-X-X — Patterned/Textured Pavement — Per Square Yard SECTION - 530 — RIPRAP The work specified in this item shall conform to Section 530 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 530- 1 — Riprap Sand Cement — Per Cubic Yard Bid Item No . 530-3-X — Riprap Rubble — Per Ton SECTION - 536 — GUARDRAIL The work specified in this item shall conform to Section 536 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 536-XX — Guardrail - Roadway — Per Linear Foot Bid Item No . 536-7 — Special Guardrail Post — Per Each 01025-27 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical Bid Item No . 536-73 — Guardrail Removal — Per Linear Foot Bid Item No . 536-8X-XX — Guardrail Anchorage — Per Each SECTION - 538 — RESETTING GUARDRAIL The work specified in this item shall conform to Section 538 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 538- 1 — Guardrail Reset — Per Linear Foot SECTION - 570 — PERFORMANCE TURF The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . 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 after final completion and acceptance . 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 0102548 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Hdmim\Bid Documents\Technical - l 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 . 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 an 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 '/s" 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 . I . Watering : The areas on which the sod is to be placed shall contain sufficient moisture , as determined by the Engineer, for optimum results . After being placed , the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks . Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance , whichever is latest) . 0102549 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\054"6Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical J . Maintenance : The Contractor shall , at his expense , maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence , carelessness or failure to provide routine maintenance shall be at the Contractor's expense . The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing . Clippings shall be removed from sidewalk . K. Article 570-9 . 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. Item of Payment Payment shall be made under: Bid Item No . 570A - 1 — Performance Turf (Sod ) (Argentine Bahia) as Per Square Yard Bid Item No . 570- 1 -2 — Performance Turf (Sod ) (St. Augustine) — Per Square Yard SECTION as 580 — LANDSCAPE INSTALLATION The work specified in this item shall conform to Section 580 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 580= 1 -XX — Planting Type — Per Each SECTION — 630 THROUGH 699 — TRAFFIC CONTROL DEVICES A. The work specified in this section shall conform to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL) . B . The work specified in this item shall conform to Section 603 through 699 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010) . C . The Contractor shall use " Bosch 800 series" video surveillance cameras only . 01025-30 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTSt0545-66Th Ave SR60 to 57th St (Arcadis)Wmim0d Documents\Technical Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 630- 1 -XX — Conduit Signals ( F& I ) — Per Linear Foot Bid Item No . 632-X-XX — Cable Signals ( F & I ) — Per Installation Bid Item No . 635-X-XX — Pull & Junction Boxes ( F& I ) an Per Each Bid Item No . 639- 1 -21 — Electrical Power Service (Signals) — Per Assembly Bid Item No . 639-2- 1 — Electrical Service Wire — Per Linear Foot Bid Item No . 639-3- 11 — Electrical Service Disconnect ( F & I ) ( Pole) Per Each Bid Item No . 641 -X-XX — Pre-stressed Concrete Pole -- Per Each Bid Item No . 6464-XX — Aluminum Signal Poles — Per Each Bid Item No . 649-XX-XXX — Mast Arm Assembly — Per Each Bid Item No . 650-XX-XXX — Traffic Signal — Per Assembly Bid Item No . 653-XXX — Pedestrian Signal — Per Assembly Bid Item No . 663-XX-XX — Vehicle Detector Assembly — Per Each Bid Item No . 665-XX — Pedestrian Detector — Per Each Bid item No . 670-X-XXX — Traffic Controller Assembly — Per Assembly Bid Item No . 678-X-XXX — Controller Accessories — Per Each Bid Item No . 685-XXX — System Auxiliaries — Per Each Bid Item No . 690-XXX = Existing Signal Equipment Removal — Per Itemized Bid Schedule Bid Item No . 699-X-X — Internally Illuminated Street Name Sign — Per Each SECTION - 700 - SIGNING AND PAVEMENT MARKINGS A. Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (2010) , Manual on Uniform Traffic Control Devices , Supplemental Specifications , Roadway and Traffic Design Standards , I anufacturer' s specifications . Be Traffic Signs : All existing signs which are the property of the Owner shall be transported to the Indian River County Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits . Care shall be exercised by the Contractor during removal , storage and relocation so as not to damage the signs . If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation . C . All reflective pavement markers shall be 4" x 4" . Item of Payment Payment shall be made under: Bid Item No . 700-XX-XX — Single Post Sign — Per Assembly Bid Item No . 70048-XX — Sign Panel — Per Each Bid Item No . 706-XX — Retro- Reflective Pavement Markers - Per Each Bid Item No . 711 -XX-XXX — Traffic Stripe Solid Thermoplastic, Standard - Per Net Mile Bid Item No . 711 -XX-XXX — Traffic Stripe Solid Thermoplastic, Standard , Per Linear Foot Bid Item No . 711 -XX-XXX — Thermoplastic , Standard , Skip - Per Gross Mile Bid Item No . 711 -XX-XXX — Thermoplastic, Standard , Arrow an Per Each 01025-31 Technical Specifications R\Public Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical SECTION — 1000 - WATER AND SEWER UTILITIES A . Water Utilities The water utilities for this project shall be constructed per the " Indian River County Department of Utility Services Water & Wastewater Standards September, 2011 . This document can be obtained at www, ircutilities . com Relocation of existing fire hydrants shall include the cost of all pipe , fittings , retaining rods , trenching grading , and incidental items associated with relocation . Pay Item No . 1643-700 — Valve Box Adjustment — Per Each Pay Item No . 1645-800 — Water Meter Relocation — Per Each B . Sewer Utilities The sewer utilities for this project shall be constructed per the " Indian River County Technical Specifications" , September, 2011 . This document can be obtained at www. ircutilities . com C . Earthwork and Backfill Compaction - All fill must be compacted by hand tamping from under the pipe up to the center line . Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shoulders and 95 percent in easements , in accordance with AASATO T- 180 and D-2167 . D . Ductile Iron Pipe and Fittings 1 . General : All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C- 150 & C- 151 . All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C- 151 and shall be Class 52 minimum . All exposed ductile iron pipe shall be Class 53 minimum . 2 . Fittings : All underground fittings shall be either bell and spigot , or mechanical joint. Mechanical joints shall conform to AWWA specification C110 (ANSI 21 . 10-87) , or latest revision . All exposed aboveground fittings shall be flanged joint. 3 . Bell and Spigot Connections : Joints in bell and spigot pipe shall be push-on , mechanical , or restrained joints in accordance with AWWA Standard C- 111 (ANSI 21 . 11 -85) , or latest revision . Mechanical joint pipe set-screw type retainer glands will not be permitted . 4 . Flanged Connections : 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 01025-32 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)Wdmim\Bid Documents\Technical 1 the hub shall be caulked where the hub threads joint with the pipe . . 5 . Valve Box Adjustments : Cost of valve nut extenders shall be included in cost of valve box adjustments where needed . E . Disinfecting Potable Water Pipelines Before being placed in service , all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651 , " Standard Procedure for Disinfecting Water Mains" , except that the use of tablets is strictly prohibited . The procedure shall be approved by the Engineer. The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection , Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required . SECTION we 02670 - FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1 . 01 WORK INCLUDED A. Flushing , Pressure Testing , and Disinfection of all piping systems . Be Contractor shall furnish all necessary pumps , hoses , piping , fittings , meters , gauges , chemicals and labor to conduct specified testing . C . Testing shall be repeated at the Contractor's expense until satisfactory results . are achieved . D . Refer the specific chemical system specification section for additional flushing and testing procedures . 1 . 02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A. Section 1000 — Water and Sewer Utilities 1903 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains . 1 . 04 SUBMITTALS A. Test Reports : Indicate results comparative to specified requirements . Submit two (2) copies of test results to Engineer in accordance with Submittal specifications . 1 . 05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651 . 1 . 06 REGULATORY REQUIREMENTS A . Conform to applicable Florida DEP requirements for performing the work of this Section . Be Work shall conform to Indian River County Standards . PART 2 - PRODUCTS 2 . 01 DISINFECTION CHEMICALS A. Chemicals : The disinfecting agent shall be sodium hypochlorite solution 01025-33 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\Technical ANSI/AWWA B303 or liquid chlorine ANSI /AWWA B301 . Dry hypochlorite , similar to " HTH " or equal may also be used as the disinfecting agent . PART 3 - EXECUTION 3 . 01 EXAMINATION A. Verify that piping systems have been cleaned , inspected , and tested . B . Coordinate scheduling of flushing , pressure testing , and disinfection activities with tie-ins , certifications , and sequence of construction . 3 . 02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for conducting pressure and leakage tests and flushing of the piping . Flushing and pressure testing shall be conducted in the following order. B . After all piping lines have been installed and before pressure testing , each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible . Contractor to provide means of discharging and disposing of water at Contractor's expense . C . Pressure testing ductile iron piping systems : 1 . The test pressure for the water piping , irrigation quality water piping , and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours . Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used . Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600 . 2 . All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes , valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense . Tests shall be repeated until leakage has been reduced below the allowable amount . 3 . In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason , modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements . 01025=34 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS10545-66Th Ave SR60 to 57th St (Arcadis)Vidmim\Bid Documents\Technical 3 . 03 DISINFECTION A . The Contractor shall furnish and install suitable temporary connections to the piping , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for the disinfection of all required piping systems . Disinfection shall be conducted on the following systems : 1 . Water main piping and valves . B . Conform tq AWWA Standards and as modified herein . C . Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D . After the disinfecting agents have been permitted to remain for the specified contact periods , the water lines , and valves shall be thoroughly flushed with water until the residual chlorine tests are less than 2 PPM in each instance . The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3 . 04 BACTERIOLOGICAL SAMPLING A . It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping . The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems . The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B . The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations . C . Sampling must be coordinated with Engineer and other construction activities so as to minimize re-sampling . D . Contractor shall submit schedule for bacteriological testing and pressure tests . E . The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems . 3 . 11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements . + + END OF SECTION + + 01025-35 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Hdmim\I3id Documents\Technical 1 APPENDIX ` A ' PERMITS • ST. JOHNS RIVER WATER MANAGEMENT DISTRICT • FLORIDA DEPTARTMENT OF TRANSPORTATION • U. S. ARMY CORPS OF ENGINEERS • INDIAN RIVER FARMS WATER CONTROL DISTRICT Appendix A-Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\0545-66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\APPENDIX A - Permits.doc 1 *1WSt . I. Ohns River Water Management District 14 Hans G. Tanzler 111, Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 3294500 On the Internet at floridaswater.com. May 31 , 2012 Indian River County 1801 27th St 1st Floor Vero Beach , FL 32960 SUBJECT : Permit Number 40-061 = 130478-1 66th Avenue & 41 st Street Intersection Improvements Dear Sir/Madam : Enclosed is your permit issued by the St. Johns River Water Management District on May 31 , 2012 . This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal , state , or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application , you may view the TSR by going to the Permitting section of the District's website at floridaswater. com/permitting . Using the "search applications and permits" feature , you can use your permit number or project name to find information about the permit, When you see the results of your search , click on the permit number. Noticina Your Permit : For noticing instructions , please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed , your permit will become nonfinal and any activities that you choose to undertake pursuant to your permit will be at your own risk. Compliance with Permit Conditions : To submit your required permit compliance information , go to the District's website at floridaswater. com/permitting . Under the "Apply for a permit or submit compliance data" section , click to sign-in to your existing account or to create a new account. Select the "Compliance Submittal" tab, enter your permit number, and select "No Specific Date" for the Compliance Due Date Range . You will then be able to view all the compliance submittal . requirements for your project. Select the compliance item that you are ready to submit and then attach the appropriate information or form . The forms to comply with your permit conditions are available at floridaswater.com/permitting under the section " Handbooks , forms , fees , final orders" . Click on forms to view all permit compliance forms, then scroll to the ERP application forms section and select the applicable compliance forms . Alternatively, if you have difficulty finding forms or need copies of the appropriate forms , please contact the Bureau of Regulatory Support at (386) 3294570. GOVERNING BOARD Lad Daniels, CHAIRMAN John A. Miklos, VICE CHAIRMAN Douglas C. Bournique, SECRETARY Maryam H. Ghyabi, TREASURER JACKSONVILLE ORLANDO VERO BEACH ORMOND BEACH Chuck Drake Richard G . Hamann George W. Robbins Fred N. Roberts, Jr. W. Leonard Wood ORLANDO GAINESVILLE JACKSONVILLE OCALA FERNANDINA BEACH Transferring Your Permit: As required by a condition of your permit, you must notify the District in writing within 30 days of any sale , conveyance or other transfer of a permitted system or facility, or within 30 days of any transfer of ownership or control of the real property where the permitted system or facility is located . You will need to provide the District with the information specified in District rule 40C- 1 .612, Florida Administrative Code (name and address of the transferee and a copy of the instrument effectuating the transfer). Please note that a permittee remains liable for any corrective actions that may be required as a result of any permit violations that occur before the sale , conveyance , or other transfer of the system or facility, so it is recommended that you request a permit transfer in advance . Thank you and please let us know if you have additional questions . For general questions contact e-permit@sjrwmd . com or (386) 329-4570 . Sincerely, Victor Castro , Division Director Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka , FL 32177 Enclosures: Permit with As-built Certification Form Notice of Rights List of Newspapers for Publication cc: District Permit File Consultant: Brian Good Kimley-Horn and Associates 445 24th St Ste 200 Vero Beach , FL 32960 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO. 40-061 A 30478-1 DATE ISSUED : May 31 . 2012 PROJECT NAME : 66th Avenue & 41st Street Intersection Improvements A PERMIT AUTHORIZING : Construction of a Surface Water Management System with stormwater treatment by Retention for 66th Avenue & 41st Street Intersection Improvements , a 15 .4 - acre project to be constructed as per plans received by the District on May 3 , 2012 and surface water impact exhibit received by the District on May 24, 2012 and bridge exhibit received May 25 , 2012. LOCATION : Section(s): 29j30 Township(s): 32S Range(s): 39E Indian River County ISSUED TO : Indian River County 1801 27th St 1 st Floor Vero Beach , FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages , claims , or liabilities which may arise from permit issuance . Said application , including all plans and specifications attached thereto , is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights or privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee . This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached " Exhibit A" , dated May 31 , 2012 AUTHORIZED BY : St. Johns River Water Management District Division of Regulatory Services 4 By. l` _ John Juilianna Service Center Director L 1 "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 40461 -130478=1 Indian River County DATED MAY 31 , 2012 1 . All activities shall be implemented as set forth in the plans , specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit. 2 . This permit or a copy thereof, complete with all conditions , attachments , exhibits , and modifications, shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3 . Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards . 4 . Prior to and during construction , the permittee shall implement and maintain all erosion and sediment control measures (best management practices) required to retain sediment on-site and to prevent violations of state water quality standards . All practices must be in accordance with the guidelines and specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988) , which are incorporated by reference, unless a project specific erosion and sediment control plan is approved as part of the permit, in which case the practices must be in accordance with the plan . If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan , the permittee shall implement additional best management practices as necessary , in accordance with the specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management ( Florida Department of Environmental Regulation 1988). The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources . 5 . Stabilization measures shall be initiated for erosion and sediment control 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 . 6 . At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District a Construction Commencement Notice Form No. 40C=4 .900(3) indicating the actual start date and the expected completion date. 7 . When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an Annual Status Report Form No. 40C=4 .900(4) . These forms shall be submitted during June of each year. 8 . For those systems which will be operated or maintained by an entity which will require an easement or deed restriction in order to provide that entity with the authority necessary to operate or maintain the system , such easement or deed restriction , together with any other final operation or maintenance documents as are required by subsections 7 . 1 . 1 through 7 . 1 .4 of the Applicants Handbook: Management and Storage of Surface Waters , must be submitted to the District for approval . Documents meeting the requirements set forth in these subsections of the Applicants Handbook will be approved . Deed restrictions , easements and other operation and maintenance documents which require recordation either with the Secretary of State or the Clerk of the Circuit Court must be so recorded prior to lot or unit sales within the project served by the system , or upon completion of construction of the system , whichever occurs first. For those systems which are proposed to be maintained by county or municipal entities , final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local governmental entity. Failure to submit the appropriate final documents referenced in this paragraph will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system . 9 . Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by the portion or phase of the system . Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of that phase or portion of the system to local government or other responsible entity. 10 . Within 30 days after completion of construction of the permitted system , or independent portion of the system , the permittee shall submit a written statement of completion and certification by a registered professional engineer or other appropriate individual as authorized by law, utilizing As Built Certification Form 40C-1 . 181 ( 13) or 40C- 1 . 181 (14) supplied with this permit. When the completed system differs substantially from the permitted plans , any substantial deviations shall be noted and explained and two copies of as-built drawings submitted to the District. Submittal of the completed form shall serve to notify the District that the system is ready for inspection . The statement of completion and certification shall be based on on-site observation of construction (conducted by the registered professional engineer, or other appropriate individual as authorized by law, or under his or her direct supervision ) or review of as-built drawings for the purpose of determining if the work was completed in compliance with approved plans and specifications . As-built drawings shall be the permitted drawings revised to reflect any changes made during construction . Both the original and any revised specifications must be clearly shown . The plans must be clearly labeled as "as-built" or "record" drawing. All surveyed dimensions and elevations shall be certified by a registered surveyor. The following information , at a minimum , shall be verified on the as-built drawings . 1 . Dimensions and elevations of all discharge structures including all weirs , slots , gates , pumps , pipes, and oil and grease skimmers ; 2 . Locations , dimensions , and elevations of all filter, exfiltration , or underdrain systems including cleanouts , pipes , connections to control structures , and points of discharge to the receiving waters ; 3 . Dimensions , elevations , contours , or cross-sections of all treatment storage areas sufficient to determine state-storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems , when appropriate ; 4 . Dimensions , elevations , contours , final grades , or cross-sections of the system to determine flow directions and conveyance of runoff to the treatment system ; 5 . Dimensions , elevations , contours , final grades , or cross-sections of all conveyance systems utilized to convey off-site runoff around the system ; 6 . Existing water elevation(s) and the date determined , and Elevation and location of benchmark(s) for the survey. 11 . The operation phase of this permit shall not become effective until the permittee has submitted the appropriate As-Built Certification Form , the District determines the system to be in compliance with the permitted plans , and the entity approved by the District in ft accordance with subsections 7 . 1 . 1 through 7 . 1 .4 of the Applicant's Handbook, Management and Storage of Surface Waters, accepts responsibility for operation and maintenance of the system . The permit may not be transferred to such an approved operation and maintenance entity until the operation phase of the permit becomes effective . Following inspection and approval of the permitted system by the District, the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity, if different from the permittee . Until the permit is transferred pursuant to section 7 . 1 of the Applicants Handbook: Management and Storage of Surface Waters , the permittee shall be liable for compliance with the terms of the permit. 12 . Should any other regulatory agency require changes to the permitted system , the permittee shall provide written notification to the District of the changes prior implementation so that a determination can be made whether a permit modification is required . 13 . This permit does not eliminate the necessity to obtain any required federal , state , local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee , or convey any rights or privileges other than those specified in the permit and chapter 40104 or chapter 40C-40 , F.A.C . 14 . The permittee shall hold and save the District harmless from any and all damages , claims, or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system. 15 . Any delineation of the extent of a wetland or other surface water submitted as part of the permit application , including plans or other supporting documentation , shall not be considered specifically approved unless a specific condition of this permit or a formal determination under rule 40C- 1 . 1006 , F .A.C . , provides otherwise . '16 . The permittee shall notify the District in writing within 30 days of any sale , conveyance , or other transfer of ownership or control of the permitted system or the real property at which the permitted system is located . All transfers of ownership or transfers of a permit are subject to the requirements of rule 40CA .612 , F.A. C . The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to such sale, conveyance or other transfer. 17 . Upon reasonable notice to the permittee , District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18 . If historical or archaeological artifacts are discovered at any time on the project site, the permittee shall immediately notify the District. 19 . The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate . 20 . All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion , siltation , scouring or excess turbidity, and dewatering . 21 . Prior to construction , the permittee must clearly designate the limits of construction on- site. The permittee must advise the contractor that any work outside the limits of construction , including clearing , may be a violation of this permit . -1 22 . The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted . The operation and maintenance entity must maintain a record of each required inspection , including the date of the inspection , the name , address , and telephone number of the inspector, and whether the system was functioning as designed and permitted , and make such record available for inspection upon request by the District during normal business hours. If at any time the system is not functioning as designed and permitted , then within 14 days the entity shall submit an Exceptions Report to the District, on form number 40642 . 900(6) , Exceptions Report for Stormwater Management Systems Out of Compliance . 23 . The proposed surface water management system shall be constructed and operated in accordance with plans received by the District on May 3 , 2012 , the surface water impact exhibit on May 24 , 2012 , and the bridge plans received on May 25, 2012. Notice Of Rights 1 . A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28- 106 and Rule 40C- 1 . 1007, Florida Administrative Code , the petition must be filed (received ) either by delivery at the office of the District Clerk at District Headquarters , P . O . Box 1429 , Palatka Florida 32178- 1429 (4049 Reid St. , Palatka , FL 32177) or by e-mail with the District Clerk at ClerkCasirwmd .com , within twenty-six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing the notice of District decision (for those persons to whom the District emaiis actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120. 54(5)(b)4. and 120. 569(2)(c), Florida Statutes, and Chapter 28-106, Florida Administrative Code . The District will not accept a petition sent by facsimile (fax) , as explained in paragraph no . 4 below. 2 . Please be advised that if you wish to dispute this District decision , mediation may be available and that choosing mediation does not affect your right to an administrative hearing . If you wish to request mediation , you must do so in a timely-filed petition . If all parties, including the District, agree to the details of the mediation procedure , in writing , within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120 . 569 and 120 . 57 , Florida Statutes, the time limitations imposed by Sections 120. 569 and 120 .57 , Florida Statutes , shall be tolled to allow mediation of the disputed District decision . The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing . Any mediation agreement must include provisions for selecting a mediator, a statement that each party shall be responsible for paying its pro- rata share of the costs and fees associated with mediation , and the mediating parties' ' understanding regarding the confidentiality of discussions and documents introduced during mediation . If mediation results in settlement of the administrative dispute , the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute , the District will notify all the parties in writing that the administrative hearing process under Sections 120. 569 and 120 . 57 , Florida Statutes, is resumed . Even if a party chooses not to engage in formal mediation , or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions . 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120 . 569 and 120 .57 (2 ), Florida Statutes , where no material facts are in .dis uteA petition for an informal hearing must also p comply with the requirements set forth in Rule 28-106 . 301 , Florida Administrative Code . 4 . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka , Florida during the District's regular business hours . The District's regular business hours are 8 : 00 a . m . — 5 :00 p . m . , excluding weekends and District holidays . Petitions received by the. District Clerk after the District's regular business hours shall be deemed filed as of 8 :00 a . m . on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101 .001 , Florida Administrative Code) , which is available for viewing at floridaswater. com . These conditions include , but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile is prohibited and shall not constitute filing . 5 . Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing . (Rule 28-106 . 111 , Florida Administrative Code). 6 . The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120 , Florida Statutes , Chapter 28= 106 , Florida Administrative Code , and Rule 40C-1 . 1007 , Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding , in accordance with the requirements set forth above. 7 . Pursuant to Section 120 .68 , Florida Statutes , a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9 . 110 and 9. 190, Florida Rules of Appellate Procedure , within 30 days of the rendering of the final District action . 8 . A. District action is considered rendered , as referred to in paragraph no . 7 above , after it is signed on behalf of the District and filed by the District Clerk. 9 . Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR. Decision . DOC .001 Revised , 12 . 7. 11 Notice Of Rights CERTIFICATE OF SERVICE I hereby certify that a copy of the foregoing Notice of Rights has been sent to the permittee : Indian River County 1801 27th St 1st Floor Vero Beach , FL 32960 This 31st day of May , 2012 . Victor Castro , Director Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka , FL 32177 (386) 329=4570 Permit Number: 40-061 -130478-1 -1 NOTICING INFORMATION Dear Permittee : Please be advised that the St. Johns River Water Management District has not published a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication , using the District's form , notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication , then there is a 21 =day time limit to file a petition challenging the issuance of the permit. To close the point of entry for filing a petition , you may publish (at your own expense) a one= time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes . If you do not publish a newspaper notice, the time to challenge the issuance of your permit will not expire . A copy of the notice and a partial list of newspapers of general circulation are attached for your convenience. However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published , the newspaper will return to you an affidavit as proof of publication . Please submit this original affidavit of publication to: Victor Castro , Director Bureau of Regulatory Support 4049 Reid Street . Palatka , FL 32177 If you have any questions , please contact the Bureau of Regulatory Support at (386) 329-4570 . Sincerely, Victor Castro, Director Bureau of Regulatory Support NOTICE OF AGENCY ACTION TAKEN BY THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on (Name and address of applicant) permit# . The project is located in County , Section , Township South , Range East. The permit authorizes a surface water management system on acres for known as The receiving water body is A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28=106 and Rule 40C-1 . 1007 , Florida Administrative Code (F .A.C . ), the petition must be filed (received ) either by delivery at the office of the District Clerk at District Headquarters , P . O . Box 1429 , Palatka FL 32178-1429 (4049 Reid St, Palatka , FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd .com , within twenty six (26) days of the District depositing the notice of intended District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing notice of intended District decision (for those persons to whom the District emails actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of intended District decision (for those persons to whom the District does not mail or email actual notice) . A petition must comply with Sections 120 . 54(5)(b)4 . and 120 . 569(2)(c) , Florida Statutes (F .S . ) , and Chapter 28- 106 , F .A. C . The District will not accept a petition sent by facsimile (fax) . Mediation pursuant to Section 120 . 573 , F . S . , is not available . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka , Florida during the District's regular business hours . The District's regular business hours are 8 a . m . — 5 p . m . , excluding weekends and District holidays . Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 a . m . on the next regular District business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101 . 001 , Florida Administrative Code), which is available for viewing at floridaswater. com . These conditions include , but are not limited to , the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile (fax) is prohibited and shall not constitute filing . The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120 , Florida Statutes , Chapter 28= 106 , Florida Administrative Code , and Rule 40C- 1 . 1007 , Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing . (Rule 28=106. 111 , F.A.C.). If you wish to do so , please visit http ://floridaswater.com/noticeofrights/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's intended decision (s) on the permit application(s) described above . You can also request the Notice of Rights by contacting the Director, Bureau of Regulatory Support (RS), 4049 Reid St. , Palatka , FL 32177-2529, tele. no. (386)329-4570 . I NEWSPAPER ADVERTISING ALACHUA BAKER The Alachua County Record , Legal Advertising Baker County Press , Legal Advertising P. O . Box 806 P . O . Box 598 Gainesville , FL 32602 Maclenny, FL 32063 352-377-2444/ fax 352-338- 1986 904=259-2400/ fax 904-259-6502 BRAFORD BREVARD Bradford County Telegraph , Legal Advertising Florida Today, Legal Advertising P . O. Drawer A P. O . Box 419000 Starke , FL 32901 Melbourne, FL 32941 -9000 904-964-6305/ fax 904-964-8628 321 -242-3832/ fax 321 -242-6618 CLAY DUVAL Clay Today, Legal Advertising Daily Record , Legal Advertising 1560 Kinsley Ave . , Suite 1 P. O . Box 1769 Orange Park, FL 32073 Jacksonville , FL 32201 904=264-3200/ fax 904-264-3285 904-356-2466 / fax 904-353-2628 FLAGLER INDIAN RIVER Flagler Tribune, c/o News Journal Vero Beach Press Journal , Legal Advertising P. O . Box 2831 P . O . Box 1268 Daytona. Beach , FL 32120-2831 Vero Beach , FL 32961 A 268 386- 681 -2322 772=221 -4282/ fax 772-978-2340 LAKE MARION Daily Commercial , Legal Advertising Ocala Star Banner, Legal Advertising P. O . Drawer 490007 2121 SW 19th Avenue Road Leesburg , FL 34749 Ocala , FL 34474 352-365-8235/fax 352=365- 1951 352-867=4010/fax 352-8674126 NASSAU OKEECHOBEE News-Leader, Legal Advertising Okeechobee News , Legal Advertising P . O. Box 766 P . O . Box 639 Fernandina Beach , FL 32035 Okeechobee , FL 34973-0639 904-261 -3696/fax 904=261 =3698 863-763-3134/fax 863463-5901 ORANGE OSCEOLA Sentinel Communications , Legal Advertising Little Sentinel , Legal Advertising 633 N . Orange Avenue 633 N . Orange Avenue Orlando, FL 32801 Oriando , FL 32801 407-420-5160/ fax 407-420-5011 407-420-5160/ fax 407-420-5011 PUTNAM ST. JOHNS Palatka Daily News, Legal Advertising St. Augustine Record , Legal Advertising P . O . Box 777 P . O . Box 1630 Palatka , FL 32178 St. Augustine , FL 32085 386-312-5200/ fax 386=312-5209 904=819-3436 SEMINOLE VOLUSIA Seminole Herald , Legal Advertising News Journal Corporation , Legal Advertising 300 North French Avenue P . O . Box 2831 Sanford , FL 32771 Daytona Beach , FL 32120-2831 407=323-9408 (386) 681 -2322 25 un 31 St . ohns River Water Management District 0� 2 00 r 7 Hans G. Tanzler III, Executive Director S �+ 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178=1429 • (386) 3294500 �s� � ����tl� �#4 On the Internet at floridaswater.com. �� September 24 , 2012 £� ZI L1066a � IRC Board of County Commissioners RIEC � D 1840 25th Street SEP 2 6 2012 Vero Beach , FL 32960 INDIAN RIVER COUNTY SUBJECT: Permit Number 4-061 -87006-5 ENGINEE DIVISION 66th Ave - South of SR 60 (20th Ave ) to North of 57th Ave . Dear Sir/Madam : Enclosed is your permit issued by the St. Johns River Water Management District on September 24 , 2012 . This permit is a legal document and should be kept with your other important documents . Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal , state , or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application , you may view the TSR by going to the Permitting section of the District's website at floridaswater. com/permitting . Using the "search applications and permits" feature , you can use your permit number or project name to find information about the permit. When you see the results of your search , click on the permit number. Noticing Your Permit: For noticing instructions , please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed , your permit will become nonfinal and any activities that you choose to undertake pursuant to your permit will be at your own risk . Compliance with Permit Conditions : To submit your required permit compliance information , go to the District's website at floridaswater. com/permitting . Under the "Apply for a permit or submit compliance data" section , click to sign-in to your existing account or to create a new account. Select the "Compliance Submittal" tab , enter your permit number, and select " No Specific Date" for the Compliance Due Date Range . You will then be able to view all the compliance submittal requirements for your project. Select the compliance item that you are ready to submit and then attach the appropriate information or form . The forms to comply with your permit conditions are available at floridaswater.com/permitting under the section " Handbooks , forms , fees , final orders" . Click on forms to view all permit compliance forms , then scroll to the ERP application forms section and select the applicable compliance forms . Alternatively , if you have difficulty finding forms or need copies of the appropriate forms , please contact the Bureau of Regulatory Support at (386) 3294570 . GOVERNING BOARD Lad Daniels, CHAIRMAN John k Miklos, VICE CHAIRMAN Douglas C. Bournique, SECRETARY Maryam H . Ghyabi, TREASURER JACKSONVILLE ORLANDO VERO BEACH ORMOND BEACH Chuck Drake Richard G. Hamann George W. Robbins Fred N. Roberts, Jr. W. Leonard Wood ORLANDO GAINESVILLE JACKSONVILLE OCALA FERNANDINA BEACH Transferring Your Permit : As required by a condition of your permit, you must notify the District in writing within 30 days of any sale , conveyance or other transfer of a permitted system or facility, or within 30 days of any transfer of ownership or control of the real property where the permitted system or facility is located . You will need to provide the District with the information specified in District rule 40C- 1 .612 , Florida Administrative Code (name and address of the transferee and a copy of the instrument effectuating the transfer) . Please note that a permittee remains liable for any corrective actions that may be required as a result of any permit violations that occur before the sale , conveyance , or other transfer of the system or facility, so it is recommended that you request a permit transfer in advance . Thank you and please let us know if you have additional questions . For general questions contact e-permit@sjrwmd . com or (386) 3294570 . Sincerely , Victor Castro , Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka , FL 32177 Enclosures : Permit with EN Form (s) , if applicable cc: District Permit File Consultant: Henry Deibel ARCADIS 2081 Vista Parkway West Palm Beach , FL 33411 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka , Florida 32178-1429 PERMIT NO. 4-061 -8700&5 DATE ISSUED : September 24 , 2012 PROJECT NAME : 66th Ave - South of SR 60 (20th Ave) to North of 57th Ave . A PERMIT AUTHORIZING : Construction of a Stormwater Management System with stormwater treatment by Retention , Wet Detention , and Dry Detention with Underdrain for 66th Ave - South of SR 60 (20th Ave) to North of 57th Ave . , a 119 . 238 - acre project to be constructed as per plans received by the District on August 19 , 2011 . LOCATION : Section(s) : 59 6 , 31 , 32 Township (s) : 32S Range(s): 39E Indian River County ISSUED TO . IRC Board of County Commissioners 1840 25th Street Vero Beach , FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages , claims , or liabilities which may arise from permit issuance . Said application , including all plans and specifications attached thereto , is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights or privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee . This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached " Exhibit A" , dated September 24 , 2012 AUTHORIZED BY: St. Johns River Water Management District By: John Juilianna Service Center Director I " EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 4=06147006-5 IRC Board of County Commissioners DATED SEPTEMBER 24, 2012 1 . All activities shall be implemented as set forth in the plans, specifications and performance criteria as approved by this permit . Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit. 2 . This permit or a copy thereof, complete with all conditions , attachments , exhibits , and modifications , shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3 . Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards . 4 . Prior to and during construction , the permittee shall implement and maintain all erosion and sediment control measures ( best management practices) required to retain sediment on-site and to prevent violations of state water quality standards . All practices must be in accordance with the guidelines and specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988) , which are incorporated by reference , unless a project specific erosion and sediment control plan is approved as part of the permit, in which case the practices must be in accordance with the plan . If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan , the permittee shall implement additional best management practices as necessary, in accordance with the specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988) . The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources . 5 . Stabilization measures shall be initiated for erosion and sediment control 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 . 6 . At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District a Construction Commencement Notice Form No . 40C4 . 900(3) indicating the actual start date and the expected completion date . 7 . When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an Annual Status Report Form No . 40C=4 . 900(4). These forms shall be submitted during June of each year. 8 . For those systems which will be operated or maintained by an entity which will require an easement or deed restriction in order to provide that entity with the authority necessary to operate or maintain the system , such easement or deed restriction , together with any other final operation or maintenance documents as are required by subsections 7 . 1 . 1 through 7 . 1 .4 of the Applicant's Handbook: Management and Storage of Surface Waters , must be submitted to the District for approval . Documents meeting the requirements set forth in these subsections of the Applicant's Handbook will be approved . Deed restrictions , easements and other operation and maintenance documents which require recordation either with the Secretary of State or the Clerk of the Circuit Court must be so recorded prior to lot or unit sales within the project served by the system , or upon completion of construction of the system , whichever occurs first. For those systems which are proposed to be maintained by county or municipal entities , final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local governmental entity. Failure to submit the appropriate final documents referenced in this paragraph will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system . 9 . Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by the portion or phase of the system . Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of that phase or portion of the system to local government or other responsible entity . 10 . Within 30 days after completion of construction of the permitted system , or independent portion of the system , the permittee shall submit a written statement of completion and certification by a registered professional engineer or other appropriate individual as authorized by law , utilizing As Built Certification Form 40CA . 181 ( 13 ) or 40C- 1 . 181 ( 14) supplied with this permit. When the completed system differs substantially from the permitted plans , any substantial deviations shall be noted and explained and two copies of as-built drawings submitted to the District . Submittal of the completed form shall serve to notify the District that the system is ready for inspection . The statement of completion and certification shall be based on on-site observation of construction (conducted by the registered professional engineer, or other appropriate individual as authorized by law, or under his or her direct supervision ) or review of as-built drawings for the purpose of determining if the work was completed in compliance with approved plans and specifications . As-built drawings shall be the permitted drawings revised to reflect any changes made during construction . Both the original and any revised specifications must be clearly shown . The plans must be clearly labeled as "as-built" or "record" drawing . All surveyed dimensions and elevations shall be certified by a registered surveyor. The following information , at a minimum , shall be verified on the as-built drawings : 1 . Dimensions and elevations of all discharge structures including all weirs , slots , gates , pumps, pipes , and oil and grease skimmers , 2 . Locations , dimensions , and elevations of all filter, exfiltration , or underdrain systems including cleanouts , pipes , connections to . control structures , and points of discharge to the receiving waters; 3 . Dimensions, elevations , contours , or cross-sections of all treatment storage areas sufficient to determine state-storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems , when appropriate ; 4 . Dimensions, elevations , contours , final grades , or cross-sections of the system to determine flow directions and conveyance of runoff to the treatment system ; 5 . Dimensions , elevations, contours , final grades, or cross-sections of all conveyance systems utilized to convey off-site runoff around the system ; 6 . Existing water elevation(s ) and the date determined ; and Elevation and location of benchmark(s ) for the survey. 11 . The operation phase of this permit shall not become effective until the permittee has submitted the appropriate As-Built Certification Form , the District determines the system to be in compliance with the permitted plans , and the entity approved by the District in accordance with subsections 7 . 1 . 1 through 7 . 1 .4 of the Applicant's Handbook: Management and Storage of Surface Waters , accepts responsibility for operation and maintenance of the system . The permit may not be transferred to such an approved operation and maintenance entity until the operation phase of the permit becomes -�l effective . Following inspection and approval of the permitted system by the District, the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity , if different from the permittee . Until the permit is transferred pursuant to section 7 . 1 of the Applicant's Handbook: Management and Storage of Surface Waters , the permittee shall be liable for compliance with the terms of the permit. 12 . Should any other regulatory agency require changes to the permitted system , the permittee shall provide written notification to the District of the changes prior implementation so that a determination can be made whether a permit modification is required . 13 . This permit does not eliminate the necessity to obtain any required federal , state , local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and chapter 40C4 or chapter 40C40 , F .A.C . 1.4 . The permittee shall hold and save the District harmless from any and all damages , claims , or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system . 15 . Any delineation of the extent of a wetland or other surface water submitted as part of the permit application , including plans or other supporting documentation , shall not be considered specifically approved unless a specific condition of this permit or a formal determination under rule 40C- 1 . 1006 , F .A . C . , provides otherwise . 16 . The permittee shall notify the District in writing within 30 days of any sale , conveyance , or other transfer of ownership or control of the permitted system or the real property at which the permitted system is located . All transfers of ownership or transfers of a permit are subject to the requirements of rule 40CA .612 , F .A.C . The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to such sale , conveyance or other transfer. 17 . Upon reasonable notice to the permittee , District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18 . If historical or archaeological artifacts are discovered at any time on the project site , the permittee shall immediately notify the District. 19 . The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate . 20. This permit for construction will expire five years from the date of issuance . 21 . At a minimum , all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities . To prevent reduction in storage volume and percolation rates , all accumulated sediment must be removed from the storage area prior to final grading and stabilization . 22 . All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion , siltation , scouring or excess turbidity, and dewatering . 23 . Prior to construction, the permittee must clearly designate the limits of construction on- site . The permittee must advise the contractor that any work outside the limits of construction , including clearing , may be a violation of this permit. 24 . The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted . The operation and maintenance entity must maintain a record of each required inspection , including the date of the inspection , the name , address , and telephone number of the inspector, and whether the system was functioning as designed and permitted , and make such record available for inspection upon request by the District during normal business hours . If at any time the system is not functioning as designed and permitted , then within 14 days the entity shall submit an Exceptions Report to the District, on form number 40642 . 900(6 ) , Exceptions Report for Stormwater Management Systems Out of Compliance . 25 . The proposed surface water management system shall be constructed and operated in accordance with the plans received by the District on August 19 , 2011 . 26 . Prior to initiating construction , the permittee shall obtain Drainage Easement Agreements necessary to authorize permittee to utilize Vista Plantation development's surface water management system and permittee shall record the Drainage Easement Agreements in the public records of Indian River County . Within 30 days of recording the easement agreements , the permittee shall provide a copy of the recorded easement agreement to the District. 27 . This permit authorizes 2 . 95 acres of surface water impacts . No other impacts to wetlands or other surface waters are authorized under this permit. 28. The surface water management system authorized under this permit is designed for the future widening of 66th Ave to six lanes ; however, the construction plans provided under this permit only include widening to four lanes. The permittee shall obtain the appropriate Environmental Resource Permit for the future widening to six lanes prior to initiating that work . Notice Of Rights 1 . A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St . Johns River Water Management District ( District) . Pursuant to Chapter 28- 106 and Rule 40CA . 1007 , Florida Administrative Code , the petition must be filed ( received ) either by delivery at the office of the District Clerk at District Headquarters , P . O . Box 1429 , Palatka Florida 32178-1429 (4049 Reid St. , Palatka , FL 32177 ) or by e-mail with the District Clerk at Clerk sirwmd . com , within twenty-six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice) , within twenty-one (21 ) days of the District emailing the notice of District decision (for those persons to whom the District emails actual notice ) , or within twenty-one (21 ) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice) . A petition must comply with Sections 120 . 54(5)(b )4 . and 120 . 569(2 )(c), Florida Statutes , and Chapter 28- 106 , Florida Administrative Code . The District will not accept a petition sent by facsimile (fax), as explained in paragraph no . 4 below. 2 . Please be advised that if you wish to dispute this District decision , mediation may be available and that choosing mediation does not affect your right to an administrative hearing . If you wish to request mediation , you must do so in a timely-filed petition . If all ,parties , including the District, agree to the details of the mediation procedure , in writing , within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120 .569 and 120 . 57 , Florida Statutes , the time limitations imposed by Sections 120 .569 and 120 . 57 , Florida Statutes, shall be tolled to allow mediation of the disputed District decision . The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing . Any mediation agreement must include provisions for selecting a mediator, a statement that each parry shall be responsible for paying its prom rata share of the costs and fees associated with mediation , and the mediating parties' understanding regarding the confidentiality of discussions and documents introduced during mediation . If mediation results in settlement of the administrative dispute , the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute , the District will notify all the parties in writing that the administrative hearing process under Sections 120 .569 and 120 . 57 , Florida Statutes , is resumed . Even if a party chooses not to engage in formal mediation , or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions . 3 . A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120 .569 and 120 . 57 (2 ) , Florida Statutes , where no material facts are in dispute . A petition for an informal hearing must also comply with the requirements set forth in Rule 28- 106 . 301 , Florida Administrative Code. 4 . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka , Florida during the District's regular business hours . The District's regular business hours are 8 :00 a . m . — 5 :00 p . m . , excluding weekends and District holidays . Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 : 00 a . m . on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28- 101 . 001 , Florida Administrative Code ) , which is available for viewing at floridaswater. com . These conditions include , but are not limited to , the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile is prohibited and shall not constitute filing . 5 . Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing . (Rule 28- 106 . 111 , Florida Administrative Code ) . 6 . The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120 , Florida Statutes , Chapter 28- 106 , Florida Administrative Code , and Rule 40C- 1 . 1007 , Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding , in accordance with the requirements set forth above . 7 . Pursuant to Section 120. 68 , Florida Statutes , a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9 . 110 and 9 . 190 , Florida Rules of Appellate Procedure , within 30 days of the rendering of the final District action . 8 . A District action is considered rendered , as referred to in paragraph no . 7 above , after it is signed on behalf of the District and filed by the District Clerk. 9 . Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR . Decision . DOC . 001 Revised 12 .7 . 11 Notice Of Rights CERTIFICATE OF SERVICE I hereby certify that a copy of the foregoing Notice of Rights has been sent to the permittee : IRC Board of County Commissioners 1840 25th Street Vero Beach , FL 32960 This 24th day of September, 2012 . Victor Castro , Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka , FL 32177 ( 386) 3294570 NOTICING INFORMATION Dear Permittee : Please be advised that the St. Johns River Water Management District has not published a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication , using the District's form , notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication, then there is a 21 Aay time limit to file a petition challenging the issuance of the permit. To close the point of entry for filing a petition , you may publish (at your own expense) a one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50 .011 of the Florida Statutes . If you do not publish a newspaper notice , the time to challenge the issuance of your permit will not expire . A copy of the notice and a partial list of newspapers of general circulation are attached for your convenience . However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published , the newspaper will return to you an affidavit as proof of. publication . Please submit this original affidavit of publication to: Victor Castro , Bureau Chief Bureau of Regulatory Support 4049 Reid Street Palatka , FL 32177 If you have any questions , please contact the Bureau of Regulatory Support at (386) 3294570 . Sincerely , Victor Castro , Bureau Chief Bureau of Regulatory Support l NOTICE OF AGENCY ACTION TAKEN BY THE ST . JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on ( Name and address of applicant) permit# The project is located in County, Section Township South , Range East. The permit authorizes a surface water management system on acres for known as The receiving water body is A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District ( District). Pursuant to Chapter 28A 06 and Rule 40C= 1 . 1007 , Florida Administrative Code ( F .A. C . ) , the petition must be filed ( received ) either by delivery at the office of the District Clerk at District Headquarters , P. O . Box 1429 , Palatka FL 32178A429 (4049 Reid St, Palatka , FL 32177 ) or by e-mail with the District Clerk at Clerk@sjrwmd . com , within twenty six (26 ) days of the District depositing the notice of intended District decision in the mail (for those persons to whom the District mails actual notice ) , within twenty-one (21 ) days of the District emailing notice of intended District decision (for those persons to whom the District emails actual notice) , or within twenty-one (21 ) days of newspaper publication of the notice of intended District decision (for those persons to whom the District does not mail or email actual notice ) . A petition must comply with Sections 120 . 54(5)(b)4 . and 120 . 569(2 ) (c), Florida Statutes (F . S . ) , and Chapter 2& 106 , F .A. C . The District will not accept a petition sent by facsimile (fax) . Mediation pursuant to Section 120 . 573 , F .S . , is not available . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka , Florida during the District's regular business hours . The District's regular business hours are 8 a . m . — 5 p . m . , excluding weekends and District holidays . Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 a . m . on the next regular District business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28A 01 . 001 , Florida Administrative Code), which is available for viewing at floridaswater. com . These conditions include , but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile (fax) is prohibited and shall not constitute filing . The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120 , Florida Statutes , Chapter 28- 106 , Florida Administrative Code , and Rule 40C- 1 . 1007 , Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing . ( Rule 28-106. 111 , F.A.C . ) . If you wish to do so , please visit hftp ://floridaswater. com/noticeofrights/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's intended decision (s) on the permit application (s) described above . You can also request the Notice of Rights by contacting the Bureau Chief, Bureau of Regulatory Support ( RS) , 4049 Reid St . , Palatka , FL 32177-2529 , tele . no . (386)3294570 . r NEWSPAPER ADVERTISING ALACHUA BAKER The Alachua County Record , Legal Advertising Baker County Press , Legal Advertising P . O . Box 806 P . O . Box 598 Gainesville , FL 32602 Maclenny, FL 32063 352-377-2444/ fax 352-338- 1986 904-259-2400/ fax 904-259-6502 BRAFORD BREVARD Bradford .County Telegraph , Legal Advertising Florida Today, Legal Advertising P . O . Drawer A P . O. Box 419000 Starke , FL 32901 Melbourne , FL 32941 -9000 904-964-6305/ fax 904-964-8628 321 -242-3832/ fax 321 -242-6618 CLAY DUVAL Clay Today, Legal Advertising Daily Record , Legal Advertising 1560 Kinsley Ave . , Suite 1 P . O . Box 1769 Orange Park , FL 32073 Jacksonville , FL 32201 904-264-3200/ fax 904-264-3285 904-356-2466 / fax 904-353-2628 FLAGLER INDIAN RIVER Flagler Tribune , c/o News Journal Vero Beach Press Journal , Legal Advertising P . O . Box 2831 P . O . Box 1268 Daytona Beach , FL 32120-2831 Vero Beach , FL 32961 - 1268 386- 681 -2322 772-2214282/ fax 772-978-2340 LAKE MARION Daily Commercial , Legal Advertising Ocala Star Banner, Legal Advertising P . O . Drawer 490007 2121 SW 19th Avenue Road Leesburg , FL 34749 Ocala , FL 34474 352-365-8235/fax 352-365- 1951 352-867-4010/fax 352-867-4126 NASSAU OKEECHOBEE News-Leader, Legal Advertising Okeechobee News , Legal Advertising Pb O . Box 766 P . O. Box 639 Fernandina Beach , FL 32035 Okeechobee , FL 34973-0639 904-261 -3696/fax 904-261 -3698 863-763-3134/fax 863-763-5901 ORANGE OSCEOLA Sentinel Communications , Legal Advertising Little Sentinel , Legal Advertising 633 N . Orange Avenue 633 N . Orange Avenue Orlando , FL 32801 Orlando , FL 32801 407-420-5160/ fax 407420-5011 407-420-5160/ fax 407-420-5011 PUTNAM ST. JOHNS Palatka Daily News , Legal Advertising St. Augustine Record , Legal Advertising P . O . Box 777 P . O . Box 1630 Palatka , FL 32178 St. Augustine , FL 32085 386-312-5200/ fax 386-312-5209 904-819-3436 SEMINOLE VOLUSIA Seminole Herald , Legal Advertising News Journal Corporation , Legal Advertising 300 North French Avenue P . O . Box 2831 Sanford , FL 32771 Daytona Beach , FL 32120-2831 407-323-9408 (386) 681 -2322 ? 011C - 4900001 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION APPLICANT &50=040w89CONSTRUCTION AGREEMENT MAINTENANCE OGC — 08110 Page 1 of 4 THIS CONSTRUCTION AGREEMENT (this "Agreement") is made and entered into by and between the State of Florida, Department of Transportation , 3400 West Commercial Blvd . Fort Lauderdale, FL. 33309 ( hereinafter referred to as the "DEPARTMENT") and Indian River County Board of County Commissioners 1801 27"' Street Vero Beach , Florida_ 32960 (hereinafter referred to as the "Construction Coordinator") . WITNESSETH : WHEREAS, the DEPARTMENT is authorized and required by Section 334.044( 13), Florida Statutes , to coordinate the planning, development, and operation of the State Highway System ; and WHEREAS, pursuant to Section 339.282, Florida Statutes, the DEPARTMENT may contract with a property owner to finance, construct, and improve public transportation facilities, and WHEREAS, the Construction Coordinator proposes to construct certain improvements to SR 60 Section 88060 Subsection from Begin MP 26 .872 to End MP Local Name SR 60 & 66 Avenue located in Indian River County County (hereinafter referred to as the "Project") ; and WHEREAS, the parties desire to enter into this Agreement for the Construction Coordinator to make improvements within the DEPARTMENT'S right of way to construct the Project, which will become the property of the Department upon acceptance of the work . NOW, THEREFORE, based on the premises above, and in consideration of the mutual covenants contained herein, the parties hereby agree that the construction of the Project shall proceed in accordance with the following terms and conditions : 1 . The recitals set forth above are specifically incorporated herein by reference and made a part of this Agreement. The Construction Coordinator is authorized , subject to the conditions set forth herein , to enter the DEPARTMENT'S right of way to perform all activities necessary for the construction of See attached exhibit A scope of services/special provisions . Z The Project shall be designed and constructed in accordance with the latest edition of the DEPARTMENT'S Standard Specifications for Road and Bridge Construction and DEPARTMENT Design Standards and Manual of Uniform Traffic Control Devices ("MUTCD"). The following guidelines shall apply as deemed appropriate by the DEPARTMENT : the DEPARTMENT Structures Design Manual, AASHTO Guide Specifications for the Design of Pedestrian Bridges, AASHTO LRFD Bridge Design Specifications, the DEPARTMENT Plans Preparation Manual ("PPM") Manual for Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (the "Florida Green Book") and the DEPARTMENT Traffic Engineering Manual . The Construction Coordinator will be required to submit any construction plans required by the DEPARTMENT for review and approval prior to any work being commenced . Should any changes to the plans be required during construction a Construction Coordinator shall be required to notify the DEPARTMENT of the changes and receive DEPARTMENT prior to the changes being constructed . The Construction Coordinator shall maintain the area of the project at all times and coordinate any work needs of the DEPARTMENT during construction of the project. 99P 2 8 2011 3 . The Construction Coordinator shall notify the DEPARTMENT a minimum of 48 hours before beginning construction within DEPARTMENT right of way. The Construction Coordinator siW6tTot0/ 4tf R"OgAENT should construction be suspended for more than 5 working days. 4. Pursuant to Section 7A 3 of the DEPARTMENT Standard Specifications, the Construction Coordinator is required to possess a general liability insurance naming the DEPARTMENT as an additional insured and insuring the DEPARTMENT and the Construction Coordinator against any and all claims for injury or damage to persons and property, and for the loss of life or property that may occur (directly or indirectly) by reason of the Construction Coordinator accessing DEPARTMENT right of way and the Construction Coordinator's performance of the Project. Such amount shall be carried in a minimum amount of not less than N/A and 00/100 Dollars ($ 0. 00 ) for bodily Injury or death to any one person or any number of persons in any one wccurrence, and not less than (V A and 00/100 Dollars ($ 0.00 ) )r property damage, or a combined coverage of not less than N/A n Dollars ($ 0 .00 0 MUC11110nully, the Construction Coordinator shall supply the DEPARTMENT ith a payment and performance bond in the amount of the estimated cost of construction, provided by a surety ithorized to do business in the State of Florida, payable to the DEPARTMENT . The bond and insurance shall remain in 'ect until completion of construction and acceptance by the DEPARTMENT . Prior to commencement of the Project and such other occasions as the DEPARTMENT may reasonably require, the Construction Coordinator shall provide the 850-040-89 MAINTENANCE OGC — 08N o Page 2 of 4 DEPARTMENT with certificates documenting that the required insurance coverage is in place and effective. If the Construction Coordinator is a local governmental entity they will be exempt from these requirements . 5. The Construction Coordinator shall be responsible for monitoring construction operations and the maintenance of traffic ("MOT") throughout the course of the project in accordance with the latest edition of the DEPARTMENT Standard Specifications, section 102. The Construction Coordinator is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of the DEPARTMENT Design Standards, Index 600 series . Any MOT plan developed by the Construction Coordinator that deviates from the DEPARTMENT Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the DEPARTMENT prior to implementation . 6. The Construction Coordinator shall be responsible for locating all existing utilities, both aerial and underground , and for ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility. 7. The Construction Coordinator will be responsible for obtaining all permits that may be required by other agencies or local governmental entities . Be It is hereby agreed by the parties that this Agreement creates a permissive use only and all improvements resulting from this agreement shall become the property of the DEPARTMENT. Neither the granting of the permission to use the DEPARTMENT right of way nor the placing of facilities upon the DEPARTMENT property shall operate to create or vest any property right to or in the Construction Coordinator, except as may otherwise be provided in separate agreements. The Construction Coordinator shall not acquire any right, title, interest or estate in DEPARTMENT right of way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement including , but not limited to, the Construction Coordinator's use, occupancy or possession of DEPARTMENT right of way. The parties agree that this Agreement does not, and shall not be construed to, grant credit for any future transportation concurrency requirements pursuant to chapter 163, Florida Statutes , 9. The Construction Coordinator shall perform all required testing associated with the design and construction of the project. Testing results shall be made available to the DEPARTMENT upon request. The DEPARTMENT shall have the right to perform its own independent testing during the course of the Project. 10. The Construction Coordinator shall exercise the rights granted herein and shall otherwise perform this Agreement in a good and workmanlike manner, with reasonable care, in accordance with the terms and provisions of this Agreement and all applicable federal, state, local, administrative, regulatory, safety and environmental laws, codes , rules , regulations, policies , procedures, guidelines, standards and permits, as the same may be constituted and amended from time to time, including, but not limited to, those of the DEPARTMENT, applicable Water Management District, Florida Department of Environmental Protection, Environmental Protection Agency, the Army Corps of Engineers, the United States Coast Guard and local governmental entities. 11 . If the DEPARTMENT determines a condition exists which threatens the public's safety, the DEPARTMENT may, at its discretion, cause construction operations to cease and immediately have any potential hazards removed from its right of way at the sole cost, expense, and effort of the Construction Coordinator. The Construction Coordinator shall bear all construction delay costs incurred by the DEPARTMENT. 12 . All work and construction shall be completed within 730 days of the date of the last signature affixed to this agreement. If construction is not completed within this time, the DEPARTMENT may make a claim on the bond . The DEPARTMENT may terminate this Agreement at any time, with or without cause and without DEPARTMENT liability to the Construction Coordinator, by providing sixty (60) days prior written notice of termination to the Construction Coordinator. 13. The Construction Coordinator shall be responsible to maintain and restore all features that might require relocation within the DEPARTMENT right of way. 14. The Construction Coordinator will be responsible for clean up or restoration required to correct any environmental or health hazards that may result from construction operations. 15. Upon completion of construction, the Construction Coordinator will be required to submit to the DEPARTMENT final as-built plans and an engineering certification that construction was completed in accordance to the plans. Prior to the termination of this Agreement, the Construction Coordinator shall remove its presence, including, but not limited to, all of the Construction Coordinator's property, machinery, and equipment from DEPARTMENT right of way and shall restore those portions of DEPARTMENT right of way disturbed or otherwise altered by the Project to substantially the same condition that existed immediately prior to the commencement of the Project. 16 . If the DEPARTMENT determines that the Project is not completed in accordance with the provisions of is Agreement, the DEPARTMENT shall e iver written notification o such to the Construction Coordinator. The Construction Coordinator shall have thirty (30) days from the date of receipt of the DEPARTMENT'S written notice, or such other time as the Construction Coordinator and the DEPARTMENT mutually agree to in writing, to complete the Project and provide the DEPARTMENT with written notice of the same (the "Notice of Completion"). If the Construction Coordinator fails to timely deliver the Notice of Completion , or if it is determined that the Project is not properly completed after receipt of the Notice of Completion, the DEPARTMENT, within its discretion may: 1 ) provide the Construction M=040-09 MAINTENANCE OGC — 06110 Page 3 of 4 Coordinator with written authorization granting such additional time as the DEPARTMENT deems appropriate to correct the deficiency(ies), or 2) correct the deficiency(ies) at the Construction Coordinator's sole cost and expense, without DEPARTMENT liability to the Construction Coordinator for any resulting loss or damage to property, including, but not limited to, machinery and equipment. If the DEPARTMENT elects to correct the deficiency(ies ), the DEPARTMENT shall provide the Construction Coordinator with an invoice for the costs incurred by the DEPARTMENT and the Construction Coordinator shall pay the invoice within thirty (30) days of the date of the invoice. 17. Nothing in this Agreement shall be deemed or otherwise interpreted as waiving the DEPARTMENT'S sovereign immunity protections, or as increasing the limits of liability as set forth in Section 768.28, Florida Statutes. The DEPARTMENT'S liability for breach of this Agreement is limited in amount and shall not exceed the limitations of liability for tort actions as set forth in Section 768.28(5), Florida Statutes . 18. All formal notices, proposed changes and determinations between the parties hereto and those required by this Agreement, including, but not limited to, changes to the notification addresses set forth below, shall be in writing and shall be sufficient if mailed by regular United States mail , postage prepaid , to the parties at the contact information listed below. 19. The Construction Coordinator shall not cause any liens or encumbrances to attach to any portion of DEPARTMENT right of way. 20 . This Agreement shall be governed by the laws of the State of Florida in terms of interpretation and performance. Venue for any and all actions arising out of or in any way related to the interpretation, validity, performance or breach of this Agreement shall lie exclusively in a state court of appropriate jurisdiction in Leon County, Florida . 21 . The Construction Coordinator may not assign , pledge or transfer any of the rights, duties and obligations provided in this Agreement without the prior written consent of the DEPARTMENT'S District Secretary or his/her designee . The DEPARTMENT has the sole discretion and authority to grant or deny proposed assignments, with or without cause. Nothing herein shall prevent the Construction Coordinator from delegating its duties hereunder, but such delegation shall not release the Construction Coordinator from its obligation to perform this Agreement. 22 . This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective successors and assigns . Nothing in this Agreement is intended to confer any rights, privileges, benefits, obligations or remedies upon any other person or entity except as expressly provided for herein . 23 . This instrument, together with the attached exhibits and documents made part hereof by reference, contain the entire agreement of the parties and no representations or promises have been made except those that are specifically set out in this Agreement. All prior and contemporaneous conversations, negotiations, possible and alleged agreements and representations, covenants, and warranties with respect to the subject matter of this Agreement, and any part hereof, are waived , merged herein and superseded hereby. 24. By their signature below, the parties hereby acknowledge the receipt, adequacy and sufficiency of consideration provided in this Agreement and forever waive the right to object to or otherwise challenge the same . 25. The failure of either party to insist on one or more occasions on the strict performance or compliance with any term or provision of this Agreement shall not be deemed a waiver or relinquished in the future of the enforcement thereof, and it shall continue in full force and effect unless waived or relinquished in writing by the party seeking to enforce the same. 26. No term or provision of this Agreement shall be interpreted for or against any party because that party or that party's legal representative drafted the provision . 27. If any section, paragraph, clause or provision of this Agreement is adjudged by a court, agency or authority of competent jurisdiction to be invalid , illegal or otherwise unenforceable, all remaining parts of this Agreement shall remain in full force and effect and the parties shall be bound thereby so long as principle purposes of this Agreement remain enforceable. 28. A modification or waiver of any of the provisions of this Agreement shall be effective only if made in writing and executed with the same formality as this Agreement. 29. The Construction Coordinator agrees to promptly indemnify, defend , save and hold harmless the DEPARTMENT and all of its officers , agents and employees from and pay all demands, claims , judgments, liabilities , damages , fines, fees, taxes, assessments, penalties , costs, expenses , attorneys' fees and suits of any nature or kind whatsoever caused by, or arising out of or related to the performance or breach of this Agreement by the Construction Coordinator, including , without limitation , performance of the Project within the DEPARTMENT'S right of way. The term "liabilities" shall specifically include , without limitation, any act, action, neglect or omission by the Construction Coordinator, its officers , agents , employees or representatives in any way pertaining to this Agreement, whether direct or Indirec , except a nei erIne onsruc ionoor ina or nor any of isofficers, agents, employees or representatives will be liable under this provision for damages arising out of injury or damages directly caused or resulting from the sole negligence, intentional or wrongful acts of the DEPARTMENT or any of its officers, agents or employees. The Construction Coordinator shall notify the DEPARTMENT in writing immediately upon becoming aware of such liabilities . The Construction Coordinator's inability to evaluate liability, or its evaluation of liability, shall not excuse performance of the provisions of this paragraph . The indemnities assumed by the Construction Coordinator shall survive termination of 660-04089 MAINTENANCE OGC — =10 Page 4 of 4 this Agreement. The insurance coverage and limits required in this Agreement may or may not be adequate to protect the DEPARTMENT and such insurance coverage shall not be deemed a limitation on the Construction Coordinator's liability under the indemnities granted to the DEPARTMENT in this Agreement. CONSTRUCTION COORDINATOR CONTACT INFORMATION Name Michael Nixon . PE Title Roadway Production Manager Office No. (772) 226-1986 Cell . Email mnixonaircgov.com Name Ariuna Weragoda PE Title Proiect Engineer Office No. (772)226-1931 Cell Email aweragodaCa)ircgov.com Mail Address 1801 271 ` Street Vero Beach Florida 32960 IN WITNESS WHEREOF, Construction Coordinator and the DEPARTMENT have executed this Agreement for the purposes herein expressed on the dates indicated below. CONSTRUCTION COORDINATOR DEPART EN OF TRAM ORTATION '�gCBy . /� -��t't (Signature) By: (Signature) BobSolari (Print Name) iSS. Maria Connolly, P. E . (Print Name) ,.• kco . • • • • • • . �a��.. District Maintenance Engineer Chair Board of County Commissioners (T; ,. ' • '••00 9�`•; (TiBe) September 6 , 2011 ) °� t a �{ � a01 (Date) Le��teview: APPROVED AS TO FO f'' . , d WA ''� , t AND LEGAL SUF IE ° '' ^ f %� ; "�.0` ��a WILLIAM K . DE9RAAL DEPUTY COUNTY ATTORNEY EXHIBIT A I. SCOPE OF SERVICES The intersection of SR 60 and 66 Avenue will be widened to provide for dual left turn lanes on the north approach and a single left and right turn lane on the south approach. The proposed idening of the roadway, the construction of curb and gutter and scope of work includes the w concrete sidewalk, and modifications to the existing traffic signal. H. PROJECT PLANS The Construction Coordinator is authorized to install the Project in accordance with the attached plans prepared by ARCADIS US and dated 05/16/2011 . Any revisions must be approved by the DEPARTMENT in writing. III. SPECIAL PROVISIONS FOR CONSTRUCTION Construction Coordinator shall utilize the U.S. Department of Homeland Security's E Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of, 1 . all persons employed by the Construction Coordinator during the term of the Contract to perform employment duties within Florida, and 2v all persons, including subcontractors, assigned by the Construction Coordinator to perform work pursuant to the contract with the Department. During construction, highest priority should be given insuring pedestrian safety. If permission is granted to temporarily close a sidewalk, it is done so with the express condition that it will be re-opened as quickly as possible. Please be aware that a Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site (TTMS) may exist within the vicinity of your proposed work. It is the responsibility of the Construction Coordinator to locate and avoid damage to these. sites . If a PTMS or TTMS is encountered during construction, the Planning and Environmental Management Office (PL&EM) must be contacted immediately at 954-7774601 . The D . O .T. right-o&way cannot be utilized for on-site construction. RECEIVED SEP 2 81 2011 DIST. IV - PERMITS The D. O.T. roadway, sidewalk, etc. must not be disturbed until the off-site improvements shown on the Construction Agreement are ready to be constructed. This construction should be completed as soon as possible so as to minimize disruption within the R/W. This Construction Agreement is valid only for work proposed within the D .O .T. right-of- way. Contact Mr. Everal Foster at (772) 299- 1554 to schedule a pre-construction conference. Certification acceptance and final approval is contingent upon conformity of all work done according to this Construction Agreement. Maintenance of Traffic (MOT) lane closures on the state road system occurring during peak hours (7 : 00-9 :00 AM or 4: 00-6 : 00 PM) and/or lasting over twenty-four hours must comply with the lane closure analysis as outlined in the Plans Preparation Manual, Volume 1 , Chapter 10. 12 .7 . All lane closures occurring on an interstate or limited access facility, regardless of time of day or duration, must comply with the lane closure analysis in the Plans Preparation Manual, Volume 1 , Chapter 10 . 12.7 . The Construction Coordinator shall implement best management practices for erosion and pollution control to . prevent violation of state water quality standards . The Construction Coordinator shall be responsible for the correction of any erosion, shoaling, or water quality problems that result from the construction or operation of the surface water management system@ be on the job site at all times during the construction of A copy of this permit and plan will this facility. Construction Coordinator is cautioned that utilities may be located within the construction area. Validity of this permit is contingent upon Construction Coordinator obtaining necessary Construction Agreement from all other agencies involved. Before beginning any work, the signal maintaining agency must be notified to establish the location of any signal loops, wires, system communications, etc. In the event that a Florida Department of Transportation (FDOT) light pole has to be relocated, the Construction Coordinator is required to identify and coordinate with the maintaining agency prior to commencement of construction. Prior to Final Acceptance, FDOT and the maintaining agency of the light pole will be required to sign off on the final inspection. Give Special attention to MOT note instructing that the local media shall be contacted a week prior to any lane closures on the state road system if it will occur during peak hours or over the span of more than one day. Contact Barbara Kelleher, FDOT Public Information Office at 954-777-4090 for guidance on who to contact. Provide a copy of the press release to : L_ - Florida Department of Transportation Public Information Office 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309 IV. MODIFICATIONS TO BASIC AGREEMENT The following section shall be modified as indicated below A. Section 12: The DEPARMENT and Indian River County, City Manager of the CONSTRUCTION COORDINATOR may extend the completion date, if mutually agreed to in writing. B. Section 17 : The following shallbe added: Nothing in this agreement shall be interpreted as waiving the CONSTRUCTION COORDINATOR' S sovereign immunity protection as set forth in Section 768.28, Florida Statutes. 4 `{ DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 1002 WEST 23p' STREET, SUITE 350 PANAMA CITY, FLORIDA 32405 REPLY TO ATTENTION OF North Permits Branch October 3 , 2012 Cocoa Section SAJ -2007-05581 (NW-TSD) Indian River County C/o Mr. Arjuna Weragoda 1801 27th Street, Building A Vero Beach, Florida 32960-3365 Dear Mr. Weragoda: Your request for a Department of the Army permit was received on October 1 , 2012, has been assigned number SAJ-2007-05581 (NW-TSD) . A review of the information and drawings provided shows the proposed work is to reauthorize an expired permit since the work that was previously authorized has not been completed. The proposed work is discharge clean fill into 0 . 69 acres of surface waters for the installation of interlocking concrete block revetment for canal stabilization with the Indian River Farms Water Control District (IRFWCD) Lateral A Canal . The project is located in five areas off of 66`h Avenue in association with new bridge installations over the IRFWCD Lateral A Canal . The projects are located off of the east side of 66th Avenue , at 33rd, 37`" , 45th, 49`h and 53 " Streets, in Vero Beach, in Sections 17 , 20, 29, and 32 Township 32 South, Range 39 East, Indian River County, Florida. Your project, as depicted on the enclosed exhibits , is authorized by Nationwide Permit (NWP) Number 13 & 41 . In addition, project specific conditions have been enclosed . This verification is valid until October 3 , 2014 . The bridge portions of your project as proposed will not require a Department of the Army permit in accordance with Section 10 of the Rivers and Harbors Act of 1899 as it is considered a bridge and, therefore, is under the regulatory jurisdiction of the U .S . Coast Guard . Provided the work is done in accordance with the enclosed drawings, Department of the Army authorization will not be required for the bridges over the IRFWCD Lateral A Canal . Please access the U . S . Army Corps of Engineers' (Corps) Jacksonville District's Regulatory webpage to access web links to view the Final Nationwide Permits, Federal Register Vol . 77 , dated February 21 , 2012, specifically pages 10270 — 10290 , the Corrections to the Final Nationwide Permits, Federal Register 77 , March 19, 2012 , and the List of Regional Conditions. The website address is as follows . httn •//www sai .usace .army :mii%Divisions%Regulatory/sourcebook.htm. I . FPlease be aware this web address is case sensitive and should be entered as it appears above . Once there you will need to click on "Nationwide Permits . " These files contain the description of the Nationwide Permit authorization, the Nationwide Permit general conditions, and the regional conditions , which apply specifically to this verification for NWP 13 & 41 . Enclosed is a list of the six General Conditions, which apply to all Department of the Army authorizations . You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit, a separate application or re-verification may be required. The following special conditions are included with this verification : 1 . Reporting Address : All reports, documentation and correspondence required by the conditions of this permit shall be submitted to the following address : U . S . Army Corps of Engineers, Regulatory Division, Enforcement Section, P . O . Box 4970, Jacksonville, FL 32232 . The Permittee shall reference this permit number, SAJ-2007-05581 (NW-TSD) , on all submittals. 2 . Commencement Notification : Within 10 days from the date of initiating the authorized work, the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3 . Completion Notification : Within 60 days of completion of the work authorized, the attached " Self-Certification Statement of Compliance" must be completed and submitted to the U . S . Army Corps of Engineers . Mail the completed form to the U . S . Army Corps of Engineers, Regulatory Division, Enforcement Section, P .O . Box 4970 , Jacksonville, FL 32232 . 4 . Cultural Resources/Historic Properties : a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRNP . b . If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to : pottery, modified shell , flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement) , the Permittee shall immediately stop all work in the vicinity and notify the Corps . The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions . c. A cultural resources assessment may be required of the permit area, if deemed necessary by the SHPO , THPO(s) , or Corps, in accordance with 36 CFR 800 or 33 CFR 325 , Appendix C ( 5 ) . Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325 . 7. Such activity shall not resume on non- federal lands without written authorization from the SHPO and the Corps . d. In the unlikely event that unmarked human remains are identified on non-federal lands , they will be treated in accordance with Section 872 .05 Florida Statutes . All work in the vicinity shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist. The Corps shall then notify the appropriate SHPO and THPO(s) . Based , on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325 .7 . Such activity shall not resume without written authorization from the State Archeologist, SHPO and the Corps . e. In the unlikely event that human remains are encountered on federal or tribal lands , or in situations where Archaeological Resources Protection Act of 1979, or Native American Graves Protection Repatriation Act of 1990 applies, all work in the vicinity shall immediately cease and the Permittee immediately notify the Corps. The Corps shall then notify the appropriate THPO(s) and SHPO . Based, on the circumstances of the discovery , equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325 . 7 . After such notification, project activities on federal lands shall not resume without written authorization from the Corps, and/or appropriate THPO(s) , SHPO , and federal manager. After such notification, project activities on tribal lands shall not resume without written authorization from the appropriate THPO(s) and the Corps . 5 . Turbidity/Erosion Control : Best management practices for turbidity/erosion control shall be used when performing any activity authorized in this permit. The permittee agrees that all wetland areas and surface waters outside of the specific limits of construction authorized in this permit must be protected from erosion, siltation, scouring or excess turbidity and dewatering. 6 . Eastern Indigo Snake Protection Measures : The Permittee shall comply with U . S . Fish and Wildlife Service's " Standard Protection Measures for the Eastern Indigo Snake" dated February 12, 2004 and provided in Attachment 2 of this permit. 7 . Regulatory Agency Changes : Should any other regulatory agency require changes to the work authorized or obligated by this permit, the Permittee is advised that a modification to this permit instrument is required prior to initiation of those changes . It is the Permittee' s responsibility to request a modification of this permit from the Cocoa Regulatory Office . This letter of authorization does not obviate the necessity to obtain any other Federal , State, or local permits , which may be required . Prior to the initiation of any construction, projects qualifying for this Nationwide permit must qualify for an exemption under section 403 . 813 ( 1 ) , F. S . or 373 .406 , F . S . , or otherwise be authorized by the applicable permit required under Part IV of Chapter 373 , F . S . , by the Department of Environmental Protection, a water management district under section 373 .069, F . S . , or a local government with delegated authority under section 373 .441 , F . S . , and receive Water Quality Certification (WQC) and applicable Coastal Zone Consistency Concurrence (CZCC) or waiver thereto, as well as any authorizations required for the use of state- owned submerged lands under Chapter 253 , F . S . , and, as applicable, Chapter 258 , F . S . You should check State-permitting requirements with the Florida Department of Environmental Protection or the appropriate water management district. This letter of authorization does not include conditions that would prevent the ` take ' of a state listed fish or wildlife species . These species are protected under sec . 379 . 411 , Florida Statutes, and listed under Rule 68A-27 , Florida Administrative Code. With regard to fish and wildlife species designated as species of special concern or threatened by the State of Florida, you are responsible for coordinating directly with the Florida Fish and Wildlife Conservation Commission (FWC) . You can visit the FWC license and permitting webpage (httn'//www .m c. com/lictilse/Wildlifeo for more information, including a list of those fish and wildlife species designated as species of special concern or threatened . The Florida Natural Areas Inventory (b= ://www. fhai .otgl' ) also maintains updated lists, by county, of documented occurrences of those species . This letter does not give absolute Federal authority to perform the work as specified on your application . The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program . You should contact your local office that issues building permits to determine if your site is located in a flood-prone area, and if you must comply with the local building requirements mandated by the National Flood Insurance Program . If you are unable to access the internet or require a hardcopy of any of the conditions , limitations, or expiration date for the above referenced NWP, please contact Tamy Dabu by telephone at 321 - 504-3771 extension 11 . Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to take a few minutes to visit the following link and complete our automated Customer Service Survey . http • //per2 nwn usace.. army.mil/surv,ey :html' Your input is appreciated — favorable or otherwise . Sincerely, --. Tamy Dabu Project Manager Enclosures Copy Fumished : CESAJ-RD-PE (via E-mail) GENERAL CONDITIONS 33 CFR PART 320-330 PUBLISHED FEDERAL REGISTER DATED 13 NOVEMBER 1986 1 . The time limit for completing the work authorized ends on October 3 . 2014 . If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached . 2 . You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity , although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3 . If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found . We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort of if the site is eligible for listing in the National Register of Historic Places . 4 . If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization . 5 . 61f a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions . 6 . You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. SELF- CERTIFICATION STATEMENT OF COMPLIANCE Permit Number : NW- 13 , 41 Application Number : SAJ- 2007 - 05581 Permittee ' s Name & Address ( please print or type ) : Telephone Number - Location of the Work . Date Work Started : Date Work Completed : Description of the Work ( e . g . , bank stabilization , residential or commercial filling , docks , dredging , etc . ) : Acreage or Square Feet of Impacts to Waters of the United States . Describe Mitigation completed ( if applicable ) : Describe any Deviations from Permit ( attach drawing ( s ) depicting the deviations ) : I certify that all work , and mitigation ( if applicable ) was done in accordance with the limitations and conditions as described in the . permit . Any deviations as described above are depicted on the attached drawing ( s ) . Signature of Permittee Date Mail this completed form to the U . S ._ Army Corps of Engineers , Regulatory Division , Special Projects & Enforcement Section , Post Office Box 4970 , Jacksonville , Florida 32232 - 0019 . DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER : SAJ- 2007 - 05581 ( NW- TSD ) When the structures or work authorized by this permit are still in existence at the time the property is transferred , the terms and conditions of this . permit will continue to be binding on the new owner ( s ) of the property . Although the constructionperiod for works authorized by Department of the Army permits is finite , the permit itself , with its limitations , does not expire . To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions , have the transferee sign and date below and mail to the U . S . Army Corps of Engineers , Enforcement Branch , Post Office Box 4970 , Jacksonville , FL `32232 - 0019 . ( TRANSFEREE - SIGNATURE ) ( SUBDIVISION ) {DATE ) ( LOT ) ( BLOCK ) ( STREET ADDRESS ) (NAME - PRINTED ) ( MAILING ADDRESS ) ( CITY , STATE , ZIP CODE ) ( Telephone number ) ( Fax number ) AN e ' .. NxIAW AN AN A INN", IV A fA NetSAN, a AN AINAI a- 6ell VAN�IN V�A k 4k If Vj�ANY It A A 'fiw.. 2 `'AN A Az ��N V. A VAN t ao le AN A I # l1 INN NkIlAIIN ' IV WANT V1`4H AAN A IrA AN AN fell "I , All �* INV f AI Alfk%t ANN - k Nk"Ne "All AN I ANN AN— s b q SIN AN ' Idg55An A If 4yIV III I AN, IN ANN tg t + AN3 � aAll I ' ll I 6i GI tk VIA L ell ;AY I 1 .dad f k5 % 1Y. d A yAt 2 A, IV A ALAN -iiaAN Si S 91 # y. J4 _ AN we A AN iH R 9 �% V1 _ j X42 J` ;'+ . A AN # s — . 1 ( 1 1 g ; j o - j � ;I A INN aa: a If INA ANN ♦jam' ANAN i aa . �e®Cedsc^L"avi s E t , Na a, . � . VAN • s ` t f I I I '.mom j W � 4 I . q A, • SCJ _ . + �..�� �i IF 'tom ,( a :., ,' g � •. .3 .'' T ^' f .(yOF PW { : 44 IF IF I a ��1 r ! ii - ! y IF Lu � a � � — ,a a o a I ; I m 6 r I � N ti 4 IE 13 4 C y IF fr n. .y; _ '°' t :� �' .� •; _.-y IF ' va 1 �� r4 IF IF i., N 51 k t.1 .. Q . c, ny t 4i 11 `) ' TS tiW FXv "IFj9j. r . . ' is IF It 3i t 1 z i' fly I N t L TV VIA IF FI ���` I( teyl �ai� 'iriPf" ��1 '' ,�i.' � } {i: N ,vaa, v, t � . 17 cit s n' i , ! 1. �_ , _ _ VVV r ng - - - - - y t "ta. : t7X6 7 r sitA; '�r v rs� — � ir3 s 3 .» c g Xol . It rr - ' _. . ; Fm �t „y n� zp Q . ..f f 1 r IF.111 IF. rr ih _. Al IF rr a� �� . ,. �� A " y, R4 - :Y•.+ ' 7 II tl�S d1Q .QZ 'dONd Y I : ! Fx :� t: f y 3 _, ... . { For I � ., i .. ._ g j ;� — I G c oozle " FIV oola: .IF � y 6 { ' W NZIO j � ` I 0 0 ri• . , , i _ IF r En to _ . . _ w,_..... . ..__ _ .... �. _. k a Q .. ' f , f r IF IF IF y-' ==� 'VV VV y ~ II Vol _ .. ' - i AV)1(� IYO'^) � NM w d /ry KiHY1 WIytF •T:'l! • tN! 'fl 9q U . S . Army Corps of Engineers Permit # SAL 007 -05581 W-TSD Date : 10/03/2012 Drawing _ 3 of 15 ; .#. ; Attachment 1 1 rwf; era `NO 3LVI F NO �. H NO, _x yr r55 t ;. ` �'� _ I aI a_-_ } yy, 0f X I -. y a �/b tyt' :w:G4Ct Sc ;Zi;�# rC� 1f3 t'+�'T � r fin C1,r/ ;• i s . . • : r 17F S>tr Y kI SJ : -....... - - . % E C. 1110 .1.1 1W =iu .: i 4BRIDGE ELEVA1T ix ��t ,h r?w CaWVR)Ch,i h; A � Sole: r = r s', rr �E MO ' : NCVISIDN DATE 8V _ a ? NG*E r Proposed Concrete Bridge fo) 01 Pub/le Works D v ` at 33rd - . 1 ; ' aw x my . V �, f { £nylnee�iny Dlv/s/on o. tl )n� 5rfifth Avenue' + > ew p r i . a t. ea r s l A ' Ci ri hili: .�.. r. ss.w wa Na F. . . r : Ptd4h1 vao.acr, lndlan KfvCr C` owytx- . r 'll k4 S a � i .let #' IN NIN .4 p fp k. ?wi y IN I }NO INN IN .. .� � } 'd�.' -•t dew 11 NIL i -;k 1 V E goe. IN NINf 'tsg is - ' jIN S �.., fi— y u't �ify3 '4 iINN S S Y s10 NIL i7w I IN I INN IN 1 'A II I IN 11 � , C0 IN pI IN, r t' 4IN +a"!'` -' S=ems A ,§IIN I0 IN '4 0 Off N I .�- C I I I AN IN Tom' N4 1 _ V If 1 �pIN 13 IN S "INN IN " Af NIn% 4 �e4A' Y.c_ INI p Ne. d4 I rrr y oa I04 IN IN IN A T4 7 } i4 J 3 Ifpd r- NRWxf, c d INN IN, I NI �'za Ss ea ,roti a _e, e Afa�f`sofn >z H i r; County . a 11 1 i � . DIN fly Ito NIP w + v y -' r •+ , .. „ _. I r h ..... 1.16 111 : & r: 1 D3 ? � M r� tea. IJ "No fAtm ; . eII, to cj r i m ? IE fix: !M, G V t ( � VP ctt r owl IN v ^ x coo t all C) INN 41 I r ; u . ` i NJ' , . " 1 c v ih* JXJ . . T 1 !] N CL . .:.: .M,.. " .. CI W NI- IN AZ .r � - Lo 1VpIV� tl II � IMAMt �":� . � i T✓N31Y1 r o 6£ d S. O For- III —"� .r�"` �• -ryas txk't� Ur�tt ( IAS dID �' �,"�a � i' � �c,-'v, � �• �i - - - - - - - +� ' . ._ . .: _—. .. . .. .._ • IW . fYit•l, 0,11 dAMINI lb C NNO � � i W 8A1 38 k3h 41lit • ' HM d/0 Z d0 d _ F ca WN ! �� • 00 00 k^ - O N pltf (1k__ O N z J !I I R V . e bD 140001 ? I 4k : I r C I i j LI %i '' > e < OWN, . .. . Wt /F'4'i. 4!ne> e +:rortwr e4•+ u r/f ru•ml •merlsenrot:a i U . S . Army Corps of Engineers Permit # SAJ-2007-05581 (NW -TSD) Date: 10/03/2012 Drawing 6 of 15 �_.:_ _. —• - ... Attachment l InICe Ins �c !r.- J_ CL I I t I C' ivJ 'EtJi' 4 —� tt? Ap ?7 rs „ S rk* u i J APPROACH S A.B . ,FF FflA. I4A* f �5 r —__ .nnlli' _ _ � n : I In " 7 MIVMVVA IV POW AIC+ExX-j. . _ ..c i'c'y MT In . all e - In o ieI DFS,4;h FAA+kL SC.. . rt?.L — in -- - - - — — i —_�. f� „A c ;ra R SJ NDR f Hni&f . sr r ; f c ,f ±iltr In A.rCiY >* _ BRIDGE EL in Rh �� js A Scale: L � , 7"' Vigo `. : 1 v ".t.ri i [kyNO j: REVISION OwTc 8Y or c wx N•i Irf}_ ti0l[Cf� �. N ASS 7[ . Ips _ I .""., > own - «.a Proposed Concrete Bridge iW- may f Mown- OsoorAmenJ o/ Pub/ic warks R z: - ,�.. s th Avenue at 37th St� :� et` ,, . M n ..rv.r �• -•_�._ .�.. _ {.^ �'• `'' g/ne6rfng Dlrlr/on oe cry, �.ii•, zT . a c: Pr-aI If & V �c ' ' „ ? < c � �m.d ' . �. En t 5 _ .N.. ...� tA' _ _ � -. e .. ,E. >��«„ - - :a. .._ ....._. ..._..._, ._ Ind isii i'tivcl- County , k'C,yri x . i .�L Vo of ` t0 �. UP . . A IV AN €� 11 IF A r§ Awjv t h .r I '§ .c'. 4 e. - 6A 11 VAN, � 'nF p+ M 11 1 A e�° `Jr` N qA In A AN 77Y b d P e �, 4 ..r ANN Gi- P 4 6 ST s� `� AN I 'Ve Fellow eye 1, Feel �ntA4An FAV z ' rj y P . V � p .� € �$ ` A - �� S hai*. SYA `bFf+ x A ANN A aiRu eVAI �s P FIN ` ANN A pler, VV A —r A FA AN A1 A FW " . . slen A 5a 11 Tpp4 i' ? ; a jansT : , . wNe, A An . � - ,ev . � .. masam . : e:3, aer5 tci ., , ,. , �o � .. -. e , �. kt� mois` ii VAN �,„ � . M a rr ®t FAA �veva,re ProposvU Concrete Bridge for OVAA, A � 'rte / y / m �* r i : ma MEN 0 AID 41 11 1111 Mad uj \ ` r _0 [ ..,. �I N j x ca . r 4 ; 4 4 akin (F . . 0 MEN J�— - �i�y� S '�•a'•t // ('x'1 .4' ( : I � ..... o <- MORE ` MENc•+ : r { mEZVI ( ' 0 WEI v :J 11NI CLINMarlfr Ty ; • cy •+,� S� ,� _ ti 4, 5n 5' y 3e .z 11 Q.) sS2 14 Z .76: �' y. I 4 G x I � � ; . - S { !- t til ° rr- ;. tl i {{ tSAP Ame CEO7 j .r ;� . ,, 7 c 1 ' ^ `4,I ::. ) , ' � � a 0.al G7 CrmFEE l jMEN ANINNNN fR� . 47 �+.�al' . its?✓ �,�_ :. � """.� � + . F '.� � j�v. $ h � NEW — I ?r w r {5S r� I - •,T (ac 1tt. � •, i rIMEIIn ME t l J pf i MINI is C �b All d r .. . . _. 3 kNlz MEN , rte."°, •. tl IV,NVO .tl. 1W3tV1 o- l _ I h �. , .h razarv� �O �a xe ( L ` ' 'L h � � Il, le — O �I t ari ~ % RAJ J if .. .. _ _ .. .. - . . _._ fes .. _ . . . ,s • _ , . I - e � ' S � t W ._:. �. PF rd LLL NMI Mm� _ _ E" CL ao 'MENNENMar I! ,. a P, , { ,t� 'i " d , ItQL f i : .w. ... . ...ME .}e_, . . _ . ,.�, _ - � i ..._ r i - k . . _ } nav�uari 4 i 3 _ _. ... _ I , I Eli y1 ME, ! i . y NOON { , 4.4 -� I i y o \ ILI L Go CD , 5 to ` ._ t` Ill—NNI ' , All 'JN 6're X 30 Ir:, 0AAd 1 ! i - ............. ! 111 4 � 4 +s[3':Md-s-rlt++vrwar •w +W.a wr xn• yr+wur�samit - [m tt �s'xio U . S . Army Corps of Engineers Permit # SAJ-2007-05581 (NW-TSD) Date : 10/03 /2012 Drawing 9 of 15 i 1 ..... Attachment 1 x AN, lilt trvA ti tid i END Kv -r 15 ) A;. ht6 i'S , tJ 1 rFFFF- IG 41d / _ x..d'..n : ..: SqAAPPR&AC1! Si sV 'r rZ Afr ' ftJ 9.12 fG'wi - -- _ _. 444 r ' 4aqpFFF - i , j 3 �FEW, q2 j 3 _ C/±b? a Ik,IJ x ;r � E�dz' :� eAr _aa , �_ iF .� �.rs7Rlu q Scale: 1' g �AF A Q RSv <±'4F NO. NEWS,ON OATE @T "e AS rsn,?Ef ♦ .rc)- `+ j ! j . ♦ p _ pSGS¢( q� f 7'O�OSP- d Concrete 11dFjC IOla no ixt — DeparfmOn/ ofPub/!cWortrsPG6l AvellU e c bit H 4 5th T, Auslon o. ., pr, ) S "i over I .a t:P 'e • r;a T " A " C`„r 'i,,,Sii... < 1 . ' : ! , 9ihlG _ w.. r..: Indian tiiver County U5-Ut OM 1 . 1 IN INm 'eeeb % %1 11f J :E� �dn Ind: p t • • • x• aAnin '$ " c1� x ,n A.Intpr An lvrdd� I �, x s $ y3 -dw " s I ,.a . .+v+fl, I-A, Innh d t Ct F ., �y ' 3V, 5ryAd r .L `{. + ` E ${( Aawa Mee , I An ,{p. �� t�v Ii 12"rp � �71 a-' A, A /$" A (,r, t ' k . . _ ; W � AN . r EAnn 1 An nee ems; y3R,D, F l - a, �. ANII eeeGia tE �� ' A 5AAlle , led (j( All I AN ter n E { InAnd,An I s. a+ . x - -?,4 ilk,k.9 t1 � , . ✓. o . �. Er• iso s i �. _ a4..8iY�.��IF, 11 it `IN P v wdoom aaa �..: Now ON if if ~ +'� '.� ,a , _ ... - . . ,.' Ne , A i r Y � NINO If FOR "N40% iIltl. 5: ` '` CO '> .IN, fIfit i IF LU iNot NEED Y--6 m aft I+ ow IN IF of foA if ,,,..I II u c ctr o-a' i Foof 1 G to zz 3rw � j i to CMINI r 00 iWT IF IF r Fr r No r FFIF No,AAArolZI INu Foe NN I PROF NN / ire i . • _ _ "^.a -- pp ( is a if 1 r4 A `, } a No AL No 6 < � µ ' y r _ � \ c + IF _ . _ . . . . zr'X i1''n1i��" pp � N Noma _.._ ....Foo __... . It t+ xxaer 911 _IF ._ ... Ir _ } ` ! JjR. fvlF 1 lr � r {' X(tttir�i ,aJ SSC"� �� . . . IF mov . 1 . o4 ° e e z i IF* Yp 4 IF I'm 46-11+ .1114 I.I.IFFIF "I IF e sof y6 + a a2r _.. ,�.. .._ ;F4,` 4 ' __. __ .: . IF �r aln gra. eNINA& �+ 703 sAk Ti4 hl 8 1>I�tf f i moi ' / ! -- -� — For �' . r r . A .1't �� `� ` .w NO + ! f n o INN 4 1 wM d1Q AL •coda 3' h. '� I �',,_`. ._.__..,.. ti 4: i► — __ a r kik - .- _._ - _ , � . 3 ff dnnaNo.Noo> o� � , _ . 2 ! ,._..� 111% 14,1 ;H �. -lF __ . .... _ _� _ .... .. o0 �� . ir , s WIN 1 I w06 N � Fooff"Noo AFF, o y N ....,. _ x ._. _ ...I f x : , 1WNNI _ P FoFFoo,F ! I 1 — .. .._ _. � 04 4 j v (tiM/.HC 1 M�.� a ✓IP �. b WI RItP ill1W�-506!1$ �Ml l! - [10[. Yli�a Nq ILI— IF U . S . Army Corps of Engineers ma (v� IFFe.A Permit # SAJ-2007-05581 (1VW-TSD) Date . 10/03/20I2 Drawing 12 of 15 ~' 1 VI r IZ3 I Attachment I ' Iq 1 END SENT NO 1 I h PENT yrs — 5 �7IF Ja 1 �STb X28 . PIt +.7!-iSh, _.. Fri IF IF �. '�` wa _ NCO S 17 MA .. - C . / ._.._-__...__ ._.. 0 tMrJ 1 O } a B . . • . YS14/Ir�.YA �'Y{�RA��,t • -. Afi•:Ct LY - , 7fiU Lo-•„, cl i ' .. bvflv�t{ I -/- iF ���� � :l1 � 11//j Nx� eNCE __. -.. IF u51 LO ,WARN � Si r � zlzi -v Jufm I vsrn7cx; A BRIDGE EL Scale: :j o f as r = SW MO. PEv141ON DAVE T'.. seew A5 NOTED ��. . dy Co 1 ' f ........ <....., Piropuyed Concrete . Brld a fisc. 1 De fitment of Pub& Works -• frB /I .• e "'` 66th Avenue at, /19th r� t' Eng/neeNng D!r!s/on ,,,.: os„ �ilz � .,.�.l rot .:A .Le- ra'I A ” IF -�- li1diaa Rim=s ;- Coaan [ y- ,00 �ft b 'l,o ♦ ' - U�i fii11 t 41 le g x 3 � Uk • • s 'NNrk 3led pt �� fk 44, b' S' �1 �I kkka ,� { t fttp f _ 1 v. i t raw. r' v. = � rZr I I OA ell p ' • . . . > > s 4 . : w .. so : za.se a r>^ v ii M. c . z• ; ao s t yy ear �.c�tr�r I ` � t .s ( f t i �t to ,- - ( i 5 fats l�f : r�r 19 `:='w! �q x u l/ L�X JL 'AdYCfj *VMzk :'�". '! .A`1 .lhY I rh n.J i ``=. -RI j I rw+a nd zi 'doad i ....._... .._ . f _ b, -- ! ! _ 00 I to ,e t .. K , 4tcl lie, 44 IN to t ' it 53rd AV lk it N + 3 f t ! i — _ � —IT— it e ! r 3 ' t 1 77- 9999999 x � . . 30 i N I * i / ♦ / rr JfrfYrri Ck, rt ,t zsn ,. tx> t _ . . -- - i I - . i . . P " .w YYM d10 . ..: : .. . . ,,• _.. '� '! � ` +'` # Af�'�+IS'ffl+yAJ'� Y v 10 U' P rvSF' rJ k £gq �y — s • aea I " c^( 17 M2 S f7: 39 E 1A t C;V;W sxy a Of _ ` _.:.... ._ ._. fy » w r a t' O9T ' iy€ �v£ S it7, T 32 r t c _ __ _ - , .LLJ �IQ`/PF" 10 .t.t .n'� P ._..._. _ a I fPSI idi , h1J , jf I t ✓ i 1 — .. .- r P ii X �. CANAL At,9 +�ads rf�t, RE 3i'� �`. t k_ �, i lot, a .. rto BRIDGE P s r z{, If�Niti NO. PEVISIPJN DA 6 - 8V tea' _t WJTfp .no+ n: to y V=RTr SGiLE 7� ti !1 r354.pRRS.::NlF� Proposed C,ai c rNi.e ');irid,r�w. 1 9 �* ` De rJmsnJ of Pub!!c Woilrs P,. yt fi I r� p 66th Avenue. al a3jCi '�, reef -- ovaar 7 . rats� r +� l ' A +� � neal � : > HI ,l T7 - 00 0 f!N! '.9Mt Mat ate`_` V . S . Army Corps Engineers Indian liiver County- . ' -ly¢ a , — > . p of {, "` Permit 10/03 /2012 rmit # SAJ*w20 ,v 5581 (NW-TSD �°�✓ `� '�C? NAl- `til Drawing 14 of 15 9 1 M f{fir l l i 1110 . Attachment I U . S . Army Corps of Engineers Permit # SA1 -2007-05581 (NW-TSD) Date : 10/03/2012 ILI I I k .. .__,. Drawing 15 of 15 a ' Attachment l ts Its Ni . 3I i 8 1� NT L all ' 1 - - — £ A�e�S..A„ra dt? $ A,. 't r ni'u4'"lr.' CA3 ZNIILI e y.;��p2 d 2ftR lr. AND dd LL IV , e L . r — — L t % I I ..I I - — ' �. £ „ _ d 'fiRLE �� �r 1 `4t 5T r , fitiAL pp ad . oI _ 'Imv7 , ILI 4 ' �{ t�1R ILot INriIJ �z. rGkr. :i T - do a 1! 1d6G'C`»Y'9c 7 Af.4` ; ' ILL L4fLy. Jc 7R IJ- •_ t vFir 3h /d Ai .7 s( cyAr (xr c� ' '12' BRIDGE EL ' rG �1} • ` ILL, ?'f' rL_ :,ll. r -3tt s7 :g A..N .:ir7� „ C +S7Y.xc'Tr'v+i A /1 Scale:S�oddddd AL) 1 — S'-0" (YEcow R 40 00 j r .1 Y ttFy -cYT1s NO AEWSION ". DKtC M � ] Y AS NESF,,Z.A or[ > y�e ` JL S , . ,:8&266 otsx:» assocuiS - .. � +.i X31 a� - ,�Propo:srd Conc re to [irid �*e for - w 1 it ftarfmsnf of Public Woofs � "° �j � 11 Avenue at 53rd �)' �'� l+di . —� — _ _ ..: fng/nse�ng Division G A ,.-_ . ....- . _ flood 1 ' .;r_f[ e•� vear 7 ra t . P rPat A Car •ac;c a w s .: . � .___.. - • �•: lrr di an Fovea'. .t_ o-.unty . F--1�c.� - Sl - wy I all Wooed I I its _J Attachmeni 1 Page STANDARD PROTECTION MEASURES FOR THE EASTERN INDIGO SNAKE 1 . An eastern indigo snake protection/education plan shall be developed by the applicant or requestor for all construction personnel to follow. The plan shall be provided to the Service for review and approval at least 30 days prior to any clearing activities. The educational materials for the plan may consist of a combination of posters, videos, pamphlets, and lectures (e. g. , an observer trained to identify eastern indigo snakes could use the protection/education plan to instruct construction personnel before any clearing activities occur) . Informational signs should be posted throughout the construction site and along any proposed access road to contain the following information : aw a description of the eastern indigo snake, its habits, and protection under Federal Law; be instructions not to injure, harm, harass or kill this species; co directions to cease clearing activities and allow the eastern indigo snake sufficient time to move away from the site on its own before resuming clearing; and, do telephone numbers of pertinent agencies to be contacted if a dead eastein. indigo snake is encountered. The dead specimen should be thoroughly soaked in water and then frozen . 2 . If not currently authorized through an Incidental Take Statement in association with a Biological Opinion, only individuals who have been either authorized by a section 10(a)( 1 )(A) permit issued by the Service, or by the State of Florida through the Florida Fish Wildlife Conservation Commission (FWC) for such activities, are permitted to come in contact with an eastern indigo snake. 3 . An eastern indigo snake monitoring report must be submitted to the appropriate Florida Field Office within 60 days of the conclusion of clearing phases. The report should be submitted whether or not eastern indigo snakes are observed. The report should contain the following information : ae any sightings of eastern indigo snakes and be other obligations required by the Florida Fish and Wildlife Conservation Commission, as stipulated in the permit. Revised February 12 , 2004 INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 562=2141 APPLICATION FOR REVIEW OF SITE PLANS FOR SUBDIVISION, BRIDGES_& COMMERCIAL SITES Date: 02• ( No. A. Applicant Information: Name : i �jWc c .V( A „Sq 66 f cy" &3 c`1 Address : C:pm mA,• cs� c, .. S PN40s i k) 1 S TAFC-ET �,iatLC� fl e"Om t mac- 1: L tti Authorized Agent and Title: Fzi A r 2= 4Z - s iQrT .0ZZ n sib I A-V. cC . Telephone Number: X7_-. 1 - L0 b - 3 6 L G Be NON-REFUNDABLE APPLICATION FEE: Subdivision, Bridges , Commercial Site Plan comprising one acre or more, $ 1 ,000.00 or Planned Development review. This is the minimum charge for District Staff and consulting professionals. Any time and/or costs expended in excess of the minimum charge will be billed to and paid by the applicant. Failure to pay can cause permit revocation. ^� �. Co Location: Tract , Section 5z , Township , Range , Canal No. LAT, "A Property I.D. Parcel No. : Project Name: 33 °'O S �, 3�`fS�� e % r T� © ( r .- k Csa^ak, \ Attach legal description in recordable form, "Attachment All. D. Attach Plans,and Details of proposed Construction within or into District facilities. E. In addition to this Review Application, a Connection or Use and/or Utility Permits will be required as applicable for all projects, together with the appropriate fees. F. Estimated Date of Construction Commencement: Estimated Date of Construction Completion: G. As the Applicant for all District permits, I do understand and agree that: 1 . The use of, or construction within, the right-of--way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same must be reviewed by the District. (Confined on a erse hereof) Signed: UDate (For District Use Only) Application approved by : for the Indian River Farms Water Control District Date of approval: JW I !i% PERMITS, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. G, (continued) 2. I accept full responsibility for any erosion to or shoaling in the District 's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; I will prevent the dis- charge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will neither plant trees or shrubs nor erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me and I do hereby indicate acceptance of notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy .rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District . STANDARD PROVISOS 1 . Permittee assumes full responsibility for any construction, operation or maintenance on District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith . 2. This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days ' notice from District to Permittee. 3 . In no event shall the District be liable for any damages done or caused by the District to the Public , to Permittee or any other person using the right-of--way or property subject to this Permit, and Permittee shall save the District, its officers , agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of-way subject to this permit . Permittee shall., at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 4 . The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of--way. 5 . Any construction on District right-of-way or property. and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 6. Permittee shall advise District's office prior to commencement and upon completion of all construction. (772-562-2141 ) 7 . Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense , loss or damage to District or others by any such discharge or obstruction , remedying or removing the same immediately upon request of District. 8 . Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities. 9. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and .locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable for all damages resulting from its interference with or interruption of services provided by other lawful right-of--way users . 10. This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. 11 . An as-built/location certification of all culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation . If as-built certification is not received within thirtydays of installation, the District will either have certification completed at owtrer/applicants expense or order removal of the installation . INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 562=2141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date: 02 11 7 117,011 No. A. Applicant Information: Name: toOi.uJ ?=&uzR– CAl...,owoul Address : gadsA2 nc nom_ti, TTwgihd ,,•41SSIoAji — t % 1 Z.7 =16% st�� VEYLOO BEjEj: , GL_ 3x4q40b Authorized Agent and Title: � A�! Ga &-rrf9jesif T O4F OcSrG ,moi AKS& C Telephone Number: /- ! . fao- 34A [b Be Proposed Connection or Use: (check appropriate box or boxes) NON-REFUNDABLE ❑ Culvert connection to District canal for irrigation or drainage $ 100.00 ❑ Pump connection to District canal for irrigation or drainage $300.00 lid Culvert and/or control structure in District canal for crossing and/or water storage [:Va?4.LY E: ] $200.00 ❑ Other (specify) $ 100.00 Co Location: Tract , Section / 3Township ..✓' L , Range 3T Canal No. L-A-r A we wasor Other appropriate description: Property I.D. Parcel No. : Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) Allo •J 6, 33 �° STS 'o; 'Jr 000lnk i'eQ. A2 Qr G fkj' E. Special Conditions: (for District use only) JPzc >RL �i7NL) , ;II) Al3 F. Estimated Date of Construction Commencement: era � Estimated Date of Construction Completion: G. As the Applicant for permit, I do understand and agree that: 1 . The use of, or construction within, the right-of--way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Conti ued og Reverse hereof) Signed: Date 3 1 l Applican (For, District Use Only) Application approved by: for the Indian River Farr3s.Water Control District Application approved by : or Carter Associates, Inc. , Engineer for District Date of approval: Expiration Date of this approved application: PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. OeRwwwl 1 G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. STANDARD PROVISOS 1 . Permittee assumes full responsibility for any construction, operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss , damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subletted to a third party and any transfer of Permittee's property abut- ting District's property or right-of-way shall ipsofacto and without move, cancel, nullify and revoke this Permit. 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days' notice from District to Permittee. 4. In no event shall the District be liable for any damages done or caused by the -District to the Public, to Permittee or any other person using the right-of-way or property subject to this Permit, and Permittee shall save the District, its officers, agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of-way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 5. The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of-way. 6. Any construction on District right-of-way or property and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7 . Permittee shall advise District's office prior to commencement and upon completion of all construction. (562-2141) 8. Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 9 . Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 11 . This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. 12. An as-buildlocation certification of all culvert/structure installations within the District's canalshight-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification is not received within thirty days of installation, the District willie they have certification completed at owner/applicants expense or order removal of the installation. _ _ 1 SPECIAL CONDITIONS FOR PERAUT NO. 11 =24 FOR PROPOSED BRIDGE OVER LATERAL "A" CANAL AT 33`d STREET (PROJECT C.P. 06040) ( 1 ) This permit is issued based on plans prepared by Bridge Design Associates, LLC, signed and sealed by Brian C. Rheault, P .E . dated October 12, 2011 . (2) This permit is issued in conjunction with 66th Avenue (and intersecting street) and related roadway improvement plans (prepared by Arcadis U. S . Inc.) approved under Indian River Farms Water Control District Permit No . 11 -23 , and remains subject to all related special conditions as contained thereon. (3) All final grading at bridge sites shall be away from top of canal bank, with adequate drainage provided, to prevent ponding of surface waters and overbank discharge, resulting in erosion of banks or berm, into canals . (4) Proposed rock rubble armoring of canal banks at bridge, and adjacent intersecting sub-lateral canal outfall culverts shall be installed to match, as near as possible, the existing canal slopes . The top of base keystone layer shall be installed six (6) inches below design bottom depth at toe of canal bank. Said armoring of canal banks to extend entirely under bridge structure. JAMEC\SPEC COND-PROVISOS\irfwcd-spec-cond4I I w24.doc INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 562=2141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date: 4�5J 61 I No. i V- Z 5� A. Applicant Information: Name: i rJ p i Ae J RIy F� coU n1TY Address : BaL�hi� c) cc to n1T�/ C o n t M SSS onI F2 I80l Z:,) 11w sr. VeQ:> E2� i F1_ 3zc1La _ Authorized Agent and Title: P42. iv..1 c. , RNe�AUt ::F I sEr=62I }atza -� ce-'ai cy.1 mac . Telephone Number: �'ol - �BCo - 3laCoo Be Proposed Connection or Use: (check appropriate box or boxes) NON-REFUNDABLE El Culvert connection to District canal for irrigation or drainage $ 100.00 ❑ Pump connection to District canal for irrigation or drainage $300.00 13 Culvert and/or control structure in District canal for crossing and/or water storage 0�2iP6q. $200.00 ❑ Other (specify) $ 100.00 Co2.97 /36 Location: Tract , Sectiones, Township 32 , Range > Canal No. LXT�- o Other appropriate description: riPAv & o 114 ova z� 3-1 Tl-1 `T Property I.D. Parcel No. : Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) phi p(�� p e ,.l'(' otter.► C9 37111 15r cve4z� LAMC t— A E. Special Conditions: (for District use only) � '77gC14 E1D L + 5T Cir 5/�t= Cil} �. C�l..r /� � i 1oiuS . F. Estimated Date of Construction Commencement: Estimated Date of Construction Completion: T15D G. As the Applicant for permit, I do understand and agree that: 1 . The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Conti nu oner hereof) Signed: Date 3114- 1 11 Applicant - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (For District Use Only) Application approved by: A" for the an River Farms Water Co 1 District Application approved by : for Cart ssociates, Inc. , Engineer for District Date of approval: Expiration Date of this approved application: / 4> - z.S - / 3 PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. (/ l - z3 ) G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . 1 will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. STANDARD PROVISOS 1 . Permittee assumes full responsibility for any construction, operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subletted to a third party and any transfer of Permittee's property abut- ting District's property or right-of--way shall ipsofacto and without move, cancel , nullify and revoke this Permit. 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days' notice from District to Permittee. 4. . In no event shall the District be liable for any damages done or caused by the District to the Public , to Permittee or any other person using the right-of-way or property subject to this Permit, and Permittee shall save the District, its officers, agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of-way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 5. The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of--way. 6 . Any construction on District right-of-way or property and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7 . Permittee shall advise District's office prior to commencement and upon completion of all construction. (562-2141 ) 8 . Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 9 . Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities . 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to fust detect and locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of--way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 11 . This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. 12. An as-built/location certification of all culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and. Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification is not received within thirty days of installation, the District will either have certification completed at owner/applicants expense or order removal of the installation. SPECIAL CONDITIONS FOR PERAHT NO. 11 -25 FOR PROPOSED BRIDGE OVER LATERAL "A" CANAL AT 37" STREET (PROJECT C.P. 06040) ( 1 ) This permit is issued based on plans prepared by Bridge Design Associates, LLC, signed and sealed by Brian C . , Rheault, P .E. dated October 12, 2011 . (2) This permit is issued in conjunction with 66th Avenue (and intersecting street) and related roadway improvement plans (prepared by Arcadis U. S . Inc .) approved under Indian River Farms Water Control District Permit No. 11 -23 , and remains subject to all related special conditions as contained thereon. (3 ) All final grading at bridge sites shall be away from top of canal bank, with adequate drainage provided, to prevent ponding of surface waters and overbank discharge, resulting in erosion of banks or berm, into canals . (4) . Proposed rock rubble armoring of canal banks at bridge, and adjacent intersecting sub-lateral canal outfall culverts shall be installed to match, as near as possible, the existing canal slopes . The top of base keystone layer shall be installed six (6) inches below 'design bottom depth at toe of canal bank. Said armoring of canal banks to extend entirely under bridge structure. J :WItC\SPEC COND-PROvisoslirfwcd-spec-cond4I I1 25 .doc INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 5624141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date: 63 flat 17WOA� No. — Z G A. Applicant Information: Name: Wf) i " `Qtue4� (�mLA &jj! � Address : oA4-in nt= l'nu ,,m Ca � , �y � Selo , � c�2S lloo ( 211' Si RAa�z Authorized Agent and Title: ?5z3ati C L:r , 9t)0 -zip$; � l c Telephone Number: sal oz6 % (2 — ,S 6 L C) Be Proposed Connection or Use: (check appropriate box or boxes) NON=REFUNDABLE ElCulvert connection to District canal for irrigation or drainage $ 100.00 C3Pump connection to District canal for irrigation or drainage $300.00 IPCulvert and/or control structure in District canal for crossing and/or water storage 135Zt04E > $200.00 ❑ Other (specify) $ 100.00 I9' 20 � \ Co Location: Tract , Section , Township .3 7- Range Canal No. _ k Other appropriate description: me�r ( (, -w` Rum -� 4SSM Property I.D. Parcel No. : Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) 3S 104E Q '''omtr�► T R� o G ' FST 5 i au�� ifs *ofit_ 4 fit-Nh'L E. Special Conditions: (for District use only) �5aL lfrrlAar•+ ED L r s - OjA7 5AEC1n L cz# ti IDJ77 04U � F. Estimated Date of Construction Commencement: Estimated Date of Construction Completion: -r R I G. As the Applicant for permit, I do understand and agree that: 1 . The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Continue n e rse hereof) Signed: Date 3/14J 1 Applicant - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (For District Use Only) Application approved by: e ' ver Farms Water Control District Application approved by: <� lir� fo arter Associates, Inc. , Engineer for District Date of approval : Expiration Date of this approved application: PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. L_ G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. STANDARD PROVISOS 1 . Permittee assurdes fulliesponsibility for any constructiori operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subletted to a third party and any transfer of Permittee's property abut- ting District's property or right-of-way shall ipsofacto and without move, cancel, nullify and revoke this Permit. 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days ' notice from District to Permittee. 4. In no event shall the District be liable for any damages done or caused by the District to the Public, to Permittee or any other person using the right-of--way or property subject to this Permit, and Permittee shall save the District, its officers, agents , supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of--way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 5 . The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of--way. 6. Any construction on District right-of-way or property and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7 . Permittee shall advise District's office prior to commencement and upon completion of all construction. (562-2141) 8 . Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 9. Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 11 . This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of--way property. 12. An as-built/location certification of all culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification is not received within thirty days of installation, the District will gijbff have certification completed at owner/applicants expense or order removal of the installation. SPECIAL CONDITIONS FOR PERMIT NO. 11 -26 FOR PROPOSED BRIDGE OVER LATERAL " A" CANAL AT 45th STREET (PROJECT C.P. 06040) ( 1 ) This permit is issued based on plans prepared by Bridge Design Associates, LLC, signed and sealed by Brian C . Rheault, P .E. dated October 12, 2011 . (2) This permit is issued in . conjunction with 66th Avenue (and intersecting street) and related roadway improvement plans (prepared by Arcadis U . S . Inc. ) approved under Indian River Farms Water Control District Permit No . 11 -23 , and remains subject to all related special conditions as contained thereon. (3) All final grading at bridge sites shall be away from top of canal bank, with adequate drainage provided, to prevent ponding of surface waters and overbank discharge, resulting in erosion of banks or berm, into canals . (4) Proposed rock rubble armoring of canal banks at bridge, and adjacent intersecting sub-lateral canal outfall culverts shall be installed to match, as near as possible, the existing canal slopes . The top of base keystone layer shall be installed six (6) inches below design bottom depth at toe of canal bank. Said armoring of canal banks to extend entirely under bridge structure . JAMECISPEC COND-PROVISOS\irfwcd-spec-cond41 I -26.doc INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 5624141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date No. j ' 2 7 A. Applicant Information: Name: l mn i A4\3 Au e(L- Co w uT `1 Address :`RnhAao m .F (" ae Ami (NMoL%s. 5sin&kt -S IjI 2 2t STn c!T t e�� Pte }} FL :z Authorized Agent and Title:! LA ++6-fiU L-7 , a l iD F 3 ;L4 o GE- 01314 a Telephone Number: 47g I - l , g (_- 3 LzC� o Be Proposed Connection or Use: (check appropriate box or boxes) NON=REFUNDABLE ❑ Culvert connection to District canal for irrigation or drainage $ 100.00 ❑ Pump connection to District canal for irrigation or drainage $300.00 Culvert and/or control structure in District canal for crossing and/or water storage 911404th $200.00 ❑ Other (specify) $ 100.00 Y L hTe"7c Co Location: Tract , Section — 26 Township 32- Range3�` -, Canal No. A Other appropriate description : NE*oif - ( (-, "' P .r 4 �t ST'• Property I.D. Parcel No. : Attach drawing to show details (include acreage to be served) . D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) R-� fl4� G>���rcc zv T A1+ 0 •o 6. Zi Tit E. Special Conditions: (for District use only) JEI: 47TI 1Ghlk"o vF �5PzEci.9L Clo.voij/vuS . F. Estimated Date of Construction Commencement: l�O Estimated Date of Construction Completion: 18 G. As the Applicant for permit, I do understand and agree that: 1 . The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Continued Rtrhreof) Date 3_T ! 4� 1 I Signed: Applicant - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (For District Use Only) Application approved by : oze e Indian River Farm W Control District Application approved by : f Carter Associates, Inc ., Engineer for District Date of approval : Expiration Date of this approved application: PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. _l G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. STANDARD PROVISOS 1 . Permittee assumes full responsibility for any construction, operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subletted to a third party and any transfer of Permittee's property abut- ting District 's property or right-of--way shall ipsofacto and without move, cancel, nullify and revoke this Permit. 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days' notice from District to Permittee. 4. In no event shall the District be liable for any damages done or caused by the District to the Public , to Permittee or any other person using the right-of-way or property subject to this Permit, and Permittee shall save the District, its officers, agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of--way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 5. The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of-way. 6. Any construction on District right-of-way or property and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7 . Permittee shall advise District's office prior to commencement and upon completion of all construction. (562-2141 ) 8 . Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 9 . Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such instal- lations and shall coordinate construction with all other lawful users of said right-of--way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users . 11 . This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. 12. An as-built/location certification of all culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification is not received within thirty days of installation, the District will either have certification completed at owner/applicants expense or order removal of the installation. _ _l SPECIAL CONDITIONS FOR PERMIT NO. 11=27 FOR PROPOSED BRIDGE OVER LATERAL "A" CANAL AT 49" STREET (PROJECT C.P. 06040) ( 1 ) This ermit is issued based on plans prepared - by Bridge Design Associates, LLC, signed and sealed by Brian C . Rheault, P .E. dated October 12, 2011 . (2) This permit is issued in conjunction with 66th Avenue (and intersecting street) and related roadway improvement plans (prepared by Arcadis U . S . Inc.) approved under Indian River Farms Water Control District Permit No . 11 -23 , and remains subject to all related special conditions as contained thereon. (3 ) All final grading at bridge sites shall be away from top of canal bank, with adequate drainage provided, to prevent ponding of surface waters and overbank discharge, resulting in erosion of banks or berm, into canals . (4) Proposed rock' rubble armoring of canal banks at bridge, and adjacent intersecting sub4ateral canal outfall culverts shall be installed to match, as near as possible, the existing canal slopes . The top of base keystone layer shall be installed six (6) inches below design bottom depth at toe of canal bank. Said armoring of canal banks to extend entirely under bridge structure . I J:VvTC\SPEC COND-PROVISOS\irfwcd.spec-cond411 -27. doe INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 562-2141 APPLICATION FOR CONNECTION TO OR USE OF DISTRICT FACILITIES Date : % G /� No. A. Applicant Information: Name: I ni n ► AN Riy F k CGyA)TY Address: AnArtn GF C&VNT4 COM4 1S1SSM,vrits mo I ZY"` Sr ac GEA04 , I L 32964 Authorized Agent and Title: QRiAiu C RIA AVS FaFs� o ��v �, gorci• D sirti Assoe Telephone Number: 5 6I - 6RC _ 39 4 0 Be Proposed Connection or Use: (check appropriate box or boxes) NON=REFUNDABLE ❑ Culvert connection to District canal for irrigation or drainage $ 100.00 C3Pump connection to District canal for irrigation or drainage $300.00 . Culvert and/or control structure in District canal for crossing and/or water storage it 10 G r„ $200.00 ❑ Other (specify) $ 100.00 1 '1 18 C. Location: Tract , Section AEL—, Township 32 , Range 3q Canal No. LATE eAi Other appropriate description: AJeAr. 60 Avr. Aon 4TA rl Sz Property I.D. Parcel No. : Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) Bei acs KePAaesrkFwT As-aiu 5ft3e" St . Ovae. LATERAi! A0CAtJAL E. Special Conditions: (for District use only) F. Estimated Date of Construction Commencement: TQ n Estimated Date of Construction Completion: T'81) G. As the Applicant for permit, I do understand and agree that: 1 . The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Continueon a erse hereof) Signed: A Date Iq � � I Applicant - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (For District Use Only) Application approved by: - e Indian River Farms WatejGpntrol District Application approved by : '`� fopearler Associates, Inc. , Engineer for District Date of approval: Expiration Date of this approved application: PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF. l er- Pe7Rm 1 r5 G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through my connection. 3 . I will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4 . It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5 . It is further understood and agreed that the lands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. STANDARD PROVISOS 1 . Permittee assumes full responsibility for any construction, operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith. 2. This Permit may not be assigned or subletted to a third party and any transfer of Permittee's property abut- ting District's property or right-of-way shall ipsofacto and without move, cancel, nullify and revoke this Permit. 3 . This Permit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days' notice from District to Permittee. 4. In no event shall the District be liable for any damages done or caused by the District to the Public, to Permittee or any other person using the right-of-way or property subject to this Permit, and Permittee shall save the District, its officers, agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right-of-way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additional in- sured. 5 . The District may, on thirty days ' written notice to Permittee, require removal and/or alteration of any instal- lation or construction on District right-of--way. 6. Any construction on District right-of-way or property and clean up shall be completed promptly by Permit- tee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7. Permittee shall advise District's office prior to commencement and upon completion of all construction. (562-2141 ) 8 . Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save and hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 9. Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon de- mand, for any testing or other costs or expenses to District associated with or arising from Permittee's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all`such instal- lations and shall coordinate construction with all other lawful users of said right-of--way. Applicant shall be liable for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 11 . This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. 12. An as-built/location certification of all culvert/structure installations within the District's canals/right-of- way shall be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as-built certification is not received within thirty days of installation, the District will either have certification completed at owner/applicants expense or order removal of the installation. SPECIAL CONDITIONS FOR PERMIT NO. 11=28 FOR PROPOSED BRIDGE OVER LATERAL "A" CANAL AT 53rd STREET (PROJECT C.P. 06040) ( 1 ) This permit is issued based on plans prepared by Bridge Design Associates, r SPECIAL CONDITIONS FOR PERAUT NO. 11m28 FOR ' PROPOSED BRIDGE OVER LATERAL "A" CANAL AT 53rd STREET (PROJECT C.P. 06040) ( 1 ) This permit is issued based on plans prepared by Bridge Design Associates, LLC, signed and sealed by Brian C . Rheault, P .E. dated October 12, 2011 . (2) This permit is issued in conjunction with 66th Avenue (and intersecting street) and related roadway improvement plans (prepared by Arcadis U. S . Inc.) approved under Indian River Farms Water Control District Permit No . 11 -23 , and remains subject to all related special conditions as contained thereon. (3 ) All final grading at bridge sites shall be away from top of canal bank, with adequate drainage provided, to prevent ponding of surface waters and overbank discharge, resulting in erosion of banks or berm, into canals. . (4) Proposed rock rubble armoring of canal banks at bridge, and adjacent intersecting sub-lateral canal outfall culverts shall be installed to match, as near as possible, the existing canal slopes. The top of base keystone layer shall be installed six (6) inches below design bottom- depth at toe of canal bank. Said armoring of canal banks to extend entirely under bridge structure . JAMEOSPEC COND-PROVISOS\irfwcd-spec-Gond-# I Im28.doc APPENDIX ` B ' SOILS REPORTS Appendix B-Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\0545 -66Th Ave SR60 to 57th St (Arcadis)\Admim\Bid Documents\APPENDIX B - Soils Report.doc TlEwu a. . GEUTRCwGf • MATERIALS EAIGINEERING - _ GEOTECHNICAL ENGINEERING SERVICES REPORT Proposed 66th Avenue Improvements * 33r`' and 45th Streets Indian River County , Florida TIERRA File No . 6611 - 054174 PREPARED FOR ARCADIS , LNW 420 Columbia Drive , Suite 110 West Palm Beach , Florida 33409 November 29th , 2005 TIERRA November 29, 2005 ARCADIS , LNW 420 Columbia Drive , Suite 110 West Palm Beach, Florida 33409 Attn: Mr. Hank Deibel , P .E . RE : Geotechnical Engineering Services Report Pro�osed 66th Avenue Improvements @ 33] , 37th th and 45Streets Indian River County, Florida Tierra Project No. : 6611 -054174 Dear Hank : , Tierra, Inc . has completed our Geotechnical Engineering evaluation program for the subject project . The results of our field exploration program and subsequent recommendations are presented in this report. Tierra, Inc . appreciates the opportunity to be of service to ARCADIS , LNW on this project and looks forward to working with you on future projects . If you have any questions or comments regarding this report, please contact our office at your earliest convenience . Sincerely TIERRA, INC. Luis A . Ponce Raj Krish samy, P .E . Project Manager Princip . Geotechnical 7EngmeerNP FL Registration No . 53567 Attachments 1100 BARNETT DRIVE , SUITE 35 • LAKE WORTH, FLORIDA 33461 ( 561 ) 547- 1232 • FAX (561 ) 547= 1250 Table of Contents 1 . 0 PROJECT DESCRIPTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . l 2 . 0 SCOPE OF SERVICES • • • • • 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 .0 EXPLORATION RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 1 Review of USDA Soil Survey, Indian River County, Florida . 2 3 .2 Field Explorations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 3 General Soil Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ER CONDITIONS . 4 . 0 GROUNDWAT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . r. . . . . . . . . . . . 4 4 . 1 Groundwater . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 4 4 . 2 Seasonal High Groundwater Estimates . . 0 0 0 9 4 a a 8 0 6 9 0 a 0 0 a 9 9 0 4 0 a 0 a 9 1 a a 9 0 a I a a a 0 6 a 9 V 0 0 a a 1 9 a 0 a S a a a a 0 9 4 0 0 a a 0 a 0 4 0 a 4 4 . 3 Enviromental Classification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5 . 0 ENGINEERING EVALUATION AND RECOMMENDATIONS — ROADWAY . . . . . . . . . . . . . . . . . . . 4 5 . 1 General . . . . . . . . 8 a 9 a 0 a d 6 6 a 0 & 0 0 a * a 0 a a 0 # S 6 a a * 0 0 0 a a * 0 6 0 a 9 0 1 0 & a & 0 0 0 0 9 a a a a * 8 a a 0 04 5 .2 Embankment Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 3 Temporary Side Slopes . . . . . . . . 5 5 .4 Groundwater Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 5 Pavement Design Considerations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 5 . 6 On-Site Soil Suitability . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 6 . 0 REPORT LIMITATIONS . 9 a 0 0 9 a a 0 0 a 0 0 5 0 0 0 0 a a 9 a 0 a I a 4 0 * 8 a 6 0 0 0 G 9 a * a 9 9 4 a * a G a a a 4 a a a 0 0 v a 0 d a a * 4 a 4 a a & 0 0 ff a W W S 0 a 0 4 0 9 8 6 a 0 & 0 * 4 9 a a & a a a 0 a a a 6 APPENDIX - SITE PLAN ROAD SOIL SURVEY AUGER BORINGS SOIL PROFILE CORROSION SERIES DATA ARCADIS 1 Tierra Project No. : 6611454174 4 1 .0 PROJECT DESCRIPTION The project, as we understand it, consists of the intersection improvements of 33`d, 37" and 45 " Streets , along 66th Avenue , in Indian River County , Florida. The purpose of this study was to provide Geotechnical (i . e . soils and groundwater) input to the design team during the evaluation phase of the proposed road improvements . 2.0 SCOPE OF SERVICES The study was performed to obtain information on the existing subsurface conditions along the project alignment to assist in the design of the construction plans for the referenced roadway widening at the intersections indicated in the reference. For this , the following services were provided : 1 . Reviewed readily available published topographic and soils information. This information was obtained from the " Soil Survey of Indian River County, Florida" published by the United States Department of Agriculture (USDA) Soil Conservation Services (SCS) . 2 . Performed a Geotechnical field study for the proposed road improvements . This included a total of sixty (60) auger borings drilled to a depth of 6 feet below the existing grade for the proposed roadway widening . 3 . Performed a limited laboratory testing routine to establish the soil properties along the roadway alignment using the AASHTO/ASTM Soil Classification System . The laboratory testing included grain size analysis , moisture content determination, and organic content (if needed) . 4 . Prepared this Geotechnical Engineering services Report for the project . These Geotechnical Services were performed in general accordance with FDOT Standards "Soils and Foundations Manual" . The scope of our services does not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil , groundwater, or surface water within or beyond the site studied . Any statements in this report regarding odors, staining of soils, or other. unusual conditions observed are strictly for the information of our client . ARCADIS 2 Tierra Project No. : 6611-05417- 1 3.0 EXPLORATION RESULTS 3 . 1 Review of USDA Soil Survey , Indian River County, Florida Review of the "Soil Survey of Indian River County Area, Florida," prepared by the United States Department of Agriculture (USDA) Soil Conservation Service (SCS) indicates that the project alignment is mapped predominantly as Wabasso fine sand, Winder fine sand, Pineda fine sand, and Jupiter fine sand . Wabasso fine Sand : This soil is nearly level, poorly drained in broad flat-woods . The water table is at a depth of 10 to 40 inches for more than 6 months in most years and at a depth of less than 10 inches for 1 to 2 months, for the rest of the year. Winder fine Sand : This soil is nearly level and poorly drained. It is on low hammocks and in poorly defined drainage ways. In most years and under natural conditions, the water table is within a depth of o to 10 inches of the surface for 2 to 4 months and within a depth of 10 to 40 inches for about 4 to 6 months or more . Only for short periods in dry seasons is dthe water table below a depth of 40 inches. Pe neda fine Sand : This soil is nearly level and poorly drained. It is on low hammocks and in broad, poorly defined sloughs . The water table is above the surface for a short period, after heavy rainfall . Its is within a depth of 10 inches of the surface for 1 to 6 months and at a depth of 10 to 40 inches for more than 6 months . Jupiter fine Sand : This soil is shallow, nearly level and poorly drained. It is on low flats on hammocks . In most years and under natural conditions , the water table is within a depth of 0 to 10 inches of the surface for 2 to 4 months in the wet season. Some areas are covered with shallow water for brief periods . In drained areas, the water table fluctuates with the water table in canals and ditches. It recedes to a depth below the Limestone bedrock in the dry season. 3 .2 Field Explorations Sub-soils along the proposed roadway widening were explored by a total of sixty (60) auger borings . The borings were located and drilled at the north side of 33 `d, 37" and 45 `h streets , along 66th Avenue . The auger borings were drilled to a depth of 6 feet below the existing grade . The borings were located in the field by Tierra Personnel using tape measurement and existing site features . The samples of the in-place soils were returned to our laboratory for classification by a geotechnical engineer. The samples were visually classified in general accordance with the AASHTO/ASTM Soil Classification System . Approximate locations of the borings are presented in the Appendix . Soil profiles in roadway auger-borings are also presented in the Appendix . ARCADIS 3 Tierra Project No. : 6611454174 3 .3 General Soil Condition The sub-soils encountered in the borings typically consisted of sand, silty sand, sand with limestone fragments, and organic stained sand. A thin layer of topsoil was encountered at almost all the borings . The following table describes the various soil strata that were found during the study as well as usage recommendations per the FDOT Roadway Design Standards . STRATUM TYPE AASTRO FDOT SOIL CLASSIFICATION DESIGNATION 1 Brown to gray fine Sand A-3 SELECT 2 Brown to gray, fine Sand w/ shell A4 -a SELECT fragments . 3 Brown to gray, slightly silty Sand A-24 SELECT 4 Brown to gray , slightly silty Sand, with A-24 SELECT shell fragments Soil samples were performed in representative samples taken from the boring locations, at depths ranging from 1 to 6 feet below the ground surface . Once received, a Geotechnical engineer based the soil stratification on a visual review of the recovered samples, laboratory testing, and interpretation of the field boring logs . The boring stratification lines represent the approximate boundaries between soil types of significantly different engineering properties; however, the actual transition may be gradual . In some cases , small variations in properties not considered pertinent to our engineering evaluation may have been abbreviated or omitted for clarity. The boring profiles represent the conditions at the particular boring location and variations do occur among the borings . ARCADIS 4 Tierra Project No. : 6611 -054174 4.0 GROUNDWATER CONDITIONS 4. 1 Groundwater The groundwater table was measured at the boring locations following termination of drilling and after a short stabilization period on the order of five (5) to ten ( 10) minutes . The depth to the water table at the sampled locations generally ranged from 3 . 0 to 5 . 5 feet below the existing grades . The groundwater table measured at each of the boring location is presented on the boring profiles in the Appendix . Groundwater conditions will vary with environmental variations and seasonal conditions , such as the frequency and magnitude of rainfall patterns , as well as man-made influences (i . e . existing canals , swales , drainage ponds , under drains and areas of covered soils like, paved parking lots and sidewalks) . Fluctuation should be anticipated . We recommend that the contractor determine the actual groundwater levels at the time of construction to determine groundwater impact on his construction procedure . 4.2 Seasonal High Groundwater Estimates Seasonal high groundwater levels are expected to be controlled by the existing drainage features encountered throughout the proposed widening alignment. Seasonal fluctuations in ground water levels should be anticipated due to rainfall, runoff and other site- specific factors . We estimate that the seasonal high ground water table at the area will be approximately 1 to 2 feet above the observed levels at the time of the exploration. 4 .3 Environmental Classification We performed corrosion tests on recovered samples . The test results obtained are presented in the Appendix and have been classified in accordance with the FDOT ' s " Structures Design Guidelines (LRFD)", Topic No . 625 -020454 -b . The environmental classification of the soil for substructure and for superstructure is " Slightly Aggressive" . 5.0 ENGINEERING EVALUATION AND RECOMMENDATIONS — ROADWAY 5 . 1 General In general, the existing shallow subsurface soils encountered in the borings performed are suitable for supporting the proposed roadway widening after proper sub-grade preparation. Site preparation should consist of normal clearing and grubbing and followed by compaction of sub grade soils . The removal of topsoil and muck (if any encountered during construction) should be accomplished in accordance with the Florida Department of Transportation (FDOT) Standard Indexes 500 and 505 . Based on the SCS map, organic soils might be encountered within the ARCADIS 5 Tierra Project No. : 6611 -054174 project corridor. However, it is possible that de-mucking had been performed during the initial construction of the streets . Any buried organic soils, debris , or unsuitable fills encountered during construction, which are not shown on the boring profiles should be removed and replaced with clean, compacted, sandy soils . Plastic soils (if any encountered), within the pavement section should also be removed and placed in areas not affecting pavement performance . Backfill should consist of materials conforming to FDOT Standard Index 505 and compacted in accordance with Section 12M of the Standard Specification for Road and Bridge Construction, latest edition . The structural fill to be placed below the water level should consist of well graded gravel or clean sand with a maximum of 5 percent passing the U . S . Standard No . 200 sieve . 5.2 Embankment Construction We anticipate that some fill will be required for the proposed roadway construction. Fills are anticipated to be less than 5 feet high for the proposed roadway widening . The embankment/fills should be constructed in accordance with Section 120- 8 of FDOT Standard Specifications for Road and Bridge Construction using materials in accordance with FDOT Standard Index 505 . Assuming proper sub -grade, preparation and adequate fill materials are utilized, we recommend that all proposed side slopes be constructed on 2 . 0 horizontal to 1 . 0 vertical (211 : IV) or flatter. For the anticipated new fill heights of approximately 1 to 5 feet, we expect total settlements on the order of I/2 inch, or less . We expect these settlements to be elastic and should occur during construction. 5.3 Temporary Side Slopes Side slopes for temporary excavations may stand near IH : IV for short dry periods of time ; however, we recommend that temporary excavations below 5 -foot depth be cut on slopes of 2H : IV or flatter. Where restrictions will not permit slopes to be laid back as recommended above, the excavation should be shored in accordance with OSHA requirements . Furthermore , open-cut excavations exceeding 10 feet in depth should be properly dewatered and sloped 2H : 1 V or flatter or be benched using a bracing plan approved by a professional engineer licensed in the State of Florida . During construction, excavated materials should not be stockpiled at the top of the slope within a horizontal distance equal to the excavation depth. 5.4 Groundwater Control In our opinion, groundwater is not expected to impose any restrictions to the proposed development provided final grades are at or near existing roadway elevations . However, dewatering will be required for utility installations when the excavation bottom is below the water table during construction. ARCADIS 6 Tierra Project No . : 6611-05417- 1 5.5 Pavement Design Considerations We anticipate that the proposed pavement structure will be a semi-flexible asphaltic concrete section. Soils existing along the majority of the project alignments should have modest sub- grade strength for pavement support. Based on our experience on similar sub- grade materials, we recommend pavement designs include a design LBR value of 25 for the sub-grade consisting of sandy subsoil and provided the site is prepared as recommended in this report . If a stabilized subgrade is required, we recommend a sand-gravel mixture, 12 inch thick, with a minimum design LBR of 40 . Base course should consist of Limerock, Shellrock or coquina, meeting the minimum requirements of the FDOT " Standard Specifications for Road and Bridge Construction," Sections 911 , 913 or 915 , respectively . The Limerock (coquina) should have a minimum LBR value of 100 . Both the base and stabilized sub-grade should be compacted to at least 98 percent of maximum dry density (AASHTO T- 180) . Asphalt thickness should be determined considering the anticipated traffic loading conditions and expected life expectancy of the pavement section. 5.6 On-Site Soil Suitability Strata 1 , 2 , 3 , 4 consist of Select material and are good for sub-grade and embankment support. All this materials must be prepared and utilized according to the Standard Index 505 . 6 .0 REPORT LIMITATIONS Our Geotechnical engineering evaluation of the site and subsurface conditions with respect to the planned roadway widening and bridge replacement and our recommendations for site preparation are based upon the following : ( 1 ) site observations , (2) the field exploratory test data obtained during the geotechnical study, and (3 ) our understanding of the project information and anticipated final grades as presented in this report. If the final grades vary considerably from those stated, or when final cross-sectional data becomes available, please contact our offices so that we can review our recommendations . Furthermore, upon the discovery of any site or subsurface conditions during construction, which appears to deviate from the data obtained during this Geotechnical exploration, please contact us immediately so that we may visit the site, observe the differing conditions , and evaluate the new information with regards to our evaluation and recommendations contained herein. The recommendations presented previously represent design and construction techniques that we feel are both applicable and feasible for the planned construction . We recommend, however, that we be provided the opportunity to review the final foundation plans and the earthwork construction specifications to evaluate whether our recommendations have been properly interpreted and implemented. ARCADI,S 7 Tierra Project No. : 6611 -054174 The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This geotechnical report has been prepared for the exclusive use of ARCADIS (Lawson Noble & Webb), for the specific application to the proposed road widening at the intersection of 66t` Avenue and the following streets : 33`d, 37ffi and 45" Streets, in Vero Beach, Indian River County, Florida. XIQl�t�dd� •k10 •410 •610 •M •u •sa �W •4T •64 �µ �u *54 194 0M 40u 01�4 •Mi •cd •W •M •41 •61 06IH r .61 �T .0.1 1 ♦F•1 1000 rw03 P3 • •BJ 10001000 .DJ •FJ .o.t •w co •F� •64 y •0-0 V •Pd •B! ♦0! 1 •F-B •6T •6T •FT •68 •60 •F41 3 .6s •oe •Fs t •610 .o-10 •rwo qqq� L E G E N D O AUGER BORING LOCATION I - THIS DRAWING IS FOR ILLUSTRATIVE PURPOSES ONLY. NOT TO SCALE 2- TEST PIT LOCATIONS SHOULD BE CONSIDERED APPROXIMATED. 1100 Bo ett 01-iw o..+ r 10 Lob OWth, florido !7461 BORING LOCATION PLAN or<.,ey igml �DD A 561 -547-1272 1 uI1� Busyness Licens No. 64 66TH AVE IMPROVEMENTS 0. y.sM _ ¢nxra.wmws ENLYN£ER RECORD: nrs.� Re ' Kiilhnosomy, Q- - INOM RIVER 6671 -OS-417 IN01AN RIVER, FLORIDA J 7 J INDIAN RIVER COUNTY STATE OF FLORIDA CROSS SECTION SOIL SURVEY FOR THE DESIGN OF ROADS DATE OF SURVEY. NOVEMBER 2005 COUNTY PROJECT NO: - SURVEY MADE BY TIERRA, INC. ROAD NO. - SUBMITIED BY. RAJ KRISNNASAMY, P.E. COUNTY.' INDIAN RNER SUI?VEV BEGINS STA= SURVEY ENDS STA= ORGANIC LIMEROCK BEARING CONTENT RATIO (LBR) I RESULTS I SIEVE ANALYSIS RESULTS I SOIL TYPE STRATUM N0. Of IBR VALUE W%IWIY N0. OF ORCAWCF2234 N0. 1[ PASSING 1< PASSING ; PASSING ; PASSMG 1[ PASSING i PASSING i PA550M; i PASSING AASIIID yA1pIyIL OESCRpIgN N0. TESTS Ob61IY TESTS (t) TESTS 3/40 3/B' I4 MESH /10 MESH I40 MESH I60 YESN 100 MESH 1200 YESNGROUP I TDA MESH MESH CLASSIFICATION 1 - - - - - 2 100 99 98-99 94-98 78-86 22-49 4-20 1 A-3 BROWN TO GRAY, FINE SAND 2 - - - - - 1 100 100 87 42 12 7 3 1 A- 1 -a BROWN TO GRAY, FINE SAND WITH SHELLS 3 - - - - - 29-34 2 100 100 100 98-99 93-97 92-96 76-87 12- 11 A-2-4 BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND 4 - - - - - 22 1 100 100 100 100 94 62 39 18 A-2-4 BROWN TO GRAY SUGHTLY SILTY TO SILTY SAND WITH SHELL I 3 NOTES: 8 (1 ) STRATUM BOUNDARIES ARE APPROXIMATE AND REPRESENT SOIL STRATA (4) STRATA 1 , 2, 3 AND 4 CONSIST OF SELECT MATERIAL AND ARE GOOD FOR SUBGRADE AND AT EACH AUGER BORING LOCATION ONLY. STRATUM CONNECTING LINES ARE EMBANKMENT SUPPORT, AND SHOULD BE UTILIZED ACCORDING TO STANDARD INDEX 505, SHOWN FOR ESTIMATING EARTHWORK ONLY AND DO NOT INDICATE ACTUAL PORTIONS OF MATERIAL FROM STRATUM #4 MAY RETAIN EXCESS MOISTURE AND MAY BE DIFFICULT STRATUM LIMITS, TO DRY AND COMPACT. THEY SHOULD BE USED IN THE EMBANKMENT ABOVE THE WATER LEVEL (2) SZ INDICATES THE MEASURED WATER LEVEL ENCOUNTERED IN THE AUGER EXISTING AT THE TIME OF CONSTRUCTION TO WITHIN 4 FEET OF THE PROPOSED BASE, AND i BORING AT THE TIME OF DRILLING AND THE DATE RECORDED, SHOULD BE UTILIZED ACCORDING TO STANDARD INDEX 505. B (3) GNE GROUNDWATER NOT ENCOUNTERED 1100 Barnett wire Lo v N tn, O ida 33461 say ROADWAY SOIL SURVEY >»¢r rymDD 561 -547- 1237 iJJ:41�i�["1 Business ticrose No. 6 - � 66TH AVE IMPROVEMENTS s ®ao.rr.rvrews ENCINfCR Of RECORD: INDIAN RIVER, FLORIDA 7 Raj Nrisnnos y, P.E. aa...rr p 5 7 INDIAN RIVER 6611 -05-417 BORING No . : B - 1 B - 2 B - 3 B - 4 B - 5 B - 6 B - 7 B - 8 B - 9 B - 10 0TOPSOIL 6' I TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' 0 F O 991 O W O O O FIFO JC2 FFF"F IF O ® OZ JO vJO J.0 v IF FIFF IF 0 i O 2 6 6 SCALE: 1 " = 2.5'V L E G E N D Q Q — BROWN TO GRAY, FINE SAND (A-3) (A-3) AASHTO Soil Classification System 4.5 ' Groundwater Depth in feet, ® Q — BROWN TO GRAY, FINE SAND WITH SHELLS (A- 1 —a) lvlw with date of reading. 4 0 03 — BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (A-2-4) a Borings were drilled on October of 2005 E] ® — BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (A-2-4) using a Mobil B-50 drilling rig. F 4 o d 1100 Bmnelt Drib >. aT a... ♦ Iqw Lake MbrM, FlonOa 37161 v. SOILS PROFILE ioAa n A 561 -sense232 Busln Lic No. 618 aolw , w 66TH AVE IMPROVEMENTS solTo..rx.uuLmrs ENGINEER OF RECORD: INDIAN RIVER, FLORIDA 3 �dW Raj KNsnnosamy, P.E. INOLW RNER 6611 -OS - 117 J i BORING No . : C- 1 C - 2 C - 3 C - 4 C - 5 C - 6 C - 7 C - 8 C - 9 C - 10 O TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' 0 O O O O t — W ell O O O O O O O JC2 LJzell ell Pere ell ell ® z ell le f / e lee / l le WleeOee r ® Ld le lee ri6 33 4 ss 'o 55s 5.5 33 6 ry,ym O ro/rMf ryrtA+ le r4/rym O w/f1yle MrM GNE GNE GNE GNE SCALE: 1 " = 2 . 50v L E G E N D 0 1D — BROWN TO GRAY, FINE SAND (A-3) (A-3) AASHTO Soil Classification System 4m •" Groundwater Depth in feet, ® 2O — BROWN TO GRAY, FINE SAND WITH SHELLS (A- 1 —a) a,. m with dote of reading. 4 a � Q3 — BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (A-2-4) kGNE Groundwater Not Encountered Borings were drilled on October of 2005 Q ® — BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (A-2-4) using a Mobil B-50 drilling rig. e 1100 a 811 Dr; Lose w In. FioNOo 33461 aov. SOILS PROFILE Pm rrur ra/m 561-547-01231 Bos/ ess L, No. 648 66TH AVE IMPROVEMENTS wus ENGINEER OF RECORD: su 5...rti Poi Krlshnmt y, �.E. - INOLW R1VER 6611 -05 -417 INDIAN RIVER, FLORIDA 4 BORING No . : D- 1 D- 2 D - 3 D - 4 D - 5 D - 6 D- 7 D - 8 D — g D - 10 O TOPSOIL 6' TUPSOR 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6 0 O I.L. O OLLI LLI JC2 LLZ O O OOL O O 6 6 GNE GNE GNE GNE SCALE: 1 " = 2.5'V L E G E N D E 0 — BROWN TO GRAY, FINE SAND (A-3) (A-3) AASHTO Soil Classification System ..s Groundwater Depth in feet, ! ® Q2 — BROWN TO GRAY, FINE SAND WITH SHELLS (A- 1 —a) arra with date of reading. q !� — BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (A-2-4) a GNE Groundwater Not Encountered Borings were drilled on October of 2005 ® — BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (A-2-4) using a Mobil B-50 drilling rig. f lrooewnerr D ; Pm Lowe worm, naido JJ16r 50/LS PROFILE jeN 561 -547--Q 237 BERMBusiness Licros No. 61 a 66TH AVE IMPROVEMENTS �.,� b ¢olrnser a.wlows ENCINCER OF RECORD: "w'� 1.aecr � INDIAN RIVER. FLORIDA 5 ti,..r b orolLTnc P Kri Raj sl�noSa y,License No. 5 PE _ INDIAN RA/ER 6611 -05-417 F BORING No , : E- 1 E- 2 E - 3 E- 4 E- 5 E- 6 E - 7 E- 8 E- 9 E- 10 0 TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6' TOPSOIL 6 0 led e LLL O .. Ole / O O O O OLLI LLddddled led Z I' l led O Z Oe / led 10 a O 2 n/renled _ 0Idd— d.d. e .o " d Ljj e de / s r,nwas W .5Q_ O SO O 3.Q� 5.2.Y ® ® ® .3.4_ O 5.5 '0 nwm rr/,wo, /ra/m rr/,W�s 5.5 "o n/fW 6 rinwm „/rw SS e 55 a 6 SCALE: 1 " = 2,5'V L E G E N D 0 — BROWN TO GRAY, FINE SAND (A-3) (A-3) AASHTO Soil Classification System 45 'a Groundwater Depth in feet, BROWN TO GRAY, FINE SAND WITH SHELLS (A- 1 —a) ,wr n with date of reading. 3 BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (A-2-4) Borings were drilled on October of 2005 0 ® — BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (A-2-4) using a Mobil B-50 drilling rig. OddS f 1100 BameN Bri3, SOILS PROFILE o.... a rwm iiJ.Ii�i�A Lake Worts, n7!12 J3161 �- vsir cra.0 e. ro/m 561-51nse a p4� a Bus/ness Llan Na 61B 66TH AVE IMPROVEMENTS �� b aaet"rc¢.wrwus £NCINELF OF RECORD: eu.xrr' ^cotn +o 6 pp ,ti„� a 7kcwrFNxc Ro/ Kr/shnas dy,Lkense Ma 967 - INDLW RIVER 6611 -05-477 INDIAN RIVER, FLORIDA 2 i BORING No. : F- 1 F- 2 F- 3 F- 4 F- 5 F- 6 F- 7 F- 8 F - 9 F- 10 O TOPSOIL 6e TOPSOIL C TOPSOIL 6' TOPSOIL 6' TOPSOIL 64 TOPSOIL C TOPSOIL 6� TOPSOIL 6" TOPSOIL 6' TOPSOIL 6' 0 eel LLJ� O O O r O O ell Ill zOLIJ O ell O O / O O FF— aje er a- 0 5.0 'v 0 SO 50 'v 4 _5.0 se 's ,w,7xx 0 5;0a ® _sa_a _5.0eels ro zz 6 6 SCALE: 1 " = 2 .50V L E G E N D Q1(D — BROWN TO GRAY, FINE SAND (A-3) (A-3) AASHTO Soil Classification System A5 o Groundwater Depth in feet, ® Q2 — BROWN TO GRAY, FINE SAND WITH SHELLS (A— t —a) ,v,w with dote of reading. $ O3 — BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (A-2-4) Borings were drilled on October of 2005 ® — BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (A-2-4) using a Mobil B-50 drilling rig. s ^� 1100 Bmxtt im' Lake Wiofh, 3501LS PROFILE >ra snm h° 561-547- 1232 w 1jJVj�j�A LNUN ss EELR QLk K xECLwp:No. - ENGI - ten. rTp 66TH AVE 1MPROVEMENTS y N � R Rai Krixhnax y, P.0 INOMN RIVER, FLORIDA 7 P.C. 7 INDIAN RIVER 6611 -OS- 417 SUMMARY OF CORROSION TEST RESULTS 66th Avenue Improvements Tierra Project No . : 6611 -05-417 Depth Resistivity Chlorides Sulfates Classification for Boring No. (ft) pH (ohms/cm) (ppm) (ppm) Concrete Structures B - 1 33rd Street 4 . 0 - 6 . 0 6 . 7 71900 15 4 . 8 Slightly Aggressive B - 2 33rd Street) 4. 0 - 6 . 0 6 . 9 71200 30 < 2 .4 Slightly Aggressive B - 1 (37th Street) 4 . 0 - 6 . 0 7. 5 71800 30 7.2 Slightly Aggressive B - 2 (37th Street) 4. 0 - 6 . 0 7 .4 81500 15 < 2 .4 Slightly Aggressive B - 1 (45th Street) 6 . 0 - 8 . 0 7 . 7 61000 15 < 2 .4 Slightly Aggressive B - 2 (45th Street) 4 . 0 - 6 . 0 7 , 9 121000 15 < 2 .4 Slightly Aggressive TiERRA ING . : GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 =05417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3/8" #4 #10 #40 #60 #100 #200 100 90opm 80 _ 70 Z 60 H 50 z w U LU 40 I 30 20 1019 L .LL f. DILTF i zi 101111011,010 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 1310 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)" 2 / (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 BORING #: B "1 SAMPLE #: DEPTH (ft) : 18-20 SOIL DESCRIPTION : A-3 % NATURAL MOISTURE CONTENT : 22% ATTERBERG LIIlflIT ' ( #40 Material ` . . . LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TIE RA IIVC � . GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT # : 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 314" 318" #4 #10 #40 #60 #100 #200 100 904 a 80 - 70 z so a a z 50 LUU K LU 40 30 - 204 10 r • 0 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)^2 / (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 � . BORING # : B-1 SAMPLE #: DEPTH (ft) : 45-50 SOIL DESCRIPTION : A-1 -a % NATURAL MOISTURE CONTENT : 14% ATTERBERC LIMIT ` ( . #40 IUlafer1a1 LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX Y_ j jERRA. INC . GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT # : 6611 =05=417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3/8" #4 #10 #40 #60 #100 #200 100 06 111 141 117 BO 70 z 60 U) N Q a z 50 z w U C W a 401 VENEPWOMM" 30 20 10 AMIwo 100 10 1 0. 1 0.01 0. 001 GRAIN SIZE in millimeters STM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)"2 / (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 7771 BORING #: B =1 SAMPLE #: DEPTH (ft): 55-60 SOIL DESCRIPTION : A=2 =4 % NATURAL MOISTURE CONTENT : 29% ATTERBERG LIMIT ( #40 Material LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TIERRA INC . GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 =05=417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3/8" #4 #10 #40 #60 #100 #200 100 1`11 T 90 80 70 CD z 60 4f. y a i 50 w U w W n. 40 . 30 - 20 • 10 0 11 im 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters 11 rF ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 / D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)42 I (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 BORING # : B =2 SAMPLE #: DEPTH (ft) : 6--8 SOIL DESCRIPTION : A-24 % NATURAL MOISTURE CONTENT : 22% ATTERBERG LIMIT. ( #40, MaEerlal ' LIQUID LIMIT N PLASTIC LIMIT PLASTIC INDEX . rz T I E s rGEO HI�TIOA , • ' MATERIALS GEOTECHNICAL ENGINEERING SERVICES REPORT Proposed 66th Avenue Improvements Bridge Replacement at 33 "' , 37th , 45th Street And North Relief Canal Vero Beach , Indian River County , Florida TIERRA. File No . 661 :1 -05417 - 2 PREPARED FOR ARCADIS 420 Columbia Drive, Suite 110 West Palm Beach , Florida 33409. November 30th 92005 TI ERRA I JF November 30 , 2005 ARCADIS 420 Columbia Drive, Suite 110 West Palm Beach, Florida 33409 Attn : Mr. Hank Deibel, P .E . - - - RE : Geotechnical Engineering Services Report Proposed 66th Avenue Improvements Bridge Replacement at 33rd, 37th , 45th Street and North Relief Canal. Vero Beach , Indian River County, Florida Tierra Project No. . 6611 -05417-2 Dear Hank : Tierra, Inc . has completed our Geotechnical Engineering evaluation program for the subject project . The results of our field exploration program and subsequent recommendations are presented in this report . Tierra, Inc . appreciates the opportunity to be of service to ARCADIS , LNW on this project and looks forward to working with you on future projects . If you have any questions or comments regarding this report, please contact our office at your earliest convenience . Sincerely TIERRA, INC. 4 uis Ponce Raj Kr ' �asamy, P .E. Project Manager Princi 1 Geotechnical EngineerNP FL Registiutior: No . 53567 Attachments 1100 BARNETT DRIVE , SUITE 35 • LAKE WORTH , FLORIDA 33461 (561 ) 5474232 • FAX ( 561 ) 5474250 l Table of Contents 1 .0 PROJECT DESCRIPTION . . . . . . @ % * @abed among on * motel * 6 a of & as no 2 . 0 SCOPE OF SERVICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3 . 0 EXPLORATION RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 1 Review of USDA Soil Survey, Palm Beach County, Florida . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 .2 Field Explorations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 3 General Soil Condition . . 46 no b4too 000 * @son Gee as 09080994 Duane * o9ownev * * assume * 4 * 00 * asp * a & 60200 woo a a 09 # 6660 seem 1 & 69 * 0 woo stage 3 4 .0 GROUNDWATER CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . 3 4 . 1 Groundwater . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 4 .2 Double Ring Inflitrometer (DRIT) Results . . . . . . . . . . . . . . . . . . . . & 0 0 . . . . . . . . . . . . . . . . . . . . . . . . . . d a a . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4 . 3 Enviromental Classification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5 . 0 ENGINEERING EVALUATION AND RECOMMENDATIONS — BRIDGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 1 General . a a 0 6 0 6 0 0 0 W waves 06 am me be 04 * * , * * boot a a * 06660044 Goa * some a we @move * * * no * 00 * * * a 0 * 60 go * * no was * * & assets@ 0490 # 0 5 5 .2 Deep Foundation Analysis . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 3 Concrete Pile Installdion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 .4 Test Pile Program . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 5 . 5 Disclaimer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 6 . 0 REPORT LIMITATIONS . . . . . . . . . . . . . . . . d 6 4 * 4 9 p 0 a a 4 0 a 6 0 W a a a 0 a a a 9 a a 0 a 0 & a a 5 0 0 9 9 a a a 6 a 6 0 4 W a a 0 0 0 0 0 W 0 a a a a 0 a 0 0 0 a 0 a 0 a 0 & 0 a a 1 0 0 0 0 a a 6 0 a a a a a a 0 & 0 4 a a W7 APPENDIX - SITE PLAN SOIL PROFILES LABORATORY TEST RESULTS SPT97 PILE CAPACITY ANALYSIS RESULTS CORROSION SERIES DATA ARCADIS 1 Tierra Project No. : 661145417 1 . 0 PROJECT DESCRIPTION The project, as we understand it, consists of the road improvements including bridge replacement of the existing bridges along 66th Avenue intersecting with 33rd, 37th and 45th Streets, as well as the 66th Avenue Bridge intersecting with North Relief Canal, in Indian River County, Florida . The purpose of this study was to provide Geotechnical (i . e . soils and groundwater) input to the design team during the evaluation phase of the proposed bridge replacement . 2.0 SCOPE OF SERVICES The study was performed to obtain information on the existing subsurface conditions along the project alignment to assist in the design of the construction plans for the bridge replacement. For this , the following services were provided : _ 1 . Reviewed readily available published topographic and soils information. This information was obtained from the " Soil Survey of Indian River County, Florida" published by the United States Department of Agriculture (USDA) Soil Conservation Services (SCS) . , 2 . Performed a Geotechnical field study for the proposed road improvements . This included a total of eight (8) Standard Penetration Test (SPT) borings drilled to a depth of 75 feet below the existing grade for the proposed bridge replacements . 3 . Performed a limited laboratory testing routine to establish the soil properties along the roadway alignment using the ASTM Soil Classification System . The laboratory testing included grain size analysis, moisture content determination, and organic content (if needed) . 4 . A total of four (4) Double Ring Infiltrometer (DRIT) tests . 5 . Prepared this Geotechnical Engineering services Report for the project . These Geotechnical Services were performed in general accordance with FDOT Standards "Soils and Foundations Manual" . The scope of our services does not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil , groundwater, or surface water within or beyond the site studied . Any statements in this report regarding odors , staining of soils , or other unusual conditions observed are strictly for the information of our client . i ARCADIS 2 Tierra Project No. : 661145417 3 . 0 EXPLORATION RESULTS 3 . 1 Review of USDA Soil Survey, Indian River County, Florida Review of the "Soil Survey of Indian River County Area, Florida," prepared by the United States Department of Agriculture (USDA) Soil Conservation Service (SCS) indicates that the project alignment is mapped predominantly as Wabasso fine sand, Winder fine sand, Pineda fine sand, and Jupiter fine sand. Wabasso fine Sand : This soil is nearly level, poorly drained in broad flat-woods . The water table is at a depth of 10 to 40 inches for more than 6 months in most years and at a depth of less than 10 inches for 1 to 2 months, for the rest of the year. Winder fine Sand : This soil is nearly level and poorly drained . It is on low hammocks, and in poorly defined drainage ways . In most years and under natural conditions, the water table is within a depth of o to 10 inches of the surface for 2 to 4 months and within a depth of 10 to 40 inches for about 4 to 6 months or more . Only for short periods in dry seasons is dthe water table below a depth of 40 inches . Pineda fine Sand : This soil is nearly level and poorly drained. It is on low hammocks and in broad, poorly defined sloughs . The water table is above the surface for a short period, after heavy rainfall . Its is within a depth of 10 inches of the surface for 1 to 6 months and at a depth of 10 to 40 inches for more than 6 months . Jupiter fine Sand : This soil is shallow, nearly level and poorly drained. It is on low flats on hammocks. In most years and under natural conditions , the water table is within a depth of o to 10 inches of the surface for 2 to 4 months in the wet season. Some areas are covered with shallow water for brief periods . In drained areas , the water table fluctuates with the water table in canals and ditches . It recedes to a depth below the Limestone bedrock in the dry season. 3 .2 Field Explorations Sub-soils at the proposed bridge replacements were explored by a total of eight (8 ) Standard Penetration Test (SPT) borings, drilled to a depth of 75 feet below the existing grade at both ends (north and south sides) of the bridges , along 66th Avenue , intersection with at 33 `d, 37" and 45' streets . Also, two (2) SPT borings , drilled at both ends (north and South) of the existing bridge at 66th Avenue, over the North Relief Canal, in Vero Beach, Indian County, Florida. . The samples of the in-place soils were returned to our laboratory for classification by a geotechnical engineer. The samples were visually classified in general accordance with the ASTM Soil Classification System . Approximate locations of the borings are presented in the Appendix . Soil profiles for the SPT borings at the bridge locations are also presented in the Appendix . ARCADIS 3 Tierra Project No. : 661145417 3 .3 General Soil Condition The sub-soils encountered in the borings typically consisted of Sands , silty Sands , and Sand with shell fragments . A thin layer of topsoil was encountered at almost all the borings . The following table describes the various soil strata that were found during the study as well as usage recommendations per the FDOT Roadway Design Standards . IF IF I IF IF I STRATUIF IF I M TYPE ASTMIF FDUT SOIL IF CLASSIFICATION DESIGNATION 1 Brown to gray fine Sand SP SELECT 2 Brown to gray, fine Sand w/ shell SP SELECT fragments . _ - 3 Brown to gray, slightly silty to silty Sand SP = SM SELECT 4 Brown to gray , slightly silty to silty Sand, SP — SM SELECT with shell fragments 5 Brown to gray, silty Sand, with shell SM SELECT fragments 6 Brown to gray, silty Sand, with many shell SM PLASTIC fragments 7 Gray, silty Sand, with many shell fragments SM PLASTIC A Geotechnical engineer bases soil stratification on a visual review of the recovered samples , laboratory testing, and interpretation of the field boring logs . The boring stratification lines represent the approximate boundaries between soil types of significantly different engineering properties ; however, the actual transition may be gradual . In some cases , small variations in properties not considered pertinent to our engineering evaluation may have been abbreviated or omitted for clarity . The boring profiles represent the conditions at the particular boring location and variations do occur among the borings . 4 .0 GROUNDWATER CONDITIONS 4. 1 Groundwater The groundwater table was measured at the boring locations following termination of drilling and after a short stabilization period on the order of five ( 5) to ten ( 10) minutes . The depth to the water table at the sampled locations generally ranged from 4 . 0 to 12 . 0 feet below the existing grades . The groundwater table measured at each of the boring location is presented on the boring profiles in the Appendix . ARCADIS 4 Tierra Project No. : 6611 -05417 Groundwater conditions will vary with environmental variations and seasonal conditions, such as the frequency and magnitude of rainfall patterns, as well as man-made influences (i . e . existing canals , swales, drainage ponds, under drains and areas of covered soils like, paved parking lots and sidewalks) . Fluctuation should be anticipated. In our opinion, the groundwater level at the bridge locations will be controlled by the water level at the canals . 4 .2 Double Ring Infiltration Test (DRIT) Results Four (4) Double Ring Infiltration Tests were performed to determine the infiltration characteristics of the near surface soils at the projected bridge replacement locations . The approximate locations of the tests are included on the Site Plan in the Appendix . Double Ring Infiltration Test (DRIT) is performed by advancing two rings into the ground, at the test depth elevation, approximately 6 inches . The inner ring - is approximately , 12 inches in .. diameter. The outer ring is approximately 3 feet in diameter. Water is allowed to flow freely into the outer ring, and a constant head level of 12 inches is established . Water is placed into the inner ring continuously, maintaining the same 12 inch head level , but the volume of water placed into the ring is measured and recorded in 15 -minute intervals . The test is continued over a 4. hour period . Following the completion of the test, the infiltration rate is established by determining the average volume of water that flows through the cross sectional area of the inner ring per a given time increment . The rate is reported in a unit length per time increment. The infiltration tests results are as follows : DRITTest Depth Below Grade Infiltration Rate Test Location Number (ft) (ftlday) , 1 66" Avenue and 33 ` St. 0 . 5 0 . 25 2 66` Avenue and 37 St 0 . 5 0 . 25 3 66t Avenue and 45 ' St 0 . 5 No infiltration 4 661Avenue and North 0 . 5 3 . 38 Relief Canal 4.3 Environmental Classification We performed corrosion tests on recovered samples . The test results obtained are presented in the Appendix and have been classified in accordance with the FDOT ' s " Structures Design Guidelines (LRFD)", Topic No . 625 -020- 154-b . The environmental classification of the soil for each bridge structure and superstructures is "Slightly Aggressive" . i ARCADIS 5 Tierra Project No. : 6611A5417 5 .0 ENGINEERING EVALUATION AND RECOMMENDATIONS — BRIDGES 5. 1 General Based on the results of the field and laboratory testing program completed to date for this project, it is our opinion that the sub- soils at the proposed bridge replacement locations are suitable for the support of the proposed structures , provided that a deep foundation system is utilized. 5.2 Deep Foundation Analysis Based on the results of our field and laboratory testing, we recommend that the piling be driven to depths between 30 to 64 feet below existing grade . The following Pile Installation Table should be utilized -for the bridge structure . Maximum Allowable Pile Load (Tons) for 18 . inch. Square Concrete Piles Depth, Ft Bridge # 1 Bridge # 2 Bridge # 3 . 66th # 4 66th Av & 33` a St. 66`h Air & 37th St. 66`.h Av & 45th St: 66 Av & North . _ Relief Canal 30 26 63 35 19 40 69 81 67 50 50 114 112 141 59 60 153 119 147 75 64 164 125 153 75 The Pile Installation Table was prepared utilizing the results of the subsurface exploration program . The information was utilized to generate axial capacities based on the " SPT 97" FDOT program based on Bulletin 121 . The analysis is presented in the Appendix on this report 5 .3 Concrete Pile Installation Pile installation should be carried out in accordance with the Florida Department of Transportation Standard Specifications, Section 455 . The FDOT Standard Specifications , Section 455 include some general guidelines to estimate the minimum ram weight and hammer energies for the driving of precast and pre- stressed concrete piles , and provide guidelines for the selection of hammer energies based on pile allowable capacities and sizes . The Wave Equation Analyses should be performed to assess the drivability of the pre-stressed concrete piles in the type of subsurface conditions encountered at this site . The analyses may be performed using either the GRLWEAP computer software developed by Goble and Rausche , or the latest version of the FHWA sponsored WEAP software . ARCADIS 6 Tierra Project No. : 661145417 5.4 Test Pile Program We recommend that a test pile program be conducted to verify driving conditions and refine estimates of pile lengths . As indicated in the FDOT Structures Design Guidelines , we i recommend as a minimum , one test pile for the bridge structure . The test pile should be at least 15 feet longer that the estimated production piles. In general, the test pile needs to be installed near the boring locations , where results of our analyses show that the required pile lengths to obtain the recommended compression capacity of the piles are the longest. Test piles should be tested and monitored in accordance with FDOT Standard Specification Section 455 . The primary purpose of the test pile program will be to evaluate the capacities of the proposed piles at the recommended embedment depths . They will also give an indication of the degree of difficulty that may be expected during installation of the piles, notably, where the piles are to be driven through dense soils . We also recommend that the test pile be dynamically monitored using the Pile Driving Analyzer (PDA) . This monitoring will ensure allowable stress levels are not exceeding during hard driving and provide documentation regarding allowable design loadings . A CAPWAP Analysis should also be performed on selected conditions during evaluation of the PDA results . The installation of the test piles should be carried out in accordance with Florida Department of Transportation Standard Sp9cifications Section 455 . Some problems may develop during pile driving into hard cemented layers . Pile driving should be as continuous an operation as possible and should proceed without stopping over the last 10 feet of penetration . During pile installation, the contractor should exercise caution as not to overstress the piles . Piles should not be driven beyond practical refusal (as defined in the MOT Standard Specifications) to meet the bearing requirements . Some variations in pile lengths should be expected due to normal variations in subsurface conditions . 5 . 5 Disclaimer In Federal Register, Volume 54 , No . 209 (October, 1989) , the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations , 29 CFR, part 1926 , Subpart P . " This document was issued to better ensure the safety of workmen entering trenches or excavations . It is mandated by this federal regulation that all excavations , whether they be utility trenches, basement excavations or footing excavations, be constructed in accordance with the new OSHA guidelines . It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties . The Contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope , or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom . The Contractor' s responsible person, as defined in 29 CFR, Part 1926 , should evaluate the soil exposed in the excavations as part of the Contractor ' s safety procedures . In no case should slope height, slope inclination, or F; ARCADIS 7 Tierra Project No. : 6611-05417 excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations . We are providing this information solely as a service to our client . TIERRA is not assuming responsibility for construction site safety or the Contractor ' s activities ; such responsibility is not being implied and should not be inferred. 6. 0 REPORT LIMITATIONS Our Geotechnical engineering evaluation of the site and subsurface conditions with respect to the planned roadway widening and bridge replacement and our recommendations for site preparation are based upon the following : ( 1 ) site observations, (2) the field exploratory test data _obtained during _the geotechnical study, and (3 ) our understanding of the project information and anticipated final grades as presented in this report. If the final grades vary considerably from those stated, or when final cross-sectional data becomes available, please contact our offices so that we can review our recommendations . Furthermore, upon the discovery of any site or subsurface conditions during construction, which appears to deviate from the data obtained during this Geotechnical exploration, please contact us immediately so that we may visit the site , observe the differing conditions, and evaluate the new information with regards to our evaluation and recommendations contained herein. The recommendations presented previously represent design and construction techniques that we feel are both applicable and feasible for the planned construction . We recommend, however, that we be provided the opportunity to review the final foundation plans and the earthwork construction specifications to evaluate whether our recommendations have been properly interpreted and implemented . The geotechnical engineer warrants that the findings , recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This geotechnical report has been prepared for the exclusive use of Lawson Noble & Webb (ARCADIS), for the specific application to the proposed bridge replacements of 661h Avenue, intersections with 33`d, 37th and 45th Streets, as well as the bridge along 6e Avenue , over the North Relief Canal in Vero Beach, Indian River County, Florida. APPENDIX Site Plan Soil Profiles Laboratory Test Results SPT97 Pile Capacity Analysis Results Corrosion Series 0� 47 fiM AKM4 M a0 C-0 QrriH W r r d q L E G E N D ISO AUGER BORING LOCATION OO DOUBLE RING INFILTRATION TEST (DRIT) 1 - THIS DRAWING IS FOR ILLUSTRATIVE PURPOSES ONLY. NOT TO SCALE 2- TEST PIT LOCATIONS SHOULD BE CONSIDERED APPROXIMATED. 1100 . Rm ; alp. BORING LOCATION PLAN Luke 561- 7- 12J JJO6I 9rn �� ti wy 561-5l7- 12J2 a ENGBUSINEER LOF RE Na. 64B 66TH AVE IMPROVEMENTS c�a q. ENGINEER ()F REm(MB: <awn /+m[n xx i PRV Krmhnosamy P. _ INDIAN RIVER 6611 -OS-� 17 INDIAN RIVER, FLORIDA A E BORING No. : B - 1 B - 2 B- 3 B - 4 B - 5 B - 6 B - 7 B - 8 O N rTOPSOIL 6' N rTOPS0IL 6' N 5 TOPSOIL 6' N rTOPS01l 6' N rTOP501L fi' N 2 TOPSOIL 6' N rTOP501L 3' N rTOPSOIL 3' sa 50 'v / :rr / 3.es / (D 510 '0 / 5'a 6y ; OO arum ai1p' 3 ry 5 a, ros l,W a,w 2 Q 1 12 0'y i O 1 i Q Ir12 Dv 0 O Ir ams177, O 20 ' ' 02 © 02 ' ' O 20 4 . 7 7 O 4 W OO 4O 2 O O T O3 W 2,5 2 7 Q 02 Z ,40 6 ' 5 2 5 3 40 z M 5 ' © 5 1 Q 3 1 / 1 W 50/r; 5 1 65 O 6 O W 0 3 O 3 61 3 ' 50/ • 1 O2 1 ' 0 60 50/ . i i 03 SO/ O 3 O 3H O 4 3.0 60 4 75 2j4$ O 3 O © ' 4 p 4 + O 70 74 02 ( 70 5 75 2 3 2 4 1 2 75 SCALE: 1 " = 1O'V L E G E N D 0 O - BROWN TO GRAY, FINE SAND (SP) BROWN TO GRAY, FINE SAND WITH SHELLS (SP) - BROWN TO GRAY, SLIGHTLY SILTY TO SILTY SAND (SP-SM) (SP) Unified Soil Classification System 5.0 •., Groundwater Depth in feet, Group Symbol (ASTM D 2488) ra,Im with date of reading . ® - BROWN TO GRAY SLIGHTLY SILTY TO SILTY SAND WITH SHELLS (SP-SM) N Number of blows of a 140 Ib. hammer freely falling a distance of 30 inches, Borings were drilled on October and BROWN TO GRAY SILTY SAND WITH TRACE OF SHELLS (SM) required ami edr to odlsive a of inchidiameter is seter November of 2005 using a Mobil P B-50 drilling rig. ® © - BROWN TO GRAY, SILTY SAND WITH SHELLS (SM) (ASTM D 1586) GRAY VERY SILTY SAND WITH SHELLS (SM) 1100 Bom N Drive a... M rqm Loke Wwlh, Flmdo 33461 a.4. SOILS PROFILE ' a.0 rao, pD � 561-547- 1232 a 4 1`1 0"s/oeae Gitanes No. 646 ccorzo"au. ENOINEER OF RECORD: 66TH AVE IMPROVEMENTS 2 ros.+• M 4,r YbYNN: ec P.E. License-ft . , 567 - INDIAN RR R 66711 -05-417 INOLW RIVER, FLORIDA 33rd Street . out D STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 1 Project No : 6611 - 05417 Bridge @ 66th AV & 33rd St I Boring No : B - 1 , B - 2 FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATION INPUT FILE NAME 33rd Street . in RUN DATE 11/ 22 /05 RUN TIME 11 : 30 : 57 PROJECT NUMBER 6611- 05417 JOB NAME Bridge @ 66th AV & 33rd St SUBMITTING ENGINEER Luis Ponce BORING NO . B - 11B - 2 DRILLING DATE 11/ 20 /05 STATION NO . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS ( CAPACITY VS . TIP ELEVATION ) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 1 Project No : 6611 - 05417 Bridge @ 66th AV & 33rd St 1 Boring No : B - 11B - 2 1 B . BORING LOG . DEPTH ( FT) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY NO . D ( I ) ( FT) N ( I ) ST ( I ) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Page 1 i 33rd Street . out 1 6 . 0 - 6 . 0 6 . 0 2 2 8 . 0 - 8 . 0 7 . 0 2 3 15 . 0 - 15 . 0 3 . 0 2 4 20 . 0 - 20 . 0 16 . 0 3 5 25 . 0 - 25 . 0 39 . 0 3 6 30 . 0 - 30 . 0 4 . 0 2 7 35 . 0 - 35 . 0 5 . 0 2 8 40 . 0 - 40 . 0 35 . 0 3 9 45 . 0 - 45 . 0 58 . 0 4 10 50 . 0 - 50 . 0 80 . 0 4 11 55 . 0 - 55 . 0 62 . 0 3 12 60 . 0 - 60 . 0 100 . 0 3 13 65 . 0 - 65 . 0 60 . 0 4 14 70 . 0 - 70 . 0 51 . 0 4 15 75 . 0 - 75 . 0 31 . 0 4 SOIL TYPE LEGEND 0 BOTTOM OF BORING 1 - PLASTIC CLAYS 2 - CLAY/ SILT SAND MIXTURES , SILTS & MARLS 3 - CLEAN SAND 4 - SOFT LIMESTONE , VERY SHELLY SANDS 5 - VOID ( NO CAPACITY) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 3 Project No : 6611 - 05417 Bridge @ 66th AV & 33rd St Boring No : B - 11B - 2 C . PILE INFORMATION --------------------- --------------------- TEST PILE SECTION ISECT = 1 { concrete pile , square section } WIDTH OF PILE WP = 18 . 00 INCHES D . PILE CAPACITY VS . PENETRATION ---------------------------------- TEST PILE ULTIMATE MOBILIZED ESTIMATED ALLOWABLE ULTIMATE PILE TIP SIDE END DAVISSON PILE PILE LENGTH ELEV FRICTION BEARING CAPACITY CAPACITY CAPACITY ( FT) ( FT) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20 . 0 - 20 . 0 20 . 98 38 . 83 59 . 81 29 . 91 137 . 46 21 . 0 - 21 . 0 22 . 84 39 . 19 62 . 03 31 . 02 140 . 41 22 . 0 - 22 . 0 24 . 98 39 . 93 64 . 91 32 . 46 144 . 78 23 . 0 - 23 . 0 27 . 66 40 . 54 68 . 20 34 . 10 149 . 29 24 . 0 - 24 . 0 31 . 23 40 . 50 71 . 73 35 . 87 152 . 73 25 . 0 - 25 . 0 36 . 24 39 . 31 75 . 55 37 . 78 154 . 18 26 . 0 - 26 . 0 40 . 66 35 . 64 76 . 30 38 . 15 147 . 57 27 . 0 - 27 . 0 43 . 77 32 . 30 76 . 07 38 . 04 140 . 68 28 . 0 - 28 . 0 46 . 00 29 : 95 75 . 94 37 . 97 135 . 84 29 . 0 - 29 . 0 47 . 33 28 . 39 75 . 72 37 . 86 132 . 51 30 . 0 - 30 . 0 47 . 77 3 . 24 51 . 01 25 . 50 57 . 48 Page 2 33rd Street . out 31 . 0 - 31 . 0 47 . 90 3 . 29 51 . 19 25 . 59 57 . 76 32 . 0 - 32 . 0 48 . 08 4 . 44 52 . 52 26 . 26 61 . 40 33 . 0 - 33 . 0 48 . 34 7 . 38 55 . 72 27 . 86 70 . 47 34 . 0 - 34 . 0 48 . 78 12 . 79 61 . 56 30 . 78 87 . 13 35 . 0 - 35 . 0 49 . 47 21 . 35 70 . 81 35 . 41 113 . 51 36 . 0 - 36 . 0 50 . 55 33 . 59 84 . 15 42 . 07 1518* 34 37 . 0 - 37 . 0 52 . 20 42 . 97 95 . 18 47 . 59 181 . 12 38 . 0 - 38 . 0 54 . 33 52 . 78 107 . 11 53 . 55 212 . 67 39 . 0 - 39 . 0 56 . 94 62 . 85 119 . 79 59 . 89 245 . 48 40 . 0 - 40 . 0 64 . 62 72 . 58 137 . 20 68 . 60 282 . 35 41 . 0 - 41 . 0 68 . 14 73 . 07 141 . 21 70 . 61 287 . 36 42 . 0 - 42 . 0 70 . 94 74 . 57 145 . 51 72 . 76 294 . 66 43 . 0 - 43 . 0 73 . 29 77 . 03 150 . 32 75 . 16 304 . 38 44 . 0 - 44 . 0 75 . 41 80 . 29 155 . 70 77 . 85 316 . 28 45 . 0 - 45 . 0 83 . 30 114 . 54 197 . 84 98 . 92 426 . 92 46 . 0 - 46 . 0 86 . 61 115 . 27 201 . 88 100 . 94 432 . 43 47 . 0 - 47 . 0 89 . 68 117 . 36 207 . 05 103 . 52 441 . 78 48 . 0 - 48 . 0 92 . 65 120 . 57 213 . 21 106 . 61 454 . 35 49 . 0 - 49 . 0 95 . 61 124 . 50 220 . 11 110 . 06 469 . 11 50 . 0 - 50 . 0 98 . 65 128 . 82 227 . 47 113 . 74 485 . 10 51 . 0 - 51 . 0 102 . 06 133 . 41 235 . 47 117 . 74 502 . 29 52 . 0 - 52 . 0 106 . 13 138 . 23 244 . 36 122 . 18 520 . 81 53 . 0 - 53 . 0 110 . 89 143 . 13 254 . 02 127 . 01 540 . 29 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 4 i I Project No : 6611 - 05417 Bridge @ 66th AV & 33rd st I ' Boring No : B - 1 , B - 2 I D . PILE CAPACITY VS . PENETRATION (CONTINUED ) ---------------------------------- ( FT) ( FT) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 54 . 0 - 54 . 0 116 . 36 148 . 01 264 . 38 132 . 19 560 . 40 55 . 0 - 55 . 0 127 . 10 144 . 02 271 . 12 135 . 56 559 . 16 56 . 0 - 56 . 0 133 . 93 144 . 04 277 . 96 138 . 98 566 . 03 57 . 0 - 57 . 0 140 . 70 144 . 12 284 . 82 142 . 41 573 . 05 58 . 0 - 58 . 0 147 . 39 144 . 32 291 . 71 145 . 85 580 . 34 59 . 0 - 59 . 0 153 . 95 144 . 70 298 . 65 149 . 33 588 . 06 60 . 0 - 60 . 0 160 . 37 145 . 32 305 . 69 152 . 85 596 . 33 61 . 0 - 61 . 0 166 . 45 146 . 03 312 . 48 156 . 24 604 . 54 62 . 0 - 62 . 0 171 . 99 146 . 66 318 . 65 159 . 33 611 . 97 63 . 0 - 63 . 0 177 . 07 147 . 07 324 . 14 162 . 07 618 . 28 64 . 0 - 64 . 0 181 . 72 147 . 13 328 . 85 164 . 43 623 . 12 * * * THE MAXIMUM PILE LENGTH HAS BEEN REACHED NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES . 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS Page 3 33rd Street . out 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 2 0 Page 4 i 37th Street . out 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 1 Project No : 6611 - 05417 66th AV Improvements Boring No : B - 3 & 8 - 4 FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATION INPUT FILE NAME 37th Street . in RUN DATE 11/ 22 / 05 RUN TIME 11 : 45 : 00 PROJECT NUMBER 6611 - 05417 JOB NAME 66th AV Improvements SUBMITTING ENGINEER Luis Ponce i BORING NO . B - 3 & B - 4 DRILLING DATE 11/ 19/05 STATION NO . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS (CAPACITY VS . TIP ELEVATION ) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 1 1 Project No : 6611 - 05417 66th AV Improvements 1 Boring No : B - 3 & B - 4 I B . BORING LOG --------------- --------------- DEPTH ( FT) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY N0 . D ( I ) ( FT ) N ( I ) ST ( I ) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Page 1 + — — + — + o I I I ii ii n i o II II 1 -�• u- II II I O (D I H t I r II H II H I tO n I n I WNN N NN N NUJ N NN I r, m -o -I II r E -i II r I rfi I I O tD 00 V M Ln -Ph w N F� O I ZHm 11 m H m 11 m I z I '0 1 1 � 61rLA II v N II 1 0 z 1 H I 0000000000o I mmmi 11 n -i -I II H 1 • • O I r IhIF' 1- � NMAHIMA 1 = II > _ II Tzl 1 • • 1 m I tn .PwNl-AotD00VQ1VIJpohwNh4 II D O H II O i W 01 1 00 1 11 n m1 r II .� 1 I Ql 1 �I1 I tnAWNI � O II H m 11 3 1 w H+ I D I 1 1 I 1 I I I 1 I 1 1 II QMq m 11 D I Fml 1 X I WNN N IV NNN N N IV I rlm -iv II =< H (n 11 �i 1 Qo I I H I 11 I I I 1 Co a a a 9 0 6 a v a-mo o j m wo r II < m n II O 1 Do tn 1 6) 1 00000000000 I < m II (n —1 11 z 1 1 A i I < (nnnwoW II • H 11 I A F " I n t 00r7r0 II O 1 N I D I H mDD -mi II mo z I 1- mo I v -{ DLA *Mi NNO1OltntnAAWWNNF-t 1 ml C II Z I I n i � r z (\n H 3 tnotnC> notnotoOtnOtnmm I X70 r II m 1 1 H I z H (n H n OOo000000000000 tntntnAAAW W N N N I -1HLn - 1 II �f I I I 03Dr O 00ANV w O WNW NJ 1 0 ('1HH 11 X I I I m z --Inm1 1 I Z 0 :9 11 D 1 I I n V1 v r 1 to NN WNw 01 tDH A01N 1 (AHm > II -i I I D I D -I w > w 1 0 w w N 0001000o to W o N 1 v O -I 11 H I I Z I m Dw< O 1 H 1 z m II O 1 I D I Dz z (nw I r W 11z 1 Irl nm v HI N mol 1 II 1 1 H i H - 3 6zl i d< rot CA < H I Mo I I I I I I I I I I I I I m NNFmAFpl' I nM O r•, I O11 (n I m x I V V O1 O) to to A as W W IV N N I I W 00000000ON .~A00)) AtN» wINv00 1 O D m H co O i S i 1 M< c I r a 0 a 0 a a * 0 ( oOtnOtna 9 (D • • • 8 0 0 0 • • • • I z � z r 7 I 1 1 � I m o 0 0 0 0 0 0 0 0 o O o 0 o O M, N O1 N tD N w N O1 IMA w w I N H v H n I D I 1 N m I Gl NQ11v0O) 0tnAlDNNNO1 1 � z N n I < I I I 2 In I m m 1 n m rD 1 I 1 m - I z rt 1 v r+ 1 H I N I r I v O m 1 a 1 1 r V1 I = I � i � I%jult�ilOM0t~nO00tDED i mI -Do < - i E —Ln n i < i V i D (mil OIWVNOtolDA0a1N 1 ODHH M (D -{ 1 (D 1 I z WNWwAANWNwNW I zn (n31 a I I p 20 wtDtntotDF" W00X10toWAtoA AAtnNOviF4WtnAOI 1 LAHtn > II - II I (D I I (n . . . . . . . . . . . . . . . tDF rNAO1wNw0bO1NW 1v � zm 1 rt 1 1 D 000000000O00oo0 I v C I to I 1 ;o I LA 1 n D o~0 (rD ~ I / \ D r I I I OIN N m w N to to tnA A 1 -I ma m r otn I I I Wmm IMA ON -Ph N0wm 1 ODHO O (D I I I I Z n r E n 1 I I N N V W O VtoA NNw I (AH m D H rt I I I AO 0) NWQl01N00WI =A I % / -I W Z �• I 1 I I w< r n0 I 1 I A A W WA A W w W W A W N NJ NJ I m 2 3 I I I M Uvi m I Ln 1 n c 1 1 � NWwwWwNNNNN 1 /1D r I I (D I Mto01tOW00totoAWW I -q 'a 'oEWA I I I WotDNNtotDNA00W 1 ODHH 1 I I OO1 tD O1NNW NwNW I z(nHm > 1 I I HAwN4M " UDNoOA I L/ -1 -q I I W I I m< m I I I I1 37th Street . out 31 . 0 - 31 . 0 61 . 55 68 . 33 129 . 88 64 . 94 266 . 54 32 . 0 - 32 . 0 64 . 81 68 . 41 133 . 22 66 . 61 270 . 03 33 . 0 - 33 . 0 67 . 92 68 . 59 136 . 51 68 . 26 273 . 70 34 . 0 - 34 . 0 70 . 82 69 . 00 139 . 82 69 . 91 277 . 81 35 . 0 - 35 . 0 73 . 48 69 . 71 143 . 19 71 . 59 282 . 62 36 . 0 - 36 . 0 76 . 19 70 . 56 146 . 75 73 . 37 2878687 37 . 0 - 37 . 0 79 . 24 71 . 29 150 . 53 75 . 26 293 . 10 38 . 0 - 38 . 0 82 . 73 71 . 69 154 . 42 77 . 21 297 . 81 39 . 0 - 39 . 0 86 . 76 71 . 58 158 . 34 79 . 17 301 . 50 40 . 0 - 40 . 0 91 . 43 70 . 78 162 . 21 81 . 11 303 . 78 41 . 0 - 41 . 0 96 . 05 70 . 04 166 . 09 83 . 05 306 . 16 42 . 0 - 42 . 0 99 . 93 69 . 99 169 . 93 84 . 96 309 . 91 43 . 0 - 43 . 0 102 . 87 71 . 06 173 . 93 . 86 . 96 316 . 04 44 . 0 - 44 . 0 104 . 91 73 . 43 178 . 34 89 . 17 325 . 21 45 . 0 - 45 . 0 106 . 19 77 . 35 183 . 54 91 . 77 338 . 24 46 . 0 - 46 . 0 107 . 29 82 . 23 189 . 52 94 . 76 353 . 98 47 . 0 - 47 . 0 108 . 60 87 . 53 196 . 12 98 . 06 371 . 18 48 . 0 - 48 . 0 110 . 12 93 . 08 203 . 20 101 . 60 3 &9 . 36 49 . 0 - 49 . 0 112 . 73 97 . 10 209 . 83 104 . 91 404 . 02 50 . 0 - 50 . 0 123 . 09 100 . 67 223 . 76 111 . 88 425 . 10 51 . 0 - 51 . 0 125 . 54 100 . 94 226 . 48 113 . 24 428 . 35 52 . 0 - 52 . 0 128 . 05 101 . 43 229 . 48 114 . 74 432 . 34 53 . 0 - 53 . 0 130 . 69 101 . 78 232 . 47 116 . 23 436 . 03 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 4 I Project No : 6611 - 05417 66th AV Improvements 1 Boring No : B - 3 & B - 4 D . PILE CAPACITY VS . PENETRATION (CONTINUED) ( FT) ( FT) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 54 . 0 - 54 . 0 133 . 50 101 . 73 235 . 23 117 . 62 438 . 70 55 . 0 - 55 . 0 136 . 53 101 . 02 237 . 54 118 . 77 439 . 58 56 . 0 - 56 . 0 139 . 63 99 . 72 239 . 35 119 . 67 438 . 78 57 . 0 - 57 . 0 142 . 89 98 . 95 241 . 84 120 . 92 439 . 75 58 . 0 - 58 . 0 146 . 35 98 . 63 244 . 98 122 . 49 442 . 24 59 . 0 - 59 . 0 150 . 03 98 . 36 248 . 39 124 . 19 445 . 10 60 . 0 - 60 . 0 153 . 91 83 . 99 237 . 91 118 . 95 405 . 89 61 . 0 - 61 . 0 157 . 90 83 . 92 241 . 82 120 . 91 409 . 65 62 . 0 - 62 . 0 161 . 89 83 . 73 245 . 62 122 . 81 413 . 07 63 . 0 - 63 . 0 165 . 88 83 . 43 249 . 31 124 . 65 416 . 16 64 . 0 - 64 . 0 169 . 87 83 . 02 252 . 89 126 . 45 418 . 93 * * * THE MAXIMUM PILE LENGTH HAS BEEN REACHED NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES , 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS Page 3 37th street . out 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 1 0 Page 4 45th Street . out 0 I STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 I Project No : 6611- 05417 66th AV . Improvememnts I Boring No : B - 5 & B - 6 FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY_ OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATION INPUT FILE NAME 45th Street . in RUN DATE 11/ 22 /05 RUN TIME 13 : 05 : 25 PROJECT NUMBER 6611 - 05417 JOB NAME 66th AV , Improvememnts SUBMITTING ENGINEER Luis Ponce BORING NO . B - 5 & B - 6 DRILLING DATE 10/ 31/05 STATION N0 . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS (CAPACITY VS . TIP ELEVATION ) 0 I STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 I Project No : 6611 - 05417 66th Av . Improvememnts I Boring No : B - 5 & B - 6 I Be BORING LOG DEPTH ( FT ) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY N0 . D ( I ) ( FT) N ( I ) ST ( I ) Page 1 45th Street . out 1 6 . 0 - 6 . 0 7 . 0 2 2 8 . 0 - 8 . 0 5 . 0 2 3 15 . 0 - 15 . 0 9 . 0 2 4 20 . 0 - 20 . 0 2 . 0 2 5 25 . 0 - 25 . 0 CO 2 6 30 . 0 - 30 . 0 9 . 0 3 7 35 . 0 - 35 . 0 48 . 0 3 8 40 . 0 - 40 . 0 57 . 0 3 9 45 . 0 - 45 . 0 69 . 0 3 10 50 . 0 - 50 . 0 53 . 0 4 11 55 . 0 - 55 . 0 68 . 0 4 12 60 . 0 - 60 . 0 38 . 0 4 13 65 . 0 - 65 . 0 50 . 0 3 14 70 . 0 - 70 . 0 46 . 0 3 15 75 . 0 - 75 . 0 53 . 0 3 SOIL TYPE LEGEND 0 - BOTTOM OF BORING 1 - PLASTIC CLAYS 2 - CLAY/ SILT SAND MIXTURES , SILTS & MARLS 3 - CLEAN SAND 4 - SOFT LIMESTONE , VERY SHELLY SANDS 5 - VOID ( NO CAPACITY) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 3 I I Project No . 6611 - 05417 66th Av . Improvememnts I Boring No : B - 5 & B - 6 C . PILE INFORMATION --------------------- --------------------- TEST PILE SECTION ISECT = 1 { concrete pile , square section } WIDTH OF PILE WP = 18 . 00 INCHES D . PILE CAPACITY VS . PENETRATION TEST PILE ULTIMATE MOBILIZED ESTIMATED ALLOWABLE ULTIMATE PILE TIP SIDE END DAVISSON PILE PILE LENGTH ELEV FRICTION BEARING CAPACITY CAPACITY CAPACITY ( FT) ( FT) (TONS) (TONS ) (TONS ) (TONS ) (TONS ) 20 . 0 - 20 . 0 22 . 35 3 . 59 25 . 94 12 . 97 33 . 12 21 . 0 - 21 . 0 22 . 35 3 . 63 25 . 99 12 . 99 33 . 25 22 . 0 - 22 . 0 22 . 35 4 . 06 26 . 41 13 . 21 34 . 53 23 . 0 - 23 . 0 22 . 35 4 . 87 27 . 22 13 . 61 36 . 96 24 . 0 - 24 . 0 22 . 35 6 . 06 28 . 42 14 . 21 40 . 54 25 . 0 - 25 . 0 22 . 35 7 . 68 30 . 03 15 . 02 45 . 40 26 . 0 - 26 . 0 22 . 46 10 . 55 33 . 01 16 . 50 54 . 11 27 . 0 - 27 . 0 22 . 76 14 . 95 37 . 71 18 . 85 67 . 60 28 . 0 - 28 . 0 23 . 28 20 . 92 44 . 20 22 . 10 86 . 04 29 . 0 - 29 . 0 23 . 99 28 . 54 52 . 54 26 . 27 109 . 62 30 . 0 - 30 . 0 31 . 15 37 . 76 68 . 90 34 . 45 144 . 42 Page 2 45th Street . out 31 . 0 - 31 . 0 32 . 33 38 . 28 70 . 62 35 . 31 147 . 18 32 . 0 - 32 . 0 33 . 79 39 . 81 73 . 60 36 . 80 153 . 22 33 . 0 - 33 . 0 35 . 53 42 . 24 77 . 77 38 . 88 162 . 25 34 . 0 - 34 . 0 37 . 59 45 . 48 83 . 07 41 . 53 174 . 03 35 . 0 - 35 . 0 40 . 03 49 . 43 89 . 45 44 . 73 188 .. 30 36 . 0 - 36 . 0 42 . 71 54 . 04 96 . 75 48 . 38 204 . 83 37 . 0 - 37 . 0 45 . 51 59 . 38 104 . 88 52 . 44 223 . 64 38 . 0 - 38 . 0 48 . 48 65 . 39 113 . 87 56 . 93 244 . 64 39 . 0 - 39 . 0 51 . 70 71 . 98 123 . 68 61 . 84 267 . 65 40 . 0 - 40 . 0 55 . 19 79 . 13 134 . 32 67 . 16 292 . 58 41 . 0 - 41 . 0 58 . 97 86 . 75 145 . 72 72 . 86 319. 22 42 . 0 - 42 . 0 63 . 02 94 . 83 157 . 84 78 . 92 347 . 49 43 . 0 - 43 . 0 67 . 38 103 . 09 170 . 47 85 . 24 376 . 65 44 . 0 - 44 . 0 72 . 11 111 . 21 183 . 32 91 . 66 405 . 74 45 . 0 - 45 . 0 77 . 22 119 . 06 196 . 28 98 . 14 434 . 39 46 . 0 - 46 . 0 82 . 45 126 . 75 209 . 20 104 . 60 462 . 70 47 . 0 - 47 . 0 87 . 52 134 . 34 221 . 86 110 . 93 490 . 55 48 . 0 - 48 . 0 92 . 37 142 . 06 234 . 44 117 . 22 518 . 56 49 . 0 . - 49 . 0 97 . 03 144 . 29 241 . 32 120 . 66 529 . 90 50 . 0 - 50 . 0 135 . 71 146 . 66 282 . 37 141 . 19 575 . 70 51 . 0 - 51 . 0 138 . 91 146 . 81 285 . 72 142 . 86 579 . 35 52 . 0 - 52 . 0 142 . 19 146 . 94 289 . 13 144 . 57 583 . 01 53 . 0 - 53 . 0 145 . 63 146 . 33 291 . 96 145 . 98 584 . 61 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 4 I Project No : 6611- 05417 66th AV . Improvememnts I I Boring No : B - 5 & B - 6 D . PILE CAPACITY VS . PENETRATION (CONTINUED) -------------------------- ( FT) ( FT) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) 54 . 0 - 54 . 0 149 . 10 143 . 35 292 . 45 146 . 23 579 . 15 55 . 0 - 55 . 0 152 . 66 139 . 02 291 . 68 145 . 84 569 . 72 56 . 0 - 56 . 0 156 . 13 134 . 77 290 . 90 145 . 45 560 . 44 57 . 0 - 57 . 0 159 . 33 131 . 43 290 . 76 145 . 38 553 . 62 58 . 0 - 58 . 0 162 . 27 129 . 03 291 . 30 145 . 65 549 . 36 59 . 0 - 59 . 0 164 . 95 127 . 60 292 . 55 146 . 28 547 . 75 60 . 0 - 60 . 0 167 . 36 127 . 14 294 . 50 147 . 25 548 . 77 61 . 0 - 61 . 0 169 . 98 126 . 86 296 . 85 148 . 42 550 . 57 62 . 0 - 62 . 0 173 . 29 126 . 23 299 . 52 149 . 76 551 . 98 63 . 0 - 63 . 0 177 . 28 125 . 15 302 . 43 151 . 22 552 . 73 64 . 0 - 64 . 0 181 . 95 123 . 55 305 . 50 152 . 75 552 . 59 * * THE MAXIMUM PILE LENGTH HAS BEEN REACHED NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES , 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS Page 3 45th Street . out 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 1 0 Page 4 N Relief Canal Bridge . out 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 Project No : 6611 - 05417 66th AV Improvements Boring No : B - 7 & B - 8 FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATI01� INPUT FILE NAME N Relief Canal Bridge . in RUN DATE 11/ 22 /05 RUN TIME 13 : 22 : 43 PROJECT NUMBER 6611- 05417 JOB NAME 66th AV Improvements SUBMITTING ENGINEER Luis Ponce BORING NO . B - 7 & B - 8 DRILLING DATE 11/ 18 /05 STATION NO . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS (CAPACITY VS . TIP ELEVATION) D STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 Project No : 6611 - 05417 66th AV Improvements Boring No : B - 7 & B - 8 I B . BORING LOG --------------- --------------- DEPTH ( FT) ELEVATION SPT BLOWS/ FT SOIL TYPE ENTRY NO . D ( I ) ( FT) N ( I ) ST ( I ) Page 1 N Relief Canal Bridge . out 1 2 . 0 - 2 . 0 5 . 0 2 2 4 . 0 - 4 . 0 6 . 0 2 3 6 . 0 - 6 . 0 9 . 0 2 4 8 . 0 - 8 . 0 6 . 0 2 5 10 . 0 - 10 . 0 5 . 0 2 6 15 . 0 - 15 . 0 4 . 0 2 7 20 . 0 - 20 . 0 10 . 0 2 8 25 . 0 - 25 . 0 1 . 0 2 9 30 . 0 - 30 . 0 3 . 0 2 10 35 . 0 - 35 . 0 8 . 0 2 11 40 . 0 - 40 . 0 40 . 0 3 12 45 . 0 - 45 . 0 14 . 0 3 13 . 50 . 0 - 50 . 0 7 . 0 3 14 55 . 0 - 55 . 0 1900 3 15 60 . 0 - 60 . 0 42 . 0 4 16 65 . 0 - 65 . 0 7 . 0 2 17 70 . 0 - 70 . 0 20 . 0 3 18 75 . 0 - 75 . 0 19 . 0 3 19 80 . 0 - 80 . 0 20 . 0 3 20 85 . 0 - 85 . 0 20 . 0 3 SOIL TYPE LEGEND - - - - - - - - - - - - - - - 0 - BOTTOM OF BORING 1 - PLASTIC CLAYS 2 - CLAY/ SILT SAND MIXTURES , SILTS & MARLS 3 - CLEAN SAND 4 - SOF+ LIMESTONE , VERY SHELLY SANDS 5 - VOID ( NO CAPACITY) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 3 I Project No : 6611 - 05417 66th AV Improvements 1 Boring No : B - 7 & B - 8 C . PILE INFORMATION --------------------- --------------------- TEST PILE SECTION ISECT = 1 { concrete pile , square section ) WIDTH OF PILE WP = 18 . 00 INCHES D . PILE CAPACITY VS . PENETRATION ---------- ------------------------ ---------------------------------- TEST PILE ULTIMATE MOBILIZED ESTIMATED ALLOWABLE ULTIMATE PILE TIP SIDE END DAVISSON PILE PILE LENGTH ELEV FRICTION BEARING CAPACITY CAPACITY CAPACITY ( FT) ( FT) (TONS ) (TONS ) (TONS ) (TONS ) (TONS ) 20 . 0 - 20 . 0 26 . 57 5 . 28 31 . 85 15 . 93 42 . 42 21 . 0 - 21 . 0 29 . 03 4 . 42 33 . 45 . 16 . 72 42 . 28 22 . 0 - 22 . 0 30 . 91 3 . 70 34 . 61 17 . 30 42 . 02 23 . 0 - 23 . 0 32 . 20 3 . 16 35 . 36 17 . 68 41 . 68 24 . 0 - 24 . 0 32 . 94 2 . 79 35 . 73 17 . 86 41 . 30 25 . 0 - 25 . 0 33 . 11 2 . 61 35 . 71 17 . 86 40 . 92 Page 2 + — — + — + o I i 1 v io II 1 O I D 1 I II I � • u . I —I I I /'1 II 13 (D I H I 1 m 11 H 1 to n 1 n 1 V V V V 010", 0101010101010101 v1 v1 V7 vl to to 1 —{ 11 r I rt I I to ton v, In A A A A A A A A A AWWW W W W w VJ w W N N NN WNh� Otfl00VJ0) LnAWN1-lOt000V01tnA 1 w a 2 m a 9 m 0 0 w a 0 v a a a 1 II m I O Z I H 1 WNI-+ 0 (000 4MtnAWNHOtOWo 4M In AWNI--+ Ot W0 4 0 CC0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 II D i • • 0171C0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 II D w rn i oo I n n n 1 1 0) I m I I m1 II H 1 V H I D ", I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I --I II -I I H I L I I I I I I I I I I I I I I I I I I I I I I I I I I I I I V V V V 01 010101010101010101 to to to Vl to to I I Qo I I H I to to vi to A A A A AA A A A A w w W w w W w w W w N N NN W N FA O 1007 V 01 to A W N H O tO M V OI VI A II 1 O 1 z 1 WNHO (000 VM to AWNHO tO M V aI tri A W N H 0 (4000 V O1 II <0 I W v, I G ) I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 11 En i I FA-tI n i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z 11 O i V i wo i _ SII z i i n H H H H H H H H H H H H I 11 m 1 1 H I NrQF" -- M3 F- PF 000OOlOtOt00000mww II 1 I 1 -{ 1 VVVVVVVVV0101Q1u1V7V7AAAwWWWWWWwww AHIOV -Ph N 00001A N O00tnNt0VtnN O1 ^ 11 D i 1 m< i F- 0001t000V0ltnA w N 00001Wt0u1O01w0 �10) AwNNNNNWZ wn F-+ t0000tOtOtoVwtO001wh+ tO00 1 -{ 11 -I 1 I D I tnV �l00t00001W00toONw01A0000AAtO0Mob Awm1 j mtOo � OOOw01V1-- wO jmp tONN00Nw1.6m0Pt0 I z 11 O i I z 1 VVwON00tOwh' NAa) toNWa) oAtONtONNu1WF`� OOJ 1 N 11 z 1 I r l �- I M I I I (n 1 yh I I 01 I H I wo I r"1 1 Ol I V1 1 rn Cu A A A to w w N lv Fv A A AA to to 010101 Ln to I n n I rt 1 I A A .A A A wwwwww A A AAAA w N NH N wtr100ow000AnA00 tOttnwtONNOO CIi S 01 .ANI--t0t000V V0 00tOHAOD w • w0 nOAt001Au.IwNNw . . . 0 Z 1 I I. . . . . . . . . . . . . . . . . . . . . 0 . . . . . . . . a . . . . . . . . W OI N N N V O1H H 00100 tD tD W N to A O V I z -1 I D I I 011--I OIN NN Ntn In l--A F.A w 0001 w w w V V7 m N V1 W 01 w A WNA001VOltnFjAtO61VF-+ VAN ",-+ 0000 i v Z < I I 1 OVnn � tnOVN WtOttnt000) 00F00WtOON ItOtn0) uN t01VW C I H I In 1 m I a I mo I v 1 'v 1 -F I Q I t✓ 1 '3 1 t0 I to H H H H H H H H H H H H H H H H H H H H 1 n I O 1 V 1 H H H H H H H H H H H H H (D 01mal0) 'Ah AWWWtn. AAAAtntnAAWW I -F I < I I NNNHHHHOOOo00tOtOt000 �101tnAAwwwwwwa VVVNIVwtoNa10V01 �1tOHI=A tO1n00H 10 1 (D I I 01NOOOOIAHto00VtnWHtOV10A010) 0) 00NtOV (n0) tntn0 I Z I E31 I . . . . . . . . . . . . . . . . . . . . . . . . . . a 0 a . Atn0001ANtnt000V1tnN00AtO00tntOtn I N t (D I I HtOw0HHtOtOWHv1O1A001VN ►.AtnalVtOHN01N00C1rt N Ni w N w V w 000010000010 LO W O 0101000 1 V I 3 1 1 VA V 1000 W A H V H A 01 (D V W W N to 00 00 00 00 V V 00 W VV I I rt I I I I to I 1 I I I I I 00000000VV0) 0*101VVVVVVVVV0101 I —{ I I I 010101tnv1ton wtntnu7tntntnAAAAwwNNNHHHHHH W W W W W H IO O) 00 to W W W A V7 W A N tD to I O I I I WHO (000 V to A A w N H 0 t0 V 1n N 00 W OOA H 1p 00 00 00 VV I z I 1 1 V V tD 00 V 01 V A 00 V N 01 t9 V 1010 V to V 1 In I I I OA H 00 O t0 t0 H to V 00 V to 00 wH O N W W A In OI W H to 00 Ha1HHNAOttOAAtOtOtntnHtnwtn (Dko I V I I I 1OV00ton COVVult0tnVWAAHVH00tOAWtOtOWAHWW I I I I 1 I 1 I I ru i 1 I I to I NNNNr Nj r%j HNNNNNNNNNNN I /'\ I I (D 1 NNNNH h-t H H F.J FJ F•a H H I-J HH F..1 Fa pat tntna10) HOt000tOAWWAtnVVV01tnW I -{ 1 I I HHOOtOt0000000000000000000V01AIvtOV0) gnAA4F*AAA A00A00WAa1HA0M00tnV001A01HN 1 0 1 I 1 t0Hv10a1N00tnWWwAvtOltn00v1Vw00VNHOlAWHH 1 Z I I I O 00 N Ht00000 N W N tD W H 00 H W 00 N H t0 1 w I I I WN01010) 0) A 0 A A V N O W N A 00 Vt V O W O tO In to O VO tnIF" lvtuVOW00100HwHIvHA00t00100 1 t..i I I A 1 VVW000OWWVt000O1 (M00VAVVtocy) OV700000001t00 I I F N Relief Canal Bridge . out 74 . 0 - 74 . 0 126 . 30 41 . 94 168 . 24 84 . 12 252 . 12 * * * THE MAXIMUM PILE LENGTH HAS BEEN REACHED NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES . 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 3 0 Page 4 TlERRA INC: GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5 ' 1" 314" 3/8" #4 #10 #40 #60 #100 #200 100 90 80 70 z 60 h a zLU 50 U C a 40 I 30 20 104 ow 0 4 no 100 10 1 0.1 0.01 - 0.001 GRAIN SIZE in millimeters I 47r ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 / D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)A2 / (1310 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 BORING #: B4 SAMPLE #: DEPTH (ft) : 18=20 SOIL DESCRIPTION : SP % NATURAL MOISTURE CONTENT : 22% ATTERB RG L,I I T ' ( #40 114 % LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX I _ z TI % RRell A INC Y lee Iv, keel GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE: 11 /17/2005 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTVON CURVE 3" 2" 1 .5" V 3/4" 3/8" #4 #10 #40 #60 #100 #200 100 90 a. 80 70 z 60 41 y Q a z 50 U K 30 20 10 TU 0 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters 1 11 lee STM D 2487 ClassiflcaUon of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A2 / (D10 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 ell BORING #: B4 SAMPLE #: DEPTH (ft) : 45=50 SOIL DESCRIPTION : SP % NATURAL MOISTURE CONTENT : 14% ATT , RBERG LIMIT #40 IUlaterlal LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TtERRA INC. GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 =06417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3/8" #4 #10 #40 #50 #100 0200 100 JY k. 80 4. 80 70 mm c7 60 z N a z 50 w U K W a 40 - 30 0 30 20 10 040 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters IF I ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)A2 I (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 FL I IF BORING #: B4 SAMPLE #: DEPTH (ft) : 55-60 SOIL DESCRIPTION : SP -SM % NATURAL MOISTURE CONTENT : 29% ATTERBERG ` l,IIT ( . # 40 MaterialIF LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX r TIERRA INC' GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3/8" #4 #10 #40 #60 #100 #200 100 90 80 70 z 60 rn a oa. ♦: z 50 w U K W a 40 1 30 20 10 Nk of • 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters STM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)42 I (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 BORING #: 13-5 SAMPLE #: 2 DEPTH (ft) : 2=4 SOIL DESCRIPTION : SP % NATURAL MOISTURE CONTENT : 16% ATTI, RBERG IV[Ottoreal LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TFERI`ZAINC . GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT # : 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" V 314" 316" #4 #10 #40 #60 #100 #200 100 s0 ITTT a r eo s 704 z Z 606 www � � N y a z 50 U W a q0 30 20 101 v 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters a ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)A2 / (D10 x D60) Fine Gravel < 314" and > 04 Fine Sand < #40 and > #200 BORING M 134 SAMPLE #: DEPTH (ft) : 6540 SOIL DESCRIPTION : SM % NATURAL MOISTURE CONTENT : 16% �TTERBERG 1.IMiT #40 Materia ! LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX i TIE RA INC.; GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1" 3/4" 3/8" #4 #10 #40 #60 #100 #200 1004 4 90 BO 70 46i N z 60 0 a i 5D w w a 40 1 *. 30 20 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 / D10 Coarse Gravel < 3" and > 3/4" Medium Sand < #10 and > #40 Cc = (D30)A2 / (1310 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 BORING #: B=8 SAMPLE #: DEPTH (ft) : 7045 SOIL DESCRIPTION : SM % NATURAL MOISTURE CONTENT : 65% W1 TERBFEB LIMIT ;' ( #4Q Maiterlal . LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TIEFtRAINC GRAIN SIZE DATA SHEET PROJECT NAME: 66th Avenue Improvements DATE : 11 /17/2005 PROJECT #: 6611 =05=417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .5" 1 " 3/4" 3%8" #4 #10 #40 #60 0100 #200 100 90 80 70 z 60 y a h 50 z w U w a 30 20 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D6011310 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A21 (1310 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 BORING M B-3 SAMPLE #: DEPTH (ft) : 4-6 SOIL DESCRIPTION : SM % NATURAL MOISTURE CONTENT : 22% ATTERBRG LIMIT , ( #�#0 Materi91 al LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX TIERRA INC : GRAIN SIZE DATA SHEET PROJECT NAME : 66th Avenue Improvements DATE : 11 /17/2005 PROJECT # : 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1 .51` 1" 314" 3/8" #4 #10 #40 #60 #100 #200 100 90 80 70 i 604 F VJ (9 Q a i 50 U W a 40 I 30 20 104 j IN 0 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters STM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D6011310 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)42I (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 " Ir BORING # : B =2 SAMPLE #: DEPTH (ft) : 60=65 SOIL DESCRIPTION : SP-SM % NATURAL MOISTURE CONTENT : 34%. ATTg FRG tiMIT. : ( #4,0 Material LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX SUMMARY OF CORROSION TEST RESULTS 66th Avenue Improvements Tierra Project No . : 6611 -05417 Depth Resistivity Chlorides Sulfates Classification for Boring No. F pH (ohms/cm) (ppm) (ppm) Concrete Structures B - 1 (33rd Street) 4. 0 - 6. 0 6. 7 7, 900 15 4. 8 Slightly Aggressive B - 2 33rd Street 4. 0 - 6. 0 6. 9 1 71200 30 < 2 .4 Slightly Aggressive B - 3 37th Street 4. 0 - 6. 0 7 . 5 71800 30 7 .2 Slightly Aggressive B - 4 (37th Street) 4. 0 - 6 . 0 7 .4 81500 15 < 2.4 Slightly Aggressive B - 5 45th Street 6 . 0 - 8. 0 7. 7 61000 15 < 2 .4 Slightly Aggressive B - 6 45th Street 4. 0 - 6. 0 7. 9 12 , 000 15 < 2.4 Slightly Aggressive 401 X y„ �� `"t3 TIEmu LL GEOTECHNICAL ENGINEERING SERVICES REPORT 66th Avenue Improvements Bridge Replacement at 491h , 53rd and 57th Streets Indian River County , Florida TIERRA File No . 6611 - 05417 -3 PREPARED FOR Arcadis , LNW 420 Columbia Drive, Suite 110 West Palm Beach , FL 33409 April 12 2006 ,�� . i TIERRA GE9,MCHWAi MATEkIA SI �. ENGFP7ERiLING April 12, 2006 ARCADIS 420 Columbia Drive , Suite 110 West Palm Beach, Florida 33409 Attn : Mr. Hank Deibel , P . E . RE : Geotechnical Engineering Services Report Proposed 66th Avenue Improvements Bridge Replacement at 49th , 53rd, 57th Street Vero Beach , Indian River County, Florida Tierra Project No. : 6611 -05417=3 Dear Hank: Tierra, Inc . has completed our Geotechnical Engineering evaluation program for the subject project . The results of our field exploration program and subsequent recommendations are presented in this report. Tierra, Inc . appreciates the opportunity to be of service to ARCADIS , LNW on this project and looks forward to working with you on future projects . If you have any questions or comments regarding this report, please contact our office at your earliest convenience . Sincerely TIERRA, INC. Raj Kri asamy, P .E . Princi I Geotechnical EngineerNP FL Registration No . 53567 Attachments 2765 VISTA PARKWAY, SUITE 10 • WEST PALM BEACH , FLORIDA 33411 ( 561 ) 687-8536 • FAX ( 561 ) 687-8570 r Table of Contents 1 . 0 PROJECT DESCRIPTION . . . . . . . atom * * & means * go * * * 0406109 00 * 00 * 96moss mass 1 2 . 0 SCOPE OF SERVICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3 . 0 EXPLORATION RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 1 Review of USDA Soil Survey, Indian River County, Florida . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 .2 Field Explorations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 .3 General Soil Condition . . . . . . ease . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 4. 0 GROUNDWATER CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4 . 1 Groundwater . . . 46060 gooses 00 magepobA62 00666 * 09 600000009 Ow " 4006V689 00 0064 64scoesem * * & Pass * * * @Goo 04 a 04 5 . 0 ENGINEERING EVALUATION AND RECOMMENDATIONS — BRIDGES . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 1 General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 .2 Deep Foundation Analysis . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 .3 Concrete Pile Installation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 5 .4 Test Pile Program . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 5 . 5 Disclaimer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 6 . 0 REPORT LIMITATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 APPENDIX - SITE PLAN SOIL PROFILES LABORATORY TEST RESULTS SPT97 PILE CAPACITY ANALYSIS RESULTS i ARCADIS 1 Tierra Project No. : 6611 -05417-3 1 .0 PROJECT DESCRIPTION The project, as we understand it, consists of the bridge replacement of the existing bridges spanning the canal at 49th , 53 `d and 57th Streets in Indian River County, Florida. The purpose of this study was to provide Geotechnical (i . e . soils and groundwater) input to the design team during the evaluation phase of the proposed bridge replacement . 2 .0 SCOPE OF SERVICES The study was performed to obtain information on the existing subsurface conditions along the project alignment to assist in the design of the construction plans for the bridge replacement. For this, the following `services were provided : 1 . Reviewed readily available published topographic and soils information. This information was obtained from the " Soil Surveyof Indian River Count Florida" Y� published by the United States Department of Agriculture (USDA) Soil Conservation Services (SCS) . 2 . Performed a Geotechnical field study for the proposed road improvements . This included a total of six (6) Standard Penetration Test (SPT) borings drilled to a depth of 75 feet below the existing grade for the proposed bridge replacements . 3 . Performed a limited laboratory testing routine to establish the soil properties along the roadway alignment using the ASTM Soil Classification System . The laboratory testing included grain size analysis , moisture content determination, and Atterberg limit tests . 4 . Prepared this Geotechnical Engineering services Report for the project . These Geotechnical Services were performed in general accordance with FDOT Standards "Soils and Foundations Manual" . The scope of our services does not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil, groundwater, or surface water within or beyond the site studied. Any statements in this report regarding odors, staining of soils, or other unusual conditions observed are strictly for the information of our client. ARCADIS 2 Tierra Project No. : 661145417-3 3 .0 EXPLORATION RESULTS 3 . 1 Review of USDA Soil Survey , Indian River County, Florida Review of the "Soil Survey of Indian River County Area, Florida," prepared by the United States Department of Agriculture (USDA) Soil Conservation Service (SCS) indicates that the project alignment is mapped predominantly as Wabasso fine sand, Winder fine sand, Pineda fine sand, and Jupiter fine sand . Wabasso fine Sand : This soil is nearly level, poorly drained in broad flat-woods . The water table is at a depth of 10 to 40 inches for more than 6 months in most years and at a depth of less than 10 inches for 1 to 2 months, for the rest of the year. Winder fine Sand : This soil is nearly level and poorly drained. It is on low hammocks and in poorly defined drainage ways . In most years and under natural conditions, the water table is within a depth of o to 10 inches of the surface for 2 to 4 months and within a depth of 10 to 40 inches for about 4 to 6 months or more . Only for short periods in dry seasons is dthe water table below a depth of 40 inches . Pineda fine Sand : This soil is nearly level and poorly drained. It is on low hammocks and in broad, poorly defined sloughs . The water table is above the surface for a short period, after heavy rainfall . Its is within a depth of 10 inches of the surface for 1 to 6 months and at a depth of 10 to 40 inches for more than 6 months . Jupiter fine Sand : This soil is shallow, nearly level and poorly drained . It is on low flats on hammocks. In most years and under natural conditions, the water table is within a depth of o to 10 inches of the surface for 2 to 4 months in the wet season. Some areas are covered with shallow water for brief periods . In drained areas, the water table fluctuates with the water table in canals and ditches . It recedes to a depth below the Limestone bedrock in the dry season. 3.2 Field Explorations Sub-soils at the proposed bridge replacements were explored by a total of six (6) Standard Penetration Test (SPT) borings , drilled to a depth of 75 feet below the existing grade at both ends of the bridges spanning the canal at 49th, 53rd and 57th streets in Vero Beach, Indian County, Florida. The samples of the in-place soils were returned to our laboratory for classification by a geotechnical engineer. The samples were visually classified in general accordance with the ASTM Soil Classification System . Approximate locations of the borings are presented in the Appendix . Soil profiles for the SPT borings at the bridge locations are also presented in the Appendix . ARCADIS 3 Tierra Project No . : 6611 -05417-3 3 .3 General Soil Condition The sub-soils encountered in the borings typically consisted of poorly grade fine sands , fine sand with shell fragments, silty and clayey sands , and silty fine sand with shell fragments . The following table describes the various soil strata that were found during the study as well as usage recommendations per the FDOT Roadway Design Standards , STRATUM TYPE ASTM . FDOT SOIL CLASSIFICATION DESIGNATION 1 Dark gray to dark brown fine Sand SP SELECT 2 Dark gray to dark brown fine Sand w/ shell SP SELECT fragments . 3 Dark gray to dark brown silty Sand SM SELECT 4 Dark gray to dark brown clayey Sand SC SELECT 5 Dark gray to dark brown silty Sand with SM SELECT shell fragments A Geotechnical engineer bases soil stratification on a visual review of the recovered samples , g p laboratory testing, and interpretation of the field boring logs . The boring stratification lines represent the approximate boundaries between soil types of significantly different engineering properties ; however, the actual transition may be gradual . In some cases, small variations in properties not considered pertinent to our engineering evaluation may have been abbreviated or omitted for clarity . The boring profiles represent the conditions at the particular boring location and variations do occur among the borings . ARCADIS 4 Tierra Project No. : 6611 -05417-3 4.0 GROUNDWATER CONDITIONS 4. 1 Groundwater The groundwater table was measured at the boring locations following termination of drilling and after a short stabilization period on the order of five (5 ) to ten ( 10) minutes . The depth to the water table at the sampled locations generally ranged from 7 . 0 to 9 . 0 feet below the existing grades . The groundwater table measured at each of the boring location is presented on the boring profiles in the Appendix . Groundwater conditions will vary with environmental variations and seasonal conditions , such as the frequency and magnitude of rainfall patterns, as well as man-made influences (i . e . existing canals , swales, drainage ponds , under drains and areas of covered soils like, paved parking lots and sidewalks) . Fluctuation should be anticipated. In our opinion, the groundwater level at the bridge locations will be controlled by the water level at the canals . ARCADIS 5 Tierra Project No. . 6611-05417-3 5.0 ENGINEERING EVALUATION AND RECOMMENDATIONS — BRIDGES 5. 1 General Based on the results of the field and laboratory testing program completed to date for this project, it is our opinion that the sub-soils at the proposed bridge replacement locations are suitable for the support of the proposed structures, provided that a deet, foundation system is utilized . 5 .2 Deep Foundation Analysis - We understand that 18 inch square concrete piles will be used for the proposed construction . The capacity of this pile is essentially developed in side shear (skin friction) between the periphery of the pile and subsoil through which the pile penetrates plus end bearing. Our analysis consisted of determining a pile capacity for a specific pile size and length. The subsoil information was utilized to generate axial capacities using the " SPT 97 " FDOT program based on Bulletin 121 . Average SPT N-values were used in the analysis . The allowable pile capacity for the 18 inch square concrete piles in compression for varying pile lengths is given below. Deth Maximum Allowable Pile Load (Tons) for 18 inch. Square Concrete Piles P Ft , Bridge . # 1 Bridle # 2 Bridge # 3 49th St. 53` St. 57th St. 745 0 48 56 17 79 70 38 50 106 85 65 55 125 94 86 60 126 94 104 65 123 102 108 70 123 120 108 The results of analysis performed are presented in the Appendix on this report. The pile capacity recommended previously is controlled by stresses developed in the subsurface materials only. Allowable stresses for the selected pile section may impose more stringent restrictions on pile capacity and should be checked by the structural engineer. ARCADIS 6 Tierra Project No. : 6611 -05417-3 5.3 Concrete Pile Installation Pile installation should be carried out in accordance with the Florida Department of Transportation Standard Specifications , Section 455 . The FDOT Standard Specifications , Section 455 include some general guidelines to estimate the minimum ram weight and hammer energies for the driving of precast and pre-stressed concrete piles, and provide guidelines for the selection of hammer energies based on pile all.wable capacities and sizes . The Wave Equation Analyses should be performed to assess the drivability of the pre-stressed concrete piles in the type of subsurface conditions encountered at this site . The analyses may be performed using either the GRLWEAP computer software developed by Goble and Rausche , or the latest version of the FHWA sponsored WEAP software . 5.4 Test Pile Program We recommend that a test pile program be conducted to verify driving . conditions and refine estimates of pile lengths . As indicated in the FDOT Structures Design Guidelines, we recommend as a minimum , one test pile for the bridge structure . The test pile should be at least 15 feet longer that the estimated production piles . In general, the test pile needs to be installed near the boring locations , where results of our analyses show that the required pile lengths to obtain the recommended compression capacity of the piles are the longest. Test piles should be tested and monitored in accordance with FDOT Standard Specification Section 455 . The primary purpose of the test pile program will be to evaluate the capacities of the proposed piles at the recommended embedment depths . They will also give an indication of the degree of difficulty that may be expected during installation of the piles, notably, where the piles are to be driven through dense soils . We also recommend that the test pile be dynamically monitored using the Pile Driving Analyzer (PDA) . This monitoring will ensure allowable stress levels are not exceeding during hard driving and provide documentation regarding allowable design loadings . A CAPWAP Analysis should also be performed on selected conditions during evaluation of the PDA results . The installation of the test piles should be carried out in accordance with Florida Department of Transportation Standard Specifications Section 455 . Some problems may develop during pile driving into hard cemented layers . Pile driving operation should be as continuous as possible and should proceed without stopping over the last 10 feet of penetration . During pile installation, the contractor should exercise caution as not to overstress the piles . Piles should not be driven beyond practical refusal (as defined in the FDOT Standard Specifications) to meet the bearing requirements . Some variations in pile lengths should be expected due to normal variations in subsurface conditions . ARCADIS 7 Tierra Project No. : 661145417-3 5. 5 Disclaimer In Federal Register, Volume 54 , No . 209 (October, 1989) , the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926, Subpart P . " This document was issued to better ensure the safety of workmen entering trenches or excavations . It is mandated by this federal regulation that all excavations, whether they be utility trenches, basement excavations or footing excavations, be constructed in accordance with the new OSHA guidelines . It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties . The Contractor is solely responsible for designing and constructing stable, temporary excavations and should shore , slope , or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom . The Contractor ' s responsible person, as defined in 29 CFR, Part 1926 , should evaluate the soil exposed in the excavations as part of the Contractor' s safety procedures . In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local , state, and federal safety regulations . We are providing this information solely as a service to our client . TIERRA is not assuming responsibility for construction site safety or the Contractor' s activities; such responsibility is not being implied and should not be inferred . ARCADIS 8 Tierra Project No. : 6611 -05417-3 6 .0 REPORT LIMITATIONS Our Geotechnical engineering evaluation of the site and subsurface conditions with respect to the planned roadway widening and bridge replacement and our recommendations for site preparation are based upon the following : ( 1 ) site observations , (2) the field exploratory test data obtained during the geotechnical study, and (3 ) our understanding of the project information and anticipated final grades as presented in this report. If the final grades vary considerably from those stated, or when final cross-sectional data becomes available , please contact our offices so that we can review our recommendations . Furthermore, upon the discovery of any site or subsurface conditions during construction, which appears to deviate from the data obtained during this Geotechnical exploration, please contact us immediately so that we may visit the site, observe the differing conditions , and evaluate the new information with regards to our evaluation and recommendations contained herein. The recommendations presented previously represent design and construction techniques that we feel are both applicable and feasible for the planned construction. We recommend, however, that we be provided the opportunity to review the final foundation plans and the earthwork construction specifications to evaluate whether our recommendations have been properly interpreted and implemented . The geotechnical engineer warrants that the findings , recommendations, specifications, or __professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This geotechnical report has been prepared for the exclusive use of Lawson Noble & Webb (ARCADIS), for the specific application to the proposed three bridge replacements spanning the canal at 49th , 53`d and 57" Streets in Vero Beach, Indian River County, Florida. AppE��IX Site Plan soil profiles Laboratory Test Results • Ca acity Analysis Results SpT97 -pile NOT TO SCALE CANAL 66TH AVENUE to W V_ U) Q �1 U) U) ti ti g i I i i f I {$ i i L E G E N D I - THIS DRAWING IS FOR ILLUSTRATIVE PURPOSES ONLY. CORE BORING LOCATION 2- TEST PIT LOCATIONS SHOULD BE CONSIDERED APPROXIMATED. 276.5 Visla mro Nest Pam Beoch, no Ido 33411 ' BORING LOCATION PLAN o.a.I a We' A 561-687-8536 y,� a Busress Licesss Na 6481 667H AVE IMPROVEMENTS s,,,s,s a aartosYc¢ I ENLJNEER OF RECORD., BRIDGE AT 49TH, 53RD, AND 57TH STREETS J paJ LicsmsMo P.E. - MOM RIVER 6611 -05-417-J INDIAN RIVER, FLORIDA 1 t BORING No . : B - 1 8 - 2 B - 3 13 - 4 B - 5 B - 6 0 N OO N A N O N , N 01 N � 2 0 O 1 O O OO p 1 G) 031� 940 dy y ; 3 20 �5 O 23 2 O 20 o 0 2$ 2 4 , o o o a ,Z 24 2 © J lwL i o , Q O 12 ..;.' 0 15 25 13 5 z It 91 40 5 50/ • O 42 / 12 T. d 6 50/ • 4IPJI 5 d LLI 0 W 4 4 4 1 3 O 60 4.41 4 4 1 O 5 4 6D 2 3 5 70 O 2jilt ,1 ; ;; ; ; � 4 9 2 3 70 75 71 / ('S 2 QQ 4 , z 75 g � SCALE: 1 " = 20'V 31 L E G E N D ® 1Q TOPSOIL ( PT) F Q GRAY TO BROWN SAND ( SP ) ® Q3 BROWN SAND WITH SHELL FRAGMENTS ( SP ) (SP) Unified Soil Classification System e.o o Groundwater Depth in feet, Group Symbol (ASTM D 2488) gyp° with date of reading. Q ) BROWN SILTY SAND ( SM ) N Number of blows of a 140 Ib. hammer freely falling a distance of 30 inches, Borings were drilled on March Q ) BROWN SILTY SAND WITH SHELL FRAGMENTS ( SM ) _ required to drive a 2—inch diameter of 2005 using a Mobil sampler a distance of 12 inches. B-50 drilling rig. Q Q BROWN CLAYEY SAND ( SC ) (ASTM D 1586) a•• Business License Na 6486 su, yam, o+• o,... w aw• REPORT OF CORE WRINGS ENGINEER OF RECORO: Cm 11140. OMERIA Raj Krishnos y, P.E. 66TH AVE IMPROVEMENTS �,•,,, y, ccmcnwrx.wmaus P.E. License No. 5J567 ^' ^°�'r "" BRIDGE AT 49TH, 53RD, AND 57TH STREETS 2 a..,.ra 2765 Vista , nor-iy, 5- 10 _ IND4W RIVER 661 I -05-417—) INDIAN RIVER, FLORIDA VIP ac�rsem West Po/m Beoch Fl 'do 3J411 Summary of Laboratory Test Results Proposed Bridge Replacement at49th , 53rd and 57th Streets Indian River County, Florida Tierra Project No : 6611 -05417 Boring Sample Depth Stratum USCS Sieve Analysis Atterberg Limits Organic Natural Moisture Number (ft) Num"3er Symbol 3/4" 3/8" #4 #10 #40 #60 #100 #200 Liquid Plastic Plasticity Content Content (%) Limit Limit Index ( /0) B - 1 0. 0 - 2. 0 1 SP 100 100 99 96 87 57 30 10 9 B - 1 6. 0 8.0 3 SM 100 98 97 93 85 59 34 17 20 B - 1 8. 0 - 10. 0 3 SM 100 100 100 98 87 56 29 12 20 B - 2 6.0 8. 0 4 Sc 100 100 100 100 93 68 43 16 22 B - 4 38. 5 - 40.0 4 SC 100 96 90 85 75 61 54 34 23 B - 6 6. 0 m 8. 0 3 SM 100 100 100 100 94 72 49 16 17 B - 6 28. 5 - 30.0 1 4 Sc 100 100 100 98 94 91 71 26 31 B - 6 73. 5 - 75. 01 5 SM 100 100 98 85 63 57 46 15 23 AVE x yo 4 2 t f,� u:z. '�hasQ; GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave . DATE : 4/6/2006 PROJECT #: 6611111106417 IIIIIIIIIIIIIN GRAIN SIZE DISTRIBUTION CURVE 1004 0 TAN r so 80 704 - z 60 a a z 50 U K a 40 30 1 1 20 10 PIP0 �3 = M 1 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters MAM�jw s k u 1y $ t Ssrsr s°?' ,�1",'$'I �,Ski{ � ' : .. � �"'.: , t1."} lygi, +t k , , �F° rf ?.£'.� 's: s ,.t'�i�o,. tar etz. .,4c�ff<�, •.'z:^'k .T.FA`;}ks.. x'�? ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)112 I (D10 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 �,gs�}� E a� i yr`, t "�-�" tat�� `�a F 1 ) nz, /,�j�t rN i ass ��.o z ' z , ��, t m,{ t g � ,�a i '•'i' } A}e '` ,�� .-,r,� V } T,ki 4 �iF1.'�hL V Y '{ 4 � Fcl 1� 3i 'l ti yN C Y � ' tt . fM1 flyy.JF' . . 4 b BORING # B - 11 OFFSET (ft) DEPTH (ft) : 0 - 2 SOIL CLASSIFICATION : SP MOISTURE CONTENT . 8 . 5% TC I t 3 ATTER RG LIMIT , ( , # 0 444 t�lateri l ) � T X } 4 + ,. .. .,.. LIQUID LIMIT NP PLASTIC LIMIT NP PLASTIC INDEX NP �rj mpg PRc GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE : 4/6/2006 PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 100 "M 77 >� s so 70 z so a F Sol . z U K a 40 30 20 10 0immmo � � E � 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters iiw AlARM -Sffir? r lkkkkkkk ��. . 3i . � ' a! :�a"'.. `,� ra;,. i , e ',�r" ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 f D10 Coarse Gravel < 3" and > 3l4" Medium Sand < #10 and > #40 Cc = (D30)A2 I (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 U.Iffra ' s zfia53 ° r _ aY� , . a n....2ix... ., BORING # B - 1 OFFSET (ft) DEPTH (ft) : 6 = 8 z SOIL CLASSIFICATION : SM MOISTURE CONTENT : -,c Maf�r�al � � t , LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 1 y t Ftt�► 1 1 ga, ?;_� kS. z rye . . ,A %, ... mak GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE : 4/6/2006 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 100it lr A' m g0 NO 80 70 z 60 rn r - 50 z U K a 40 30 20 10 WAN am 0 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes ` Coarse Sand < #4 and > #10 Cu = D601 DID Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)^2 / (DID x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 �, yr , tr N v . ;3 . a ., f i, - .a, r �a1,7e..� ,< ^�`": BORING # B - 1 OFFSET (ft) DEPTH (ft) : 8 = 10 SOIL CLASSIFICATION : SM MOISTURE CONTENT : 20. 2 % ,fka ; zk . ATTERB_,ER ; tIMITt1 #4q , Mater�al )„ LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX i I TtI=RtZA: j NC GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE : 4/6/2006 Filing PROJECT # : 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 100 FINE 90 804 MINE FINE III FINE Evil 704 m EFFEE EFFIE FIEFFEE z 60 F 50 z U FINE K w CL 40 30 III Five 111110 "1", 20 1049 0 100 10 1 0.1 0.01 0,0D1 GRAIN SIZE in millimeters 1- s�F�,- " t 'L �+ a bf'�a '*� .�WRZd e zF; x� �p ' � s,� Xkkkkk v . � N . .. M1 . .YrYtw �a n4x. ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 3t4" Medium Sand < #10 and > #40 Cc = (D30)A2 I (D10 x D60) Fib FEE Fine Gravel < 314 and > #4 Fine Sand < #40 and > #200 N� y7R"4�'3' 9k1 rSSi . s d S r t � '"s, {€ YkA€ ) 4ii. A' %5' r'nssr �k §y �',, ;;��..r2+ 6 s r V. ... .. daa za „3. - t . * r . t i, ; 8 s , s t �> .Ffi✓s . `r,Ytt� „yr'w`� " ....+a� :' BORING # B - 2 OFFSET (ft) DEPTH (ft) : 6 - 8 SOIL CLASSIFICATION : Sc MOISTURE CONTENT : 22 . 2% RQ .a . ater�al1 ,ERG �A � T Q : . LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX i % 's IFIIF�IV aiWV + qa z t ItIF GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE : 4/6/2006 PROJECT #: 6611 -05-417 FFFFFFi GRAIN SIZE DISTRIBUTION CURVE 100 0 ire WM 90 80 70 z 60 rn a z 50 U U.1 a 40 i ; 30 20 10 11 . FILL 0 100 10 1 041 0.01 0.001 GRAIN SIZE In millimeters wwj A" ( k Rd.. '-1 �-:- ly _. ZfiYr A8 f ff Fl., 4l a,.1�ylt ' , a dIF �4 : r " 3 is 2 a + �, t g f ras$F Fe. rx 5sn "s. t� � wl 1 r,, .: : a a a ': . ,� . , r . a >�IF'm `R E C I, 'k. ; � z a h . � ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sandt< #40 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 314" Medium Sandand > #40 Cc = (D30)A2 I (D10 x D60) Fine Gravel < 314" and > #4 Fine Sandand > #200 i Mkt x ' ¢, "yx1�` "'}Y{.- '. ; a, } , :i,K4�.ti ,,.vO75 Ei1� mIkq . . pit W ?`.Ss } "$s ae,'�'s5'.i. IF BORING # B - 4 OFFSET (ft) DEPTH (ft) : 38.5 - 40 SOIL CLASSIFICATION : SC MOISTURE CONTENT : 22.9% ATTRE . . C. LII1T ( � . Mteriat ): + . . ... � . Vq . LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX Ei Ell, ;..,LIt 1,tg,*�, 5t, GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE : 4/6/2006 mmommommomme PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 100 mommommom 90 80 70 z 60 z w a z 50 w momm 77 Lu 40 30 201 ONE i oil It 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE In millimeters q ' , e ..�£�'� ar., 8s���'4t "' °Y � > .'v .ti,, ; '1:,'3.��'h "' 'C� �•� � 3 P�.;r��.r�?t�?�aj'.� i� �s �� , t ,n ,� r,. ;�9�1�m1. , .�:" �. ..N ��.. ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)^21 (D10 x D60) Fine Gravel < 314" and > #4 Ftne Sand < #40 and > #200 +J+ d `$r'. {�i x §,fist 5 f ! I 3 by s la j i _.; �v t�r '% t ,t�, �.�+ . ,• . ��;`" 5, ��3e;�4;s.A.'��i t45di . . i 77 vy ,S g �S�sr, i BORING # B - 6 OFFSET (ft) DEPTH (ft) : 6 - 8 F F SOIL CLASSIFICATION : SM MOISTURE CONTENT: 17 . 2% xct tt An RSG 4ti�! I'T� #4Q Mater►at ). kt A>z .. LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX R y OWN I Ilk s GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave. DATE: 4/6/2006 PROJECT # : 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 100 7 r 90 60 70 z 60 rn '50 z U o: a 40 30 20 104 0 0 100 10 1 0.1 0.01 0,001 GRAIN SIZE In millimeters 51 t n �o� xLt } is � exp, nd � if 2 n A c3 ;Ln� 1 ; ' '£ +�G1c ,eF �+�i�' { 4 5a • 1 ': ,� ryzfr ' 'si 't�iri' ; "+ ? ? , ..� 5 ��',�. �st � � R R>.., ta: * � ` s # ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 I D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A2 I (1310 x D60) _ Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 �iNtRvg g `f . v°I 33 {p. a S 47e BORING # B = 6 OFFSET (ft) DEPTH (ft) : 28.5 - 30 r SOIL CLASSIFICATION : SC MOISTURE CONTENT : 31 . 1 % Wk "ATT EFBERG LI,III(IT (, u. 44, Nterial ) r„ r'3 LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX € rr GRAIN SIZE DATA SHEET PROJECT NAME : Improvements for 49st St. & 66 Ave . DATE : 4/6/2006 PROJECT M 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 100 - wly- 90 80 70 • z 60 w Ilk N a - 50 w v LU LU 40 30 20 10 I 0 0MOSE iiSSES 06 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in millimeters CC 910 a0=11; 1 .� S a. a� ' i S } i 1 1 �Ii9u{. .tY ' `` ytj .5 : C`h�Y "vS 3`4 L� "�, 3`•5 $ , 0 ` mow, s -.� � ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A21 (D10 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 y< h"'A 'nrJ . h+ z ,. i" � fi �C' aFsE 'sigri tv BORING # B = 6 OFFSET (ft) DEPTH (ft) : 73. 5 - 75 o SOIL CLASSIFICATION : SM MOISTURE CONTENT. 23.0% . , ATTERBERC LIMIT 40 Max�r« ) . . LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 49th . out 0 { STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 { { Project No : 6611 - 05417 Bridge @ 49th St I Boring No : B - 1 , B - 2 { FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATION ------------------ ------ INPUT FILE NAME 49th . in RUN DATE 05 / 26 /06 RUN TIME 08 : 34 : 59 PROJECT NUMBER 6611 - 05417 JOB NAME Bridge @ 49th St SUBMITTING ENGINEER SWH BORING NO . B - 1 , B - 2 DRILLING DATE 3 / 27 /06 STATION N0 . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS (CAPACITY VS . TIP ELEVATION ) 0 { STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 { Project No : 6611 - 05417 Bridge @ 49th St Boring No : B - 1 , B - 2 B . BORING LOG DEPTH ( FT) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY NO . D ( I ) ( FT) N ( I ) ST ( I ) Page 1 1 I 1 w >- I I M I 1 1"• F• r1 1 r•i (0 qrt C10O 41 i I 1 Q W H V) 1 0O 01 O101m0 I 1 I H H Q O 1 00 (n c) T04 MLn 1 1 1 F• On 0_ F• 1 Ln Ln '�o W ED (D v I 1 tt3 1 I V) I a I 1 FAA w 1 1 1 cz w I M M N N M M M M M M M M M M M M M M M M I I 1 O U J } I 1 I I arm co I- I U) M01V1NLn i i I H V3JVZ 1 Nta w a w% a I 1 1 OO O H Q O 1 I *� 1 *� 1 %� 0000G1 I I 1 N O J O. O_ F• I ri ri ri H )•-i r"i I I Ia J Q �/ 1 I I I WOO Q u 1 V) I I I ri L. rN4 J I i I fSl � I I i � ❑ 1 00000000000000000000 I I I to I— OF- Ov+ O N I I I II II V) H V) I LnNO1r LA Ln p� d• t\ tO Lo Ln Ln Ln r%% n Ln t\ 0O 0 qc4m 0O m 1111x1111 �} ❑ I 1 im) I ^ V) U Z 1 a a 0 0 a • r-1 r-I r-I Ln t0 Ln ct r-1 N N N N Z I 1 V) 1 F• N O_ H H Q O 1 qt Ln Ln t0 tw� OO N Q I I I Ur 3 F > an F• I cn MMMMM I- V) I t%� I t I W r V) Q Q %ft�j I J t a) 1 401 1 V) a W ❑ u I H >- 1 F' I 01 1 H I V) J I a. 1 of 1 N ❑ 1 J 1 V) I i 4 ❑ 1 }d Z I W I 1 (59 1 N w 0 I O W I N 2 I I I I L N Zr1 I Ln Ln0OqdwNON U I W V) I 1 N I U H ❑ H Vl I r••i m iF t0 01 M 00000000000000000000 w I 1 I O 1 C —) Z OC Z I • • 0) S . . . . . ,,,) 1 ❑ } I i "C i O H W Q O 1 NNN (VNM IS imiN �tt00OOLnOInaLn0LnOL1) OLnoLnLn0 I F• ce I I r I U m W F • 1 e IHr 1rirlrl td Q1 I I I I rlr-INNMMd' d• LnLA (mOW *� 1�% 0Oa) w 1 X Wn I Ln I O. cr 1 I I I 1 I I 1 1 I I I 1 I I 1 a i u H > I V) I m 1 I H ❑ W u I J I I Z II J 1 w VI Z Z Q I Q 1 I O 11 W Z I H 1 O >• Q O d I Z I 1 H II F• O /1 1 u1 N C1 to M 0 0 1 m Q V) F Q I Q t I F• II Q W H V) I M O ) cr O l0 N N I J ❑ V) U I I I Q Il M: ❑ F-• Z I I LLUF• Z W I } I I ce II HHU0 1 fV PV tod wAt Ln O J Q ML O 1 F• I 1 F• II F• V) H F• I N N N N N N OOOOOOOOOOOOOOOOo000 U H V) H Z I H I t W II J cj� v I H to J v I V I I Z II ❑ LL 1 r4cYts70O0V10V) OIn0LnOLn0LnOLf) V10 OF- *%%� Z I Q I I W II rIHNNMMqcT q;T Ln LnlflcfJNr 0% wm V) >• Q F• ❑ 1 a 1 I z a II rQQWLLH I Q I N 1 O II OJJJOO 1 U 1 r-I t II H • It maUu (n > I I Nt I Z II F• V) II W > / 1 I Oo00oo I l7 1 Ln N I O II u w > U J a w I— 1 9 0 a a 0 • I Z 1 0 1 1 H 11 w J II H H J I Or-INrnctrn H > w II O_ F• Wim/ I NNNNNN CL F• 11 I Q I r--1 ri I II W H II 0r{ N MqdwLn I W I t0 I I OC II J LL u II 1 m 1 t0 m 1 O 11 H O Q 11 aam 11 r-INMd• LntC1� 0OdlOr� NmmtLnwr*� w010 I W I • • 1 Z II = Q II = r-iririT• irlrir-ir-iHHN 1 J I O • • 1 H II F F U 11 F W F• /1 I 000000 1 H I Z O I II N ❑ it LAJj0F• I I O_ I z I W II W H W II W H Z LL I Ori " m %tLn I t imJ I J II F• 3 J II F• n• WV i NNNNNN l u l u a) 1 H II H II J I ' I H I OJ C I 0 . II iL 11 'I F• I Pr") • e- i II II I Q 1 01 V)) � Via caI u 1 0 1 1 I C3 — + I I 1 II I Z O 1 D I 1 II I -+ • u : 1 -9 1 1 /1 II •V 13 rD I F=1 I I u H I lQ n I n I VITCIaIOICIOOlC1C101LnLnVllnV1V7 I -1 II r I rt I I LnU1t1nto .? A �1A ? wA -P1�AgA � WWWWWWWWWWNNNIso �' OlD 00 V Ol V7 .A W f%J O %DW V Oltr'I .A 1 II m 1 z I m I WNNOLDMVOI %,n .A W N N O CD 00 V M to A W N I-J akDW Vdl . . . . . . . . . . . I II 1 0 z 1 H I . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . 00000000000000000 ' i • � ° imi 0000000000000000000000000000 m It D + co 0) 1 ca I I � 11 n I I 0) 1 m 1 3 I wn II H 1 FML FMA 1 D I xD I 1 1 I I I I 1 1 I I I 1 1 I I 1 I --I 11 --i 1 � E-+ I ;o 1 I 1 I 1 I I I 1 I I 1 1 1 1 1 1 t t 1 I t I I I I I I I V (n 0) M (n (nC1C3) MM0) UgUn UqtntnVt I V11 M< I W I I H 1 Ln town %o 'Icn .A •AwA1Pk .A -A � ml�:hmA ? WWWWWWWWWWNNNN H 01O00V0) Vtmrm% WN1=40LO00V0lu'1 -4s II I I O 1 z I WNF" 0lD00Va) #.n ? WNNOlD00V01V'I =46WNNO (O00VJM 3II C I N � I 0 1 .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . C: 0000000000o0000CD0 1N11wi � ; n; CD00000oo0D0o0CD000D000o000000 1 Oil 1 V 1 D 1 H i V) 11 m i i D r 1 SII z 1 I n I m NNNF-' NNNI-4NNHInnnANNF=L FPA N I II m I I H I FAN 00VVVV (ncnmTown V7V7A .lAWNNN II '� I I I NOlDCO00VVQluttnWP* J �h ? WWWun) WWWWWNNNNIVN r O V V7 N O 00 Ol W tD V'1 O tr O V7' 10 .A 00 II 70 I I -( I N to IDN Vt lD N V7 CO W 00 w9hb N 00 V c.rIwr�hWNNF-+ O lO 00V V0) un Z N0) N0001V7NNVQ10000V7NVf- ' N I - I II � I I D I NIOariVLONV7lDMokWWN000N00lnVIa) 000N �L% O100F-k .AV 0 .A00NIDMMFAVWI--' 10000NW000 � z 11 O 1 I z I � VVV7 .AOWWOOONNV0001WV0im" t-' Hr%JNN1rINWCD 2 1 W 11 z 1 1 1- 1 I VII D i i ao i H i � 'o cn IM-A I-+ IM-A FML 110 -1 F-I 1 I 's I N I N H F1 FmA N N N N Co to W WVIVtDF" � Vi-1 C1N1O01NVFJNN I -i O 1 Q I 1 FJOOOV7NlDulOV� lO1--' W "Ph AmA0) IO � OlOV0) unp .A � mAWS rD m • • 1 o z 1 0 1 I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (TI M ton V7 M V F, N I.1 N A W ;hb to V1001 V 1 Z —1 I (D 1 1 IONCD MW m0k N .A N 000 V V V Ol N A W tO O aA N W LD C1 ? OVO W Z ul vi4. b0lOV10 ? IOO4�6VV7 � 4mr1 j I Ln H I 11 1 OI--II--I4�:Ibd 10ton 00V0mt4ouiNd1F� WV7lDOWWIOIMA VOVOC I u z I np I I rt 70 C I 1 VI I m m I A l 'p I n 1 i r i IZ 2 NNNNNNNNNNNNNNNNN I r1 I =r 1 V 1 NNNNF-+ F-+ F + F-+ 1� ln - Im" F Imm' m .A -P ? mA .A4:� 4N• -P -P -P VI V7 VI V7V7 .A .P 1 —1 I I 1 WNF� OCO00VMln -AWF� OkD00VMunUnV7 .A .A1, -A ? JhnJ� W v WWNNNIVwmphkm OONWNOOIN 1 O 1 In I I mO• 01V0 MW "`%4M � N000VIWlmmmLNJ � VWOODC) AWNI- lCDtD . 1 z 1 rt 1 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00NV4�bwAVW *Ph OONNHVVVO 1 N I I 1 H ImmmA m0h W W 4M n%%ni ob% Loq w Immm' a W M tDC> 0MM00 ? -AWtInm unVt %nn4hh �OWC1t0010F � F-` NOWVWCtOlC10 1 V I I ( AOOOOOOOOW HF 4 M M0f%J H t*JWNVIONV7 .AOWNFmiOIO I I 1 I 1 1 I I 1 1 1 1 IMA FAA NNI✓ NNF•' F' NNI•AInn" I=A 1=4F-+ N I � 1 I I NF•-' NF•a NNNNNNNNNNNNNNNNN I -mq I I I FwhI-AOOlO (D0000VVC) LnviAmAWWNNNNNNNNNNlwa F-AF-4F� I =' Im" FwII•" NW .AVI0) MMV7WO 1 O 1 1 1 VW004h. 1Dm0h00WVF-iV7CON0) OOlN00MVi -AWNImm' 1= C) 0 ( D 1O 0) WNNW0) NO0F4FAV7WWWV7 I V1 I I 1 OOVI-i � W00NNlomat 000O00CDOO1%0004:hkNNJ� VNVNV mAF-J00VIWton V7FnsFbAONw9bbV0000000 I � I I I VIO .Pin tD00LO0 %DIOIQOOF =' OCIP%J0w0 HNNOVC1C) cnVf 1 I I 1 I I I 1 1 ¢) I 1 I I l>J I W IN W W UJ W V.I �A mA -A � mPhmA wA ,A � mP� I /'1 1 I (D I � wA -A -A -A mP6 W W W W N N N N. N H NH V V V 00 0010 1D 0 1--L w ? (3) V 00 tD tO 00 1 -I 1 1 1 V M tmn W N 0 00 0) J4b N ID M W O Vm;bb N O 10 00 00 V V V V V a) M FJ -AVI-JOlOV0100N00inn 00VNNC1 1 O 1 1 1 VC1WlDm;bhV00V4�* OWtnVtWI- mPphNC1V700W00tnW1-A0000) I Z I • 1 1 . . ., . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . w . . FAW00VOlDVt 4onooCONN00000 -A 1 (A 1 I I IO OI Ira) tnmp� NWCOWtDV7WON .A00V7VIJ0W00V' W00W (n00 00WWO4AIDOOIDONNWWW00Vl I I I -A I WFAFAUnWF•+ VOlN00F+ 00F•4V7WV7V0) 00N1=4kO0001VN -Al0 I l 49th . out NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES . 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 1 a Page 4 53rd . out 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 I I Project No : 6611 - 05417 Bridge @ 53th St I Boring No : B - 3 , B - 4 I FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . GENERAL INFORMATION INPUT FILE NAME 53rd . in RUN DATE 05 / 26/ 06 RUN TIME 08 : 35 : 21 PROJECT NUMBER 6611- 05417 JOB NAME Bridge @ 53th St SUBMITTING ENGINEER SWH BORING N0 . B - 31B - 4 DRILLING DATE 3 / 26/ 06 STATION N0 . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS (CAPACITY VS . TIP ELEVATION ) 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 I I Project No : 6611 - 05417 Bridge @ 53th St Boring No : B - 3 , B - 4 B . BORING LOG DEPTH ( FT) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY N0 . D ( I ) ( FT) N ( I ) ST ( I ) Page 1 I I 1 LU } 1 I M I 1 F- F- h 1 tnNOlr*� tO ^ I I 1 Q W H V) 1 000Rldo 00 to 00 1 - M: .juz 1 I 1 H H QO 1 N M In tD L.nO I I 1 F- 0- D. 1- I O r-I N M S Ln I tU I I J a u I ri TM4 H r-1 r-I ri I rn I I U I I ro I I N I a 1 1 w 1 I 1 cx w 1 M M N N M M M M M M M M M M M M M M M M I 1 1 O U J i I I 1 • r Z m /1 I Mr-In00n01 I I 1 d-I H Q W H V) 1 O MlflOrin I I 1 010 O H Q O 1 qq*mt000riMd• I I 1 VIO J M d F- 1 NNNMCe) M I 1 Iw J Q %"/ I I 1 I N 00 Q u I V) I I I r•i L r•i J I t I Id 00000000000000000000 1 I 1 N F- O eq% i NMql;ttOM0) • a a 0 0 a a a a m a a • • 0 1 11 11 Q V) H V1 1 OtOMr-IML 0 0 Ln r* 0wL1NIt00 LnInaOtflMLnLnLnLn 1 1 {.J 1 - M: toUZ 1 Nri r-INNr-Ir-E1d' Mqqdnr1Nqttd mt;rd z I I N 1 0) CL H H Q O 1 00Nf� Nl00) V) Q I I 1 Ur 3 F' > CL F- I NtInIn10t000 F- N I S I I Wer V) Q Q %W� 1 J 101 14w) 1 V) CL W O U 1 I M I H I V) J I d l to I 41 lJ z I - W I N 1 CaJ I (1) w 0 1 :I W I V) 2 1 1 1 I L N Z /'1 1 mN 00 Ln Hqct N O t7 I W to 1 I N I u H 17 H to I 01 10 O M t0 t0 • O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W 1 w I I O I a J Z w z 1 • • • • • • tL -a • • • • • • • • • • • • • • • • • • • J I } 1 1 -a I O H w a o I t0 0 d I �% (n o rn Lr4v4mw wOLn0U�iCoLnCD Ln0inOLn0Ln LnO I F' ( 1 I •r I u m W F- I NMMMM ";T ro M I 1 I 1 r-1 r-I N N M M Ci' q4w In Ln t0 t0 N N tb a) W I X W /1 I to I L 1 V O m `/ I �. 11'1 1 I I I I I I I 1 1 I I I 1 I I a. I H > } 1 H I m I 1 } 1 0 M: F- I V) 1 1 ~ I H 0 w U I J i i z 11 J I Q' 0 z z Q I Q 1 1 O 11 w z 1 H 1 0 } Q 0 0- I Z I I H 11 F- 0 1 n rl (0 r-1 N In 0 1 mQO F- Q I Q I I F- II Q W HV) 1 00N00N0) N I LLUF- Z wU I } I I li H0 Z I 0 JQ � O 1 F' I I F'•' II F' V1H F- 1 NNNNNN 00000000000000000000 U H V) H z 1 H 1 1 W II J OCA 1 H (A J I u I I Z II O LL 1 NertDwcDLmOtnOu1+ O ►n0LnoLnO1r1111O O F- \ z 1 Q I I W II r-irINNMMd' qct InLnWL01� 1� 0001 F- N } Qo 1 a 1 1 Z a 11 F- QQW H I Q 11. 1 O II OJJJOO 1 U 1 r-I 1 II H II m a. U U V) > I I Nt I z II F- V) 11 w > emN 1 000000 I Q I In d• 1 O If u W > 11 J M W I- I • • • • • - I Z 1 0 I I H II W J If H H J 1 0r•iNM "it Ln 1 1 1 1 1 1 I H I I m l F• II to H } 11 ILF- W . 1 NNNNNN 1 W 1 r-I - 1 Q 11 0_ F- II I I I I I I I Q 1 ri M 1 II W H 11 or-INMql;tIn I m 1 tD m 1 0 11 H O Q 11 I I I LL 11 (L d II r-IN M qt to t0 t*� 0001 O rIN M d• In t01 %� 0001O 1 w I • • I z If 2 Q II 2 I ri r--I rdmi ri r-I r•I ri r-1 r-1 r-I N I J 1 O • - 1 H 11 F' F- U 11 F- W F- n 1 0 0 0 0 0 0 I H I z O 1 II In 0 11 LAJj0 1 I tl l Z I W II W H W II W H z I C, H " m1q* Ln 1 I 4m1 I J 11 F- 3 J II F- D. W %•/ 1 N N N N N N I U l u al I H 11 H 11 J I 1 H 1 a1 a 1 a 1117m 1 n. u 1 Q 1 -O ron • L. I • 11 II I F- I L — O I U II oil t to I d m l II II 1 1 I — + MI� mwC) Nr-IUtgzrMLn C> rmi m mr%1 r"iO4l;j. m 1*� LnL %r mc) 1 NrumirnLnLnLnr4Ot'iCD, r♦ NNnN00us) ON Nn 00 4M (n tD 00 r� rmi n Cn rmi rr-i rmi tO 00 00 r%% C+4 tD R*wr4tOOI " Ln I I I V) I v=4mWWnWNCtrltOr-ILnd• qct nr-i00 Ln 00coamwwma " r% C%rtnrmla wNMr-IIONOr- rm4mWo01N I 1 1 O 1 0 " (N MIONr*4Ln " HMQ0MC) 0HH Ln Ln (D LD Ln Ln Ln Ln ko tD kDP%� w0NMtnt rr1 0001Or1Nqrzhgd0Ln I I I I tnmqmMNr-IrgHrmiNMqqtLnt000dlOr-I r•irlt•-Ir•Iroof rlr•Ir-IrlrlrmlrlrINNNNNNNNNMMMMMM 1 Q! 1 I V 1 MMMMMMMMMMMMMMMd �t 1 0) 1 1 1 1 «i I I la1 1 I I I I I� OOOOOt00NOrmit0NM1s� ( V4 Ln 1NMMOVOILnNLMr\ wtoI *� Or-IChcnrnOtoN N Ln tO Lr) d ( 0N0) LD M Ln N 111 tO M ON N 00 r-i tO mt Ln OI LAn NrI 1 I 1 (A I O rl O) tO Ln n M Ln M N qt qt LA Ln LA (D C) tON000) 0Ormi iNMqmtt000rILnai Lr) f� ONtn00riLnWHm I I 1 O 1 gY' qct MMMMqct LA1 *� 01NLe) 00rld r r% H MMMMd• V' RTd• d• d' q;d' 40hq4wLnLALnCOtOtO ^ 1� (4*. 1w� 0000000) a) 1 1 1 J - I O) cncn4 m01G10) aima1000rirjriN I I I v I rl ri r-i r-1 H r-I r-1 I I I 1 I I 1 I I I CtwLnONOU) rINNLnN 4qt RcT 0 m m Olt Ln ^ C) m r%% mNt� N 1 I I /MN 0LnW0LnOr OjMW � ONM LnrlMOriNCh00NI%� O14tr"IN (� OL+ Rtt0NN00ri0) Ogct' Lr) N I I I In I rIMmMriLnl**� ril �ft qdw000) r'IOOMO 1 14=J I Z I NLnr*� 0) OrINMLn (40MN1� M000 •ch0L+'r0LnCD CnriI I V) 1O 1 00 O0p� ri 1� f� 00rdO i 'cYa) ' I� N MMLn0 1'� I� f� 1� 000000000000000) 010ririNd MMr � rrt' tnLviwtft 0ww 1 1 I p I 00000000000000m mmC) ririNNMd• W r I ri r--I r-1 ri r-I ri ri r-i ri r-i ri r-I r-i r-i I N t ri H r) r4 rl rl r-i ri roi r-I N N N N N N (N lxJ I d I to I w w I V) I I I I tai I Z /\ I DLntDmNrrI d 0 rMA rmi r� q9t w M Ln W %tt O) I� d gdwm O0) NIt I I I I H to I rmll %, q 'CrNLnMLnO) Od 00 koMrI Z M ON LAd- 000000N01000OrIMQ) I *� OOIOONLn .00r"Ir100Nrnr-I 1 I w I E- Z I 0018 W tD rr� ritOTWA r-IIr� rit% 0000 LLI W v mTo"'irlr•i00) wwr1 r* 0wmHggt 0 �h0 'tt00p00000) NLn00riMM I 1 "t3 I O I- I rICON00 �' Nr-iNMWO) N10000Nd' m Lt) Lct d' d' d' MMMMMMfr) Ct "zt '� LA tD t0 tD t0 tO LD tD i� t� r� 000000 1 1 • r I V �/ 1 001 1� CD tO tO tO tO tO tD ID I� f� 1� 000000 Ln d rn I U) I L I �.! 1 to I H l m 1 I = I Vl 1 I I S O OOOOTWA wm Hrmlr-INI rI r .A00 ILnIt orttM1 m44111 m m44MLn00 I Z 1 I H II O 1 MOlrIV1� ONI� IOO) OOrILntOd 01N l7 Nt000r'INMNOI �tt� O) MI� M010) U*l V� Ln a w ma PO (N tD 0 Q 1 11 1 Q II FmV I r-IMLnr-INO) OOON ( ON0mT Iqm -I iZ 1 r-IMLew) 000N ,TLArr% w m v-q N ll;r Lm r%% am � " LOOV, 00NLnMM I } I I 11 f`%% riLn0) " r%% 00TMA Mtn00r{ vt' OON1� J MMMMq;lwctqt:r %Ozt 'cl' q;tCt' Ln Ln Ln Lrt Ln t0 t0 t0 t% n 00000001 CA 010 1 i1 Ori r-i r-i NN N N M M M M Ct 94t 4Rt Ln Ln rl I H I t Z II n 1 HHHr-lr•-iHrirmir -l -IHHrrmiHHHr-I J H a i i a II z i °- O O O O O O O O O O O O O O O Cl O 0 0 C>0 0 0 0 0 0 0 0 iLin � 1 � 11 v o 0 0 0 o1O 0 0 o 0 0 o 0 0 o d 0 t0NWM0riNMCtLnl0NMM0r'INMNtLnkDt%% WM0HNM 1 Z I O 11 II d' u► too r%% wm0r " mRF*tLn101 %� 000) O Fl NNNNMMMMMMMMM M Ct d' qct It d' OCT q*' wit Ct CT n Ln to Ln LA I H I I m I } tl n I LA LLn Ln LA LA W tD CD t0 t0 9%0 toootD too tO ^ I I I I I I I 1 1 I I I I I 1 1 I I 1 1 I I 1 I 1 I 1 I I w I I Q I. r-I M I H 11 1 I W I tO I 1 U 11 00 I w 03 I w d II x I w 1 • • 1 u h O O O O O O O O O O O O O O O O O O O O O O O O O O O O I J 1 0 • • 1 II O O O O O O O O O O O O O O O d 0 I H I Z O 1 II 1 t0r� 000) Or'INM � Lnt01� 000) Or'iNM � tntDt 00010rINM I d I Z 1 W 11 /1 I d LAlO1� 00010r"INMd LnlO1� 00010 a NNNNMMMMMMMMMM q9t qt t7 d• d' 11;t qct qqt Ct 919t Ln Ln Ln Ln I I i-L 1 J 11 I Ln Ln Ln Ln Ln Ln t0 t0 t0 tD t0 to CD tD tO ton iL I V I U O I I H 1 N C I Irn Q I . • I O L- 1 II 1 to i a m i II I 1 C:3 + 53rd . out NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE ORIGINAL RB - 121 VALUES . 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 x THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 2 a Page 4 57st . out 0 STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 1 + - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - + Project No : 6611 - 05417 Bridge @ 57th st Boring No : B - 57B - 6 FLORIDA DEPARTMENT OF TRANSPORTATION STRUCTURES DESIGN OFFICE STATIC PILE BEARING CAPACITY ANALYSIS PROGRAM SPT97 - VERSION 1 . 2 FEBRUARY , 1997 BASED ON RESEARCH BULLETIN RB - 121 " GUIDELINES FOR USE IN THE SOILS INVESTIGATION AND DESIGN OF FOUNDATIONS FOR BRIDGE STRUCTURES IN THE STATE OF FLORIDA " AND RESEARCH STUDY REPORT BY UNIVERSITY OF FLORIDA " DESIGN OF STEEL PIPE AND H PILES " NOTE - THIS PROGRAM IS EXPANDED FROM SPT91 IS ALSO KNOWN AS SPT94 TO INCLUDE STEEL H AND PIPE PILES A . -GENERAL INFORMATION ------------------------ INPUT FILE NAME 57st . in RUN DATE 05 / 26 / 06 RUN TIME 08 : 35 : 37 PROJECT NUMBER 6611 - 05417 JOB NAME Bridge @ 57th St SUBMITTING ENGINEER SWH BORING NO . B - 59B - 6 DRILLING DATE 3 / 28 / 06 STATION NO . GROUND SURFACE ELEVATION 0 . 00 FEET TYPE OF ANALYSIS 2 - DETERMINATION OF STATIC PILE BEARING CAPACITIES FOR A RANGE OF PILE LENGTHS ( CAPACITY VS . TIP ELEVATION ) STATIC PILE BEARING CAPACITY ANALYSIS - SPT97 Page 2 Project No : 6611- 05417 Bridge @ 57th St Boring No : B - 5 , B - 6 B . BORING LOG DEPTH ( FT) ELEVATION SPT BLOWS / FT SOIL TYPE ENTRY NO . D ( I ) ( FT) N ( I ) ST ( I ) Page 1 I I I LU I /1 I Ln 00 111 N. M 00 1 I I Q W H VI I NNS-1011ON HHQO I Ln ct Mri C) (3) I I I F- aa. F- I MM MMM fV I N I 1 m 1 I O U 1 co I 1 VI nw l t rAn w cx w I M M M N r4 rn M M M M M M M M M M M M rn M I I 1 O U J >- I I ( I • rZ m FM MCC OOf� wM 1 I i UH JUZ I NtN000w � I 1 I col C) OHQO 1 MMMNNN I 1 I Vf O J m on F- I ri r-I ri r-i rmll r-i I V I I I al 00 Q V I V1 I I I ri L roll rr 00000000000000000000 I I I N I— O I— to%% 1 tnMvld r-IlD • . . . . . . . . . . . . . . . . 0 a a VI 1 I I II It Q 0 H 0 1 00111 roll /� M o0 OOwtDWLMgld' NNd Lin Ma01D0Lin towtD C] I I 41 I VI V z I N r-i CD d' 'cod' N roll roll ri Z 1 1 V1 I F- al a H H Q O I w lC w v1 �n d' N Q 1 1 1 Ura I- > al- I NNNNNN F- Vl I n I t I W • r V1 Q Q "Iftwo" I J 1 pl 1 4=1 1 VI O W O u I H } I F- I � I H I VI JI a l I +,1 Z 1 ^ W a/ W U 1 W I V1 2 I I I I L N Zn I ONOOIwr'iN 0 1 W V1 I I al I V H O H V1 I N 00 u1 O w N 00000000000000000000 W I w I I m I c .J Z tl� z 1 • • • • • • a! J I :3 >111PO I I 'Q 1 O H W Q O 1 etMMrnNN tS 0 q1 �%Do00Lin 0Ln01110N0LnaLnOv+ LnO I h oC I I 'r- I V 00 W I- I m N 1 1 1 1 r•I r-I N N M M d' Ct V11/1 CO w 1 `%. tollimi 00 171 W I X W /'1 I V1 I L I �+^+ 0 Im V 1 a Ln f I 1 1 1 1 1 1 1 1 1 i 1 1 1 1 >M I C9 > � i Ln i m ~ I If I H W U I J 1 I Z II J . 1 w V1 Z z Q I Q 1 I O 11 W Z I H IO >- Q O a I z I �1 H II F O / I Ln v11 ^ i^ '11 Ln 01 mdUl I- Q I Q I I F- II QwHV) I wwwwww VI I J O In CJ t I I a (I O F- z 1 • • • • IN • I tLUF- Z W I S I 1 w 11 HHuO I NNNNNN O JQ2: O 1 I- 1 I F- II Fine V1HF- I NNNNNN Oa0000000000000000a0 U H VI H Z I H f 1 W II J CCS I SHV) U I I Z II O LL I Nq* ID000Lin C) Lf) 01n0Lin 0Ln0Ln0UlLn0 O F- ""� z I Q I 1 w 11 r-ir-IN (iff4MMd d 1n 111wCOnnooC) F- In > Q F- O I a I 1 z a II I- QQWLLH I d l e I O II OJJJOO 1 V I roll I II H II co CL u u In > I I d I z II F- In II W > 1 000000 1 V 1 111 w 1 O 11 u w > II Jaw1- I • • . • . • I z 1 0 1 1 H 11 W J 11 H10110JLr_ 1 ori N Md' 111 1 I 1 t f I UH I I m I F-- U V) H } II a F- Wu 1 NNNNNN I oC I ri - 1 Q II a !— II i I f f f 1 I Q I t-i 111 I II W H 11 O r'I N rn d• u1 I W I CC I I J LL U II I m I lD fYl 1 O 11 H O Q 11 r-INMej Uri (DN00MOriNM "I Ln COI� WM0 1 w i• • i z ii a = Q 11 = rmml H � rmiN I J1 0 • • 1 H II FM F- U II F- W F- /1 1 000000 I H I z O 1 11 V) a II (A mi 0 I I n. t z I w 11 w H w 11 wHz L I C> H " md• I+1 1 1 40,11 1 J II F- m w t-/ I N N N N N N I U I U 01 H 11 H II J I I H I a, c t a u a u 1 roimi Q" I •O • L I II II N CL 1 m 11 1 I u II II O + — + ^ — + + — — + — + o I I I II I D7 'p I N I II v 1 O • Q I I ' iemeNlm nI n � �. V G1lJ7tntnuiunLn I -{ II (- 1 rt 1 I tl7V'1ugvdlAAAAAAA =rib AAWWWWWWWWWWNNNN O1000V (7) u'I4�lbWNI--' Otfl00VOI �moqA 1 II m I z 1 I WNI--t0W00V4Cn4 'IAWNI✓ 0W00VG1t�'IAWNI--' O1000V01 x. . . . . . . . . . . . . I II 1 O Z I H I . . . . . . . . . . . . . . . . . . . . . . . . O0000000000Cl 000000 D � • • 01m1 O00000000000000o000000000000 x m � I . 1 SII n i W 03 �i m 1 'n 11 H 1 to NI D I X V0141610141OO1 d7OMv7Own to to to to 1 vll 1 00 1 I H I to lJl to tnAAAAAAsA -Lh =0% ? WWWWWWWWWWNNNN O1000Valu7AWNI-AOCOW0 4M nA II < I 0 1 z 1 WNI"� OlD00VOltn •AWNIA0WWVOltfi .PWN1--' 0000 %VJM 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 IemN 11 i FA+ �M�l 11 O O O O O O O O O O O O O O O O O O O O O O O O O O O O 1 Off I V I D I czi► I m D H I t.i II z 1 1 n 1 M NNNNNNlo" NI-ANN 1 11 m I I H 1 AAWWNNNNNOOCOtDOOOOVV II I I I 4141u1AMPhw wNNNNNNNJNNIVNNNNNNNNNNN r" WOVWtO nOUlaLnOu'IOtnOMIAI ^ 11 i i i O10AV1--� d1NtpO0V �1V7 .PAWWNNNNNNNNNNNN Il z VVW0141N4100tDtDVtntn0100NA 1 -{ 11 ""I I 1 D I - IV Lon WVAWA4100NA410 %nI100V414141C1C14141414141 0 WM11 0toAu1N41411vAvwW41UlA 1 Z 11 O I I D I OOAWVOOAV �ItDOOtD0o41MM0 =' ulultntntntan tntntntn _ 1 (A 11 z = I 1 1 to I I I W I H I ul V) NNNNNN I ^ 1 � . I N I 000 WW0 4VOltnAWNNN V Sv V V V Go M 0 to tO O 00000 tD to to I rr (1 I & t>� W rn a 9 a a 0 a aPa a a a a 9 a a tnN 1 O z j � VAN000AVOOVtntn00N1G0001tnAWa 0 a a 0001—� 9 a (D m OtOVANWO1001D1--& 001Ou' 4U MW I z -i 1 CD I I dlVtn %WDwLnVVV7Q100Nt40WwkGC1WNONtnNNA00NV0 W Z VItDtDAN4100t.D41tDVa7004101tnN 1 N H I I I I tD41WCDtD000tD00tn (MtDtnAAO) W41tnr71N00V.lNu+ OvlAh 1 70 C I I Ul I m v i Lon I I tJ I rot I to I = NN NN NNN NN NN NI--rFML foMA IMA IWA 1 /1 1 S I V I 1� 1--, FNMA F'J F=, I� m IMM4 I--aIAIFA 1-1 Fda FMI H Fml O O kD 0000 V 01 1 1 Inmp� W NNFIA O 00 V m vi A W W W W N N N N N N N N N N NN AuimOltototoOPAL WNwWVtDOHN 1 0 I to 1 1 Wtn010000O00toNNWVWNO00VtoAWWNNWWWA I Z I rt I 1 WO 4 H H W41 W ' 4 tD N CI to N W 0000 V 1 N I 1 1 OO N OD V W 00 N A d1 V O 0101 t0 t4 N to 000 4WNJ M001--1 AtOW W .p00Wtn1•-r1-- viFinaNHrt jJ-L1ON00V 1t041VN0100WVu1AU1tCAh+ ONp- j0NQ1W00al0ul0ko I 1 I 1 I I 1 I 1 1 I 1 1 1 I N N N N N N N N N N N N I n I I 1 OOOOOOOOOOOOtOtDtD0000 I -{ I 1 1 VV414101tnu+ AWWNNI-+ NNNNNNNNNNNNF-' NN V404MWVVVVO141ANO0AOtnN 10 I 1 1 Q1NOoAOtnOAVNmim O& m mtntnAWNNIMA NF-' NNI-A1-1N I Z I 1 I A0000tO0041WtoOWVtn41ALOW 1 In I I 1 tD41AWNANNO0W00000tOtOONantOWtD0IAAuIVtON I--tZItDVWI--tu7V41tn00101tONph. 00 I V I I I •AWA4100 ? NWNVWANQ1tn410SPA O41WNAWtnWtnO 1 1 1 1 1 117 I 1 1 I to I W W W W W W A A A A A A A W W W W I n I I rD 1 W W W N N N N N N N N vt41V0000tDNNNNNtDwmw0b I 1 NI =, 0tOVvIWOVW00001tnAAWWWNNNNNNNNN 41V1WNmAWMt6 to -PAtfl0410Wtn 1 0 1 1 1 tDAN000tDtn410AWOWW00OPAw unNJwm WWAtn01V I Z 1 I 1 tDVVONWO1tnWaNWANWD 41 -4A I Ln 1 I I NVtDO1F-' 00WaWaVNtntntnO �400N00NWWNOaA00 AN4INOOWOONW00AWOONAtDN I u I I A I QloowtDwV0410tnVOlAtDWwr 0W00AVtDAVOtn0V I 1 I I 57st . out NOTES 1 . MOBILIZED END BEARING IS 1/ 3 OF THE . ORIGINAL RB - 121 VALUES . 2 . DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA , AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING . 3 . ALLOWABLE PILE CAPACITY IS 1/ 2 THE DAVISSON PILE CAPACITY . 4 . ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 X THE MOBILIZED END BEARING . PROBLEM COMPLETED ANALYSIS NO . 3 0 Page 4 l M TIEmu 55 LW GEOTECHNICAL ENGINEERING SERVICES REPORT Roadway Improvement along 66th Avenue , 49th , 53rd and 57th Streets Indian River County , Florida TIERRA File No . 6611 -054174 PREPARED FOR Arcadis , LNW : 420 Columbia Drive, Suite 110 West Palm Beach , FL 33409 April 14, 2006 14, TI ERRA c�EOTECHNICAt MATERLALS r ENGfNEERING- April 14 , 2006 ARCADIS , LNW 420 Columbia Drive , Suite 110 West Palm Beach, Florida 33409 Attn : Mr. Hank Deibel, P .E . RE : Geotechnical Engineering Services Report Proposed Roadway Improvement Along 66th Avenue, 49th, 53rd and 57th Streets Indian River County, Florida Tierra Project No. : 6611 =05417=4 Dear Hank : Tierra, Inc . has completed our Geotechnical Engineering evaluation program for the subject project . The results of our field exploration program and subsequent recommendations are presented in this report . Tierra, Inc . appreciates the opportunity to be of service to ARCADIS , LNW on this project and looks forward to working with you on future projects . If you have any questions or comments regarding this report, please contact our office at your earliest convenience . Sincerely TIERRA, INC. jRajshnasamy, P . E . Geotechnical EngineerNP FL Registration No . 53567 Attachments 2765 VISTA PARKWAY, SUITE 10 • WEST PALM BEACH, FLORIDA 33411 ( 561 ) 687-8536 • FAX ( 561 ) 687-8570 Table of Contents 1 . 0 PROJECT DESCRIPTION . . . . . . 1 2 . 0 SCOPE OF SERVICES . . . . . . . w . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3 . 0 EXPLORATION RESULTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 . 1 Review of USDA Soil Survey , Indian River County, Florida . . . . 0 00 6000 none * mob % 0 4 old Ego & @ * * any % @ 0 * 000 a no 09 Vag * @ 02 3 .2 Field Explorations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3 .3 General Soil Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 4 . 0 GROUNDWATER CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4 . 1 Groundwater . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 4 .2 Seasonal High Groundwater Estimates . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 5 . 0 ENGINEERING EVALUATION AND RECOMMENDATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 . 1 General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 .2 Embankment Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 5 :3 Temporary Side Slopes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . w . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 5AGroundwater Control . . . . . 006 * 06 we & 'b " ago now & Novo wA6 * 40 * 00 own too 00 # 0099 Ego SvO * ffi * 0ovv * * d * Owo * ao @met@ * * * * * names@ * * 4 * 6 am 06 5.;5 Pavement Design Considerations . . . . . . now so @ * Gleesome old qqm * oo * o * Pq * v 064 & * * * * seems@ 0 " " o " at * * * * @ w 6 56 On-Site Soil Suitability . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . 6 6 . 0 REPORT LIlVIITATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 APPENDIX - BORING LOCATION PLAN SOIL PROFILE LABORATORY TEST RESULTS ARCADIS 1 Tierra Project No . : 6611 -054174 1 .0 PROJECT DESCRIPTION The project, as we understand it, consists of the intersection improvement along the north side of 49`h , 53rd and 57`h Streets on the west and east sides of 66 Avenue and the roadway improvement along the west side of 66 Avenue in Indian River County, Florida. The purpose of this study was to provide Geotechnical (i . e . soils and groundwater) input to the design team during the evaluation phase of the proposed road improvements . 2.0 SCOPE OF SERVICES The study was performed to obtain information on the existing subsurface conditions along the project alignment to assist in the design of the construction plans for the referenced roadway widening at the intersections indicated in the reference . For this , the following services were provided : 1 . Reviewed readily available published topographic and soils information . This information was obtained from the "Soil Survey of Indian River County, Florida" published by the United States Department of Agriculture (USDA) Soil Conservation Services (SCS) . 2 . Performed a Geotechnical field study for the proposed road improvements . This included a % total of one hundred twenty five ( 125) auger borings drilled to a depth of 6 feet below the existing grade for the proposed roadway widening . 3 . Performed a limited laboratory testing routine to establish the soil properties along the roadway alignment using the AASHTO/ASTM Soil Classification System . The laboratory testing included grain size analysis , moisture content determination, and organic content (if needed) . 4 . Prepared this Geotechnical Engineering services Report for the project. These Geotechnical Services were performed in general accordance with FDOT Standards "Soils and Foundations Manual" . The scope of our services does not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil, groundwater, or surface water within or beyond the site studied. Any statements in this report regarding odors, staining of soils, or other unusual conditions observed are strictly for the information of our client. ARCADIS 2 Tierra Project No. : 6611 -054174 3 .0 EXPLORATION RESULTS 3 . 1 Review of USDA Soil Survey, Indian River County, Florida Review of the "Soil Survey of Indian River County Area, Florida," prepared by the United States Department of Agriculti:re (USDA) Soil Conservation Service (SCS ) indicates that the project alignment is mapped predominantly as Wabasso fine sand, Winder fine sand, Pineda fine sand, and Jupiter fine sand . Wabasso fine Sand (13) : This soil is nearly level, poorly drained in broad flat-woods : The water table is at a depth of 10 to 40 inches for more than 6 months in most years and at a depth of less than 10 inches for 1 to 2 months, for the rest of the year. Winder fine Sand (14) : This soil is nearly level and poorly drained. It is on low hammocks and in poorly defined drainage ways . In most years and under natural conditions, the water table is within a depth of o to 10 inches of the surface for 2 to 4 months and within a depth of 10 to 40 inches for about 4 to 6 months or more . Only for short periods in dry seasons is the water table below a depth of 40 inches. Pineda fine Sand (16) : This soil is nearly level and poorly drained. It is on low hammocks and in broad, poorly defined sloughs . The water table is above the surface for a short period, after heavy rainfall. Its is within a depth of 10 inches of the surface for 1 to 6 months and at a depth of 10 to 40 inches for more than 6 months . Jupiter fine Sand (31) : This soil is shallow, nearly level and poorly drained. It is on low flats on hammocks . In most years and under natural conditions, the water table is within a depth of 0 to 10 inches of the surface for 2 to 4 months in the wet season. Some areas are covered with shallow water for brief periods . In drained areas, the water table fluctuates with the water table in canals and ditches . It recedes to a depth below the Limestone bedrock in the dry season. 3.2 Field Explorations Sub-soils along the proposed roadway widening were explored by a total of one hundred twenty five ( 125 ) auger borin§s ; twenty one (21 ) borings were performed along 49th street, twenty two (22) borings along 53` street, twenty (20) borings along 57th Streets and sixty two (62) borings along 66th Avenue. The auger borings were drilled to a depth of 6 feet below the existing grade . The borings were located in the field by Tierra Personnel using tape measurement and existing site features . The samples of the in-place soils were returned to our laboratory for classification by a geotechnical engineer . The samples were visually classified in general accordance with the AASHTO/ASTM Soil Classification System . ARCADIS 3 Tierra Project No. : 6611 -054174 Approximate locations of the borings are presented in the Appendix . Soil profiles in roadway auger-borings are also presented in the Appendix . 3 .3 General Soil Condition The sub-soils encountered in the borings typically consisted of fine sand, fine sand with shell ith shell fragments . A thin layer of topsoil was encountered fragments , silty sa nu and silty sand w at almost all the borings . The following table describes the various soil strata that were found during the study as well as usage recommendations per the FDOT Roadway Design Standards . STRATUM TYPE AASTHO FDOT: SOIL CLASSIFICATION DESIGNATION ' 1 Top Soil A- 8 UNSUITABLE 2 Gray to brown fine Sand A-3 SELECT 3 Gray to brown, fine Sand w/ shell A-3 SELECT fragments . 4 Gray to brown, silty Sand A-24 SELECT 5 Gray to brown , silty Sand w/ shell A-24 SELECT fragments 6 Gray to brown, clayey Sand A-2-6 SELECT 7 Gray to brown ,sandy Silty A4 PLASTIC Soil samples were performed in representative samples taken from the boring locations , at depths ranging from 1 to 6 feet below the ground surface . Once received, a Geotechnical engineer based the soil stratification on a visual review of the recovered samples , laboratory testing, and interpretation of the field boring logs . The 4boring stratification lines represent the approximate boundaries between soil types of significantly different engineering properties ; however, the actual transition may be gradual . In some cases, small variations in properties not considered pertinent to our engineering evaluation may have been abbreviated or omitted for clarity . The boring profiles represent the conditions at the particular boring location and variations do occur among the borings . ARCADIS 4 Tierra Project No . : 6611454174 4.0 GROUNDWATER CONDITIONS 4. 1 Groundwater The groundwater table was measured at the boring locations following termination of drilling and after a short stabilization period on the order of five (5) to ten ( 1. 0) minutes . The depth to the water table at the sampled locations ranged from 4 . 0 to 6 . 0 feet below the existing grades . The groundwater table measured at each of the boring location is presented on the boring profiles in the Appendix . Groundwater conditions will vary with environmental variations and seasonal conditions , such as the frequency and magnitude of rainfall patterns , as well as man-made influences (i . e . existing canals, swales , drainage ponds, under drains and areas of covered soils like, paved parking lots and sidewalks) . Fluctuation should be anticipated. We recommend that the contractor determine the actual groundwater levels at the time of construction to determine groundwater impact on his construction procedure . 4.2 Seasonal High Groundwater Estimates Seasonal high groundwater levels are expected to be controlled by the existing drainage features widen alignment . Seasonal fluctuations in ground water encountered throughout the proposed w levels should be anticipated due to rainfall , runoff and other site-specific factors . We estimate thatAhe seasonal high ground water table at the area will be approximately 6 to 12 inches above the observed levels at the time of the exploration. ARCADIS 5 Tierra Project No. : 6611 -054174 5.0 ENGINEERING EVALUATION AND RECOMMENDATIONS 5 . 1 General In general, the existing shallow subsurface soils encountered in the borings performed are suitable for supporting the proposed roadway widening after proper sub- grade preparation. Site preparation should consist of normal clearing and grubbing and followed by compaction of sub. grade soils . The removal of topsoil and muck (if any encountered during construction) should be accomplished in accordance with the Florida Department of Transportation (FDOT) Standard Indexes 500 and 505 . Silty soils (strata 4 and 5) encountered at the site are likely to retain excessive moisture and may be difficult to dry and compact. These materials may be used in the subgrade above the water table at the time of construction. Any buried organic soils, debris, or unsuitable fills encountered during construction, which are not shown on the boring profiles should be removed and replaced with clean, compacted, sandy soils . Plastic soils (if any encountered) , within the pavement section should also be removed and placed in areas not affecting pavement performance . Backfill should consist of materials conforming to FDOT Standard Index 505 and be compacted in accordance with Section 120-9 of the Standard Specification for Road and Bridge Construction, latest edition . The structural fill to be placed below the water level should consist of well graded gravel or clean sand with a maximum of 5 percent passing the U . S . Standard No . 200 sieve . 5.2 Embankment Construction We anticipate that some fill will be required for the proposed roadway construction. Fills are anticipated to be less than 5 feet in height for the proposed roadway widening. The embankment/fills should be constructed in accordance with Section 120. 8 of FDOT Standard Specifications for Road and Bridge Construction using materials in accordance with FDOT Standard Index 505 . Assuming proper sub-grade preparation and adequate fill materials are utilized, we recommend that all proposed side slopes be constructed on 2 . 0 horizontal to 1 . 0 vertical (211 : 1V) or flatter. For the anticipated new fill heights of approximately I to 5 feet, we expect total settlements on the order of '/z inch, or less . We expect these settlements to be elastic and should occur during construction . ARCADIS 6 Tierra Project No. : 6611454174 5 .3 Temporary Side Slopes Side slopes for temporary excavations may stand near 1H : 1V for short dry periods of time ; however, we recommend that temporary excavations below 546ot depth be cut on slopes of 2H : IN or flatter. Where restrictions will not permit slopes to be laid back as recommended above , the excavation should be shored in accordance with OSHA requirements . Furthermore , open-cut excavations exceeding 10 feet in depth should be properly dewatered and sloped 2H : 1 V or flatter or be benched using a bracing plan approved by a professional engineer licensed in the State of Florida . During construction, excavated materials should not be stockpiled at the top of the slope within a horizontal distance equal to the excavation depth . 5 .4 Groundwater Control In our opinion, groundwater is not expected to impose any restrictions to the proposed development provided final grades are at or near existing. roadway elevations . However, dewatering will be required for utility installations when the excavation bottom is below the water table during construction. 5 .5 Pavement Design Considerations We - anticipate that the proposed pavement structure will be a semi-flexible asphaltic concrete section. Soils existing along the majority of the project alignments should have modest sub- grade strength for pavement support . Based on our experience on similar sub- grade materials , we recommend pavement designs include a design LBR value of 25 for the sub-grade consisting of sandy subsoil and provided the site is prepared as recommended in this report . If a stabilized subgrade is required, we recommend a sand-gravel mixture , 12 inch thick, with a minimum design LBR of 40 . Base course should consist of Limerock, Shellrock or coquina, meeting the minimum requirements of the FDOT " Standard Specifications for Road and Bridge Construction," Sections 911 , 913 or 915 , respectively. The Limerock (coquina) should have a minimum LBR value of 100 . Both the base and stabilized sub-grade should be compacted to at least 98 percent of maximum dry density (AASHTO T- 180) . Asphalt thickness should be determined considering the anticipated traffic loading conditions and expected life expectancy of the pavement section . 5.6 On-Site Soil Suitability Strata 2, 3 , 4 , 5 and 6 consist of Select material and are good for sub-grade and embankment support . This material must be prepared and utilized according to the Standard Index 505 . However, portions of silty soils in Strata 4 and 5 may retain excess moisture and may be difficult to dry and compact. They should be used in the embankment above the water level existing at the time of construction. ARCADIS 7 Tierra Project No. : 6611 -054174 6.0 REPORT LIMITATIONS Our Geotechnical engineering evaluation of the site and subsurface conditions with respect to the planned roadway widening and bridge replacement and our recommendations for site preparation are based upon the following : ( 1 ) site observations, (2) the field exploratory test data obtained during the geotechnical study, and ( 3 ) our understanding of the project information and anticipated final grades as presented in this report . If the final grades vary considerably from those stated, or when final cross - sectional data becomes available , please contact our offices so that we can review our recommendations . Furthermore, upon the discovery of any site or subsurface conditions during construction, which appears to deviate from the data obtained during this Geotechnical exploration, please contact us immediately so that we may visit the site, observe the differing conditions, and evaluate the new information with regards to our evaluation and recommendations contained herein. The recommendations presented previously represent design and construction techniques that we feel are both applicable and feasible for the planned construction. We recommend, however, that we be provided the opportunity to review the final foundation plans and the earthwork construction specifications to evaluate whether our recommendations have been properly interpreted and implemented . The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This geotechnical report has been prepared for the exclusive use of ARCADIS (Lawson Noble & Webb) , for the specific apt lication to the proposed road intersection improvement along the north side of 49th, 53rd and 57t Streets on the west and east sides of 66 Avenue and the roadway improvement along the west side of 66 Avenue in Indian River County , Florida. APPENDIX NOT TO SCALE i' •""' it« �i":'I - • i." �•• • ��" �« ��" `« i'" i i •'"": i""' � i' i "' i' i i' i i i i � a"' � •"" � � � � • b S V) �i 0 a •w. O • 17V • IW' � -1wr • • l000' • lar n •w 1100, , son y- Aar t 4W 1 1 0 1 r Aon T Aar y- 4001 y 0 ' L ow a i a idn 0, ol o 10(r IDO' L E G E N D I — THIS DRAWING IS FOR ILLUSTRATIVE PURPOSES ONLY. . AUGER BORING LOCATION 2— TEST PIT LOCATIONS SHOULD BE CONSIDERED APPROXIMATED. 2765 Wsla wog 5- 1 40, west Purim ee h, n rdo moo scd. BORING LOCATION PLAN "sr eta ansa Gusmess Llc wT 6No. 6 an.vo.rr. ENCINEER Or RECORD: - oann ..mwc wa 66TH AVE IMPROVEMENTS "Eo! Krishnasany, P.E. INDIAN RIVER 6611 -OS-417-6 INDIAN RIVER, FLOR04 I AP-1 AB-2 AB-3 AB- 4 AB-5 AB-6 AS- 7 AB-8 AB- 9 AB-10 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 ' O 11 1 1 / 1 1 1 1 1 1 0 1 - TOPSOIL ( ' -8) 2 2 2 2 2 2 2 2 2 w 2- GRAY TO BROWN SAND (A-3) LL 5 g 7 6 � _� _� —_g 6 —_g y 5 3- BROWN SAND WITH SHELL FRAGMENTS (A- 3) a s n 4- BROWN SILTY SAND (A- 2-4) o v 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A- 2-4) 10 10 6- BROWN CLAYEY SAND (A- 2-6) 7- BROWN SANDY SILT (A- 4) AS-11 A13- 12 AB- 13 AB- 14 AB- 15 AB-16 AB- 17 AB-18 AB-19 AB-20 AS-21 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/20D6 3/10/2006 3/10/2006 3/10/2006 3/10/2006 p0 / 1 t 1 7 1 1 1 1 WJE 1 0 w 2 2 2 2 2 2 2 2 2 2 2 m $ 6 6 8 6 G 5 g' —� �' s 5 a s s 5 a 5 a g a 5 a 5 a a a 10 10 - SCALE 1 '= 10' V ensures Il/b Bernell Orme a... aA eyes Laze Warlh, Fl 'Jo 33461 SOILS PROFILE seIIr we awa.e y As o l 561-547- 12J2 �y„a yl Business License No. 648 o u..a y ¢ortxenc...ua[ouls ENGINEER OF RECORDS sao m eoawry r r w 66FH AVE IMPROVEMENTS 2 y mw � PEP of Nrishnasa+ny. P.&7 INDIAN RIVER 6611 -05-417-44� lNOIAN RIVER, FLORIDA 1 AS-22 AB-23 AB- 24 AS-25 AB- 26 AB- 27 AB-28 AB- 29 AB-30 AB-31 AB-32 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 qGE GNE GNE GNE GNE CNE GNE GNE GNE GNE GNE 7 _ TOPSOfI A-80 111 1 1 1 1 111 0 ( ) 32222 2 2 2 2 2- CRAY TO BROWN SAND (A-3) 763- BROWN SAND WITH SHELL FRAGMENTS (A-3) 5 5 a 4- BROWN SILTY SAND (A-2-4) a 0 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A-2- 4) 10 10 6- BROWN CLAYEY SAND (A- 2-6) 7- BROWN SANDY SILT (A-4) AS-33 AB-34 AB-35 AB-36 AB-37 AB-38 AB- 39 AB-40 AB-41 AS- 42 AB-43 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11 /2006 4/11/2006 0 p1E 1 1 CNE CNE 0 3 2 2 2 2 2 2 2 2 2 2 4 6 6 6 w 5 s s 5 s s s s s 6 s 5 $ n w 9 0 0 10 10 g SCALE 1 '=10' V 1100 Romatl Dri o... a waaT � Lorre Worth, Flo.iea JJ46/ SOILS PROFILE u•.nay al/ 7� E64. . a .M� Busleass Litmse fNpNEER OF REC : 4cao he. awn 66tH AVE IMPROVEMfNiS aj .Eneoatrro. IND41N RIVER, FLORIDAR5 7 IND41N RIVER 6611 -05-d17-4 AB-44 AS-45 AB- 46 AB- 47 AS- 48 A8- 49 AB- 50 AS-51 AB-52 AB-53 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 0 gE GNE 0 1 — TOPSOIL (A-8) 42— CRAY TO BROWN SAND (A-3) 5 6 5 •• 3— BROWN SAND WITH SHELL FRAGMENTS (A-3) 4- BROWN SILTY SAND (A-2-4) 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A- 2-4) 10 10 6- BROWN CLAYEY SAND (A-2-6) 7- BROWN SANDY SILT (A-4) AS-54 AB-55 AB-56 AB-57 AS-58 AB-59 AB-60 AB-61 AS-62 AB-63 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 3/10/2006 i 0 1 1 1 1 1 I 1 1 1 1 0 2 6 6 2 6 2 2 2 2 2 4 2 4 555 4 6 Y � 5 s 5 s s s s � s s 5 5 S a F W � O S$ 10 10 d SCALE 1 '=10' V 1100 &a II Dr;" o..• a oLr+ /'� La Worth, F/wfdo JJ461 scW SOILS PROFILE Er aar a. oyAs � � u 561 -547- 1132 Bus ess License No. 6 caara cmwsr .wrtssas ENGINEER OF RECORD: � ml 66TH AVE IMPROVEM£NFS 4 „�,� a P of Kris6ncso y, P.E. INDIAN RATER 6611 -05-417-4 1NDbW RIVER, FLORIDA AB-64 AB-6L� AB-66 AB-67 AB-68 k8-69 AB- 70 A8-71 AB-72 AB-73 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 GNE GNC GNE GNE GNE GNE gE 1 - TOPSOIL q-8 0 1 1 1 1 1 1 1 1 1 0 ( ) 2 2 2 2 2 2 2 2 2- GRAY TO BROWN SAND (A-3) 6 665 5 5 g 5 5 5 5 5 4 3- BROWN SAND PATH SHELL FRAGMENTS (A-3) 6 4- BROWN SILTY SAND (A-2-4) ! o 0 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A-2-4) 70 10 6- BROWN CLAYEY SAND (A- 2-6) - 7- BROWN SANDY SILT (A-4) AB- 74 AB-75 AB-76 AB- 77 AB-78 AB- 79 AB-80 AB-81 AB-82 AB-83 g 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 aE CNE GNE0 11 10 65 5 5 5 6 5 a a o 0 10 10 {z F (SCALE 1 "= 10' V 1100 Borne(( Duro >� a A LMe wroth, Rvieo .3461 SOILS PROFILE sa.+w yAsoyty 561-5447- 1232 a, J$ TIBRM Business Lkense No. 6 air a oEmcuurx4wN s ENGINEER OF RECORD: o>wrr rmec. iu. 661H AVE IMPROVEMENTS 5 — lNDd �,� a P aj Krirhnosw.,y.SP.E 4N RIVER 6611 -05-4I7-4 INDIAN RIVER, FLORIDA AB- 84 AB-85 AS-86 AB-87 AS- 88 AB-89 AS-90 AB-91 AB-92 AB-93 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/12/2006 4/18/2006 4/18/2006 0 1 1 1 1 GNE 1 05NE 1 1 0 1 - TOPSOIL (A-8) W 2 6 6 6 6 2 2 2- GRAY TO BROWN SAND (A-3) 5 a 6 a 5 a 5 5 3- BROWN SAND WITH SHELL FRAGMENTS (A- 3) n a 4- BROWN SILTY SAND (A-2-4) o 0 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A-2-4) 10 10 6- BROWN CLAYEY SAND (A-2-6) 7- BROWN SANDY SILT (A-4) AB-94 AB-95 AB-96 AB-97 AB-98 A13-99 AB-100 AB-101 AB-102 AB-103 ff 4/18/2006 4/18/2006 4/18/2006 4/18/2006 4/18/2006 4/18/2006 4/T8/2006 4/18/2006 5/1/2005 5/1/2006 GNE GNE ONE 0 1 7 1 1 1 1 1 1 1 0 W 2 2 2 2 2 5 6 2 2 2 6 6 6 6 4 �. 5 5 5 --� 6 6 g 5 .. q 0 10 9 SCALE 1 '=10' V a noD ewnen Dj+ Loke worm, Flondo SOILS PROFILEsur 561-547- 12J2Lam y, IIIjj�jj�j� B✓smess LenseoENGINEER OF REC66TH AVf IMPROVEMENTSP a/ Nrisnnoso0 - INDIAN RIVER 6611 -05-417-4 INDIAN RIVER, FLORIDA AB- 104 AB-105 AS- 106 AB-107 AB-108 AB-109 AB- 110 AS-111 AB-112 AS-113 AB-114 5/1 /2006 5/1 /2006 5/1 /2006 5/1 /2006 5/1 /2006 5/1 /2006 5/1 /2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 0 1 1 1 1 1 1 0 1 - TOPSOIL (A-8) 6 6 w 2 4 2 2 2 2 2 y 2 w 2- GRAY TO BROWN SAND (A- 3) 5 5 5 4 a 4 5 3- BROWN SAND WITH SHELL FRAGMENTS (A-3) n a % m 4- BROWN SILTY SAND (A-2-4) o 5- BROWN SILTY SAND WITH SHELL FRAGMENTS (A- 2-4) 10 10 6- BROWN CLAYEY SAND (A-2-6) 7- BROWN SANDY SILT (A-4) AB-115 AB- 116 AB- 117 AB-118 AB- 119 AB-120 AB- 121 AB-122 AB-123 AB-124 AB- 125 g 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 5/3/2006 0 1 1 1 1 3 1 1 1 1 1 0 w 4 2 2 3 6 g 2 6 6 4 4 w 6 s 5 a 5 x 5 a 4 5 a a 5 5 e 5 s � � 5 � 5 5 � �a a o v INA 10 10 5 H z SCALE 1 '=10' V I 1100 8a 011 Oris o,. y ovm Late North, nwWa .17461 SOILS PROFILE rry. y qys 561-547- 1131 s.1ru. y @useless Lkw" Na 64 naw y 4rmsp4cu.wrtans ENGWEER OF RECORD: - mwn nn¢r .n 66TH AVE IMPROVEMENTS _ 7 y P0! Rrlr osamy, P.E. INDIAN RIVER 6611 -OS-4I7-4 INONN RIVER, FLORIDA L Summary of Laboratory Test Results Proposed Roadway Improverri"ert aldrig 66 Ave., 49th, 53rd and 57th St. Indian River County, Florida Tierra Project No 6611 -05417 Sieve Analysis Atterberg Limits Organic Natural Boring Sample Depth Stratum AASHTOSy Liquid Plastic Plasticity Con/tent Moisture Number (ft) Number mbol 314" 318" #4 #10 #40 #60 #100 #200 (°/O) Content (0/6) Limit Limit Index AB-2 4.0 - 4.5 2 A-3 100 99 99 94 62 30 11 1 12 AB-3 4.0 - 5.0 4 A-2-4 100 100 100 100 95 60 36 23 22 AB-4 5.0 6.0 5 A-24 100 98 93 80 81 58 35 16 21 AB-23 3.0 5. 5 7 A4 100 100 999 97 1 93 79 1 65 50 26 18 8 21 AB-24 5.0 6.0 5 A-2 4 100 100 100 100 83.2 60.7 36.7 14.2 NP NP NP 18 AB-29 4. 0 5.0 4 A-2-4 100 100 100 100 94. 1 73 48. 1 20 25 18 7 19 AB-30 5.0 6.0 7 A-4 100 100 96 93 88 74 61 45 NP NP NP 19 AS-34 5. 5 6.0 5 A-2-4 100 100 100 98 92 62 36 12 NP NP NP 23 AB-35 5.0 6.0 6 A-2-6 100 100 100 100 96 72 48 22 30 18 12 19 AB-38 4.0 5. 0 6 A-2 6 100 100 100 100 94. 1 73 48.2 23.6 30 16 14 21 AB-46 0. 5 6.0 4 A-2-4 100 100 100 1 100 95 72 49 19 22 19 3 18 AB49 0.5 4.0 4 A-24 100 100 99 99 95 75 54 23 23 18 5 17 AB-75 1 5.0 6.0 5 A-2-4 100 100 99.5 91 .6 83.3 59.4 34.9 ON 13.6 NP NP NP 23 TIERRA : INC , GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 1001 i 'lTR��1► 90 80 70 z 60 y Q r 50 w iC U) CL 40 30 20 . 10 0 4 SAN SIEMENS 100 10 1 0. 1 0.01 0.001 GRAIN SIZE in miHimeters r n' , t� i� i �� `�� �"F X t X a a R t 3 S iYrtSf r Y "u c7I p, 41 r` ? ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand Sc #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)^2 / (1310 x 1360) Fine Gravel Sc 314" and > #4 Fine Sand < #40 and > #200 BORING # AB - 23 (53rd) OF; . , .. : FSET (ft) DEPTH (ft) : 3. 5-5 SOIL CLASSIFICATION : A- 4 MOISTURE CONTENT : � . , A'1R . 8 lMIT , ( , , #4Q Ma#e~rll . LIQUID LIMIT 26 PLASTIC LIMIT 18 PLASTIC INDEX 8 �IRRA : INC , All GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave., 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05-417 TRAIN SIZE DISTRIBUTION CURVE 100 • M•L�f • 90 • 80 70 i 60 y r 50 w U K a 40 30 20 SEEMS • 10 0 100 10 1 0.1 0.01 0.001 GRAM SIZE in millimeters ASTM D 2487 ClassiflcaGon of Sol] for Engineering Purposes Coarse Sand #4 and > #10 Cu = D60 f D10 Coarse Gravel Sc 3" and > 314" Medium Sand < #10 and > 040 Cc = (D30)^21 (D10 x D60) Fine Gravel < 3f4" and > #4 Fine Sand < #40 and > #200 47`n >� - BORING # AB - 24 (53rd) OFFSET (ft) DEPTH (ft) : 5-6 SOIL CLASSIFICATION : A-2-4 MOISTURE CONTENT: ATTERIS L,IMI'C #4Q Illlater�al )> , . ,a LIQUID LIMIT NP PLASTIC LIMIT NP PLASTIC INDEX NP TI RRA Co 1 . 11 GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 100 +P sD 80 70 Z 6D yNy a Z SD U C Lu 40 30 20 10 D 100 10 1 0.1 0.01 0.001 GRAIN SIZE In m0meters a y� t ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = 0601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A2 I (010 x D60) Fine Gravel < 3!4" and > #4 Ffne Sand < 940 and > #200 BORING # AB - 29 OFFSET (ft) DEPTH (ft) : 4-5 SOIL CLASSIFICATION : A-24 MOISTURE CONTENT : 18.5% ' TTERBERLtk II1T , , #44 Ma#er'�al )s LIQUID LIMIT 25 PLASTIC LIMIT 18 PLASTIC INDEX 7 TILRR N. INC. GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT M 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 100 • - �r 90 - 77 90 70 z 60 50 a ' z w it LU 40 30 20 10 m " m TT 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE In millimeters NIX Nv ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 &I Cu = D6011310 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (1030)A21 (D10 x D60) Fine Gravel < 3/4" and > #4 Fine Sand < #40 and > #200 'JITP"a , yuk BORING # AB - 30 OFFSET (ft) DEPTH (ft) : 5 = 6 SOIL CLASSIFICATION : A4 MOISTURE CONTENT: ATTERBERG L1 , IT :# 4,0 M,aterra ! z LIQUID LIMIT NP PLASTIC LIMIT NP PLASTIC INDEX NP e Inn, TILIF ;'IF FnIF �N IF . GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 1006 mot• • . �•'�• • 90 80 70 Z 60 N N a r 50 w U w a 40 Flo 30 t ' 20 '; 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE In mfilmeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Send < 04 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 3!4" Medium Sand < #10 and > #40 Cc = (030)A21 (DID x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 �" at na S •u% t 'q ✓ 7 '+w ter f :. 3 s ��; n f '..' # c m.a� jti:„ tib} r�' ai,% BORING # AB 34 OFFSET (ft) DEPTH (ft) : 5.5 = 6 SOIL CLASSIFICATION : A- 2=4 MOISTURE CONTENT: 23.0%a p►TTERB . G -lm 17' . ' i4Q LIQUID LIMIT NP PLASTIC LIMIT NP PLASTIC INDEX NP IN NO I TIERRA . INC . _. .. ., , GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 1004 a • Am* 90 BOA 70 z N a z 50 SPANNw U W a 404 mmwqffl � 30 Pop OPP, 20 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE In millimeters P f4.-•, n� 1 t T q� ,� rx , ` � za � Seer?. : rn y� .. g "'x,'� 'x'; t _.. � �exc. , ;,. �'': F . . . 1'y �; 3 �.a? > � ..�; t k �,r. air?'� �.; , a. � . ,. ., s _ •,�. '�. , •#_ h, x STM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel S" and > 3l4" Medium Sand < #10 and > #40 Cc = (D30)A21 (D10 x D60) Fine Gravel < 314" and > #4 Fine Sand < #40 and > #200 N, r XI ON tx , O u� t. t c9 c3 t Via' Y. .s �. , �" •e. . ¢ , r � . a?n:s., , a•ceve A�sz.'a; "5. BORING # AB - 35 OFFSET (ft) DEPTH (ft) : 5 - 6 woo SOIL CLASSIFICATION : A- 2-6 MOISTURE CONTENT: 19 .4% NO z . , , ,TT R. . R LIMITNO NO PIN 1 P #4Q MIN aONOter, I ) ` LIQUID LIMIT % _ PLASTIC LIMIT 18 PLASTIC INDEX 12 V TIRRA , ` INC : GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave., 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05-417 GRAIN SIZE DISTRIBUTION CURVE 100 b 0* I IT 90 BO 70 z60 N Q 50 z w it a, 40 30 20 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE In millimeters t ASTM D 2487 Classification of Soil for Eng(neering Purposes Coarse Sand < #4 and > #10 Cu = D601 D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)A2 I (D10 z DOD) Fine Gravel < 314" and > #4 Flne Send < #40 and > #200 . Z 2 a 4t e 3NO N�Oo, , �t11, 0;,14' Vic .. r . N BORING # AB - 38 OFFSET (ft) DEPTH (ft) : 4 - 5 SOIL CLASSIFICATION : A- 2-6 MOISTURE CONTENT: 21 .1 ° 0 I ; : ATTE€ B LIMIT erlal IZO ON LIQUID LIMIT 30 PLASTIC LIMIT 16 PLASTIC INDEX 14 4 ,,::`i{.s.Yc..a.:;. ., ._x............rs '.sS 4Y.._..�.... ..a.. .:.x, . GRAIN SIZE DATA SHEET PROJECT NAME: Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE I 100 a —�--a OR 90 s0 70 z 60 r 50 z V w a 40 30 20 ' 10 IDIOM 01 Now 100 10 1 0.1 0.01 0.001 GRAIN SIZE in m0neters v ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D601 D70 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (1330)^2 I (1310 x 060) Fine Gravel < 314" and > #4 Fine Send < #40 and > #200 ell BORING # AB - 46 OFFSET (ft) DEPTH (ft) : 0. 5 - 6 SOIL CLASSIFICATION : A- 24 MOISTURE CONTENT: fATTERBERG L" 1MIT #40. Merl ! 7 LIQUID LIMIT 22 PLASTIC LIMIT 19 PLASTIC INDEX 3 ;. " kTtE% R INC GRAIN SIZE DATA SHEET PROJECT NAME : Improvements along 66th Ave. , 49th , 53rd DATE : 4/6/2006 PROJECT #: 6611 -05417 GRAIN SIZE DISTRIBUTION CURVE 100 BO 80 70 z z N Q � r 50 W K Lu 40 30 20 10 04 mmm � M = 9 li I 100 10 1 0.1 0.01 0.001 GRAIN SIZE in millimeters Lee w. t :3 34 ', s t t F � m 1 1. a 5 .a a ,G r d "hp � ,za r NxreL at reE,. LL, - „ ti . .. t . ., c. ,._ s. . , ?,. , .k. . , r .. . _ .. . .< ' .,ta PU- ati. Lek STM D 2487 Classification of Soil for Engineering Purposes Coarse Sand < #4 and > #10 Cu = D60 / D10 Coarse Gravel < 3" and > 314" Medium Sand < #10 and > #40 Cc = (D30)^2 I (D10 z D60) Fine Gravel < 314 and > #4 Fine Sand < #40 and > #200 � n t � r"y . )T . .A. b k ... .. s . . _t ;: i BORING # AB - 49 OFFSET (ft) DEPTH (ft) : 0.5 - 4 SOIL CLASSIFICATION : A- 2=4 MOISTURE CONTENT : 17.4° 0 : .. , ATTEIFERG, L11VI1T #4a N�aterial } LIQUID LIMIT 23 PLASTIC LIMIT 18 PLASTIC INDEX 5