HomeMy WebLinkAbout2014-009ACONTRACT DOCUMENTS AND
SPECIFICATIONS
FOR
INDIAN RIVER BOULEVARD RESURFACING
(U S 1 TO 17TH STREET)
BID NO. 2014009
PROJECT NO. 1302
PREPARED FOR
THE BOARD OF COUNTY COMMISSIONERS
INDIAN. RIVER COUNTY, FLORIDA
JOSEPH E FLESCHER, CHAIRMAN
WESLEY S DAVIS, VICE CHAIRMAN
COMMISSIONER PETER D O'BRYAN
COMMISSIONER BOB SOLARI
COMMISSIONER TIM ZORC
o ./o y/144
g.K.
S3/-5o?R
JOSEPH A. BAIRD, COUNTY ADMINISTRATOR
JEFFREY R SMITH, CLERK OF COURT AND COMPTROLLER
DYLAN REINGOLD, COUNTY ATTORNEY
CHRISTOPHER R. MORA P E , PUBLIC WORKS DIRECTOR
CHRISTOPHER J. KAFER, JR., P E , COUNTY ENGINEER
ANDi,E gLS`i' , `
Bx.s
iLL,AM K. DtBR AL
DEPUTY COUN T YATi OR";EY
00001 - Project Title Page - REV 04-07.doc
00001 - 1
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\00001 - Project Title Page - REV 04-07.doc
Section No, Title
TABLE OF CONTENTS
D IVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE
CONTRACT
00001
00010
Cover Sheet
Table of Contents
B IDDING DOCUMENTS
00100
00200
00300
00310
00430
00452
00454
00456
00458
Advertisement for Bids
Instructions to Bidders
Bid Package Contents
Bid Form & Itemized Bid Schedule
Bid Bond
Sworn Statement under Section 105.08, Indian River County Code, on
D isclosure of Relationships
Sworn Statement under the Florida Trench Safety Act
Q ualifications Questionnaire
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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00010 - Table
of Contents - REV 04-07.doc
DIVISION 1 - GENERAL REQUIREMENTS
DIVISION 2 - TECHNICAL PROVISIONS
+ + END OF TABLE OF CONTENTS + +
00010-2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00010 - Table
of Contents - REV 04-07.doc
SECTION 00100 - Advertisement for Bids
BOARD OF COUNTY COMMISSIONERS
1801 27th Street
Vero Beach, Florida 32960
Telephone: (772) 567-8000 FAX: (772) 770-5140
ADVERTISEMENT FOR BIDS
INDIAN RIVER COUNTY
Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday,
December 18, 2013. 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 "INDIAN RIVER BOULEVARD
RESURFACING (US 1 TO 17TH STREET) and Bid No. 2014009". 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. 1302
INDIAN RIVER COUNTY BID NO. 2014009
PROJECT DESCRIPTION: The proposed improvements to Indian River Boulevard consist
of milling and resurfacing of both northbound and southbound lanes from US 1 to 17th
Street (approximately 1 ' miles in length). Also included with the project is signing and
marking of the proposed resurfaced lanes. This is a F.D.O.T. Small County Outreach
Program (SCOP) funded project, FM No. 433067-1-58-01.
All material and equipment furnished and all work performed shall be in strict accordance
with the plans, specifications, and contract documents pertaining thereto. Documents may be
obtained from the Public Works Department/Engineering Division, 1801 27th Street, Vero
Beach, Florida, 32960, (772) 226-1283 by deposit of a check made payable to Indian River
County, in the amount of $75.00 for each set, which represents cost of printing and handling
which is non-refundable and does not include shipping All other communications concerning
this bid shall be directed to IRC Purchasing Division at purchasinqircqov.com
All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided
within the specifications. 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 bus.ness in the
State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total
00100 - Advertisement fo Bids REV 04-07.doc
00100 - 1
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00100 - Advertisement for Bids REV 04-
07.doc
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. Please note that the questionnaire must be filled out completely
including the financial statement.
The County reserves the right to delay awarding of the Contract for a period of ninety (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.
INDIAN RIVER COUNTY
By: Jennifer Hyde
Purchasing Manager
For Publication in the Vero Beach Press Journal
Date: November 13, 2013
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\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents \00100 - Advertisement for Bids REV 04-
07.doc
SECTION 00200 - Instructions to Bidders
TABLE OF CONTENTS
Article No - Title Page
ARTICLE 1 - DEFINED TERMS 1
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 1
ARTICLE 3 - QUALIFICATIONS OF BIDDERS 1
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,
AND SITE 2
ARTICLE 5 - PRE-BID CONFERENCE 4
ARTICLE 6 - SITE AND OTHER AREAS 4
ARTICLE 7 - INTERPRETATIONS AND ADDENDA 4
ARTICLE 8 - BID SECURITY 5
ARTICLE 9 - CONTRACT TIMES 5
ARTICLE 10 - LIQUIDATED DAMAGES 5
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 5
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 6
ARTICLE 13 - PREPARATION OF BID 6
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 7
ARTICLE 15 - SUBMITTAL OF BID 7
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 8
ARTICLE 17 - OPENING OF BIDS 8
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 8
ARTICLE 19 - AWARD OF CONTRACT 9
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 9
ARTICLE 21 - SIGNING OF AGREEMENT 10
00200 - Instructions to Bidders REV 04-07.doc
00200 - i
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100200 - Instructions to Bidders REV 04-
07.doc
SECTION 00200 - Instructions to Bidders
TABLE OF ARTICLES (Alphabetical by Subject)
S ubject Article
Award of Contract 19
B asis of Bid; Evaluation of Bids 14
B id Security 8
B ids to Remain Subject to Acceptance 18
Contract Security and Insurance 20
Contract Times 9
Copies of Bidding Documents 2
D efined Terms 1
Examination of Bidding Documents, Other Related Data, and Site 4
Interpretations and Addenda 7
Liquidated Damages 10
Modification and Withdrawal of Bid 16
Opening of Bids 17
P re -Bid Conference 5
P reparation of Bid 13
Q ualifications of Bidders 3
Signing of Agreement 21
S ite and Other Areas 6
S ubcontractors, Suppliers and Others 12
S ubmittal of Bid 15
S ubstitute or "Or -Equal" Items 11
00200 - Instructions to Bidders REV 04-07.doc
00200 -
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00200 - Instructions to Bidders REV 04-
07.doc
SECTION 00200 - Instructions to Bidders
ARTICLE 1 - DEFINED TERMS
1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the
General Conditions and Supplementary Conditions. Additional terms used in these Instructions to
Bidders have the meanings indicated below which are applicable to both the singular and plural.
thereof:
A. Bidder The individual or entity who submits a Bid directly to OWNER
B. Issuing Office --The office from which the Bidding Documents are to be issued and where
the bidding procedures are to be administered
C. Successful Bidder The lowest responsible Bidder submitting a responsive Bid to whom
OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award.
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS
2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if
any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office.
2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER
nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use
of incomplete sets of Bidding Documents
2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license
or grant for any other use.
ARTICLE 3 - QUALIFICATIONS OF BIDDERS
3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of
OWNER's request Bidder shall submit written evidence such as financial data, previous
experience, present commitments, and such other data as may be called for below.
A. Bidder must have at least five years' experience in the construction of similar projects of
this size and larger.
B . Bidder must have successfully constructed, as prime CONTRACTOR, at least three
projects similar in scope to this project.
C. Bidder must have good recommendations from at least three clients similar to the
OWNER
D . The Bidder's superintendent and assistants must be qualified and experienced in similar
projects in all categories.
E Bidder must be able to provide evidence of authority to conduct business in the jurisdiction
in which the project is located.
3.02 Each bid must contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification prior to award of the contract.
00200 - Instructions to Bidders REV 04-07.doc
00200 - 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
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 to the Site (except Underground Facilities) that ENGINEER has used
in preparing the Bidding Documents.
B . Copies of reports and drawings referenced in paragraph 4.01.A will be made available
by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract
D ocuments, but -the 'technicaI data" contained therein upon which Bidderls entit!ed 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
U nderground 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
H azardous 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
o r conclusion Bidder draws from any 'technical data" or any other data, interpretations, opinions,
o r 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
U nderground Facilities, and possible changes in the Bidding Documents due to differing or
u nanticipated conditions appear in paragraphs 4.02 4.03, and 4.04 of the General Conditions.
Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders
with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in
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
00200 - Instructions to Bidders REV 04-07.doc
00200 - 2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents100200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
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 (Christopher J. Kafer, Jr., P E 772-226-
1221), 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 �f 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 (CHRISTOPHER J. KAFER,
JR., P.E., (772) 226-1221) 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
S ite 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
B idder, 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;
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;
00200 - Instructions to Bidders REV 04 07.doc
00200 - 3
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th ShAdmim\bid documents\00200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder discovers in the Bidding Documents and confirm that the written
resolution thereof by ENGINEER is acceptable to Bidder; and
J. determine that the Bidding Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for the performance of the Work
4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 4, that without exception the Bid is
premised upon performing and furnishing the Work required by the Bidding Documents and
applying any specific means, methods, techniques, sequences, and procedures of construction
that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has
given ENGINEER written notice of all conflicts errors, ambiguities, and discrepancies that Bidder
has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are
acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and
---convey-understanding of all terms -and conditions for -performing -and -furnishing -the -Work.
ARTICLE 5 - PRE-BID CONFERENCE
5.01 "THEREWILL BE -NO -PRE -BID -CONFERENCE FOR THIS -PROJECT"
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 (purchasinq(a�ircgov.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
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
00200 - Instructions to Bidders REV 04 07.doc
00200 - 4
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SMdmim\bid documents \00200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
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 Bidders 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
D epartment of the Treasury. The Surety must be authorized to issue surety bonds in Florida.
The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current
certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney
in the State of Florida. Further, at the time of execution of the Contract the Successful Bidder
shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by
the-United-States-Department-of-the—Treasury-under-31 nited-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-wits-be-retumect- f-th-e Successful
B idder 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
B id 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 91 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)
S ubstantially Completed and (b) also completed and ready for final payment are set forth in the
Agreement
ARTICLE 10 - LIQUIDATED DAMAGES
10.01 Provisions for liquidated damages, if any, are set forth in the Agreement.
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS
11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or
described in the Bidding Documents without consideration of possible substitute or "or -equal"
items Whenever it is specified or described in the Bidding Documents that a substitute or "or -
equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to
E NGINEER, 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
00200 - Instructions to Bidders REV 04-07.doc
00200 - 5
F:\Public WorksIENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents100200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
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 list of all such
S ubcontractors, 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
S uccessful 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.
13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the
B id signed A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit
price item, and unit price item listed therein, or the words "No Bid," "No Change " or "Not
Applicable" entered.
13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-
president or other corporate officer accompanied by evidence of authority to sign. The corporate
seal shall be affixed and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the signature.
13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner
(whose title must appear under the signature), accompanied by evidence of authority to sign. The
official address of the partnership shall be shown below the signature.
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.
00200 - Instructions to Bidders REV 04-07.doc
00200 - 6
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
13.06 A Bid by an individual shall show the Bidder's name and official address.
13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated
on the Bid form. The official address of the joint venture must be shown below the signature.
13.08 All names shall be typed or printed in ink below the signatures.
13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which
shall be filled in on the Bid form.
13.10 The address and telephone number for communications regarding the Bid shall be shown.
13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the
state where the Project is located or covenant to obtain such qualification prior to award of the
Contract. Bidder's state contractor license number or county registration number for the state or
county-of-the-Project—if any,, shall -also -be -shown -on -the -Bid form.
13.12 All supporting information requested in the Bid Form must be furnished. Do not leave
any questions or requests unanswered.
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS
14.01 Unit Price
A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid
schedule.
B. The total of all estimated prices will be determined as the sum of the products of the
estimated quantity of each item and the unit price Bid for the item. The final quantities and
Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions.
C. Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
between words and figures will be resolved in favor of the words.
14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and
profit on account of cash allowances, if any, named in the Contract Documents as provided in
paragraph 11.02 of the General Conditions.
14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be
done and materials to be furnished under the Specifications as shown on the Bid Schedule, or
elsewhere is approximate only and not guaranteed. The OWNER does not assume any
responsibility that the final quantities shall remain in strict accordance with the estimated
quantities nor shall the Bidder plead misunderstanding or deception because of such estimate
of quantities or of the character, location of the work or other conditions pertaining thereto
ARTICLE 15 - SUBMITTAL OF BID
15.01 The Bid form is to be completed and submitted with the Bid security and the following data:
00200 - Instructions to Bidde s REV 04-07.doc
00200 - 7
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SRAdmim\bid documents\00200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of
Relationships.
B. Sworn 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-otherrequired 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.
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.
00200 - Instructions to Bidders REV 04-07.doc
00200 - 8
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SKAdmim\bid documents\00200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
ARTICLE 19 - AWARD OF CONTRACT
19.01 OWNER reserves the right to reject any or all Bids, including without limitation,
n onconforming, 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
n on -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would
n ot 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
n egotiate contract terms with the Successful Bidder. The County 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 nght 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-Bids7--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
n ntities proposed for those portions of the Work for which the identity of Subcontractors,
Suppliers, and other individuals or entities must be submitted as provided in the Supplementary
Conditions.
19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the
responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers,
individuals, or entities to perform the Work in accordance with the Contract Documents.
19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid
is in the best interests of the Project.
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE
20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions,
sets forth OWNER s requirements as to 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
00200 - Instructions to Bidders REV 04-07.doc
00200 - 9
F:1Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th SttAdmim\bid documents100200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
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 Bon for
consequential damages incurred, and the Contract may be awarded as the OWNER desires.
x END OF SECTION * *
00200 - Instructions to Bidders REV 04-07.doc
00200 - 10
F:\Public WorksENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100200 - Instructions to Bidders REV 04-
07.doc Rev. 05/01
SECTION 00300 - Bid Package Contents
THIS PACKAGE CONTAINS:
S ECTION TITLE
SECTION NUMBER
Bid Form 00310
B id Bond 00430
Sworn Statement on Disclosure of Relationships 00452
Sworn Statement Under the Florida Trench Safety Act 00454
Q ualifications Questionnaire 00456
List of Subcontractors 00458
SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID
** END OF SECTION * *
00300 - Bid Package Contents - REV 04-07.doc
00300 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1 302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00300 - Bid Package Contents - REV 04-
07.doc
PROJECT IDENTIFICATION:
SECTION 00310 - Bid Form
Project Name. INDIAN RIVER BOULEVARD RESURFACING
(US 1 TO 17111 STREET)
County Project Number: 1302
Bid Number: 2014009
Project Address: INDIAN RIVER BOULEVARD, INDIAN RIVER
COUNTY, FL
Project Description: The proposed improvements to Indian
River Boulevard consist of milling and
resurfacing of both northbound and
southbound lanes from US 1 to 17t' Street
(approximately 1 % miles in length). Also
included with the project is signing and
marking of the proposed resurfaced lanes.
THIS BID IS SUBMITTED TO:
INDIAN RIVER COUNTY
1800 27th Street
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 'ndicated 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
Instructions 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.
Addendum Date Addendum Number
December 4th, 2013 1
B. 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
00310 - Bid Form REV 04-07 doc
00310 - 1
F:1Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admimlbid documents100310 - Bid Form REV 04-07.doc Rev.
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 Documentsto 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.
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on
behalf of any undisclosed individual or entity and is not submitted in conformity with any
agreement or rules of any group, association, organization or corporation, Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid
Bidder has not solicited or induced any individual or entity to refrain from bidding, and Bidder
has not sought by collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
[The remainder of page intentionally left blank]
00310 - Bid Form REV 04-07.doc
00310 - 2
F:1Publiic Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmimlbid documents\00310- Bid Form REV 04-07.doc Rev.
ncF.csm
ITEMIZED BID SCHEDULE
PROJECT NAME: INDIAN RIVER BOULEVARD RESURFACING (US1 TO 17TH STREET)
IRC PROJECT #1302/BID #2014009
BIDDER'S NAME:Ranger Construction Industries, Inc.
PROJECT TOTAL (IN WORDS) fc vrn ./lL'n Bred Jk /&'n laou ft,Nd jvu r /`ead yed /i/mty„/nro C%'itil
LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard
`
•r .:
U&
:.V
y�
rFl.1
: yPU1.t__. _;...r_�i..i`.,.�r.sa-7-.,..- .- "�i.._.L_tr�.�.,- .,.�-. _..:r.!..r i:-
..P
Stl.'.,5ti'L" b....,._.P- 11tliilM1......._
y
MOBILIZATION
INCLUDE PUBLIC CONSTRUCTION BOND)
LS
1
pi 950 or"
12 ?ro
101-1
(TO
'
GEri
102-1
MAINTENANCE OF TRAFFIC
LS1
3j 2 UD
�� 206
104-1
EROSION AND WATER POLLUTION CONTROL
LS
1
26j/00 «2
26 /U0 gil
REGRADE
& COMPACT
SHOULDER
(INCLUDING
EXISTING
BASE
UNDER
30i
p
063
220-70
PAVED SHOULDER)
SY
21,587
/
-2.1-
J
�/if 7r
327-70-1
MILLING EXISTING ASPHALT PAVEMENT 1" DEPTH
SY
69,151
1
6F/�
ua
334-1-13
SUPERPAVE ASPHALTIC CONCRETE 1" SP -9.5
SY
69,151
� `
�
J tis-,%rS'n
570 -1-2A
PERFORMANCE TURF -•SODDING
(BAHIA)
SY
7,195
76 -02f-
/
/a32_54-9/ ' -`
fl �a •r
570-1-2B
PERFORMANCE TURF - SODDING (FLORATAM)
SY
7,195
2 /
9 7
r�
470
660-4-11
VEHICLE DETECTOR ASSEMBLY (CABINET EQUIPMENT)
EA
1
z‘91-
% ‘?5-•
660-4-12
VEHICLE DETECTOR ASSEMBLY (ABOVE GROUND 4 - CAMERA SYSTEM)
(ECONOLITE)
EA
1
‘25.--730 0�
o2.S 730 C
706-3A
RPM
(BI-DIRECTIONAL (AMBER/AMBER))
EA
241
9 ,20
024
/ 0/2
5
ro
706-36
RPM
(BI-DIRECTIONAL
(WHITE/RED))
EA
734
,3
,221 err
rd
(0
A
711-11-121
THERMOPLASTIC,STANDARD, WHITE,SOLID,6"
LF
22,657
u
/7 /2f
a
�'
711-11-122
THERMOPLASTIC, STANDARD,WHITE,SOLID, 8"
LF
710
0
429
Sr
4 65-1 `
711-11-123
THERMOPLASTIC,STANDARD,WHITE,SOLID, 12"
LF
1,070
/
711-11-124
THERMOPLASTIC,STANDARD, WHITE,SOLID,18"
LF
612
2 ,-/-1-i
%74er c20
711-11-125
THERMOPLASTIC, STANDARD, WHITE,SOLID,24"
272
2
lc/
711-11-131
THERMOPLASTIC,STANDARD,WHITE,SKIP,6" (2'-4')
LF
389
0 r
01-0
3/7
711-11-141A
THERMOPLASTIC,STANDARD,WHITE,SKIP,6"
(6'-10')
LF
3,626
J)
.2,?.90 a 7 Q
711-11-141B
THERMOPLASTIC,STANDARD,WHITE,SKIP,6"(10'-30)
LF
16,685
V
0.
_
/414/
711-11-160
THERMOPLASTIC, PAVEMENT MESSAGE
("ONLY")
EA
6
/ 6' -C29
rib c
- 1-40-,s
400_
711-11-170A
THERMOPLASTIC, STANDARD, WHITE, ARROW (LEFT ONLY)
EA
43
7/
711-11-170B
THERMOPLASTIC, STANDARD, WHITE, ARROW (STRAIGHT OR RIGHT
& MERGE)
EA
7
ft
G//G ��
re
711-11-170C
THERMOPLASTIC, STANDARD, WHITE, ARROW (RIGHT ONLY)
EA
33
9 7 ? —
711-11-170D
THERMOPLASTIC, STANDARD, WHITE, ARROW (U-TURN ONLY)
EA
2
F?
/ 7
O
et)
711-11-221A
THERMOPLASTIC,STANDARD,YELLOW,SOLID,6"
LF
16,745
�
/fife
B
THERMOPLASTIC,STANDARD,YELLOW,SOLID,6" (DOUBLE)
LF
548
CO
/ —
7-6711-11-221
6 76
711-11-224
THERMOPLASTIC,STANDARD,YELLOW,SOLID,18"
LF
13
2
.�u Sr
7D
U`4
711-11-241A
THERMOPLASTIC,STANDARD,YELLOW,SKIP,6" (6'-10')
LF
230
&
/ (
G
Q
711-11-241B
THERMOPLASTIC,STANDARD,YELLOW,SKIP,6"
(7-4')
LF
92�
7.7
SUBTOTAL
e 76 Y9y
FA -1
FORCE ACCOUNT I LS 1 1
$40,000.00
$40,000.00
INDIAN RIVER BOULEVARD RESURFACING PROJECT
TOTAL
7/6, 977
PROJECT TOTAL (IN WORDS) fc vrn ./lL'n Bred Jk /&'n laou ft,Nd jvu r /`ead yed /i/mty„/nro C%'itil
LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard
.1-
•
5.01 Bidder shall complete the Work in accordance with the Contract Documents for the
price(s) contained in the Bid Schedule:
A. The Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum. Discrepancies between words and figures will be resolved in favor of the words.
B. The Owner reserves the right to omit or add to the construction of any portion or portions
of the work heretofore enumerated or shown on the plans. Furthermore, the Owner
i
•
•
reserves the right to omit in its entirety any one or more items of the Contract without
forfeiture of Contract or claims for Toss of anticipated profits or any claims by the
Contractor on account of such omissions.
C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities provided. The quantities actually required to complete the contract
and work may be Tess 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.
D. 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 B 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 the
Agreement.
7.01 The following documents are attached to and made a condition of this Bid:
A. Itemized Bid Schedule
B . Required Bid security in the forth of Bid Bond ;
C. Sworn Statement Under the Florida Trench Safety Act;
D . Qualifications Questionnaire;
E . List of Subcontractors;
00310 - Bid Form REV 04-07.doc
00310 - 4
cn1:9,,1 0,• tAI...i.elCkinwrrDwa rovisnm PRfJFCTC11302-IR Blvd Resurfacino (SCOP) U51 to 17th St'Admimlbid documents100310 - Bid Form REV 04-07.doc
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 December 18
, 20 13 ,
State Contractor License No. CGC019416
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.:
•
A Corporation
Corporation Name. Ranger Construction Industries, Inc. (SEAL)
State of Incorporatio , !odds
Type (Gener- , -, ' - -ssion ''=rvice, Limited Liability):General Contractor
iii
By: -i,
(Signature -- atta :tad: ce of authority to sign)
4411
Name (typed or ted): F. Soon Fowler
Title: vice President
Attest
newer
rate Secretary,
Business address: 4510 Glades Cutoff Road, Ft. Pierce, FI 34981
Douglas Browning
(CORPORATE SEAL)
Phone No.: F (772)464-6460
FAX No.: (772) 466-9559
•
00310 - Bld Foran REV 04-07.doc
00310 - 5
-.-. 1......_ . ..,...rr.++.., .,. .....n.. ...,n .r,..ev4 en, n, ,......--.y_-- /104 6- •41114 l Ad-I._,..L L...-.....VVYf.f1 0.a c-..4 aev fl.1 117 04..4
Date of Qualification to do business is June 8, 1981
A Joint Venture
Joint Venture Name. (SEAL)
By:
(Signature of joint venture partner attach evidence of authority to sign)
N ame (typed or printed):
Title:
B usiness address:
Phone No.: FAX No.:
Joint Venture Name: (SEAL)
By:
(Signature -- attach evidence of authority to sign)
N ame (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
00310-6
• .. •....m.4 et.. • •... .*•L. n•• �_.�•�.A ����..-•..1M'»ll . mei G...... DM/ /IAJI7 An..
)
SECTION 00430
AIA DOCUMENT A310 BID BOND
The Contractor shall use the document form entitled "AIA Document A310 Bid Bond."
END OF SECTION
00430 - Bid Bond REV 04-07.doc
00430 1
...- _ _ ... in.rn__..y_:__ .ernn. i+e 4.,, 47.L CM An.... ....e..*cwv dln = flId Rnnei RFV !)4-07 rinr Rau nctni
C f".NGER CONSTRUCTION INDtr EG
SECTION 00452
SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE,
ON DISCLOSURE OF RELATIONSHIPS
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER
AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2014009
for Indian River Boulevard Resurfacing (US 1 to 17th Street).
2. This sworn statement is submitted by: Ranger Construction Industries, Inc.
whose business address is:
ame of entity submitting Statement)
4510 Glades Cutoff Road, Ft. Pierce, FI. 34981
3. My name is F. Scott Fowler
(Please print name of individual signing)
and my relationship to the entity named above is Vice 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-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather,
stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, .or
grandchild.
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 sworn statement, nor any officers, directors, executives, partners,
shareholders, employees, members, or agents who are active in management of the entity, have any
relationships as defined in section 105.08, Indian River County Code, with any County Commissioner
or County employee.
00452-1
=Kir (Lica Di kin rlwlclnKI Don t Cr i-cw3roio Rh,rl Pacurfarinn tsr:nPl ILS1 to 17th St\Admimlbid documents100452 Disclosure of
it
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:
Name of Affiliate
or entity
Name of County Commissioner Relationship
or employee
1
STATE OF Florida
•
•
December 18, 2013
(Date)
COUNTY OF Orange
The foregoing instrument was acknowledged before me this 18 day of December , 2013 , by
F. Scott Fowler , who is personally known to me or who has produced
as identification.
O
0 \ \.. K• SingiCA �>��'
RP ,
di '4 Ili
OJ amber 7� FfA 5
*. O Crn
*_
01 #FF 046582 : aQ
i9��' ay �/Medtttnl e� • •QS
// .� ;FL65c Unde O �
0% iTt i C»\\\`
SIGN:
NOTARY)P,LYBLI
00452-2
Notary Public, State at large
My Commission Expires: December 17, 2017
(Seal)
..._a._..-..r'u.,rrntun nn nct,-n' non tcr-rc» Inn ID ❑t...a Dace ..forinn-ICffD1 I IC1 to 17th CHArimimlhiri rinctiments1nNl4S7 nierine pro of
SECTION 00454 - 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. 1302 for Indian River Boulevard
Resurfacing (US 1 to 17th Street).
2. This Sworn Statement is submit e
y Ranger-ConstructiorrFndustries-Fnc.
(Legal Name of Entity Submitting Sworn Statement)
hereinafter "BIDDER". The BIDDER's address is
4510 Glades Cutoff Road, Ft. Pierce FL 34981
BIDDER's Federal Employer Identification Number (FEIN) is 59-2098662
3. My name is F. Scott Fowler
(Pnnt Name of Individual Signing)
is Vice President
•
and my relationship to the BIDDER
•
(Position or Ttle)
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 seq. 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. X /
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, for compliance
with the applicable Trench Safety Standards, and intends to comply with said standards
by instituting the following specific method(s) of compliance on this Project: /V
•
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
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 requirements by in Muting the
following specific method(s) of compliance on this Project:
00454 - Florida Trench Safety Act - REV 04-07.doc
00454 - 1
F:\Public Works\ENGINEERING DMSION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 170 StlAdmim\bid documents\00454 - Florida Trench Safety Act - REV 04-
r✓*fir. F�µ"�i
•
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
bas s
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: RangerC.nstru- s• dustries, Inc
By:
Position or Title: ice President
Date: December 18, 2013
STATE OF Florida
COUNTY OF Orange
Personally appeared before me, the undersilgned authority, �- Sc()\•�
who after first being sworn by me affixedCt/her signature in the space provided above on this
18 day of December , 2013
)3ctiki
otary P6blic, State at Targe
My Cor nission Expires: k J H q I I ID
MME
* * END OF SECTION * *
• O.�
n rei 4fided �
+aN <,: Q?-$
00454 - Florida Trench Safety Act - REV 04-07.doc
00454 - 2
F:1Public Works1ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admimlbid documents100454 - Florida Trench Safety Act -REV 04-
-
-
the BIDDER
-.
.
1
-
:
BIDDER's--own—infermatior
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: RangerC.nstru- s• dustries, Inc
By:
Position or Title: ice President
Date: December 18, 2013
STATE OF Florida
COUNTY OF Orange
Personally appeared before me, the undersilgned authority, �- Sc()\•�
who after first being sworn by me affixedCt/her signature in the space provided above on this
18 day of December , 2013
)3ctiki
otary P6blic, State at Targe
My Cor nission Expires: k J H q I I ID
MME
* * END OF SECTION * *
• O.�
n rei 4fided �
+aN <,: Q?-$
00454 - Florida Trench Safety Act - REV 04-07.doc
00454 - 2
F:1Public Works1ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admimlbid documents100454 - Florida Trench Safety Act -REV 04-
SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE
•
NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON -
RESPONSIBLE BIDDERS
UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy
of all statements and answers herein contained Failure to comply with these requirements
may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as
required.
Documentation Submitted with Project No: 1302
Project Name: Indian River Boulevard Resurfacing (US 1 to 17th Street)
1. Bidder's Name / Address: Ranger Construction Industries, Inc.
2. Bidder's Telephone & FAX Numbers: 4510 Glades Cutoff Road, Ft. Pierce, FL 34981
P: (772) 464-6460 F: (772) 466-9559
3. Licensing and Corporate Status:
a. Is Contractor License current? Yes
b. Bidder's Contractor License No: CGC019416 [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. Number of years the firm has performed business as a Contractor in construction work
of the type involved in this contract: 32 Years.
5. What is the last project OF THIS NATURE that the firm has completed?
57- 1 wt i c G.irr t e/- d , Pair IT. t c / 07- 7 n g -k -r Vo
6. 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.]
7 Has the firm ever beenassessed 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.]
8. Has the firm ever been charged by OSHA for violating any OSHA regulations? Yes
[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 Questionnaire.doc
00456 - 1
9. 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.]
10. Attach to this questionnaire, a notarized financial statement and other information that
documents the firm's financial strength and history. Will provide when project is awarded.
•
•
11. 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.]
12. Attach a separate page to this questionnaire that summarizes the firm s current
workload and that demonstrates its ability to meet the project schedule. See Attachment.
13. Name of person who inspected the site of the proposed work for the firm:
Name. /5 // 1/o der
Date of Inspections: /2/ /D//f
14. Name of on-site Project Foreman: R.0 /us ;/�r, 6� t��•
Number of years of experience with similar projects as a Project Foreman: 75-
15. Name of Project Manager Rrr% (in ,"/"X
Number of years of experience with similar projects as a Project Manager: 020
16. State your total bonding capacity: $750,000,000 Aggregate
17. State your bonding capacity per job:$200,000,000 Per Project
18. Please provide name, address, telephone number, and contact person of your
bonding company:Traveler,s Casualty & Surety Company of America.
One Tower Square, 5PB Hartford, CT 06183, (321)254-8477 , Mr. William Phelps.
[The remainder of this page was left blank intentionally]
00456 - Qualifications Questionnaire.doc
00456 - 2
_ _ n...a tonna% ,c, 6^ 6170. c..e,+...:,..a:,+..,.,.....e.»elnnnu _ rnnrreat not Of psrnnnaira der
See Attachment
•
456 - Qualifications Questionnaire.doc
0
as
4,
0
U
C
0
E
C
LL
r
C../
2
i
+'
f
'
.r
:e
projects:
o
U
C
0
0
=a
CD
0
piete the following table for SIM
1
[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 contractor
13y•
'� F:Scott Fowler
��••T/I
(Signature)
•
Vice President
December 18, 2013
* * END -0F SEC -TION * *
(Position or Title)
(Date)
00456 - Qualifications Questionnaire.doc
00456 - 4
• e• -•n , 1104 4. 4l... on it.._.:,u,:.r ,+........e.*0rn4CA - n,,alif ntinns Ouestionnairp rine
•
I
SECTION 00458 - List of Subcontractors
The Bidder SHALL list below the name and address of each Subcontractor who will perform
ftfork under this Contract in excess of one-half percent of the total bid pnce, 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 shall include
reasons for such request Subcontractors must be properly licensed and hold a valid Certificate
of Competency.
Documentation Submitted with Project No. 1302 for Indian River Boulevard Resurfacing
(US 1 to 17th Street).
Work to be Performed
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Note: Attach additional sheets if required.
Subcontractor's Name/Address 7,u E
429i Nei'
(Arr (cnrfrcconc 4/C ()f ecc/o6ec, it fV¢7c/
gt(0 3.I R1 (ow-IrI
Vcro ,9cr&cLr PL 219Llr
CU�pie /cJ7r pi A")
IL si,n ajc A L c
fro fisrC if Recto,- J 29/- ;, c C Wed/ 70'T 9, n -ca) a it
**END OF SECTION**
00458 - 1
00458 - List of Subcontractors REV 04-07.doc
...a ..s C..1...—..1. -..+..n. DRI nn n> .,�
BID BOND
Travelers Casualty and Surety Company of America
Hartford, CT 06183
CONTRACTOR:
(Name, legal status and address)
Ranger Construction Industries, Inc.
1200 Elboc Way, Winter Garden, FL 34787 407/656-9255
SURETY:
(Name legal status and principal place of business)
Travelers Casualty and Surety Company of America
One Tower Square, 5PB, Hartford, CT 06183 800/242-8734
OWNER:
(Name legal status and address)
Indian River County, Board of County Commissioners
1800 27th Street
Vero Beach, FL 32960
BOND AMOUNT: Five Percent (5%) of the total amount of bid
PROJECT:
(Name, location or address, and Project number, if any)
Indian River Boulevard Resurfacing (US1 to 17th Street)
County Project Number: 1302/Bid Number: 2014009
•
The Contractor and Surety are bound to the Owner m the amount set forth above, for the payment of which the Contractor and
Surety bind themselves their heirs, executors administrators, successors and assigns, jointly and severally as provided herein
The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid
documents, or within such tune period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters
into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in
the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the
Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount
specified in said bid and such larger amount for which the Owner 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. The Surety
hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may
accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days m the aggregate
beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is
that this Bond shall be construed as a statutory bond and not as a common law bond.
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010
edition 1
Signed and sealed this 18th day of December
(Witness,./.5c(iket.,
yl I�
(Witness)
2013 .
Ranger Cons nc.
(Principa )
i
Scott Fowler, Vice] ident
(Seal)
(Title)
Travelers C
pany of America
(Surejy
%Vil him Phel{s, Attorney -In -Fact and FL Resident Agent
(T tie)
(Seal)
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010
edition
TRAVELERSJ
Attorney -In Fact No.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
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
215719
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 005488885
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
y_and-Surety_Company, Travelers C'acnalty and Surety ('cmpan_y of_Amerira and [United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, 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
William Phelps
of the City of Melbourne , State of Florida , their true and lawful Attorney(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.
Any and all consents required by the Department of Transportation, or the Orlando -Orange County Expressway Authority, State of Florida, incident to
the release of retained percentages and/or final estimates.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13th
day of May 2013
State of Connecticut
City of Hartford ss.
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
United States Fidelity and Guaranty Company
By:
Robert L. Raney, enior Vice President
On this the 13th day of May 2013 before me personally appeared Robert L Raney, 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.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2016.
58440-8-12 Printed in U.S.A.
\air\saftio, a. iSecuilie
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
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, recon„izances, 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, onwriting obligatory in the nanire_of-a-hand, recngni7anre, or rendirinnal 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.
Qtu
EN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I U day of E_C-Ei i(3GQ , 20 1.3.
oAPOR4TF.%
�- ;ne
SSAL 3
V„.11.----•••••;;440/
Cie.
Kevin E. Hughes, Assistant Sec tary
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 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
INDIAN RIVER BOULEVARD RESURFACING
(US1 TO 17TH STREET)
BID NO: 2014009
PROJECT NO: 1302
ADDENDUM NO. 1
*************This Addendum MUST be returned with your Bid**************
ADDENDUM NO. 1 is submitted by, --_-
Michael D. Nixon, P.E. Roadway Production Manager
and
c_-
Je
fer Hyd , Purchasing Manager
Company Name Ranger Construction Industries, Inc.
Name: F. Scott Fowler
(Type / Printed
Authorized Signatu
Title: Vice President
Telephone: (407) 749-6266
Page 3 of 3
Qate: December 18, 2013
Fax (407) 656-3188
F:IPublic WorksIENGINEERINGDIVISIONPROJECTSU1302-IR Blvd Resurfacing (SCOP) USI to 17th St44dmimlbid documentslAddendum
Detail by Entity Name
Page 1 of 3
s r
LORIi]A �•EPART_,v0 STA3'E s ; •:7.r.
I1'IS;IO\ Qr Co&POR1'fI0\S x�
Detail by Entity Name
Florida Profit Corporation
RANGER CONSTRUCTION INDUSTRIES, INC.
Filing Information
Document Number F40180
FEUEIN Number 592098662
Date Filed 06/10/1981
tate FL
tatus ACTIVE
Effective Date 06/08/1981
Last Event CORPORATE MERGER
Event Date Filed 12/27/2010
Event Effective Date 12/31/2010
Principal Address
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
Changed: 01/27/2009
Mailing Address
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
Changed: 01/27/2009
Registered Agent Name & Address
BROWNING, DOUGLAS
101 SANSBURY'S WAY
EST PALM BEACH, FL 33411
Name Changed: 08/25/2010
ddress Changed 01/27/2009
Officer/Director Detail
Name & Address
itle ST
BROWNING, DOUGLAS J
101 SANSBURYS WAY
EST PALM BEACH, FL 33411
Detail by Entity Name
itle President
SCHAFER, ROBERT
101 SANSBURYS WAY
EST PALM BEACH, FL 33411
itle VP
FRANK, SCOTT
101 SANSBURY'S WAY
EST PALM BEACH, FL 33411
itle Chairman, CEO
ECELLIO JR, LEO A
101 SANSBURY'S WAY
EST PALM BEACH, FL 33411
itle VP
CORREA, MIGUEL G
101 SANSBURY S WAY
EST PALM BEACH, FL 33411
itle VP
•
Fowler, F. Scott
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
itle VP
ecellio, Michael A
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
itle VP
ecellio, Christopher S
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
itie VP
ecellio, Kathryn C
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
itle Sr Vice President -Finance
mith, Robert D
101 SANSBURY'S WAY
EST PALM BCH, FL 33411
nnual Reports
Page 2 of 3
, 1 -1 1 ,/1 t ,r% 111 rl
Detail by Entity Name
Report Year
2011
2012
2013
Home
Filed Date
02/24/2011
04/30/2012
01/28/2013
Contact Us E -Filing Services
Document Images
01/28/2013 -- ANNUAL REPORT
04/30/2012 ANNUAL REPORT
02/24/2011 -
12/27/2010 -
08/25/2010
01/08/2010
01/27/2009 -
03/03/2008 -
03/26/2007 -
02/22/2007 -
02/17/2006 -
02/16/2005
03/01/2004 -
02/19/2003 -
02/19/2002 -
01/31/2001 -
02/14/2000 -
03/22/1999 -
03/12/1998
02/11/1997 -
03/07/1996 -
03/22/1995 -
- ANNUAL REPORT
- Merger
Req. Agent Change
- ANNUAL REPORT
-
ANNUALREPORT
- ANNUAL REPORT
▪ ANNUAL REPORT
- ANNUAL REPORT
- ANNUAL REPORT
-
ANNUALREPORT
- ANNUAL REPORT
- ANNUAL REPORT
▪ ANNUAL REPORT
- ANNUAL REPORT
▪ ANNUAL REPORT
- ANNUAL REPORT
- ANNUAL REPORT
-
ANNUALREPORT
- ANNUAL REPORT
• ANNUAL REPORT
Document Searches
Forms
Page 3 of 3
Help
Cooyriaht p and Privacy Policies
State of Florida, Department of State
View image in PDF format
View image in PDF format
View image
in PDF format
View image
in PDF format
View image in PDF format
View image
in PDF format
View
image in PDF format
View image in PDF format
View image
in PDF format
View image
in PDF format
View image
in PDF format
View image in PDF format
View image in PDF format
View image
in PDF format
View image in PDF format
View image
in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
-
View image
in PDF format
View image in PDF format
View image in PDF format
Forms
Page 3 of 3
Help
Cooyriaht p and Privacy Policies
State of Florida, Department of State
hanger
Construction
Industries, Inc.
WRITTEN CONSENT IN LIEU OF A SPECIAL MEETING
OF TILE BOARD OF DIRECTORS
OF
RANGER CONSTRUCTION INDUSTRIES, INC.
THE UNDERSIGNED, being all of the Directors of Ranger Construction Industries,
Inc , a Florida Corporation (the "Corporation"), do hereby consent and subscribe to the
following resolution, in lieu of holding a formal special meeting, pursuant to the terms of
Florida Statutes 607.0704.
WHEREAS, it is deemed to be inthe best interest of the Corporation that the Board of
Directors elect Frank Scott Fowler, as Vice President of Operations for the Central
Florida Area effective October 22, 2012.
RESOLVED, effective October 22, 2012, Frank Scott Fowler be elected Vice President
of Operations for the Central Florida Area; and be it further
RESOLVED, that effective October 22nd, 2012, Frank Scott Fowler, as Vice President of
the Corporation, be authorized to sign any bid documents, contracts, leases and other
documents considered to be "in the ordinary course" of this Corporation's business. This
authorization does not include "mayor decisions" including, but not limited to, potential
business acquisitions or dispositions greater than $3 million, major restructurings,
distributions greater than $1 million, windups, mergers, liquidations, the sale of a portion
of the business, or any other decision other than "in the ordinary course "
IN WITNESS WHEREOF, the undersigned hereby executes this written consent as of
October 22, 2012.
g‘telet;
A. Vecellio, Jr., Directo/j
i C. Vecellio, Director
Chnstop er S. Vecellio, Director ichael A. Vectlho, Director
Central Division Office & Company Headquarters: 101 Sansbury's Way, West Palm Beach, Florida 33411
Corporate Mailing Address: P.O. Box 15065, West Palm Beach, Florida 33416 • www.RangerConstruction.com
_ _ _ n f 4 nn _ c.... (c&4 7on_A'2' )
7
®9 Form
(Rev. December2011)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Give Form to the
requester. Do not
send to the IRS.
Print or type
See Specific In tructions on Daae 2
Name
Ranger
(as shown on your income tax return)
Construction Industries, Inc.
Business name/dis egarded entity name, if different from above
Check appropriate box for federal tax
❑ Individual/sole proprietor
❑ Limited liability company. Enter
classification:
❑ S
(C=C
Trust/estate
►
❑Exempt payee
✓
C Corporation
Corporation ❑ Partnership ❑
corporation, S=S corporation, P=partnership)
the tax classification
(see instructions) PP
❑ Other
Address (number, street, and apt. or suite no.)
1200 Elboc Way
Requester's name and address (optional)
City state, and ZIP code
Winter Garden, FL 34787
List account number(s) here (optional)
MU
Taxpayer
Identification Number
(TIN)
Enter your TIN
to avoid backup
resident alien, sole
entities, it is your
in the appropriate box. The TIN provided must match the name given
withholding. For individuals this is your social security number
proprietor, or disregarded entity see the Part I instructions on
employer identification number (EIN). If you do not have a number,
on the "Name"
(SSN). However, for
page 3. For other
see How to pet
line
a
a
Social security number
-
-
TIN on page 3.
Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose
number to enter.
Employer identification number
5
9
2
0
9816
6
2
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding, and
3. I am a U.S. citizen or other U.S. person (defined below).
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding _
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage.... _ _
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the
instructions on page 4.
Sign
Here
Signature of
U.S. person ►
Date December 18, 2013
General Instructions —�
Section references are to the Internal Revenue Code unless otherwise
noted.
Purpose of Form
A person who is required to file an information retum with the IRS must
obtain your correct taxpayer identification number (TIN) to report, for
example, income paid to you, real estate transactions, mortgage interest
you paid, acquisition or abandonment of secured property, cancellation
of debt, or contributions you made to an IRA.
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN to the person requesting rt (the
requester) and, when applicable, to:
1. Certify that the TIN you are giving is correct (or you are waiting for a
number_to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt
payee If applicable, you are also certifying that as a U.S. person, your
allocable share of any partnership income from a U.S. trade or business
is not subject to the withholding tax on foreign partners' share of
effectively connected income.
Note. If a requester gives you a form other than Form W-9 to request
your TIN, you must use the requester's form if it is substantially similar
to this Form W-9.
Definition of a U.S. person. For federal tax purposes, you are
considered a U.S. person if you are:
• An individual who is a U.S. citizen or U.S. resident alien,
• A partnership, corporation, company, or association created or
organized in the United States or under the laws of the United States,
• An estate (other than a foreign estate), or
• A domestic trust (as defined in Regulations section 301.7701-7).
Special rules for partnerships. Partnerships that conduct a trade or
business in the United States are generally required to pay a withholding
tax on any foreign partners' share of income from such business.
Further, in certain cases where a Form W-9 has not been received, a
partnership is required to presume that a partner is a foreign person,
and pay the withholding tax. Therefore, if you are a U.S. person that is a
partner in a partnership conducting a trade or business in the United
States, provide Form W-9 to the partnership to establish your U.S.
status and avoid withholding on your share of partnership income.
Cat No. 10231X
Form W-9 (Rev. 12-2011)
THIS RECEIPT MUST BE PDIOIVIPTLV POSTED FOR PUBLIC VIEW
c,.a. In a. r../m.vhorx, kr .=7•72:C..xa:] t._-144) V:,c:sst Tr(. a•.:zsa. it-rt.a '•••:NA T( z.-rac9-B.<ca. ]X.'tt x-
' .r.^;�.:....
O o Q S co Z
�: C a C- m m -i
rs•o D D c Z
a z m z 9
a
m Et ma f
7 7 N y a3
n `.G n
m n -8
O m
n
0.
N 0
N
N
N
il. F='
_. -I
?R nm/D:Y.�':tav,,. ]1Y.KnWsY.D:.YIMw.. ]�.YRN?:K.k4.,, aut
m •o>
o a)
'v O
En
-
o co
- �,
n
„
vm
m co a
t17 t:'3
to
l
CD
r Di
H
'T
' 0
a rn M
ti Hai
�
[v
W
�
c
7 -0 t-
;-*
,n
(1 k=
CT
3
w
m cid
,y
w
0 ill
7
17 ,7 <LT..-::,
I"1
fl
oomil
'm
tiS
L
_
_rt
0 a%
cDN
-I
7XI
2
m ,.�
>
_
n NO
o
<D
C
M
O 7
o
37 3
.o
1-1 w
3 m
V n fQ
r::
4�
m
D1 0 CO N
S
rt.
--i
.3_,
h�
o
m
my y
3
o
3-°
b
x
7t1] HA — re
i
0.
zF"�
..
0
COx p
U) N
v
,J CD
'NCn_
Ln
•(n
CO 1
mT
m t n O
•
5-:io- p
O
%.-.1
7 �n
t
O
0
0�co.
2'
},
a•
`G Z C
:-�
'
it
N 0. M c-i ti
N
P 00 O Z i ;7� 3
.i
.-? � T7
y
m 1 O. Cr
>.
C
y
O v'
^Z ...3 =
-a
i W 5
�j
v1I
ta 7
r (n
z
im
mom'
TS =
/ti
S it'I Ei 0'i,'.1 rir
Id
o m >� r 0
(f)
•
xD
v
myCyp
i
O - -
F
50
11
rY• N
Cl XI en
"' 0
r
'•
ti
--t vZ
m m
-1
D
-{ •-- 3
L.:0O
Z
rD
XCO cr3 0
m y r'
'J
;]
a
9400
Z D =:0
G g
•C
E-=
1r C
- 0 ,ti 'a
1-
>
r-
�
m ,a ix! W
1
1'
m
C'E O
I-1
~t
H
6-4
t
��3
m
O
_.,
t-i
93
Oa
I
M
x
!`.) n W
l
Cr
Iiii
1-4
ITI
33
a
w co
0
mI
r•�
Lc
33
:�:=-= •.. -_.:.;»:t .4. � tC:v_•.... .. rx.,-scr a. ' xc*:e: j -tae)» f?* .i. +cr1C. .- -sxr. X0: "
- !! `!i•N.•vial kiliCti/rk#/Atip:Kilt ICIil (#h4ii;N7A%Opmwr.seme*iti\ ^`^ _
-•••••••.a M. r�>:� -41•‘• el M1-M N. M -ea M lMo lelaa::.M `M. M�(M .. et% .�
.1� l0I-'.l11aI•r-i1lti�(!1• ,y(. rii17!•(at�hil•i h1 ,P*dii•ilk)Ni/Oh di .✓.1%411,1v(0hVih`��\.�k
' r
r .
�U-
S e
•: i
Urpartmnnt or gttttr
I certify the attached is a true and correct copy of the Articles of Incorporation, as
amended to date, of RANGER CONSTRUCTION INDUSTRIES, INC., a
corporation organized under the laws of the State of Florida, as shown by the
records of this office.
The document number of this corporation is F40180.
s2E022 2-95)
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395,
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
SLADE, JAMES MICHAEL
149 SCARBOROUGH TER
WELLINGTON FL 33414
Congratulationsl With this license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation.
Our professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida s economy strong.
Every day we work to improve the way we do business in order to serve you better.
For information about our services, please log onto www.myflorldalicense.com.
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletters and leam more about the
Department's initiatives.
Our mrssion at the Department is: License Efficiently, Regulate Fairly. We
constantly strive to serve you better so that you can serve your customers. -
Thank you for doing business in Florida, and congratulations on your new license!
SINES
GUfrAT•
1'
i
DETACH HERE
118 2]:0,66:7
5wr.ii1•••t:
:4:.7— GBR b'C,
,' �.;
•-c-; •
.,
xps;�ak�ion date., 1L
r,
.. .._ .. _ .. .. ..
mise;PEbia.. PPRvi$1
2 1`4%
:}r %i5, ^li
HIS DOGUMENT, HAS-A;COLORED_BACKGROUND MICROPRINTING LINEIOHK°;PATENTED PAPE_
FLORI q - f(3- Ic;
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487.1395
1940 NORTH MONROE STREET
TALLAHASSEE FL 323990783
CORREA, MIGUEL GUILLERMO
----RANGE-R—CONSTRUCTION--INDUST-RIES INC
P 0 BOX 15065
WEST PALM BCH FL 33416
Congratulations! With this license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation.
Our professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida s economy strong.
Every day we work to improve the way we do business in order to serve you better
For information about our services, please log onto www.myfloridalicense.com.
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletters and team more about the
Department's in[6atives.
Our mission at the Department is License Efficiently, Regulate Fairly, We
constantly strive to serve you better so that you can serve your cuslorriers.
Thank you for doing business in Florida, and congratulations on your new license!
•
DETACH HERE
STATE OF FLORIDA . ACK 6 2 78 3 7 2
DEPARTMENT. OF BUSINESS MW
PROFESSIONAL ;REGULATION
CGC419416.%.10810.112 124075465
CERTIFIED; 4 RAI . !!CONTRACTORCORRSA; 1917E030 LI,BitMO
RANGER CONS3RPCZIMIS.INDUSTRIES I
. `r
IS CERTIFIED under the provisions of Ch.4B9 g�
Exptratica data, AUG 31, 2014 - LI?0”,701S40
lir:� . 2,.. • . .
tx a.�•„'THIS 1)OCW.}ENT HA5 A;COIO HLEACKGROUND 111ICROPRINTn1G LINEMAAKAPAIEHTEO _PAPER „'?'
AC#627837.2
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
SECtIt L12081701540
LICENSE NBR--s-;
08/17j2012. 120075465 CGC019416',. .•- -. V:`5 h::r .- :1«-�• F'i':•
The; GENERAL, -CONTRACTOR '• ' "' r` t1 :' ' �.
Named below IS CERTIFIED• ��` }1.
r �•�,t..,..,
Under the "provisioins of ChaptpV 489'4S -��-ti ` , 1 =-'!"`'z
Expiration date: AUG 31, 2014 :,`;
1.1 } o i.; •_
RANGER CONSTRUCTION INDUSTRIES .,
� -INC °f; c3`-'
t "'
101 BANBURY ' S WAY ._ 'f;t ` •k •
.
WEST PALM BCH FL 33411 r -"
RICK SCOTT
GOVERNOR
DISPLAY AS REQUIRED BY LAW
KEN LAWSON
SECRETARY
ACORO®
CERTIFICATE OF LIABILITY INSURANCE
1 DATE (MM/DD/YYYY)
04/17/2013
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 pollcy(les) 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).
PRODUCER
George H. Friedlander Co.
PO Box 2466
1566 Kanawha Blvd. E.
Charleston, WV 25329
1-304-357-4520
CONTACT
NAME
PHONE (A/C. No. Ext): L(NC No):
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC 4
•
•
INSURERA: Travelers Property Casualty company of
INSURED
Ranger Construction Industries, Inc.
1200 Elboc Way
Winter Garden, FL 34787
INSURERS: Travelers Property Casualty Company
INSURER C: Travelers Insurance
INSURER D:
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: 33136832
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 MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MSR
LTR
A
TYPE OF INSURANCE
GENERAL LIABILITY
X
COMMERCIAL GENERALJABILITY
x
CLAIMS -MADE X OCCUR
Contractual Liability
B
GEML AGGREGATE LIMIT APPLIES PER:
—1 POLICY n IS LOC
AUTOMOBILE LIABILITY
X
X
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
x
ADDLISUSR
JNSRIWVD
POLICY NUMBER
CO -580713217-13
POLICY EFF
(MHIDDIYYYY)
SCHEDULED
AUTOS
NON -OWNED
AUTOS
CAP -5807B186-13
04/01/13
04/01/13
POIJCY IYYYY),
04/01/14
EACH OCCURRENCE
LIMITS
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea occurrence)
8500,000
MED EXP (Any one person)
$ 10,000
PERSONAL& ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
$ 2,000,000
$ 2,000,000
$
04/01/14
COMBINED SINGLE LIMIT
(Ea accident)
81,000,000
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE
(Per accident)
$
$
$
A
X
UMBRELLA LIAB
EXCESS UAB
x
OCCUR
CLAIMS -MADE
C
DED
RETENTION $
CUP -58078198-13
04/01/13
04/01/14
EACH OCCURRENCE
AGGREGATE
53,000,000
$ 3,000,000
WORKER$ COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
YIN
N
N/A
UB -6339B488-13
04/01/13
04/01/14
X
WC STATU- I 10TH -
TORY LIMITS 1 11 ER
E.L EACH ACCIDENT
5 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
EL DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
Certificate Holder is an Additional Insured but only with respect to work conducted
by the insured and at the specified project.
Project: SAMPLE
CERTIFICATE HOLDER
CANCELLATION
Ranger Construction Industries, Inc.
1200 E1boc Way
Winter Garden, FL 34787
USA
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2010105)
I abarber
1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
QUALIFICATIONS QUESTIONNAIRE
Answer to question # 8 Section 00456 OSHA Violations
Job Location: Hypoluxo Road, West Palm Beach, FL
Owner: Palm Beach County
Owner's telephone #: 561-684-4180
On April 24, 2009, Ranger Construction Industries, Inc. was cited under subpart 1926.701(b)
Concrete and Masonry Construction• Reinforcing steel All protruding reinforcing steel, onto
and into which employees could fall, shall be guarded to eliminate the hazard of impalement.
Circumstances:
A gap was present in a barrier wall where rebar protruded from the walls edge into the gap. The
gap was very small and would prove to be difficult for a person to attempt to use the area as a
means of passing from one side of the wall to the other. OSHA asserted that an employee could
choose to attempt to use the gap as a walkway, and receive lacerations or abrasions from the
rebar The condition was quickly abated. A reduced citation in the amount of $526.00 was paid.
Mark E Ligon
Vice President - Safety
O
a.W
a
y
a
0
n
M
z
tn
N
J
a
1.4
O
to .a
O co
V1 'a
6107346 ROCK POWER -WATER &
0
30
N
0 0
N IC
W W
V
n
0 ,14
m
cn
y
co 'r,
41 to
NO C3
O 'P
0
O
.03
O
0
nor gulp 0uuueuS 1/69S05£
3505688 Stuart West POA Pha
3505675 Vista Royale Resurf
W
W
0
CO
J
O
4.0
O
a
H
e
0
0 ;Tit
apu'17S LL£SOSt
4-43
0
v
1PJP"'I P)1 a1023SO 9LCSOSC
VI W
N O
3505375 Lakeland Runway 9-2
J
v'
Y
3505373 Vero Beach Runway 4
W
O2-11
0C. 0
0
0 0 CO - .0 O
v N O J W
0 J 0 as V 0
3505364 Kissimmee Gateway A
0
3505363 North Dillard Stree
O
V
La La
0 0
VI VI
0 a
N
4i LTA
� a
N 42
tg
o
0
n t
c
co
s711 '8' fmnaplM ZVS3 LSCSOS£
O
la
WUl
3505352 Part St Lucie 10-19
3505351 Port St Lucie +200
TM, SR 00S ES L60SOS£
La la
LII
0 0
LCI
0 V
a
{
�
1M y
� 1
n
0
• 4
D.
la 00
VI W
0
61 ES Z60S0S£
OS TIS'9 (T Sfl) 5 TIS 58050S£
CO 14 %
'aa 0'
W W W
0 0 0
O V o
0 a 0
0
V
0
0
V
N
LA
.- .0
+Nl 0 0 N V OLa a V' V COO7' V W 0''
0 V 0 V 0 N. N V H 0 0 V
O N 0 0 0 N 0 J 0 CO NO CO
N rJ W : - 0
0 0 O' NN V 0 N N N N V W W W
co .0 O W J 0 at -00H W 0 W V W 0 N 0
17' 0 V 0 V a 0 W :a 0 CO CO 10 0' 0 N 0 'a
O' .a V1 J o 0 V V' -a W 1 J V O C' O' La
00 : coca 0 0 o N ~W O O V+ '-' N at
'a W 00 'a ON W W V V W W 0 A 0 0' 0
V
r
•0
CO
0
0
V
N N
U W 0 W
Oas o
0 0 ut
W 'co 0 W
J W
W -' W 0
O
W
0 CO r V
a N 0•
V -a
OO 4•
N
W
CO
0
o
t
W
N 0
P a
.a 44
0 0
0
V
0
0 0 V ha
d 0 0 lJ
W0 0 J
iai 0 w
0
0 0 0
W `dd.; 4'
N ln
'a pia
N N O'
ia u: 0
J W
W P W o 0
P O�
A. V t+
1-4
V V V V 0
J 0 CO W 0'
•
N N .. ha W
00 'P '0O W
0 0 W W
V 0 0 V
V W V O
co
O
V
V
0
La
0'
6-4
N
CO
fON
r
u
O' CO N
"C
V J
O W
0 0
0 0
N N
a u
n
ro z
o
g
a
� C
co
00
0
O
0
V
0
cotaa
0
0
1.1O
W
V
V
W
CO
0
V'
CO
CON
0
V
0
O
N
0
0
0
j1
0
5
0
0
0
HLa a
0
la
0 V
V 00''
oras/St TIS L9'6000£
0
0
N
r
O
V
0
CO
0
J
0'
3000047 Emergency Response
N
0
N
N
to
O
O
W
N
CO
W
aolaualu00 amp& 100
00032 Ranger Construction Ind
COI
a 4
40 Q'
0o
0
0 Ps0
Status of Contract on Hand
Cl/TO/Z1 - alutIJ° sV
0
O
0.
0
m
C <
0 n
2
n 'nth
n g
0
H _
Il
0
0
N
3000561 PALM BEACH OUTLET M
0
0
H
u
0
0
VI
V
n
0
H
M
u' w
O O O
0 0 0
In In 0
1011 r V
w
vl
HJ
g
1-4
n ..
-o1 W
0
m
V
nem 010d Havan lazva
0
tFlt
etta
s3'ISI V,LSIA VAV'Ia
0
N
O
1r w
0 0
0 0p
0 P
cy•
a
H
tr1
C 4.1
a a.NaNIOaS 5651 T8£000£
0
1
call ci Luatu9aS 565 I
w 111
u1 v1
r o i
sopenuo3gns ZOO
10)3e11uo0 aunad 100
In AA 41 IO O O O.
�
N CO NI 0 O CO
U
0
O
a
rP
N
a
V1 0 CO
O 1011
N V 0
N
V
1-4
0
0
O
Ch
u 10 u
W J
N 0 10
0 N
10 N
1-11 a CO CO 0
0 0 gat 0 0 111 W 10
W W 0 40 0 N J
JNI
O 0 0 1 CO 0 10 N
1
0 D
to
a
CO
LAI
CO
000
a
0
V 01
1Ni 1NIS
01
0
r
J a
0 0
1p a
a a 0
O N W
NO 10
0 0
w V1
W W O
a 0 V O V
V 0 N 0 J
N143 b
411 0 V 0
10 0 N 01
N V W
10.1 Y N V 001
0 J N 0
b 6.a 00 0 0
N 0 0 V 0
01
r
Co
6109995 SW 117th Ave (NW 34
140 ROA)12iaV0 V.111/1 £666019
V,i"IV Z666019
1
10 10
1-4 10D
6
0 r
pnO
0
W
0
030
0
0
0
•0m
V
a 01 01
V 0 U.
C. a In 1mp�
VI
41 43
0m '.1
rei
Pt r r
r
y Q
1Hi
1103) 2133.N30'IIV.= £866019
di1II 3111330 maim/II 1866019
dU613J. 9L66019
3A00 VRl1LNFIAV 5L66019
O AZIO 1L66019
0
v
'0 V A 1-4 CO W W 1r N a F+ N N V N W N 1Na
N W
O 0
V
a
O
O
0
to J ONO 1OP0 Owl 0 0 0 v
W U1 01 J J A 00 N
V
0
1D J CO
N0 V 000
0 w 0
m
0oo
00.
O
v
0
v
W
N
CO
W 0 w W
IA 6.1J1 IA
a V V CO
N
N
CO1-4
6107388 WhiterockRepairs N
C. 0
V V
m 1.11
0 40
n z
tml
0.01
M
Li)
O
W
a -3 0p
6107356 SW UTHST(FOB ONL
1tnco /1 0 r 001 Oint 0 0 0)
O N 03 V O 0 0 0 0
1-4 0 4 NJ
01
O 1-4
0 L
W
CO 0 F+ 0
0 0
0 1-•
0 La 1-'
J
1.0
CO
J
0
lea k -A J N�f
01 0
0 0 0
r
r
W
4.40
V
0
N
0
LI)
N 01 0 0 0
co
O O O O 1A
N
0
y
n
c.
0
t3e.[luoagns
w
O 0
C 00
C �'
0 0
0 0
p 0CI
Status of Contract on Hand
0
0
a
qO
C1 0
0 O
0 0
0
'0
W 0
n
00
0
0'
0
144
0
N
0
0
O
V
W W W W
N VI u1 V1
O 0 0 0
N 111 VI VI
O OI O. la
D 10 ID .�
10 CO V O
Mw'i " n e
co 0
cn ri n a .a. n
h a.
4.1
X • a
X
D
td C
O S cr
v
n
W W WVI an In VI
Vl u, 1011
O O O O
1ETO1 tNt N V
G i
E6s r
V
p,
< ed
c g
n 0. x
X ®
0 VI 0
N N
CO ▪ V V
VI CO V
n o
M
n 7 S
a v w
a
Z eV
na
1e
o
a
114 6-4 W
0
O
VI
ChO
uTsanN asnofl uo;uog
• Puo4I 0180 EaS 659505E
V W N O N VI CO V IO f+ 112. O W N
u
VI VI
10J1La ta
VI
DI
V
to
a
m
0
O
1•
La w o 0
c0 N O 0
N
05N
NO
m
ON
O
1-4
0
6-4
N O
VI )D
0 0
3505371 Narcoossee Road & T
N la
VI
N u1
W W
V 0
O CO
0
• a
o a
n
O en
g
P.
=.
1 K
3505366 Vero Beach HS Chill
try ujdody- Sompon 65£505£
3505358 Turtlemound Road Ex
3505355 Plant Street Segmen
a a
W VI 0
V
n
S 0
C
� Al
0
in It0
D
? 0.
• 0.
3505091 SR 50 Good Homes Ro
va
N N
0 0
CO CI
01 a
o Pael
td
c 0.
c a.
• 1d
ri v
c
m
3200484 Big John Monahan Br
a V
VI V V OVl W a CO CO IVC CO nt7O W 1p W
Jt112TaS 665000E
SV' UA 695000£
0
O
O
vt
OD
atb
tdO
n
1.4
of w lou. a tbo o
CO O V A r O
V
CO
1 -ml CO aLa
Ch
0 J
W V • 0 0 Ul O
V N O 0 0 CO
r
O
CO
O
v
O
In
Ds
1444
10
O
J
N
a
VI
O
CO � V
1-4
N N — 1-4
N
N
N
La
N
1l1
L4
CO
O
NO
r
a a m
V a 0
N
4.03W
0
0
A
NJ
O LJ t-1
cO N r J
1N11 N OV V
N O C
a
Ul
0
V
V
0
J
CO
71.4
0
✓ I CO N V
O P VI NO
N 10 V1 0
o W
ON O
rn 0
V
COO
4-4
ID
0
1-4
O
a
N
CO o
W VI VVI a N
•
n-400%41./1
n N OI
N 1.11
0
COCO0
O
0
tit
O
14441
d
1/40
O
to
1N - ▪ W ImmIV V 1'
co 0 N
0 O • VI 100
O1 W CO W
CO la
.4P 404
COVW
V V
5-4
H
1-44V
W
CD 001.11 V1
CO CO
VI Intg
i
r
cv
0
e A
a 0
111'Id3 085000£
td
tI
a
n
CC
O
O
to
V
V
0
nn
H
O
z
n
▪ O
lC to. W W
W O Ip
n
H
SVZIIA N(DI HNId Z9S000£
V1 CO
0: to b14 La 0 0 0 0 0 m IVC ISD to
law +o N N 0
COCO
N
CO
1-4
0
N
1-4
CO
Lel
COO
0
V
00
W
OI
O 10 0 V1 O OV
0 N W V D 0
O
-• ice+ 4 lT
O1 1.71 OIVO a '0 W
N
N
a
0
0
N 4.2
O :D
W Its
0
D
7
n
0
as
e
go • co
• P.
7.
V: F
A a
g 0
o vg
M a _0•
O a
O 0 O
o 0l o
0
i v" r
a 3 D.
0
TT/IO/ZT ' a7EQ30 EV
N
.1
V
W
0
N
a
1-4
N
1.41
".l
V
N
0 0
IC 0 0
10 10
10 0
O CO V
0 0
Pa a td
/9-: td
PI
a
x y
6 a
n
r
CO
CO
CAN
N
00
CO
r
N
N
N
egad epuoj Tt111a3 ST005£
0
V
A
La
0
16/1
La
0
a
N N N W toO
o 0 0 0 b
U1
w
0
x
N In 0 Iii 0
ro▪ b 6-4 0 Pa
ro • w
res H
n b 0
Z
el n 1 0 n
ta Cr
e a. gm
to G 7 Y
7 E. a
PI re. It 0
aolaealuoagn5 zoo
0
m
N
rn
0
W
co
K
✓
0
0
n
x
0
a a a IT a0 a 0 D, a s
0 O 0 O 0 O 0 O O 0 0
V V V V V V V V V V N
CON0 V V 0Nn p INp N N [NN V
4400140000 0 4 N
td 4m1 0 0
A a �a Az
xo> 0 ONo As to 4C
Pc
tTi 0 O '0
b _
Atri
+1
ql
°`Z Cti1 r my
2N I
0
g
to a
0
e
4.4rtb
7
0 m a N 0 0 111 N O
0 0 00 a 0 0 0 0
N.A ,A 0
O 0 W O a
41 a CO 0 N N V 0 0 0 b
N V W A loll 0 ONE IN 40 N 0
VI 0 a 00 0 O r4 0 0 0
N a a
O W W O
10 NJ A 00 Dl N ia In -03 lo N J N
4i1 a 0 0 0 O al
NJ
N
0
IA
N
O
0
O
In
0
6.0N
Y�
O
N
0
N
N
CO
00
N
O
A 0 N N a N 0 N
ea O
O 0 0 0 0 0 00
0 A0
VON
0
000
CO
A N
0
CO
N
tas
0
N
0
0
0
0 - 0 O r CO 0 1-4
W
W 0 N 0 CON0 N
O 0 0 a VI 0
W
N
CO
0
LA
0
0
0
1.4
N
0
La
0
W
CO
N
CO
0
0
0
N
O
W
0
O
0
a
V
N
00-1 0 lop. V 0 00 N
c O W 41 01 o En �A
O DA 0 Al a 0 0 V 0 0
0
0
O
0CO
10
0
W
O
O
La
• a
0 10
�
0
laealuoagn$
J
D 7
L • PI0
4'
0
3.30
n
0.
Status of Contract an Hand
fUIO/ZT - aluQ Jo sy
Florida Deportment ofTransportation
•au/'dnoao olnaaaA
0
N
0
00035 Ranger Conctruetion-Cen
CO
CO
aigroi ddy lox 666
La La
▪ Lti
O O
w w
IT to
vadO
m
PI
mad amini od
.!,-4
✓ tJ W
Win m
NI N COOO Ia
aigratlddyl°N 666
aopaxluwain S ZOO
3505356 Northwest Regional
-4 -4
CO CO
-1 W a
y La W V V
N VI ICI Lel Lil
N OT O
N CO CO N Al
✓ La P
✓ ▪ -A. W
41 ID
1.11 VVI b N Al
U a CO C1
-10
N CO iG O O
a olorm tungns z00
ea
'O
0
0
0
lociiroagns
o WG
G
0
0
00
5
PO
rJ
O1 W
6
ra
g ni 0
O 0 O
R
c 3 0
• 0 o
O • „O0 C
O
0b
0 0
� ° r
7 0
a 0
O) a
1 1 1
ILD N3 0
N N N
0 0 0
0JO
J
O W Co Co CO
01 U1 01 (T 01
O 0 0 0 0
U1 a1 O U1 U1
0 0 0 O O
A a a a A
J O O A W
N O) W W CO
WCD CAD
1
O N
O O
O O
V CD
01 (W31
0 CA
CD CD
a A
N 1
N N 4t N N
V (0 01 (O (O
N N N N N
O O O O O
O 0 0 0 0
O) O) O) O) O)
CO • 0
O O
01 01
COCD W
V CO
Cn—(nCnrcnCnCn —Cn
DO a3J379 3J 3J DJA3J
a W W (0 m
W 1 (/)
p o 0 H
r O C
m cn 5 O
• m CD
Johnson Bros / OOCEA #429-2000
v W �
0 0�
aD aD
No a
N O 0
eLA
N 1 Co
1 an 1
an N an
O
O 1 O
m
O
(0
O
JJ
a N 1 W W
Co A 3 A
CO v
CD °
OD 00
S co
(OD
co
N
J. \
W -
N N
0 0
01 01
CO Co CO Co W
at O O O O
0 0 0 0 0
O 01 07 01 01
O 0 0 0 0
Co CO W CO W
U1 A CO 1
mgCnOmmm
w a o 0 0 0.0
D-
3 El c �m000
ca<x a it
N 07 cnN \ — J cn 01
OOaNi' W
O 0 j N
No A O 0 SD Cn N
O p O 0
(1 03 O
N 1
(D N
033
cn
m13
w
O
w
-4.-4 V J a 1 O
\\ \ — 1 1
N N N N N CA 4s N
V V V V CO O4s?
NNNNNNNN
O 0 0 0 CO 0 0 0
O 0 0 0 0 0 0 0
01 01 (31 cn at 01 A A
CO CO CO W W W CO CO
O O 01 01 01 01 cn 01
O 0 0 0 0 0 0 0
U1 al 01 U1 01 U1 U1 U1
O 0 0 0 0 0 0 0
N N N N N N N 1
(0 Co V O 01 A N
CCnODcncn
OD 33 33 33 33
N N A O 01
J Ul O O_
n C 1 0
m
cn c W
3 N
o J av
O
5-
m m m m m
0 0 0 0 0
00000
-I -I -I --I -i
1 N 1 N3 ND
W co
U1 co (0 Co co
A CO N a A
J O J N N
O a) O A
A
cn CA Cn
N 1 N N N
0 0 0 0 0
1
en al a -A -i rn
N N cn cn 1 1 at 01
O O A Co GJ N
CO CO (o ap (0
69
69
69
1 69
CD N
03 A CO 1 Co Co O O CO J A 0 1
O 69 O A N O (0 en O)
JJ O(0 A N O WO V N W N ON) OO W(0 OUt 2
0 A (O0
(0 0 O W A O W W CO O) Ut at O O O
O O N (0 0 0 0 0 0 00 CO a1 0 Co Co O
O) A J OCD Co co co O O N O (o O 5.!? A
0 0 0 O) O O 0 1 Co (O O O O O) O
J O (0 0 0 0 (o O N CO J O Co O J N al
(31 01
N N
0 0
-A -A
11
0 0
c0 OD
O\ N N
N N N
O O
a a a
W N
�+ N
N N
0 0
A
CO CO CO W CO CO CO CO
U1 01 01 01 01 01 01 01
O 0 0 0 0 0 0
01 01 U1 U1 01 01 01 01
O 0 0 0 0 0 0 0
O (o V O) 01 W N O
CD OD nCnC W 0) GO
0 33 A 3J 3J OD 3J 3J 3J
A<O1 Toal0 0 N 1 N 1 Ca
O A N O O O
w _ O
m -.gym rn W_ W
) D O (D C a m (a 3
3 0 — 0 m — -o
7 7 cD
m CD C
D
°1 m n
C)
mm w c Xi m
-O x (A m
cu smic
O w
w
000
-i-1-A
ND A 1
W (WO
00
-�
N
N
1
O)
c C c .+ c
ND
— •' p 3 (o Et=
N
O)
1 up
ND ND
Na
a co a
NNN
0 0
W 0 W
Co CO
O 0
01 01
0 0
(00 00
Co cn L A Cn
DJ -n O N) 33
aD101 7 O
O fn N
(0
mm7133C)m20o
0 0 0 w w O co O
00O 8 0 3 0
m m m
Cu co m C7 -' o D
W N O r'
N ap 7 aj) (/1
w co Cu O 0 474-
0'
0
J
N
< 1)°)
o n
O O
a
CA 0
CA 0
0 0
V 0)
1
a
O
O
W
CO W
za cn
N N
O O
W CO
W Co CO Co
01 01 01 01
co co O O
07 01 U7 01
O O O 0
O O O 0
A CO N O
(nom CO — (n
37 c (D cn c seg
3CA D
. C V O_
O N fn 0 11
O m co 0
w 3J o w
0 N
m< O w O-
7 0 -o 0' m O)
m c a 7
A
Jaz0
c c
m
mm
0
-I --1
0
00
--1
m
0
0
-1
000
000
69 e e le
69e N Ne6969 f9NfAb9 a eNffl 69N69 N69
1 1.69 69 Ut N -+ 01 J 69 W O O 1 69cri n a N -Eft 01 (0 69 N 01 O) ea O N
W (0 O 1 O O) co 1 O) co 1 OD 1 O O) O) co O (0 J co (0 N
Co O) Co O CO 0 Co O a O) 1 1 (0 0 01 Co O cn 0 O O O Co
J V A CO 0 O A O co co Co 0 J 1 Co A J (0 A 1 O -A. W
O 1 NON O N O A l in co Co 0 W A A A W 0 N N 0
U1 a (O CO N 1 O O O W N CO U1 0 O Co O O Co at J CO W
1 CO a 1 N (n 0 0 1 0 0 1 N CO O CO U( N O) (O N A 07
O 1 N N O W 0 0 1 O) J 1 J 1 (0 O O (0 Co 1 a J 1
1 co Co 0 0 J O O O (0 O O O J 1 1 CO (n -+ O a 1
0gi wow
13 g
• CT 7
co y m CD (O m
0 00
E
j j
(n an (o
IT) m co
m m 0 m O CJJ
3 _3 8) 3 aQ c 'co w
7 7 0 7 m < x
O 0 t 0 0Et! m m
Es. FIT m m w a
0
0
Wo<3W<oC
0 0
< C a.D < C j <
waom�w(n_ao
am w gam El,'
3
030:15Q003000000< 0<
< D D D D C c oN
c<cDD
w 0 (o w (o co (Q co m (o X X 0 w
a s cn m a co m m m co co w ¢1 a)
O o o m o o 0 C CD C) CD CD C) C CD CD C7 C) C) C) C) C0 CD C) C0 C) CD CD CD CD C) C) C0 CD C0 C) C) CD
O 0 0 o o o o 0 o 0 o 0 o o o o o 0 o o 0 0 0 o o o o o o o
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
V 73 v v -o a v -a 13 /7 73 73 13 -o 13 V v -a 10 v 10 13 v v v v 77-0 10 -a 10 17 73 -a 77 77 -0 -a
m m m ap m m En m m m m m m m m m m m 0 m 0 m m m m m m m m m m m m m m m m m. m m
mo
m m m ( m m at m m m m m m m m
0 CO
1
V W
SD W
0 CA
O JO
Co J
m m m m
m m m m m (D m m m m m m m m m m m m m m m
0 0 0 0 0 0 0 0 0 0 0 0 0
to ( ) (1) N 5 !n f (73 Co to O Co
01 O Cn 01 01 O1 O
m m m m m m 11
0 0 0 0 0 0 0
O 000000
-1 H
O 000000
0 0 0
O w w
01 01 01 01 01 01 01 01 01
mmmmmmmmm
0 0 0 0 0 0 0 0 0
O 00000000
O 00000000
00 wJJO oK <00000000
(/) N= c w SD w( w N 5 w cn w (n(7)
Ut Ul 0 Ut — O1 O1 01 01 1 1 U1 Ul
•-n -n -n -(15 w o mmmmmmmm
00SP, 8 0---1 800000000
00 mOo x00000000
00 -oma 00000000
000000000000000000
CD w m m m m m m m m m m m m m m m m
co A co A Co CO
U1 O V O O O
N J V O O
N N co A V J
CO O up O Co Co
O O e A 0 0
1 O O N J
4s CD
A
CD 0 J {' 1 N N
CO CO
0
0 0
4.1 44
O CO
J J
Co CO
O 0
Co 0
V V
0 0 01O
N N N N
CO 0
0 0
CO44 4.1
0ajCo Co
L -08L-008
Co Co
CD CD
O O
0 0
V J
Co OD
O 0
Co 0
V V
0 0 0 0 0 0 0 0 0 0 0 0
N N N N N N N N N N N N
m m m m m m m m CD
m
ZOLL-09L-00R
co 41%
cn CD
N J
C W
V J
U1 (D
071 0
(
1 O)
Oti39-89P-LOB
Co Co
0 0
O CO
1 -4
N N
Co•
CO
CD CD
O O
V J
O O
V 4
N N
896E -36Z-008
896E -36Z-009
ZO LL -09L-008
ZO LL -08L-002
3
0.
O
re
D)
1
O
0
m
1
0
0
c
K
C
co
Z
� O
3
Z
c
0
CD
s
A
QUALIFICATION EXPERIENCE
10 OS7V S103rOdd 3S3H1
%N SERVE AS .4 LIST OF REFERENCES FOR VARIOUS PROJECTS WE HAVE COMPLETED.
O
O)
1
N
0
cn
0
N1 00-10
N 1
O 1 O 1
O O V
1 p 1
N CO CD
O OO
A
N N 1
0) 077 0
CO CO N W N N N N N N N N N N
0"
MO
N N
N W\
O O N
O
W N 0
N 1
0D -L
0 0
W
0`0 8D m
NNN
000
N N
co co
'ram
0 0
0Zt
0)
N
0 0
0000000000
CCO O) Ul U7
0 0 cr) coo
N N N
O O O
(D (O p
N N
0 0
(O CO
W W CO CO CO CO CO W CO CO W CO W W W CO CO CO CO CO CO CO W CO W CO W W CO CO CO W CO CO W W CO CO W CO
Cn (n lP (n Cn (n m Cn m Us (n N (n N N Cn (n (n Us Us m Ut C1 Us Us Us Con Cn (n (n (n Cn (n CP (n (n Ul 01 01 Cn
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 0 0 0 0 0 0 0 0 0 0 0 0
(n Cr; 0n 0n (n U 1 CJl Cn Cn Ut al O CTl O O 0 U1 U7 Cn U7 U U7 01 CT m Cn Ul tit 0 Ut Cn C7l m (n cn (n Ol m m Ul
O O O O O O O O O O O A O A A 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
CO CO CO CO 0 CO CO Co CO CO CO CO CO CO CD CO CO CO CO CO J J J J V J V J J J CA m CD m CA CA CA m m m
CD (n A W N-' O CD CO V CD A (n -+ CD A CO N O CO CO J O (n A CO N 1 O OD CO V CD (n A co N 1 O
WCn-1(n(nCnCnCn-
n W 237222 A
CDC7 11(nmm�
-L mD, (O 0O p)
2
m
w
--1
c
0
w m 0 _ W am
-
<wt3a(0<7
C 2 m (O >r
0 7 0 m w O
w 7 a, w= 7 O
o m 3
0
Q
(1)(D
01
0
0
N O N CD 7 •"' W
O
o 7 a 0
w
D r
O
0)
Q
0
0
T
0
0w(ncn
a 2 2
coO
o C D
c v
7 O
W 7 Qo
(n w 17
r(nC-(n-tncncn0w-(n
4s C 2° 2 a 2 2 2 m 2 a 2
W m (n 7 A Cn A (n cn :1 N (n (n
CA N N O O 0 m O
Q o m O p 0 O W O m cm -
C 0 0
CD
m m S K g - 1 C 2 W D CD
20000 7= cn a 3Cn(cn M Cn
w (0 2Po27_ 0 13 22
3 N m 2 <. C 0 Q C< O
< m m m Q C C m w
W(7)`< m o m -7 Q
,' 7 CD �' 1-
0
f0 n w Q. 7 0 (D -• 6
m o (D 0 (0 (0 m
W_ m m m 0 (° .<
�R
0 0 2 c2D
m 13 O
W C
- w
O =-1-1 UD
0_ 3
N
7"
(0
m
CD
m T T T T m T m T D
0000000008
0000000007-
HHHHH-1-iHH
aa
CTI N3 1/0
(0D OJ) W
-' -
01
`< N
00-4
O OA
A AAITIANH
N N O A N
CD CO CO r- J CO
CO CO Cn J N m
Us N (01 O A
J D) (W77
1
-L 1 0
Cal Cn V o- C1l _1
N N N N
6°000a
(0
CO COcn
rX�' Aw
CD 0 pW 7
W (-)1 m
CO a a
W CO W
(n co m
A m m
CD N A
1 m 01
O U1
(000
0
N �
O
m O 0
O r
w
aD 0)
0
0
O �
w a(n
w
0N V
co
m
D-C)TTT
6 0 0 0 0
r2000
0 a w 4s
0CD
0- co WW
w CD A CO
N 3 Cn (n
Co T N N
coo
O O
Us
w � 1
N (fin
O co
W CO o
w A
Om0
000
00
D w D
N 4, N
CD 0 (D
1 CD V
O
V N
(Il CO
O
000
7 0 0
m
0 0 0
D1 Ow)
N
N N N
VO O O
1
00
-1 --1
N W
CO CO
CO CD
0)N
20 w
N 01
W p
CO
m
N
0-1
6 m m cm7,
cZ0 O Z N W co
(n o) N V w
N
Cn Cn (n co co co UJ T Cn
2222222.2
(n co j Cn N CD m A
WN W m O U1
0 W W
(DW -4
ON)
C,
w 1 7 N O 0) H
-.12„:11:1053
co (
-
< 7
W CO W
(0)1 (0)t 0071
W W W
p CO J
-` CO CO m A CO -a V
N
N N N N N
CO" i A a A co O Cn
N N N N N N N N
0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0
CO Co CO CO CO J V V
cococa)0CDQ)
22222172
A A A U7 CO A (n
co WCO CU O N _ m O
TQTOTTITTTTT
010=00000000
OR00000000
i (D m-i-1HH--1 HH
CO N D N N -A+ W N N
0 V m CO N coON W up
m O A O W co
1 N
Cn 1
N N
O
O
0 90
W
A
O W
O A
0) 0)
01
((71 W
N
A
4fi CO A -a CO CO V 1 m 0 V 1 m N W 1
N A m CO O) CO A N N N CO CO A O) CO
N OD
CL N
v
WO
O A
CO N 0 W W CO
V J V CO N
CO SO A V N CO
N A m 0n J
cn co m W A (n
01 A CO Us CD
O m -1 W m m
CO J N (O Cn 1
K OW 000
7. T. 7 3 0 7 7 7
0(O (D 00(0(0
m (D m m m
Dr7 P) C r A) w A)
0 0
a3
w
J
O o c coCO3 D -0
m CD
CD CD
2 r 0 X 0
o w Ei c a
tt
a;,02-714-11),277
A
N Z m pi 7 0
7• 0
V V
O
W
O O
W4S 4s
CJ
CD m
(n Cn
A V ACL m J 0 0 0 N m m m 1
mmODJ1Am0wO-4DLCDlo
W m 1 m CO CO W O 1 A 0 0 CO J
C31 W W p CO J N m N co O O CO J
m O J m (n m O O (o
00000)1f\)00040
SeWcn
CD
CD r
" w O
7 a m
7
Q0
7
2 CO
< m
m
0 0
0 0
ov v
CD w
2 0
o3
CS -+
CD
GA
f3-11
D-0
3 0
0
O
cm co
m (n
1 A
V J
J--4
CO jA
W N
(0 O
m m
00
0.. 0-«
A A
00
5':
x000<O W OO
m
T. 7 7 7 C 7< m 7
m C0 (0 (0 m (0 w o (O
CD m (D m m aw m
00
0 0
°D 3 3
V V
CD 011
(n N
O -
co a
1 O
0009-069-L017
00
O O
233
oD t
o CD co
m CD
0 W 0
7 7 0.
m
-w
(O 0 m
V V
CD O)
(0
Co
0
CO U1
co o
A O
A O
LL9S-E39-E I-9
2 0 O
o C 7
7r w C0
w m
0 0 0 0 0 0
E 3 3 3 3 3 3
0
m m m m m m
m m m m m m
0000000
N to N N N 7 w
Qm
1 L.<
T K
w
O 7Z
-AT, <3
C) u4c
O
m
0
(n
T T
00
00
gi
VV
O O
V J
0.. 0
Crt
T T
00
00
1:!
0000(0
NNNNO
co co
W W
6o
wCO
CO
(T 01
V 0
J O
MM
NN
00
V N
til 6 m
N N N
960
CP
N
O
7171
000
--1-i
4s a
N N
O
0 N
N N
0 0
CO CO (63
U1 01 U1
(077 (071 0U7
0 0 0
A CO N
W W
0 0
(n (7)
(0n
1 p
01 co
O 0)
w
"S
O N
O. www.00
C O CD
m .< c
CD
7
5
(0
TTTm7C-TOT(nTTr
0000.09-000000M
0000T07 000002
0 w m c7
N N1(oONv A -LD o,D H ---i7
O CD w
0 J CD
CO O m N CO
N 1 1 N
Cn (n U7 (n (n
N N N (n co N
O O O O O
mmmH-A -A -A
U1 (n U1 O1
2 2 Z N N N w
A A W(1° CD C°
N m w p 1 N CO
N a a a ffl ffl
0 0 0 CO 0 e W A ff) N
Cn m N 1 Us (n W CO J
A CO O Us J A J J
CD J CO m N 1 1 0 m W
O CO CO 0 CO V V O O CO
A W m (O A 01 A 0 0 CO
A W N W (n 1 0 0 0 (L
N
N N y W (n 1 co
O m O w 1 U1 O O O
Oro 0i- 0
m (u m co
000
v-�
CD (D
CD
0
0
m
D
0
0 0
0 N
mm
00
00000
0 0 0 0 0
3 3 3 3 3
CD m m m m
m m m m m
C-0-000
w
r 7
n0(.0 11
w w w
000 O
-1 -1 w m
00
55
A CO CO CO
0 0 0 W
V V 0)
0 0 0
V 6
1 p
(n 1
0 0 0 0
O N N• O
0069-669-C1.9
T T
0 0
00
00
CD m
CL W m
W W
W
001
CO (0
N
m 1
Om) O
6/9 to N
J N 0n a O (o O
CO O) 0 CO A O cn
CD CO V CO A CO N
In la J A lo N
co J OD O O V 1
NA00(n V
CO O C» O O in
OO(noom
OOr.uo r-
7 7 T. " C 07
(0 (0 co 7CN. m (Q
(D CD w CD
0(7C)C)C)C)00
oo coo coo
DDD D'30UD-a
m(Dm
m m m m m
m m m m m
0 0 0 0 0
Co N (n (n On
Cn Ol m m (n
TT'TTT
00000
00000
HH --1--1H
00000
5 0 0 0 0
CD m CD m m
MM
O 0
W
00
VV
0 0
N N
000
a
-'
1 Ma
{rasa CONN
V mS301-CD M
A N O) O m 1
Co m N m N N
ID In 14VAm
(n W N m O A
W O J (n O
J O V fL 1
O O A O W
00
W770w00
C
133
<CD 0 7 3 7 7
v.
a 0 N N
3 3
0 0 00 CD 00
0000000
-30 30 D -3a v 7D -o
mmmw Darm
Co CO
1 p
V
N J
coma CO
O J
UI 1
AN
m m m
[� -.C? W
w��
Q
toper.:
T
C O m
0 0
n
7- 0
m
A CO A CO
0 0 0 0
V O V O
COV CD
O O O O
CO V m V
1
0 0 W 0
W N A
0 m m
o -
r m m
a•
m _ c
m m m
OOoaa
W O O
coCo
m
u)0 4s U7 -+
co a
A
A N
W
Oa)
o
CO 0
J 0
-4
O
ET
D)
m
0
Work > $50,000 over last 7 Years
L l'6LZ' 1-176'699$
CO CO
01 01
0 0
01 01
0 0
(0 (0
IA* sn009EIS
0 m
6 0
r
C
O4)
7 co
N
O
a v
53) N
-n 0
Oy
m
yip
cri
4
0 a'
a
ea CO
- 01
N (Ji
Oa ix)
? 01
CO U1
.
CO 0
o 0
0
0 0
0
II 0
D-
0
ma
Q H
0 <
O A)
N
O
tetrtr-63ti ZLL
EZBL-39tr-LOi
Co Co
CD CD
0 0
a a
0)
CO A
0 0
a a
CO CO CO
CD CD CD
N N N
Ul as
O co CO
Z
CD 0-
7-
w
m
O 7
CO
CD 0)
a a
N N
0 0
a a
Gil
01 CO
0I Cn COli
V a W
co co
Ncn
N N
co co co
N N N N N
O O O O O
WCD CD CD
4s 4s a a
COCO CO
CO
0 0
as
CO CO W W W W
CP (B CP CP CP CP
O 0 0 0 0 0
CP (PCP Ul (P Cll
N N N N N N
a CO CO CO CO CO
O (O Co V W CP
1 1
W CO
0 0
as
CO CO CO
0 0 0
CP CP CP
N N N
a CO N
0000
CJl CP CP (P
0 0 0 0
CD CP CP Cll
N N N N
is) N3
-W+ 0 W V
CO • 01 CD
0 0 0
N NN
ON) CN)l CO
0 -n cn -I 73 () < -n K p cn C) DO 73 C) > G) r 37 --I
c.
—* m m a m 0 0 AT m 7 M 0 v 3 E �.
3w� w<7c�Q�cowNopA) 4_,, we
(13 -nm v r- cD 3 0 0 0 wT. m en t o lJ ' m co
7 7 w N ' a .7-. m 7 n m w O A�1
(n< ;�
m Cn w m 0 rn c c m co a< o
N a am 0
m (0 Q
M D
0 0
7 O
CI
• w (n < n m w
(n
0
7
0
7
N
W N
0 V CD
N N N
0 0 0
CO CO W
O)
1 CA
(D N
O O
W W
CON3 ND
W
0 0
W W
0000000w
Ul (P Ul CP (P CP CP CP
0 0 0 0 0 0 0 0
CP CD CD CP Ul CP CP C)1
N N N N N N N N
O CO V CA CP a CO N
aCIO W CO
O N
0 0 0 0
0 0 0 0
W W CO CO
01 CO
N CD N
O (.(00
5 0 0 C7 0 CA r 0 0
D - ca o m m%
O
CD 3 En w o co
o w sv o m D R° D
a 0 v o r o 2—
w m 0 0 0 -00 Q j -0 a 0
0< aQw to O. =-
7 7
m co (n 7 U) CD.
co D c� 0)
0
U011ea01888 1Ae
CO CO W
Ut W
N 01
N N
W O 0
( 1 N
CD N3 CO
N RS -
0
0 0 0
0 0 0
W CO
\1
N0 0
0 0
W CO
co co co co co
Ul CP CP CP CP
O 0 0 0 0
Ul CP CP CP CP
N N N N N
O 0 0 0 0
a W N 1 O
00 C J7JJm
o 3 3 w u)=••
a o c0 8- m 3
3z.
u w D a= 0 0) 0
x D m< 3 3 m
7C"m <mtot0 0
D _ 0 0 m
mcn c a a
a m 7 an
(o ]]
cr m
o m c
a
am a
D m 1JOW
7- � 3
o cow (,co
;1-m
O 001000=000000000O0-13O7JD=OOOOO000OO000000OOO
A) W 5) j N ¢) N( r) A) `•' w w w w w w w cD N C w w w w w w w `'. A) A) N fl) K n ¢7 •G W N a1
c0 c0 c0 C� (0 c0 c0 . co cc) co cc) co co co ca co c0 co 5 « cn CO CO CO (0 co CO CO CO CO (O 0 CO ' (0 CO 0
CD m m y m m m n m m p m m m m m m m p c m c 0 n m m m m m m m W m m m m r w m m m m
O 0 o n o 0 0 7 0 0 0 0 0 0 0 0 0 0 0 0 0 o m 7 0 0 0 0 0 0 0 m 0 0 0 0 z' n o_ o 0 0
.1 0- m 0 0 D w 0 D m D 0 D D D D D m (nn D rn m~ 0 7 7 D D D D F 0 0 0 0 D o D m 0 7 7
E E S r E E E a •< t-< ‘< •< ‘< sm< %< •-c . 0 g %< •< •.< '< 'c 'c '< � fcz � � j = � _ � ca' - • rE
(0 3 O a <
3 7 7
O
3
3
c
7
4<
el EA a a
EA a Eft tti ba Ea EA --L -Ea v) Efl Esi N Hi ff) vi ffl Efi EA f_fl ffl Efl Efl ffl N Eil Efl ffl -EA
a a CO EA 1 1 1 CD N Ul a EA Eft {f) Efl in Eii a 1 el 1 (P Cll 0 1 J 1 1 Efl N N Ef) 1 J. 1 N ip,, 1 1 1 1 Efi
O) a J 1 CO 1 O CO UD Ul CO J CD Ul J CO CO Ul 1 1 J N N V CD CO O Ul N N a CD N N 1 0 V Ul Ul V 1 CD
O 1 N N CD O Ul Ul CO a V J 0 1 1 CO OD J c0 CO 0 1 1 CP CO J OCD CO 1 -I CD O J 1 CO 1 CD O N O a 0
W (D O 1 N J J CD N 1 (P J? N O O 00 N a 0 a W (D W O) O O CO 1 a 1 1 ftma 1 J 1 in CO N W O (D in
co co O V J CO O N CO W O N a 1 CD N N O OO Co J V CO CO CO O 1 1 W V N 1 0 N J CD CP O CP CO O O a
CO O O CO CD C0 CO a CO N O W co O a N O CO CD O O O W J N CO 1 CO CO Ul Con a O CP O CP a N OD CO N Ul Cn
CD a in b 0 0 0 CO iv Oa m CWP O eo CD O a W a O W a co in a O a W Co 01 O Cal) O COP O O Oo UN) CCD Li 0 O O O O CP CN)7 O O O O
O 000000<000000000000000NO
w w w w w w w° w w w w ww w w w w w w w w o 3 w
7 7 7 7 7 7 7 c 7 7 7 7 7 7 7 7 7 7 7 7 7 7 m
O (0 C0 (O (O (O (O N (0 CO (0 O O CO (0 O (O (0 CO (0 (O (0 O 0 co
m m m m m m w m m m m m m m m m m m m m m w b
000000
CD CO w w w
7 7 7 7 7 7
(O (O CO CO CO CO
m m m m m m
00000
A) CO w w w 0
7 7 7 7 7
CO CO CO (0 CO X
m m m m m
00
n S
m �
0 CO
w m
000
D al -1)
X tO (00
CD m m
n n n n n n n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0
O 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3.3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
1070 v v 73'0'0"0 v 7310 a 1313 137313-3 73 73 73 137313-3 13-0-0-7'017171313.3'013'3-0-0-3 13 13
m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m (D m m m m OM
m m m m m m 0 0 m m m m m m m m m m m m m m m m m m m m m m m m 0 0 m m m m m m m m m
C) C) 0 o C) C) 0 0 0 C) co C) C) C0 C) C) C) C) Co �- 0 -- w 0 C) C) 0 CYO 0 C) c 0- 0 C0 0 r m C) m 0 C) 0
w w w 7- w-, w S w w ca w w w w w w w Q 0 w 0 Co 0 w w 0 0 w 0 w= w w w CO w 0 w 0 4) w w
Q 7 w Q Q
r- r- w w wwwwwww w0 -CD war) A)) A)) wwwC7wwww1O wen www
7 7 7 0 7 7 7 7 7 m 7 7 7 7 7 7 7 m R 7 R Q ,_,' 7 7 7 7 7 7 7 0 7 7 7 7- Irl 7 (� 7 7 7
aaa7 aaa'�na as aaaaQ - a-• a aaaaaa aaaa a a a a
o o o (0o 0 o w o 0 3 0 0 0 0 0 0 0 3 0 °) O o 0 0 0 0 0 0 0 0 0 0 O cn 3 7 0 0 0
7 7 7 0 7 7 7 7 7 0 7 7 7 7 7 7 7 0 3 7 7 7 7 7 7 7 7 7 7 00 7 7 t0 7 7 7
m o m m 0 a 0
7 m
v
ZLLL-9E8-LOti
00
J V
Co 03
Ca
OW)
VV
N N
00
V
ry co
000)
0V
O Ni
00
JCO CO
CO CO
VV
N N
CO
(.71(.71a
.71 O
N J
CO OW)
en
O V_
1 N
00
V V
0'
V
1 V
N
LL -9E9 -L017
aaaaaaa
O 0 0 0 0 0 0
V V J J V V V
CO CO W W W CO CO
CO CO W W W CO 0
O) CD (1 (t CD U1
J J V J V J CO
J J V J V J V
N N N N N N N O
8Z LZ-Z6Z-LO17
ZLLL-969-LO17
as
00
N CP
I>) 9)
1
UD
N W
CO CP
1999-L8L-398
LL -988-L017
LL-9E8-LOt
LL-9£9-LOb
as
0 0
CO CO
V0 CO
V
as
V V
W CO
CO 0)) OW)
-.I
V
Z6ZZ-09Z-LOti
Z I-LL-9E9-LOb
as
O V
CO CO
ca 0)) OW)
J
N N
a CO
O W
Co N
0) 0
VN
N O
009Z-EVE-LOV
a CO
O C)
CO N
W CO
0
v m
CP
N '1
a a
O V
CO CO
O 0)
•••1
V_
N
Zl-LL-9C9-LOti
0
z -u
c -s
0
N
am 0 -.
Z
0
9*
Z
0
3
_MUM() / J0108.11U00
Dn
3
0
c
n
0
c
O
1<
Z0
o
3 FirO
z�
c
� 7
m m
1
600Z/63/01
(D 1 CD
N 1 N
a a cri O
N N rt-)
O O O O
O O O O
CD CD CO CO
CA 01
Noi
1
1
N N
O O O
(D CO 0
0000W0
U1 Ci1 C71 cn Cn Cn
0 0 0 0 0 0
(1CnCn0(n0
W CO W W CO CO
O 0 0 0
1 O CO 0 0) Cn
Cil N W
V CO
N N
0 0
CO (00
(�)t Ccx1 a
N N N
0 0 0
CO CO CO
W W W CO CO W W CO
0 U1 Cn Cn (n cn Cn 01
0 0 0 0 0 0 0 0
C1 01 01 01 Ul 0 01 01
W W W W O N N N
0 0 0 0 0 0 CD 0
a W N 1 0 CO CO J
D`� 7�0 0 w w w
7 7 D T. -T, . CCD 1 CCDD m O 1 O
7 CD — O D Ari
-- DD) 0 m oCOMWDOO 0
`L) (ID �37QQ C z
� D
D O C 97 O W
m<pD
7 ((� 0 CD SD
`< (0 Cr)
C a Na
(D (n •
33
N
W
O
m 3
Q o
O Q 7
Q
V1 1
N N N
O Cn
N N
1\-
0
0 0 0
o_0 0
CO CO CO
0 0
N
0 0
J OJ
LI CO W W W
Cn 0 C 1 C71 01
0 0 0 0 0
U1 U1 (n 01 U1
N N N N N
0 0 CO CD 71 a W N (0
(
OOK*OO
70 33 w m O 37
a O) (fl. Al
o
0 3 0
w Q 0 7 o D w
tail w (D (o a
0.3
7 3 PI° CD 37
w o m (� 0) 0
3 CD Q
n 3 7 CD
CD N. O
n
N 7 w
(D
oZ0cnoWcnocnT.
°(r; '< < c m - c0 AOi PA PA u,
o 2 0 3 o ms! o S 3 0. m 0
rc O 7'mc7a)n 0
r• D7 C)�Qn0a0-a m -o
m3 mo 0 C)o 7 C)7
o 0 0
cn - 7 - CD
c
wcn c c -o 0
c 0 0 C° O
7
(h 0 0 O
0 0 3 0 0 3
7 7 CD
0 c
w cn7
R93c
- 5
2 c
CO
0
to
N rn
rn N rn
Orn -0)
? 0)f»rne V
a CO 0) W CO a CD U1 0) O N
Cn CO a 0 N 01 CD O CO 1
1 V CO N 1 U7 O 0) CO W
COO"W W V 000)00 N
1 0 0 0 0 CD V W 0) 0
Cnoo W 00000U1O
Z
U)
7 0
o w
m c
mm mmnOm
3 3_o 3 3. 2- 3 5 3 w 3
5. 3 5 7 3
00 r o co n o
D (D (D 0
cn
O O
sr)
0
cn szt Co
0
o a
7 0
3J
0) a 1
Vjcn-- —
cs2 CD CO 1 03
N N N N N N
o o .O 0 0 0
0 0 0 0 0 0
J J V J m 0
000000
(n C71 Cn U1 01 Cn
0 0 0 0 0 0
01 U1 01 U1 (n Cn
N N N N N N
0 CO 0 CO CO OD
O CO V a W
N
0 0
0 0
) 0
0 )
V
n)
CO CO 1\3
N N N
O O O
01 01 01
J a a W W N
W
W a a CD N
N N N N
O O O O O
O O O O O
U7 U1 U1 CTt O1
W CO W W CO CO CO CO CO CO CO CO CO
Cn al u, (n Cn to cn v, Cn Crl to Cn to
0 0 0 0 0 0 0 0 0 0 0 0 0
C 1 U7 0 U1 Cn Cn Cn C7) Cn (n (n Cn 01
N N N N N N N N N N N N N
CD V J V J J V V V CD 0) 0) CA
O 0 CO V O) U7 W N O CO CO J 0)
oo=000*iorw�i-0
siTjjto m w c 0
(n 7Cn7 g,co,a634t
O co (D CO W (n CD O 0 n
O vljjm cn O�7D=Do a
o D Z1 O 3<
w V so
O c CO 7'00 --- r 7
oV 7 7 () o f 7" C Cn 11
CD (cD r CO O 0 7 C Q.
w r n07 O —(n 3
o p 7 Q O 3
N O m ° — O
Q 7 — X
cn--O ,
C) O 7
co O 1 CD
o C W D
w CD 0)
Q
ON
< O
Cp O
_
w 0
— N
o co
N N
O O
0
CO CO W W CO
cn cm cm cn Cn
0 0 0 0 0
Cn CD U7 0 Cn
N N N N N
C71 • a N 1 o
N
O
O
O
a
N N N
a W W W
N N N N
O O O O O
0 0 0 0 0
a a a a a
W
N
N
430430
01 01 (M Cn
0 0 0 0
01 01 01 01
N N N
C 1 01 (71 CD
0 (n W N
v rn DJ00C-21
m
N D 3 (n 7 7 p CSD
0 (DD '. COD (D co D
7 O —
0
R1c < o DDww
C
m 7 7 0 cn
(n C C -0-
ST; CD CD (n CD
a) m cn N
-D
0
cnC)G)LKCnc— DO-aOccna
- w -0c
COD CO 7- O�
(D (n su
C) 0 a 13D
o c 7- 0 30
w 7 m o x
0 m 0 3 . 0 3 w
co 0 5 _
o cn 7 (D o
o 7 o
7 7
C�0-3-Qg73w
w Q,0 (D nim
�' m 3 �' o 0
Q o 0 0 m CD 0 D
o (D•-• c m 3 7
C-(00000)0
cD
3 o 0 o < Q
12,) * **n *DC)
0 0 D 0 _
50mccmDmmr
o
poa a a5
7 7 7cN
CD
m
1D 3)
CD
(n
O C
a0
(D 7
7 CO
C)Jo==OOJJoHOo0000
000��0w0wwww
0 .I o o () c0 (0co co o
CD O CD CD (D CD
CC 5
7 CD � o CD o< 0 0 0 0 7
m X D a D. D 7 m m
D
0 (D���� 0�
w
a
(D
7
CD w 0
3 aQ
69
rn r1 a rfl
a V a !A _ fa a rn rn _ rn rn rn rn IV rn 0) *ft _ rn fn fR ea rn rn rn fn rn rn
rnWrnNtnj W 0 CD arn6)cn m 1 a 1U1 OrnN 1 Wrn1 W W EflU7 Nrnlrnrnl Wfn1
Cn a ? Cn 0 Ut 0 V CD 0 N (n O ..4-k
O al
N ..LN) V W --L
CO J CO (D 0) 0) W CO O m CO O O CO 0 O CO 0
W W 0 Cn O 1 V Ut W O O O N a CD V 0 O V 0 -400 N O O N 1 1 0 W O 0 W Cn
J V JW V NCO(D1aaa"aro lob-•,?, -;c.:), 001.??,0a0 WODO)1O(n
▪ a W co co J N V 0 1 1 CO O •N-. O O W aP a N 0 0 U7 0 1 W 0 0 O V 1 0D W V 0 1 O a W co
a O) a W Cn J V 0 a O N W O N 0 CO O O a n• O V CO a• •
-+ O CO O N m O O W CO CO W O)
O O N 0 0 U7 O CD W O Cn 0 o Cn 0 0 0 0 0 0 0 0 V a D) a s O 1 O V O O U7 W O CO Q1 O a
O O al O (n ()I O O al (r C71 O N O Cn al N co O O
<0<0 CD 0000000oOomO°ooOOOmm00000
0E Ecus 37377777773733773777337777
(n (o (p (O r O 07 (o r n (n (n (n (n (n (n o (n o 70 Cn O cn oto (o cn o 07 (n (n (0 (n (n
A) (D w CD 0 0 0 CD CD (D (D (D CD CD (77)- CD D D CD p) (D CD CD N D CD CD m CD CD
0 C) 0 0 0 0 0 0 0 0 0 0 0
O 0 0 0 0 0 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3
3 3 3 3 3 3 3 3 3 3 3 3 3
m m m E m m o m co co co m co
CD CD CD CD CD CD (D CD CD CD CD CD CD
1-103 0CC WWDc �<
m37wcp7(n�7733
71m0's �w 7 �nw w
cT) EC °�mmwvvmcn
7c — C7
7"
a
O a
N
OD W
0 V
0) V
U1 0
0071 0
1 CO
L69L-LZ£-LOt'
9099-999-LOt
ti1786-688-LOB
Q
1<
as
0 0
J
o) Co
N CO
0 0
N Co
co 0
0a
co W
1 co
W 0)
a) W
N N
1 N
O a
0 (n
Cn O
to O
▪ W
O CO
J 0
Co W
0 N
N
O a
J (n
00
o o o o o o o o 0 0 0
3 3 3
aDDODt -a-a333
(D CD (D N (D cD CD m O (D N m 0 (D CD CD (D CD
(D (D
0 CD
CO H
7 7
CD C
t486-688-LOi
O
o o o 0
3
TS T3 -3a 3
00000
m
w w w w w 0
7 7 7 7 7
(n CO CO CO CO X
(D (D CD (D CD
0 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 0 0 0 0 0 0 C) C)
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
3 -0 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 P 3 3 3
co co (D co CD O 0 O 0 O co co (D (D (D D (D (D
W <o „v m O m w
a K•<7Kraom3
Deo cn r D o
CD a) 1 N r cm) fn w O CD w
(D (D
(D 3 0 co
(D 0
CO a
O O
W V
(n 0
1 CO
CO CO
CD Co
(.1 CO
a a
a a
0 0
V V
(o 0)
O 01
01•
O CD
C
0 W
0 CO
£09E -918-L017
CO OD
0) 1
W W
CD V
0) CO
U1 CO
N 0
0 O
41 co
1
£09£-918-LOi
LOLL-3EL-1-6
CO CO
1
N
J CA
CO 0
V CO
01 01
0)
U1 0)
1 0)
-CD CD CD () CD (D CD CD CD CD (D 0 CD CD CD CD CD CD
CD CD CD CD CD CD CO CD (D (D CD CD CD (D (D CD (D CD
as
O O
J
Co
0 O
co W
(0
0 V
aW
1
£09£-918-LOt'
EC 19-1799-LOi7
LEfZ-99i-LO*
aaa
0 0 0
***14
W 6
a 0) 0
W 0) al
N N
0 a o
O 1 O
Jelinn)lona siuuea
L£t73-99ti-LOti
D=000 m=
(D 7• 7• (D 7 CD
a- A) w D CO, a
_ r m O (n co II
0 `< `< O to O
C O D Ac
0 4-1
(D 0
0081-LZE-LOt'
09Z3-8Z8-LOt7
a a
0 0
V V
a J
0 0
O) W
N 1
a V
1 0
a a
0 0
J J
Co Co
N CO
CD a
N J
N J_
O N
£993-9L8-LO17
Z
w w
1-0)
7 7
Q Q
O 0
as
0 0
V V
6 Co
W
O 0)
V
V V_
N
1-LL-9C8-LOtz
a
0
O O
V V
m a
W O)
O)0)
V
a
co
N
OLZ9-16Z-E98
N
N N N
0 0 0
a
N
0
W W W W
CO W
W
R-)cn CD
N N
0 0
N
a
N
O
1
1 1 p \
0 0 0 1
N N N N
0 0 0 0
1 co
1
O O 1
N N
0 0 0
CO V
A G3
N N
0 0
0) 0) 0) 01
N N 1\3
1
N N N N
0 0 0 0
cn a
0
0 0
CO 0
N
0 0
W 0 CO W CO W N N N N N N N N N N N) N N) N 1
CO W CO CO W W CO CO W W CO CO CO CO W CO W W W CO W W W W W W
0 Ut Ul 0 0l Ut Ul U1 01 Ul 0 cn 01 U7 cn O1 Ut N 1.71 01 01 Ul N U1 U1 01
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
CJ1 UI U1 0 0 01 U1 U1 01 U1 vs U1 U1 W cn U1 Ul O O1 UI 01 U1 O 01 U1 U1
CO W W W CO W W co W W W W W W W W CO A CO CO W W A W W W
cnU7(n (n U7u1010(nAAA-IS AAAA0AA W W V CO W CO
CO V 0 01 A CO N 1 co 0 CO V O U7 A W N CO 1 0 0 CO 01 V O 0
2-1001:10>13
A) C A) rU O
T� 03 (n7 3 c1 D.
n
m 3 N m W 7p) -
mo 0 m co co O
07 CD
33a� 0 ;Lt.&
CD W 3 Z 3 ((D
to 3
o m CO
><
(DD:)
_«_ 0 0
7 O C
m 7
0
CL ca
c.Cnw
7 _CD C
°- 3 o m
a
o H 0 0
c
o
3 3 c o
7 ¢) c (o
(0 3 0
mrm
so cu
w m
2
mmNCn000m
o cn
o 33 w
r 7 DAO
1/410 =L (n0(0 DO (D
00 (D (13
0 0 1
m <v) :
w �
o (<0 co
.. a
0
0
7
(1)
w
0
m
0-
-o
0
CT)
m
CO V N
1 N 1
1
N N N
0 0 0
N N
0 0
Go co CO
01 U1
01 01 01
CO CO CO
N 1 CO
CO
N N
OD 0
0 0
0)
N
CD CO
0 0
0 0 0 0 0
03 C.3
U7
0 0
(31
N N
0) 01
N
0 0
0 0
1
\ O
N.... 1 O
5.
W O O 03 O Ul U1 01 UI co
N N N N N N N N N
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
W W W W W W CO W W CO CO CO CO
Ul Ul 01 01 Ul (31 01 01 U1 01 01 01 01
0 0 0 0 0 0 0 0 0 0 0 0 0
U1 U1 01 U1 01 01 U1 U1 V1 U1 01 (J1 V1
W W W W W W W W W W W W W
N N N N N
A W N --+ O O CO V 0) 0 A W N
Wwo000 omrco<wmo'v DTOKD
33 0 m O a cn m `c (fl T• 3 0 w f O w O"g7)-(0=-0C/C2
na) -{ 7 m� o w o n.1� J /1' w o w° 2 a Q' cn ° D i ti) w
w -1wc -.w
0 m (Cn CD Q w 0 o w vJ -a a' R 0 ° 3 S 0 0
1n a co co w m rim c r^ iiT0 - 33 c m 0. c C
33 7 0 ..... 29 `< .... w w w 7 c t
m
a m ,<
cD CD O 330 3 aao (nNN
7 "U�(. m m -0 C.0 m7 K 0 0 0
U1 O c O 0 <
wc(o
D 0 w
o 3 3
o0(n000mC000W
N 7 0 0 0_ 0 (0 D
rn sr° m m m ,
12dao o o(OD C7O g? e(
c < (�. n (n vJ �' c o m
(0 (0 , r
CD 0
0 O
0 00)
c
a c
O
7
Et/ EA En. fA
V V CO O
A CO O N
s1 W N
A A O 0
0) A CO O
0 O O J
0 0 0 01
CI) O Cn
m < o
0 o
wo
m.'
o w
7
.(n-. __ 7
O
(n
CD
o
O
m
0)
31/4-- pa
R°6o
O7 w _= n
7 (� C -' w
3 r 3 °'
O o O
O m w
DJ
a 0
7
3m00(nw00000KKW-1
7 0
10 9° --1 OCD 0Q(D s (D ' 0 2-
;E' 33 0 0 C) m n C) 0 C) C0 C2 m o
g.)1 Q m w 0 o w 0 O 0 0 , o c
w O (N Q D C ,$) m 7s 7 O O o a
�, m o A< `< 1 m m 7 0
G
DN (� >0(0
7 < 1 0 CO m
(0 0 m m
re.O
o D o m o
D CO 7
C a
0
o a))
`� 7
CO
EA Eft Eft Ei9 Eft EA fii Eft'] EA fA Et/ En. fn. EA CA EA EA ft/ Eft EA E9 En.
CD
O CO
03 03 co
en (o
a 0
QW(00000°w
C
7< 3 7 7 7 7 c C
(o Q' (D t0 (o co (o 0 0
CD Q-. m m m m m m
V
co
O
N
N
N
0
0
w rr3
0
o 3
<3-o
D w
m =
x
w c
m3
o a-
7 w
C
CO
A W
O N
J 1
o) N
N U1
(1 CO
W 00
1 0
0 0
W
O
0
0 0
001717-689-Z9E
EE9t-Z99-LOV
66L I --999-L017
33
m
o 0
3o co 3
m O m a)° co co co m m m m m m m
N
Q1 1 N 1100
W CO CO 1 1 a co o
O 0) 0 A CO O V 0
_ 0.00 in O N 1 a) 00 A
co N CO CO U1 O O O
N CO 01 CO J V V 01
A O Cn A A 0 O J V
0 A 1 O N CO O O (31
w
0
O
m
3
CD
7
m
0)
0
O O (7
cc
m m
w c;)(u
0 0 D
- - D
0 0
m m m m
o - A W N 1
7
w
0
CD
o oO3 O W 0O o n o o o o n w 5 r
EE 3 3 `< c`< 0
w EE c c `<
- o
O
0
' c
0
m
0
w
N a)_ (0 0 7 0 co Q)
3 n1 m CD 0 -o m 0)
000nmw 00
* 7 °a 3 o O
-4 (000 7 w`<`G
V 7 `GV HUD 6
A\wm of O0O W
-w
100 n;1 ET ai
((nil W D c 0 ED
-pa _ (O 3 w
O C O H 3
Cr CD
On
33 O <
7
EA CA CA Eft CO 41) fA CA {ft -CA Eft ft/ rfi CA
N w
1 0 WN 1 1
1 0 0 0 1 33 1 00
0 N 0 N N D U1
W CO 1 O co m 01 co
cn CO W 001 V CO a
U1 A 0 N O O
N O A O 1 O N
7 7
wwOOCn-n°0°0000
rwwc03w3ww�w
c C 7 7 3 ua 7 7 7 7 7
0 0 CO CO o m 33(0 33(0 (0 CO O
(D.mm 'mmmmm
CD m
O 0 w
CD 7
0 (O m
w m
N (031 1 V 003
V J 0 CO 0
O (n O O v
O A N W
O A W 0
O J O O 01
0
01
N
CO
O
U1
1 N
O V
O CO
in in
(n O
CO CO CO CO CO O
w w 0 w
w 0000w
CDCCCCCD
33 7 7 7 7
03C69ww
co53) n 7 (AD ((n 7 0)
o ' 00 a N N
V 1 0
:4 V CO
O 01 0
co te
TIT 2'
D c0
0 W
<g
<<(n OOmO m0<000w 0««�
3cc n wcc°ccoDD--(0c c
VCO (O (O mu)0O3
w 3 w m m o m w m w m m w w w 3 c
00 00000000000000 0000000000000000000000
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 0 3_ 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
-0'O 0DD 113-0--O--013'3-C3-0 a c 7-0-o1313'D LS-0-o'0-0-O-0-ov-0D13 -a
'-O
fy
0 m
Cnw00
7 m m m
0 7 7 7
*maeon m
m m 0 0
7 7
A A
O O
J J
6 Co
al 0o
A co
a co
1 co
coco a
a
179E17-1717£-3LL
179£17-1717E-3LL
OSJSAUOQ &liar
0EE9-689-ELL
CD m m m m m m m m m m m
Cc -003
o o `< w W (`D
(1< �a��
CD W w 33 0
�o -1D v) 7
a_ c 7 m m
C m a D O m in
m m 0 m
009 I.-9917-3LL
EZZS- I-L8-3LL
a a
0 0
J J
do 0)
W 01
m a
01 0)
o w
W
001717-689-398
W
CO J
0 N
- N
A N
0) CO
6 v
oi
a W
o0m0K
w ? •< w
7 7 7Co _
Z w r m
irCi Icy w
0 m c Kt
o mSD CO m `<
A V W
O V O1
V N N
00 N
O N N
a 9' 9'
J 1 W
W N o
1 O
a a
0 0
J V
0)0o
(31 N
A (n
0 W
1CO al
W CO
SHIN UOA9 9
006L-£99-LOti
mmm m
0000
wA(no
C m o 7-
7 D-
M
wtDm
CD 0 X c)
c �
O
v Co
V N
N 1
a
0) co
N O)
V 0
0 0
A A
0 0
V J
(O N
O
(n 131
0 (0
0 03
o
m m m m m m m m m m m m m m mmm m m m
a m m m m m m m m m co m m
(D3 c) 0
263 gi
0, w
0 0 0
3 7
m m
N
A co
O N
J 1
A W
0
OA
N W
O A
00517-338-98£
r 33 D - 0
o a a `c <
(D cn °:
Ri
0 0 E m m
O w o r
CI)
X 0
W
0 0
0 V
W 00
N O
N 0
Cin
O (Ul 031
O 1
co W
0 co
W 0)
- N
-J C31
O 0
W W
O 00)
0 W
9E69-9EL-988
8I -6Z -L89 -L017
7
o.
0
w
w
m
A A
O O
V J
(O 03
0 N
W N
N A
CO co
0 CO
CD m m m m m m m m
O A
0 0
A V
V W
W N
N
A v
01 W
00917-Z36-98£
6611-999-L017
D CO m m m m
a 0 w w w
3333333
o w
c
@i-<%<
x =
A 00
O 1
V Co
J
a O
N
O >?
CO 0
N3 0
O 0
ELLZ-LZE-LOV
17999-939-98E
17999-929-98E
17999-939-986
)ioollod 1.1egol=1
1-989-968-LOt
CO
N
0)
N
_O
W
WwCCo(n\CC)
JCA101 j
O N N o 0 1 Np N
R
N N N N N N N N N N N
0 0 0 0 0 0 0 0 0 0 0
W CO W CO CO CO CO CO CW W
N
N
0 O
CO CO W CO W W W Cil W W W W W CO CO CO CO W
cn Cn Cn (n CJl CJI cn- Cn Ul Cn Ul Ul Cn (n Cn (n Ul Ul
0 0 0 O 0 0 0 0 0 O O 0 0 0 0 O 0 O
Cn CJI CJI CJI Cn CJI Cn Cn Cn Cn Cn CJI Cn CJI CJl CJI CJl CJI
CO CO W CO W CO CO W W CO W CO W W CO CO CO W
V J V V V V J V CJ) CJ) (J) O O CT CJ) (J) CJ) CJ)
J CA Cn a W N 1 0 CO CO J o) C)1 a W N 1 o
r o m Q)
oov3
m Cy 0 3
o >0
D
o1:3
L7
° ° o
H CD n
A 3 7. N
w 3 I< 3 D �,
O 03 (°D 9
Z7 N
v
0
0
Cn W O ? C) (n -1 O
o m - () •— (D p) n
us)
o o' ° 3 0. 3 0 m
m ° r 3 <20O)
W CD w (D 0 0 0
mww-1Cnosm o ZOr O
o p n wD r c o c cJ' i m cu
CT
O0 w N> CGDO N co CO 3 O. N `Z
D- a o a) 0
D m w� m a_
C p 37 Cn m2. co fn
n w O. CD 1 g
w
CDwmD0
m co °
COQ SCD w
m w CA O D (n
N N <
CD (D m m CD
D ° w c ID
go leg
1 N
w C)
cn w
m O n m m o D'
" C) o w 'O W -`n0 o CO
c
na m m w m I-
CD m
CD
N
W - 0
00
O .< w c m
n D
< O
n3 in O
-o CO C
0
CD -1
`< CD
D °' 77 1
m
o a con c
0M a,
w
O
000S -0K0.500
m m m° o D o 0
001"0, w�120
c 'C
° O p < m
C)3°w`<0m0a,D
,c bw p_ O 0 O
0 DP m m
Opp
°
3
m
W
fA fA ffJ fA fA fA -Eft Gi fA fA fA fA fA fA {A f SI
Cn
r
c
0.
(n
CD
3 w
x
o m
m
0 O 0
0 0
)IE11RIM uyor
LZL L-Z9t-ZLL
OND
CO a
W 6) W
a J O
O CO V
(A
0
O Cn O
con
J. O
Nco
(O
cna
o
O Cn
5 7 5
O <O °
CW -OO -W
°° w r r 7 w 7 999
p CD 31 cn (0 o o W cQ W
N 0) m (p Cp m (<D"tD a
0
0030000-N0o o
o 0 0 0 0 0 0 0 c
(D
Cn W
N37 N C O O o
< 021:a
co CD D
CD mww w
-r° m as
(3. m
cic)•1 w o o
w d co a
c N -w
m m o m m
Nm -11
331- L-669-LOt
1-111-.99Z-£1.9
a a
0 O
V
W 0o
N O)
W CO
O Ul
co
1 O
1 O
flM"-63i -ZLL
fl-6Zt'-ELL
a O
O coo
CO J
co CD
co J
0 O
0 0
o o
0 3 w 3 ccg
o o
m co
3737 m�DC)�T.
OCD O. ?-,,a()
m
D CD CT O: 3 N f1
a N oco m m C_
ms�� D ow
o O'< w m ° w
N a 0 m
ID < w _
CD m
W
O
J O N
N J
h) CD
N W N
O O co
a U1 CEJ
a 0) Cn
W
? Co j
(n co
(U O)
W
0 CA
N CO0
J O
61 N
W N
N Co
0 CO
Ll14-999-L017
914 V933-ZLL
a co
oco
V (A
N O)
a o)
CJ) O
N N
N o
CO 0
CA O
V CP Li
NN N
0 0 0
W W W
CP 01
CCD N
N N
0 0
0 0
Ul CJ1
0000000G)
C71 CP CP [n (n Cn CTl 01 (n ( 1
0 0 0 0 0 0 0 0 0 0
Ul CP CP (n Cn (n Cn (n CP CT
a a a a a a a a a a
CO V V V V V j V 0) CA
N CO CO V 0) CO O 0 CO
(0
aCDWOa
N N N N N
0 0 0 0 0
O 0 0 0 0
a a a a a
CO • W 01
W 01 W
aaa
J • °) U7a
N
1 0
0 0
a a
CO CO
N N
0 0
as
W
N fNn:Am-
CV
N N N
O O O
a a a
GJ CO 0) CO CO CO CO
(n CP CP Cn (n CP Ol
0 0 0 0 0 0 0
(n (n C n C n C n C f l C n
a a a aaa-Ph
CA U) CP CP (n Cn C71
O V Ul a co N
CO
(n
O
Cn
a
Cn
O
N N 1 •1 O O 1 CO
O
N 1
4s CO N3
N N N N N N N
O O O
W W
1
N cn W
CD 1 Cn Ut -+
O O O O O
O O O O O
a a W CO W
W co
O O
a a
SO W
W W
Cri
a a
W A
01 W
W W
W N
O CO
CI1 4s
N N
N3 CO CO
N N
0 0 0
W W CO
a co
Ncn
N N
O O
0 W
N -5
N N
0 0
W
N
a CO
N N
0 0
0 CO
0
.a+
co
co co co co co co co co co co
(n Ul Cn Cn (n (n (n Ul CJl Cn z -e
0 0 0 0 0 0 0 0 0 0 C Q
Cn (n (n (n U1 cn (n (n (n CJl
a a a a a o 0 0 0 o a o
CO V a CO 0 CO 0 a W 0 ID .+
'R
p(nEzr<cozK-IrC):E-nEz DJ G) CJ OPC)mDO -AD- c)i3:0wmo C om I l> r o
- -, 0 7 7, X co 7 0 C
• O CCD O a 7
M m m 3 o a m o w
* O <• 0 p co D W (n w< co 7
m �co m W a m _ o
Po O °)
(n CD
0 0 0 N p° a
° -/ E. 7 C N m0
O 117
D° w o n CD Cn m
0 7 JJ °- p r o O
O m W° o 0
f� O • a 7-� a C
N rim
Qo co CO (0 7
JJ C DJ Cn
N < 0- 0
CL W UPD c
7- 1
0
c
(n
(D
• KC)00-I
° (n
(1) �'- 90 90 o
co
ul -
(7 0 m ma
• nl N • m N 0
O 0 CD (D uj
Q 5
• c m
co
3 a -I N r 0° (D (Q_ m N (O 7 W 1- 0 3 o) co
D3 w w i D o a p, m i:1-1 w o c°) o D m m 0 0 a) O
o 7
0 i DD c W 6� i< 0 p r o c m p C7. � C a 0
a W 7 CD U) ° W 7 (O
m 0) O D cn c a) W :o T O 03 w 0 S m a C m m CAI
Ocb0acooCn0<O0°m 1D Et 25 —= _ O
cn (o O .n-' -p• -" W 13 a 7r -O m W •-! (n W°
(7 ° O • o Cep Cp 7- D sea _ N < a m
CD• 1 a
co 3
3 m 7 7 o O co c m O
(D Et' 7' CD a Al CO - (n - O
O O p, 7 3 O - .7-«
7 Q (n m O r m `G
o co o ° W 3 m
__D m D
(1) - 7 (n <
- m
0 m
co
-0TC)mp1:1H(-)DmmO-0m-0
0307p W. CO p0 N 0707 2) C) 0)
L)OOOw 0-im OOa3 -3
0 0 cn 0 (0 o o 0 (o o o 0 mm mm
C) C) * a (°n m 3 C) m m m v n n
0 0 0 7 (n 7 E o< M D D 7• 7'
D N w o a, co m m 0 0
v N o - 7ow+
3 m c m m X a a
M m 0 g o 95 o co 3 2
0 0 (n
0
CI m w CD W W 7 (O co
P
m o
o c
I>m0DCnm>>m00rDCo>i
3Wo3mo33mQ-6°3°3°
co .0..« o- co 4 '° o p cr Q g m c• m 3
r. 0 0 sN AOi a W n, < Ro Go D N 0 0 O
7 N �7 o D 0° ��07 3 7 0
O -0m* -07-0 m m 07 -0W-O 07
< 07 CO SD 7 (D < a 3 (o_ (_o c < N to
o O (Q c m (n m
Cup r CD 0 D m r
F.,3 (0 07 0 o
7 3co 0 7 7
o
3
-0
W
7
69 e
a 63 63 e e rf) e e N -o a 69 e N 63 63 63
1e V 69a W 1636369 a 636311 e 630 N69169163 N630631 *ft 1 -Ea 1
0)(n 1 CO SID a a(71(n(n(n(D(n V CO CD (31 CO V N CO CO 1CnN V 1V 0(31N V aCn V
co V O N co (T U) N CO CO 0 0 1 1 0 1 V 1 a (n 0 0) O N V V O CA O CA a 1 (O V N
O N 10 V W 0 1 N N 0 0 N 1 1 N in V O O O W (o W a (lD 0 1 a 0 0 0 a Cn W W
co) 0) N 0 0 0 0) V CO V N a co O co N Cn N 1 0 0 N (n N co co V co O CO 1 co V a W
0 O W O V CD O O N OD W O O O O Cn 1 CO CO O O (n O (n O O O V O O 0) O CD O O)
O O N in N •1 0 0 CO ()D O O O O (o O N O a 0 0 0 1 ▪ N 0 0 Co co O O V O V O (xi
OOCnOCn 000000000(nOU1 V OO000OOOO00000100
O 0m0000
A7 r) W N Al N
7 7° 7 7 7 7
t0 (O A- CO (O (O CO
m m O CD m CD
O
(3i) :
Qan 7
D ta
17 - D
O m
W m.0
• D-0
Copc
r
p co c)
w ° ospw Og.m•so
i n -4 Cn ° Cn m CD
O ° 7 r0 7 Dr
CD -CD-0 a 0
CD 0 7..,
a
0 0Ca 7< a 9 0
O CD CO O
C<D 7 (<D C7D 0 n <
c m
o o m a° n o
CD CO TS
3 (o D 0 a m
3 D 93 0 D
0 0
2
ffl 63 {-/j a 63 99 69 69 63
CO CO 1 CD CTI Cn (n O) W CO
O Cn co co co CO W V W a
a a W 1 a CA V N CO a
CA 1 CO CP COCO V N CO O N
Ul N O 01 1 U1 a V 0 Ul
O O N O O N O V CD O CO
O OCD O O U1 O O W O O
Ocn m 0000�<OWWOO 000<0 wo<OOm m 00 00<00
0 0 T. (O CO co co in to co W W O O T. co co co in (o >c co T. (ll t0 on O 70 (O co A co (O . co O
m m co m m a W m a a o o
0000)0 a m W m W o o co m m m .Cr) in s
O C) C) 0 0 0 0 0 0 0 0 0 0 C) 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 0 0 0 0
O 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
-o v -O 17 •o 73 -o v 17 73 17 13 -o v 73 a 13-0 -o v 60 13 17 v 73 73 13 -o '0 •o v 10 73 -0 10 v 10 10 -° 73 13 13 -a 13 V v
O 0 m m O O O O m O O m m O O O O m O O m m O O O O O 0 O m O m O m (D O O O O O O O m O m 0
. O O O O O O O m O m m m m
3] co W
m
oo
n Q a
Z •< •<
o w3 C3D N
°
O m co m
((1) O 7co CD
N ((1)
3 3
W
7 7
903Z-838-LOb
CO O
1 V
o) N
CO CWo
Cb
07 CP
0 (071
CD m O m m O m m m O m m mmmm CD
" Qa° a< a° Al as
7 < < a)< < 3 7 <<<<
n• 0, a0, m m' m c 73 w m
- W - O
o(C (n (C (o (Q 3 (C ca
o c c 3 c ( c -0 0 c c
O O m 7 O N O O CD O
a -Ph aC> aCOCOCDaCm)
0 0 0 0) 0) 0 0) 0 0) O 01
V V V W W V CO W W V
(A (A (7D a CA N O) O) O) O) (D
Cn U1 N (A (A co CA CA 0 CP CP
asCOCPCP0cnCOCPaco
o) m N 6 o) - m m O) do N)
1 N O 0 Ul O 1 O W CO
W W O 0) CD CA (n 0) CO CO
CO CO 01O1 0 0 C11 0 0) CO CO
0 0)
V C.)
NO)
V 01
01 CA
a o)
V 0
6909-999-C98
eJin6Heo Apor
6909-999-C98
0 m
`< • m
0
O
co p
c
c W
Flo
6909-999-£98
OZ6b-86Z-L9*
mmmm m
CC z c. JJ Z D r cC cC x
< O o 0 co W m C C 0
o E, a 7 p, <. Cp o O -
o 0 '< 07 o a 03 8. 00. 3 -
Opal o 03 a )()Q)
7• N (O O 7- S c
• ° m m
O CND
W W
7 7
CO
) Q 000
W 0) V V V
W V v W W
(n cn Cn a a
m 6
1 V (s) o)
Q 1 1 1
co0OV) N co co
E£ 1,9 -1799 -LOP
O36V-963-L917
aco
J CO
Na ND
CO a
CO O)
-Aa
N ND
O
0 0
91.9 L-L8L-39E
0 0
CD 7
p
0
m
0)
0
OZ6b-86Z-LO*
L909 -99L -C1-9
O O O m m O m O m O O
• co o co o 0 o 06- 3 o
° 7. O 7. 3 (C o_ w C
mai co
m CD
O S-
u)
p c_ 0
ya (Da o W co co
D-•0 rot) c.o.
Et; W (li NO CD (D
o n 7
a a
O 0
N CO
COOCWD
a O
N O
0 0
6666-8EE-LOb
a a
0 0
(001
m a
OCb
co co
O co
W CO
N 0)
CO
am
1 U1
VO)
0 0
0 0)
0) (.O
0860-EZE-L0b
ZL99-999-LOb
7
O
a CO
O N
(n N
W 1
- 0
N O
1 0
z
3
CD
ammo / .1043014UO3
0
O
C
z 0
O
3
z
C
3 o
CD CD
1
J
W
O comO
O O
CW» CO
0 0
O O
O O
0W J
ON
N N N N N
0 0 0 0 0
0 0 0 0 0
V V V V V
OO
N
O (O C (O O
CT 01
O 0
010
010
CA 0)
O CO
01 01
01 01
MO
N (OO
WN3 0 CO
N N N
0 0 0
0 0 0
CW)l 01
00
O M
MO
MM
(71
N N
03 N3
N
0 0
V
0000
O OO(n
0 0 0 0
O O O
O O O O
O O a a
1 O CO J
wm-orfnlnr wW=p
o O N D-= 0 m a (!i
7 7. N m 73 0 m co CD a
w a 0 c ' m
nR am N 1
m cn m\ 3 r.� 7 o m
0 D.m r m 0- D
W7-ao m (Dm m 0 gW
00 3corc( 36
0- 3: 0 w 0•< a 0 r m Q
7 p7) w 0 O w w to
m W m R m o
nwzmo (n _ 7
O • a °X O
- 7
N 0 0
K O K K D o K -o 0 0
B O p w
mNnwn 3
7 7
po-cooWm
7o7 Www
W mWmnW
_
C m o c0 oO00
m m
o lo. mc w ca -, a
CD m
5555
la
C 3 7 pcopp
3 33
0 m co m m
O .7-, .7-, 7 D
7 _ _
r r
00
O
1 — 0
N N N
0 0 0
V
1. N1 1
CO
N N N
0 0 0
O V..O
CO CA) N3
1 1 N
N N
0 0 0
0 0 0
J J J
1 Na 1 1 -L
1 R5 ...L N 1 1 1 1 CO
O 0) 01(U a O1 1
N N N N N N N Nco
N
00000000--,01
0000000000
J J J O O O O O O O
N N
R3. --
o
00) 0)
0
a
0
0
O
aa
1:5N)
aa
N N
00
O 0)
N N N
0 0 0
0 0 0
O O
1.
N.- \ ` ft,
N
1 W W N N 1
J O O J O) O N
.- -
N N N- N N N N
0 0 0 0 0 0 0
0 0 0 0 0 0 0
O) O O) O O CO O
1. 1 1 CO
(NO (D
N N N N N
00000
00000
O O O O O
W W W W W W W W W W W W W W W W W W W W W W CO W W CO W W W W CO W W CO W C..) GJ W W
O O O CB O O O O Cn O O O CA O O O O O al O O O O O O O O O O O O O O O O O Cn O
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 0 0 0 0 0 0 0 0 0 0 0
O Cn En CP CT] O O O CP CS; Ul O O O O Cn O O U) O O O O O O O O O O O O O Cn O Ul O O O O
O O O O O O O O O O O O O O O O O O O Cr) O O O O O O O O a a a a a a a- a a s
a a a a a W W W W CO N N N N N N N N 1 1 1 1 0 0 0 0 0 0 CO CO (D 0 (O CO CO CO CO OD Co
O O a N 1 CO J O CO O CO Co V O Cn a W O 0 Co O 1 Co ,V O a CO N (O Co V 0) a W N 1 co 03 O
(n S I (n
O O CO m 17
O 3 m
m
O
z
W O" -- co w
Cw w 7 O
nava Ow
w -
r=0o>*nrrm0-<wnc0Wir2CnI7wo)m20 W
o
a33 -mo D
(D T (D
3]' - `c cn
O 0v -0 =
CD 7. 0 r crij
(n _i 0 ap 0
N 0 a co 7 O 7 J m
(0
0
C 7 7 0 3 N 7 C .0 00 CD ('D Q a0
O m
cm -e m 5 m a 3 a w 3 �' m 0) N O)--
233‘<e,
3 o o �CO a <n0 -io co o o T 3
O 0 (n m o D O S 6 m 3 0(0 n O R C 7
> a o < cn
v -w
am
O oo
O H = -CI O =
m co 0
ST) 0 (1)
in N
0
w
3
m
0
m
O
a
m =<m m 3
0g0.00(0
CD rn
7 00
m m w
7 O.
a
m
7
0
a
m 1
0
a
w
rn
CD
K O t S -I (n H -I p H O O
a; 3 w 00 ❑3 m m o0O
n r. rn O 7- D- ri M M a W W
CD N r O o p) O r m `ic O (n (n
�-cn(m33Q3c0a (go
pmgwo m=0 pp
IC) CO .. 7 0 0 (O a C<<
00• 9.0 poo
m r c c3
ta
3o
0
m a)
7 w -ills)
r 7 O 7
✓ (o co
0
moc)❑K
a 7`G 7 m
SN -.<
3
2c“ 0
m m a 0
0,
mo
CD w
co
a
-0 0
m
X0-057-0
• N m 0' 6
Knmm m N C!)
O a W W
0 CD o CID
m (n
on m
0
7
m
W W ❑
2 2
333
(/)CD m 0
0
0 ❑
O 0
m m
O 0
7
O
w m
a(0
m
CD
3
CD
0000OF0O0oKoG)
p m m m y (p r w w m Q 6
w
0 3 - O O CO co
7 a w w 7 fp o
(n 7-. 7-, 7, 7
(n 0 N _
mu)v_Jv_J no 0 OmW
ommm 70307 (0 co
"*000 CIO , W (n
< < < C (D °) Q) C m m
CD CDG) O_, .7-« 7 ,O_.
555 o a) 55 o
'Oaa 7 W con
3 3 3 m 0
CD m m
7 -
en o 3
0 a
w w
ff)eeeff) ee ef»fS _Seef»f' ff) f» f»ffiffl
N 1 11 •••• in W 'L Cie fire ffl fA i W 11 O 1 CO 1 N Nffl N Ufaa O ffl 1 co 1e1 ffl Uhl -PL Ise fA ffl �ffl f� WO1 fAW
co O O co a co O O O O J J W O O co co 1 4s V co O O co O 1 mo W
W W J V O N P COW a -i 1 N N co N O N a Co J -403 W 'r O N a O O 0 J N O O O W O W J 0 N O O O V O
_ _ __ J N O J- - O N J O O O CA (o W V CD O W O O
(0D 0 1 (NO 0) O N N a 1 a mai a CO aro O O coN(--J O J i CJl 0 N J W a) CO cohO (n N O CO J N N CO 0 W .-"a W O O
A� O N O O O CO Co O O CJ) J O O co N 0 O 1 N 1 W o Ul V 0 J OD 01 1 1 00 0 W O W •••••I OD CO 0) O p a J O CO J
W W O O CO O O O CU O O CJD O O N W O N
W O O O 0 0 o W N O J O O o N O W O O O O O O O O O O N O 0 0 N O O (b 0 O (D O O W -P (b O to N O O
O O O O O O O O Ul O O 0 0 0 0 0 0 0 0 0 0 o o o o 0 o 0 0 0 0 O 0 0 0 J 0 0 0 0 .o O O O o o o a
b9 ffl
_ ffl 1
20 W
J
J O OD
0 N a
Ut Ul -+
0 0
OOoomOOw rw 00gOOmo 0 0 0 0 0 0 0oo000w 0w 0000000000
000000000OOW<0000
mwO3m wwBQmmwwwwwwowMm O0 wrrrwwawmm
77Cm577A-77777CC777777C777m777o7777mm7777Tr77<c7777
(O (O a O O m CO m (O 0 O 0 CO w N. 0 (O co (D Co CO m (m (Q (p O CO n CO T. 0 0 (o CO O O co CO (O (O m m m co 0 w m 0 0 CO (O
O 0047i17,00 m m 0 m m a m m m m m m m w m m m w mmm coo a w m m co co
ooo0000000000000000000000000000000 00000000000000000
O O O O O O O o 0 0 0 0 0 0 0 o O. O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a
CD m m m m m m m m m m m m m m m m m m m m m m m m m m m mmmmm m m m m m m m m m m m m m m m m ,CD m
CD m m m m m mmmmm m m
CD m mmmmm m m m CD m m m m m m m CD m
33 K Co c- K I `e< (-- moo o h o aa)i W o W -1 r m
30-0 3 s3 0 3 m C ;_-_,
.I< w 3 7 3 o'
a w c j Q `c 7 D n A_1 N a_ o O 7 O O N
(on o m o "Cr,
Q o m CO g cc 1 -E
o a m -o m
Cn -. CO -,o m 7 CD CD (A (D N O
a Oa (0 0.0 0
0 0
C13
a a w
9088-828-L017
01L9-09?-LOt
917E8-1-917-3LL
a a a a
0 0 0 0
J V V V
• N N N
-0 V W
0
1 O V CO
O o (Il
V J N O
O 1 a O
0 0 V
OOLO- 1-68-LOt
0 CO
O 0)
1 co
OD 0)
a O
N O
(D 0)
O O
O
1 0
6909-999-£99
9089 -928 -LO$
OD W
O O
W N
0) 0)
0 0
W
O) 0
0 0
0) W
CO a
06617-L3E-L017
.a a
0 0
V V
O CO
O Co
ODf. COCO
W COa
Co a
88E8 -1799-L017
17E00-609-Z9E
8109-8172-906
m mmm mmmm m m
W pc 0 c- O3KT
o
m -m D<m c-D-mr,00(0073m
w W-62
o co
o 3aa cflo
co 0 N m 7 w o
m _cna
=
a w
O Co
V O
co N
N O
CO W
OD co
co CO
O
O W
99917-6£Z-LOt
99917-6EZ-L017
00t 1.-993-396
6909-999-£98
m
99ZZ-999-L017
9033-9Z8-LOb
01L9 -09? -Lab
60170-999-£98
MX -1
`<mm3
- CD Z Z H
O
7 c (7 C7 0
m O o 3
O N o N a
N 7 7 7 0
a a
0 0
J V
(D N
N CO
co N
N
N 1
O
O CO
17801--L917-L017
CC 1-9-1799-LOt
6993-179E-1ZE
CO
N O
1 V
0 CA
O O
a 41"N po
O W
O Co
0 CO
539,)&1%
HHIZ000
O O m w w w
'30 -0 3 c0 c0 (c
(D CD m m m m m
F) 0 7- 7 m o o
D -a7 C_ao 0
waraaa
aw w o m w `c<
paaa< (D m
O K`m CSD
to v) w e Cl (n o `< O m m
O 0 7 m m m N N co co
88C9 -1i99 -Lab
as
00
J
6n)
O co
.a c0
OD a
W O
co CU
co O
m co
O O
W
0) 0)
O O
O O
O) 0)
0 0
0) CO
CO 0
6909-999-E99
9033-838-L017
a a m m
33
w w
7
w
O
V 1
N V
MN
OM
(A CO
J 1
1 0
O O
9L89-1-69-1796
as
00
J J
0) N
NO
(O O
N d)
(O V
0 1
0 0
as
O O
J V
0 O)
MM
as
0) 0)
1 1
WW
WW
1 W m
O -
N N N
0 0 0
0 0 0
01 CO
00
01 01
0) 0)
W O
0 0
O
7 7
%<�<
>
0CD
7
3
O O
•
7
0
1 (D
m
O
Cn W O CO CO CO CO V
j N W -\+ N N
NCnaCOA W NCA
2)2)2)2)2)2)2)2)2)
0 0 0 0 0 0 0 0 0
000000
0 0 0 CD CO CO CO CO CO
W W CO CO CO
Cn Cn o Ul
0 0 0 0 0
01 (o CD'Cn 01
0) 0) O 0 CA
N N N N N
CO CO J O A
CO CO
(.031COJ1
N N
CO 0
CWJ1 (171
O 01
CA CA
CO O) 0) 0) 0)
NNN\•
CC) CnaNV
N N N N
0 0 0 0 0
0 0 0 0 0
CO (0 0 (D CO
000)00
0 (J1 Cn .O Cn
0 0 0 0 0
(ncn0cncn
a a CO CO o)
CO 0 J 0) 01 a W
C
DT ¢1 to 0
< a
CD
r w cn
co
0 co w
0
w
0) O al
1 N
NNN
0 0 0
CO (0 CO
A A W CO CO
NNNNN
CA Cntn Cn
NNNNN
O O O O O
0 0 0 0 0
co co CO O CO
00000 W W W W
U1 C71 01 Cn Cn Cn C71 Cn (n
0 0 0 0 0 0 0 0 0
(n O-0-1 0 Cn (n Cn Cn
CA O CA O O 0) CA CA CA
0 0 0 0 0 0
Oco OO V 0) Cn A
17 D
0- 0 3
•
5- 7
0
°0133
S).
o
Cri
0_ N
c(n>cn
(n(D-0 w
3 03
N co 7 `i O
CAO �(O
O m o w
am 00cn
m o 7
to 3 (o
Cp 7-2)
0
0 L
O m
a Cn
C
0 m
0 w
a -o
a
O m: Q O N* O I
3 3m m w m c
7 m m o C cn 7
�vcvalmo300
m m — a
ma
c O m m w O O
ET) 0 0= o> 3
co feu 7-. 7 0 7 m
D °/
Cn ei
0_a)
° c>
o- t
a
ff) ffl
1 Efl
N O_
co N W
W O 1
O N a
O 0
O 1 co
O O O
fie co W
N e Co V N V
A O J O J (D
00AOCDO
1 V J Cn J CO
CA Cn a J Cn
0 0 0 in O
00000(n
(n 0
0 0
g
(n7
0 O O
7 m o m
CI 53 m
O 3 3
P m CD
D -
7
O
m 6 n
Cn- c
C
0
(nXo
0 0
cn
c o
o
O
7
CD
o cD
7 m
O cua
O
1 1 1
NNN
NNN
O O O
N
NCFIN
0 0
0 0
CO CO
6-4
1 O
_L
01
0 0
0 0
(0 CO
0
N
Cn
0
0
CO
1
9...
0 0
CO °0
C Co
co co A 1
NNNNN
0 0 0 0 0
0 0 0 0 0
CO CO CO CO CO
105-
O Cn
NN
O O
O O
co 0
0 0
0 0
CO CO
1,C5 W O O
NNNN
O O O O
O O O O
0 CO V
co co co co W CO Cil CO W CO CO CO CO CO CO CO CO CO CO CO W CO W W
O Cn Cn WCn Cn Cn Cn Cn Cn Cn (n Cn Cn Cn Cn Cn Cn W Cn Cn Cn Cn to
O 0 0 O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
(n O Cn to 0 Cn Cn Cn Cn O Cn Cn Cn Cn O (n Cn Cn 0 Cn Cn CD Cn Cn
CA CO CA CA Cn Cn Cn Cn (n O Cn Cn Cn Cn Cn Cn Cn Cn 01 CD Cn Cn Cn Cn
O O O O (D O O (o CO CD c0 O CO CO CO CO CO CO CO CO CO 0 J J
W N 1 0 CO CO J CA Cn A W 1 0 CD CO V CA C I A CO N O CO CO
w 1:1 a-) 0= 0 0 0 0 0
O O
a�•Q n(arxx3 1)
o- w 7-7-7-m w
m o 1] Cl. 7 m m 0 O 0
0 °w (WD r o 0 o a<
W Q'(oe
o x- w w 0 7
037co3._a0�
7 7 7w
O al 9° 0•lS
R o 0
O 7
(D w
W -1 w 0 7J C7J
O a a 0) n
0.3-
w m
a
0
7
0 CDC Cn H OO o o Co CO S O WC
7 CD (wn w (D 0 3• c m 6 (D `< - r umi CwD c
rn•m° CA 0 1 0 (� a S
0 O 70 7•a 7
o m 0 0
C _� = m =
o°pi,m
oa70m
(0 3 5 5 3
7 0 2) 7 7 (O 0
rt O C
3
a 7
w cn
7
° cc _ cn p) ° c 0 C
is C7omo;0000`<0
° w cal 't?)w< w m DW D
0 m ill
c o 3 a (Q c a
Q W 3 3 n o m
c
m
ffl a a Ef) Cii fA
cDCn-Eft WfflaJO
A0DC7O W (000000O)
(n CO cD J 1 O [n (O
N U1 1 (n O CO a •A N
W (D 0 O O Cn O1 W N
CA CIOOOCnOOOo
ocoos0000cno
ffl Efl
ffl
ffl f-4lit 01 W 0)0) V CO Co
CO CD 2) 0 N CO CO A 93 V N Cn
O V W W J CO (O -Co 1 1 J 0)
CO 1 1 CO C 1 W J CO CO 1 W N N
Cn N W O Cn Cn J CJt C) O C) 0 CA
CA W N O O U7 1 0 0 V A Cr)
o cn o o o o o o o o W o C
OOOOOOOO<00<00<OOW00
w
(n(Qm7(Q(OCO
0 0 0 0 0 CD
0 0 0
3 3 3
a a
° 3 0 0 3-0 al o es
E7_ cD C_ 7 C 7 7< m 7
w w w m w m m a
w m
O O O O (o N c0 (O w 0 (0
C) C) n C) 0 n c) C) C) C) (7 C) C0 C) C) C) C)
o o o o o o o o o o o o w o 0 0 o
vD3vD-0oVDD1v-ovv-O-a
m 0 m
m m m m m m m m m m m m m m o m
m m m m m m m m m m m D_m m m m
60E 1--838-LOti
A A
O O
J J
cn 0)
N Cn
N V
COACO
0 0
A A
0 0
J
(D Co
J CO
J 0
O
CO W
A a
0 0
V V
Co 6
CO N
CO V
0 c(0
O O
ACO
O 0)
J W
Co a
0 CA
co Cn
COD o
a coo
rY
w m w
cn
O 0 7
A) (m/) X
w
co
O
69917-9179-1706
A W
O CO
V CA
W O)
o 0
0
cm a
((00 A
Om OO
w 3 w su
7 � 7 7
co aa
(D M CD
7 3
0a
CD
CD 0
0. m
W
CO O
CA
W
N CA
N N
CCA W
0 0
90L6 -868-L017
9000 -1 -9L -
CO A
A O
1 V
:1 w
Cn
CA 1
V V
O W
L996 -899-L017
006Z -639-L017
0 0 0 0 0
0 0 0 0 0
3 3 3 3 3
a a a a a
00000
cocoon
0 0 m 0 5:
00 0 3
`<a`7<`<
0 W0WC7
m a m 7
CD C m C2
1161--998-L017
17617L -999-98E
co co
co 0
0) 0)
(n 6)
A 0)
V 0
(Wo a
O (0
6669-1762-Z9E
00(o omcnKDm0m
w t 5-m 0 CD a 7 C
6 (p (n 7 C o.aT al 7 Z
< 6 - 7 m
al m 0 m C7 17
O r m o a 0 g a o c
.13 _m3 - 0 m CO m 7
ID (n CD 0 0
m w C m O
N o Q 0 0
0 < 0
O
0
N
0
7
gtm
Co CO
(On c071
Cn Cn
(00
Om
< c
a
o m
0>
Tm
c
m
(n
N
-I -Io K*gH<00m
O 7•(D 7'7-- (3)•000
HWD 0 m
•=i- U)0 cncn0
o 0 0 g (D (n O cn (n 0
3 DWO cncnDo m
O Cn 3 7 (D 0 O Q- O 0 D
r o w 0 00.0 x x" s3
m o < < w or.go �° m
CD CD 0 0 0 o n -% - 0C 0C 0
O 7 a a 0
7 7 7 7 CD CD _
O
Eit ffl ft {f3 0) Ea e Efl ffl fa ffl (reffl fH fiD f1 . fi L
CO J a J 1 N A J N CO 1 2) c0 o CO CO N Co O
1 A J A CA CO C7) Cn 1 0 A 1 (n N V J O CO
2) 1 1 0 cn 0 O O (A V (O -+ N W W O W
O J 0 1 "4003000 W (0 CO 1 CO- O V V CO-' -'
O O 2) 0 0 0 0 C0 0 0 N O V N N O Cn C) 0)
O A J 0 0 0 Cn 0 0 0 (n O CO A Irs 0 0 0
O CD O Cn O O 0 0 0 0 0 0 U1 O O O O O Cn
0 0 00<0<00 Om <
E3 O O o w w w w w Oso E al o al 3 0
7 C C C 7 7 7 7 7 c 7 C 7 7 T. 77 - C
(O O w CJ) (O (O co co (0 to Co 9 co co CD CO N
CD A) w w (D (D (D (D 0 w (D w 0 CD (D N w
<0 Om0
0 w w 3 w
co(o co �O
m m m
000000000000000000000000
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
3 3 33 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
a -o a a a -0 a s -0 -0 a a a a a-0 a a a a a a a a
mmm m m m m m m m m m m m mmm m m m m m m
CD m m m m m m m m m m
mmm m m m m m mEli m m
JD c-
, •a CO •<00
3 3 w 3 m <?
7'm = 7 7 co fn
a 0
0 O CO (D 7"0 7'
0m e m m 0w w
0 0 w O_ 0 3 3
co xcnmszm x -aa
cn
O 0 0
A A
O O
J J
Co CD
N N
CO Cn
N 6)
O
Cn 0
CO W
O 0
a co
Cn cn
a a
O
a W
COOCO
CO 1
171786-688-LOt
7 7
A W CO
O N N
V 1
V J
W N
V O) O)
N 6 6
0
0) 0 0
0) 0 0
0KO -1Cf WKo
3 m c w a 3 comm m
N CO A- w 7 0- 3 0
Sim 0 0_� n
WCDa
3 w mti m = O E: m 0_ O cn
w w
p O 7 cn N 0_ m
7 m O -
7
V
N
1 O
J CO
N cn
o) Cn
(D O
1
o
1
O N
a CO a
O CO O
V CA J
CnOio
N CO N
N 93 CO
OD N
� 1 N
a CO O
O a Cn
A Co A A
O Cn 0 0
J N V
CA V N N
W N A co
A 0 0 O
co co N
OD A Co O
c
CD 0
O3
co m
Cn
51) JD
(p C
CD
m
a A
0 0
V
6 6
O O
N N
01 01
a a
(D CO
17683-83L-Z9E
moo -*
0 7 7
Mt (n CA w
3 7 7
Am-
-1 aacn
CD m 0
CO A
Cn 0
N V
A CV
N CO
a01
a
N O
(J)
99917-6EZ-L0V
1996-2178-199
O) 0) CD
0
N a a
N N
0 0 0
O) (n Cn (n
j N N W
N N N
o- O O O
N W
ED
O O
CA ja
N
A CD OD
N N N
O O O
A W W CON N 1
- 1 R5 1 N 1 R5 co
N N i N3 a N co 1
N fn O O N N A O O J
N N N N N N N N N N N
0 0 0 0 0 0 0 0 0 0 0
W W CO CO CO W W CO W CO CO CO W W •W CO
CO W
CD 01
0 0
(n (n
-4 0)
CO N
W CO
Cn (n
(31
-4
CO)1
J J
1 O
Z0t-W
0
cCD 7
w 0
w ;-,•-,
• pr) 2
o - m c
3 N r-
3'
• co
w - 7 Z
0-a c
((' 1n' a
▪ (o
N :(D
0 -
co
3 m
m
m ED
mOu) _
Cm
7
a0
CD w
cQ <
ED
O 5
O (0
7
(o
(n
CO W W CO Co CO W
(n C n C n Cn C n Cm CD
0 0 0 0 0 0 0
(n (n (n (n (n 01 En
0) 0) O) 0) 0) 0) CA
0) 0) 0) 0) 0) 0 0)
CO Co V CO (n A Co
-1 i1
26-
O 0
CO W CO W CO W CO N N N N
CO CO CO 0)
N N N 1-S-3-
0)
0) OD CA N (O
N N N N N
0 0 0 0 0
mUl
N
1 01
0 0
N N N N N N N N N
N A
CO Ca
1
N N N
0 0 0
N N
W
N co
N N
0 0
ND N
1
N N N
O 0 0
0
1 1
0 0
En CO
N
cn co
N N
0 0
N N N
0 0 0
N N N N N N 1 -. 1 0 0 0
W CO CO CO CO CO W CO CO W W W W CO W CO CO CO CO W W CO CO CO CO CO CO CO W W CO W
Cn cn (I) C)) 01 (n cn (n (n cn cn O1 CJ) (n CT (n cn 01 cn cn N N N N N N Cn N N N N cn (n (n
o 0 o O O o 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 o 0 o 0 0 0 o O o O 0 o 0
Cn (n cn (n (n cn (n (n cn (n (n cn cn (n (n (n (n cn cn Cn O O O o 0 0 (n o o O o (n (n (n
CA CA CA 6) CA O) CA CA CA CA O) O) CA CA O) CA CA CA (D CA A A A A A A 6) A A A A O CA CA
CD CD 6) Cn cn Cn (n Cn C)1 (n (n (n Cn A A A A A A A CO V (O Co Co CA A CA CA (r O A CO CO
N -a O CO OD V O) (n A CO N -+ O O Co V CD Cn A co O A 1 co cn co N CA 1 Cn O O O Co
00000 OK0)-iWHO00)mOO_oOD17 20*N(n2<mHoa
77o77��p°cmwmm°iow°a°oaw°—'����a~�a) c �7
ccccc mo�OO�aow •o0�73 m<(n5�3otn3aa
cu
O
( (n w CO pp) W a 3 r w O<° _ 31 53 c O w •--0-
s. it 0 r r o w n
A) FIT w N w w `< a y-0 (n CD CD m CD o p) wr S w m _° _ET, Q N m g w m
0 0 0 0 0 0 00CD cn c 0 y RC°m �P am 0 a) �� °cfl m2� m- ax
cococ70] co En (D O 0 as < En CD O (n.»O O. m <•w w En -1:1
Lii a a a a a^ < o w m co 2 5 < w m w
c0 (o (O CO O A r -i � Q N ? Cn 5 < wm a
1CO(nA CO SOL), Q W m C n CD u, (O 0 �D
3
N 0CD 0C 20 E c o 00)i
c7 A) wlD — 07o
CL o OD. co Q. o
D * 0
00 0
mmw
X
w
Q
< < O0
2
0
D
O 0 0 0 N 0 -0 0 D
O 0 0 0 CD Cu O CD O(D 0 CO
° n 3 w 3 0 3 3-0
_JD40_0-O w 3�.ca D-
w 5 w rn w `< ( (n m< -
w
Enc-
ED 0
w
(Q w
w w w w W' 2 -0 N (n 2 t C<CD o
<
m c
C
O� So
D — Po w 0
D m D
3 m 3
m o w
O 000° *� O m* o•
2 2 2 2 0 cD = K 2 0 a(a
O 000< <w w
D DDD--Q°5
°0 SDFD
30W:
(D D 0
m
ff4 {f 69 69 69 b9
CO fA 69 Hie 69 fA ffl e e 69 ay* N We
CO cO A CA N V CA N (n CO N3 O 1 W
6) V A O A 1 A W CO o CO Co c0 CO 0 Cn V CD
"CO W cn 6) 1 A J CO A J Io (A -.1‘).-0).-Co -co O N
CO 1 Cn 1 Cn co J co co co A O W(O N CO N Co
O) N A 1 CA O o O Cn W A CO 1 0 (n N W 1 J J
O CO O N N N V N J O in OD W O A O W A in
O N CA O Cn (n O O O O (n O (n O (n O (n (n O
> 5 5 5 5
J9AI8 ueipii
0 0 0
o 27 CSi
CO C.7) -
-%
a20
O CO 0
CD CD CD
CD 0 CD
73 0
3 0 3
0 3 CD
3
(0
m
m
n1
73 w 0 <
O w
C10 (D
0 w co CO
7
m v)
0
o 7
C2HdawOm �� O
otp_w-3o�-_
Ip X 7 (n < (n X
CD 0 CD - _ - 0
w O (9 O w
CD CD
73(IT fl0- 0m<(5
Q (7 10 D a
3 m CD
a)3•
w
3
1<
Q
ED ED() m m om
a CD
(ID) D
2 C D Q N
cn
X '< C -0 w In
Pa 0 m S 7
< m (C)m
CI)a m
) (Dn o
5 w o
(n
0 a O p
C,�3
7 n n 7
w m
0
O
3
3
is
69 69 .:'
eta
69 N 69 69 69 1 -a -Week& 1 N 69
CO Co CO
CDN CDA A Co V Us CA CO W cn A
OD CO CA N -CO CO N CO 'coIn 1 cn 6.O (n
CA O Co (n A CO N co
En (n O V A 1 0 CO 1 N 0 o 0 Cn CO
in O O 1 J 1 0 0 0 O O N CO V
(n O O Cn (n CA O O CO O 0 0 O Cn
7 7 7 7 7 7 7
a a a CO a a a s
ET) K 5 K p) n) W). w w
w n w o r r° 0 r- 0 0
375 33 Scc) 0 1737_0 3717
m 0 m m w m m m m CD
7
c°0002-0° r
rsv�m°wrw
0 (0 CO CO 37 CO 0 m
CD CD CD CD< m O
CD
0>
-
0a
O w
c
CO
kic
(n
owt
•
CD Q° (n
0
co rn
3
0
7^ g m
( n
w m'
m 37
w -co
- o
aD
37
a O
(nCD
�El;
m
LT! Z
n 0
O p)
a<
cn D
0
O
m
(n
w
31
0
w
a
01 (0n
�
01
0 0)
CO 03
VI A
0
D- go
CD .I
Q�w_D o
M o 0 ° m
n O(°
0 w w
CD
O CD
7
CA CO
CO
01
O
(n
°)
W
CO
0 U)
OW 0
07
o <> (o
co m m
2 CD
0 m
m a) m
m
m
m a
� au
O 0 m
CD
p -1 -Is s 0 n-
▪ 0
< g O CD m CD_ O D m w w
Pp) w
Cow
HOWwW50o <oo oO 02 0o
�m<�Co a
O w Z 5 -'i -I Q W^- 'B -O
w 0 0 0 0
3 N o o o
CO
D 0 CD CD m
0° 0 w w OQ
° 7 a 3 3
0
0 cow o
0
CD 0 •-" c
3 co -0
w
-• a a Nee
CA A CO CO W 0
W CO W W O W
Cn A O_N U) O
co co O N N Cn
0 0300(10
W (Jl O O O O
000000
c
2.
O N
7 O
0)
--4
0
a
69 69 69
N ffl 69 69 1 69 ffl (n tfi 1 f{) 69
W V A A 1 N N O CO cB (n Cn
CANA a -A° 0 al CD Doha
O 1 (n Cn J O O 1 0 1 CO N-
N CA Cn V 1 CO Cn n (n O) CO ( O)
CS) Cn C)) CO 1 N N V O CA O
100ACn0jtn000
00010000)00000
00 0000000000 000 00 00000000000000
O 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 0 0
3 3 N 3 3 3 3 3 3 3 3 3 3 (0�,3 3 3 0 a o 3 3 0 -O U f
3 3 3 3 3 3 3 3 3 3 3 3 3 3
-0-0-0-0-0.0v 0.1
'CI 0 �U- c 77 -O •0-0'0.0'0 ID --0-0-0-0
° m m m m m m m m m m° 0 CD m CD a m m CD CD m m 0 m m mmm m m
m m m m m m m m m m m CD m CD m m m CD m m m m m m m m m m m
Z c- r-
ww
c-ZZZI<
0 w w
O (n a) CD
En c o
L000-L9L-13E
66L 1--999-LOti
66L1 --999-L017
661.1--999-LO17
EWE -EH -ELL
r r r r o 0 2* r p 2 K
(mn cnC')CD 7 w 7 w vmi 7 7 w
O Z m m° p
co 1 c m '< CO c 37
J V
J V
N N
N
CO CO
CO CO
N N
W CO
CA CO
03 W
J V
V V
N N
N N
Co Co
W CO
N
W W
0) 0)
03 CO
co 0m7-
m r m
cn
V V
V V
N N
(n -
( CO
c00 N
Co N
N CA
V N
989L -t1917 -ELL
990L-EL17-ZLL
E9EZ-£8Z-ELL
v -fro 0
(D 7-
"I
V
✓ V
N
citA
O
CO A
CO oi
N 03
J Cn
01 -00 -98L -C1-8
2886 -699 -ELL
6Z98-329-ZLL
0w
5 mEr r
COD ED CD
w W m
CD °m m
5
(o
V J
J J
N
W A
✓ V
0 W
O 0
(n 0
1 O
'b 188 -299 -ELL
190b -OLE -ELL
ELLE- 1 -3C -LW?
A a
O O
V COV
(A
(n
9)
V 0
CO O
CO O)
p_ - -a
w m 3 3 7
3 3 0
• v, �< < r
'7' w -
In 3 m m
3 •0 w w
w w
LZ8i7-699-3LL
A A
0 0
J V
CA 0)
cn (n
O CA
V V
CO CO
260 L-OLL-ELL
0-0000w Om<
CO
w 3 0
7wwwsup)coc
73 to (0 (0 o 3 co m v_,
<• 0 m m m N 0 w
m
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 0 0
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
-0-0D--0v-0v-0v-0-0-0-0D
0 m 0 m m CD mmmmmmm CD m
0
CD m m CD m m m m m m m CD m
1- CD
w __3]
w
= O
CD 0
DR 0 s3 0(s
3 m 2 w CD w W
0 pv w
-°m O 3 =
7-o0mO
0.a
m
1009 -L99 -ELL
V J
J J
N N
(n cn
co co
1 (0
O A
W CO
1 N
0 J
iL88-Z99-ELL
Co -4
1 J
W N
4
cn ao
of CA
NV
A CO
6)
0 (n 01
1-£06-399-ZLL
CA D
O a
W CD
Co cin
a a
0 0
V V
CO CA
mml
N N
N N
J
V J
Co W
CO W
1 N
CO 1
V
co
W
1 0)
CO N
N CO
N Co
A 1
N
W CO
(n a
CO CO
CO1 03
O)
N Cn
CO V
(D O
o0 CD
• O.
W W
co 0)
O
co co
N N
N N
(71 (A)1
0 0
0 0
00917-ZZE-98C
Work > $50,000 over last 7 Years
EA
t78910L9`LZL
0
e
41
to Work > $50,000 over last 7 Years
3ti'£8E'099'Otr$
J. (0
CO 01
0 0
W W
CO CO
CD
N N N
(T 0 0
CO CO
N N
1cj
0 0
co
0
O
CO V CO V
N ��+ N
N O W CT
N)
N N N N N
o•0 O O O
00000000
W W CO CO CO CO CO W CO CO CO W CO W CO CO CO W CO W
CT 01 CT C 1 th CT CT CT CT Cn th CT i 1 C71 CT Cil CT CT Cil el
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
CT (il C i CP CT CT (T (il U1 C71 Ul CT (T DI Cn CT U1 Cil CT 01
O CT O CT o O O C7) O) O CT CT CT 0) O) O o) O CD O
CD CO CO CD CO O CO CO CO CO CO CO CO CO V V V V V
CO N_-+_O.COO.V O cn..p co N-+ o CD O_V_O)_Ul a
Cgv7-�cnwm0<0mww, K0* <0
et -
mo 0. cn o 0 0 3 0 0 0_ m m --90)�. 00 a
CD w* a n n DO' a a 7 0 -n
CD 1< E 0 ° n m m c 3 m o nom) = 0 0' m 615
co 0 0 < 2- n o o 0 N o ci c-0 o)
cD
° Qa) w a. w
o0 --ln<O a 4-1
m
O
0
0
0
00
< <
0 0
-11 -1
0
iu
m
sD
wcD0'Dm
r r 0 0 CD
CO W >CD
(Dm % co
D
(2, 0
CD (D C r 5_
A) A) Cn
3 3 o o o
_ 3
o 0 n
7 7 o OC o
0
R o
c
0
3 °said uel
r
m
m
CD
r
(v
r
(D
g ueeggpeo 'g
cn>2-IooKmxKwIoco
c � c o (7 0 0 0 f ,O C 3 w y
W c S w° o m 3 3 n` r
7
*o N o o3D ° �' m nN N o<
CO X es -T. r Cri 7 0• en -
A) O
m< w o m j kW 0 Cn c a D a
ODm c92% 3 a w C O< 22_m o o
a3 m Oo
o D O 20 2. O
w_
0 a) 3
o
cn7"
0
0
- H3
ffl EA EA {AN
,o V N W
O O O N W W
CO A CO CO O
CD O CO CO CO A
(T O O O A O
O o O 0 0 0
7
cn n- w
C 7 C
o 2 o
m c m
0
m
CD
0 CO
Cr)
D
3
0
Eft EA f!i Eii EA EA EA EA 69 co N ffl CO CTT
V V (O N N N O O V 1 A W 1
O O O CO O W Ol O A CO CA O O A
O A O N O O (O -N O V Cn (o O in
A AAO V A N O CO W 0 1 CT (O
W CO 1 CI1 o co co O cn (D CT 1 CO CO
CD O N A N CD O N tri CD O O A O
V N O 0 cm O O CT O U1 O) O O —+
9 e oo
r r w w
0 n 5 (o (o
0 CD 7 m o
7 7
3 r D w O Cv O
w 7
o 0 23 m 15(0
(D O 0 ( (D
00 00000
000330)333331
0 0 0-0 o o o\°o��v-0�
CD CD ° CD CD (D CD O °
(D CD (D co CD CD (D
00
a el
00
-0 0
01.01.-L39-199
0LOl-L39-1•99
Je}gaod paegoiy
17M717 -6317 -ELL
V V
V V
N N
J CT1
0
O V
CO V1
A O
W O
O 1
O1 W
O N
V OD
1 O
-lila
(0A
CO O
CO O
1 V
6Z99 -66E -39E
w 2 n
Cr 7
w o
w a
CD Om w
- CD
4-1
CD
ELLE-I-EC-LOi
trtebtr-63i -ELL
1 -9017 -OLE -ELL
0 0 0 0
o 3 0 it 3 3
3
-O 'O
o CD ° N o
CD 0 m• 0
D -I o r C 0 r -
CU CD CD N CO 3 co 0
3 '' g w OQ `� Q
2 O7 o 0 2 2 U)
0 3 3 W
o T) N 7
9930-1.iL-E L9
CO V
01 V
A N
O) (T
NC)
0
(OV
1
U1 N
O V
W
V 01
N N
N W
CO CD
A
1 (71
-' (O
1 co
A CO
W V
(n V
N N
W O)
(o A
o O
W J
co 1
N CO
CO 0
CO
O
O
w
0
0
O
0
7
N
V A
V
••,•4
Ul
co CO
CO A
W C)
V (o
N CO
N O
DATE:
Indian River County
Purchasing Division
1800 27th Street
Vero Beach, FL 32960
Phone (772) 2264416 Fax (772) 770-5140
ADDENDUM NO. 1
December 4, 2013
PROJECT NAME:
BID NO.
PROJECT No.
Bid Opening Date:
Indian River Boulevard Resurfacing (US1 to 17th Street)
2014009
1302
__ Wednesday, December 18; 2013 -
TO ALL PROSPECTIVE BIDDERS:
TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify,
correct, or change the Bid Requirements. Therefore, it hereby supersedes anything to the contrary in
the Bid Requirements. This ADDENDUM is hereby made a part of and shall be attached to the subject
Bid Requirements.
All questions about the meaning or intent of the Bid Documents are to be submitted to PURCHASING
MANAGER in writing to purchasing@ircgov.com. Interpretations or clarifications considered necessary
to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office
as having received the Bid Documents. Questions received less than ten (10) calendar days prior to the
date for opening of Bids shall not be answered. Only questions answered by Addenda will be binding.
Oral and other interpretations or clarification will be without legal effect. Deadline date for submittal
of questions is 11:59 p.m., Sunday, December 8, 2013.
All Submittals, including signature page of Addendum No. 1 must be received by the Purchasing
Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown
above. Late bids will be returned unopened.
Addenda may be issued to clarify, correct, or change the Bid Documents as deemed advisable by OWNER
or ENGINEER.
Page 1 of 3
F:IPublic WorksIENGINEERINGDIVISION PROJECTSIl302-IR Blvd Resurfacing (SCOP) USI to 17th StlAdmimlbid documentslAddendum
# 1 I ADDEND UM NO 1 12-4-2 013. d o c
CORRECTIONS
Section 01025 TECHNICAL SPECIFICATIONS
Section 327 — Milling of Existing Asphaltic Pavement (page 01025-14)
ADD THE FOLLOWING PARAGRAPH:
All excess asphalt millings generated from the project shall become the
property of Indian River County. The Contractor shall deliver the asphalt
millings to a designated area at Indian River County's Road and Bridge
Division, 4550 41St Street, Vero Beach, Florida.
ATTACHMENTS: SECTION 01025 - TECHNICAL SPECIFICATIONS (pages 01025-1 through 01025-17)
Page 2 of 3
F:IPublic WorksIENGINEERING DIVISION PROJECTSII302-IR Blvd Resurfacing (SCOP) USI to 17th StlAdmimlbid documentslAddendum
#11ADDENDUM NO 1 12-4-2013.doc
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
U tility 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,
S igning & Geometrics Dated July, 2011.
S ECTION - 4 - SCOPE OF WORK
S ection 4-3.9 Value Engineering Incentive is deleted in its entirety.
S ECTION - 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
P ayment for the work specified in this item shall be made under:
B id Item No. 101-1 - Mobilization (Includes Public Construction Bond) - Lump Sum
01025-1 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documentsWddendum #1\Technical Specifications Add 1.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 Contractor shall
present his Maintenance of Traffic Plan at the pre -construction conference. The
Maintenance of Traffic Plan shall indicate the type and location of all signs, lights,
barricades, striping and barriers to be used for the safe passage of pedestrians and
vehicular traffic through the project and for the protection of the workmen. The plan
will indicate conditions and setups for each phase of the Contractor's activities.
When the project plans include or specify a specific Maintenance of Traffic Plan,
alternate proposals will be considered when they are found to be equal to or better
than the plan specified.
In no case may the Contractor begin work until the Maintenance of Traffic Plan has
been approved in writing by the Engineer. Modifications to the Maintenance of Traffic
Plan that become necessary shall also be approved in writing. Except in an
emergency, no changes to the approved plan will be allowed until approval to change
such plan has been received.
The cost of all work included in the Maintenance of Traffic Plan shall be included in the
pay item for Maintenance of Traffic.
The Contractor shall be responsible for performing daily inspections, including
weekends and holidays, with some inspections at nighttime, of the installations on the
project and replace all equipment and devices not conforming with the approved
standards during that inspection. The project personnel will be advised of the
schedule of these inspections and be given the opportunity to loin 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
01025-2 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
standards to be followed in the design application, installation, maintenance and
removal of all traffic control devices and all warning devicesand barriers which are
n ecessary 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 -
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
n ecessary 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
u ndamaged. Damaged devices diminishing legibility and recognition, during either
n ight 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
Indian River Boulevard at all times.
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
01025-3 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
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 storniwater
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.pdf)
D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this
Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the
CONTRACTOR is in full compliance with this Section. If the OWNER halts the
CONTRACTOR's work as a result of its failure to comply with this Section, the Construction
Contract time clock will continue to run.
E In addition to these Specifications comply with Chapter 4 - "Best Management Practices
for Erosion and Sedimentation Control" 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
01025 4 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
River Water Management District (SJRWMD). Generally, only the short-term
permit is required. Contact SJRWMD at (321) 984-4940 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 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
o n 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
e vent. 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
✓ iolation occurs, immediately cease all work contributing to the water quality violation
and correct the problem.
01025-5 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
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 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.B, 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 (includingditches and canals) is defined to be polluted by the
CONTRACTOR's operations when at any time, the turbidity of the water immediately
downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric
turbidity units (NTUs) higher than the turbidity of the background water upstream of the
01025-6 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
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.
C. 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.
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 Tess 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.
E Above paragraphs 1.6.B, 1.6.0, 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 - MATERIALS AND INSTALLATION
2.1 GENERAL
A. Polyacrylamide: As required in Paragraph 1 3.0 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:
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
01025-7 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 104-1 — Erosion & Water Pollution Control - Lump Sum
[The remainder of this page was left blank intentionally]
01025-10 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION
This sworn statement is submitted to Indian River County Project No. 1302 for Indian River
B oulevard Resurfacing (US 1 to 17th Street).
S TATE 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. I 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
(0 All Codes and Ordinances of Indian River County.
4. I 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."
5. I 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
01025-11 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
further defined in the Indian River County permit(s).
6. I 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. I 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
n umber of the transferee and a copy of the instrument effectuating the transfer. Said
n otification 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
o r 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.
01025-12 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS ‘1302-1R Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts
stated in it are true.
Contractor:
FURTHER AFFIANT SAYETH NAUGHT
Authorized Signature:
Printed Name.
Date:
(If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner)
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.
My Commission expires:
Notary Public State of Florida at Large
+ + END OF SECTION + +
01025-13 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
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).
All excess asphalt millings generated from the project shall become the property of Indian
River County. The Contractor shall deliver the asphalt millings to a designated area at Indian
River County's Road and Bridge Division, 4550 41st Street, Vero Beach, Florida.
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 337 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.
Sub article 334-8.4 — Payment shall be amended as follows:
Bid Item No. 334-1-13 — Superpave Asphaltic Concrete — 11/2" SP 9.5 — Per Square
Yard.
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. All replacement
shall meet original specifications.
The Contractor shall notify the Owner and Engineer ten days prior to the end of the
01025-14 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
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.
Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws.
The numerical designations for fertilizer indicate the minimum percentages
(respectively) of (1) total nitrogen, (2) available phosphoric acid and (3) water-soluble
potash contained in the fertilizer.
The chemical designation of the fertilizer shall be 16-4=8. Fertilizer shall include iron,
minor nutrients and trace elements. At least 50 percent of the nitrogen shall be derived
from organic sources. At least 50 percent of the phosphoric acid shall be from normal
super phosphate or an equivalent source which will provide a minimum of two units of
sulfur. The amount of sulfur shall be indicated on the quantitative analysis card
attached to each bag or other cont-a-iner.
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.B.
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 of6.0-7.0.
Contractor shall apply two (2) applications. The initial shall be fertilizer and the second
application shall be `weed and feed".
The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds
per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of
uniformly distributing the material at the specified rate.
Contractor shall apply applications as per manufacturer's specification. All tickets from
bags shall be handed over to the County Inspector.
On steep slopes, where the use of a machine for spreading or mixing is not
practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed
with the soil to a depth of approximately 2 inches.
H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close
contact and shall be firmly and smoothly embedded by light tamping with appropriate
tools.
Where sodding is used in drainage ditches, the setting of the pieces shall be staggered
so as to avoid a continuous seam along the line of flow. Along the edges of such
staggered areas, the offsets of individual strips shall not exceed 6 inches In order to
prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod
shall be tamped so as to produce a featheredge effect.
Where sodding is placed abutting paved shoulder, the contractor is to ensure that the
finished sod elevation is VA" 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.
01025-15 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
S odding shall. not be performed when weather and soil conditions are, in the
Engineer's opinion, unsuitable for proper results.
S od shall be placed around all structures, equipment pads, etc.
Watering: The areas on which the sod is to be placed shall contain sufficient moisture,
as determined by the Engineer, for optimum results. After being placed, the sod shall
be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks.
Thereafter, the Contractor shall apply water as needed until the sod roots and starts to
grow for a minimum of 60 days (or until final acceptance, whichever is latest).
J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a
satisfactory condition until final acceptance of the project. Such maintenance shall
include repairing of any damaged areas and replacing areas in which the establishment
of the grass stand does not appear to be developing satisfactorily.
Replaat+ng or- rvparr-nscessa-ry-duo-to-the-Contractor s-negligenGel-care le-s-snes-s 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
P ayment shall be made under:
Bid Item No. 570-1-2A - Performance Turf (Sod) (Bahia) _ Per Square Yard
Bid Item No. 570-1-2B - Performance Turf (Sod) (St. Augustine) - Per Square Yard
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
D evices, Supplemental Specifications, Roadway and Traffic Design Standards,
manufacturer's specifications.
B. Traffic Signs All existing signs which are the property of the Owner shall be
transported to the Indian River County Road and Bridge Maintenance Yard by the
Contractor during construction if they are within the construction limits. Care shall be
exercised by the Contractor during removal, storage and relocation so as notto
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".
01025-16 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
Item of Payment
Payment shall be made under:
B id Item No. 706-3A — Retro -reflective Pavement Markers Bi -Directional
Amber/Amber — Per Each
Bid Item No. 706-3B — Retro -reflective Pavement Markers Bi -Directional
White/Red — Per Each
Bid Item No. 711-11-121 — Traffic Stripe (Solid) (Thermoplastic) (White) (6") — Per
Linear Foot
B id Item No. 711-11-122 — Traffic Stripe (Solid) (Thermoplastic) (White) (8") — Per
Linear Foot
B id Item No. 711-11-123 — Traffic Stripe (Solid) (Thermoplastic) (White) (12") — Per
Linear Foot
Bid Item No. 711-11-124 — Traffic Stripe (Solid) (Thermoplastic) (White) (18") — Per
Linear Foot
Bid Item No. 711-11-125 — Traffic Stripe (Solid) (Thermoplastic) (White) (24") — Per
Linear Foot
B id Item No. 711-11-131 — Traffic Stripe (Skip) (2'-4') (Thermoplastic) (6") (White) —
Per Linear Foot
Bid Item No. 711-11-141A — Traffic Stripe (Skip) (6'-10') (Thermoplastic) (6")
(White) - Per Linear Foot
B id Item No. 711-11-141B — Traffic Stripe (Skip) (10'-30') (Thermoplastic) (6")
(White) — Per Linear Foot
Bid Item No. 711-11-160 — Pavement Messages (Thermoplastic) (MERGE) — Per
Each
B id Item No. 711-11-170A — Standard Turn Arrow (Thermoplastic) (White)
(LEFT ONLY) — Per Each
Bid Item No. 711-11-170B — Standard Turn Arrow (Thermoplastic) (White)
(STRAIGHT OR RIGHT, MERGE) — Per Each
Bid Item No. 711-11-170C — Standard Turn Arrow (Thermoplastic) (White)
(RIGHT ONLY) = Per Each
Bid Item No. 711-11-170D — Standard Turn Arrow (Thermoplastic) (White)
(U-TURN ONLY) — Per Each
Bid Item No. 711-11-221A — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (6") — Per
Linear Foot
Bid Item No. 711-11-221B — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (6")
(Double) — Per Linear Foot
B id Item No. 711-11-224 — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (18") — Per
Linear Foot
Bid Item No. 711-11-241A — Traffic Stripe (Skip) (6'-10') (Thermoplastic) (Yellow) —
Per Linear Foot
B id Item No. 711-11-241B — Traffic Stripe (Skip) (2'-4') (Thermoplastic) (Yellow) —
Per Linear Foot
++END OF SECTION++
01025-17 Technical Specifications - Addendum 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Addendum #1\Technical Specifications Add 1.doc
BOARD OF COUNTY COMMISSIONERS
February 4, 2014
Ranger Construction Industries, Inc
Attn: Mr. F. Scott Fowler
4510 Glades Cutoff Road
Ft. Pierce, FL 34981
NOTICE OF AWARD
Reference: Indian River County. Bid No. 2014009
Indian River Boulevard Resurfacing (US 1 to 17t Street)
Dear Mr. Fowler:
I am pleased to inform you that on February 4, 2014, 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. ($686,074.50 — which
reflects your total bid Less the two items deleted by Change Order #1).
2. Two Signed Copies of Enclosed Agreement.
_ 3. _Two Signed Copies of Change Order Form
.. _4. _ Certificate of Insurance in accordance with sections 00700 and 00800 of the bid documents.
Please execute both copies of the enclosed Agreement and the Change Order Form and
return them together with the required Construction Bond to this office at the address
provided below no later than February 20, 2014.
Failure to comply with the established deadline for submittal of required documents may be grounds
for 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,
r
Jefinife Hyde, Purchasing Manager
Office of Management and Budget • Purchasing Division
1800 27th Street, Vero Beach, Florida 329600(772) 226-14160Fax: (772) 770-5140
E-mail.
SECTION 00520 - Agreement (Public Works)
TABLE OF CONTENTS
Title Page
ARTICLE 1 - WORK 2
ARTICLE 2 - THE PROJECT 2
ARTICLE 3 — ENGINEER 2
ARTICLE 4 - CONTRACT TIMES 2
ARTICLE 5 - CONTRACT PRICE 3
ARTICLE 6 - PAYMENT PROCEDURES 3
ARTICLE 7 - INDEMNIFICATION 4
ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 5
ARTICLE 9 - CONTRACT DOCUMENTS 6
ARTICLE 10 - MISCELLANEOUS 7
[THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY]
00520 - Agreement (Public Works) REV 04-07
00520 - 1
C:\Users\rgwgslb\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07 doc
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) 1 \
and �c-kmaleR .oNS vICTot� t Au.S\ANeS AJC•
(hereinafter defied 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 Indian River Boulevard consist of milling and
resurfacing of both northbound and southbound lanes from US 1 to 17th Street
(approximately 1 % miles in length). Also included with the project is signing and
marking of the proposed resurfaced lanes.
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. Indian River Boulevard Resurfacing (US 1 to 17th Street)
County Project Number: 1302
Bid Number: 2014009
Project Address: Indian River Boulevard, 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 rights and authority assigned to ENGINEER in the Contract Documents in connection
with the completion of the Work in accordance with the Contract Documents.
ARTICLE 4 - CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness
for final payment as stated in the Contract Documents are of the essence of the Contract.
4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be substantially completed on or before the 60th 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 75 day after the date when the Contract
Times commence to run.
00520 - Agreement (Public Works) REV 04-07
00520 - 2
C:\Users\rgwgslb\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07.doc
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 Toss 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 $1,148.00 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 $1,148 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: $ t \ l.Q t \crk . Sb
Written Amount: \-Vai sAs S Nt 4-X\r\auteS tu,3._
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%) 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
00520 - Agreement (Public Works) REV 04-07
00520 - 3
C:\UsersVgwgslbWppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07.doc
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 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 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.
00520 - Agreement (Public Works) REV 04-07
00520 - 4
C:\Users\rgwgslb\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07 doc
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,
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.
00520 - Agreement (Public Works) REV 04-07
00520 - 5
C:\Users\rgwgslb\AppData\LocalWicrosott\Windows\Temporary Internet Files\Content.Outlook\GUF8029Z\00520 - Agreement (Public Works) REV 04-07.doc
ARTICLE 9 - CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. This Agreement (pages 00520-1 to 00520-8, 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. Contractors Application for Payment (pages 00622-1 to 00620-6, inclusive);
6. General Conditions (pages 00700-1 to 00700-44, inclusive);
7. Supplementary Conditions (pages 00800-1 to 00800-11, inclusive);
8. Specifications as listed in the table of contents of the Project Manual;
9. Drawings consisting of a cover sheet and sheets numbered 2 through 30, inclusive,
with each sheet bearing the following general title: Indian River Boulevard
Resurfacing;
10. Addenda (numbers to , inclusive);
11. Appendices to this Agreement (enumerated as follows):
Appendix A — Permits
12. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive)
13. Bid Bond (pages 00430-1 inclusive), Qualifications Questionnaire (page 00456-1 to
00456-4, inclusive) List of Subcontractors (page 00458-1 inclusive).
14. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships (pages 00452-1 to 00452-2, inclusive)
15. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2,
inclusive)
•
16. 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).
17. Contractor's Final Certificate of the Work (pages 00632-1 to 00632-2 of the
Specifications)
00520 - Agreement (Public Works) REV 04-07
00520 - 6
C:\UsersVgwgslbWppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07.doc
ARTICLE 10 - MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the General Conditions.
10.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Contract will be
binding on another party hereto without the written consent of the party sought to be
bound; and, specifically but without limitation, moneys that may become due and moneys
that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release or discharge
the assignor from any duty or responsibility under the Contract Documents.
10.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and
legal representatives to the other party hereto, its partners, successors, assigns, and legal
representatives in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under
any Law or Regulation shall be deemed stricken, and all remaining provisions shall
continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the
Contract Documents shall be reformed to replace such stricken provision or part thereof
with a valid and enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
10.05 Venue
A. This Contract shall be governed by the laws of the State 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.
[The remainder of this page was left blank intentionally]
00520 - Agreement (Public Works) REV 04-07
00520 - 7
C:\UsersVgwgslb\AppData\Local\Miaosoft\Windows\Temporary Internet Files\Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07.doc
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 120 (the date the Contract is approved
by the Indian River County Board of County Commissioners, which is the Effective Date of the
Agreement).
OWNER:
CONTRACTOR:
INDIAN RIVER COUNTY \)qN)3L Lon,\S\At(Co)) JA( seS �Nc.
B
By: \. ta,a
J
seph A. Baird, County Administrator
APPROVED AS TO FORM AND
SUFFI 3 ►/Y:
By /./
Dylan Reingold, County Attorney
cp.._
LEGAL
Jeffrey R. Smith, Clerk of Court and Comptroller
Attest:
(SEAL)
Deputy Clerk
Designated Representative:
Name. Christopher J. Kafer Jr., P E
Title County Engineer
1801 27th Street
Vero Beach, Florida 32960
(772) 226-1221
Facsimile: (772) 778-9391
$tt,....'1Sego ..
4• l• .;F9N`t
Attest
on ractor)
•
CORPORATE SEAL)-
Address for giving notices:
% eR CoNS\�.uc�„� ,�c�S SeS 1--t\K.
\a Elh6c�cuek
a, R Ga ._&00,
License No. C , Q Q , U \c\v9\y
(Where applicable)
Agent for service of process: ton\os
D esignated Representative:
N ame: Q ock_q\'as -2ykoko J
Title: 5004 ,P.cA
Address: \\
SQN \(3 19-„1`s WGf
`? \ch 3 y 11.Q
P hone Slsz1-Sick _ ckyoCs
Facsimile: St o\ l\t _ Y21).
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to sign.)
**ENDOFSECTION**
00520 - Agreement (Public Works) REV 04-07
00520 - 8
C:\UsersVgwgslb\AppData\Local\Microsoft\Windows\Temporary Internet Files \Content.Outlook\GUFB029Z\00520 - Agreement (Public Works) REV 04-07.doc
SECTION 00550 - Notice to Proceed
[Certified Mail -- Return Receipt Requested]
TO:
Dated
ADDRESS:
(BIDDER)
ontract For:
Indian River Boulevard Resurfacing (US 1 to 17th Street)
IRC Project No: 3102
IRC Bid No. 2014009
You are notified that the Contract Times under the above contract will commence to run on
. By that date you are to start performing your obligations under the Contract
Documents. The contracthas allocated 60 days for Substantial Completion of this project and
75 days for Final Completion. In accordance with Article 4 of the Agreement the date of
Substantial Completion is and the date of readiness for final payment is
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
Also, before you may start any Work at the Site, you must
(add other requirements, if applicable)
INDIAN RIVER COUNTY
(OWNER)
By:
(AUTHORIZED SIGNATURE)
(TITLE)
00550 - Notice to Proceed REV 1-4-11.doc
00550 - 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents \00550 - Notice to Proceed REV 1-4-11.doc
Rev. 05/01
3120140008358 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 2737 PG: 877, 2/17/2014 2:11 PM
PUBLIC CONSTRUCTION BOND
•
BOND NUMBER: 106051547
•
BOND AMOUNT: $686,074.50
CONTRACT AMOUNT:
CONTRACTOR'S NAME:
CONTRACTOR'S ADDRESS:
CONTRACTOR'S PHONE:
SURETY COMPANY:
SURETY'S ADDRESS:
OWNER'S NAME:
OWNER'S ADDRESS:
OWNER'S PHONE:
$686,074.50
Ranger Construction Industries, Inc.
1200 Elboc Way
Winter Garden. FI, 34787
407-656-9266
Travelers Casualty and Surety Company of Amenca
One Tower Square, 5PB
Hartford, CT 06183
Indian River County, Florida
•
1800 27th Street,
Vero Beach, FL 32960
772-226-1416
DESCRIPTION OF WORK: Indian River Boulevard Resurfacing
PROJECT LOCATION.
Indian River Boulevard (US 1 to 17th Street), Indian River County
LEGAL DESCRIPTION:
Indian River Boulevard (US 1 to 17th Street), Indian River County
Indian.Rwer Bid No. 2014009
This Bond is issued in favor of the County conditioned on the full and faithful performance of the
Cantrsct.
•
A TRJE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
•
BK: 2737 PG: 878
•
SECTION 00320
PUBUC CONSTRUCTION BOND
BY THIS BOND, We Ranger Construction Industries, Inc. , as Principal, and
Travelers Casualty and Surety Company of America , a Corporation as Surety, are bound to the
Indian River County, FL , herein called County. , in the sum of $ 686,074.50
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:
1.
Performs the Contract dated Fe bruav5 4
for the construction of the
Indian River Boulevard (US 1 to 17th Street) located yyjjh1n Indian River County, Florida,
the Contract being made a part of this bond reference, at the times and in the
manner prescribed in the Contract; and
120a between Principal
and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida
Statues, 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 Countyall josses, damages including but not limited to delay damages,
expenses, costs and attorneys fees, including appellate proceedings, that County.
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.
My changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contra Surety's obligation under this
bond.
:it or the changesdoes not affect
Principal agrees to record this bond in the Official Records for Indian River County before the
commencement of the work subject of this bond.
DATED ON: 6th. February 2 2014 ,
PRINCIPAL : Ranger Construcponidbstries, Inc.
r, ,
Address: 1200 Elboc taisieatp#1
rt n4 +
r t -Tc
rto-..o$
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SPI{TN, CLEFK
r
BK: 2737 PG: 879
•
SURETY: Travelers Casualty and Surety Company of America
Address:
By.
i
One Tower S .4;1.n3, 5P:/
Hartford, C •183
P `ps (• $ Attorney -in -Fad)
C ERTIFICATES AS TO CORPORATE PRINCIPAL
I. Rick Fowler ,certify that I am the Secretary of the Corporation named as
P nncipal in the within bond; that Scott Fowler
behalf of the Principal, wan than Vice President of sold Gorporation;`j.r$ . know
his signature, and his signature hereto is genuine; and that said bond was duly signei
attested for and in behalf of said Corporation by authority governing body. ::`:
who signed the said bond on
STATE OF FLORIDA)
ss
COUNTY OF Orange .. )
r,
., r
.
4, y.,.. . j
..,.':�✓'.il.: :
Secreta
(Cori
Tf J .} f e..
zt
The foregoing instrument was acknowledged before me this. 6th day of February! . v. i ,,f
2014 , by William Phelps on behalf of the corporation (Surety): He/She
[please check as applicable]
X is personalty known to me,
his/her (state)
his/her (type of identification) as identification,
who being by me first duty swom upon oath, says that he/she is the Attomey-in-Fact, for the
Prinapal and that he has been authorized by the Prinapal to execute the foregoing bond on behalf
of the Principal named therein in favor of Inman Rive County, Florida.
driver's license,
Subscribed and swom to before me this 6th day bruary
(Attach Power of Attorney)
2014
v,,y�l � 4-
N ary P blit State of Florida -at -Large
*
Os
A.D.
•
�10iliiusoll
,•• ti,;MissioN • - 9 „
:`GVii\19,?piso9co Z
N
IIEE 154184 • J O��
9,p'' Bonded to . • cQ':
'%$f 1 1 TM 1 Off\``
A TRUE' COPY
CERTIFICATION ON LAST PAGE
LP, SMITH, CLERK
BK: 2737 PG: 880
TRAVELERSJ
Attorney -In Fact No.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
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
215719
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 005489037
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, 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 are corporations duly organized under the laws of the State of Connecticut, 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
William Phelps
of the City of Melbourne State of Florida 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.
Any and all consents required by the Department of Transportation, or the Orlando -Orange County Expressway Authority, State of Florida, incident to
the release of retained percentages and/or final estimates.
IN WTTNFSS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13th
day of May 2013
State of Connecticut
City of Hartford ss.
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
United States Fidelity and Guaranty Company
By:
Robert L. Raney. enior Vice President
On this the 13th day of May 2013 before me personally appeared Robert L. Raney, 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.
In Witness Whereof, 1 hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2016.
58440-8-12 Printed in U.S.A.
\.09•Ailt
••�
Marie C. Tetreault,Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
A TRUE COPY
CERTIFICATION ON LAST PAGE
ER. SMITH, CLERK
BK: 2737 PG: 881
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 Attomeys-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; whtch:is in full force and effect and has not been revoked.
t.
t;
IN TESTIMONY WHEREOF, I have hereunto set my hand amt. affixed the chis of said Companies this
riPE
(P
day of IztSRW42-r ,20
Goa
•
Kevin E. Hughes, Assistant Sec
.r;
To verify the authenticity of this Power of Attomey, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the
above-named individuals and the details of the bond to which the power is attached.
INDIAN RIVER COUNTY
THIS IS TO tERTIFYTHAT
COP? OF THEORIGINALON
ORIGINAL MAY HAVE REDA
IN FLORILIA STATUfr 19 0
AIM RIO CORRECT
LE INTIM OFFICE. THIS
INFORMATION AS STATED
�Of* CL -
D
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
ACORO®
CERTIFIL-,TE OF LIABILITY INSUh .ANCE
DATE(MM/DD/YYYY)
02/07/2014
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 1-304-357-4520
George H. Friedlander Co.
PO Box 2466
1566 Kanawha Blvd. E.
Charleston, WV 25329
CONTACT
NAME:
PHONE
INC. No. Eat):
E-MAIL
ADDRESS:
FAX
INC. No):
INSURER(S) AFFORDING COVERAGE
NAIL 0
. ( RERA: Travelers Property Casualty Company of
INSURED
Ranger Construction Industries, Inc.
1200 Elboc Way
Winter Garden, FL 34787
MSURER B : Travelers Property Casualty Company
INSURERC: Travelers Insurance
INSURER D :
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 38404980
•
CERTIFICATE HOLDER
CANCELLATION
Indian River
1800 27th
Vero Beach,
County
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS
INDICATED.
CERTIFICATE
EXCLUSIONS
IS TO CERTIFY THAT THE POLICIES
NOTWITHSTANDING ANY REQUIREMENT,
MAY BE ISSUED OR MAY
AND CONDITIONS OF SUCH
OF INSURANCE
PERTAIN,
POLICIES.
LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MMR
TYPE OF INSURANCE
R
Y YID
POLICY
NUMBER
POUCY
(IrM/DD/YYYY)
EFF
(MM/DD/YYY1)
POLICYMADDEXP
UNITS
A
GENERALLIABILm'
COMMERCIAL
GENERAL
-MADE
LIABILITY
CO -58078217-13
04/01/13
04/01/14
EACH OCCURRENCE
$1,000,000
X
DAMAGE
PREMISES
TO
(Ea
RENTED
orpurrence)
$500,000
$
CLAIMS
X
OCCUR
MED EXP
(Any one person)
$ 10, 000
%
Contractual
Liability
PERSONAL 8 ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
PRPOLICY n JECT n LOC$
PRODUCTS - COMP/OP AGG
$ 2 , 000 , 000
B
AUTOMOB(LEUABIUTY
ANY AUTO
ALLOS OWNED
A
HIRED AUTOS
SCHEDULED
AUTOS
NON
AUTOS
-OWNED
CAP -5807B186-13
04/01/13
04/01/14
COMBINEDSINGLELIMIT
(Ea accident)
$1,000,000
X
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
X
%
PROPERTY
(Per
accident)
DAMAGE
$
$
A
X
UMBRELLAUAB
EXCESS LAB
X
OCCUR
CLAIMS -MADE
CUP -58078198-13
04/01/13
04/01/14
EACH OCCURRENCE
$ 3,000,000
AGGREGATE
$ 5,000,000
DED
RETENTION $
$
C
w ORKERSCOMPENSATION
ANDEMPLOYERS'LIABILITY .
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS
YIN
N / A
UB-6339B488-13WCSTATU-
04/01/13
04/01/14
X
TORYIIMITS
OTH-
ER
E.L. EACH ACCIDENT
$ 1,000,000
N
E.L. DISEASE - EA EMPLOYEE
$ 1, 000, 000
below
E.L. DISEASE - POLICY LIMIT
$ 1,000,00 0
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule,
Indian River County is an Additional Insured but only with respect
by the insured and at the specified project.
Project: Indian River Boulevard Resurfacing, US 1 to 17th Street;
if more space is
to work
County Project
required)
conducted
No.
1302; RCI No. 3505388
CERTIFICATE HOLDER
CANCELLATION
Indian River
1800 27th
Vero Beach,
County
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Street
PL 32960
USA
AUTHORIZED REPRESENTATIVE
l
Ati_1
ACORD 25 (2010/05)
klaplart te
1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SECTION 00942 - Change Order Form
No. 1
DATE OF ISSUANCE: EFFECTIVE DATE:
OWNER: Indian River County
CONTRACTOR Ranger Construction Industries, Inc.
Bid No. 2014009
Project Indian River Boulevard Resurfacing (US 1 to 17th Street)
OWNER's Project No. 1302
Engineer: Indian River County
You are directed to make the following changes in the Contract Documents:
Description:
Eliminate Bid Items 660-4-11 (Vehicle Detector Assembly (Cabinet Equipment)) and 660-4-
12 (Vehicle Detector Assembly (Above Ground 4 -Camera System) (Econolite))
Reason for Change Order:
These items have been previously installed by others
Attachments: (List documents supporting change)
Descnption of Itemized Changes
CHANGE
I CHANGE IN CONTRACT PRICE:
IN CONTRACT TIMES
Description
Amount
Original Contract Price
$716,499.50
Original Contract Time:
Substantial Completion:
Final Completion:
Net decrease of this Change Order:
$30,425.00
75
Contract Price with all approved
Change Orders:
$686.074.50
(days or dates)
0
0
Contract Time with all approved
Change Orders:
Substantial Completion:
Final Completion:
(days
60
CHANGE
IN CONTRACT TIMES
Descnption
Time
Original Contract Time:
Substantial Completion:
Final Completion:
(days)
60
75
Net increase (decrease) this
Change Order:
Substantial Completion:
Final Completion:
(days or dates)
0
0
Contract Time with all approved
Change Orders:
Substantial Completion:
Final Completion:
(days
60
or dates)
75
RECOMMENDED*
By:
ENGINEER (Signature)
Date:
APPROVED:
By:
OWNER (Signature)
Date:
00942 - Change Order No. 1
00942 - 1
F:\PuSic Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfadng (SCOP) US1 to 17th SI\AdnurnkChange Orders100942 - Change Order No. 1.doc Rev 05101
CHANGE ORDER NO 1
DESCRIPTION OF ITEMIZED. CHANGES
Indian River Boulevard Resurfacing (from US 1 TO 17th Street)
IRC Project No. 1302/Bid No. 2014009
F:1Public Wor161ENGINEERING DMSION PROJECTS11302-IR Sled Resurfacing (SCOP) US1 to 17th ShAdmim\Change Orders\Change Order No 1 Description of Itemized Changes Page 1
Item No.
Description
of Change
Quantity
Unit
Unit Price
Price DECREASE
ITEMS
DELETED
660-4-11
VEHICLE DETECTOR ASSEMBLY
•
(CABINET EQUIPMENT)
1
EA
$ 4,695.00
$ 4,695.00
660-4-12
VEHICLE DETECTOR ASSEMBLY (ABOVE
GROUND 4 -CAMERA SYSTEM)
1.
EA
$ 25,730.00
$ 25,730.00
TOTAL CHANGE ORDER #1 DECREASE
$ 30,425.00.
F:1Public Wor161ENGINEERING DMSION PROJECTS11302-IR Sled Resurfacing (SCOP) US1 to 17th ShAdmim\Change Orders\Change Order No 1 Description of Itemized Changes Page 1
SECTION 00622 - Contractor's Application for Payment
Indian River Boulevard Resurfacing
(US 1 to 17th Street)
Application for Payment No.
For Work Accomplished through the period of through
To: Indian River County (OWNER)
From. (CONTRACTOR)
Bid No.: 2014009
Project No.: 1302
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): $
4. Total completed and stored to date: $
5. 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
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;
Page 2of6
2. Updated Construction Schedule per Specification Section 01310, and
00622 Contractors Application for Payment - 03-10 rev.doc
00622 - 1
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\00622 - Contractor's Application for Payment - 03-10
rev.doc Rev. 05/01
Dated By:
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
(CONTRACTOR — must be signed by
an Officer of the Corporation)
Print Name and Title
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 , 20
is personally known to me or has produced
as identification.
(SEAL)
NOTARY PUBLIC:
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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00622 - Contractors Application for Payment - 03-10
rev.doc Rev. 05/01
S URETY'S CONSENT OF PAYMENT TO CONTRACTOR:
The Surety,
Page 3 of 6
,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:
S ecretary Corporate Surety
S TATE OF FLORIDA
COUNTY OF INDIAN RIVER
Business Address
BY*
Print Name.
Title:
(Affix Corporate SEAL)
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 PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00622 - Contractor's Application for Payment - 03-10
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,
matenalmen 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, matenalmen 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:\Public Works \ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmim\bid documents\00622 - 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 - Contractor's Application for Payment - 03-10 rev.doc
00622 - 5
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St Admim\bid documents\00622 - Contractors Application for Payment - 03-10
rev.doc Rev. 05/01
TOTAL I
0.00 I
$OAO
$0.00
50.00
50.00
V3
Eel
Vi
V)
L.
QUANTITY
p
O N
4-4
L esN
BAI
To MATERIALS
STORED
<
I-
0.00
•,
i•-' N
I-If^,yx L N
O 0
U _
C v)
Y
Z C
p
Hi O u
i L
C <� v) O o
O C �DCa
QUANTITY TOTAL
0.00
AMOUNT COMPLETED T
MATERIALS STORED TO
SUB -TOTAL MATERIALS
DATE
RETAINAGE AT 10%
TOTAL COMPLETED AN
LESS PREVIOUS PAYME?
AMOUNT DUE CONfRAC
OJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bic
ple.doc
QUANTITY TOTAL
0.00
Unit Price I Amount I QUANTITY TOTAL
`.
O
O
O
a„
a
MI
O
O
O
O
SUBTOTAL
TOTAL
Description I Unit I Quantity
SUBTOTAL
FORCE
ACCOUNT 1 LS
GRAND TOTAL
Item
No.
SECTION 00630 - Certificate of Substantial Completion
D ate of Issuance: , 20
OWNER: Indian River County
CONTRACTOR:
P roject No.:1302
P roject: Indian River Boulevard Resurfacing (US 1 to 17th Street)
OWNER's Bid No. 2014009
(Insert Name of Contract as it appears in the Bid Documents)
This Certificate of Substantial Completion applies to all Work under the Contract Documents or
to the following specified parts thereof:
To•
OWNER
And Tom
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 days
of the above date of Substantial Completion.
00630 - Certificate of Substantial Completion REV 04-07.doc
00630 - 1
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmim\bid documents\00630 - Certificate of Substantial Completion
REV 04-07.doc
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 attached to 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
F:1Public Works1ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th ShAdmim\bid documents100630 - Certificate of Substantial Completion
REV 04-07.doc
SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION
OF THE WORK
(TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT)
P ROJECT NAME: Indian River Boulevard Resurfacing (US 1 to 17th Street)
IRC PROJECT NO: 1302
S TATE OF
COUNTY OF
P ersonally_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:
N ame 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.
CONTRACTOR has reviewed the Work for compliance with the Contract
D ocuments
3. CONTRACTOR has completed the Work in accordance with the Contract
D ocuments
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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00632 -
Contractor's 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 120
Notary Public State of Florida at Large
My Commission expires:
+ + END OF SECTION + +
00632-2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00632 -
Contractors Final Certification REV 04-07.doc
SECTION 00634 - 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: Indian River Boulevard Resurfacing
(US 1 to 17th Street)
INDIAN RIVER COUNTY PROJECT # 1302
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]
CERTIFIED BY•
(SURVEYOR'S SEAL)
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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00634 - Professional Surveyor and Mapper's
Certification as to Elevations and Locations of the Work REV 04-07.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 ®1996
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 5
1.01 Defined Terms 5
1.02 Terminology 7
ARTICLE 2 - PRELIMINARY MATTERS 8
2.01 Debvery of Bonds 8
2.02 Copies of Documents 8
2.03 Commencement of Contract Times, Notice to Proceed 8
2.04 Starting the Work 8
2.05 Before Starting Construction 8
2.06 Preconstruction Conference 9
2.07 Initial Acceptance of Schedules 9
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 9
3.01 Intent 9
3.02 Reference Standards 10
3.03 Reporting and Resolving Discrepancies 10
3.04 Amending and Supplementing Contract Documents 10
3.05 Reuse of Documents 10
ARTICLE 4 - 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 Conditions 11
4.04 Underground Facilities 12
4.05 Reference Points 13
4.06 Hazardous Environmental Condition at Site 13
ARTICLE 5 - BONDS AND INSURANCE 14
5.01 Performance, Payment, and Other Bonds 14
5.02 Licensed Sureties and Insurers 15
5.03 Certificates of Insurance 15
5.04 CONTRACTOR's Liability Insurance 15
5.05 OWNER's Liability Insurance 16
5.06 Property Insurance 16
5.07 Waiver of Rights 17
5.08 Receipt and Application of Insurance Proceeds 18
5.09 Acceptance of Bonds and Insurance; Option to Replace 18
5.10 Partial Utilization, Acknowledgment of Property Insurer 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 19
6.04 Progress Schedule 19
6.05 Substitutes and "Or -Equals" 19
6.07 Patent Fees and Royalties 21
00700 - General Conditions REV 5-10-13.doc
00700 - 2
F:\Public \\'orks\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents \00700 - General Conditions REV 5-10-13.doc
6.08 Permits 22
6.09 Laws and Regulations 22
6.10 Taxes 22
6.11 Use of Site and Other Areas • 22
.6.13 Safety and Protection 23
6.14 Safety Representative 23
6.15 Hazard Communication Programs 23
6.16 Emergencies 24
6.17 Shop Drawings and Samples 24
6.18 Continuing the Work 25
6.19 CONTRACTOR s General Warranty and Guarantee 25
6.20 Indemnification 25
ARTICLE 7 - OTHER WORK 26
7.01 Related Work at Site 26
7.02 Coordination 27
ARTICLE 8 - OWNER'S RESPONSIBILITIES 27
8.01 Communications to Contractor 27
8.02 Replacement of ENGINEER 27
8.03 Furnish Data 27
8.04 Pay Promptly When Due 27
8.05 Lands and Easements; Reports and Tests 27
8.06 Insurance 27
8.07 Change Orders 27
8.08 Inspections, Tests, and Approvals 27
8.09 Limitations on OWNER'S Responsibilities 27
8.10 Undisclosed Hazardous Environmental Condition 28
8.11 Evidence of Financial Arrangements 28
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 28
9.01 OWNER'S Representative 28
9.02 Visits to Site 28
9.03 Project Representative 28
9.04 Clarifications and Interpretations 28
9.05 Authorized Variations in Work 28
9.06 Rejecting Defective Work 29
9.07 Shop Drawings, Change Orders and Payments 29
9.09 Decisions on Requirements of Contract Documents and Acceptability of Work 29
9.10 Limitations on ENGINEER's Authority and Responsibilities 29
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 30
10.01 Authorized Changes in the Work 30
10.02 Unauthorized Changes in the Work 30
10.03 Execution of Change Orders 30
10.04 Notification to Surety 30
10.05 Claims and Disputes 31
ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 31
11.01 Cost of the Work 31
11.02 Cash Allowances 33
11.03 Unit Price Work 33
ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 34
00700 - General Conditions REV 5-I0-13.doc
00700 - 3
F:\Public Works\ENGINEERING DIVISION PROJECTS \130? -IR Blvd Resurfacing (SCOP) USI to 17th SAAdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
12.01 Change of Contract Price 34
12.02 Change of Contract Times 35
12.03 Delays Beyond CONTRACTOR's Control 35
12.04 Delays Within CONTRACTOR's Control 35
12.06 Delay Damages 35
ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK 35
13.01 Notice of Defects 35
13.02 Access to Work 35
13.03 Tests and Inspections 35
13.04 Uncovering Work 36
13.05 OWNER May Stop the Work 36
13.06 Correction or Removal of Defective Work 37
13.07 Correction Period 37
13.08 Acceptance of Defective Work 37
13.09 OWNER May Correct Defective Work 37
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 38
14.01 Schedule of Values • 38
14.02 Progress Payments 38
14.03 CONTRACTOR's Warranty of Title 40
14.04 Substantial Completion 40
14.05 Partial Utilization 40
14.06 Final Inspection 41
14.07 Final Payment 41
14.08 Final Completion Delayed .41
14.09 Waiver of Claims 42
ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 42
15.01 OWNER May Suspend Work 42
15.02 OWNER May Terminate for Cause 42
15.03 OWNER May Terminate For Convenience 43
15.04 CONTRACTOR May Stop Work or Terminate 43
ARTICLE 16 - DISPUTE RESOLUTION 43
16.01 Methods and Procedures 43
ARTICLE 17 - MISCELLANEOUS 44
17.01 Giving Notice 44
17.02 Computation of Times 44
17.03 Cumulative Remedies 44
17.04 Survival of Obligations 44
17.05 Controlling Law 44
00700 - General Conditions REV 5-10-13.doc
00700 - 4
F:\Public \Vorks\ENGINEERING DIVISION PROJECTS \I302 -IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00700 - General Conditions REV 5-t0-13.doc
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in the Contract Documents
and printed with initial or all capital letters the terms
listed below will have the meanings indicated which
are applicable to both the singular and plural thereof.
1. Addenda—Written or graphic instruments
issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the
Contract Documents
2. Agreement—The written instrument which
is evidence of the agreement between OWNER and
CONTRACTOR covering the Work.
3. Application for Payment—The form
acceptable to ENGINEER which is to be used by
CONTRACTOR during the course of the Work in
requesting progress or final payments and which is to
be accompanied by such supporting documentation
as is required by the Contract Documents.
4. Asbestos—Any material that contains
more than one percent asbestos and is friable or is
releasing asbestos fibers Into the air above current
action levels established by the United States Occupa-
tional Safety and Health Administration.
5. Bid—The offer or proposal of a bidder
submitted on the prescribed form setting forth the
prices for the Work to be performed.
6. Bidding Documents—The Bidding
Requirements and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
7. Bidding Requirements The
Advertisement or Invitation to Bid, Instructions to
Bidders, Bid security form, if any, and the Bid form
with any supplements.
8. Bonds Performance and payment bonds
and other instruments of security.
9. Change Order --A document recommend
ed by ENGINEER which is signed by CONTRACTOR
and OWNER and authorizes an addition deletion, or
revision in the Work or an adjustment in the Contract
Price or the Contract Times issued on or after the
Effective Date of the Agreement.
10. Claim --A demand or assertion by
OWNER or CONTRACTOR seeking an adjustment of
Contract Price or Contract Times, or both, or other
relief with respect to the terms of the Contract. A
demand for money or services by a third party is not a
Claim
11. Contract --The entire and integrated
written agreement between the OWNER and
CONTRACTOR concerning the Work. The Contract
supersedes prior negotiations, representations or
agreements, whether written or oral.
12. Contract Documents --The Contract
Documents establish the rights and obligations of the
parties and include the Agreement, Addenda (which
pertain to the Contract Documents), CONTRACTOR's
B id (including documentation accompanying the Bid
and any post Bid documentation submitted prior to the
N otice of Award) when attached as an exhibit to the
Agreement, the Notice to Proceed, the Bonds, these
General Conditions the Supplementary Conditions,
the Specifications and the Drawings as the same are
more specifically identified in the Agreement, together
with all Written Amendments Change Orders, Work
Change Directives, Field Orders, and ENGINEER's
written interpretations and clarifications issued on or
after the Effective Date of the Agreement. Approved
Shop Drawings and the reports and drawings of
subsurface and physical conditions are not Contract
Documents. Only printed or hard copies of the items
listed in this paragraph are Contract Documents. Files
in electronic media format of text, data, graphics, and
the like that may be furnished by OWNER to
CONTRACTOR are not Contract Documents.
13. Contract Price --The moneys payable by
OWNER to CONTRACTOR for completion of the
Work in accordance with the Contract Documents as
stated in the Agreement (subject to the provisions of
paragraph 11.03 in the case of Unit Price Work).
14. Contract Times --The number of days or
the dates stated in the Agreement to: (i) achieve
S ubstantial Completion; and (ii) complete the Work so
that it is ready for final payment as evidenced by
E NGINEER's written recommendation of final pay-
ment.
15. CONTRACTOR --The individual or entity
with whom OWNER has entered into the Agreement.
16. Cost of the Work --See paragraph 11.01.A
for definition.
00700 - General Conditions REV 5-I0-13.doc
00700 -
F:\Public Works \ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) USI to 17th St\4dmim\bid documents\00700 - General Conditions REV 5-10-13.doc
17. Drawings --That part of the Contract
Documents prepared or approved by ENGINEER
which graphically shows the scope, extent and
character of the Work to be performed by
CONTRACTOR Shop Drawings and other
CONTRACTOR submittals are not Drawings as so
defined.
18 Effective Date of the Agreement --The
date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the
date on which the Agreement is signed and delivered
by the last of the two parties to sign and deliver.
19 ENGINEER --The individual or entity
n amed as such in the Agreement.
20. ENGINEER's Consultant An individual or
e ntity having a contract with ENGINEE rnish
services as ENGINEER's ind-•- sent professional
associate or consult_ • vy respect to the Project and
who is - - ied as such in the Supplementary
21. Field Order -A written order issued by
E NGINEER which requires minor changes in the
Work but which does not involve a change in the
Contract Price or the Contract Times.
22. General Requirements Sections of
D ivision 1 of the Specifications. The General
Requirements pertain to all sections of the Specifica-
tions.
23. Hazardous Environmental Condition --The
presence at the Site of Asbestos, PCBs, Petroleum,
H azardous Waste, or Radioactive Material in such
quantities or circumstances that may present a
substantial danger to persons or property exposed
thereto in connection with the Work.
24. Hazardous Waste --The term Hazardous
Waste shall have the meaning provided in Section
1004 of the Solid Waste Disposal Act (42 USC
Section 6903) as amended from time to time
25. Laws and Regulations; Laws or Regulat-
ions --Any and all applicable laws, rules, regulations,
ordinances, codes, and orders of any and all govern
mental bodies, agencies, authorities, and courts
having jurisdiction.
26. Liens Charges, security interests, or
e ncumbrances upon Project funds, real property, or
personal property.
27. Milestone --A principal event specified in
the Contract Documents relating to an intermediate
completion date or time prior to Substantial Comple-
tion of all the Work.
28. Notice of Award --The written notice by
OWNER to the apparent successful bidder stating that
u pon timely compliance by the apparent successful
bidder with the• conditions precedent listed therein
OWNER will sign and deliver the Agreement.
29. Notice to Proceed --A written notice given
by OWNER to CONTRACTOR fixing the date on
which the Contract Times will commence to run and
o n which CONTRACTOR shall start to perform the
Work under the Contract Documents.
30. OWNER --The individual, entity, public
body, or authority with whom CONTRACTOR has
e ntered into the Agreement and for whom the Work is
to be performed.
31. Partial Utilization --Use by OWNER of a
substantially completed part of the Work for the pur-
pose for which it is intended (or a related purpose)
prior to Substantial Completion of all the Work.
32. PCBs --Polychlorinated biphenyls.
33. Petroleum --Petroleum, including crude oil
o r any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees
Fahrenheit and 14.7 pounds per square inch
absolute), such as oil, petroleum, fuel oil, oil sludge, oil
refuse, gasoline, kerosene, and oil mixed with other
n on -Hazardous Waste and crude oils.
34. Project --The total construction of which
the Work to be performed under the Contract
Documents may be the whole, or a part as may be
indicated elsewhere in the Contract Documents.
35. Project Manual The bound documentary
information prepared for bidding and constructing the
Work. A listing of the contents of the Project Manual,
which may be bound in one or more volumes, is
contained in the table(s) of contents.
36. Radioactive Material—Source, special
n uclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et
seq.) as amended from time to time.
37. Resident Project Representative --The
authorized representative of ENGINEER who may be
assigned to the Site or any part thereof.
38. Samples --Physical examples of
materials, equipment, or workmanship that are
representative of some portion of the Work and which
00700 - Gene al Conditions REV 5-10-13.doc
00700 - 6
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
establish the standards by which such portion of the
Work will be judged.
39. Shop Drawings--AII drawings, diagrams,
illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
40. Site—Lands or areas indicated in the
Contract Documents as being furnished by OWNER
upon which the Work is to be performed, including
rights-of-way and easements for access thereto, and
such other lands furnished by OWNER which are
designated for the use of CONTRACTOR.
41. Specifications—That part of the Contract
Documents consisting of written technical descriptions
of materials, equipment, systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
42. Subcontractor—An individual or entity
having a direct contract with CONTRACTOR or with
any other Subcontractor for the performance of a part
of the Work at the Site.
43. Substantial Completion—The time at
which the Work (or a specified part thereof) has
progressed to the point where, in the opinion of
ENGINEER, the Work (or a specified part thereof) is
sufficiently complete, in accordance with the Contract
Documents, so that the Work (or a specified part
thereof) can be utilized for the purposes for which it is
intended. The terms "substantially complete" and
'substantially completed' as applied to all or part of the
Work refer to Substantial Completion thereof.
44. Supplementary Conditions—That part of
the Contract Documents which amends or
supplements these General Conditions.
45. Supplier—A manufacturer, fabricator,
supplier, distributor materialman, or vendor having a
direct contract with CONTRACTOR or with any
S ubcontractor to furnish materials or equipment to be
incorporated in the Work by CONTRACTOR or any
S ubcontractor.
46. Underground Facilities—All underground
pipelines conduits, ducts, cables, wires, manholes
vaults, tanks, tunnels, or other such facilities or
attachments, and any encasements containing such
facilities, including those that convey electricity, gases,
steam, liquid petroleum products, telephone or other
communications cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or
other control systems.
47. Unit Price Work --Work to be paid for on
the basis of unit prices.
48. Work --The entire completed construction
o r the various separately identifiable parts thereof re-
quired to be provided under the Contract Documents.
Work includes and is the result of performing or
providing all labor, services, and documentation
-necessary to produce such construction, and
furnishing, installing, and incorporating all materials
and equipment into such construction, all as required
by the Contract Documents.
49. Work Change Directive --A written
statement to CONTRACTOR issued on or after the
Effective Date of the Agreement and signed by
OWNER and recommended by ENGINEER ordering
an addition, deletion, or revision in the Work, or
responding to differing or unforeseen subsurface or
physical conditions under which the Work is to be
performed or to emergencies A Work Change
Directive will not change the Contract Price or the
Contract Times but is evidence that the parties expect
that the change ordered or documented by a Work
Change Directive will be incorporated in a subse-
quently issued Change Order following negotiations by
the parties as to its effect, if any on the Contract Price
o r Contract Times.
50. Written Amendment—A written statement
modifying the Contract Documents, signed by
OWNER and CONTRACTOR on or after the Effective
Date of the Agreement and normally dealing with the
n onengineering or nontechnical rather than strictly
construction -related aspects of the Contract Docu-
ments.
1.02 Terminology
A. Intent of Certain Terms or Adjectives
1. Whenever in the Contract Documents the
terms "as allowed," "as approved,' or terms of like
effect or import are used, or the adjectives
"reasonable," "suitable," "acceptable," "proper,'
"satisfactory," or adjectives of like effect or import
are used to describe an action or determination of
ENGINEER as to the Work it is intended that such
action or determination will be solely to evaluate, in
general, the completed Work for compliance with
the requirements of and information in the Contract
Documents and conformance with the design
concept of the completed Project as a functioning
whole as shown or indicated in the Contract
Documents (unless there is a specific statement
indicating otherwise). The use of any such term or
adjective shall not be effective to assign to ENGI-
00700 - General Conditions REV 5-10 13.doc
00700 - 7
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents \00700 - General Conditions REV 5-10-13.doc
NEER any duty or authority to supervise or direct
the performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.10 or any other provision
of the Contract Documents.
B. Day
1. The word "day" shall constitute a
calendar day of 24 hours measured from
midnight to the next midnight.
C. Defective
1. The word "defective," when modifying
the word "Work,' refers to Work that is
u nsatisfactory, faulty, or deficient in that it does
n ot conform to the Contract Documents or does
not meet the requirements of any inspection,
reference standard, test, or approval referred to
in the Contract Documents, or has been
damaged prior to ENGINEER's recom-
mendation of final payment (unless responsi-
bility for the protection thereof has been
assumed by OWNER at Substantial
Completion in accordance with paragraph
14.04 or 14.05).
D. Furnish, Install, Perform, Provide
1. The word "furnish," when used in
connection with services, materials, or
Site (or some other specified location) ready for
Gencilfien,
2. The word "install," when used in
connection with services materials, or
cquipmcnt, shall m an to put into use or place
4n final position said services materials or
u se
3. The words "perform" or "provide,"
when used in connection with services,
and install said services materials, or
equipment complete and ready for intended
use,
4. When "furnish," "install," "perform," or
"provide" is not used in connection with services,
materials, or equipment in a context clearly
requiring an obligation of CONTRACTOR,
"provide' is implied.
E. Unless stated otherwise in the Contract Docu-
ments, words or phrases which have a well-known
technical or construction industry or trade meaning are
used in the Contract Documents in accordance with
such recognized meaning.
ARTICLE 2 - PRELIMINARY MATTERS
2.01 Delivery of Bonds
A. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR
may be required to furnish.
2.02 Copies of Documents
A. OWNER shall furnish to CONTRACTOR up
to ten copies of the Contract Documents. Additional
copies will be furnished upon request at the cost of
reproduction.
2.03 Commencement of Contract Times; Notice
to Proceed
A. The Contract Times will commence to run on
the thirtieth day after the Effective Date of the Agree-
ment or, if a Notice to Proceed is given, on the day
indicated in the Notice to Proceed. A Notice to Pro-
ceed may be given at any time within 30 days after the
Effective Date of the Agreement. In no event will the
Contract Times commence to run later than the
ninetieth day after the day of Bid opening or the
thirtieth day after the Effective Date of the Agreement,
whichever date is earlier.
2.04 Starting the Work
A. CONTRACTOR shall start to perform the
Work on the date when the Contract Times com-
mence to run. No Work shall be done at the Site prior
to the date on which the Contract Times commence to
run
2.05 Before Starting Construction
A. CONTRACTOR s Review of Contract Docu-
ments: Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures therein and all applicable field measurements
CONTRACTOR shall promptly report in writing to
ENGINEER any conflict, error ambiguity, or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work affected
00700 General Conditions REV 5 10-13.doc
00700 - 8
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
thereby; however, CONTRACTOR shall not be liable
to OWNER or ENGINEER for failure to report any
conflict, error, ambiguity or discrepancy in the
Contract Documents unless CONTRACTOR knew or
reasonably should have known thereof.
B. Preliminary Schedules: Within ten days after
the Effective Date of the Agreement (unless otherwise
specified in the General Requirements), CONTRAC-
TOR shall submit to ENGINEER for its timely review:
1. a preliminary progress schedule
indicating the times (numbers of days or dates)
for starting and completing the various stages
of the Work, including any Milestones specified
in the Contract Documents;
2. a preliminary schedule of Shop
Drawing and Sample submittals which will list
each required submittal and the times for sub-
mitting reviewing, and processing such
submittal; and
3. a preliminary schedule of values for
all of the Work which includes quantities and
prices of items which when added together
equal the Contract Price and subdivides the
Work into component parts in sufficient detail to
serve as the basis for progress payments
during performance of the Work. Such prices
will include an appropriate amount of overhead
and profit applicable to each item of Work.
C. Evidence of Insurance: Before any Work a
the Site is started, CONTRACTOR and OWNE all
each deliver to the other, with cop -: o each
additional insured identified in tupplementary
Conditions, certificates of urance (and other
evidence of insurance ich either of them or any
additional insure may reasonably request) which
CONTRA and OWNER respectively are
re . to purchase and maintain in accordance with
Article 5.
2.06 Preconstruction Conference
A. Within 20 days after the Contract Times rt
to run, but before any Work at the Site i - arted, a
conference attended by CONTRACT* tm ENGINEER,
and others as appropriate wil held to establish a
working understanding - - ong the parties as to the
Work and to disc . - e schedules referred to in para-
graph 2.05.:, .rocedures for handling Shop Drawings
and er submittals, processing Applications for
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract
Documents, at least ten days before submission of the
first Application for Payment a conference attended by
CONTRACTOR, ENGINEER, and others as appropri-
ate will be held to review for acceptability to ENGI-
NEER as provided below the schedules submitted in
accordance with paragraph 2.05.B. CONTRACTOR
shall have an additional ten days to make corrections
and adjustments and to complete and resubmit the
schedules. No progress payment shall be made to
CONTRACTOR until acceptable schedules are
submitted to ENGINEER.
1. The progress schedule will be
acceptable to ENGINEER if it provides an
orderly progression of the Work to completion
within any specified Milestones and the
Contract Times. Such acceptance will not
impose on ENGINEER responsibility for the
progress schedule, for sequencing, scheduling,
or progress of the Work nor interfere with or
relieve CONTRACTOR from CONTRACTOR's
full responsibility therefor.
2. CONTRACTOR's schedule of Shop
Drawing and Sample submittals will be
acceptable to ENGINEER if it provides a
workable arrangement for reviewing and
processing the required submittals.
3. CONTRACTOR's schedule of values
will be acceptable to ENGINEER asto form
and substance if it provides a reasonable
allocation of the Contract Price to component
parts of the Work.
ARTICLE 3 - CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
3.01 Intent
A. The Contract Documents are comple-
mentary; what is called for by one is as binding as if
called for by all.
B. It is the intent of the Contract Documents to
describe a functionally complete Project (or part there
of) to be constructed in accordance with the Contract
Documents. Any labor, documentation, services
materials, or equipment that may reasonably be
inferred from the Contract Documents or from
prevailing custom or trade usage as being required to
produce the intended result will be provided whether
or not specifically called for at no additional cost to
OWNER.
00700 General Conditions REV 5-10-13.doc
00700 - 9
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100700 - General Conditions REV 5-10-13.doc
C. Clarifications and interpretations of the
Contract Documents shall be issued by ENGINEER
as provided in Article 9.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and
Regulations
1. Reference to standards, specifica-
tions manuals, or codes of any technical
society, organization, or association, or to Laws
o r Regulations, whether such reference be
specific or by implication, shall mean the stan-
dard, specification, manual, code, or Laws or
Regulations in effect at the time of opening of
B ids (or on the Effective Date of the Agreement
if there were no Bids), except as may be
otherwise specifically stated in the Contract
Documents.
2. No provision of any such standard,
specification, manual or code, or any instruction
of a Supplier shall be effective to change the
duties or responsibilities of OWNER,
CONTRACTOR, or ENGINEER, or any of their
subcontractors, consultants, agents, or employ-
ees from those set forth in the Contract
D ocuments, nor shall any such provision or
instruction be effective to assign to OWNER,
E NGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or
authority to supervise or direct the performance
of the Work or any duty or authority to
u ndertake responsibility inconsistent with the
provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the
Work, CONTRACTOR discovers any conflict,
e rror, ambiguity, or discrepancy within the Con-
tract Documents or between the Contract
Documents and any provision of any Law or
Regulation applicable to the performance of the
Work or of any standard, specification, manual
o r .code, or of any instruction of any Supplier
CONTRACTOR shall report it to ENGINEER in
writing at once. CONTRACTOR shall not
proceed with the Work affected thereby (except
in an emergency as required by paragraph
6.16.A) until an amendment or supplement to
the Contract Documents has been issued by
one of the methods indicated in paragraph
3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for
failure to report any such conflict. error,
ambiguity, or discrepancy unless CON-
TRACTOR knew or reasonably should have
known thereof.
B. Resolving Discrepancies
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:
a. the provisions of any standard,
specification, manual, code, or instruction
(whether or not specifically incorporated by
reference in the Contract Documents); or
b. the provisions of any Laws or
Regulations applicable to the performance
of the Work (unless such an interpretation of
the provisions of the Contract Documents
would result in violation of such Law or
Regulation).
3.04 Amending and Supplementing Contract
Documents
A. The Contract Documents may be amended to
provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in
o ne or more of the following ways: (i) a Written
Amendment; (ii) a Change Order; or (iii) a Work
Change Directive.
B. The requirements of the Contract Documents
may be supplemented, and minor variations and
deviations in the Work may be authorized, by one or
more of the following ways (i) a Field Order; (ii)
ENGINEER's approval of a Shop Drawing or Sample;
o r (iii) ENGINEER's written interpretation or clarifi-
cation.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or
Supplier or other individual or entity performing or
furnishing any of the Work under a direct or indirect
contract with OWNER: (i) shall not have or acquire
any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any
thereof) prepared by or bearing the seal of
ENGINEER or ENGINEER's Consultant, including
e lectronic media editions; and (ii) shall not reuse any
of such Drawings, Specifications, other documents, or
copies thereof on extensions of the Project or any
00700 - General Conditions REV 5-10-13.doc
00700 - 10
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
other project without written consent of OWNER and
ENGINEER and specific written verification or
adaption by ENGINEER. This prohibition will survive
final payment completion and acceptance of the
Work or termination or completion of the Contract.
Nothing herein shall preclude CONTRACTOR from
retaining copies of the Contract Documents for record
purposes.
ARTICLE 4 - AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall
notify CONTRACTOR of any encumbrances or
restrictions not of general application but specifically
related to use of the Site with which CONTRACTOR
must comply in performing the Work. OWNER will
o btain in a timely manner and pay for easements for
permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or
extent, if any, of any adjustment in the Contract Price
o r Contract Times or both as a result of any delay in
OWNER's furnishing the Site, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
B. Upon reasonable written request, OWNER
shall furnish CONTRACTOR with a current statement
of record legal title and legal description of the lands
u pon which the Work is to be performed and
OWNER's interest therein as necessary for giving
notice of or .filing a mechanic's or construction lien
against such lands in accordance with applicable
Laws and Regulations
C. CONTRACTOR shall provide for all additional
lands and access thereto that may be required for
temporary construction facilities or storage of
materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: 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 Contract Documents; and
2 those drawings of physical
conditions in or relating to existing surface or
00700
F:\Public Works \ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1
subsurface structures at or contiguous to the
Site (except Underground Facilities) that ENGI-
NEER has used in preparing the Contract
Documents.
B Limited Reliance by CONTRACTOR on
Technical Data Authorized: CONTRACTOR may rely
upon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
Such "technical data' is identified in the Supplementa
ry Conditions. Except for such reliance on such
"technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any
of ENGINEER's Consultants with respect to:
1. the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences, and
procedures of construction to be employed by
CONTRACTOR, and safety precautions and
programs incident thereto; or
2. other data, interpretations, opinions,
and information contained in such reports or
shown or indicated in such drawings; or
3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data'
or any such other data, interpretations,
opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to
the Site that is uncovered or revealed either:
1. is of such a nature as to establish
that any "technical data" on which CONTRAC-
TOR is entitled to rely as provided in paragraph
4.02 is materially inaccurate; or
2. is of such a nature as to require a
change in the Contract Documents; or
3. differs materially from that shown or
indicated in the Contract Documents; or
4. is of an unusual nature, and differs
materially from conditions ordinarily
encountered and generally recognized as inher-
ent in work of the character provided for in the
Contract Documents;
then CONTRACTOR shall, promptly after becoming
aware thereof and before further disturbing the
00700 - General Conditions REV 5-10-13.doc
- I 1
to 17th St\Admim\bid documents00700 - General Conditions REV 5-10-13.doc
subsurface or physical conditions or performing any
Work in connection therewith (except in an emergency
as required by paragraph 6.16.A), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such
condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do
so.
B. ENGINEER's Review: After receipt of written
notice as required by paragraph 4.03.A, ENGINEER
will promptly review the pertinent condition, determine
the necessity of OWNER's obtaining additional
exploration or tests with respect thereto, and advise
OWNER in writing (with a copy to CONTRACTOR) of
ENGINEER's findings and conclusions.
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract
Times, or both, will be equitably adjusted to the
extent that the existence of such differing
subsurface or physical condition causes an in-
crease or decrease in CONTRACTOR's cost
of, or time required for, performance of the
Work; subject, however, to the following:
a. such condition must meet any one or
more of the categories described in para-
graph 4 03.A; and
b. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in
Contract Price will be subject to the
provisions of paragraphs 9.08 and 11 03.
2. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or
Contract Times if:
a. CONTRACTOR knew of the
existence of such conditions at the time
CONTRACTOR made a final commitment
to OWNER in respect of Contract Price and
Contract Times by the submission of a Bid
or becoming bound under a negotiated
contract; or
b. the existence of such condition could
reasonably have been discovered or
revealed as a result of any examination,
investigation exploration, test, or study of
the Site and contiguous areas required by
the Bidding Requirements or Contract
Documents to be conducted by or for CON-
TRACTOR prior to CONTRACTOR's
making such final commitment; or
c. CONTRACTOR failed to give the
written notice within the time and as re-
quired by paragraph 4.03.A.
3. If OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times, or both, a
Claim may be made therefor as provided in
paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants
shall not be liable to CONTRACTOR for any
claims, costs losses, or damages (including
but not limited to all fees and charges of
engineers architects attorneys and other
professionals and all court or arbitration or other
dispute resolution costs) sustained by
CONTRACTOR on or in connection with any
other project or anticipated project.
4.04 Underground Facilities
A. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the Site is based on information and
data furnished to OWNER or ENGINEER by the
owners of such Underground Facilities, including
OWNER, or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not
be responsible for the accuracy or com-
pleteness of any such information or data; and
2. the cost of all of the following will be
included in the Contract Price, and CONTRAC-
TOR shall have full responsibility for:
a. reviewing and checking all such
information and data,
b. Iocating all Underground Facilities
shown or indicated in the Contract
Documents,
c. coordination of the Work with the
owners of such Underground Facilities,
including OWNER, during construction, and
d. the safety and protection of all such
Underground Facilities and repairing any
damage thereto resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is
uncovered or revealed at or contiguous to the
00700 - General Conditions REV 5-10-13.doc
00700 - 12
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StV\dmim\bid documents\00700 - General Conditions REV 5-10-13.doc
S ite which was not shown or indicated, or not
shown or indicated with reasonable accuracy in
the Contract Documents, CONTRACTOR shall,
promptly after becoming aware thereof and
before further disturbing conditions affected
thereby or performing any Work in connection
therewith (except in an emergency as required
by paragraph 6 16.A), identify the owner of
such Underground Facility and give written
notice to that owner and to OWNER and ENGI-
N EER. ENGINEER will promptly review the
U nderground Facility and determine the extent,
if any, to which a change is required in the
Contract Documents to reflect and document
the consequences of the existence or location
of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the
safety and protection of such Underground
Facility.
2. If ENGINEER concludes that a
change in the Contract Documents is required,
a Work Change Directive or a Change Order
will be issued to reflect and document such
consequences. An equitable adjustment shall
be made in the Contract Price or Contract
Times, or both, to the extent that they are
attributable to the existence or location of any
U nderground Facility that was not shown or
indicated or not shown or indicated with
reasonable accuracy in the Contract
Documents and that CONTRACTOR did not
know of and could not reasonably have been
expected to be aware of or to have anticipated.
If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or
extent, if any, of any such adjustment in
Contract Price or Contract Times, OWNER or
CONTRACTOR may make a Claim therefor as
provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER s judgment are necessary to enable
CONTRACTOR to proceed with the Work. CON-
TRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established
reference points and property monuments, and shall
make no changes or relocations without the prior
written approval of OWNER. CONTRACTOR shall
report to ENGINEER whenever any reference point or
property monument is lost or destroyed or requires
relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replacement or relocation of such reference points or
00700 - 13
property monuments by professionally qualified
personnel.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: Reference is made to
the Supplementary Conditions for the identification of
those reports and drawings relating to a Hazardous
E nvironmental Condition identified at the Site, if any,
that have been utilized by the ENGINEER in the
preparation of the Contract Documents.
B Limited Reliance by CONTRACTOR on
Technical Data Authorized: CONTRACTOR may rely
u pon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
S uch "technical data" is identified in the
S upplementary Conditions. Except for such reliance
o n such "technical data," CONTRACTOR may not rely
u pon or make any Claim against OWNER,
E NGINEER or any of ENGINEER's Consultants with
respect to:
1 the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions . and
programs incident thereto; or
2. other data interpretations, opinions
and information contained in such reports or
shown or indicated in such drawings; or
3. any CONTRACTOR interpretation of
o r conclusion drawn from any "technical data"
o r any such other data, interpretations opinions
o r information.
C. CONTRACTOR shall not be responsible for
any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated
in Drawings or Specifications or identified in the
Contract Documents to be within the scope of the
Work. CONTRACTOR shall be responsible for a
H azardous Environmental Condition created with any
materials brought to the Site by CONTRACTOR,
S ubcontractors, Suppliers, or anyone else for whom
CONTRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
E nvironmental Condition or if CONTRACTOR or
anyone for whom CONTRACTOR is responsible
creates a Hazardous Environmental Condition,
CONTRACTOR shall immediately: (i) secure or
otherwise isolate such condition; (ii) stop all Work in
00700 - General Conditions REV 5-10-13.doc
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents \00700 - General Conditions REV 5-10-13.doc
connection with such condition and in any area
affected thereby (except in an emergency as required
by paragraph 6.16); and (iii) notify OWNER and ENGI-
NEER (and promptly thereafter confirm such notice in
writing) OWNER shall promptly consult with
ENGINEER concerning the necessity for OWNER to
retain a qualified expert to evaluate such condition or
take corrective action, if any.
E CONTRACTOR shall not be required to
resume Work in connection with such condition or in
any affected area until after OWNER has obtained
any required permits related. thereto and delivered to
CONTRACTOR written notice: (i) specifying that such
condition and any affected area is or has been
rendered safe for the resumption of Work; or (ii)
specifying any special conditions under which such
Work may be resumed safely. If OWNER and
CONTRACTOR cannot agree as to entitlement to or
o n the amount or extent, if any, of any adjustment in
Contract Price or Contract Times, or both, as a result
of such Work stoppage or such special conditions
u nder which Work is agreed to be resumed by
CONTRACTOR, either party may make a Claim
therefor as provided in paragraph 10.05.
F If after receipt of such written notice
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-
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-
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
portion of the Work, then either party may make a
Claim therefor as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in
accordance with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall indemnify and hold
harmless CONTRACTOR, Subcontractors, ENGI-
NEER, ENGINEER's Consultants and the officers,
directors, partners, employees, agents, other
consultants, and subcontractors of each and any of
them from and against all claims, costs, losses, and
damages (including but not limited to all fees and
charges of engineers architects, attorneys and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition, provided that
such Hazardous Environmental Condition: (() was not
shown or indicated in the Drawings or Specifications
o r identified in the Contract Documents to be included
within the scope of the Work, and (ii) was not created
00700 -
•
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to
by CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this para-
graph 4.06.E shall obligate OWNER to indemnify any
individual or entity from and against the consequences
of that individual s or entity's own negligence.
H. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultants, and the officers, directors, partners,
employees, agents, other consultants, and
subcontractors of each and any of them from and
against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
H azardous Environmental Condition created by
CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this
paragraph 4.06.F shall obligate CONTRACTOR to
indemnify any individual or entity from and against the
consequences of that individual's or entity's own negli-
gence.
I. The provisions of paragraphs 4.02, 4.03, and
4.04 are not intended to apply to a Hazardous
E nvironmental Condition uncovered or revealed at the
S ite.
ARTICLE 5 - BONDS AND INSURANCE
5.01 Performance, Payment, and Other Bonds
A. CONTRACTOR shall furnish performa
and payment Bonds each in an amount at le equal
to the Contract Price as security for the ful perfor
mance and payment of all • •NTRACTOR's
obligations under the Contra Documents. These
Bonds shall remain in ct at least until one year
after the date wh- final payment becomes due,
except as prov c d otherwise by Laws or Regulations
nish such other Bonds as arc required by the
B. All Bonds shall be in the form prescribed by
the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by
such sureties as are named in the current list of Com-
panies Holding Certificates of Authority as Acceptable
S ureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570
(amended) by the Financial Management Service
S urety Bond Branch, U.S. Department of the
Treasury All Bonds signed by an agent must be
00700 - General Conditions REV 5-10-13.doc
14
17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
accompanied by a certified copy of such agent's
authority to act.
C. If the surety on any Bond furnished by CON-
TRACTOR is declared bankrupt or becomes insolvent
o r its right to do business is terminated in any state
where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.01.B,
CONTRACTOR shall within 20 days thereafter
substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs
5.01.6 and 5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained from
surety or insurance companies that are duly licensed
o r authorized in the jurisdiction in which the Project is
located to issue Bonds or insurance policies for the
limits and coverages so required. Such surety and
insurance companies shall also meet such additional
requirements and qualifications as may be provided in
the Supplementary Conditions.
5.03 Certificates of Insurance
A. CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by OWN-
ER or any other additional insured) which CON-
TRACTOR is required to purchase and maintain.
to each additional insured identified in the Supple
mentary Conditions, certificates of insurance (and
other evidence of insurance requested by CONTRAC
TOR or any other additional ensured) which OWNER
is required to purchase and maintain
5.04 CONTRACTOR's Liability Insurance
A. CONTRACTOR shall purchase and maintain
such liability and other insurance as is appropriate for
the Work being performed and as will provide
protection from claims set forth below which may arise
o ut of or result from CONTRACTOR's performance of
the Work and CONTRACTOR's other obligations
u nder the Contract Documents, whether it is to be per-
formed by CONTRACTOR any Subcontractor or
Supplier, or by anyone directly or indirectly employed
by any of them to perform any of the Work, or by
anyone for whose acts any of them may be liable:
1. claims under workers' compensation,
disability benefits, and other similar employee
benefit acts;
2. claims for damages because of
bodily injury, occupational sickness or disease
o r death of CONTRACTOR's employees;
3. claims for damages because of
bodily injury, sickness or disease or death of
any person other than CONTRACTOR's
e mployees;
4.. claims for damages insured by
reasonably available personal injury liability
coverage which are sustained: (i) by any person
as a result of an offense directly or indirectly
related to the employment of such person by
CONTRACTOR, or (ii) by any other person for
any other reason;
5. claims for damages, other than to the
Work itself, because of injury to or destruction
of tangible property wherever located including
loss of use resulting therefrom and
6. claims for damages because of
bodily injury or death of any person or property
damage arising out of the ownership, mainte-
nance or use of any motor vehicle.
B. The policies of insurance so required by this
paragraph 5.04 to be purchased and maintained shall
1. with respect to insurance required by
paragraphs 5.04.A.3 through 5.04.A.6 inclusive,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability) OWNER ENGINEER, ENGINEER's
Consultants, and any other individuals or
e ntities 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
additional insureds, and the insurance afforded
to these additional insureds shall provide
primary coverage for all claims covered
thereby;
2. include at least the specific
coverages and be written for not less than the
limits of liability provided in the Supplementary
Conditions or required by Laws or Regulations,
whichever is greater;
3. include completed operations
insurance;
00700 - General Conditions REV 5-10-13.doc
00700 - 15
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees or agents
and other consultants of each and any of them from
and against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
e ngineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to
any infringement of patent rights or copyrights incident
to the use in the performance of the Work or resulting
from the incorporation in the Work of any invention
design, process, product, or device not specified in the
Contract Documents.
6.08 Permits
A. Unless otherwise provided in the Supple-
mentary Conditions, CONTRACTOR shall obtain and
pay for all construction permits and licenses. OWNER
shall assist CONTRACTOR, when necessary, in
o btaining such permits and licenses. CONTRACTOR
shall pay all governmental charges and inspection
fees necessary for the prosecution of the Work which
are applicable at the time of opening of Bids, or, if
there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of
u tility owners for connections to the Work, and
OWNER shall pay all charges of such utility owners
for capital costs related thereto, such as plant
investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to the
performance of the Work. Except where otherwise
expressly required by applicable Laws and
Regulations, neither OWNER nor ENGINEER shall be
responsible for monitoring CONTRACTOR s compli-
ance with any Laws or Regulations
B. If CONTRACTOR performs any Work know-
ing or having reason to know that it is contrary to Laws
or Regulations, CONTRACTOR shall bear all claims,
costs losses, and damages (including but not limited
to all fees and charges of engineers, architects
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such Work; however, it shall not be
CONTRACTOR's primary responsibility to make
certain that the Specifications and Drawings are in
accordance with Laws and Regulations but this shall
not relieve CONTRACTOR of CONTRACTOR's
o bligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at
the time of opening of Bids (or, on the Effective Date
of the Agreement if there were no Bids) having an
effect on the cost or time of performance of the Work
may be the subject of an adjustment in Contract Price
or Contract Times. If OWNER and CONTRACTOR
are unable to agree on entitlement to or on the
amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph
10.05.
6.10 Taxes
A. CONTRACTOR shall pay all sales, consum-
er, use, and other similar taxes required to be
paid by CONTRACTOR in accordance with
the Laws and Regulations of the place of the
Project which are applicable during, the
performance of the Work.
B. OWNER qualifies for state and local sales tax
exemption in the purchase of all material and
equipment.
6.11 Use of Site and Other Areas
A Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine
construction equipment, the storage of
materials and equipment and the operations of
workers to the Site and other areas permitted
by Laws and Regulations, and shall not
unreasonably encumber the Site and other
areas with construction equipment or other
materials or equipment. CONTRACTOR shall
assume full responsibility for any damage to
any such land or area, or to the owner or
occupant thereof, or of any adjacent land or
areas resulting from the performance of the
Work.
2.. Should any claim be made by any
such owner or occupant because of the
performance of the Work, CONTRACTOR shall
promptly settle with such other party by
negotiation or otherwise resolve the claim by
arbitration or other dispute resolution
proceeding or at law
3. To the fullest extent permitted by
Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER
ENGINEER, ENGINEER's Consultant, and the
officers directors, partners, employees, agents,
and other consultants of each and any of them
from and against all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
00700 - General Conditions REV 5-10 13.doc
00700 - 22
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th ShAdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
4. include contractual liability insurance
• covering CONTRACTOR's indemnity
obligations under paragraphs 6.07, 6.11, and
6 20;
5. contain a provision or endorsement
that the coverage afforded will not be canceled,
materially changed or renewal refused until at
least thirty days prior written notice has been
given to OWNER and CONTRACTOR and to
each other additional insured identified in the
Supplementary Conditions to whom a certificate
of insurance has been issued (and the
certificates of insurance furnished by the CON-
TRACTOR pursuant to paragraph 5.03 will so
provide);
6. remain in effect at least until final
payment and at all times thereafter when CON-
TRACTOR may be correcting, removing, or
replacing defective Work in accordance with
paragraph 13.07; and
7. with respect to completed operations
insurance, and any insurance coverage written
on a claims -made basis, remain in effect for at
least two years after final payment (and
CONTRACTOR shall furnish OWNER and
each other additional insured identified in the
Supplementary. Conditions, to whom a
certificate of insurance has been issued,
evidence satisfactory to OWNER and any such
additional insured of continuation of such
insurance at final payment and one year
thereafter).
5.05 OWNER's Liability Insurance
A. In addition to the insurance required t+ be
provided by CONTRACTOR under par - p 5.04,
OWNER, at OWNER's option - -y purchase and
maintain at OWNER's - se OWNER's own liability
insurance as protect OWNER against claims
which]� v arise from operations under the Contract
uments.
5.06 Property Insurance
A. Unlecc otherwise provided in the Supple
mentary Conditions, OWNER shall purchase and
• • • .• •
•
provided in the Supplementary Conditions or required
by Laws and Regulations). This insurance shall:
1 include the interests of OWNER,
CONTRACTOR, Subcontractors, ENGINEER,
individuals or entitles identified in the
directors, partners, employees, agents and
and any of them, each of whom is deemed to
have an insurable interest and shall be -listed as
an additional insured;
2. be written on a Builder's Risk "all risk"
or open peril or special causes of los✓ policy
st include insurance for
physical loss or damage to the Work, tempo
rary buildings, false work, and materials and
equipment in transit, and shall insure against -at
ast the following perils or causes of Ions: fire
lightning,extended coverage, theft, vandalism
debris removal, demolition occasioned by cn
forcement of Laws and Regulations, water
damage, and such other perils or causes of
Supplementary Conditions;
3. include expenses incurred in the
a di
•
-
go
• e a
vs I
ENGINEER;
•
:_.••••11 •_
•
•
••a• ___ •••...
-
5. allow for partial utilization of the Work
by OWNER
6. include testing and startup, and
7. be maintained in effect until final pay
wntmg by OWNER, CONTRACTOR and
ENGINEER with 30 days written notice to each
8. OWNER shall purchase and maintain such
insurance as may be required by the Supplementary
the
interests
f OWNER, CONTRACTOR,
tants, and any other individuals or entities identified in
00700 - General Conditions REV 5-10-13.doc
00701) - 16
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents \00700 - General Conditions REV 5-10-13.doc
deemed to have an insurable interest and shall be
C. All the policies of insurance (and the certifi
Dates or other evidence thereof) required to be pur
WO a
5.06 will contain a provision or endorsement that thc
coverage afforded will not be canceled or materially
written notice has been given to OWNER and CON
TRACTOR and to each other additional insured to
paragca p14 -54z
D. OWNER shall not be responsible for purchas-
ing and maintaining any property insurance specified
in this paragraph 5.06 to protect the interests of
CONTRACTOR, Subcontractors, or others in the
Work to the extent of any deductible amounts that are
identified in the Supplementary Conditions. The risk
of loss within such identified deductible amount will be
borne by CONTRACTOR, Subcontractors, or others
suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the
purchaser's own expense.
E. If CONTRACTOR requests in writing that
fro
OWNER shall, if possible, include such insurance,
and the cost thereof will be charged to CONTRAC
TOR by appropriate Change Order or Written
Amendment. Prior to commencement of the Work at
TOR whether or not such other insurance has been
procured by OWNER.
5.07 Waiver of Rights
A. OWNER and CONTRACTOR intend that all
will protect OWNER, CONTRACTOR,
Subcontractors, ENGINEER, ENGINEER's Consul-
tants, and all other individuals or entities identified in
the Supplementary Conditions to be listed as insureds
or additional insureds (and the officers, directors,
partners, employees, agents, and other consultants
•
losses and damages caused by the perils or causes of
los covered thereby. All such policies shall contain
provisions to the effect that in the event of payment of
any Toss or damage the insurers will have no rights of
waive all rights against each other and thei r
respective officers, directors, partners, employees,
agents, and other consultants and subcontractors of
perils or causes of loss covered by such policies and
and, in addition, waive all such rights against
Subcontractors, ENGINEER, ENGINEER'G
Consultants, and all other individuals or entities
identified in the Supplementary Conditions to be listed
•
•
•
them) under such policies for losses and damages so
trustee or otherwise payable under any policy :o
issued.
B. OWNER waives all rights against
CONTRACTOR, Subcontractors, ENGINEER,
•
•
1. Toss due to business interruption, loss
of use, or other consequential loss extending
beyond direct physical loes or damage to
whether or not insured by OWNER; and
2. Toss or damage to the completed Pro
ject or part thereof caused by, arising out of, or
cause of Toss covered by any property
or part thereof by OWNER during partial
utilization pursuant to paragraph 11.05, after
11.04, or after final payment pursuant to
pacag-Fajah-lA-0.7
C. Any insurance policy maintained by OWNER
covering any loss, damage or consequential los.,
referred to in paragraph 5.07.B shall contain
any such loss, damage, or consequential Toss, thc
insurers will have no rights of recovery against
CONTRACTOR, Subcontractors, ENGINEER, or
ENGINEER's Consultants and the officers, directors,
partners, employees, agents, and other consultants
00700 - General Conditions REV 5-10-13.doc
00700 - 17
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SOAdmim\bid documents100700 - General Conditions REV 5-10-13.doc
5.08 Receipt and Application of Insurance
Proceeds
A. Any insured loss under the policies of
with OWNER and made payable to OWNER as
fiduciary for the insureds, as their interests may
•
•
other special agreement is reached, the damaged
received applied on account thereof, and the Work
and thc cost thereof covered by an appropriate
Change Order or Written Amendment.
B. OWNER as fiduciary shall have power to
adjust and settle any loss with thc insurers unless one
of the parties in interest shall object in writing within 15
WI' IMF
., -
•
parties in interest may reach. If no such agreement
among the parties in interest is reached, OWNER as
fiduciary shall adjust and settle thc Toss with the
insurers and, if required in writing by any party in
proper performance of such duties.
5.09 Acceptance of Bonds and Insurance; Option
to Replace
A. If either OWNER or CONTRACTOR has any
objection to the coverage afforded by or other provi
sions of the Bonds or insurance required to be
dance with Article 5 on the basis of non conformance
with the Contract Documents, the objecting party shall
receipt of the certificates (or other evidence
requested). required by paragraph 2.05.C. OWNER
provided as the other may reasonably request. If
quired of such party by the
party in writing of such failure to purchase prior to the
any change in the required coverage. Without
prejudice to any other right or remedy, the other party
may elect to obtain equivalent Bonds or insurance to
protect such other party's interests at the expense of
the party who was required to provide such coverage
and a Change Order shall be issued to adjust the
Contract Price accordingly.
5.10 Partial Utilization, Acknowledgment of
Property Insurer
A. If OWNER finds it necessary to occupy or use
a portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph
14 05, no such use or occupancy shall commence
before the insurers providing the property insurance
pursuant to paragraph 5.06 have acknowledged notice
thereof and in writing effected any changes in cover-
age necessitated thereby. The insurers providing the
property insurance shall consent by endorsement on
the policy or policies, but the property insurance shall
not be canceled or permitted to lapse on account of
any such partial use or occupancy.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CON-
TRACTOR shall be solely responsible for the means,
methods, techniques, sequences, and procedures of
construction, but CONTRACTOR shall not be
responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
means, method technique, sequence, or procedure of
construction which is shown or indicated in and
expressly required by the Contract Documents. CON-
TRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident
superintendent thereto who shall not be replaced
without written notice to OWNER and ENGINEER
except under extraordinary circumstances. The
superintendent will be CONTRACTOR's
representative at the Site and shall have authority to
act on behalf of CONTRACTOR All communications
given to or received from the superintendent shall be
binding on CONTRACTOR.
6.02 Labor; Working Hours
A. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out, and
construct the Work as required by the Contract Docu-
00700 - General Conditions REV 5-10-13.doc
00700 - 18
F:1Public Works \ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
ments CONTRACTOR shall at all times maintain
good discipline and order at the Site.
B. Except as otherwise required for the safety or
protection of persons or the Work or property at the
Site or adjacent thereto and except as otherwise
stated in the Contract Documents, all Work at the Site
shall be performed during regular working hours, and
CONTRACTOR will not permit overtime work or the
performance of Work on Saturday, Sunday, or any
legal holiday without OWNER's written consent (which
will not be unreasonably withheld) given after prior
written notice to ENGINEER.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re=
quirements CONTRACTOR shall provide and
assume full responsibility for all services, materials
equipment, labor, transportation, construction
equipment and machinery, tools appliances, fuel,
power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and
incidentals necessary for the performance, testing
start-up, and completion of the Work.
B. All materials and equipment incorporated into
the Work shall be as specified or, if not specified, shall
be of good quality and new, except as otherwise
provided in the Contract Documents All warranties
and guarantees specifically called for by the Specifica-
tions shall expressly run to the benefit of OWNER. If
required by ENGINEER, CONTRACTOR shall furnish
satisfactory evidence (including reports of required
tests) as to the source kind, and quality of materials
and equipment. All materials and equipment shall be
stored, applied, installed, connected erected,
protected, used, cleaned, and conditioned in
accordance with instructions of the applicable
Supplier, except as otherwise may be provided in the
Contract Documents.
6.04 Progress Schedule
A. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph
2.07 as it may be adjusted from time to time as
provided below.
1 CONTRACTOR shall submit to
ENGINEER for acceptance (to the extent indi-
cated in paragraph 2.07) proposed adjustments
in the progress schedule that will not result in
changing the Contract Times (or Milestones).
Such adjustments will conform generally to the
progress schedule then in effect and additional-
ly will comply with any provisions of the General
Requirements applicable thereto.
2. Proposed adjustments in the
progress schedule that will change the Contract
Times (or Milestones) shall be submitted in
accordance with the requirements of Article 12.
Such adjustments may only be made by a
Change Order or Written Amendment in accor-
dance with Article 12.
6.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function, appearance,
and quality required. Unless the specification or
description contains or is followed by words reading
that no like, equivalent, or "or -equal" item or no
substitution is permitted, other items of material or
equipment or material or equipment of other Suppliers
may be submitted to ENGINEER for review under the
circumstances described below.
1. "Or -Equal" Items. If in ENGINEER's
sole discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so
that no change in related Work will be required,
it may be considered by ENGINEER as an
'or -equal" item in which case review and
approval of the proposed item may, in
ENGINEER's sole discretion, be accomplished
without compliance with some or all of the
requirements for approval of proposed substi-
tute items. For the purposes of this paragraph
6.05 A.1, a proposed item of material or
equipment will be considered functionally equal
to an item so named if:
a. in the exercise of reasonable
judgment ENGINEER determines that (1) it
is at least equal in quality, durability
appearance, strength, and design
characteristics; (ii) it will reliably perform at
least equally well the function imposed by
the design concept of the completed Project
as a functioning whole, and;
b. CONTRACTOR certifies that: (i)
there is no increase in cost to the OWNER
and (i1) it will conform substantially, even
with deviations, to the detailed requirements
of the item named in the Contract
Documents.
00700 - General Conditions REV 5-10-13.doc
00700 - 19
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmim\bid documents100700 - General Conditions REV 5-10-13.doc
Substitute Items
a. If in ENGINEER's sole discretion an
item of material or equipment proposed by
CONTRACTOR does not qualify as an
"or -equal" item under paragraph 6.05.A.1, it
will be considered a proposed substitute
item.
b CONTRACTOR shall submit suffi-
cient information as provided below to allow
ENGINEER to determine that the item of
material or equipment proposed is
essentially equivalent to that named and an
acceptable substitute therefor. Requests for
review of proposed substitute items of
material or equipment will not be accepted
by ENGINEER from anyone other than
CONTRACTOR.
c. The procedure for review by ENGI-
NEER will be as set forth in paragraph
6 05.A.2.d as supplemented in the General
Requirements and as ENGINEER may
decide is appropriate under the
circumstances.
d. CONTRACTOR shall first make
written application to ENGINEER for review
of a proposed substitute item of material or
equipment that CONTRACTOR seeks to
furnish or use. The application shall certify
that the proposed substitute item will
perform adequately the functions and
achieve the results called for by, the general
design, be similar in substance to that
specified and be suited to the same use as
that specified The application will state the
extent, if any to which the use of the pro-
posed substitute item will prejudice
CONTRACTOR's achievement of Substan-
tial Completion on time, whether or not use
of the proposed substitute item in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute item and whether or not
incorporation or use of the proposed substi-
tute item in connection with the Work is sub-
ject to payment of any license fee or royalty.
All variations of the proposed substitute
item from that specified will be identified in
the application, and available engineering,
sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized esti-
mate of all costs or credits that will result
directly or indirectly from use of such
substitute item, including costs of redesign
and claims of other contractors affected by
any resulting change all of which will be
considered by ENGINEER in evaluating the
proposed substitute item ENGINEER may
require CONTRACTOR to furnish additional
data about the proposed substitute item.
B . Substitute Construction Methods or Proce-
dures: If a specific means, method, technique, se-
quence, or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may furnish or utilize a
substitute means method, technique, sequence or
procedure of construction approved by ENGINEER
CONTRACTOR shall submit sufficient information to
allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be similar
to that provided in subparagraph 6 05 A.2.
C. Engineer's Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to para-
graphs 6 05.A and 6.05 B. ENGINEER will be the
sole judge of acceptability. No ' or -equal' or substitute
will be ordered installed or utilized until ENGINEER's
review is complete, which will be evidenced by either a
Change Order for a substitute or an approved Shop
Drawing for an "or equal ENGINEER will advise
CONTRACTOR in writing of any negative
determination.
D . Special Guarantee: OWNER may require
CONTRACTOR to furnish at CONTRACTOR's ex-
pense a special performance guarantee or other
surety with respect to any substitute.
E ENGINEER's Cost Reimbursement:
ENGINEER will record time required by ENGINEER
and ENGINEER's Consultants in evaluating substitute
proposed or submitted by CONTRACTOR pursuant to
paragraphs 6.05.A.2 and 6 05.B and in making
changes in the Contract Documents (or in the
provisions of any other direct contract with OWNER
for work on the Project) occasioned thereby. Whether
or not ENGINEER approves a substitute item so pro-
posed or submitted by CONTRACTOR, CON-
TRACTOR shall reimburse OWNER for the charges
of ENGINEER and ENGINEER s Consultants for
evaluating each such proposed substitute.
F. CONTRACTORs Expense: CONTRACTOR
shall provide all data in support of any proposed
substitute or "or -equal" at CONTRACTOR's expense.
00700 - General Conditions REV 5-10-13.doc
00700 - 20
F_1Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SMdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
6.06 Concerning Subcontractors, Suppliers,
and Others
A. CONTRACTOR shall not employ any
Subcontractor, Supplier, or other individual or entity
(including those acceptable to OWNER as indicated in
paragraph 6.06.6), whether initially or as a
replacement, against whom OWNER may have
reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or
other individual or entity to furnish or perform any of
the Work against whom CONTRACTOR has reason-
able objection
B. If the Supplementary Conditions require the
identity of certain Subcontractors, Suppliers, or other
individuals or entities to be submitted to OWNER in
advance for acceptance by OWNER by a specified
date prior to the Effective Date of the Agreement, and
if CONTRACTOR has submitted a list thereof in
accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to
make written objection thereto by the date indicated
for acceptance or objection in the Bidding Documents
or the Contract Documents) of any such Subcon-
tractor, Supplier, or other individual or entity so
identified may be revoked on the basis of reasonable
o bjection after due investigation CONTRACTOR
shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
e ntity, and the Contract Price will be adjusted by the
difference in the cost occasioned by such
replacement, and an appropriate Change Order will be
issued or Written Amendment signed. No acceptance
by OWNER of any such Subcontractor, Supplier, or
other individual or entity, whether initially or as a
replacement shall constitute a waiver of any right of
OWNER or ENGINEER to reject defective Work.
C: CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of
the Subcontractors Suppliers, and other individuals or
e ntities performing or furnishing any of the Work just
as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in
the Contract Documents shall create for the benefit of
any such Subcontractor, Supplier or other individual
o r entity any contractual relationship between OWNER
o r ENGINEER and any such Subcontractor, Supplier
o r other individual or entity, nor shall it create any
o bligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier, or other individual or
e ntity except as may otherwise be required by Laws
and Regulations.
D CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of Subcon-
tractors, Suppliers, and other individuals or entities
performing or furnishing any of the Work under a
direct or indirect contract with CONTRACTOR.
E. CONTRACTOR shall require all Subcontrac-
tors, Suppliers, and such other individuals or entities
performing or furnishing any of the Work to commu-
n icate with ENGINEER through CONTRACTOR.
F. The divisions and sections of the Specifica-
tions and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among
S ubcontractors or Suppliers or delineating the Work to
be performed by any specific trade.
G. All Work performed for CONTRACTOR by a
S ubcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and
the Subcontractor or Supplier which specifically binds
the Subcontractor or Supplier to the applicable terms
and conditions of the Contract Documents for the
benefit of OWNER and ENGINEER Whenever any
such agreement is with a Subcontractor or Supplier
who is listed as an additional insured on the property
insurance provided in paragraph 5.06, the agreement
between the CONTRACTOR and the Subcontractor
o r Supplier will contain provisions whereby the
S ubcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER's
Consultants, and all other individuals or entities
identified in the Supplementary Conditions to be listed
as insureds or additional insureds (and the officers
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of
them) for all losses and damages caused by ansing
o ut of, relating to, or resulting from any of the perils or
causes of loss covered by such policies and any other
property insurance applicable to the Work. If the
insurers on any such policies require separate waiver
forms to be signed by any Subcontractor or Supplier,
CONTRACTOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in
the performance of the Work or the incorporation in
the Work of any invention, design process, product,
o r device which is the subject of patent rights or
copyrights held by others. If a particular invention,
design process, product, or device is specified in the
Contract Documents for use in the performance of the
Work and if to the actual knowledge of OWNER or
ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To
the fullest extent permitted by Laws and Regulations,
00700 General Conditions REV 5-10-13.doc
00700 - 21
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
arbitration or other dispute resolution costs)
arising out of or relating to any claim or action
legal or equitable, brought by any such owner
or occupant against OWNER, ENGINEER, or
any other party indemnified hereunder to the
extent caused by or based upon
CONTRACTOR's performance of the Work.
B. Removal of Debris During Performance of the
Work: During the progress of the Work CONTRAC-
TOR shall keep the Site and other areas free from
accumulations of waste materials, rubbish, and other
debris Removal and disposal of such waste materi-
als, rubbish, and other debris shall conform to applica-
ble Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of
the Work CONTRACTOR shall clean the Site and
make it ready for utilization by OWNER. At the com-
pletion of the Work CONTRACTOR shall remove from
the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall
restore to original condition all property not designated
for alteration by the Contract Documents.
D. Loading Structures: CONTRACTOR shall not
load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor
shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will
endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place
at the Site one record copy of all Drawings, Specifica-
tions, Addenda Written Amendments, Change
Orders, Work Change Directives, Field Orders, and
written interpretations and clarifications in good order
and annotated to show changes made during
construction. These record documents together with
all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGI-
N EER for reference. Upon completion of the Work,
these record documents, Samples, and Shop
D rawings will be delivered to ENGINEER for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible
for initiating, maintaining and supervising all safety
precautions and programs in connection with the
Work. CONTRACTOR shall take all _ necessary
precautions for the safety of, and shall provide the
necessary protection to prevent damage injury or loss
to:
1. all persons on the Site or who may
be affected by the Work;
2. all the Work and materials and equip-
ment to be incorporated therein, whether in
storage on or off the Site; and
3. other property at the Site or adjacent
thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures utilities, and
Underground Facilities not designated for
removal, relocation, or replacement in the
course of construction.
B. CONTRACTOR shall comply with all applica-
ble Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or
property from damage, injury, or loss; and shall erect
and maintain all necessary safeguards for such safety
and protection. CONTRACTOR shall notify owners of
adjacent property and of Underground Facilities and
other utility owners when prosecution of the Work -may
affect them, and shall cooperate with them in the
protection, removal, relocation, and replacement of
their property. All damage, injury or loss to any
property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed
by any of them to perform any of the Work, or anyone
for whose acts any of them may be liable, shall be
remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications
o r to the acts or omissions of OWNER or ENGINEER
o r ENGINEER's Consultant, or anyone employed by
any of them, or anyone for whose acts any of them
may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence
of CONTRACTOR or any Subcontractor, Supplier, or
other individual or entity directly or indirectly employed
by any of them). CONTRACTOR's duties and
responsibilities for safety and for protection of the
Work shall continue until such time as all the Work is
completed and ENGINEER has issued a notice to
OWNER and CONTRACTOR in accordance with
paragraph 14.07.B that the Work is acceptable
(except as otherwise expressly provided in connection
with Substantial Completion).
6.14 Safety Representative
A. CONTRACTOR shall designate a qualified
and experienced safety representative at the Site
whose duties and responsibilities shall be the
prevention of accidents and the maintaining and
supervising of safety precautions and programs.
00700 - General Conditions REV 5-10-13.doc
00700 - 23
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmimlbid documents\00700 - General Conditions REV 5-10-13.doc
6.15 Hazard Communication Programs
A. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data
sheets or other hazard communication information
required to be made available to or exchanged be-
tween or among employers at the Site in accordance
with Laws or Regulations.
6.16 Emergencies
A. In emergencies affecting the safety or protec
tion of persons or the Work or property at the Site or
adjacent thereto, CONTRACTOR is obligated to act to
prevent threatened damage injury, or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby or are required
as a result thereof. If ENGINEER determines that a
change in the Contract Documents is required be-
cause of the action taken by CONTRACTOR in
response to such an emergency, a Work Change
D irective or Change Order will be issued.
6.17 Shop Drawings and Samples
A. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the acceptable schedule of Shop Drawings and
Sample submittals. All submittals will be identified as
E NGINEER may require and in the number of copies
specified in the General Requirements. The data
shown on the Shop Drawings will be complete with
respect to quantities, dimensions, specified perfor-
mance and design criteria, materials, and similar data
to show ENGINEER the services, materials, and
equipment CONTRACTOR proposes to provide and
to enable ENGINEER to review the information for the
limited purposes required by paragraph 6.17.E.
B. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with the acceptable schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog numbers, and the use for which intended and
otherwise as ENGINEER may require to enable ENGI-
N EER to review the submittal for the limited purposes
required by paragraph 6 17 E. The numbers of each
Sample to be submitted will be as specified in the
Specifications.
C. Where a Shop Drawing or Sample is required
by the Contract Documents or the schedule of Shop
D rawings and Sample submittals acceptable to ENGI-
N EER as required by paragraph 2.07, any related
Work performed prior to ENGINEER's review and
approval of the pertinent submittal will be at the sole
expense and responsibility of CONTRACTOR.
D. Submittal Procedures
1. Before submitting each Shop
Drawing or Sample, CONTRACTOR shall have
determined and verified:
a all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers, and similar information with
respect thereto;
b. all materials with respect to intended
use, fabrication, shipping, handling, storage
assembly, and installation pertaining to the
performance of the Work;
c. all information relative to means,
methods, techniques, sequences, and
procedures of construction and safety
precautions and programs incident thereto;
and
d. CONTRACTOR shall also have
reviewed and coordinated each Shop
D rawing or Sample with other Shop
D rawings and Samples and with the
requirements of the Work and the Contract
Documents
2. Each submittal shall bear a stamp or
specific written indication that CONTRACTOR
has satisfied CONTRACTOR's obligations
under the Contract Documents with respect to
CONTRACTOR's review and approval of that
submittal.
3. At the time of each submittal, CON-
TRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the
Shop Drawing or Sample submitted may have
from the requirements of the Contract
Documents, such notice to be in a written com-
munication separate from the submittal; and, in
addition, shall cause a specific notation to be
made on each Shop Drawing and Sample sub-
mitted to ENGINEER for review and approval of
each such variation
E ENGINEER's Review
1. ENGINEER will timely review and
approve Shop Drawings and Samples in
accordance with the schedule of Shop
Drawings and Sample submittals acceptable to
ar 00 - General Conditions REV 5-10-13.doc
00700 - 24
F:\Public Works\ENGINEERING DIVISION PROJECTS\7302-IR Blvd Resurfacing (SCOP) US1 to 1 7th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
ENGINEER. ENGINEER's review and
approval will be only to determine if the items
covered by the submittals will, after installation
or incorporation in the Work, conform to the
information given in the Contract Documents
and be compatible with the design concept of
the completed Project as a functioning whole as
indicated by the Contract Documents.
2. ENGINEER's review and approval
will not extend to means, methods, techniques
sequences, . or procedures of construction
(except where a particular means, method,
technique, sequence, or procedure of con-
struction is specifically and expressly called for
by the Contract Documents) or to safety
precautions or programs incident thereto. The
review and approval of a separate item as such
will not indicate approval of the assembly in
which the item functions.
3. ENGINEER's review and approval of
Shop Drawings or Samples shall not relieve
CONTRACTOR from responsibility for any
variation from the requirements of the Contract
Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each
such variation at the time of each submittal as
required by paragraph 6.17.D.3 and ENGI-
N EER has given written approval of each such
variation by specific written notation thereof
incorporated in or accompanying the Shop
D rawing or Sample approval; nor will any
approval by ENGINEER relieve CON-
TRACTOR from responsibility for complying
with the requirements of paragraph 6.17.D.1.
Resubmittal Procedures
1. CONTRACTOR shall make correc
tions required by ENGINEER and shall return
the required number of corrected copies of
S hop Drawings and submit as required new
Samples for review and approval CON-
TRACTOR shall direct specific attention in
writing to revisions other than the corrections
called for by ENGINEER on previous
submittals.
6.18 Continuing the Work
A. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be
delayed or postponed pending resolution of any
disputes or disagreements except as permitted by
paragraph 15 04 or as OWNER and CONTRACTOR
may otherwise agree in writing.
6.19 CONTRACTOR's General Warranty and
Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by: •
1. abuse, modification, or improper
maintenance or operation by persons other
than CONTRACTOR, Subcontractors,
Suppliers, or any other individual or entity for
whom CONTRACTOR is responsible; or
2. normal wear and tear under normal
usage.
B. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute None of the following
will constitute an acceptance of Work that is not in
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents:
1,
observations by ENGINEER;
2. recommendation by ENGINEER or
payment by OWNER of any progress or final
payment;
3. the issuance of a certificate of Sub-
stantial Completion by ENGINEER or any
payment related thereto by OWNER;
4. use or occupancy of the Work or any
part thereof by OWNER;
5. any acceptance by OWNER or any
failure to do so;
6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of
a notice of acceptability by ENGINEER;
7. any inspection, test, or approval by
others; or
8. any correction of defective Work by
OWNER.
6.20 Indemnification
A. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
00700 - General Conditions REV 5-10-13.doc
00700 - 25
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
harmless OWNER, ENGINEER, ENGINEER's
Consultants, and the officers, directors, partners,
e mployees, agents, and other consultants and
subcontractors of each and any of them from and
against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
e ngineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to
the performance of the Work, provided that any such
claim, cost, loss, or damage:
1. is attributable to bodily injury,
sickness, disease or death, or to injury to or
destruction of tangible property (other than the
Work itself), including the loss of use resulting
therefrom and
2. is caused in whole or in part by any
negligent act or omission of CONTRACTOR,
any Subcontractor, any Supplier, or any
individual or entity directly or indirectly
employed by any of them to perform any of the
Work or anyone for whose acts any of them
may be liable, regardless of whether or not
caused in part by any negligence or omission of
an individual or entity indemnified hereunder or
whether liability is imposed upon such indemni-
fied party by Laws and Regulations regardless
of the negligence of any such individual or
entity.
B. In any and all claims against OWNER or
ENGINEER or any of their respective consultants,
agents, officers, directors, partners, or employees by
any employee (or the survivor or personal
representative of such employee) of CONTRACTOR
any Subcontractor, any Supplier, or any individual or
e ntity directly or indirectly employed by any of them to
perform any of the Work, or anyone for whose acts
any of them may be liable the indemnification
e bligation under paragraph 6.20.A shall not be limited
in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for
CONTRACTOR or any such Subcontractor, Supplier,
or other individual or entity under workers' compen
sation acts, disability benefit acts, or other employee
benefit acts.
C. The indemnification obligations of CON-
TRACTOR under paragraph 6.20.A shall not extend to
the liability of ENGINEER and ENGINEER's
Consultants or to the officers, directors, partners,
e mployees, agents and other consultants and
subcontractors of each and any of them arising out of:
1. the preparation or approval of, or the
failure to prepare or approve, maps, Drawings,
opinions, reports, surveys, Change Orders,
designs, or Specifications; or
2. giving directions or instructions, or
failing to give them, if that is the primary cause
of the injury or damage
ARTICLE 7 - OTHER WORK
7.01 Related Work at Site
A. OWNER may perform other work related to
the Project at the Site by OWNER's employees, or let
other direct contracts therefor or have other work
performed by utility owners. If such other work is not
noted in the Contract Documents, then:
1. written notice thereof will be given to
CONTRACTOR prior to starting any such other
work; and
2. if OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times that
should be allowed as a result of such other
work a Claim may be made therefor as
provided in paragraph 10.05.
B. CONTRACTOR shall afford each other
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)
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
other work and shall properly coordinate the Work with
theirs. Unless otherwise provided in the Contract
Documents, CONTRACTOR shall do all cutting,
fitting, and patching of the Work that may be required
to properly connect or otherwise make its several
parts come together and properly integrate with such
other work. CONTRACTOR shall not endanger any
work of others by cutting, excavating, or otherwise
altering their work and will only cut or alter their work
with the written consent of ENGINEER and the others
whose work will be affected. The duties and
responsibilities of CONTRACTOR under this
paragraph are for the benefit of such utility owners and
other contractors to the extent that there are
comparable provisions for the benefit of
CONTRACTOR in said direct contracts between
OWNER and such utility owners and other
contractors.
00700 - General Conditions REV 5-10-13.doc
00700 - 26
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
C. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work per
formed by others under this Article 7, CONTRACTOR
shall inspect such other work and promptly report to
ENGINEER in writing any delays, defects, or deficien
cies in such other work that render it unavailable or
unsuitable for the proper execution and results of
CONTRACTOR's Work. CONTRACTOR's failure to
so report will constitute an acceptance of such other
work as fit and proper for integration with
CONTRACTOR's Work except for latent defects and
deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for
the performance of other work on the Project at the
Site, the following will be set forth in Supplementary
Conditions:
1. the individual or entity who will have
authority and responsibility for coordination of
the activities among the various contractors will
be identified;
2. the specific matters to be covered by
such authority and responsibility will be
itemized; and
3. the extent of such authority and
responsibilities will be provided.
B. Unless otherwise provided in the
Supplementary Conditions, OWNER shall have sole
authority and responsibility for such coordination.
ARTICLE 8 - OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these
General Conditions, OWNER shall issue all communi-
cations to CONTRACTOR through ENGINEER
8.02 Replacement of ENGINEER
A. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer to
whom CONTRACTOR makes no reasonable.
objection, whose status under the Contract
Documents shall be that of the former ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data
required of OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRAC-
TOR promptly when they are due as provided in
paragraphs 14.02.0 and 14.07.C.
8.05 Lands and Easements; Reports and Tests
A. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs
4 01 and 4 05. Paragraph 4.02 refers to OWNER's
identifying and making available to CONTRACTOR
copies of reports of explorations and tests of
subsurface conditions and drawings of physical
conditions in or relating to existing surface or
subsurface structures at or contiguous to the Site that
have been utilized by ENGINEER in preparing the
Contract Documents
8.06 Insurance
A. OWNER's responsibilities, if any, in respect to
purchasing and maintaining liability and property insur-
ance are set forth in Article 5.
8.07 Change Orders
A. OWNER is obligated to execute Change
Orders as indicated in paragraph 10.03.
8.08 Inspections, Tests, and Approvals
A. OWNER's responsibility in respect to certain
inspections tests, and approvals is set forth in
paragraph 13.03.B.
8.09 Limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or
have control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the performance of the
Work OWNER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents
00700 - General Conditions REV 5-10-13.doc
00700 - 27
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents \00700 - General Conditions REV 5-10-13.doc
. 8.10 Undisclosed Hazardous Environmental
Condition
A. OWNER's responsibility in respect to an
undisclosed Hazardous Environmental Condition is
set forth in paragraph 4.06.
8.11 Evidence of Financial Arrangements
A. If and to the extent OWNER has agreed to
furnish CONTRACTOR reasonable evidence that
financial arrangements have been made to satisfy
OWNER's obligations under the Contract Documents,
OWNER's responsibility in respect thereof will be as
set forth in the Supplementary Conditions.
ARTICLE 9 - ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents
and will not be changed without written consent of
OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at
intervals appropriate to the various stages of construc-
tion as ENGINEER deems necessary in order to
observe as an experienced and qualified design
professional the progress that has been made and the
quality of the various aspects of CONTRACTOR's
executed Work. Based on information obtained
during such visits and observations, ENGINEER, for
the benefit of OWNER, will determine in general, if
the Work is proceeding in accordance with the Con-
tract Documents. ENGINEER will not be required to
make exhaustive or continuous inspections on the Site
to check the quality or quantity of the Work
ENGINEER's efforts will be directed toward providing
for OWNER a greater degree of confidence that the
completed Work will conform generally to the Contract
Documents. On the basis of such visits and
observations, ENGINEER will keep OWNER informed
of the progress of the Work and will endeavor to guard
OWNER against defective Work.
B. ENGINEER's visits and observations are
subject to all the limitations on ENGINEER's authority
and responsibility set forth in paragraph 9.10, and
particularly, but without limitation during or as a result
of ENGINEER's visits or observations of
CONTRACTOR s Work ENGINEER will not
supervise, direct, control, or have authority over or be
responsible for CONTRACTOR's means, methods
techniques, sequences or procedures of construction,
or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply
with Laws and Regulations applicable to the
performance of the Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGI-
N EER will furnish a Resident Project Representative
to assist ENGINEER in providing more extensive
observation of the Work. The responsibilities and
authority and limitations thereon of any such Resident
P roject Representative and assistants will be as
provided in paragraph 9.10 and in the Supplementary
Conditions. If OWNER designates another represen
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
such other individual or entity will be as provided in the
S upplementary Conditions
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable
promptness such written clarifications or interpreta
tions of the requirements of the Contract Documents
as ENGINEER may determine necessary, which shall
be consistent with the intent of and reasonably
inferable from the Contract Documents. Such written
clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER and CON-
TRACTOR are unable to agree on entitlement to or on
the amount or extent, if any, of any adjustment in the
Contract Price or Contract Times, or both, that should
be allowed as a result of a written clarification or
interpretation, a Claim may be made therefor as
provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compati-
ble with the design concept of the completed Project
as a functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field
Order and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order,
00700 General Conditions REV 5-10-13.doc
00700 - 28
F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
a Claim may be made therefor as provided in
paragraph 10.05
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove
or reject Work which ENGINEER believes to be
defective, or that ENGINEER believes will not produce
a completed Project that conforms to the Contract
Documents or that will prejudice the integrity of the
design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to
require special inspection or testing of the Work as
provided in paragraph 13.04, whether or not the Work
is fabncated, installed, or completed.
9.07 Shop Drawings, Change Orders and
Payments
A. In connection with ENGINEER's authority as
to Shop Drawings and Samples, see paragraph 6 17.
B. In connection with ENGINEER's authority as
to Change Orders, see Articles 10, 11, and 12.
C. In connection with ENGINEER's authority as
to Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quanti-
ties and classifications of Unit Price Work performed
by CONTRACTOR ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a
written decision thereon (by recommendation of an
Application for Payment or otherwise). ENGINEER's
written decision thereon will be final and binding
(except as modified by ENGINEER to reflect changed
factual conditions or more accurate data) upon
OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract
Documents and Acceptability of Work
A. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of
the acceptability of the Work thereunder. Claims,
disputes and other matters relating to the acceptability
of the Work the quantities and classifications of Unit
Price Work, the interpretation of the requirements of
the Contract Documents pertaining to the
performance of the Work, and Claims seeking
changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in
accordance with the provisions of paragraph 10.05,
with a request for a formal decision
B. When functioning as interpreter and judge
u nder this paragraph 9 09, ENGINEER will not show
partiality to OWNER or CONTRACTOR and will not
be liable in connection with any interpretation or
decision rendered in good faith in such capacity. The
rendering of a decision by ENGINEER pursuant to this
paragraph 9.09 with respect to any such Claim,
dispute, or other matter (except any which have been
waived by the making or acceptance of final payment
as provided in paragraph 14.07) will be a condition
precedent to any exercise by OWNER or
CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any such Claim,
dispute, or other matter.
9.10 Limitations on ENGINEER's Authority and
Responsibilities
A. Neither ENGINEER's authority or respon-
sibility under this Article 9 or under any other provision
of the Contract Documents nor any decision made by
ENGINEER in good faith either to exercise or not
exercise such authority or responsibility or the
u ndertaking, exercise or performance of any authority
or responsibility by ENGINEER shall create, impose,
o r give rise to any duty in contract, tort, or otherwise
owed by ENGINEER to CONTRACTOR, any Subcon-
tractor, any Supplier, any other individual or entity, or
to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control,
o r have authority over or be responsible for
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws. and
Regulations applicable to the performance of the
Work ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents
C. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other individual
o r entity performing any of the Work.
D. ENGINEER's review of the final Application
for Payment and accompanying documentation and all
maintenance and operating instructions schedules
guarantees, Bonds, certificates of inspection tests
and approvals, and other documentation required to
be delivered by paragraph 14.07 A will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
00700 - General Conditions REV 5-10-13.doc
00700 - 29
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) USI to 170h StWdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
inspections, tests, and approvals that the results
certified indicate compliance with, the Contract
Documents.
E The limitations upon authority and responsibil-
ity set forth in this paragraph 9 10 shall also apply to
ENGINEER's Consultants, Resident Project Repre-
sentative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. Without invalidating the Agreement and
without notice to any surety, OWNER may at any time
or from time to time, order additions, deletions, or
revisions in the Work by a Written Amendment, a
Change Order, or a Work Change Directive. Upon
receipt of any such document, CONTRACTOR shall
promptly proceed with the Work involved which will be
performed under the applicable conditions of the
Contract Documents (except as otherwise specifically
provided)
B. If OWNER and CONTRACTOR are unable to
agree on entitlement to, or on the amount or extent, if
any, of an adjustment in the Contract Price or Contract
Times, or both, that should be allowed as a result of a
Work Change Directive, a Claim may be made
therefor as provided in paragraph 10.05.
10.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an
increase in the Contract Price or an extension of the
Contract Times with respect to any work performed
that is not required by the Contract Documents as
amended, modified, or supplemented as provided in
paragraph 3.04, except in the case of an emergency
as provided in paragraph 6.16 or in the case of
uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGI-
NEER (or Written Amendments) covering:
1. changes in the Work which are: (i)
ordered by OWNER pursuant to paragraph
10 01 Al (ii) required because of acceptance of
defective Work under paragraph 13.08.A or
OWNER's correction of defective Work under
paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or
Contract Times which are agreed to by the
parties, including any undisputed sum or
amount of time for Work actually performed in
accordance with a Work Change Directive; and
3. changes in the Contract Price or
Contract Times which embody the substance of
any written decision rendered by ENGINEER
pursuant to paragraph 10 05; provided that in
lieu of executing any such Change Order, an
appeal may be taken from any such decision in
accordance with the provisions of the Contract
Documents and applicable Laws and Regula-
tions, but during any such appeal,
CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general
scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract
Price or Contract Times) is required by the provisions
of any Bond to be given to a surety, the giving of any
such notice will be CONTRACTOR's responsibility
The amount of each applicable Bond will be adjusted
to reflect the effect of any such change.
00700 General Conditions REV S-10-13.doc
00700 - 30
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
10.05 Claims and Disputes
A. Notice: Written notice stating the general
nature of each Claim dispute, or other matter shall be
delivered by the claimant to ENGINEER and the other
party to the Contract promptly (but in no event later
than 30 days) after the start of the event giving rise
thereto. Notice of the amount or extent of the Claim,
dispute, or other matter with supporting data shall be
delivered to the ENGINEER and the other party to the
Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant
to submit additional or more accurate data in support
of such Claim, dispute, or other matter). A Claim for
an adjustment in Contract Price shall be prepared in
accordance with the provisions of paragraph 12.01.B.
A Claim for an adjustment in Contract Time shall be
prepared in accordance with the provisions of
paragraph 12.02.B. Each Claim shall be accom-
panied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the
claimant believes it is entitled as a result of said event.
The opposing party shall submit any response to
ENGINEER and the claimant within 30 days after
receipt of the claimant's last submittal (unless
ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will
render a formal decision in writing within 30 days after
receipt of the last submittal of the claimant or the last
submittal of the opposing party if any. ENGINEER's
written decision on such Claim, dispute or other
matter will be final and binding upon OWNER and
CONTRACTOR unless:
1. an appeal from ENGINEER's
decision is taken within the time limits and in
accordance with the dispute resolution
procedures set forth in Article 16; or
2. if . no such dispute resolution
procedures have been set forth in Article 16, a
written notice of intention to appeal from
ENGINEER's written decision is delivered by
OWNER or CONTRACTOR to the other and to
ENGINEER within 30 days after the date of
such decision and a formal proceeding is
instituted by the appealing party in a forum of
competent jurisdiction within 60 days after the
date of such decision or within 60 days after
Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER
and CONTRACTOR), to exercise such rights or
remedies as the appealing party may have with
respect to such Claim, dispute, or other matter
in accordance with applicable Laws and
Regulations.
00700 - 31
E:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmimtbld documents100700 - General Conditions REV 5-10-13.doc
C. If ENGINEER does not render a formal
decision in writing within the time stated in paragraph
10.05.B, a decision denying the Claim in its entirety
shall be deemed to have been issued 31 days after
receipt of the last submittal of the claimant or the last
submittal of the opposing party, if any.
D. No Claim for an adjustment in Contract Price
or Contract Times (or Milestones) will be valid if not
submitted in accordance with this paragraph 10.05.
ARTICLE 11 - COST OF THE WORK; CASH
ALLOWANCES; UNIT PRICE WORK
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work
means the sum of all costs necessarily incurred. and
paid by CONTRACTOR in the proper performance of
the Work. When the value of any Work covered by a
Change Order or when a Claim for an adjustment in
Contract Price is determined on the basis of Cost of
the Work, the costs to be reimbursed to
CONTRACTOR will be only those additional or
incremental costs required because of the change in
the Work or because of the event giving rise to the
Claim. Except as otherwise may be agreed to in
writing by OWNER, such costs shall be in amounts no
higher than those prevailing in the locality of the
Project, shall include only the following items, and
shall not include any of the costs itemized in para-
graph 11.01.B.
1. Payroll costs for employees in the
direct employ of CONTRACTOR in the perfor
classifications agreed upon by OWNER and
CONTRACTOR. Such employees shall include
without limitation superintendents, foremen,
Site. Payroll costs for employees not employed
full time on the Work shall be apportioned on
salaries and wages plus the cost of fringe
benefits, which shall include social security
contributions, unemployment, excise, and
payroll taxes, workers' compensation, health
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.
00700 - General Conditions REV 5-10-13.doc
2. Cost of all materials and equipment
furnished and incorporated in the Work, includ-
ing costs of transportation and storage thereof,
and Suppliers' field services required in
connection therewith. All cash discounts shall
accrue to CONTRACTOR unless OWNER
deposits funds with CONTRACTOR with which
to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns
from sale of surplus materials and equipment
shall accrue to OWNER, and CONTRACTOR
shall make provisions so that they may be
obtained.
3. Payments made by CONTRACTOR
to Subcontractors for Work performed by
Subcontractors. If required by OWNER, CON-
TRACTOR shall obtain competitive bids from
subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER, who will then determine, with the
advice of ENGINEER which bids, if any will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost
of the Work plus a fee, the Subcontractor's
Cost of the Work and fee shall be determined
in the same manner as CONTRACTOR's Cost
of the Work and fee as provided in this para-
graph 11.01.
4. Costs of special consultants
(including but not limited to engineers,
architects, testing laboratories, surveyors,
attorneys, and accountants) employed for
services specifically related to the Work.
5. Supplemental costs including the
following:
a. The proportion of necessary trans-
portation, travel, and subsistence expenses. of
CONTRACTOR's employees incurred in dis-
charge of duties connected with the Work.
b. Cost, including transportation and
maintenance, of all materials, supplies, equip-
ment machinery, appliances, office, and
temporary facilities at the Site, and hand tools
not owned by the workers, which are consumed
in the performance of the Work, and cost, less
market value, of such items used but not con-
sumed which remain the property of CON-
TRACTOR.
c. Rentals of all construction equip-
ment and machinery, and the parts thereof
whether rented from CONTRACTOR or others
in accordance with rental agreements approved
by OWNER with the advice of ENGINEER, and
the costs of transportation, loading unloading,
assembly, dismantling, and removal thereof
All such costs shall be in accordance with the
terms of said rental agreements. The rental of
any such equipment, machinery, or parts shall
cease when the use thereof is no longer
n ecessary for the Work.
d. Sales, consumer, use, and other
similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
e . Deposits lost for causes other • than
n egligence of CONTRACTOR, any Sub-
contractor, or anyone directly or indirectly
e mployed by any of them or for whose acts any
of them may be liable, and royalty payments
and fees for permits and licenses.
f. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sus-
tained by CONTRACTOR in connection with
the performance of the Work (except losses
and damages within the. deductible amounts of
property insurance established in accordance
with paragraph 5.06.D), provided such losses
and damages have resulted from causes other
than the negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable. Such losses shall
include settlements made with the written
consent and approval of OWNER No such
losses, damages, and expenses shall be
included in the Cost of the Work for the
purpose of determining CONTRACTOR's fee
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h Minor expenses such as telegrams,
long distance telephone calls, telephone service
at the Site, expressage, and similar petty cash
items in connection with the Work.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a
Claim, the cost of premiums for additional
Bonds and insurance required because of the
changes in the Work or caused by the event
giving rise to the Claim.
j. When all the Work is performed on the
basis of cost-plus, the costs of premiums for all
00700 - General Conditions REV 5-10-13.doc
00700 - 32
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St1Admim\bid documents100700 - General Conditions REV 5-10-13.doc
Bonds and insurance CONTRACTOR is
required by the Contract Documents to
purchase and maintain.
B. Costs Excluded: The term Cost of the Work
shall not include any of the following items.
1. Payroll costs and other compensation
of CONTRACTOR's officers, executives, princi-
pals (of partnerships and sole proprietorships)
general managers, engineers, architects,
estimators, attorneys, auditors, accountants,
purchasing and contracting agents, expediters,
timekeepers, clerks, and other personnel
employed by CONTRACTOR, whether at the
Site or in CONTRACTOR's principal or branch
office for general administration of the Work
and not specifically included in the agreed upon
schedule of job classifications referred to in
paragraph 11 01.A.1 or specifically covered by
paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the
CONTRACTOR's fee.
2. Expenses of CONTRACTOR's princi-
pal and branch offices other than
CONTRACTOR's office at the Site.
3. Any part of CONTRACTOR's capital
expenses, including interest on
CONTRACTOR s capital employed for the
Work and charges against CONTRACTOR for
delinquent payments.
4. Costs due to the negligence of CON-
TRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or
for whose acts any of them may be liable,
including but not limited to, the correction of
defective Work, .disposal of materials or
equipment wrongly supplied, and making good
any damage to property
5. Other overhead or general expense
costs of any kind and the costs of any item not
specifically and expressly included in
paragraphs 11.01.A and 11.01.B.
C. CONTRACTOR's Fee: When all the Work is
performed on the basis of cost-plus, CONTRACTOR's
fee shall be determined as set forth in the Agreement.
When the value of any Work covered by a Change
Order or when a Claim for an adjustment in Contract
Price is determined on the basis of Cost of the Work,
CONTRACTOR's fee shall be determined as set forth
in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the
Work for any purpose is to be determined pursuant to
paragraphs 11.01.A and 11 01.B, CONTRACTOR will
establish and maintain records thereof in accordance
with generally accepted accounting practices ' and
submit in a form acceptable to ENGINEER an
itemized cost breakdown together with supporting
data.
11.02 Cash Allowances
A. It is understood that CONTRACTOR has in-
cluded in the Contract Price all allowances so named
in the Contract Documents and shall cause the Work
so covered to be performed for such sums as may be
acceptable to OWNER and ENGINEER
CONTRACTOR agrees that:
1. the allowances include the cost to
CONTRACTOR (less any applicable trade
discounts) of materials and equipment required
by the allowances to be delivered at the Site
and all applicable taxes; and
2. CONTRACTOR's costs for unloading
and handling on the Site, labor, installation
costs overhead, profit, and other expenses
contemplated for the allowances have been
included in the Contract Price and not in the
allowances, and no demand for additional
payment on account of any of the foregoing will
be valid.
B. Prior to final payment, an appropriate Change
Order will be issued as recommended by ENGINEER
to reflect actual amounts due CONTRACTOR on
account of Work covered by allowances, and the Con-
tract Price shall be correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that
all or part of the Work is to be Unit Price Work initially
the Contract Price will be deemed to include for all
U nit Price Work an amount equal to the sum of the
unit price for each separately identified item of Unit
P rice Work times the estimated quantity of each item
as indicated in the Agreement. The estimated
quantities of items of Unit Price Work are not guaran-
teed and are solely for the purpose of comparison of
B ids and determining an initial Contract Price. Deter-
minations of the actual quantities and classifications of
U nit Pnce Work performed by CONTRACTOR will be
made by ENGINEER subject to the provisions of
paragraph 9.08.
B. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be ade-
00700 - General Conditions REV 5-10-13.doc
00700 - 33
F:\Public Works\ENGINEERING DIVISION PROJECTS 11302 -IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
quate to cover CONTRACTOR's overhead and profit
for each separately identified item.
C. OWNER or CONTRACTOR may make a
Claim for an adjustment in the Contract Price in accor-
dance with paragraph 10.05 if:
1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the
Agreement; and
2. there is no corresponding adjustment
with respect any other item of Work; and
3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract
Price and the parties are unable to agree as to
the amount of any such increase or decrease.
ARTICLE 12 - CHANGE OF CONTRACT PRICE;
CHANGE OF CONTRACT TIMES
12.01 Change of Contract Price
A. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any
Claim for an adjustment in the Contract Price shall be
based on written notice submitted by the party making
the Claim to the ENGINEER and the other party to the
Contract in accordance with the provisions of para-
graph 10.05.
B. The value of any Work covered by a Change
Order or of any Claim for an adjustment in the
Contract Price will be determined as follows:
1. where the Work involved is covered
by unit prices contained in the Contract
Documents, by application of such unit prices to
the quantities of the items involved (subject to
the provisions of paragraph 11.03 ); or
2. where the Work involved is not cov-
e red by unit prices contained in the Contract
Documents, by a mutually agreed lump sum
(which may include an allowance for overhead
and profit not necessarily in accordance with
paragraph 12.01.0.2); or
3. where the Work involved is not cov-
e red by unit prices contained in the Contract
Documents and agreement to a lump sum is
not reached under paragraph 12.01.B.2, on the
basis of the Cost of the Work (determined as
provided in paragraph 11 01) plus a
CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 12.01.0).
C. CONTRACTOR's Fee: The
CONTRACTOR's fee for overhead and profit shall be
determined as follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then
a fee based on the following percentages of the
various portions of the Cost of the Work:
a. for costs incurred under para-
graphs 11.01.A.1 and 11.01.A.2, the
CONTRACTOR's fee shall be 15 percent
b. for costs incurred under paragraph
11.01.A.3, the CONTRACTOR's fee shall
be five percent;
c. where one or more tiers of subcon-
tracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon,
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
of 15 percent of the costs incurred by such
S ubcontractor under paragraphs 11.01.A.1
and 11:01.A.2 and that any higher tier
S ubcontractor and CONTRACTOR will
each be paid a fee of five percent of the
amount paid to the next lower tier Subcon-
tractor;
d. no fee shall be payable on the
basis of costs itemized under paragraphs
11.01.A 4, 11 01.A.5 and 11.01.B;
e. the amount of credit to be allowed
by CONTRACTOR to OWNER for any
change which results in a net decrease in
cost will be the amount of the actual net
decrease in cost plus a deduction in
CONTRACTOR's fee by an amount equal
to five percent of such net decrease; and
f. when both additions and credits are
involved in any one change, the adjustment
in CONTRACTOR's fee shall be computed
on the basis of the net change in
accordance with paragraphs 12.01.C.2.a
through 12.01.0 2.e, inclusive.
00700 - General Conditions REV 5-10-13.doc
00700 - 34
F.\Public WorkstENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmim\bid documents\00700 - General Conditions REV 5-10-13.doc
12.02 Change of Contract Times
A. The Contract Times (or Milestones) may only
be changed by a Change Order or by a Written
Amendment. Any Claim for an adjustment in the
Contract Times (or Milestones) shall be based on
written notice submitted by the party making the claim
to the ENGINEER and the other party to the Contract
in accordance with the provisions of paragraph 10.05.
B. Any adjustment of the Contract Times (or
Milestones) covered by a Change Order or of any
Claim for an adjustment in the Contract Times (or
Milestones) will be determined in accordance with the
provisions of this Article 12.
12.03 Delays Beyond CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control
of CONTRACTOR, the Contract Times (or
Milestones) will be extended in an amount equal to the
time lost due to such delay if a Claim is made therefor
as provided in paragraph 12.02.A. Delays beyond the
control of CONTRACTOR shall include, but not be
limited to acts or neglect by OWNER, acts or neglect
of utility owners or other contractors performing other
work as contemplated by . Article 7, fires, floods,
epidemics, abnormal weather conditions, or acts of
God.
12.04 Delays Within CONTRACTOR's Control
A. The Contract Times (or Milestones) will not be
extended due to delays within the control of
CONTRACTOR. Delays attributable to and within the
control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRAC-
TOR.
12.05 Delays Beyond OWNER's and
CONTRACTOR's Control
A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control
of both OWNER and CONTRACTOR, an extension. of
the Contract Times (or Milestones) in an amount
equal to the time lost due to such delay shall be
CONTRACTOR's sole and exclusive remedy for such
delay
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be
liable to CONTRACTOR, any Subcontractor, any
Supplier, or any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from.
1. delays caused by or within the control
of CONTRACTOR; or
2. delays beyond the control of both
OWNER and CONTRACTOR including but not
limited to fires, floods, epidemics, abnormal
weather conditions, acts of God, or acts or
neglect by utility owners or other contractors
performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a
change in Contract Price pursuant to this Article 12 to
compensate CONTRACTOR due to delay,
interference, or disruption directly attributable to
actions or inactions of OWNER or anyone for whom
OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be
given to CONTRACTOR All defective Work may be
rejected, corrected, or accepted as provided in this
Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Con-
sultants, other representatives and personnel of
OWNER, independent testing laboratories, and
governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable
times for their observation, inspecting, and testing.
CONTRACTOR shall provide them proper and safe
conditions for such access and advise them of
CONTRACTOR's Site safety procedures and
programs so that they may comply therewith as
applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required
inspections, tests, or approvals and shall cooperate
with inspection and testing personnel to facilitate
required inspections or tests.
00700 - General Conditions REV 5-10-:3.doc
00700 - 35
F 1Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
B. OWNER shall employ and pay for the
services of an independent testing laboratory to
perform all inspections tests, or approvals required by
the Contract Documents except:
1. for inspections, tests, or approvals
covered by paragraphs 13.03.0 and 13.03.D
below;
2. that costs incurred in connection with
paragraph 13.04 B shall be paid as provided in
3. as otherwise specifically provided in
the Contract Documents.
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
furnish ENGINEER the required certificates of inspec
tion or approval.
D. CONTRACTOR shall be responsible for
arranging and obtaining and shall pay all costs in
connection with any inspections, tests, or approvals
required for OWNER's and ENGINEER's acceptance
of materials or equipment to be incorporated in the
Work; or acceptance of materials, mix designs, or
equipment submitted for approval prior to
CONTRACTOR s purchase thereof for incorporation
in the Work. Such inspections, tests, or approvals
shall be performed by organizations acceptable to
OWNER and ENGINEER.
E If any Work (or the work of others) that is to
be inspected, tested, or approved is covered by CON-
TRACTOR without written concurrence of ENGI-
NEER, it must, if requested by ENGINEER, be uncov-
ered for observation.
F. Uncovering Work as provided in paragraph
13.03.E shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice
of CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable prompt-
ness in response to such notice
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must if requested by ENGI-
NEER be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
B. If ENGINEER considers it necessary or
advisable that covered Work be observed by ENGI-
NEER or inspected or tested by others, CONTRAC-
TOR at ENGINEER's request, shall uncover, expose,
or otherwise make available for observation, inspec-
tion, or testing as ENGINEER may require, that
portion of the Work in question furnishing all neces-
sary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observa-
tion, inspection, and testing, and of satisfactory
replacement or reconstruction (including but not
limited to all costs of repair or replacement of work of
others); and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the
parties are unable to agree as to the amount thereof,
OWNER may make a Claim therefor as provided in
paragraph 10.05. If, however, such Work is not found
to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price or an extension of the
Contract Times (or Milestones), or both, directly
attributable to such uncovering, exposure,
observation, inspection, testing, replacement, and
reconstruction. If the parties are unable to agree as to
the amount or extent thereof, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
13.05 OWNER May Stop the Work
A. If the Work is defective, or CONTRACTOR
such a way that the completed Work will conform to
until the cause for such order has been eliminated;
however, this right of OWNER to stop the Work shall
any Subcontractor, any Supplier, any other individual
any of them.
00700 - General Conditions REV 5-10-13.doc
00700 - 36
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100700 - General Conditions REV 5-10-13.doc
13.06 Correction or Removal of Defective Work
A. CONTRACTOR shall correct all defective
Work, whether or not fabricated, installed, or
completed, or, if the Work has been rejected by ENGI-
NEER, remove it from the Project and replace it with
Work that is not defective. CONTRACTOR shall pay
all Claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs)
arising out of or relating to such correction or removal
(including but not limited to all costs of repair or
replacement of work of others).
13.07 Correction Period
A.
Completion or such longer period of time as may be
prescribed by Laws or Regulations or by the terms of
any applicable special guarantee required by the
Contract Documents or by any specific provision of thc
Contract Documents, any Work is found to bc
OWNER or permitted by Laws and Regulations as
contemplated in paragraph 6.11.A is found to bc
to OWNER and in accordance with OWNER's written
(ii) correct such defective Work or, if the defective
Work has been rejected by OWNER, remove it from
the Project and replace it with Work that is not
defective, and (iii) satisfactorily correct or repair or
remove and replace any damage to other Work, to thc
from. If CONTRACTOR does not promptly comply
with the terms of such instructions, or in an
emergency where delay would cause serious risk of
loss or damage, OWNER may have the defective
Work corrected or repaired or may have the rejected
Work removed and replaced, and all Claims, costs,
losses, and damages (including but not limited to all
fees and charges of engineers, architects, attorneys
and other professionals and all court or arbitration or
other dispute resolution costs) arising out of or relating
to such correction or repair or such removal and
replacement (including but not limited to all costs of
repair or replacement of work of others) will be paid by
CONTRACTOR.
B.
item of equipment is placed in continuous service
before Substantial Completion of all the Work, thc
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
C. Where defective Work (and damage to other
Work resulting therefrom) has been corrected or
removed and replaced under this paragraph 13.07,
the correction period hereunder with respect to such
Work will be extended for an additional period of one
year after such correction or removal and replacement
has been satisfactorily completed.
D. CONTRACTOR's obligations under this
paragraph 13.07 are in addition to any other obligation
or warranty The provisions of this paragraph 13.07
shall not be construed as a substitute for or a waiver
of the provisions of any applicable statute of limitation
or repose.
13.08 Acceptance of Defective Work
A. If, instead of requiring correction or removal
and replacement of defective Work, OWNER (and
prior to ENGINEER's recommendation of final pay-
ment, ENGINEER) prefers to accept it, OWNER may
do so. CONTRACTOR shall pay all Claims, costs,
losses, and damages (including but not limited to all
fees and charges of engineers, architects, attorneys
and other professionals and all court or arbitration or
other dispute resolution costs) attributable to
OWNER's evaluation of and determination to accept
such defective Work (such costs to be approved by
ENGINEER as to reasonableness) and the diminished
value of the Work to the extent not otherwise paid by
CONTRACTOR pursuant to this sentence. If any
such acceptance occurs prior to ENGINEER's recom-
mendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and
OWNER shall be entitled to an appropriate decrease
in the Contract Price, reflecting the diminished value of
Work so accepted. If the parties are unable to agree
as to the amount thereof, OWNER may make a Claim
therefor as provided in paragraph 10.05 If the
acceptance occurs after such recommendation, an
appropriate amount will be paid by CONTRACTOR to
OWNER.
13.09 OWNER May Correct Defective Work
A. If CONTRACTOR fails within a reasonable
time after written notice from ENGINEER to correct
defective Work or to remove and replace rejected
Work as required by ENGINEER in accordance with
paragraph 13.06 A, or if CONTRACTOR fails to
perform rthe Work in accordance with the Contract
Documents, or if CONTRACTOR fails to comply with
any other provision of the Contract Documents,
OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such
deficiency.
00700 - General Conditions REV 5-10-13.doc
00700 - 37
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StW,dmim\bid documents\00700 - General Conditions REV 5-10-13.doc
B. In exercising the rights and remedies under
this paragraph, OWNER shall proceed expeditiously.
In connection with such corrective and remedial
action OWNER may exclude CONTRACTOR from all
or part of the Site, take possession of all or part of the
Work and suspend CONTRACTOR's services related
thereto, take possession of CONTRACTOR's tools,
appliances construction equipment and machinery at
the Site, and incorporate in the Work all materials and
equipment stored at the Site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees, OWNER's
other contractors, and ENGINEER and ENGINEER's
Consultants access to the Site to enable OWNER to
exercise the rights and remedies under this
paragraph.
C. All Claims, costs, losses, and damages
(including but not. limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) incurred or sustained by
OWNER in exercising the rights and remedies under
this paragraph 13.09 will be charged against CON-
TRACTOR, and a Change Order will be issued
incorporating the necessary revisions in the Contract
Documents with respect to the Work; and OWNER
shall be entitled to an appropriate decrease in the
Contract Price. If the parties are unable to agree as to
the amount of the adjustment OWNER may make a
Claim therefor as provided in paragraph 10.05. Such
claims, costs, losses and damages will include but not
be limited to all costs of repair, or replacement of work
of others destroyed • or damaged by correction,
removal, or replacement of CONTRACTOR's
defective Work.
D. CONTRACTOR shall not be allowed an
extension of the Contract Times (or Milestones)
because of any delay in the performance of the Work
attributable to the exercise by OWNER of OWNER's
rights and remedies under this paragraph 13.09.
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provid-
ed in paragraph 2.07.A will serve as the basis for
progress payments and will be incorporated into a
form of Application for Payment acceptable to ENGI-
NEER. Progress payments on account of Unit Price
Work will be based on the number of units completed.
14.02 Progress Payments
A. Applications for Payments
1. At least 20 days before the date
established for each progress payment (but not
more often than once a month)
CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and
signed by CONTRACTOR covering the Work
completed as of the date of the Application and
accompanied by such supporting
documentation as is required by the Contract
Documents. If payment is requested on the
basis of materials and equipment not
incorporated in the Work but delivered and
suitably stored at the Site or at another location
agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale,
invoice or other documentation warranting that
OWNER has received the materials and equip-
ment free and clear of all Liens and evidence
that the materials and equipment are covered
by appropriate property insurance or other
arrangements to protect OWNER's interest
therein, all of which must be satisfactory to
OWNER.
2. Beginning with the second
Application for Payment, each Application shall
include an affidavit of CONTRACTOR stating
that all previous progress payments received
on account of the Work have been applied on
account to discharge CONTRACTOR's
legitimate obligations associated with prior
Applications for Payment.
3. The amount of retainage with respect
to progress payments will be as stipulated in
the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 days after
receipt of each Application for Payment, either
indicate in writing a recommendation of
payment and present the Application to
OWNER or return the Application to
CONTRACTOR indicating in writing
E NGINEER's reasons for refusing to
recommend payment. In the latter case, CON-
TRACTOR may make the necessary
corrections and resubmit the Application.
2. ENGINEER's recommendation of
any payment requested in an Application for
P ayment will constitute a representation by
E NGINEER' to OWNER, based on
00700 - General Conditions REV 5-10-13.doc
00700 - 38
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
ENGINEER's observations on the Site of the
executed Work as an experienced and qualified
design professional and on ENGINEER's
review of the Application for Payment and the
accompanying data and schedules, that to the
best of ENGINEER's knowledge, information
and belief:
a. the Work has progressed to the point
indicated;
b. the quality of the Work is generally in
accordance with the Contract Documents
(subject to an evaluation of the Work as a
functioning whole prior to or upon
Substantial Completion, to the results of any
subsequent tests called for in the Contract
Documents, to a final determination of
quantities and classifications for Unit Price
Work under paragraph 9.08, and to any
other qualifications stated in the
recommendation) and
c. The conditions precedent to
CONTRACTOR's being entitled to such
payment appear to have been fulfilled in so
far as it is ENGINEER's responsibility to
observe the Work.
3. By recommending any such
payment ENGINEER will not thereby be
deemed to have represented that (i) inspec-
tions made to check the quality or the quantity
of the Work as it has been performed have
been exhaustive, extended to every aspect of
the Work in progress, or involved detailed
inspections of the Work beyond the responsi-
bilities specifically assigned to ENGINEER in
the Contract Documents; or (ii) that there may
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.
4 Neither ENGINEER's review of
CONTRACTOR's Work for the purposes of
recommending payments nor ENGINEER's
recommendation of any payment, including final
payment will impose responsibility on
ENGINEER to supervise, direct, or control the
Work or for the means, methods, techniques,
sequences, or procedures of construction, or
the safety precautions and programs incident
thereto, or for CONTRACTOR's failure to
comply with Laws and Regulations applicable to
CONTRACTOR s performance of the Work.
Additionally, said review or recommendation will
not impose responsibility on ENGINEER to
make any examination to ascertain how or for
what purposes CONTRACTOR has used the
moneys paid on account of the Contract Price,
or to determine that title to any of the Work,
materials, or equipment has passed to
OWNER free and clear of any Liens
5. ENGINEER may refuse to recom-
mend the whole or any part of any payment if,
in ENGINEER's opinion, it would be incorrect to
make the representations to OWNER referred
to in paragraph 14.02.B.2. ENGINEER may
also refuse to recommend any such payment
or, because of subsequently discovered
evidence or the results of subsequent
inspections or tests, revise or revoke any such
payment recommendation previously made, to
such extent as may be necessary in
ENGINEER's opinion to protect OWNER from
loss because:
a. the Work is defective or completed
Work has been damaged, requiring
correction or replacement;
b. the Contract Price has been reduced
by Written Amendment or Change Orders;
c. OWNER has been required to correct
defective Work or complete Work in accor-
dance with paragraph 13 09; or
d. ENGINEER has actual knowledge of
the occurrence of any of the events enurner
°tad in paragraph 15.02.A.
C. Payment Becomes Due
1. Ten days after presentation of tho
Application for Payment to OWNER with
ENGINEER's recommendation, the amount
recommended will (subject to the provisions of
paragraph 11.02.D) become due, and when
due will be paid by OWNER to CONTRACTOR.
D. Reduction in Payment
1. OWNER may refuse to make
payment of the full amount recommended by
ENGINEER because:
a. claims have been made against
OWNER on account of CONTRACTOR's
performance or furnishing of the Work;
b Liens have been filed in connection
with the Work, except where
CONTRACTOR has delivered a specific
00700 - General Conditions REV 5-10-13.doc
00700 - 39
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid oocuments\00700 - General Conditions REV 5• I0-13.doc
Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens;
c. there are other items entitling OWN-
ER to a set-off against the amount
recommended; or
d. OWNER has actual knowledge of the
occurrence of any of the events enumerated
in paragraphs 14.02.B.5.a through
14.02 B.5.c or paragraph 15.02.A.
2. If OWNER refuses to make payment
of the full amount recommended by
ENGINEER, OWNER must give
CONTRACTOR immediate written notice (with
a copy to ENGINEER) stating the reasons for
such action and promptly pay CONTRACTOR
any amount remaining after deduction of the
amount so withheld OWNER shall promptly
pay CONTRACTOR the amount so withheld or
any adjustment thereto agreed to by OWNER
and CONTRACTOR when CONTRACTOR
corrects to OWNER's satisfaction the reasons
for such action.
3. If it is subsequently determined that
OWNER's refusal of payment was not justified,
the amount wrongfully withheld shall be treated
as an amount due as determined by paragraph
14.02.C.1.
14.03 CONTRACTOR's Warranty of Title
A. CONTRACTOR warrants and guarantees
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
the time of payment free and clear of all Liens.
14.04 Substantial Completion
A. When CONTRACTOR considers the entire
Work ready for its intended use CONTRACTOR shall
notify OWNER and ENGINEER in writing that the
entire Work is substantially complete (except for items
specifically listed by CONTRACTOR as incomplete)
and request that ENGINEER issue a certificate of
Substantial Completion. Promptly thereafter,
OWNER, CONTRACTOR, and ENGINEER shall
make an inspection of the Work to determine the
status of completion If ENGINEER does not consider
the Work substantially complete, ENGINEER will
notify CONTRACTOR in writing giving the reasons
therefore. If ENGINEER considers the Work
substantially complete ENGINEER will prepare and
deliver to OWNER a tentative certificate of Substantial
Completion which shall fix the date of Substantial
Completion. There shall be attached to the certificate
a tentative list of items to be completed or corrected
before final payment. OWNER shall have seven days
after receipt of the tentative certificate during which to
make written objection to ENGINEER as to any
considering such objections, ENGINEER concludes
that the Work is not substantially complete,
E NGINEER will within 11 days after submission of the
tentative certificate to OWNER notify CONTRACTOR
in writing, stating the reasons therefor If, after
consideration of OWNER's objections, ENGINEER
considers the Work substantially complete,
E NGINEER will within said 14 days execute and
deliver to OWNER and CONTRACTOR a definitive
•
VP a
_ _ 1
1
PP
-- — —
•
_ • e
a 11
•
VP VI
•
• • •• —
a
Ma Ara a•
TOR a written recommend
responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so
inform ENGINEER in wnting prior to ENGINEER's
binding on OWNER and CONTRACTOR until final
payment.
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of
S ubstantial Completion, but OWNER shall allow CON-
TRACTOR reasonable access to complete or correct
items on the tentative list.
14.05 Partial Utilization
A. Use by OWNER at OWNER's option of any
substantially completed part of the Work which has
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
intended purpose without significant interference with
CONTRACTOR's performance of the remainder of
the Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following
conditions.
1 OWNER at any time may request
CONTRACTOR in writing to permit OWNER to
use any such part of the Work which OWNER
00700 - General Conditions REV 5-10 13.doc
00700 - 40
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvo Resurfacing (SCOP) US1 to 17th StWdmlm'o d documents 00700 - General Conditions REV 5-10-13.doc
believes to be ready for its intended use and
substantially complete. If CONTRACTOR
agrees that such part of the Work is
substantially complete, CONTRACTOR will
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
OWNER and ENGINEER in writing that
CONTRACTOR considers any such part of the
Work ready for its intended use and substan-
tially complete and request ENGINEER to issue
a certificate of Substantial Completion for that
part of the Work. Within a reasonable time
after either such request, OWNER,
CONTRACTOR, and ENGINEER shall make
an inspection of that part of the Work to
determine its status of completion. If
ENGINEER does not consider that part of the
Work to be substantially complete ENGINEER
will notify OWNER and CONTRACTOR "in
writing giving the reasons therefor. If
ENGINEER considers that part of the Work to
be substantially complete, the provisions of
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
thereto.
2. No occupancy or separate operation
of part of the Work may occur prior to
compliance with the requirements of paragraph
5.10 regarding property insurance.
14.06 Final Inspection
A. Upon written notice from CONTRACTOR that
the entire Work or an agreed portion thereof is
complete, ENGINEER will promptly make a final
inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in
which this inspection reveals that the Work is
incomplete or defective. CONTRACTOR shall
immediately take such measures as are necessary to
complete such Work or remedy such deficiencies.
14.07 Final Payment
A. Application for Payment
1. After CONTRACTOR has, in the
opinion of ENGINEER, satisfactorily completed
all corrections identified during the final
inspection and has delivered in accordance
with the Contract Documents, all maintenance
and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of
insurance certificates of inspection, marked up
record documents (as provided in paragraph
6.12), and other documents, CONTRACTOR
may make application for final payment follow-
ing the procedure for progress payments.
2. The final Application for Payment
shall be accompanied (except as previously
delivered) by: (i) all documentation called for in
the Contract Documents, including but not
limited to the evidence of insurance required by
subparagraph 5 04.B.7; (ii) consent of the
surety, if any, to final payment; and (iii)
complete and legally effective releases or
waivers (satisfactory to OWNER) .of all Lien
rights arising out of or Liens filed in connection
with the Work.
3. In lieu of the releases or waivers of
Liens specified in paragraph 14.07.A.2 and as
approved by OWNER, CONTRACTOR may
furnish receipts or releases in full and an
affidavit of CONTRACTOR that: (i) the releases
and receipts include all labor, services,
material, and equipment for which a Lien could
be filed; and (ii) all payrolls, material and
equipment bills, and other indebtedness
connected with the Work for which OWNER or
OWNER's property might in any way be
responsible have been paid or otherwise satis-
fied. If any Subcontractor or Supplier fails to
furnish such a release or receipt in full, CON-
TRACTOR may furnish a Bond or other
collateral satisfactory to OWNER to indemnify
OWNER against any Lien.
B. Review of Application and Acceptance
1. If, on the basis of ENGINEER's
observation of the Work during construction
and final inspection, and ENGINEER's review
of the final Application for Payment and
accompanying documentation as required by
the Contract Documents, ENGINEER is
satisfied that the Work has been completed
and CONTRACTOR's other obligations under
the Contract Documents have been fulfilled
ENGINEER will, within ten days after receipt of
the final Application for Payment indicate in
writing ENGINEER's recommendation of
payment and present the Application for
Payment to OWNER for payment. At the same
time ENGINEER will also give written notice to
OWNER and CONTRACTOR that the Work is
acceptable subject to the provisions of
paragraph 14.09 Otherwise, ENGINEER will
return the Application for Payment to
00700 - General Conditions REV 5-10-13.doc
• 00700 - 41
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th StVAomim\bid documents\00700 - General Conditions REV 5-10-13.doc
CONTRACTOR, indicating in writing the
reasons for refusing to recommend final
payment, in which case CONTRACTOR shall
make the necessary corrections and resubmit
the Application for Payment.
C. Payment Becomes Due
1. Thirty days after the presentation to
accompanying documentation, the amount
recommended by ENGINEER will become due
CONTRACTOR.
14.08 Final Completion Delayed
A If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed, and if
ENGINEER so confirms OWNER shall, upon receipt
of CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminat-
ing the Agreement, make payment of the balance due
for that portion of the Work fully completed and
accepted. If the remaining balance to be held by
OWNER for Work not fully completed or corrected is
less than the retainage stipulated in the Agreement,
and if Bonds have been furnished as required in
paragraph 5.01, the written consent of the surety to
the payment of the balance due for that portion .of the
Work fully completed and accepted shall be submitted
by CONTRACTOR to ENGINEER with the Application
for such payment. Such payment shall be made
under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
Claims.
14.09 Waiver of Claims
A. The making and acceptance of final payment
will constitute:
1. a waiver of all Claims by OWNER
against CONTRACTOR, except Claims arising
from unsettled Liens from defective Work
appearing after final inspection pursuant to
paragraph 14.06, from failure to comply with the
Contract Documents or the terms of any special
guarantees specified therein, or from
CONTRACTOR's continuing obligations under
the Contract Documents; and
2. a waiver of all Claims by CONTRAC-
TOR against OWNER other than those
previously made in writing which are still
unsettled.
ARTICLE 15 - SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period
of not more than 90 consecutive days by notice in
writing to CONTRACTOR and ENGINEER which will
fix the date on which Work will be resumed. CON-
TRACTOR shall resume the Work on the date so
fixed.
a
Times, or both, directly attributable to any such
suspension if CONTRACTOR makes a Claim therefor
9. 9_
15.02 OWNER May Terminate for Cause
A The occurrence of any one or more of the
following events will justify termination for cause:
1. CONTRACTOR's persistent failure
to perform the Work in accordance with the
Contract Documents (including, but not limited
to, failure to supply sufficient skilled workers or
suitable materials or equipment or failure to
adhere to the progress schedule established
under paragraph 2.07 as adjusted from time to
time pursuant to paragraph 6.04);
2. CONTRACTOR's disregard of Laws
or Regulations of any public body having
jurisdiction;
3. CONTRACTOR's disregard of the
authority of ENGINEER; or
4. CONTRACTOR's violation in any
substantial way of any provisions of the
Contract Documents.
B. If one or more of the events identified in
paragraph 15.02.A occur, OWNER may, after giving
CONTRACTOR (and the surety, if any) seven days
written notice, terminate the services of
CONTRACTOR, exclude CONTRACTOR from the
Site, and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment, and machinery at the Site, and use the
same to the full extent they could be used by
CONTRACTOR (without liability to CONTRACTOR for
trespass or conversion), incorporate in the Work all
materials and equipment stored at the Site or for
which OWNER has paid CONTRACTOR but which
are stored elsewhere, and finish the Work as OWNER
may deem expedient. In such case, CONTRACTOR
00700 - General Conditions REV 5-10-13.doc
00700 - 42
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
shall not be entitled to receive any further payment
until the Work is finished. If the unpaid balance of the
Contract Price exceeds all claims, costs, losses, and
damages (including but not limited to all fees and
charges of engineers, architects, attorneys and other
professionals and all court or arbitration or other
dispute resolution costs) sustained by OWNER arising
out of or relating to completing the Work, such excess
will be paid to CONTRACTOR. If such claims, costs,
losses and damages exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER.
Such claims costs, losses, and damages incurred by
OWNER will be reviewed by ENGINEER as to their
reasonableness and when so approved by
ENGINEER, incorporated in a Change Order When
exercising any nghts 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
so terminated by OWNER, the termination will not
affect any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release CON-
TRACTOR from liability.
15.03 OWNER May Terminate For Convenience
A. Upon seven days written notice to CON-
TRACTOR and ENGINEER, OWNER may, without
cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Contract.
In such case, CONTRACTOR shall be paid (without
duplication of any items).
1. for completed and acceptable Work
executed in accordance with the Contract
Documents prior to the effective date of
termination, including fair and reasonable sums
for overhead and profit on such Work;
2. for expenses sustained prior to the
effective date of termination in performing
services and furnishing labor, materials or
equipment as required by the Contract
Documents in connection with uncompleted
Work, plus fair and reasonable sums for
overhead and profit on such expenses;
3. for all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
arbitration or other dispute resolution costs) in-
curred in settlement of terminated contracts
with Subcontractors, Suppliers, and others and
4. for reasonable expenses directly
attributable to termination.
B. CONTRACTOR shall not be paid on account
of loss of anticipated profits or revenue or other eco-
nomic loss arising odt of or resulting from such
termination.
15.04 CONTRACTOR May Stop Work or
Terminate
A. If, through no act or fault of CONTRACTOR,
the Work is suspended for more than 90 consecutive
days by OWNER or under an order of court or other
public authority, or ENGINEER fails to act on any
Application for Payment within 30 days after it is
submitted, or OWNER fails for 30 days to pay CON
, then
CONTRACTOR may, upon seven days written notice
to OWNER and ENGINEER, and provided OWNER
or ENGINEER do not remedy such suspension or
failure within that time, terminate the Contract and
recover from OWNER payment on the same terms as
provided in paragraph 15.03. In lieu of terminating the
Contract and without prejudice to any other right or
remedy, if ENGINEER has failed to act on an
Application for Payment within 30 days after it is
submitted, or OWNER has failed for 30 days to pay
CONTRACTOR may, seven days after written notice
to OWNER and ENGINEER, stop the Work until
payment is made of all such amounts due
CONTRACTOR, including interest thereon. The
provisions of this paragraph 15.04 are not intended to
preclude CONTRACTOR from making a Claim under
paragraph 10.05 for an adjustment in Contract Price
or Contract Times or otherwise for expenses or
damage directly attributable to CONTRACTOR's
stopping the Work as permitted by this paragraph.
ARTICLE 16 - DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if
any, shall be as set forth in the Supplementary
Conditions. If no method and procedure has been set
forth, and subject to the provisions of paragraphs 9.09
and 10.05, OWNER and CONTRACTOR may
exercise such rights or remedies as either may
otherwise have under the Contract Documents or by
Laws or Regulations in respect of any dispute.
00700 - General Conditions REV 5-10-13.doc
00700 - 43
F:\PubI'c Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00700 - General Conditions REV 5-10-13.doc
ARTICLE 17 - MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract
Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in
person to the individual or to a member of the firm or
to an officer of the corporation for whom it is intended,
or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known
to the giver of the notice.
17.02 Computation of Times
A. When any period of time is referred to in the
Contract Documents by days it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
17.03 Cumulative Remedies
A. The duties and obligations imposed by these
General Conditions and the rights and remedies avail-
able hereunder to the parties hereto are in addition to,
and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of
them which are otherwise imposed or available by
Laws or . Regulations, by special warranty or
guarantee, or by other provisions of the Contract
Documents, and the provisions of this paragraph will
be as effective as if repeated specifically in the
Contract Documents in connection with each
particular duty, obligation, right, and remedy to which
they apply.
17.04 Survival of Obligations
A. All representations, indemnifications, warran-
ties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as
all continuing obligations indicated in the Contract
Documents, will survive final payment, completion
and acceptance of the Work or termination or comple-
tion of the Agreement.
17.05 Controlling Law
A. This Contract is to be governed by the law of the
state in which the Project is located.
•
00700 General Conditions REV 5-10-13 doc
00700 - 44
FtPublic Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US 1 to 17th St\Admim\bid documents\ 00700 - General Conditions REV 5-10-13.doc
SECTION 00800 - SUPPLEMENTARY CONDITIONS
TO THE GENERAL CONDITIONS
Article Title Article Number
Introduction SC - 1.00
D efined Terms SC —1.01
Terminology SC — 1.02
B efore Starting Construction SC —2.05
P reconstruction Conference SC — 2.06
Coordination of Plans, Specifications, and Special Provisions SC — 3.06
S ubsurface 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
P roperty 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
Concerning Subcontractors, Suppliers, and Others SC — 6.06
Permits SC 6.08
Cost of the Work SC — 11.01
Test and Inspections SC — 13.03
OWNER May Stop Work SC — 13.05
Correction Period SC — 13.07
P rogress Payments SC — 14.02
Final Payment SC — 14.07
00800-i
00800 - Supplementary Conditions 05-13 rev.doc
00800 IF:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents100800 - Supplementary Conditions
05-13 rev.doc
OWNER May Suspend Work SC — 15.01
OWNER May Terminate For Cause SC — 15.02
CONTRACTOR May Stop Work or Terminate SC — 15.04
Mediation SC —16.02
Liens SC — 17.06
00800 -ii
00800 - Supplementary Conditions 05-13 rev.doc
00800 IIF:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE
GENERAL CONDITIONS
S C -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
S ocuments 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.
S C -1.01 Defined Terms
S C -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety.
S C -1.02 Terminology
S C -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and
insert the following paragraphs in their place:
D. Furnish, Install, Perform, Provide
1. The word "furnish" shall mean to supply and deliver services, materials, or
equipment to the Site (or some other specified location) ready for use or
installation and in usable or operable condition.
2. The word "install" shall mean to put into use or place in final position services,
materials, or equipment complete and ready for intended use.
3. The words "perform" or "provide' shall mean to furnish and install services,
materials, or equipment complete and ready for intended use.
S C -2.05 Before Starting Construction
S C -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its
place:
C. Evidence of Insurance: CONTRACTOR shall not commence work under this
Contract until he has obtained all insurance required under Article 5 and such
insurance has been delivered to the OWNER and approved by the OWNER, nor
shall the CONTRACTOR allow any Subcontractor to commence work on his
subcontract until all similar insurance required of the Subcontractor has been so
obtained and approved All such insurance shall remain in effect until final
payment and. at all times thereafter when CONTRACTOR may be correcting
removing or replacing defective Work in accordance with Article 13.
S C -2.06 Preconstruction Conference
S C -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.B, procedures
00800-1
00800 - Supplementary Conditions 05-13 rev.doc
00800 1 F:\Public Works ENGINEERING DIVISION PROJECTS\1 302 -IR Blvd Resurfacing (SCOP) US1 to 17th SMdmim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
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.
B. Per the FDOT Standard Specifications for Road and Bridge Construction, the
Contractor will certify to the Engineer the following:
1. A lasting 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
Workers Compensation
Rates based on the
Compensation Insurance
adjusted by Contractor's
modification factor
additional work
National Council on
basic rates tables
actual experience
in effect at the time of the
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
insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.).
SC -3.06 Coordination of Plans, Specifications, and Special Provisions
SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05:
SC -3.06 Coordination of Plans, Specifications, and Special Provisions
A. In case of discrepancy, the governing order of the documents shall be as follows:
1. Written Interpretations
2. Addenda
3. Specifications
4. Supplementary Conditions to the General Conditions
5. General Conditions
6. Approved Shop Drawings
7. Drawings
8. Referenced Standards.
Written/computed dimensions shall govern over scaled dimensions.
00800-2
00800 - Supplementary Conditions 05-13 rev.doc
00800 2F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th SiWdmim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
S C -4.02 Subsurface and Physical Conditions
S C -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8:
C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's
Consultants relied upon the following reports of explorations and tests of
subsurface conditions at the Site:
NA
D. Reports and drawings itemized in SC -4.02.0 are not included with the Bidding
D ocuments. Copies may be examined at Indian River County Administration
B uilding, Public Works, 1801 27th Street, Vero Beach, FL 32960 during
regular business hours. These reports and drawings are not part of the Contract
D ocuments.
S C -5.01 Performance, Payment and Other Bonds
S C -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its
place:
S C -5.03
S C -5.03
S C -5.04
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 II of F S. Chapter 625. Any such alternative form of security shall be
for the same purpose, and be for the same amount and subject to the
same conditions as those applicable to the bond otherwise required The
determination of the value of an alternative form of security shall be made
by the OWNER
2. Such Bond shall continue in effect for one (1) year after acceptance of the
Work by the OWNER
3. The OWNER shall record, the Public Construction Bond with the Public
Record Section of the Indian River County Courthouse located at 2000
16th Avenue, Vero Beach, Florida 32960. The recorded bonds shall be
forwarded to the Indian River County Purchasing Division on or before the
seventh day after it is recorded. The CONTRACTOR shall pay all costs.
Certificates of Insurance
Delete the second sentence pf paragraph GC -5.03 in its entirety.
CONTRACTOR's Liability Insurance
S C -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.8:
C. The limits of liability for the insurance required by paragraph 5.04 of the General
Conditions shall provide coverage for not Tess 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
00800-3
00800 - Supplementary Conditions 05-13 rev.doc
00800 3F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
policy shall include a waiver of subrogation as against OWNER and
ENGINEER on account of injury sustained by an employee(s) of the
CONTRACTOR.
2. Commercial General Liability: Coverage shall provide minimum limits of
liability of $1,000,000 per occurrence Combined Single Limit for Bodily
Injury and Property Damage. This shall include coverage for
a. Premises/Operations
b. Products/Completed Operations
c. Contractual Liability
d. Independent Contractors
e. Explosion
f. Collapse
g. Underground.
3. Business Auto Liability: Coverage shall provide minimum limits of liability
of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and
Property Damage. This shall include coverage for:
a. Owner Autos
b. Hired Autos
c. Non -Owned Autos.
4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure
Builders' Risk 'All Risk" insurance at his expense and provide properly
completed and executed "Certificates of Insurance and Insurance
Endorsement" forms in the exact wording and format presented in these
Contract Documents before starting work.
5. Special Requirements:
a. Ten (10) days prior to the commencement of any work under this
Contract, certificates of insurance and endorsement forms in the
exact wording and format as presented in these Contract
Documents will be provided to the OWNER's Risk Manager for
review and approval
b. "Indian River County Florida" will be named as "Additional
Insured' on both the General Liability, Auto Liability and Builder's
Risk "All Risk" Insurance
c. The OWNER will be given thirty (30) days notice prior to
cancellation or modification of any stipulated insurance Such
notification will be in writing by registered mail, return receipt
requested and addressed to the OWNER's Risk Manager.
d. An appropriate "Indemnification" clause shall be made a provision
of the Contract (see paragraph 6.20 of the General Conditions).
e. It is the responsibility of the CONTRACTOR to insure that all
subcontractors comply with all insurance requirements.
f. It should be remembered that these are minimum requirements,
which are subject to modification in response to high hazard
operation.
g. Insured must be authorized to do business and have an agent for
service of process in Florida and have an AAA policyholder's
rating and financial rating of a least Class XI in accordance with
the most current Best s Rating
D. Additional lnsureds:
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. NONE
b.
00800-4
00800 - Supplementary Conditions 05-13 rev.doc
00800 4F: Public Works1ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th StlAdmimlbid documents 100800 - Supplementary Conditions
05-13 rev.doc
S C -5.05 OWNER's Liability Insurance
S C -5.05 Delete paragraph GC -5.05.A in its entirety.
S C -5.06 Property Insurance
S C -5.06 Delete paragraphs GC -5.06.A, 8, and C in their entirety and insert the following
paragraphs in their p/ace:
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,
E NGINEER's Consultants and any other individuals or entities identified in the
S upplementary 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 Toss
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 Toss as may be specifically
required by the Supplementary Conditions.
3. include expenses incurred in the repair or replacement of any insured property
(including but not limited to fees and charges of engineers and architects);
4. cover materials and equipment stored at the Site or at another location that was
agreed to in writing by OWNER prior to being incorporated in the Work, provided
that such materials and equipment have been included in an Application for
P ayment recommended by ENGINEER; and
5. allow for partial utilization of the Work by OWNER;
6. include testing and startup; and
7. be maintained in effect until final payment is made unless otherwise agreed to in
writing by OWNER CONTRACTOR and ENGINEER with 30 days written notice to
each other additional insured to whom a certificate of insurance has been issued.
B. CONTRACTOR shall be responsible for any deductible or self-insured retention.
C. The policies of insurance required to be purchased and maintained by CONTRACTOR.
in accordance with this paragraph SC -5.06 shall comply with the requirements of
paragraph 5.06.0 of the General Conditions.
SC -5.06.E Delete paragraph GC -5.06 E in its entirety and insert the following in its place:
E. Additional Insureds:
00800-5
00800 - Supplementary Conditions 05-13 rev.doc
00800 5F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents \00800 - Supplementary Conditions
05-13 rev.doc
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. NONE
c.
S C -5.07 Waiver of Rights
S C -5.07 Delete GC -507 (paragraphs A, B, and C) in its entirety.
S C -5.08 Receipt and Application of Insurance Proceeds
S C -5.08 Delete GC -5.08 (paragraphs A and 8) in its entirety.
S C -5.09 Delete GC-5.09(paragraph A)in its entirety.
S C -6.02 Labor; Working Hours
S C -6.02.B. Add the following paragraphs immediately after paragraph GC -6.02.B:
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
n ot 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
e mergency conditions and may be ordered by the ENGINEER in writing.
4. All costs of inspection and testing performed during overtime work by the
CONTRACTOR, which is allowed solely for the convenience of the.
CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the
OWNER to deduct the costs of all such inspection and testing from any
payments otherwise due the CONTRACTOR.
5. All costs of OWNER'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
e mergency 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.
00800-6
00800 - Supplementary Conditions 05-13 rev.doc
00800 6F:\Public Works ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
S C -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"):
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
requirements. The cost of this effort shall be included in the pay item in
which the work is most closely associated with.
S C -11.01 Cost of the Work
S C -11.01.A.1. Delete paragraph GC -11.01.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
S C -13.03 Test and Inspections
S C -13.03.B. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in
its place:
S . OWNER shall employ and pay for the services of an independent testing laboratory to
perform all initial inspections, tests or approvals required by the Contract Documents
except those inspections, tests, or approvals listed immediately below. Subsequent
inspections, tests, or approvals required after initial failing inspections, tests, or
approvals shall be paid for by the CONTRACTOR by 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;
2. costs incurred iri connection with tests or inspections conducted pursuant to
paragraph 13 04.B shall be paid as provided in said paragraph 13.04.B;
3. tests otherwise specifically provided in the Contract Documents
00800-7
00800 - Supplementary Conditions 05-13 rev.doc
00800 7F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Hdmim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
SC -13.05 OWNER May Stop the Work
SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its
place:
A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled
workers or suitable materials or equipment, or fails to comply with permit
requirements, or fails to comply with the technical specifications, or fails to
perform the Work in such a way that the completed Work will conform to the
Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any
portion thereof, until the cause for such order has been eliminated; however, this
right of OWNER to stop the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or
employee or agent of any of them.
SC -13.07 Correction Period
SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the
following sentence in its place
A. If within one year after the date of Final Completion or such longer period of time
as may be prescribed by Laws or Regulations or by the terms of any applicable
special guarantee required by the Contract Documents or by any specific provision
of the Contract Documents, any Work is found to be defective, or if the repair of
any damages to the land or areas made available for CONTRACTOR's use by
OWNER or permitted by Laws and Regulations as contemplated in paragraph
6.11.A is found to be defective CONTRACTOR shall promptly, without cost to
OWNER and in accordance with OWNER's written instructions: (i) repair such
defective land or areas, or (ii) correct such defective Work or, if the defective Work
has been rejected by OWNER, remove it from the Project and replace it with Work
that is not defective, and (iii) satisfactorily correct or repair or remove and replace
any damage to other Work to the work of others or other land or areas resulting
therefrom.
SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its
place
B. In special circumstances where a particular item of equipment is placed in continu-
ous service before Final Completion of all the Work, the correction period for that
item may start to run from an earlier date if so provided in the Specifications or by
Written Amendment.
14.02 Progress Payments
SC -14.02.6.5. Delete paragraph GC -14.02.6.5.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
00800-8
00800 - Supplementary Conditions 05-13 rev.doc
00800 8f:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th SVtAdmim\bid documents100800 - Supplementary Conditions
05-13 rev.doc
SC -14.02.6.5. 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 GC -14.02.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 GC -14.04A 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 acceptableunder 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
the Statutory List and schedule a final walk-through in anticipation of final
completion on the Project."
SC -14.04B Add the following new paragraph immediately after paragraph GC 14.048:
C. 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
00800-9
00800 - Supplementary Conditions 05-13 rev.doc
00800 9F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00800 - Supplementary Conditions
05-13 rev.doc
S C -14.07 Final Payment
S C -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following
paragraph in its place:
C. Payment Becomes Due
1. Payment shall be made by OWNER to CONTRACTOR according to the " Local
Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq.
S C -15.01 OWNER May Suspend Work
S C -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its
place:
•
CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any
such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph
10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco
nomic loss arising out of or resulting from such Work suspension.
S C -15.02 OWNER May Terminate For Cause
S C -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.
S C -15.04 CONTRACTOR May Stop Work or Terminate
S C -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A:
S C -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A:
or OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be
S C -16 DISPUTE RESOLUTION
SC -16.02 Mediation
S C -16 Add the following new paragraph immediately after paragraph GC -16.01.
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
00800-10
00800 - Supplementary Conditions 05-13 rev.doc
00800 10F1Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\00800 - Supplementary
Conditions 05-13 rev.doc
mediation by a certified mediator of the 19th 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 subject to proper prior notice to (CONTRACTOR'S
Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter
255 of the Florida Statutes. This paragraph shall be inserted in every sub -
subcontract hereunder. The payment due under the Contract shall be paid by
the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished
the OWNER with an affidavit stating that all persons, firms or corporations who
are defined in Section 713.01 Florida Statutes, who have furnished labor or
materials, employed directly or indirectly in the Work, have been paid in full. The
OWNER may rely on said affidavit at face value The CONTRACTOR does
hereby release, remiss and quit -claim any and all rights he may enjoy perfecting
any lien or any other type of statutory common law or equitable lien against the
job.
++END OF SUPPLEMENTARY CONDITIONS++
00800-11
00800 - Supplementary Conditions 05-13 rev.doc
00800 11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents100800 - Supplementary
Conditions 05-13 rev.doc
SECTION 00942 - Change Order Form
No
DATE OF ISSUANCE: EFFECTIVE DATE
OWNER: Indian River County
CONTRACTOR
B id No. 2014009
P roject. Indian River Boulevard Resurfacing (US 1 to 17th Street)
OWNER's Project No. 1302
Engineer: Indian River County
You are directed to make the following changes in the Contract Documents:
D escription:
Reason for Change Order:
Attachments: (List documents supporting change)
00942 - 1
F:\Public Works\ ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00942 - Change Order Form REV 04-07.doc
Rev 05/01
CHANGE IN CONTRACT PRICE:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
Description
Amount
Original Contract Price
$
(days or dates)
Net Increase
previous
(Decrease) from
Change Orders No.
to .
$
(days)
Contract Price prior to this
Change Order:
$
Contract Time prior to this Change
Order:
Substantial Completion:
Final Completion:
Net increase(decrease) this ease) of
Change Order:
$
Net increase (decrease) this
Change Order:
Substantial Completion:
Final Completion:
Contract Price with all approved
Change Orders:
$
Contract Time with all approved
Change Orders:
Substantial Completion:
Final Completion:
00942 - 1
F:\Public Works\ ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00942 - Change Order Form REV 04-07.doc
Rev 05/01
ACCEPTED
By:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
00942 - 1
F:\Public Works\ ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00942 - Change Order Form REV 04-07.doc
Rev 05/01
RECOMMENDED:
By:
CHANGE IN CONTRACT TIMES
Description
Time
Original Contract Time.
Substantial Completion:
Final Completion:
(days or dates)
Net change from previous Change
Orders No. to :
(days)
Substantial Completion:
Final Completion:
Contract Time prior to this Change
Order:
Substantial Completion:
Final Completion:
(days or dates)
Net increase (decrease) this
Change Order:
Substantial Completion:
Final Completion:
(days or dates)
Contract Time with all approved
Change Orders:
Substantial Completion:
Final Completion:
(days or dates)
00942 - 1
F:\Public Works\ ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00942 - Change Order Form REV 04-07.doc
Rev 05/01
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
00942 - 1
F:\Public Works\ ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid documents\00942 - Change Order Form REV 04-07.doc
Rev 05/01
00942 - Change Order Form REV 04-07.doc
APPROVED*
By:
OWNER (Signature)
Date:
00942 - Change Order Form REV 04-07.doc
SECTION 00946 - Field Order Form
Field Change No.:
DATE OF ISSUANCE: EFFECTIVE DATE
OWNER Indian River County
CONTRACTOR
B id No.: 2013009
P roject Indian River Boulevard Resurfacing (US 1 to 17th Street)
OWNER's Project No. 1302
E NGINEERGIndian River County
Field Activity Description:
Reason for Change:
Recommended Disposition:
Field Operations Officer / Engineer (Signature) Date
D isposition:
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 04-07.doc
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\00946 - Field Order Form REV 04-07.doc
SECTION 00948 - Work Change Directive
No.
DATE OF ISSUANCE* EFFECTIVE DATE
OWNER: Indian River County
CONTRACTOR:
P roject: Indian River Boulevard Resurfacing (US 1 to 17th Street)
P roject No.: 1302
B id No.: 2014009
Engineer: Indian River County
You are directed to proceed promptly with the following changes:
D escription:
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
❑ Lump Sum
❑ Other:
O By Change Order:
❑ Contractor's Records
O Engineer's Records
n Other:
o By Change Order:
Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times:
Change Directive
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:
B y:
CONTRACTOR (Signature)
D ate:
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
* END OF SECTION * *
APPROVED*
By:
OWNER (Signature)
Date:
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\00948 - Work Change Directive Rev 06-2013.doc
DIVISION 1 GENERAL REQUIREMENTS
TITLE SECTION NO.
S PECIAL PROVISIONS 01009
FORCE ACCOUNT 01024
FIELD ENGINEERING AND LAYOUT 01050
REFERENCE STANDARDS 01091
GENERAL QUALITY CONTROL 01215
S ROGRESS MEETINGS 01220
CONSTRUCTION SCHEDULES 01310
S UBMITTAL 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
S TORAGE OF MATERIAL AND EQUIPMENT 01611
S UBSTITUTIONS 01630
S ITE CLEANUP AND RESTORATION 01710
POST FINAL INSPECTION 01820
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\DIVISION 1
GENERAL REQUIREMENTS.doc •
SECTION 01009
SPECIAL PROVISIONS
1.1 GENERAL
A. Visits to the construction site may be made by representatives of permitting or
governing bodies. Submit details of all instructions from the above to the ENGINEER
immediately. The Work will not be accepted by the OWNER until final acceptance has
been received from the various Regulatory Agencies having jurisdiction.
B. Furnish sufficient labor, construction equipment and materials, and work such hours,
including night shifts and overtime operations, as may be necessary to insure the
prosecution of the work in accordance with the approved progress schedule. If in the
opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take
such steps as may be necessary to improve progress, all without additional cost to the
OWNER The ENGINEER shall be compensated for his overtime services in
accordance with the Supplementary Conditions, SC -6.02.
C. All salvageable material and equipment for which specific use, relocation or other
disposal is not specifically noted, shall remain the property of the OWNER and shall be
delivered to the OWNER at the following location 4550 41st Street, at the
CONTRACTOR's expense. All material and equipment not in salvageable condition, as
determined by the ENGINEER and the OWNER, shall be disposed of by the
CONTRACTOR, at the CONTRACTOR s expense.
D. In addition to these Specifications all work must comply with the requirements of the
local governing agency, St. Johns River Water Management District, Department of
E nvironmental Protection, Army Corps of Engineers, Indian River Farms Water Control
D istrict, 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
n ecessary 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
n otice before commencing construction operations outside the designated limits of the
work site.
01009-1 01009 -Special Provisions
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01009 - Special
Provisions.doc
SECTION 01024
FORCE ACCOUNT
1.1 General
CONTRACTOR shall furnish all labor, materials, equipment and incidentals
necessary to perform additional work not covered on the Contract Drawings.
The force Account is intended as a contingency for unforeseen work.
1.1 PAYMENT
A. Lump sum amount for force account work is Included in the bid schedule.
The value of force account work will be determined in accordance with Article
12 of the General Conditions.
+ + END OF SECTION + +
01024- 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) USI to 17th St\Admim\bid
documents\01024 - Force Account.doc
SECTION 01050
FIELD ENGINEERING AND LAYOUT
1.1 GENERAL
A. The CONTRACTOR will furnish all construction staking for the project. All
staking from control will be under the supervision of a Florida Registered Land
Surveyor.
B . Develop and make all detail surveys and measurements needed for
construction including but not limited to, slope stakes, batter boards, piling
layouts and all other working lines, elevations and cut sheets.
C. Keep a transit and leveling instrument on the site at all times and a skilled
instrument man available whenever necessary for layout of the Work.
D . Provide all material required for benchmarks, control points, batter boards,
grade stakes, and other items.
E Be solely responsible for all locations, dimensions and levels No data other
than written orders of the ENGINEER shall justify departure from the
dimensions and levels required by the Drawings.
F. Safeguard all points, stakes, grademarks, monuments and benchmarks made
or established on the Work, and reestablish same, if disturbed. Rectify all
Work improperly installed because of not maintaining, not protecting or
removing without authorization such established points, stakes, marks and
monuments.
G. When requested by the ENGINEER, provide such facilities and assistance as
may be necessary for the ENGINEER to check line and grade points placed by
the CONTRACTOR. Do no excavation or embankment work until all
cross sectioning necessary for determining pay quantities has been completed
and checked by the ENGINEER
H . The cost of performing engineering and layout work described above shall be
included in the contract unit prices for the various items of work to which it is
incidental. No separate payment will be made for surveying or engineering.
1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR
A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the
accuracy of all survey and existing site information as indicated in the Contract
Documents. Immediately notify the ENGINEER upon discovery of any errors,
inaccuracies or omissions in the survey data. The commencing of any of the
work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance
that all survey or existing site information is correct and accurate, without any
reasonably inferable errors, inaccuracies or omissions.
1050-1 01050 Field Engineering
F:Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01050 - Field Engineering.doc
B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks,
reference points and property corners and will be responsible for any mistake
or loss of time caused by their unnecessary loss or disturbance If the loss or
disturbance of the stakes or marks cause a delay in the Work, the
CONTRACTOR shall have no claim for damages or extension of time. Control
stakes, benchmarks, reference points and property corners disturbed by the
CONTRACTOR's work shall be replaced by a Florida Registered Land Sur-
veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner
must provide the services of the Florida Registered Surveyor and Mapper to
perform this replacement work the cost of the surveying services will be
deducted from any sums due 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 5-7 of FDOT Standard
Specifications.
++END OF SECTION ++
•
1050-2 01050 Field Engineering
F:\Public Works\ENGINEERING DIVISION PROJECTS11302-IR Blvd Resurfacing (SCOP) US1 to 17th SttAdmim\bid documents\01050 - Field Engineering.doc
SECTION 01091
REFERENCE STANDARDS
1.1 GENERAL
A. Whenever reference is made to the furnishing of materials or testing
thereof to conform to the standards of any technical society, organization
or body, it shall be construed to mean the latest standard code,
specification or tentative specification adopted and published at the date
of advertisement for bids, unless noted otherwise in the Technical
Specifications or on the Drawings. When a reference standard is
specified, comply with requirements and recommendations stated in that
standard, except when they are modified by the Contract Documents, or
when applicable laws, ordinances, rules, regulations or codes establish
stricter standards. The list of specifications presented in Paragraph B is
hereby made a part of the Contract, the same as if repeated herein in full.
B. Reference to a technical society, organization, or body may be made in
the Specifications by abbreviations, in accordance with the following list:
AASHTO The American Association of State Highway and
Transportation Officials
ACI
AGA
AISC
AISI
ANSI
ASCE
ASTM
AW PA
AWWA
AWS
American Concrete Institute
American Gas Association
American Institute of Steel Construction
American Iron and Steel Institute
American National Standards Institute
American Society of Civil Engineers
American Society for Testing and Materials
American Wood Preservers Association
American Water Works Association
American Welding Society
FED SPEC Federal Specifications
01091-1 01091 Reference Standards
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St1Admim\bid documents\01091 - Reference
Standards;doc
CRSI Concrete Reinforcing Steel Institute
FDEP/DEP Florida Department of Environmental Protection
D NR Department of Natural Resources
N CPI National Clay Pipe Institute
N EMA National Electrical Manufacturers Association
N EC National Electric Code
N SPE National Society of Professional Engineers
O SHA Occupational Safety and Health Administration
PCI Prestressed Concrete Institute
FDOT/DOT Flonda Department of Transportation
U . L., Inc. Underwriter's Laboratories, Inc.
S SPC Steel Structures Painting Council
S JRWMD 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\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\01091 - Reference
Standards.doc
SECTION 01215
GENERAL QUALITY CONTROL
1.1 DESCRIPTION OF REQUIREMENTS
A. Definitions: Specific quality control requirements for the work are indicated
throughout the Contract Documents. The requirements of this section are
primarily related to the performance of the work beyond the furnishing of
manufactured products The term "Quality Control" includes, but is not
necessarily limited to, inspection and testing and associated requirements.
This section does not specify or modify the OWNER and ENGINEER duties
relating to quality review and Contract surveillance.
1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS
A. Residual OWNER Responsibility: The OWNER will employ and pay for the
services of independent testing laboratories to perform those required
inspections and tests.
B CONTRACTORS General Responsibility: No failure of test agencies, whether
engaged by the OWNER or CONTRACTOR, to perform adequate inspections
of tests or to properly analyze or report results, shall relieve the
CONTRACTOR of responsibility for the fulfillment of the requirements of the
Contract Documents. It is recognized that the required inspection and testing
program is intended to assist the CONTRACTOR OWNER, ENGINEER, and
governing authorities in the nominal determination of probable compliance with
requirements for certain crucial elements of work. The program is not intended
to limit the CONTRACTOR in his regular quality control program, as needed
for general assurance of compliance.
1.3 QUALITY ASSURANCE
A. General Workmanship Standards: It is a requirement that each category of
tradesman or installer performing the work be pre -qualified to the extent of being
familiar with the applicable and recognized quality standards for his category of
work, and being capable of workmanship complying with those standards.
1.4 PRODUCT DELIVERY -STORAGE -HANDLING
Handle, store and protect materials and products, including fabricated components, by
methods and means which will prevent damage, deterioration and losses (and resulting
delays), thereby ensuring highest quality results as the performance of the work
progresses. Control delivery schedules so as to minimize unnecessary long-term
storage at the project site prior to installation.
01215-1 01215 General Quality Control
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\01215 General Quality.doc
1.5 PROJECT PHOTOGRAPHSNIDEOS
A. The CONTRACTOR shall make provisions, at his expense, for photographs and
video tapes 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.
10)Payment — No additional payment will be made for this work.
+ + END OF SECTION + +
01215-2 01215 General Quality Control
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St1Admim\bid
documents\01215 General Quality.doc
SECTION 01220
PROGRESS MEETINGS
1.1 SCOPE
A. Date and Time.
1. Regular. Meetings: As mutually agreed upon by ENGINEER and
CONTRACTOR
2. Other Meetings: On call.
B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon
location.
C. ENGINEER shall prepare agenda, preside at meetings, and prepare and
distribute a transcript of proceedings to all parties.
D . CONTRACTOR shall provide data required and be prepared to discuss all items
on agenda.
1.2 MINIMUM ATTENDANCE
A. CONTRACTOR
B. SUBCONTRACTOR:
When needed for the discussion of a particular agenda item, CONTRACTOR
shall require representatives of Subcontractors or suppliers to attend a meeting.
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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacng (SCOP) US1 to 17th SMdmim\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.
B. Show changes occurring since the previous submission listing:
1. Major changes in scope.
2. Activities modified since the previous submission.
3. Revised projections of progress and completion.
4. Other identifiable changes.
C. Provide a narrative report as needed to define:
1. Problem areas anticipated delays, and the impact on the schedule.
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:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\01310 - Construction Schedule.doc
1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES
A. After receiving approval by the ENGINEER, distribute copies of the
approved initial schedule and all reviewed revisions (updated) to:
1 Job site file
2. Subcontractors.
3. Other concerned parties.
4. OWNER (two copies).
5. ENGINEER
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\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\01310 - Construction Schedule.doc
01340 - Submittal of Shop Drawings
1.1 SCOPE
A. Submit shop drawings, product data and samples as required by or
inferred by the Drawings and Specifications. Submittals shall conform to
the requirements of Article 6.17 of the General Conditions, Section 00700,
and as described in this Section.
1.2 SHOP DRAWINGS
A. Shop drawings are original drawings, prepared by the CONTRACTOR, a
subcontractor supplier, or distributor, which illustrate some portion of the
work; showing fabrication, layout setting, or erection details. Shop
drawings are further defined in Article 6.17, Section 00700.
S hop drawings shall be prepared by a qualified detailer and shall be
identified by reference to sheet and detail numbers on the Contract
D rawings.
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.
P roduct data are further defined in Article 6.17, Section 00700.
B. Modify standard drawings to delete information which is not applicable to
the project and supplement them to provide additional information
applicable to the project.
Clearly mark catalog sheets, brochures, etc., to identify pertinent
materials, products, or models.
1.4 SAMPLES
S amples are physical examples to illustrate materials, equipment, or
workmanship and to establish standards by which work is to be evaluated.
S amples are further defined in Article 6.17, Section 00700.
01340 - Submittal of Shop Drawings.doc
01340-1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents101340 - Submittal of
Shop Drawings.doc
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.
B. Prior to submission, thoroughly check shop drawings, product data, and
samples for completeness and for compliance with the Contract
Documents verify all dimensions and field conditions, and coordinate the
shop drawings with the requirements for other related work. Also review
each shop drawing before submitting it to the ENGINEER to determine
that it is acceptable in terms of the means, methods, techniques,
sequences and operations of construction, safety precautions and
programs incidental thereto, all of which are the CONTRACTOR's
responsibility.
1. It is CONTRACTOR'S responsibility to review submittals made by
his suppliers and Subcontractors before transmitting them to
ENGINEER to assure proper coordination of the Work and to
determine that each submittal is in accordance with its desires and
that there is sufficient information .about materials and equipment
for ENGINEER to determine compliance with the Contract
Documents.
2. Incomplete or inadequate submittals will be returned for revision
without review.
C. The CONTRACTOR's responsibility for errors and omissions in submittals
is not relieved by the ENGINEER's review of submittals The
CONTRACTOR shall approve the shop drawings based on his in -the -field
measurements, prior to submittal to the ENGINEER for his review.
D. Notify the ENGINEER, in writing at the time of submission, of deviations in
submittals from the requirements of the Contract Documents. The
CONTRACTOR s responsibility for deviations in submittals from the
requirements of the Contract Documents is not relieved by the
ENGINEER's review of submittals, unless the ENGINEER gives written
acceptance of specific deviations.
B egin no work, which requires submittals until return of submittals with the
E NGINEER's stamp and initials or signature indicating the submittal has
been reviewed.
01340 _ Submittal of Shop Drawings.doc
01340-2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01340 Submittal of
Shop Drawings.doc
01340 — Submittal of Shop Drawings
1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP
DRAWINGS, PRODUCT DATA AND SAMPLES
A. Submit to:
Indian River County
Engineering Division
1801 27th Street
Vero Beach, FL 32960
•
B A letter of transmittal shall accompany each submittal. If data for more
than one Section of the Specifications is submitted, a separate transmittal
letter shall accompany the data submitted for each Section.
C. At the beginning of each letter of transmittal, provide a reference heading
indicating the following:
1. OWNERS Name
2. Project Name
3. Contract Number
4. Transmittal Number
5. Section Number
D. All submittals shall have a title block with complete identifying information
satisfactory to the ENGINEER The following is a sample Submittal Form
that the CONTRACTOR may use:
[The remainder of this page has been left blank intentionally]
01340 - Submittal of Shop Drawings.doc
013403
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents101340 - Submittal of
Shop Drawings.doc
01340 — Submittal of Shop Drawings
CONTRACTOR SUBMITTALS
SUBMITTAL NO.
Contractor:
D ate Sent to County
N o. Copies Sent to County
❑ Original Submittal ❑ Re -Submittal
Project Name: Indian River Boulevard Resurfacing (US 1 to 17th Street)
P roject No.: 1302
❑ Shop Drawing ❑ Cut Sheet ❑ Other
D escription:
S ub -Contractor:
Remarks:
* **********************************************************
Reviewing Agency: (As checked below)
Date Received
I R C Engineering Div.
I R C Utilities Services
Remarks:
Date Returned No. Copies Ret'd
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
IRC Engineering Division
1801 27th Street
Vero Beach, FI. 32960
Remarks:
D ate Rec'd from Contractor
D ate Ret'd to Contractor
N o. Copies Ret'd
Distribution of Copies:
IRC Engineering Division
Office File
Field Office File
01340 Submittal of Shop Drawings.doc
01340-4
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\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
n umbered consecutively. Identify resubmittals by the original submittal
n umber followed by the suffix "A" for the first resubmittal, the suffix "B" for
the second resubmittal, etc.
G. Initially submit to ENGINEER a minimum of six (6) copies of all submittals
that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x
11 -inch), and one unfolded sepia and 2 prints made from that sepia for all
submittals on sheets larger than 11 -inch by 17 -inch.
H . After ENGINEER completes his review, Shop Drawings will be marked
with one of the following notations:
1. Approved
2. Approved as Corrected
3. Approved as Corrected - Resubmit
4. Revise and Resubmit
5. Not Approved
If a submittal is acceptable, it will be marked "Approved" or "Approved as
Corrected'. Three (3) prints or copies of the submittal will be returned to
CONTRACTOR.
J. Upon return of a submittal marked "Approved" or 'Approved as
Corrected", CONTRACTOR may order, ship or fabricate the materials
included on the submittal, provided it is in accordance with the corrections
indicated.
K . If a Shop Drawing marked "Approved as Corrected" has extensive
corrections or corrections affecting other drawings or Work, ENGINEER
may require that CONTRACTOR make the corrections indicated thereon
and resubmit the Shop Drawings for record purposes Such drawings will
have the notation, 'Approved as Corrected - Resubmit."
L, If a submittal is unacceptable, three (3) copies will be returned to
CONTRACTOR with one of the following notations:
1. "Revise and Resubmit"
2. "Not Approved"
01340 Submittal of Shop Drawings.doc
01340-5
F:Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01340 - Submittal of
Shop Drawings.doc
01340 - Submittal of Shop Drawings
M. Upon return of a submittal marked "Revise and Resubmit", make the
corrections indicated and repeat the initial approval procedure. The "Not
Approved" notation is used to indicate material or equipment that is not
acceptable. Upon return of a submittal so marked, repeat the initial
approval procedure utilizing acceptable material or equipment.
N. Any related Work performed or equipment installed without an "Approved"
o r "Approved as Corrected" Shop Drawing will be at the sole responsibility
of the CONTRACTOR.
O. Submit Shop Drawings well in advance of the need for the material or
e quipment 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
e quipment which is fabricated or delivered prior to the approval of Shop
Drawings. Materials or equipment will not be included in periodic progress
payments until approval thereof has been obtained in the specified
manner.
P ENGINEER will review and process all submittals promptly, but a
reasonable time should be allowed for this, for the Shop Drawings being
revised and resubmitted, and for time required to return the approved
S hop Drawings to CONTRACTOR.
Q. Furnish required submittals with complete information and accuracy in
o rder to achieve required approval of an item within three submittals. All
costs to ENGINEER involved with subsequent submittals of Shop
D rawings, Samples or other items requiring approval, will be.back-charged
to CONTRACTOR in accordance with the General Condition's and the
S upplementary 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
u nless the need for such substitution is beyond the control of
CONTRACTOR.
+ + END OF SECTION + +
01340 Submittal of Shop Drawings.doc
01340-6
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\01340 - Submittal of
Shop Drawings.doc
SECTION 01520
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
1.1 SCOPE
A. Provide all construction equipment and facilities and temporary controls
required to satisfactorily complete the work represented on the Drawings
and described in the Specifications.
1.2 RESPONSIBILITY
A. All construction facilities and temporary controls remain the property of the
Contractor establishing them and shall be maintained in a safe and useful
condition until removed from the construction site.
B. All false work, scaffolding, ladders, hoistways braces, pumps, roadways,
sheeting, forms, barricades, drains, flumes, and the like any of which may
be needed in construction of any part of the work and which are not herein
described or specified in detail, must be furnished, maintained and
removed by the CONTRACTOR, who is responsible for the safety and
efficiency of such work and for any damage that may result from their
failure or from their improper construction, maintenance or operation.
C. In accepting the Contract, the CONTRACTOR assumes full responsibility
for the sufficiency and safety of all hoists, cranes, temporary structures or
work and for any damage which may result from their failure or their
improper construction, maintenance or operation and will indemnify and
save harmless the OWNER and ENGINEER from all claims, suits or
actions and damages or costs of every description arising by reason of
failure to comply with the above provision.
1.3 TEMPORARY UTILITIES AND SERVICES
A. TEMPORARY WATER
1. Provide a temporary water service as required for all construction
purposes and pay for all water used.
2. Furnish potable drinking water in suitable dispensers and with cups
for use of all employees at the job.
3. Provide all temporary piping, hoses, etc., required to transport
water to the point of usage by all trades.
4. When temporary water service is no longer required, remove all
temporary water lines.
01520-1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd •Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\01520 - Construction Facilities.doc
SECTION 01520
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
B. TEMPORARY SANITARY FACILITIES
1. Provide temporary toilet facilities separate from the job office.
Maintain these during the entire period of construction under this
Contract for the use of all construction personnel on the job.
Provide enough chemical toilets to conveniently serve the needs of
all personnel. Properly seclude toilet facilities from public
observation.
2. Chemical toilets and their maintenance shall meet the requirements
of State and local health regulations and ordinances. Immediately
correct any facilities or maintenance methods failing to meet these
requirements. Upon completion of work, remove the facilities from
the premises.
1.4 SECURITY
Full time watchmen will not be specifically required as a part of the Contract, but
the CONTRACTOR shall provide inspection of work area daily and shall take
whatever measures are necessary to protect the safety of the public, workmen,
and materials, and provide for the security of the site, both day and night.
1.5 TEMPORARY CONTROLS
Take all necessary precautions to control dust and mud associated with the work
of this Contract. In dry weather, spray dusty areas daily with water in order to
control dust Take necessary steps to prevent the tracking of mud onto adjacent
streets and highways.
1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES
Remove the various temporary facilities, services, and controls and legally
dispose of them as soon as the work is complete. The areas of the site used for
temporary facilities shall be properly reconditioned and restored to a condition
acceptable to the OWNER
+ + END OF SECTION + +
01520-2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StkAdmim\bid
documents\01520 - Construction Facilities.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
1.1 GENERAL
A. CONTRACTOR shall be responsible for taking all precautions, providing all
programs, and taking all actions necessary to protect the Work and all public and
private property and facilities from damage as specified in the General Conditions
and herein.
B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include,
but not be limited to, the following:
1. Store apparatus, materials, supplies, and equipment in an orderly, safe
manner that will not unduly interfere with the progress of the Work or the Work
of any other Contractor or utility service company.
2 Provide suitable storage facilities for all materials, which are subject to injury by
exposure to weather, theft breakage, or otherwise.
3. Place upon the Work or any part thereof, only such loads as are consistent
with the safety of that portion of the Work.
4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by
construction operations, so that at all times, the site of the Work presents a
safe, orderly, and workmanlike appearance.
5. Provide barricades and guard rails around openings, for scaffolding, for
temporary stairs and ramps, around excavations elevated walkways and other
hazardous areas.
C. Except after written consent from proper parties, do not enter or occupy
privately -owned land with men, tools, materials or equipment, except on easements
provided herein.
D. Assume full responsibility for the preservation of all public and private property or
facility on or adjacent to the site. If any direct or indirect damage is done by or on.
account of any act, omission, neglect or misconduct in the execution of the Work by
the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a
condition equal to or better than that existing before the damage was done.
1.2 BARRICADES AND WARNING SIGNALS
Where Work is performed on or adjacent to any roadway, right-of-way, or public place,
provide barricades, fences, lights, warning signs, danger signals, and watchmen, and
take other precautionary measures for the protection of persons or property and of the
Work. Paint barricades so they are visible at night. From sunset to sunrise, furnish and
maintain at least one light at each barricade. Erect sufficient barricades to keep vehicles
from being driven on or into Work under construction. Furnish watchmen in sufficient
numbers to protect the Work. CONTRACTOR's responsibility for the maintenance of
barricades, signs, lights, and for providing watchmen shall continue until OWNER
accepts the Project.
01541-1 F:\Public Works\ENGINEERING DIVISION
PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01541 Protection of
Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
1.3 TREE AND PLANT PROTECTION
A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or
designated to remain in place against unnecessary cutting, breaking or skinning of
trunk, branches, bark or roots.
B . Do not store or park materials or equipment within the drip line.
C. Install temporary fences or barricades to protect trees and plants in areas subject to
traffic.
D . Fires shall not be permitted under or adjacent to trees and plants.
E Within the limits of the Work, water trees and plants that are to remain, in order to
maintain their health during construction operations.
F. Cover all exposed roots with burlap and keep it continuously wet. Cover all
exposed roots with earth as soon as possible Protect root systems from
mechanical damage and damage by erosion, flooding, run-off or noxious materials
in solution.
G . If branches or trunks are damaged, prune branches immediately and protect the cut
o r damaged areas with emulsified asphalt compounded specifically for horticultural
u se.
H . Remove all damaged trees and plants that die or suffer permanent injury and
replace them with a specimen of equal or better quality.
I. Coordinate Work in this Section with requirements of other sections herein.
1.4 PROTECTION OF IRRIGATION
The CONTRACTOR shall be responsible for maintaining in good condition all
irrigation systems within the easements, which could be damaged by construction
activities. The CONTRACTOR shall repair any irrigation systems damaged by
construction activities within two (2) days. Irrigation systems partially within the
right-of-way of Indian River Boulevard and all intersecting side streets within project
limits may be cut off and capped or connected to same system to maintain
functionality. The CONTRACTOR shall be responsible for maintaining the
functionality of the remaining portion of the system if it should fall outside of the
right-of-way.
01541-2 F:\Public Works\ENGINEERING DIVISION
P ROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01541 Protection of
P roperty.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
1.5 PROTECTION OF EXISTING STRUCTURES
A. Underground Structures:
1. Underground structures are defined to include, but not be limited to, all sewer,
water, gas, and other piping and manholes, chambers, electrical conduits,
tunnels and other existing subsurface work located within or adjacent to the
limits of the Work.
2. All underground structures known to ENGINEER except service connections
for water, sewer, electric and telephone are shown. This information is 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
n ot 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
e xisting 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
o r department affected and obtain their permission regarding the method to
u se 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
n ecessary 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 appropnate 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
P ROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01541 - Protection of
P roperty.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
6. Explore ahead of trenching and excavation work and uncover all obstructing
underground structures sufficiently to determine their location, to prevent
damage to them and to prevent interruption of the services which such
structures provide. If CONTRACTOR damages an underground structure,
restore it to original condition at CONTRACTOR's expense.
7. Necessary changes in the location of the Work may be made by ENGINEER,
to avoid unanticipated underground structures.
8. If permanent relocation of an underground structure or other subsurface facility
is required and is not otherwise provided for in the Contract Documents,
ENGINEER will direct CONTRACTOR in writing to perform the Work, which
shall be paid for under the provisions of Article 11 of the General Conditions.
B. Surface Structures:
1. Surface structures are defined as structures or facilities above the ground
surface. Included with such structures are their foundations and any extension
below the surface. Surface structures include, but are not limited to, buildings,
tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles,
wires, posts, signs, markers, curbs, walks and all other facilities that are visible
above the ground surface.
C. Protection of Underground and Surface Structures:
1. Sustain in their places and protect from direct or indirect injury, all underground
and surface structures located within or adjacent to the limits of the Work.
Such sustaining and supporting shall be done carefully, and as required by the
party owning or controlling such structure Before proceeding with the work of
sustaining and supporting such structure, satisfy the ENGINEER that the
methods and procedures to be used have been approved by the party owning
same
2. Assume all risks attending the presence or proximity of all underground and
surface structures within or adjacent to the limits of the Work. CONTRACTOR
shall be responsible for all damage and expense for direct or indirect injury
caused by its Work to any structure. CONTRACTOR shall repair immediately
all damage caused by his work, to the satisfaction of the OWNER of the dam-
aged 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\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\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
o r not shown on the Drawings.
B. Information shown on the Drawings as to the location of existing utilities has been
prepared from the most reliable data available to the Engineer. This information is
n ot 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
u tilities resulting from his activities.
1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES
•
A. All existing utility castings, including valve boxes, junction boxes manholes, pull
boxes, inlets and similar structures in the areas of construction that are to remain in
service shall be adjusted by the CONTRACTOR to bring them flush with the surface
of the finished work.
B. 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
P ROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01541 Protection of
P roperty.doc
SECTION 01550
ACCESS ROADS, PARKING AREAS
AND USE OF PUBLIC STREETS
1.1 GENERAL
A. Provide all temporary construction roads, walks and parking areas required
during construction and for use of emergency vehicles. Design and maintain
temporary roads and parking areas so they are fully usable in all weather
conditions.
B. Prevent interference with traffic and the OWNER's operations on existing roads.
Indemnify and save harmless the OWNER from any expenses caused by
CONTRACTOR's operations over these roads.
C. Roadways damaged by CONTRACTOR shall be restored to their original
condition by the CONTRACTOR subject to approval of the OWNER or
ENGINEER
D. Remove temporary roads, walks and parking areas prior to final acceptance and
return the ground to its original condition, unless otherwise required by the
Contract Documents.
1.2 USE OF PUBLIC STREETS
The use of public streets and alleys shall be such as to provide a minimum of
inconvenience to the public and to other traffic. Any earth or other excavated
material spilled from trucks shall be removed immediately by the CONTRACTOR
and the streets cleaned to the satisfaction of the Owner.
1.3 USE OF PUBLIC STREETS FOR HAUL ROADS
A. Prior to construction the CONTRACTOR shall designate all proposed haul
roads to be used during the life of the project. Any earth or other materials
spilled from trucks shall be removed by the CONTRACTOR and streets
cleaned to the satisfaction of the Owner He further shall be responsible for
repairs to any damages caused by his operations, prior to final payment.
B. All trucks carrying earth shall. be covered while moving with an appropriate
tarpaulin. Should trucks hauling earth fail to cover their loads the
CONTRACTOR will be given two (2) written warnings after which the
CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner
when invoked by the Owner to Owner's Engineer. All cleanup shall be the
responsibility of the CONTRACTOR.
C. All trucks/moving equipment shall have backup warning horns in proper
working order while on the job site.
+ + END OF SECTION + +
01550 Access Roads
01550-1
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents101550-
Access Roads.doc
SECTION 01610
TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT
1.1 GENERAL
A. Make all arrangements for transportation, delivery and handling of equipment
and materials required for prosecution and completion of the Work.
B . Shipments of materials to CONTRACTOR or Subcontractors shall be delivered
to the site only during regular working hours. Shipments shall be addressed and
consigned to the proper party giving name of Project, street number and city.
Shipments shall not be delivered to OWNER except where otherwise directed.
C. If necessary to move stored materials and equipment during construction,
CONTRACTOR shall move or cause to be moved materials and equipment
without any additional compensation.
1.2 DELIVERY
A. Arrange delivenes of products in accord with construction schedules and in
ample time to facilitate inspection prior to installation.
B . Coordinate deliveries to avoid conflict with Work and conditions at site and to
accommodate the following:
1. Work of other contractors, or OWNER
2. Limitations of storage space
3. Availability of equipment and personnel for handling products.
4. OWNER'S use of premises.
C. Do not have products delivered to project site until related Shop Drawings have
been approved by the ENGINEER
D . Do not have products delivered to site until required storage facilities have been
provided.
E Have products delivered to site in manufacturer's original, unopened, labeled
containers. Keep ENGINEER informed of delivery of all equipment to be
incorporated in the Work.
01610-1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\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
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\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.
B Make all arrangements and provisions necessary for the storage of materials
and equipment Place all excavated materials, construction equipment, and
materials and equipment to be incorporated into the Work, so as not to injure
any part of the Work or existing facilities, and so that free access can be had at
all times to all parts of the Work and to all public utility installations in the vicinity
of the Work. Keep materials and equipment neatly and compactly stored in
locations that will cause a minimum of inconvenience to other contractors,
public travel adjoining owners, tenants and occupants. Arrange storage in a
manner to provide easy access for inspection.
C. Areas available on the construction site for storage of material and equipment
shall be as shown or approved by the ENGINEER
D Store materials and equipment which are to become the property of the
OWNER to facilitate their inspection and insure preservation of the quality and
fitness of the Work, including proper protection against damage by extreme
temperatures and moisture.
E Do not use lawns, grass plots or other private property for storage purposes
without written permission of the OWNER or other person in possession or
control of such premises.
F. CONTRACTOR shall be fully responsible for loss or damage to stored
materials and equipment.
G Do not open manufacturers containers until time of installation unless
recommended by the manufacturer or otherwise specified.
H . When appropriate store materials on wood blocking so there is no contact with
the ground.
+ + END OF SECTION + +
01611-1 01611—Storage of Material
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01611
Storage of Materials.doc
SECTION 01630
SUBSTITUTIONS
1.1 GENERAL
A. Requests for review of a substitution shall conform to the requirements of
Article 6.05, "Substitutes and. Or -Equals ' of the General Conditions, and shall
contain complete data substantiating compliance of the proposed substitution
with the Contract Documents.
1.2 CONTRACTOR'S OPTIONS
A. For materials or equipment (hereinafter products) specified only by reference
standard, select product meeting that standard by any manufacturer, fabricator,
supplier or distributor (hereinafter manufacturer). To the maximum extent
possible, provide products of the same generic kind from a single source.
B . For products specified by naming several products or manufacturers, select any
one of the products or manufacturers named which complies with Specifications.
C. For products specified by naming one or more products or manufacturers and
stating "or equivalent,' submit a request for a substitution for any product or
manufacturer which is not specifically named.
D . For products specified by naming only one product or manufacturer and followed
by words indicating that no substitution is permitted, there is no option and no
substitution will be allowed.
E Where more than one choice is available as a CONTRACTOR's option, select
product which is compatible with other products already selected or specified.
1.3 SUBSTITUTIONS
A. During a period of 15 days after date of commencement of Contract Time
ENGINEER will consider written requests from CONTRACTOR for substitution of
products or manufacturers, and construction methods (if specified).
1. After end of specified period, requests will be considered only in case of
unavailability of product or other conditions beyond control of
CONTRACTOR
B . 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 or manufacturers:
a. Product identification, including manufacturers name and address.
b. Manufacturers literature with product description, performance and
test data, and reference standards.
c. Samples, if appropriate
d. Name and address of similar projects on which product was used,
and date of installation.
01630-1 01630 Substitutions
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents \01630
Substitutions.doc
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 anormal 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.
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
01630-2 01630 Substitutions
F:\Public Works\ENGINEERING DIVISION PROJECTS \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01630 -
Substitutions.doc
redesign shall be at the CONTRACTOR's expense. Any redesign will require an
e xtensive 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
o ccasioned 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
e qual 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 \1302 -IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid documents\01630 -
Substitutions.doc
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 337 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010).
S ub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its
entirety.
S ub article 334-8.4 — Payment shall be amended as follows:
Bid Item No. 334-1-13 — Superpave Asphaltic Concrete — 1 %" SP 9.5 — Per Square
Yard.
SECTION - 570 — PERFORMANCE TURF
The work specified in this item shall conform to Section 570 of the Honda 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
e stablishing 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
n otice from Owner or Engineer. All replacement sod shall be furnished/installed at no
additional cost to the Owner and shall be guaranteed for three months. All replacement
shall meet original specifications.
The Contractor shall notify the Owner and Engineer ten days prior to the end of the
guarantee period and such guarantee shall be extended until notification is received.
At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall
be replaced within two weeks.
01025-14 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid •
documents\Technical Specifications.doc
D. Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws.
The numerical designations for fertilizer indicate the minimum percentages
(respectively) of (1) total nitrogen, (2).available phosphoric acid and (3) water-soluble
potash contained in the fertilizer.
The chemical designation of the fertilizer shall be 16-4-8. Fertilizer shall include iron,
minor nutrients and trace elements. At least 50 percent of the nitrogen shall be derived
from organic sources At least 50 percent of the phosphoric acid shall be from normal
super phosphate or an equivalent source which will provide a minimum of two units of
sulfur The amount of sulfur shall be indicated on the quantitative analysis card
attached to each bag or other container.
Contractor shall ensure 1 pound of nitrogen per 1,000 square feet.
E Water for Grassing: Contractor shall provide the water used in the sodding
o perations as necessary to meet the requirements of Article 570-5 and 2.34 B
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
e limination of ground preparation.
G. Application of Fertilizer Before applying fertilizer, the soil pH shall be brought to a
range of 6.0 - 7.0.
Contractor shall apply two (2) applications. The initial shall be fertilizer and the second
application shall be 'weed and feed".
The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds
per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of
u niformly 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 VA" 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.
01025-15 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
Watering: The areas on which the sod is to be placed shall contain sufficient moisture,
as determined by the Engineer for optimum results. After being placed, the sod shall
be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks.
Thereafter, the Contractor shall apply water as needed until the sod roots and starts to
grow for a minimum of 60 days (or until final acceptance, whichever is latest).
J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a
satisfactory condition until final acceptance of the project. Such maintenance shall
include repairing of any damaged areas and replacing areas in which the establishment
of the grass stand does not appear to be developing satisfactorily.
Replanting or repair necessary due to the Contractors 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. 570-1-2A — Performance Turf (Sod) (Bahia) - Per Square Yard
Bid Item No. 570-1-2B — Performance Turf (Sod) (St. Augustine) — Per Square Yard
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,
manufacturer's specifications.
B. Traffic Signs All existing signs which are the property of the Owner shall be
transported to the Indian River County Road and Bridge Maintenance Yard by the
Contractor during construction if they are within the construction limits. Care shall be
exercised by the Contractor during removal, storage and relocation so as not to
damage the signs. If any damage occurs, as determined by the Owner's Engineer or
Resident Construction Inspector, the sign shall be replaced by the Contractor with no
compensation.
C. All reflective pavement markers shall be 4" x 4".
01025-16 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
Item of Payment
Payment shall be made under:
Bid Item No. 706-3A — Retro -reflective Pavement Markers Bi -Directional
Amber/Amber — Per Each
Bid Item No. 706-3B — Retro -reflective Pavement Markers Bi -Directional
White/Red — Per Each
Bid Item No. 711-11-121 — Traffic Stripe (Solid) (Thermoplastic) (White) (6") — Per
Linear Foot
B id Item No. 711-11-122 — Traffic Stripe (Solid) (Thermoplastic) (White) (8") — Per
Linear Foot
Bid Item No. 711-11-123 — Traffic Stripe (Solid) (Thermoplastic) (White) (12") — Per
Linear Foot
B id Item No. 711-11-124 — Traffic Stripe (Solid) (Thermoplastic) (White) (18") — Per
Linear Foot
B id Item No. 711-11-125 — Traffic Stripe (Solid) (Thermoplastic) (White) (24").— Per
Linear Foot
Bid Item No. 711-11-131 — Traffic Stripe (Skip) (2'-4') (Thermoplastic) (6") (White) —
Per Linear Foot
B id Item No. 711-11-141A — Traffic Stripe (Skip) (6'-10') (Thermoplastic) (6")
(White) - Per Linear Foot
Bid Item No. 711-11-141B — Traffic Stripe (Skip) (10'-30') (Thermoplastic) (6")
(White) — Per Linear Foot
Bid Item No. 711-11-160 — Pavement Messages (Thermoplastic) (MERGE) — Per
Each
Bid Item No. 711-11-170A — Standard Turn Arrow (Thermoplastic) (White)
(LEFT ONLY) — Per Each
B id Item No. 711-11-170B — Standard Turn Arrow (Thermoplastic) (White)
(STRAIGHT OR RIGHT, MERGE) — Per Each
Bid Item No. 711-11-170C — Standard Turn Arrow (Thermoplastic) (White)
(RIGHT ONLY) — Per Each
Bid Item No. 711-11-170D — Standard Turn Arrow (Thermoplastic) (White)
(U-TURN ONLY) — Per Each
Bid Item No. 711-11-221A — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (6") — Per
Linear Foot
Bid Item No. 711-11-221B — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (6")
(Double) — Per Linear Foot
Bid Item No. 711-11-224 — Traffic Stripe (Solid) (Thermoplastic) (Yellow) (18") — Per
Linear Foot
B id Item No. 711-11-241A — Traffic Stripe (Skip) (6'-10') (Thermoplastic) (Yellow) -
P er Linear Foot
B id Item No. 711-11-241B — Traffic Stripe (Skip) (2'-4') (Thermoplastic) (Yellow) -
P er Linear Foot
+ + END OF SECTION + +
01025-17 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts
stated in it are true.
Contractor:
FURTHER AFFIANT SAYETH NAUGHT
Authorized Signature:
Printed Name:
Date:
(If signing as Owners Agent, attach Letter of Authorization to Sign from Owner)
•
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.
My Commission expires:
Notary Public State of Florida at Large
+ + END OF SECTION + +
01025-13 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
SECTION 01710
SITE CLEANUP AND RESTORATION
1.1 SCOPE
Furnish all labor, equipment, appliances, and materials required or necessary to
clean up and restore the site after the construction is completed.
1.2 REQUIREMENTS
A. During the progress of the project, keep the work and the adjacent areas
affected thereby in a neat and orderly condition. Remove all rubbish,
surplus materials, and unused construction equipment. Repair all
damage so that the public and property owners will be inconvenienced as
little as possible.
B. Provide onsite containers for the collection of waste materials, debris, and
rubbish and empty such containers in a legal manner when they become
full.
C. Where material or debris has been deposited in watercourses, ditches,
gutters, drains, or catch -basins as a result of the CONTRACTOR's
o perations, 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.
Before the completion of the project, unless otherwise especially directed
o r 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
e xisting 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,
e quipment,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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th ShAdmim\bid documents\01710 - Site
Cleanup.doc
G It is the intent of the Specifications to place the responsibility on the
CONTRACTOR to restore to their original condition all items disturbed,
destroyed, or damaged during construction. Particular attention will be
placed on restoration of canals to equal or better condition than prior to
construction.
H. When finished surfaces require cleaning with cleaning materials, use only
those cleaning materials which will not create hazards to health or
property and which will not damage the surfaces. Use cleaning materials
only on those surfaces recommended by the manufacturer. Follow the
manufacturer's directions and recommendations at all times.
Keep the amount of dust produced during construction activities to a
minimum. At CONTRACTOR's expense, spray water or other dust control
agents over the areas, which are producing the dust Schedule
construction operations so that dust and other contaminants will not fall on
wet or newly coated surfaces.
1.3 SITE CLEANUP AND RESTORATION
Prior to final completion, the OWNER, ENGINEER, 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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\01710 - Site
Cleanup.doc
SECTION 01820
Post Final Inspection
1.1 GENERAL
A. Approximately one year after Final Completion, the OWNER will make
arrangements with the Construction Coordination Manager and the
CONTRACTOR for a post final inspection and will send a written notice to said
parties to inform them of the date and time of the inspection.
B Corrections of defective work noted by OWNER and Construction Coordination
Manager shall comply with the applicable sections of Article 13, General
Conditions.
C. After the inspection the OWNER will inform the CONTRACTOR of any
corrections required to release the performance and payment bonds.
001820 - Post Final Inspection rev 05-13.doc
001820 - 1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th ShAdmim\bid documents\001820 - Post Final Inspection rev 05-13.doc
S ECTION NO. 00001
S ECTION NO. 00004
S ECTION NO. 00101
S ECTION NO. 00102
S ECTION NO. 00104
S ECTION NO. 00327
S ECTION NO. 00334
S ECTION NO. 00570
S ECTION NO. 00700
DIVISION 2 TECHNICAL PROVISIONS
Technical Specifications
Scope of Work
Mobilization
Maintenance of Traffic
Erosion and Water Pollution Control
Milling of Existing Asphaltic Pavement
S uperpave Asphaltic Concrete
P erformance Turf
S igning and Pavement Markings
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid documents\DIVISION 2
TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc
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
U tility 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,
S igning & Geometries Dated July, 2011.
S ECTION - 4 - SCOPE OF WORK
S ection 4-3.9 Value Engineering Incentive is deleted in its entirety.
S ECTION - 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
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\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 maybe
called for on the plans. The term Maintenance of Traffic, as used herein, shall include
all of such facilities, devices and operations as are required .for the safety and
convenience of the public as well as for minimizing public nuisance; all as specified in
this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions
Section.
B BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall
present his Maintenance of Traffic Plan at the pre -construction conference. The
Maintenance of Traffic Plan shall indicate the type and location of all signs, lights,
barricades, striping and barriers to be used for the safe passage of pedestrians and
vehicular traffic through the project and for the protection of the workmen. The plan
will indicate conditions and setups for each phase of the Contractor's activities.
When the project plans include or specify a specific Maintenance. of Traffic Plan,
alternate proposals will be considered when they are found to be equal to or better
than the plan specified.
In no case may the Contractor begin work until the Maintenance of Traffic Plan has
been approved in writing by the Engineer. Modifications to the Maintenance of Traffic
Plan that become necessary shall also be approved in writing. Except in an
emergency, no changes to the approved plan will be allowed until approval to change
such plan has been received.
The cost of all work included in the Maintenance of Traffic Plan shall be included in the
pay item for Maintenance of Traffic.
The Contractor shall be responsible for performing daily inspections, including
weekends and holidays, with some inspections at nighttime, of the installations on the
project and replace all equipment and devices not conforming with the approved
standards during that inspection. The project personnel will be advised of the
schedule of these inspections and be given the opportunity to loin 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
01025-2 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
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
n ecessary 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
o n Uniform Traffic Control Devices (MUTCD).
D. TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS -
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
n ecessary 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
u ndamaged Damaged devices diminishing legibility and recognition, during either
n ight 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
Indian River Boulevard at all times.
Item of Payment
P ayment for the work specified in this item shall be made under:
B id Item No. 102-1 - Maintenance of Traffic - Lump Sum
01025-3 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
S ECTION — 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
P ractices 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.pdf)
D . The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this
S ection. Alternatively, the OWNER may halt the CONTRACTOR's operations until the
CONTRACTOR is in full compliance with this Section. If the OWNER halts the
CONTRACTOR's work as a result of its failure to comply with this Section, the Construction
Contract time clock will continue to run.
E In addition to these Specifications comply with Chapter 4 - "Best Management Practices
for Erosion and Sedimentation Control" and Chapter 5 —' Best Management Practices for
D ewatering' 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
01025-4 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
River Water Management District (SJRWMD) Generally, only the short-term
permit is required. Contact SJRWMD at (321) 984-4940 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.
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 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.
01025-5 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StWdmim\bid
documents\Technical Specifications.doc
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 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.B, 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.
1
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's discharge point(s) is at least 29 nephelometric
turbidity units (NTUs) higher than the turbidity of the background water upstream of the
01025-6 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
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.
C. 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.
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.
E Above paragraphs 1.6 B, 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 - MATERIALS AND INSTALLATION
2.1 GENERAL
A. Polyacrylamide: 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:
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
01025-7 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
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 Targe 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. (1-800-448-3636).
(b) For FDOT Type IV Silt Fence, modify the above Catalog No. 360800000 to
comply with FDOT Index No. 102.
(c) Or equivalent.
C. Turbidity Barriers:
1. General: Use turbidity barriers to control sediment contamination of
rivers, lakes, ponds, canals, etc.
2. Installation: Install per the manufacturers recommendations and per FDOT
Index No. 103 unless directed otherwise by the ENGINEER
3. Product: All material shall be new and unused. The turbidity barrier shall be a
pervious barrier and the fabric color shall be yellow.
a. Parker Systems, Inc.(1-866-472-7537),model Type 11 or Type 1
b. Or equivalent.
D. Sedimentation Control From Dewatennq or Pumping Operations Using Filter Bags
1. Remove silt, sediment, and other particles from dewatering or pumping
applications using a filter bag. The bag shall be manufactured using a
polypropylene non -woven geotextile and sewn by a double -needle machine,
using a high strength nylon thread. The bag shall have a fill spout large enough
to accommodate a 4 -inch pump discharge hose. Straps shall be attached to
the bag to secure the hose and prevent pumped water from escaping without
being filtered.
2. Installation: Install in accordance with the manufacturer's specifications. Use as
many filter bags as required, at no additional cost to the OWNER 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. (1-800-448-3636).
b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-
591-2284).
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
01025-8 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
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
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 Targe 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.
B. Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier.
01025-9 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 104 1 — Erosion & Water Pollution Control - Lump Sum
[The remainder of this page was left blank intentionally]
01025-10 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc
CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION
This sworn statement is submitted to Indian River County Project No. 1302 for Indian River
B oulevard Resurfacing (US 1 to 17th Street).
S TATE 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 Of 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. I 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. I 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.'
5. I 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
01025-11 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th StW,dmim\bid
documents\Technical Specifications.doc
further defined in the Indian River County permit(s).
6. I 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. I 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
n umber of the transferee and a copy of the instrument effectuating the transfer. Said
n otification 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
o r 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.
01025-12 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1302-IR Blvd Resurfacing (SCOP) US1 to 17th St\Admim\bid
documents\Technical Specifications.doc